RFP for Biometric Authentication based Attendance System Using … RFP HLG VKK 23-06-2016.pdf ·...

50
National Centre for Excellence of RSETIs (NACER) (Under the aegis of MoRD, Govt. of India) „Renukaleela‟, No.1210, 1st Floor, 80 Feet Road, Chandra Layout, Bengaluru – 560 040 Phone: Tel – 080 – 49594407/ 9481301449 Email: [email protected] RFP for Biometric Authentication based Attendance System Using AADHAAR / Central Biometric Authentication System for NACER Office / Rural Self Employment Training Institutes (NACER/RSETIs)

Transcript of RFP for Biometric Authentication based Attendance System Using … RFP HLG VKK 23-06-2016.pdf ·...

National Centre for Excellence of RSETIs (NACER)

(Under the aegis of MoRD, Govt. of India)

„Renukaleela‟, No.1210, 1st Floor, 80 Feet Road,

Chandra Layout, Bengaluru – 560 040

Phone: Tel – 080 – 49594407/ 9481301449

Email: [email protected]

RFP for

Biometric Authentication based Attendance System

Using AADHAAR / Central Biometric Authentication System

for NACER Office / Rural Self Employment Training

Institutes (NACER/RSETIs)

2

CONTENT

Bid Details in Brief ................................................................................... 4

Abbreviations used in this Document: ...................................................... 5

Introduction ............................................................................................. 6

PART 1: REQUEST FOR PROPOSAL ............................................................ 7

PART 2: DISCLAIMER .............................................................................. 8

PART 3 ELIGIBILITY CRITERIA .............................................................. 8

PART 4: TERMS AND CONDITIONS OF CONTRACT .................................... 9

4.1 Installation locations: ..................................................................... 9 4.2 Period of Contract ........................................................................... 9 4.3 Bid Document Availability and Cost of Bidding .............................. 10 4.4 Format and Signing of Bid ........................................................... 10

4.5 Documents Comprising the Bid .................................................... 11

4.6 Content of Bidding Document........................................................ 12 4.7 Amendment of Bidding Document ................................................. 12 4.8 Bid Prices ...................................................................................... 12 4.9 Bid Currency ................................................................................. 13 4.10Bid Security .................................................................................. 13 4.11Period of Validity of Bids .............................................................. 14 4.12Sealing and Marking of Bids ......................................................... 14 4.13Last Date for Submission of Bids .................................................. 15 4.14Opening of Technical Bid .............................................................. 15 4.15Preliminary Examination .............................................................. 15 4.16Technical Evaluation ..................................................................... 15 4.17Contacting the NACER .................................................................. 16 4.18Award of Contract Criteria ............................................................ 16 4.19NACER‟s right to Accept Any Bid and to reject any or All Bids ...... 16 4.20Notification of Award .................................................................... 17 4.21Order ............................................................................................ 17 4.22Signing of Contract ....................................................................... 17 4.23Bank Guarantee ............................................................................ 17 4.24Service Level Agreement .............................................................. 18 4.25Use of Contract Documents and Information ................................ 18 4.26Patent Rights ................................................................................ 18 4.27Uptime Calculation: ...................................................................... 18 4.28Other Penalties ............................................................................. 18 4.29Operationalising the Services ....................................................... 18 4.30Termination of Contract ................................................................ 19 4.31Force Majeure ............................................................................... 19 4.32Jurisdiction ................................................................................... 19

3

4.33Indemnity ..................................................................................... 20 4.34Compliance with Statutory and Regulatory Provisions ................. 20 4.35Taxes and Duties .......................................................................... 20 4.36Payment Terms and Rates ............................................................ 21

PART 5 : Scope of Work: ......................................................................... 21

5.1.1Broad level scope: ....................................................................... 21 5.1.2Detailed scope: ............................................................................ 21 5.1.3Functional flow: ........................................................................... 23 5.1.4Integration with existing MIS:..................................................... 24 5.1.5Proof of Concept (PoC): ............................................................... 24 5.1.6Implementation and Rollout: ....................................................... 24 5.1.7Testing in UAT & Customization ................................................... 24 5.1.8Pilot Implementation ................................................................... 25 5.1.9Final Rollout ................................................................................ 25

PART: 6 Cost Details / AMC/ ATS ........................................................... 25

PART 7 : TECHNICAL & FUNCTIONAL SPECIFICATIONS (TFS) ................ 25

PART 8 - FORMS AND ANNEXURES ....................................................... 28

4

Bid Details in Brief

Sl. No. Description Details

1. RFP No. and date

1/2016-17 dated 29.06.2016

2. Brief Description of the RFP

Supply, Installation, Commissioning

and Maintenance of Biometric

Attendance System

3. NACER‟s Address for Communication

and Submission of Tender

National Centre for Excellence of

RSETIs (NACER)

(Under the aegis of MoRD, Govt. of

India)

„Renukaleela‟, No.1210, 1st Floor,

80 Feet Road, Chandra Layout

Bengaluru – 560 040

Tel –080 – 49594407/ 9481301449

Email: [email protected]

4. Date of Issue 29.06.2016

5. Last Date of Submission of Queries

for Pre Bid Meeting 11/07/2016 5.00pm

6. Date of Pre Bid Meeting 14/07/2016 3.00pm

7. Last Date of Submission of Bids 28/07/2016 3.00 PM

8. Date and time of Opening of Part A-

Conformity to Eligibility Criteria. 28/07/2016 4.30 PM

9. Date and time of Opening of Part-B-

Technical Proposal. 30/07/2016 3.30 PM

10. Date and time opening of

Commercial bid / Reverse Auction Will be intimated at a later date.

11. Application Fees (Non-Refundable) Rs. 10,000 /-

12. Earnest Money Deposit(Refundable) Rs. 3,00,000 /-

This document can be downloaded from our website http://www.nacer.in. In that

event, the bidders should pay the Application Fee for tender document by means of

DD drawn on any scheduled Commercial Bank for the above amount drawn in favour

of NACER , payable at Bangalore and submit the same along with the Bid document.

5

Abbreviations used in this Document: 1 AMC Annual Maintenance Contract

2 ATS Application Tracking System

3 BG Bank Guarantee

4 BOM Bill of Material

5 CAS Central Authentication Server

6 CIDR Central Identity Data Repository

7 CST Central Sales Tax

8 DC Data Centre

9 DD Demand Draft

10 DRC Disaster Recovery Centre

11 EMD Earnest Money Deposit

12 HO Head Office

13 ISO International Organization for Standardization

14 LAN Local Area Network

15 LD Liquidated Damage

16 LST Local Service Tax

17 OEM Original Equipment Manufacturer

18 OS Operating System

19 POC Proof of Concept

20 RFP Request for Proposal [Interalia the term „Tender‟ is also used]

21 STQC Standardization Testing & Quality Certification

22 VAT Value Added Tax

23 NACER National Centre for Excellence of RSETIs

24 RSETIs Rural Self Employment Training Institutes

25 RUDSETIs Rural Development Self Employment Training Institutes

26 NAR National Academy of RUDSETI

27 TFS Technical and Functional Specifications

28 SDRs State Directors for RSETIs

29 AUA AADHAAR Authentication user Agency

30 ASA Authentication Service Agency

31 FP Finger Print

32 UIADI Unique Identification Authority of India

33 AADHAAR 12-digit unique identity number for the residents of India

34 MAF Manufacturer Authorization Form

35 SDK Software Development Kit

36 FLM/SLM First Line Maintenance/ Second Line Maintenance

37 RTI/LTI/RII Right Thumb Impression/Left Thumb Impression/Right Index Finger Impression

6

Sub: Request For Proposal (RFP) for Supply, Installation and Maintenance of Enterprise Biometric

Authentication based Attendance System with 2 years AMC after free warranty period of Three years.

INTRODUCTION

The office of National Centre for Excellence of RSETIs (NACER), an extended arm of National Academy of

RUDSETI (NAR), which is registered as Trust under the Trust Act, was established at Bangalore on

29.07.2011 to provide an effective mechanism for mentoring and monitoring the activities of RSETIs and

to ensure that all the RSETIs inculcate the best practices of RUDSETI and adopt its ethos and values and

work on the lines of best performing RUDSETIs in the Country.

NACER is headed by National Director for RSETIs (NDR), for all-round monitoring and mentoring functions

of RSETIs pan India. State Directors for RSETIs (SDRs) at State level do the monitoring and mentoring

work for all the RSETIs and coordinate with stakeholders in their command area covering 25-30 RSETIs in

a State. 583 RSETIs across the country are functional and each unit is headed by a Director duly

supported by faculty members, office assistants and attenders.

The office of NACER is located at the following address:

National Centre for Excellence of RSETIs (NACER)

(Under the aegis of MoRD, Govt. of India)

„Renukaleela‟, No.1210, 1st Floor,

80 Feet Road, Chandra Layout

BENGALURU – 560 040

e-mail : [email protected] Phone : 080- 49594407, Mobile: 9481301449

ABOUT THE RFP

NACER wishes to introduce Biometric Attendance System in its office at Bengaluru and all RSETIs spread

across the Country. In this connection, NACER invites sealed offers (subject to „Conformity to Eligibility

Criteria‟, „Technical Proposal‟ and „Commercial Bid‟) for Supply, Installation & Commissioning of Biometric

Attendance System at NACER Office and RSETIs spread across the Country as per the Terms & Conditions,

Technical Specifications and Scope of Work described elsewhere in this document.

In this RFP the term „National Centre for Excellence of RSETIs‟ is referred to as NACER, which term or

expression unless excluded by or repugnant to context or the meaning thereof, shall be deemed to include

its successors and permitted assigns, issues this Request For Proposal hereinafter called the “RFP”. A

vendor submitting the proposal in response to RFP for Supply, Installation, Commissioning and

Maintenance of Biometric Attendance System shall hereafter be referred to as “Bidder”.

The RFP document is not a recommendation, offer or invitation to enter into a contract agreement or any

other arrangement in respect of the services. The provision of the services is subject to observance of

selection process and appropriate documentation being agreed between NACER and successful bidder as

identified by NACER after completion of the selection process.

Definitions:

a) „NACER‟ means, unless excluded by and repugnant to context or the meaning thereof, shall mean

„National Centre for Excellence of RSETIs‟, described in more detail in paragraph 1 above and which

has invited bids under this Request For Proposal and shall be deemed to include it successors and

permitted assigns.

b) RFP means this Request for Proposal prepared by NACER for selection of service provider.

c) „Bidder‟ means a vendor submitting the proposal in response to this RFP.

7

d) „Solution‟ means Supply, Installation and Commissioning of Biometric Attendance System in NACER

Office & RSETIs as per this RFP.

e) „Contract‟ means the agreement signed by successful bidder and NACER at the conclusion of

bidding process.

f) „Proposal‟ means that Technical proposal and Financial proposal as per the formats prescribed in

the RFP.

g) „Successful Bidder‟/‟ L1 Bidder‟ means the bidder who is found to be the lowest bidder after

conclusion of the bidding process including the reverse auction if any, subject to compliance to all

the condition of the RFP, etc.

h) „Contractor‟ the successful bidder on whom the purchase order is placed by NACER.

Objective

NACER intends to introduce Biometric Attendance System in NACER Office, Bengaluru & RSETIs spread

across the Country. NACER proposes to select one or more vendor who can Supply, Install, Commission

and Maintain Biometric Attendance System for a period of 5 years (3 years free warranty and 2 years

AMC).

PART 1: REQUEST FOR PROPOSAL

1.1. This Request for Proposal (RFP) is floated inviting vendors to provide Biometric Attendance Solution to NACER

Office and the Rural Self Employment Training Institutes (RSETIs) represented by NACER that includes

supply, installation, integration and operationalizing a suitable Biometric Attendance Solution, Application

Servers and Finger Print Devices across the RSETIs (as mentioned under para 4.1 of this RFP) in India for

their candidates, employees and other authorized persons and NACER Office.

1.2. Schedule

Date of release of New Request for Proposal 29/06/2016

Last Date for submission of Pre-bid Queries 11/07/2016 5.00pm

Date of Pre- Bid Meeting 14/07/2016 3.00pm

Last Date and Time for Receipt of Bids 28/07/2016 3.00 PM

Date & time for opening of Conformity to Eligibility Criteria 28/07/2016 4.30 PM

Date & Time of opening of Technical Bids 30/07/2016 3.30 PM

Date and time of opening commercial Bid / Reverse Auction Will be intimated at a later date

Contact official/s at NACER (1) H. L. Govardhana: 09900759335 (2) V.K. Kalkundri: 09449860103

Office: 9481301449/080-49594407

e-mail : [email protected]

1.3. NACER reserves the right to change the dates, timings mentioned above or elsewhere mentioned in the RFP,

which will be communicated by placing the same as corrigendum under Tender section on NACER‟s web-site.

8

PART 2: DISCLAIMER

a) The information contained in this RFP document or any information provided subsequently to Bidder(s)

whether verbally or in documentary form by or on behalf of the NACER, is provided to the Bidder(s) on the

terms and conditions set out in this RFP document and all other terms and conditions subject to which such

information is provided.

b) This RFP is neither an agreement nor an offer and is only an invitation by NACER to the interested parties

for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the

formulation of their proposals. This RFP does not claim to contain all the information each bidder may

require. Each Bidder should conduct its own investigations and analysis and should check the accuracy,

reliability and completeness of the information in this RFP and where necessary obtain independent advice.

NACER makes no representation or warranty and shall incur no liability under any law, statute, rules or

regulations as to the accuracy, reliability or completeness of this RFP. NACER may in its absolute discretion,

but without being under any obligation to do so, update, amend or supplement the information in this RFP.

c) This is not an offer by the NACER but only an invitation to bid in the selection process initiated by the

NACER. No contractual obligation whatsoever shall arise from the RFP process until a formal contract is

executed by the duly authorised signatory of the NACER and the Bidder.

d) Any notice to the bidders, pertaining to any aspect of RFP or contract thereafter will be given by E-mail /

speed post.

PART 3 ELIGIBILITY CRITERIA

Sl

No

Criteria Documents to be submitted

1 The bidder is registered as IT / ITES company in

India as per Company Act 1956 and should have

been in existence for a period of at least 3 years as

on date of RFP.

Copy of Certificate of Incorporation and Certificate

of Commencement of business in case of Public

Limited Company or Certificate of incorporation in

case Private Limited Company, issued by the

Registrar of Companies.

2 The bidder should be the owner or

Certified/authorized agent or partner of OEM for the

Solution offered. He should provide support/

maintenance /up-gradation during the period of

contract with the NACER.

If the Bidder is not the solution owner, letter from

the Solution owner authorizing the bidder to

participate in the tender and undertake to provide

necessary maintenance and support during the

contract period. If the bidder is an authorized

agent, Authorization letter to be submitted.

3 The Bidder has registered a turnover of at least Rs.

25 Crores for the last three (3) financial years.

Audited Balance Sheet and P&L account for the

last three years.

Certificate from Chartered Accountant certifying

the IT related business turnover of last three

years

4 The bidder has registered net profit (after tax) in the

immediate preceding three (3) financial years (not

inclusive of associate companies)

Copy of the audited Balance sheet showing the

Net Profit and positive Net Worth.

5 The bidder should have supplied, installed and

commissioned similar type of Biometric

authentication based Solution of minimum 3

projects, to any of the Banks / Insurance Companies

Certificate from the customer where the solution

is implemented and currently running, to be

produced.

9

/ Government Organisation / Financial Institutions in

India in the past. Bidder should provide Purchase

order copies for the same.

6 Bidder should provide only the latest models.

Bidder should ensure that the spares required for

Servers/Hardware are available for at least next 3

years.

A declaration to this effect is to be provided by

the bidder. If bidder is not the solution owner,

such Declaration should be provided from OEM.

7 Bidder should not have been debarred/ black listed

by any Government / Statutory / Regulatory / Banks

/ Insurance Cos, in the last two years

A self-declaration by solution owner to be

provided

8 The bidder should be an ISO 9001:2008 certified

company with valid certificate

Copies of the Certificates to be attached

Please note

i. “In a tender either the Indian Agent on behalf of the Principal/OEM or Principal /OEM itself can bid but both cannot bid simultaneously for the same item / product in the same tender.

ii. If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit a bid on behalf of another principal / OEM in the same tender for the same item /product.”

PART 4: TERMS AND CONDITIONS OF CONTRACT

4.1 Installation locations:

4.1.1 The Biometric Devices are to be installed in NACER Office, Bengaluru and all RSETIs spread across the

Country. To arrive at the sizing of Hardware/Software required for the solution to be provided, requirement details are

provided here below;

Sl. No No of Units No of Concurrent Users

1 Enterprise class Biometric Authentication based Attendance System with licenses supporting 585 named users

1 + DR

2 Hardware, OS, Database and environment software required if any

2

3 Total Number of Biometric Devices (to be

installed at 585 RSETIs)

1170 45,000

4 Total Number of Biometric Devices to be installed

at NACER Office

2 50

4.2 Period of Contract

4.2.1 The Bidder should commit to provide the services detailed in this document for a period of 5 years inclusive of

3 years warranty and 2 years AMC. An undertaking to this commitment should form part of the Technical proposal.

10

4.3 Bid Document Availability and Cost of Bidding

4.3.1 Bid document availability

The Bidding Document may be obtained from the NACER or downloaded from NACER‟s Website www.nacer.in and

the bid should be submitted on or before the due date and time brought out in the bidding document at the address

given below:

The National Director for RSETIs

National Centre for Excellence of RSETIs (NACER) (Under the aegis of MoRD, Govt. of India) „Renukaleela‟, No.1210, 1st Floor, 80 Feet Road, Chandra Layout

Bengaluru – 560 040 KARNATAKA STATE

e-mail : [email protected] Phone : 080- 49594407, Mobile: 9481301449

Bidders should note that all the information required by the NACER in RFP needs to be provided. Incomplete

information may lead to non-selection.

4.3.2 Cost of Bidding

This Bid document can be downloaded from NACER‟s web site http://www.nacer.in. In that event, the bidders should

pay the application fee of Rs.10,000/-for tender document by means of DD drawn on any Scheduled Commercial Bank

for the above amount in favour of NACER ,payable at Bengaluru and submit the same along with the Part –I eligibility

Criteria. The amount will not be refunded to any prospective bidder under any circumstances including

cancellation of RFP or procurement process at any stage. If the tender/bid document is not accompanied

with the non-refundable application fee of Rs.10,000/- as cited above, the bid is liable for rejection.

The Bidder shall bear all costs associated with the preparation and submission of its Bid and the NACER will in no case

be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

4.3.3 Clarification to RFP and Pre-Bid Queries:

The bidder should carefully examine and understand the specifications, terms and conditions of the RFP and may seek

clarifications, if required. The bidders in all such cases seek clarification in writing in an Excel document (.XLS) in the same serial order of that of the RFP by mentioning the relevant page number and clause number of the RFP. The soft

copy of the pre Bid queries should be sent by e-mail to [email protected]. The pre-bid query should be STRICTLY in

the following format;

Sl No Page No. RFP Clause No. RFP Clause Bidders Query

The queries submitted in other format will not be entertained.

4.4 Format and Signing of Bid

4.4.1 Each bid shall be submitted in the following 3 (three) parts:

a. Part I - Conformity to Eligibility Criteria

b. Part II - Technical Proposal

c. Part III - Price Bid (Financial Bid)

The three parts should be in three separate covers, each superscribed with the name of the Project as well as

“Conformity to Eligibility Criteria”, “Technical Proposal” and “Price Bid” as the case may be.

11

4.4.2 The Bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the

Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un-

amended printed literature.

4.4.3 Any inter-lineation, erasures or overwriting shall be valid only if they are initialled by the person signing the

Bids. The NACER reserves the right to reject bids not conforming to above.

4.5 Documents Comprising the Bid

4.5.1 The envelope containing the “Conformity to Eligibility Criteria” should contain the following:

a. Point-wise compliance to the requirements as mentioned in Eligibility Criteria in Part – 3 of this RFP. (as per

Format 8.2)

b. All supportive documents evidencing conformity to each eligibility criteria.

c. The Demand Draft of Rs. 10000- favouring NACER payable at Bangalore being the application fee in terms

of clause 4.3.2 of the RFP.

d. Bid Security deposit (refundable) of Rs.3 Lakhs (Rupees Three Lakhs only).

4.5.2 Envelope comprising the Technical Proposal should contain the following:

a. Offer Letter as per Format 8.1

b. Conformity to Scope of Work 8.3

c. Conformity to Technical Specifications 8.4

d. Bidder Organization details as per format 8.5 along with enclosures for the information requested therein.

e. Track Record of past operations as per Format 8.6

f. Service Support details as per Format 8.7

g. Non-Disclosure agreement 8.8

h. Undertaking of Scope of Work (Format 8.9)

i. Manufacturer‟s Authorization (Form 8.10)

j. Technical Specification of Biometric Devices as per Part- 7 of this RFP.

k. BG / Demand Draft for Bid Security for amount of Rs.3.00 Lakhs.

l. Undertaking letter for Commercial Payment as per Format 8.14

m. Undertaking letter for Supply of Servers as per Format 8.15

n. Undertaking letter for Govt. Rules- Daily wages as per Format 8.16

o. The masked Price Offer should be enclosed to the Technical Offer as per Part 6. This table should not

contain any price information.

p. Compliance to each clause mentioned in Part 4- Terms & Conditions.

q. Any other document for the information required as per the terms of RFP.

r. A full description of the Technical Solution and its compliance which should provide an acceptable solution

as described in PART 7 Technical & Functional Specifications in the form of literature, drawing and data.

While submitting the Technical Bid, literature on the software / hardware if any, should be segregated and kept

together in one section / lot. The other papers like Bid Security, Forms as mentioned above etc., should form the main

section and should be submitted in one lot, separate from the section containing literature and annual accounts.

Any Technical Proposal not containing the above will be rejected. The Technical Proposal should not contain any price

information; such proposal will be rejected.

4.5.3 Documents comprising Price Bid Envelope should be prepared as per the Format in Part 6 as furnished in the

Bidding documents duly signed by the Bidder and completed. Price bids containing any deviations or similar clauses

will be summarily rejected.

12

4.5.4 The Bidder shall submit all three (Conformity to Eligibility Criteria, Technical Proposal and Price Bid) Envelopes

simultaneously to the NACER at the address given above in Clause 4.3.1. Bids are liable to be rejected if only one (i.e.

Technical Proposal or Price Proposal) is received.

4.5.5 Please note to submit the non-refundable application fee of Rs. 10,000/- by means of a demand draft/pay

order favouring NACER payable at Bengaluru in a separate envelope while submitting the Bid. Bids are liable to be

rejected if the same is not received.

4.6 Content of Bidding Document

4.6.1 The products required, Bidding procedures, and contract terms are prescribed in the Bidding Documents. The

Bidding Documents include:

Part 1 - Request for Proposal (RFP)

Part 2 - Disclaimer

Part 3 - Eligibility Criteria

Part 4 - Terms and Conditions of Contract (TCC)

Part 5 - Scope of Work for Biometric Devices

Part 6 - Price Bid

Part 7 - Technical & Functional Specifications (TFS)

Part 8 - Other Forms and Annexure

4.6.2 The bidder is expected to examine all instructions, forms, terms and specifications in the RFP. Failure to

furnish all information required or to submit a Bid not substantially responsive to the RFP in every respect will be at

the Bidder‟s risk and may result in the rejection of the Bid.

4.7 Amendment of Bidding Document

4.7.1 At any time prior to the deadline for submission of Bids, the NACER, for any reason, whether, at its own

initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Document, by

amendment.

4.7.2 Notification of amendments will be put up on the NACER‟s Website and will be binding on all Bidders. No

separate communication or paper publication will be done for the same.

4.7.3 In order to allow prospective Bidders reasonable time to take the amendment into account in preparing their

Bids, the NACER, at its discretion, may extend the deadline for a reasonable period as decided by the NACER for the

submission of Bids and the same will be published in the website of NACER.

4.8 Bid Prices 4.8.1 The prices indicated in the Price Schedule shall be entered in the following manner;

a. The Price offered to the NACER must be in Indian Rupees and inclusive of Duties/Insurance/Freight and exclusive of all taxes like CST / LST / VAT/ Octroi /Entry Tax etc. The Vendor has to quote the applicable

taxes separately.

b. The item value along with CST/VAT should be claimed in the invoice, location wise and CST/VAT will be paid in actual at our end. However please note that taxes will be paid to the maximum of taxes indicated in the Bill of Material. Octroi / Entry Tax, if applicable, will also be paid / reimbursed by NACER centrally on production of original payment receipt from the respective location where the items were delivered.

13

c. The Octroi / Entry Tax will have to be claimed separately submitting the original Octroi/entry tax paid receipt location wise and it should be claimed before/within the installation payment.

d. No escalation in price quoted is permitted for any reason whatsoever. Prices quoted must be firm till the

completion of the contract including warranty period.

e. From the date of placing the order till the delivery of the systems, if any changes are brought in the duties such as excise/customs etc., by the Government resulting in reduction of the cost of the systems, the benefit arising out of such reduction shall be passed on to the NACER.

f. Applicable Taxes will be paid at actual to the maximum of taxes indicated in the Bill of Material. If there is

any delay in delivery of the hardware ordered on account of the Bidder, then any increase in tax rate has to be borne by the bidder. However, if any decrease in the tax rates, then the taxes at actual will be paid.

g. If any of the deliverable product, mainly, Hardware, software, Service/Support etc. has both VAT and Service Tax, the bidder has to indicate the Goods component with percentage of VAT and Services Component with Service Tax involved. The Goods Component + Services Component should be limited to 100% of the Cost Price. For example, if Goods Component is 60% then, the Services Component cannot

be more than 40%. 4.8.2. Prices quoted by the Bidder shall be fixed during the period of the Contract and shall not be subject to

variation on any account, including exchange rate fluctuations, changes in taxes, duties, levies, charges etc. A Bid

submitted with an adjustable price quotation will be treated as non-responsive and will be rejected. In case of any

new tax on the services rendered by the vendor being introduced subsequently, the cost will be borne by the NACER.

4.9 Bid Currency

Bids are to be quoted in Indian Rupees (INR) only.

4.10 Bid Security

4.10.1 The Bid Security Deposit amount is Rs.3 Lakhs (Rupees Three Lakhs only) and valid for 1 year from the date

of submission of bid with a claim period of 3 months.

4.10.2 The Bidder shall furnish, as part of its Bid, a Bid security amounting to Rs. 3.00 Lakhs (Format 8.13).The Bid

security is required to protect the NACER against the risk of Bidder‟s conduct, which would warrant the security‟s

forfeiture.

4.10.3 The Bid security shall be denominated in Indian Rupees and shall be in the form of a Bank guarantee issued

by another Public Sector / Private Sector Bank in India, acceptable to the NACER, in the form as per Format 8.13

provided in the Bid.

4.10.4 Any Bid not secured, as above, will be rejected by the NACER, as non-responsive.

4.10.5 Unsuccessful bidders‟ Bid Security will be discharged or returned not later than Fifteen (15) days from the

date of declaring L1 vendor.

4.10.6 The successful Bidder‟s Bid security will be discharged upon the Bidder signing the Contract as per Format 8.11

and furnishing the Bank Guarantee as per Format 8.12.

4.10.7 The Bid security may be forfeited;

a) if a Bidder withdraws or amends its Bid during the period of Bid validity specified by the Bidder on the

Bid Form; or

14

b) if a Bidder makes any statement or encloses any form which turns out to be false/incorrect at any time

prior to signing of Contract; or

c) in the case of a successful Bidder, if the Bidder fails;

(i) to sign the Contract within the specified period; or

(ii) to furnish Bank Guarantee,

4.11 Period of Validity of Bids

4.11.1 Bids shall remain valid for 90 days from the date of opening of the Bid. A Bid valid for a shorter period may

be rejected by the NACER as non-responsive.

4.11.2 In exceptional circumstances, the NACER may seek the Bidders‟ consent for extension of the period of validity.

The request and the responses thereto shall be made in writing. The Bid security provided shall also be suitably

extended. A Bidder may refuse the request without forfeiting its Bid security.

4.12 Sealing and Marking of Bids

4.12.1 The Bidders‟ shall seal one envelope each of “Conformity to Eligibility Criteria”, “Technical Bid” and “Price Bid”

and the three envelopes shall be enclosed and sealed in one outer envelope. The Bidder should additionally submit

soft copies of the Technical Bid documents & Specifications in the form of CD separately. The inner and outer

envelopes shall bear the Project Name as under:

For Conformity to Eligibility Criteria: "For Supply, Installation, Integration and Operationalizing a Suitable

Biometric Attendance Solution in RSETIs and NACER office – Eligibility Criteria Ref: RFP 1/2016-17 dated

29.06.2016.”

For Technical Bid: "For Supply, Installation, Integration and Operationalizing a Suitable Biometric

Attendance Solution in NACER Office and RSETIs – Technical Bid Criteria Ref: RFP No:1/2016-17 dated

29.06.2016.”

The Technical Bid should contain following:

a. Offer Letter as per Format 8.1

b. Conformity to Scope of Work 8.3

c. Conformity to Technical Specifications 8.4

d. Bidder Organization details as per format 8.5 along with enclosures for the information requested therein.

e. Track Record of past operations as per Format 8.6

f. Service Support details as per Format 8.7

g. Non-Disclosure agreement 8.8

h. Undertaking of Scope of Work (Format 8.9)

i. Manufacturer‟s Authorization (Form 8.10)

j. Technical Specification of Biometric Devices as per Part- 7 of this RFP.

k. BG / Demand Draft for Bid Security for amount of Rs.3.00 Lakhs.

l. Undertaking letter for Commercial Payment as per Format 8.14

m. Undertaking letter for Supply of Servers as per Format 8.15

n. Undertaking letter for Govt. Rules- Daily wages as per Format 8.16

o. The masked Price Offer should be enclosed to the Technical Offer as per Part 6. This table should not

contain any price information.

p. Compliance to each clauses mentioned in Part 4- Terms & Conditions.

q. Any other document for the information required as per the terms of RFP.

15

r. A full description of the Technical Solution and its compliance which should provide an acceptable solution

as described in PART 7 Technical & Functional Specifications in the form of literature, drawing and data.

s. For Price Bid : “For Supply, Installation, Integration and Operationalizing a Suitable Biometric

Attendance Solution in RSETIs and NACER Office – Price Bid Ref: RFP No:1/2016-17 dated 29.06.2016”

4.12.2 If the outer envelope is not sealed and marked, the NACER will assume no responsibility for the Bid‟s

misplacement or premature opening.

4.13 Last Date for Submission of Bids 4.13.1 Bids should be received by the NACER at the address specified, not later than the date and time specified in

the Invitation to Bid. Any Bid received after the Date and Time specified for submission of Bids will be rejected and

returned unopened to the Bidder.

4.13.2 The NACER may, at its discretion, extend this Date for the submission of Bids by amending the Bid

Documents, in which case, all rights and obligations of the NACER and Bidders previously subject to the Date and

Time will thereafter be subject to the deadline as extended.

4.13.3 The representative who is attending the bid opening should provide an authorisation letter for attending the

same from the bidder.

4.14 Opening of Technical Bid

4.14.1 Technical Bids will be opened in the presence of authorized representatives of the bidders.

4.14.2 The Bidders‟ names, withdrawals and the presence or absence of requisite Bid Security and such other details

as the NACER, at its discretion, may consider appropriate, will be announced at the time of Technical Bid opening. No

bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder.

4.15 Preliminary Examination

4.15.1 The NACER will examine the Bids to determine whether they are complete, required formats have been

furnished, the documents have been properly signed, and the Bids are generally in order.

4.15.2 The NACER may, at its discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid, which

does not, in the opinion of NACER, constitute a material deviation.

4.15.3 The NACER will first examine whether the Bid and the Bidder is eligible in terms of Part 3 – Eligibility Criteria.

4.15.4 Prior to technical evaluation, the NACER will determine the responsiveness of each Bid to the Bidding

Document. For purposes of these Clauses, a responsive Bid is one, which conforms to all the terms and conditions of

the Bidding Document without material deviations. Deviations from, or objections or reservations to critical provisions,

such as those concerning Bid Security, Applicable Law, Bank Guarantee, Eligibility Criteria, Insurance, warranty, AMC

and Force Majeure will be deemed to be a material deviation.

4.15.5 The NACER‟s determination of a Bid‟s responsiveness will be based on the contents of the Bid itself, without

recourse to extrinsic evidence.

4.15.6 If a Bid is not responsive, it will be rejected by the NACER and may not subsequently be made responsive by

the Bidder by correction of the non-conformity.

4.16 Technical Evaluation 4.16.1 Bids of only those Bidders who have been found to be in conformity of the eligibility terms and conditions

during the preliminary evaluation would be taken up by the NACER for further detailed evaluation. The Bidders who do

not meet the eligibility criteria and all terms during preliminary examination will not be taken up for further

16

evaluation.

4.16.2 The NACER may use the services of external consultants for technical evaluation.

4.16.3 The NACER reserves the right to evaluate the bids on technical & functional parameters including visit to

inspect live site/s of the bidder and witness demos of the system and verify functionalities, response times, etc., at

the cost of the bidder. The technical bids will be evaluated inter alia on the basis of the following key criteria;

a) Ability of the proposed Biometric Solution to meet functional requirements outlined in this document.

b) Compliance with technical specifications laid down in the RFP.

c) Bidder /subcontractor's support facilities.

d) Project management capabilities of the Bidder.

e) Project management capabilities of the subcontractors, agents and partners of the Bidder.

f) Bidder and his subcontractor's experience / expertise with respect to the scope of work laid down in the

RFP.

g) Availability of Managed Services Centre with a DR setup owned by the Bidder / sub-contractor and its

capacity to take additional Biometric Devices.

4.16.4 Bidders who fulfil all qualifications mentioned in Part 3 of Eligibility Criteria of this RFP are eligible to

participate in this tender process.

4.16.5 NACER will evaluate the technical and functional specification of all the equipment‟s quoted by the Bidder.

4.16.6 NACER reserves the right to waive any of the Technical and Functional Specification during technical

evaluation if in the NACER‟s Opinion it is found to be minor/deviation or acceptable deviation.

4.16.7 During evaluation of the Bids, the NACER at its discretion may ask a bidder for any clarification of its bid.

The request for clarification and the response shall be in writing, and no change in the price or substance of the bid

shall be sought, offered or permitted.

4.16.8 Bidders may be called to give presentation of their solutions with its capabilities at their own cost, which will

be taken into account for technical evaluation of the Bidders.

4.17 Contacting the NACER

4.17.1 No Bidder shall contact the NACER on any matter relating to its Bid, from the time of opening of Price Bid to

the time the Contract is awarded.

4.17.2 Any effort by a Bidder to influence the NACER in its decisions on Bid evaluation, Bid comparison or contract

award may result in the rejection of the Bidder‟s Bid, including forfeiture of the Bid Money.

4.18 Award of Contract Criteria

4.18.1 The NACER will award the Contract to the successful Bidder who has been determined to qualify to perform

the Contract satisfactorily, and whose Bid has been determined to be responsive, and is the lowest price bid.123

4.19 NACER‟s right to Accept Any Bid and to reject any or All Bids

4.19.1 The NACER reserves the right to accept or reject any Bid /offer received in part or in full, and to cancel the

Bidding process and reject all Bids at any time prior to contract of award, without thereby incurring any liability to the

affected or Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the NACER‟s

action.

17

4.19.2 NACER reserves the right to reject any Bid on security and other considerations without assigning any reason.

4.19.3 NACER reserves the right to cancel the entire Bidding/Procurement process at any stage without assigning any

reason whatsoever.

4.20 Notification of Award

4.20.1 Prior to expiration of the period of Bid validity, the NACER will notify the successful Bidder/s in writing or by e-

mail, that its Bid has been accepted.

4.20.2 The notification of award will constitute the formation of the Contract.

4.20.3 Upon notification of award to the L1 Bidder, the NACER will promptly notify each unsuccessful Bidder and will

discharge its Bid Security.

4.20.4 After identification of L1 Bidder / multiple Bidders, NACER will follow its internal procedure for necessary

approvals and thereafter proceed with notification of award to L1 / Multiple Bidders as the case may be.

4.21 Order The order will be placed exclusively with the L-1 bidder. In case the NACER decides to terminate the contract (please

refer to clause 4.34), the entire / unexecuted part of Purchase Order will be offered to the L-2 bidder provided the L-2

bidder is willing to match the L-1 price. If, however, the L-2 bidder is not willing to match the L-1 price, the order will

be cancelled and fresh tender floated by the NACER.

The Selected bidder has to accept the Purchase Order within 7 days from the date of receipt of Purchase order.

4.22 Signing of Contract

4.22.1 At the same time as the NACER notifies the successful Bidder that its Bid has been accepted, the NACER will

send the Bidder the Contract Form as per Format 8.11.

4.22.2 The contract shall be written in English. All correspondence and other documents pertaining to the contract

that are exchanged between the parties shall be in English only.

4.22.3 The contract agreement shall be signed by the bidder within 15 days from the date of purchase order.

4.23 Bank Guarantee

4.23.1 The selected vendor will be required to submit a Performance Guarantee for an amount calculated @ 10% of

the order value for the entire contract period of 3 years in the required format within 21 days from the Date of

Contract. The Guarantee will be discharged by the NACER on satisfactory completion of the vendor‟s obligations.

4.23.2 The proceeds of the Bank Guarantee shall be payable to NACER as compensation for any loss resulting from

the Vendor‟s failure to complete its obligations under the Contract.

4.23.3 The Bank Guarantee shall be denominated in Indian Rupees and shall be issued by a Scheduled Commercial

Bank in India, acceptable to the NACER in the Format 8.12.

4.23.4 Failure of the successful Bidder to sign the contract and return it to NACER within 21 days from the date of

Purchase order shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security.

18

4.24 Service Level Agreement (SLA)

The selected Vendor shall enter into Service Level Agreement, containing all the Terms and Conditions of this tender

including confidentiality, non-disclosure and penalty clauses, with the NACER for a period of 3 years from the date of

signing of the Contract.

4.25 Use of Contract Documents and Information

4.25.1 The Vendor shall not, without the NACER‟s prior written consent, disclose the Contract, or any provision

thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the NACER in

connection therewith, to any person other than a person employed by the Vendor in the performance of the Contract.

Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary

for purposes of such performance.

4.25.2 The Vendor shall not, without the NACER‟s prior written consent, make use of any document or information for

purposes of performing the Contract.

4.25.3 Any document, other than the Contract itself, shall remain the property of the NACER and shall be returned (in

all copies) to the NACER on completion of the Vendor‟s performance under the Contract, if so required by the NACER.

4.25.4 The successful Bidders shall submit a non-disclosure agreement as per Format 8.6 on non-judicial stamp paper

of appropriate value before signing the contract.

4.26 Patent Rights In the event of any claim asserted by a third party of infringement of copyright, patent, trademark, industrial design

rights, etc., arising from the use of the Goods or any part thereof in India, the Vendor shall act expeditiously to

extinguish such claim. If the Vendor fails to comply and the NACER is required to pay compensation to a third party

resulting from such infringement, the Vendor shall be responsible for the compensation to claimant including all

expenses, court costs, lawyer fees etc. The NACER will give notice to the Vendor of such claim, if it is made, without

delay. The Vendor shall indemnify the NACER against all third party claims.

4.27 Uptime Calculation: The Biometric solution should be available on 24x7 basis and there should be an uptime of 99.5%.

4.28 Other Penalties Any delay in supply of Biometric devices beyond the target date will attract a penalty of Rs.20/- per week per

Biometric Device with a Maximum penalty of 2% of the Total Project cost. The Target Date shall be the date on which

the UAT is completed.

4.29 Operationalizing the Services 4.29.1 The Vendor shall be responsible for operationalizing all the services stipulated under this RFP within 6 months

from the date of Purchase order. The Vendor shall operationalize the Biometric Devices in a phased manner at RSETIs

/ NACER office in consultation with the NACER.

4.29.2 The vendor is required to supply the Biometric Devices with the specifications as detailed in the Part 7 of this

RFP.

19

4.30 Termination of Contract

4.30.1 NACER reserves the right to cancel the entire / unexecuted part of Purchase Order at any time by

without assigning appropriate reasons in the event of one or more of the following conditions:

a) Non-satisfactory performance of the Vendor during implementation and operation.

b) Failure to integrate / implement the project as per the requirements of the NACER.

c) Serious discrepancies noted in the implementation of the project.

d) Breaches in the terms and conditions of the Order.

e) The vendor or his contractors are found to be indulging in unfair practices/committing frauds.

f) The NACER suffers a reputation loss on account of any activity of the vendor.

g) The vendor becomes bankrupt / insolvent. In this event, termination will be without

compensation to the Bidder, provided that such termination will not prejudice or affect any right

of action or remedy which has accrued or will accrue thereafter to the NACER.

4.30.2 In addition to the cancellation of purchase order, the NACER reserves its right to invoke the Bank

Guarantee given by the bidder.

4.31 Force Majeure:

4.31.1 The Vendor or the NACER shall not be liable for default or non-performance of the obligations

under the contract, if such default or non-performance of the obligations under this contract is caused by

any reason or circumstances or occurrences beyond the control of the Vendor or the NACER, i.e. Force

Majeure. For the purpose of this clause, “Force Majeure” shall mean an event beyond the control of the

parties, due to or as a result of or caused by act of God, wars, insurrections, riots, earth quake and fire,

revolutions, floods, epidemics, quarantine restrictions, trade embargos, declared general strikes in

relevant industries, satellite failure, act of Govt. of India, events not foreseeable but does not include any

fault or negligence or carelessness on the part of the parties, resulting in such a situation. In the event of

any such intervening Force Majeure, either party shall notify the other in writing of such circumstances or

the cause thereof immediately within five calendar days. Unless otherwise directed by the NACER, the

Vendor shall continue to perform/render/discharge other obligations as far as they can reasonably be

attended/fulfilled and shall seek all reasonable alternative means for performance affected by the Event of

Force Majeure.

4.31.2 In such a case, the time for performance shall be extended by a period(s) not less than the

duration of such delay. If the duration of delay continues beyond a period of 90 days, the NACER and the

Vendor shall hold consultations with each other in an endeavor to find a solution to the problem.

Notwithstanding above, the decision of the NACER shall be final and binding on the Vendor.

4.32 Jurisdiction

All disputes would be subject to Indian laws and jurisdiction, and settled at courts in Bengaluru.

All disputes and differences of any kind whatsoever, arising out of or in connection with this offer or in the

discharge of any obligation arising under this offer (whether during the execution of order or after

completion and whether beyond or after termination, abandonment or breach of agreement) shall be

resolved amicably. In case of failure to resolve the disputes and differences amicably mutually agreed

upon after issuing at least 30 days‟ notice in writing to the other party clearly setting out there in the

20

specific disputes. In the absence of consensus about the single arbitrator, the matter may be referred to

joint arbitrators; one to be nominated by each party and the said arbitrator shall appoint a presiding

arbitrator. The provisions of Indian Arbitrator and Conciliation Act, 1996(as amended by Amendment Act

of 2015) shall govern the arbitration.

The venue of arbitration shall be in Bengaluru.

4.33 Indemnity

The bidder shall keep and hold the NACER indemnified and harmless from time to time and at all times

against all actions, proceedings, claims, suits, liabilities (including statutory liability), penalties, demands,

charges, costs (including legal costs) and expenses, damages, losses and any other expenses which may

be caused to or suffered by or made or taken against the NACER arising out of;

i. The breach, default or non-performance of undertakings, warranties, covenants or obligations by the

bidder.

ii. Any contravention or Noncompliance with any applicable laws, regulations, rules, statutory or legal

requirements by the bidder.

Further, the bidder shall indemnify, protect and save the NACER against all claims, losses, costs,

damages, expenses, action suits and other proceedings, resulting from infringement of any law pertaining

to patent, trademarks, copyrights etc. or such other statutory infringements in respect of Bio Metric Login

Solution supplied by them.

All indemnities shall survive notwithstanding expiry or termination of the contract and bidder shall

continue to be liable under the indemnities.

Bidder's aggregate liability shall be subject to an overall limit of the total Cost of the project.

The limit specified above said clause shall not apply to claims made by the NACER/third parties in case of

infringement of Intellectual property rights or for claims relating to the loss of damage to real property

and tangible personal property and for bodily injury or death and in these cases the liability will be

unlimited.

4.34 Compliance with Statutory and Regulatory Provisions

It shall be the sole responsibility of the Vendor to comply with all statutory and regulatory provisions while

delivering the services mentioned in this RFP.

4.35 Taxes and Duties

4.35.1 The Vendor shall be entirely responsible for all applicable taxes, duties, levies, charges, license

fees, road permits, etc. in connection with delivery of products at site including incidental services and

commissioning.

4.35.2 The vendor must also ensure that all applicable laws framed by the Central Government, State

Government and Local Bodies, including payment of applicable minimum Wages and all laws pertaining to

contract employees/ labour laws are complied with while providing caretaker services. The vendor may

have to execute an indemnity bond in favour of the NACER in this regard.

21

4.35.3 Providing clarifications/particulars/documents etc. to the appropriate tax authorities for assessment

of tax, compliance with labour and other laws, etc., will be the responsibility of the vendor at his cost.

4.35.4 Tax deduction at Source - Wherever the laws and regulations require deduction of such taxes at

the source of payment, the NACER shall effect such deductions from the payment due to the Vendor. The

remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the

NACER as per the laws and regulations in force. Nothing in the Contract shall relieve the Vendor from his

responsibility to pay any tax that may be levied in India on income and profits made by the Vendor in

respect of this contract.

4.36 Payment Terms and Rates

4.36.1 Payment will be made by the NACER as mentioned below.

4.36.2 50% of the amount to be paid on delivery of the Hardware and Software on submitting the original

invoice along with the acknowledgement from the NACER/RSETIs Officials. Payments made will be subject

to deduction of TDS and such other taxes as may be applicable from time to time.

4.36.3 Remaining 50% on successful completion of implementation duly certifying installation of the

device and satisfactory working of the same.

PART 5: Scope of Work:

5.1.1 Broad level scope:

i. End-to-End Automation of attendance system using Biometric data.

ii. Solution should support authentication using Central Biometric Authentication System and UIDAI

iii. Integration with UIDAI for AADHAAR based Biometric verification system.

iv. Real-time synchronization and receiving response from Central Biometric Authentication System/

UIDAI

v. Integration of attendance solution with existing MIS system.

vi. The Bidder has to host the solution at Ctrl S data center @ Hyderabad at their own cost.

vii. The attendance solution should enable generation of category-wise attendance reports as required by

NACER for trainees and other staff separately on daily weekly/fortnightly/monthly basis.

5.1.2 Detailed scope:

The NACER intends to enable the attendance marking for the NACER Office Staff/SDRs/RSETI

Staff/Trainees of the RSETIs using biometric data using Central Biometric Authentication based

Attendance System and AADHAAR based biometric authentication by integrating with UIDAI.

The Bidder has to supply, install and maintain the end-to-end Attendance solution which should have

Central Biometric Authentication System where the members of the department‟s biometric data will be

stored and authenticated and marked the attendance accordingly. Also, department being an AUA has to

be on-boarded with UIDAI through the ASA for providing the AADHAAR Based Authentication - using this

22

service, the proposed solution should fetch the data of members against respective AADHAAR number and

confirm the authenticity of the user from UIDAI server.

The Bidder‟s solution should support attendance systems of two models,

i. AADHAAR based Attendance system by integrating with UIDAI

ii. Central Biometric Authentication based Attendance system

Key Deliverables:

Bidder should provide end-to-end solution which should comprise of following deliverables.

Web based Client application including enrolment and authentication application

Backend attendance solution including Member enrolment application, Central Authentication

Server application & AADHAAR authentication Server Application

Supply of Bio-metric fingerprint Scanner

Supply of hardware, software, network equipment‟s, connectivity, etc.

The solution provided by the bidder should support the existing PC/ Laptop or Windows based system of

the RSETIs / NACER Office.

At a high level the overall solution should have the following main components:

1. Supply, installation and maintenance of Finger Print Biometric devices along with Biometric Solution.

2. Biometric Solution includes Finger Print Biometric Devices, Application Software for AADHAAR based

/or Central Biometric Authentication based Attendance system and required interface with UIDAI

/Central Authentication Server (CAS) to department Biometric Application Software (hereinafter

referred to as “Biometric Attendance Solution”).

3. Supply of hardware, software etc.

4. Hands on Training over the Application Software

5. Providing training to the staffs for proper functioning of solution

6. Post Implementation Support/ Warranty

7. Responsible for installation, administration and maintenance of the Application Software and Biometric

Devices

A. Client System

The Client System of the attendance system should be a Windows based Web browser supporting

(Internet Explorer 6.0 / 8.0 / Mozilla Firefox/ Google Chrome) client attendance application. RSETIs are

facilitated with PC/ Laptop, of Windows environment based system. So the solution provided by the bidder

should be supported with the existing infrastructure of the RSETIs/NACER Office.

23

The client attendance module in the idle state should wait for user to enter his/her Member ID. This

Member ID (Numeric) should usually be mapped with the AADHAAR number of the member wherever

applicable.

a) Enrolment: The client system should support enrolment of the members along with the biometric

data for the respective members, where the Member ID, Member data, biometric data and other

required data as per the requirements of NACER should be captured.

b) Authentication: The application should support authentication of member by prompting user to

provide the member ID and biometric data required for authentication. It should then create the

request in accordance with the central biometric authentication system.

B. Backend System:

Model 1: AADHAAR based Attendance System;

AADHAAR Number along with the Finger Print obtained through the Finger Print Scanner shall be sent

for validations/ authentications at UIDAI Central Identity Data Repository (CIDR). The department

being an AUA has to be on-boarded with UIDAI through the ASA for providing the AADHAAR Based

Authentication - using this services, the proposed solution should fetch the data of members against

respective AADHAAR number and confirm the authenticity of the user from UIDAI server. The bidder

has to integrate with UIDAI to support AADHAAR based authentication.

Model 2: Central Biometric Authentication Based Attendance System

Client machines should be accessing the application through a Web browser (Internet Explorer 6.0 /

8.0 / Mozilla Firefox / Google Chrome) where the finger print devices are connected. The back end

application should receive the live finger print information from the client machines. The live finger

print information received should be compared with the respective finger print template stored in the

database of Central Biometric system which should be maintained at the data centre of RSETI MIS at

Hyderabad and send a YES / NO response.

5.1.3 Functional flow:

Central Biometric Authentication based attendance System:

When a member approaches, the biometric finger print device should capture the finger print (FP) and

should send the FP data to Central Biometric Authentication System (CAS) for verification. Based on the

response from CAS, attendance for the member should be marked.

24

AADHAAR based attendance system:

When a member approaches, the biometric finger print device should capture the finger print (FP) and

should send the FP data to UIDAI for verification. Based on the response from UIDAI, attendance for the

member should be marked.

5.1.4 Integration with existing MIS:

NACER has an MIS application provided by M/s Credo Infotech, Bengaluru. The Biometric attendance

system should be integrated with NACER‟s existing MIS application for further analysis of data as per the

requirement of NACER.

The database should facilitate MIS System of RSETIs to fetch various reports as per the requirement of

NACER.

5.1.5 Proof of Concept (PoC):

All the bidders of the solution who are shortlisted are required to demonstrate Proof of Concept (POC) of

the solution within 15 days of opening the technical bid, to the satisfaction of the NACER. The bidder

should note that –

- Cost of POC is to be borne by the Bidder. The Bidder should bring in all necessary hardware /

software/devices required for demonstrating the POC.

- NACER reserves the right to extend or shorten period of POC

- If the solution is not to the satisfaction of the NACER, such bidders will be disqualified and shall not be

considered for commercial bid.

5.1.6 Implementation and Rollout:

Implementation and Rollout involves different stages as below

a. Testing in UAT (User Acceptance Test) environment

b. Customization if any, of the solution

c. Pilot implementation in select RSETIs/ NACER and

d. Final rollout to all the RSETIs and NACER Office

5.1.7 Testing in UAT & Customization

- The selected bidder should provide all the necessary hardware/software/middleware including a

Test Server for carrying out testing the Biometric solution within 6 weeks from date of accepting

the Purchase Order.

- The test server should conform to the specifications given in the Technical bid, in all respects at the

required place until final rollout takes place.

- UAT covers testing the entire functionality.

- Customization/Changes required if any will have to be attended by the selected bidder on day to

day basis at no extra cost to the NACER.

- On completion of customization, NACER shall go for a full round of end-to-end testing before giving

sign off to the Bidder.

- The total process of testing and customization should be completed within 15 days.

25

5.1.8 Pilot Implementation

- Upon successful completion of testing in UAT environment, the Bidder should pilot implement the

solution in select number of RSETIs/ NACER

- The customized version of the solution should be ported in the Test server within 7 days from the

date of giving sign off. Thereafter, the Bidder should install the required number of Finger print

devices and client version of Biometric Solution in 50RSETIs identified by NACER within 2 months.

- Since the Solution is tightly integrated with MIS software, required precautions to be taken by the

Selected Bidder that implementation of Biometric Solution should not affect normal functioning of

RSETIs where it is implemented as well as in the RSETIs where the solution is yet to be

implemented.

5.1.9 Final Rollout

Upon successful completion of pilot implementation, the Selected Bidder should rollout the solution

across all the remaining RSETIs and NACER Office within a period of 6 months from the date of

Purchase Order.

PART: 6 - Cost Details / AMC/ ATS (in Rupees)

Sl.

No

Description

No. of

Units

Unit cost

(excluding

taxes)

Tax

Amount

Unit cost

Including Tax

Total Cost

(T)

(N) (A) (B) C=(A+B) T=(N X C)

1

Hardware for DC and DRC

Servers -

configuration details to be given and cost

to be provided for each component

ii Biometric devices – at RSETIs/ NACER

office

iii. hosting charges at DC and DRC

2

Software

i. Enterprise License for Biometric application

3 Integration with AUA/ ASA

4 AMC as detailed in Part 5 – Clause xii

5 ATS as detailed in Part 5 – Clause xii

TOTAL

PART 7: TECHNICAL & FUNCTIONAL SPECIFICATIONS (TFS)

A. TECHNICAL SPECIFICATION

RBI Guidelines for Image Acquisition and Verification

The minimum requirements for image acquisition & verification should be the Setting Level 31 as defined

in the ISO/IEC 19794-4, (RBI guidelines) which is mentioned in the following table:

26

Gray scale finger image data may be stored, recorded, or transmitted in uncompressed – bit

packed form.

The resolution of the image data formatted and recorded for interchange should be the scan

resolution of the image.

Each record shall pertain to a single subject and shall contain an image record (consisting of single

view) for each of one or more fingers; multiple fingers (single image records).

The values for the capture device Id may be coded in the General Record Header.

Live-scan plain Finger Impression type should be used.

Except the scanner driver, there should not be any requirement for loading any software/ license

while plugging the scanner.

The scanner driver should be API enabled to ensure compatibility with any application.

S. No Specification Requirement

1 Fingerprint template Compliance for

minutiae data

ISO 19794(2)

2 Fingerprint template Compliance for image

resolution

ISO 19794(4)

3 Image Acquisition Requirements Setting level 31 or higher

4 Scan resolution pixels/centimetre (ppcm) 197

5 Scan resolution pixels/inch (ppi) 500

6 Pixel depth (bits) 8

7 Dynamic range (gray levels) 200

8 Certification EFTS/F

9 Enrolment and Verification (other than just

the image of the finger being captured)

Live Swipe

10 Impression type Live-scan plain / Live-Scan

Contactless may be considered for

verification.

11 Light source dependability No

12 High Resistance To shock, abrasion and water

13 Algorithm should include Image Quality Determination and

Feature Generalization

14 Encryption of fingerprint template Using unique foreign key

15 Image acquisition and storage According to RBI guidelines

16 USB connectivity Yes

17 Capture mode Plain live scan capture

18 Capture mode Auto capture with built-in quality

check (incorporates NIST quality

considerations)

19 Power Through USB

20 Software API Interface API and Data Dictionary to

be shared with the NACER and

documentation to enable seamless

integration with RSETI MIS or any

other system.

21 Technical Support Office India

The supplier must ensure that the final digital template (minutiae) should be in ISO 19794-2 format and

the fingerprint image in ISO 19794-4 format.

The supplier must provide the Driver SW along with the Biometric Development Utility/API, to facilitate

integration of the device Driver SW in a secured manner with the NACER‟s back-end Server side SDK.

27

The supplier may be required to provide Proof of Concept for the integration of algorithm with the RSETI

MIS application and load testing and performance of Biometric fingerprint scanner and algorithm within 15

days of information from the NACER.

28

PART 8 - FORMS AND ANNEXURES Format 8.1

OFFER LETTER

(to be included in Technical Bid Envelope)

Date : ……………………………

To,

………………………………………………………….

………………………………………………………….

………………………………………………………….

………………………………………………………….

Sir / Madam,

Sub: RFP for Supply, Installation, Integration and operationalizing a suitable BIOMETRIC

Attendance Solution in RSETIs and NACER Office.

Ref: Your RFP dated: .

Having examined the captioned tender document Documents, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to provide Supply, Installation, Integration and

Operationalizing a suitable BIOMETRIC Attendance Solution in NACER Office and RSETIs in

conformity with the captioned RFP and at the prices offered as per the Price bid and is made part of the

bid / this offer.

While submitting this bid, we certify that:

Prices in its bid have been arrived without agreement with any other bidder of this RFP for

the purpose of restricting competition.

The prices in the bid have not been disclosed and will not be disclosed to any other bidder of this

RFP.

We have not induced nor attempted to induce any other bidder to submit or not submit a bid for

restricting competition.

We undertake to provide Biometric Attendance Solution in accordance with the scope, specifications and

delivery schedule specified in the RFP document.

If our Bid is accepted, we will obtain the guarantee of a Nationalized Bank for the due performance of the

Contract, for the entire contract period in the form prescribed by the NACER.

29

We agree to abide by the Bid and the rates quoted for the contract / order awarded by the NACER up to 3 (three) years period from date of contract / Service Level Agreement, which shall

remain binding upon us.

We agree that the rates quoted will remain valid for the period of the contract during which NACER may

issue additional requirement by exchange of letter if their rollout is completed within the aforesaid validity

period.

Until a formal contract is prepared and executed, this Proposal, together with your written acceptance

thereof and your notification, shall constitute a binding contract between us.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract,

we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of

Corruption Act 1988”.

We understand that NACER is not bound to accept the lowest or any Bid that may be received.

We also certify that we have not been blacklisted by any PSU/IBA/RBI during the last five years.

Dated this ....... day of ............................ 2016

_________________________________ ________________________________

(Signature) (Name) (In the capacity of)

Duly authorized to sign Bid for and on behalf of _________________________________

30

Format 8.2

Conformity To Eligibility Criteria (Part – I)

(Please attach documentary evidence of compliance)

Sl.

No.

Eligibility Criteria Compliance (Y/N)

1. The bidder is registered as IT / ITES company in India as per

Company Act 1956 and should have been in existence for a period

of at least 3 years as on date of RFP

2 The bidder should be the owner or Certified/authorised agent or

partner of the Solution offered. He should provide support/

maintenance /up-gradation during the period of contract with the

NACER.

3 The Bidder has registered a turnover of at least Rs. 25 Crore for the

last three (3) financial years.

4 The bidder has registered net profit (after tax) in the immediate

preceding three (3) financial years (not inclusive of associate

companies)

5 The bidder should have supplied, installed and commissioned similar

type of Biometric authentication based Solution of minimum 3

projects, to any of the Banks / Insurance Companies / Government

Organisation / Financial Institutions in India in the past. Bidder

should provide Purchase order copies for the same.

6 Bidder should provide only the latest models.

Bidder should ensure that the spares required for Servers/Hardware

are available for at least next 3 years.

7 Bidder should not have been debarred/ blacklisted by any

Government / Statutory / Regulatory / Banks / Insurance Cos, in

the last two years

8 The bidder should be Owner of the Biometric Application Software.

The Bidder must be in position to provide support / maintenance /

up-gradation during the period of contract with NACER.

9 The bidder should be an ISO 9001:2008 certified company with

valid certificate

Place:

Date : Signature.

31

Format 8.3

Conformity To Scope of Work

Sl.

No.

Scope of Work Compliance

(Y/N)

1. The selected bidder should supply, install, commission and operationalize

Finger print based Biometric Attendance Solution to NACER Office and all

RSETIs spread across the country. The solution should include Finger

print scanners, Application Software and necessary hardware with

system software to port Biometric Application Software.

2 The successful Bidder should provide an Enterprise License for the

Biometric application for an unlimited user license. There should not be

any other license like Client Access License to run the application.

3 The Client machines will be accessing the application through a web

browser (IE Ver 6.0 and above, Mozilla Firefox, Google Chrome etc)

where the finger print devices are connected. The backend application

will fetch the LIVE finger print information from the Client machines.

The LIVE finger print information received will be compared with the

respective finger print template stored in the database and send a “YES

or NO” response. Application should also be compatible with any other

web browsers suitable to future technology like opera, Safari. Bidder

should provide necessary Application Program Interface (API) to

integrate Biometric solution with MIS application

4 The Bidder should load software/packages required to be loaded at

Client machines in order to run the browser based application. There

should not be any application level dependency at NACER Office and

RSETIs apart from biometric device connectivity.

5 Size of the finger print template should not exceed 600 bytes and should

be stored in central server.

6 Customization of the application software, if required has to be done by

the bidder at no additional cost to the NACER.

7 Application Server loaded with the Biometric application software should

be enabled with biometric Development utility to enable the enrolment

and verification functionality.

8 Hardware should be sized suitably to ensure biometric authentication for

concurrent users as explained in 4.1.1. Peak time for finger print

verification will be from 8.00 am to 11.00 am and 4.00pm to 7.00pm.

In case, the Hardware/Software installed is found to be insufficient, the

bidder has to upgrade the same at NO EXTRA COST TO THE NACER.

The bidder should ensure an uptime of 99.5% and Hardware and

Software have to be sized accordingly.

32

9 The Finger print scanners with USB interface should be connected to

Desktops/laptops etc., installed at RSETIs/ NACER Office. Bidder should

also provide the necessary device drivers, if any. The Finger print

scanners should be plug and play models. The client machine will be

interface for both enrollment and verification functions of the Biometric

Solution. Customization required if any, should be done by the bidder at

no extra cost to the NACER.

10 Biometric solution should work within the NACER‟s existing network

bandwidth capacity, which could be based on Leased Line, MPLS, CDMA,

VSAT, RF or any other suitable networking technology/method adopted

by the NACER.

11 Details of hardware technical specifications proposed to be supplied

along with software solution should be submitted in a separate sheet

along with the technical bid. All Hardware items should carry

comprehensive warranty of 3 years from the date of commissioning of

Hardware while the software should have one-year warranty from the

date of acceptance of software solution. After the expiry of warranty

period of Servers, the bidder has to provide Annual Maintenance

Contract (AMC) for 2 years. In case of Software ATS will be provided for

a period of 4 years after warranty period.

12 All the related Software, OS and middleware etc., should be of licensed

version and are to be quoted in the commercial bid and supplied. In

case it is not quoted, and if any license is required at a later date, the

bidder has to provide the same AT NO EXTRA COST TO THE NACER.

13 The Bidder should provide a comprehensive Proof of Concept (PoC) to

the satisfaction of respective NACER. NACER reserves the right to reject

the solution, if found not suitable at any stage of PoC.

14 There should be a provision to register the finger prints of three fingers

(RTI, LTI and RII in the order of preference) and stored in the central

server under the Employee-id and that he/she must be able to login with

his/her finger print which is captured, validated and authenticated. At

the time of registering, system should be able to check for de-

duplication of the finger prints. By default right thumb impression will

be taken and in exceptional cases only other thumb impressions can be

used.

15 The solution should provide a secure end-to-end encrypted channel for

all data communication between client and server.

16 Support centres for Biometric solution should be available at all the State

Head Quarters. Bidder should provide support centres details in the

SERVICE SUPPORT FORM as per Form 8.7. Bidder should also provide

Escalation Matrix.

17 Remote installation of the Biometric Attendance Solution should be

possible.

33

18 Support should be available for the new RSETIs opened subsequent to

the date of this RFP also, automatically with same terms and conditions.

19 The solution should be customizable and configurable to support an

architecture whereby multiple users share a common finger print device

in the centre for marking of attendance.

20 Proof of concept

34

Format 8.4

Conformity To Technical Specifications

Sl.

No

Specification Requirement Compliance

(Y/N)

1 Fingerprint template Compliance for

minutiae data

ISO 19794(2)

2 Fingerprint template Compliance for

image resolution

ISO 19794(4)

3 Image Acquisition Requirements Setting level 31 or higher

4 Scan resolution pixels/centimetre

(ppcm)

197

5 Scan resolution pixels/inch (ppi) 500

6 Pixel depth (bits) 8

7 Dynamic range (gray levels) 200

8 Certification EFTS/F

9 Enrolment and Verification (other than

just the image of the finger being

captured)

Live Swipe

10 Impression type Live-scan plain / Live-Scan

Contactless may be considered for

verification.

11 Light source dependability No

12 High Resistance To shock, abrasion and water

13 Algorithm should include Image Quality Determination and

Feature Generalization

14 Encryption of fingerprint template Using unique foreign key

15 Image acquisition and storage According to RBI guidelines

16 USB connectivity Yes

17 Capture mode Plain live scan capture

18 Capture mode Auto capture with built-in quality

check (incorporates NIST quality

considerations)

19 Power Through USB

20 Software API Interface API and Data Dictionary

to be shared with the NACER and

documentation to enable seamless

integration with RSETI MIS or any

other system.

21 Technical Support Office as specified in

Format 8.5

Support locations as in Format 8.5

22 Specify the network bandwidth

requirement for the implementation of

Biometric scanners.

35

Format 8.5

Bidder Organization Details

Details filled in this form must be accompanied by sufficient documentary evidence, in order to facilitate

the NACER to verify the correctness of the information.

Sl.

No

Item Details

1. General Details

1.1 Name of Company

1.2 Postal Address

1.3 Telephone, mobile, Website address and Fax

numbers

1.4 Constitution of the Company

1.5 Nature of activity

1.6 Details of ownership

1.7 Holding company or parent company

1.8 Key persons with contact details

1.9 Name and designation of the person authorized to

make commitments to the NACER

1.10 Email Address

1.11 Date of Incorporation in India, commencement of

Business & Years in the line of Business

Enclose Copy of Certificate of

Incorporation

1.12 Sales Tax/VAT Number Enclose Sales Tax / VAT registration

copy

1.13 Income Tax Number Enclose Company‟s PAN Card copy and

the latest Income-tax Clearance letter

1.14 No. of Engineer on roll who are familiar with

offering Biometric Solution

1.15 Brief description of facilities of the organization for

undertaking the services

2. Financial Details

2.1 Annual Turnover (2012-13) Total Turnover in IT

related business in India

Copy of Audited Balance Sheet/

Annual report

36

2.2 Annual Turnover (2013-14) Total Turnover in IT

related business in India

Copy of Audited Balance Sheet/

Annual report

2.3 Annual Turnover (2014-15) Total Turnover in IT

related business in India

Copy of Audited Balance Sheet/

Annual report

3. Operational Details

3.1 Names of the Banks/ PSUs to whom the Bidder

has provided Biometric solution and Number of

Biometric devices implemented.

Enclose reference letters from the

Banks/PSUs concerned with details of

no. of years the Service is provided by

the Bidder, Nature of the Service and

no. of Biometric devices implemented.

3.2 Number of Service Centres:

No. of owned support Centres if not owned, what

are the arrangements for providing support

3.3 Whether blacklisted for deficiency in services by

any Public Sector Bank /GOI/ Statutory or

Regulatory Authorities / Insurance Companies /

PSUs in the past and if so, the year:

37

Format 8.6

Track Record of Past Operations

Name of the Vendor ___________________________________________

Service Offered Sl

No.

Name of

the Client

No of

Biometric

Devices

being

serviced

Period of

service

(in years)

Contact person of

the Client with

Name, Tel. No., Fax

No., Address From To

Supply, Installation

and Commissioning of

BIOMETRIC Devices

1

2

3

Site Implementation

Services

1

2

3

FLM Services 1

2

3

38

Format 8.7

Service Support Details

Furnish the details of support centres available for smooth rollover of Biometric Attendance Solution in

NACER Office, Bengaluru and RSETIs spread across the Country

DETAILS TO BE PROVIDED BY THE BIDDER

City /

District

Location

Postal Address,

Telephone, Fax, E-

Mail and Contact

Details of Support

Personnel

Number of Hardware/

Software Engineers

capable of supporting the

Solution being offered

Own

Franchisee/

Support Centres

39

Format 8.8

NON-DISCLOSURE AGREEMENT

WHEREAS, we, ___________________________________, having Registered Office at

__________________________________, hereinafter referred to as the COMPANY, are agreeable to

execute Supply, Installation, Integration and Operationalize a suitable BIOMETRIC Attendance Solution

on MIS Application in RSETIs and NACER Office having its office at Chandra Layout, Bengaluru.,

hereinafter referred to as the NACER

and,

WHEREAS, the COMPANY understands that the information regarding the NACER‟s Biometric Attendance

Solution in their Request for Proposal is confidential and/or proprietary to the NACER, and WHEREAS, the

COMPANY understands that in the course of submission of the offer for the said Supply, Installation,

Integration and Operationalizing a suitable BIOMETRIC Attendance Solution on MIS Application in NACER

Office and RSETIs. and/or in the aftermath thereof, it may be necessary that the COMPANY may perform

certain jobs/duties on the NACER‟s properties and/or have access to certain plans, documents, approvals

or information of the NACER.

NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the following

conditions, in order to induce the NACER to grant the COMPANY specific access to the NACER‟s

property/information:

The COMPANY will not publish or disclose to others, nor, use in any services that the COMPANY performs

for others, any confidential or proprietary information belonging to the NACER, unless the COMPANY has

first obtained the NACER‟s written authorization to do so.

The COMPANY agrees that notes, specifications, designs, memoranda and other data shared by the NACER

or, prepared or produced by the COMPANY for the purpose of submitting the offer to the NACER for the

said Supply, Installation, Integration and Operationalizing a suitable BIOMETRIC Attendance Solution on

MIS Application in NACER Office and RSETIs, will not be disclosed to during or subsequent to submission

of the offer to the NACER, to anyone outside the NACER.

The COMPANY shall not, without the NACER‟s written consent, disclose the contents of this Request for

Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be)

furnished by or on behalf of the NACER in connection therewith, to any person(s) other than those

employed/engaged by the COMPANY for the purpose of submitting the offer to the NACER and/or for the

performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be

made in confidence and shall extend only so far as necessary for the purposes of such performance.

Authorised Signatory

Name:

Designation:

Office Seal:

40

Format 8.9

Undertaking for Scope of Work

Date : ……………………………

To,

………………………………………………………….

………………………………………………………….

………………………………………………………….

Sir / Madam,

Sub: RFP for Supply, Installation, Integration and operationalizing a suitable BIOMETRIC

Attendance Solution in MIS Application at NACER Office and RSETIs.

Ref: Your RFP No: dated:

1. We certify that we have carefully examined the Scope of Work stipulated in Part 5 of the captioned

RFP floated by you.

2. We commit to provide services of installation and managed services for Supply, Installation,

Integration and Operationalizing a suitable BIOMETRIC Attendance Solution on MIS Application in

NACER Office and RSETIs for a minimum period of 3 years.

3. We hereby undertake to deliver services in its entirety as per the Scope stipulated

under the scope of work

4. However the above undertaking is with following exceptions (Please specify the area of

scope which the Bidder will not be able to deliver as per RFP requirement)

(Signature)

(in the capacity of)

Duly authorized to sign Proposal for and on behalf of __________________________

41

Format 8.10

MANUFACTURERS‟ AUTHORIZATION FORM

No. Date: …………………

To:

Dear Sir,

Ref: Your RFP No: Dated:.

We who are established and reputable manufacturers of ________________________ having factories /

development facilities at (address of factory / facility) do hereby authorize M/s ___________________

(Name and address of Agent) to submit a Bid, and sign the contract with you against the above Bid

Invitation.

We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the

above firm against this Bid Invitation. We also undertake to provide any or all of the following materials,

notifications, and information pertaining to the Products manufactured or distributed by the Supplier:

a) Such Products as the NACER may opt to purchase from the Supplier, provided, that this option

shall not relieve the Supplier of any warranty obligations under the Contract; and

b) in the event of termination of production of such Products:

i. advance notification to the NACER of the pending termination, in sufficient time to permit the

NACER to procure needed requirements; and

ii. Following such termination, furnishing at no cost to the NACER, the blueprints, design

documents, operations manuals, standards, source codes and specifications of the Products, if

requested.

We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and

maintenance obligations required by the contract.

Yours faithfully,

(Name)

(Name of Manufacturer)

Note : This letter of authority should be on the letterhead of the manufacturer and should be signed by a

person competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid should

include it.

42

Format 8.11

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 2016

Between NATONAL CENTRE FOR EXCELLENCE OF RSETIs (under the aegis of MoRD), hereinafter called

"the NACER", an extended arm of National Academy of RUDSETI which is registered as Trust under the

TRUST ACT and having its office at Chandra Layout, Bengaluru (hereinafter referred to as the “NACER”

which term shall, unless repugnant to the context or meaning hereof, be deemed to mean and include its

successors and assigns)of the one part:

and ..................... ………………(Name of Vendor) incorporated under the Companies Act, 1956 and having

its registered office at ---------------------------------------- (hereinafter called “the Vendor”) which term

shall, unless repugnant to the context or meaning hereof, be deemed to mean and include its successors

and permitted assigns) of the other part:

(“NACER”, and “the Vendor” shall, wherever the context requires, be referred collectively as “Parties” and

individually as “Party” also)

WHEREAS the National Centre for Excellence of RSETIs (NACER), an extended arm of National Academy of

RUDSETI which is registered as Trust under the Trust ACT and having its Office at Chandra Layout,

Bengaluru., for itself and on behalf of the RSETIs listed in Annexure A (attached to the RFP

document), hereto invited Bids vide Request for Proposal (RFP) ……………..dated………. for Supply,

Installation, Integration and Operationalizing a suitable BIOMETRIC Attendance Solution in MIS Application

of NACER Office and RSETIs.

The Vendor submitted the Bid in response to it. The Bid submitted by the Vendor has been accepted by

the NACER.

One of the terms of the said RFP is that the Vendor shall sign the Contract Form with NACER hereto and

shall also execute a detailed Service Level Agreement subsequently.

The parties are accordingly desirous of signing the said Contract Form.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the RFP ……………..dated …………………..

2. The following documents of RFP ……………..dated …………… shall be deemed to form and be read and

construed as part of this Agreement, viz.:

a) Request for Proposal

b) Eligibility Criteria

c) Terms and Conditions of Contract

d) Scope of Work

e) Technical & Functional Specifications (TFS)

f) Forms and Annexures

g) Price Bid

h) Corrigendum dated ………………. (if any)

i) NACER‟s Notification of Award

43

3. In consideration of the deliverables and services in terms of the RFP dated ……………. being provided

by the Vendor, the NACER shall pay consideration / fees as stated in Annexure B hereto.

4. The Vendor shall enter into the detailed Service Level Agreement stating the terms and conditions of

the contract as per the RFP……………dated ………….. on or before / /2016 .

IN WITNESS where of the parties hereto have caused this Agreement to be executed in accordance with

their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

said ..................................................... (For the NACER) in the presence

of:.......................................

Signed, Sealed and Delivered by the said ..................................................... (For the Vendor) in the

presence of:.......................................

44

Format 8.12

BANK GUARANTEE

This Guarantee is made at ………………. on this ………………………, 2016 by …………………, having its Registered

/ Head Office at ………………………………… (hereinafter called the “Bank”, which expression shall, unless

repugnant to the context or meaning thereof, shall mean and include, its successors and assigns) in

favour of National Centre of Excellence of RSETIs(NACER) an extended arm of National Academy of

RUDSETI, which is registered as Trust under the Trust Act., having its office at Chandra Layout,

Bengaluru (hereinafter called “the NACER”, which expression shall, unless repugnant to the context or

meaning thereof, shall include its successors and assigns)

WHEREAS ………………………………, a company registered under the Companies Act, 1956, having its

Registered Office at …………………………………………… (hereinafter called ……………., which expression shall,

unless repugnant to the context or meaning thereof, shall mean and include its successors and assigns)

has accepted Purchase Order No…………………………. dated ………………………, issued by the NACER(“Order”)

pursuant to an offer made by ………………………. dated ………………….. to Supply, Installation, Integration and

Operationalizing a suitable BIOMETRIC Attendance Solution on MIS Application in NACER Office and

RSETIs and whereas ……………………. has agreed for Supply, Installation, Integration and Operationalizing

a suitable BIOMETRIC Attendance Solution on MIS Application in NACER office and RSETIs as set out in

the Agreement dated ……… entered between the NACER and ……………………….

AND WHEREAS, the NACER has agreed to avail the services of Supply, Installation, Integration and

Operationalizing a suitable BIOMETRIC Attendance Solution on MIS Application in NACER Office and

RSETIs which are to be installed by …………… .

AND WHEREAS, in accordance with terms and conditions of the Order and Agreement dated …………………..

(hereinafter referred to as “Agreement”), ………………. is required to furnish a Bank Guarantee for a sum

of Rs. ……………………………………. only) for due performance of their obligations as regard to Supply,

Installation, Integration and Operationalizing a suitable BIOMETRIC Attendance Solution on MIS

Application in NACER Office and RSETIs., guaranteeing payment of the said amount of Rs.

……………………………… only to the NACER if ……………….. fails to fulfill its obligations under the Order and

Agreement in respect of such services. Such Bank Guarantee is required to be valid for a total period of

36 months plus 3 months claim period. In the event of failure, on the part of …………………………, to fulfill

its commitments / obligations in respect of availing the services of …………. For Supply, Installation,

Integration and Operationalizing a suitable BIOMETRIC Attendance Solution on MIS Application in NACER

Office and RSETIs under the Order and Agreement the NACER shall be entitled to invoke the Guarantee.

AND WHEREAS, the Bank, at the request of ……………………….. , agreed to issue on behalf of

…………………… , Guarantee as above, for Rs. ……………………………… only).

NOW THIS GUARANTEE WISTNESSETH THAT

l. (a) In consideration of the NACER having agreed to entrust …………………….. for availing Supply,

Installation, Integration and Operationalizing a suitable BIOMETRIC Attendance Solution in MIS

Application of NACER Office and RSETIs through ………….. we, the ……………….……., hereby unconditionally

and irrevocably guarantee that ………………. shall fulfill its commitments and obligations in respect of such

Services under the Order and Agreement and in the event of ………………… failing to perform / fulfill its

commitments / obligations in respect of such Services under the Order and Agreement, we, the

……………………………………, shall on demand(s), from time to time from the NACER, without protest or

demur or without reference to …………………… and not withstanding any contestation or existence of any

dispute whatsoever between …………………… and the NACER, pay the NACER forthwith the sums so

45

demanded by the NACER in each of the demands, subject to a cumulative maximum amount of Rs.

………… (Rupees -------------------------------- only).

(b) Any notice / communication / demand from …………….. to the effect that …………………. has failed to

fulfill its commitments / obligations in respect of such Services under the Order and Agreement shall be

conclusive, final & binding on the Bank and shall not be questioned by the Bank in or outside the court,

tribunal, authority or arbitration as the case may be.

2. We, ------------------, HEREBY FURTHER AGREE & DECLARE THAT:

(a) Any neglect or forbearance on the part of the NACER to ……………… or any indulgence of any kind

shown by the NACER to ………………. or any change in the terms and conditions of the said Order and

Agreement shall not, in any way, release or discharge the Bank from its liabilities under this guarantee.

(b) This Guarantee herein contained shall be distinct and independent and shall be enforceable against

the Bank, notwithstanding any Guarantee or Security now or hereinafter held by the Bank at its

discretion.

(c) This Guarantee shall not be affected by any infirmity or absence or irregularity in the exercise of

this Guaranteeing by and / or on behalf of the Bank or by merger or amalgamation or any change in the

Constitution or name of the Bank.

(d) This guarantee shall not be affected by any change in the constitution of the Banker …………………. or

winding up / liquidation of ……………., whether voluntary or otherwise.

(e) This guarantee shall be a continuing guarantee during its validity period to the extent of cumulative

maximum amount mentioned herein.

(f) Notwithstanding anything contained herein above:

(i) The Bank‟s overall liability under this Bank Guarantee shall not exceed

Rs._______(Rupees ………………………………………………………………… only);

(ii) This Bank Guarantee shall be valid for a total period of 36 months (i.e. upto

…………………………………) plus 3 months claim period (i.e. upto ……………………… (date));

(iii) The Bank is liable to pay the guaranteed amount or any part thereof under this Bank

Guarantee only and only if NACER serves the Bank claim or demand on or before

………………... (date).

(iv) The Bank has, under its constitution, powers to give this guarantee and

Sri …………………………………. (Signatories) Official(s) / Manager(s) of the Bank who has/have

signed this guarantee has / have powers to do so.

IN WITNESS WHEREOF the Bank has caused these presents to be signed at the place and on the date,

month and year first hereinabove written through its duly authorized official.

Signed and Delivered

( __________________)

46

Format 8.13

BID SECURITY FORM

Whereas........................... (hereinafter called “the Bidder”) has submitted its Bid dated......................

(date of submission of Bid) for the supply of................................. (name and/or description of the

Products/system) (hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE..................... (name of bank) of.................. (name of

Country), having our registered office at.................. (address of bank) (hereinafter called “the Bank”),

are bound unto National Centre for Excellence of RSETIs (NACER) (hereinafter called “the Purchaser”) the

sum of ____________________for which payment well and truly to be made to the said Purchaser, the

Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said

Bank this ____ day of _________.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Form;

or

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the period of Bid

validity:

(a) fails or refuses to execute the Contract Form if required; or

(b) fails or refuses to furnish the performance guarantee, in accordance with the Instruction to

Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand,

without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will

note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two

conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after the period of the Bid

validity, i.e. up to ________, and any demand in respect thereof should reach the Bank not later than the

above date. ...................................

(Signature of the Bidder‟s Bank)

Note: Presence of restrictive clauses in the Bid Security Form such as suit filed clause/clause requiring the

Bank to initiate action to enforce the claim etc. will render the Bid non-responsive.

47

Format 8.14

Undertaking Letter Format

We understand that NACER shall be placing Order to the Selected Bidder exclusive of taxes only and that

all applicable Taxes like CST/VST/VAT/Service Tax will be paid at actual to the maximum of taxes

indicated in this Bill of Material against production of invoice / bills.

We understand that NACER will pay VAT only for Goods Component of Hardware/ Software and Service

Taxes for Service Component of Hardware/Software. We also understand that the Goods Component +

Services Component should be limited to 100% of the Cost Price.

We confirm that we have quoted for post warranty AMC rates (as per terms and conditions of the tender),

giving the rates/price in our Commercial Offer.

We are agreeable to the payment schedule as per “Payment Terms” of the RFP.

Date: Signature of the Authorized Signatory with seal & date

48

Format 8.15

Sub: Undertaking of Authenticity for Supply of Servers and other items

Sub: Supply of IT Hardware/Software – Servers and other items.

Ref: 1. Your Purchase Order No…………………….. Dated……………

2. Our Invoice no/Quotation no…………….Dated……………

With reference to the Servers being supplied/quoted to you vide our Invoice no/Quotation no/Order no

cited above,

We hereby undertake that all the components/parts/assembly/software's used in the Servers under the

above like Hard Disk, Monitors, Memory etc., shall be original new components /parts/assembly/software

only from respective OEMs of the products and that no refurbished / duplicate / second hand components

/ parts / assembly / software are being used or shall be used.

We also undertake that in respect of licensed operating system if asked for by you in the purchase order

the same shall be supplied along with the authorized license certificate (e.g. Product Keys on Certification

of Authenticity in case of Microsoft Windows Operating System) and also that it shall be sourced from the

authorized source (e.g. Authorized Microsoft Channel in case of Microsoft Operating System)

Should you require, we hereby undertake to produce the certificate from our OEM supplier in support of

above undertaking at the time of delivery/installation. It will be our responsibility to produce such letters

from our OEM supplier's at the time of delivery or within a reasonable time.

In case of default and we are unable to comply with the above at the time of delivery or during

installation, for the IT Hardware/Software already billed, we agree to take back the Servers without

demur, if already supplied and return the money if any paid to us by you in this regard.

We (System OEM name) also take full responsibility of both parts and service SLA as per the content even

if there is any defect by our authorized service centre/Reseller/SI etc.

Authorized Signatory (Not less than Company Secretary of the Organization)

Name:

Designation

49

Format 8.16

Confirmation for Government Rules relating to Minimum Wages

To

…………………………………….

…………………………………….

…………………………………….

…………………………………….

Sir,

Ref: Your Purchase Order No. ________________ dated ____________

We refer to your Purchase Order No._________ date __________/Service Level agreement awarding

contract for

In this regards we confirm that the employees engaged by our Company to carry-out the services in your

RSETIs and NACER Office for the above said contract are paid minimum wages/ salaries as stipulated in

the Government (Central /State) Minimum wages/Salaries Act in force. We also indemnify the NACER

against any action/losses/damages that arise due to action initiated by Commissioner of Labour for non-

compliance to the above criteria.

We further authorize the NACER to deduct from the amount payable to the company under the Contract or

any other contract of the Company with the NACER if Labour Commission imposes a penalty towards non-

compliance to the “Minimum Wages / Salary stipulated by Government in the Act” by our Company.

Authorised Signatory

Name and Designation

Office Seal with Date

50

PRICE BID

Notes:

i. The Bill of Material should include all the requirements of NACER.

ii. Price bids should be strictly as per the Bill Material specified in this RFP.

iii. Any Price Bid not in conformity with the above format or incomplete in any respect will be rejected

/ disqualified by the NACER.

iv. The Price offered to the NACER is in Indian Rupees and inclusive of Duties/Insurance/Freight and

exclusive of all taxes like CST / LST / VAT/ Octroi/Entry Tax etc. The Vendor has to quote the

applicable taxes separately.

v. The above price is valid for entire contract period of 3 years.

vi. The above price is applicable for all the Biometric Devices installed under the Contract.

vii. The Commercial Bid will be evaluated based on the total arrived as per the above Bill of Material

plus taxes for arriving at L1, L2, L3 ………. .

However, applicable taxes will be paid at actual at the prevailing rate.

viii. Bidders to strictly quote in the format and for periods as mentioned above.

ix. No counter condition/assumption in response to commercial bid will be accepted. NACER has a

right to reject such bid.

Place: AUTHORISED SIGNATORY

Date: Name:

Designation: