Vous êtes sur la page 1sur 61

Request for Empanelment of Mobile Application Developers

REQUEST FOR EMPANLEMENT (RfE)


of

MOBILE APPLICATION DEVELOPERS


for

Departments of State Governments and Union Territories


(Under MOBILE SEVA project)

No.: CDACM/PS/CO 16-038/PUB


BY
Centre for Development of Advanced Computing

Gulmohar Cross Road No. 9, Juhu, Mumbai 400 049


Tel: 022 26201606, 26201574
Fax: 022-26232195/26210139
1

Request for Empanelment of Mobile Application Developers

DISCLAIMER

This RfE document No. CDACM/PS/CO 16-038/PUB is being published in order to enable the
interested bidders to submit their proposals for Empanelment as a Mobile Application
Developer for CDAC, and this RFE does not constitute nor should it be interpreted as an offer or
invitation for appointment as a Mobile application Implementation Agency.

While this document has been prepared in good faith, no representation or warranty, express
or implied, is or will be made, and no responsibility or liability will be accepted by DeitY, CDAC
or any of their employees, advisors or agents appointed by CDAC/DeitY as to or in relation to
the accuracy or completeness of this document and any liability thereof is hereby expressly
disclaimed. Interested Parties may carry out their own study/ analysis/ investigation as required
before submitting the Proposal for Empanelment.
This document does not constitute an offer or invitation, or solicitation of an offer, nor does
this document or anything contained herein, shall form a basis of any contract or commitment
whatsoever.

The Scope of Work mentioned in Section-3 of this RfE document is indicative only. The
respective state Government Departments/UTs have the right to continue with these features,
modify the sequence of activities, add new features or remove some of them, in the best
interests of the project.
This document constitutes no form of commitment on the part of CDAC & DeitY. Furthermore,
this document confers neither the Right nor an Expectation on any party to participate in the
proposed Mobile Application Developer appointment process.

Request for Empanelment of Mobile Application Developers

Contents

1.
2.

DOCUMENT CONTROL SHEET .......................................................................................................... 5

INTRODUCTION ............................................................................................................................... 6

2.1

BACKGROUND ......................................................................................................................... 8

2.3

PROJECT STAKEHOLDERS & THEIR RESPONSIBILITIES .............................................................. 9

2.2
3.

OUTLINE OF SCOPE OF WORK ....................................................................................................... 13

4.
5.

CATEGORIES OF EMPANELMENT ................................................................................................... 18


INSTRUCTIONS TO BIDDERS .......................................................................................................... 19

5.1

PRE BID MEETING .................................................................................................................. 19

5.3

BID DOCUMENT ..................................................................................................................... 20

5.2
5.4
5.5
6.

7.

5.6

ISSUE OF CORRIGENDUM ...................................................................................................... 20

ACTIVITY TIMELINE: ............................................................................................................... 22

SUBMISSION OF PROPOSAL: ................................................................................................. 23


EVALUATION METHODOLOGY ............................................................................................... 25

EVALUATION CRITERIA .................................................................................................................. 26

6.1
6.2

PRE-QUALIFICATION: ............................................................................................................. 26
TECHNICAL QUALIFICATION................................................................................................... 26

EVALUATION & EMPANELMENT PROCESS .................................................................................... 29

7.1

TECHNICAL EVALUATION ....................................................................................................... 29

7.3

ALLOCATION OF WORK: ........................................................................................................ 31

7.2
8.

PURPOSE OF THE DOCUMENT ................................................................................................. 8

EMPANELMENT PROCESS ...................................................................................................... 31

GENERAL CONDITIONS .................................................................................................................. 33

9.

10.
11.
12.

GEOGRAPHICAL DIVISION ............................................................................................................. 49

LIST OF ABBREVIATIONS USED IN THE RFE ................................................................................ 50

DEFINITIONS & GLOSSARY USED IN THE RfE.............................................................................. 51

ANNEXURE ................................................................................................................................ 53

Form1: Letter of Intent ..................................................................................................................... 53

Form 2: Minimum Eligibility .............................................................................................................. 55


Form 3: Prior Experience ................................................................................................................... 56

Form 4: Declaration Letter ................................................................................................................ 57


Form 5: History of Non- Performance & litigation............................................................................. 58
3

Request for Empanelment of Mobile Application Developers


Form 6: Financial Proposal (to be submitted in a separate envelope) .............................................. 59

Form 7: Format of the Bank Guarantee ............................................................................................ 60

Request for Empanelment of Mobile Application Developers

1. DOCUMENT CONTROL SHEET


SNo.

Information

Tender No.

Date of Issue/Publishing

Venue of Pre-Bid Conference

2
4
6
7
8
9

Name of Organization
Date for Pre-Bid Conference

Details

No. CDACM/PS/CO 16-038/PUB

Centre for Development of Advanced


Computing
07/12/2015
21/12/2015 (11:00 Hrs)

Response on the Pre Bid Queries

CDAC, Gulmohar Cross Road No. 9, Juhu,


Mumbai 400 049
28/12/2015

Date and Time of Opening of Technical Bids

11/01/2016 (15:00 Hrs)

Last Date and Time for Bids submission


Address for Communication

11/01/2016 (14:00 Hrs)

Centre for Development of Advanced


Computing (CDAC)
Gulmohar Cross Road No. 9, Juhu,
Mumbai 400 049
Tel : 022 26201606, 26201574,
Fax: 022-26232195/26210139

Request for Empanelment of Mobile Application Developers

2. INTRODUCTION

To fulfill the vision of National e-Governance Plan (NeGP) of Government of India and to
leverage the reach of mobile phones, it has been envisaged that creating a Mobile Service
Platform would enhance the uniformity of services being offered by Government to citizens.
The Department of Electronics & Information Technology (DeitY), Government of India, has
launched Mobile Seva, a countrywide initiative on mobile governance to provide public services
to the people through mobile devices. Mobile Seva aims to provide a one-stop shop to all
Government Departments across the Nation for all their mobile-enablement needs.

Centre for Development of Advanced Computing (CDAC): C-DAC is the premier R&D
organization of the Department of Electronics and Information Technology (DeitY), Ministry of
Communications & Information Technology for carrying out R&D in IT, Electronics and
associated areas. C-DAC was setup in 1988 to build Supercomputers PARAM. C-DAC started
building Indian Language Computing Solutions with setting up of GIST group (Graphics and
Intelligence based Script Technology); National Centre for Software Technology (NCST) set up in
1985 had also initiated work in Indian Language Computing around the same period. They were
focusing on various aspects of applied electronics, technology and applications. C-DAC started
its education & training activities in 1994 as a spin-off and with the passage of time, it grew into
an effort that would meet the growing need of trained professionals for Indian IT Industry.
As an institution for high-end Research and Development, C-DAC has been at the forefront of
the Information Technology revolution, constantly building capacities in emerging/enabling
technologies and innovating and leveraging its expertise, caliber, skill sets to develop and
deploy IT products and solutions for different sectors of the economy, as per the mandate of its
parent, the Department of Electronics and Information Technology and other stakeholders.

Mobile-Seva Initiative: As a part of this, a Centralized Platform has been created by DeitY
through its agency, CDAC, as the core infrastructure for Government Departments for enabling
the availability of public services via mobile devices through various mobile-delivery channels,
such as SMS, Voice/IVR, Unstructured Supplementary Service Data (USSD), and mobile
applications (m-Apps).
By having an integrated platform, considerable delays can be avoided in launch of new services
and uniformity is maintained in service delivery for citizens across India.

In order to have a single access to Mobile Governance Service(s) by various government


departments, following web portals have been setup:
1. m-Governance Information Portal - https://mgov.gov.in
2. m-Gov Services Portal - https://services.mgov.gov.in

Request for Empanelment of Mobile Application Developers

3. App Store Portal - https://apps.mgov.gov.in

The Departments connected through National e-Governance Service Delivery Gateway


(NSDG) and State e-Governance Service Delivery Gateway (SSDG) can avail Services available
on Mobile Seva platform.
FRAMEWORK FOR MOBILE GOVERNANCE has been notified in The Gazette of India,
25thFebruary 2ndMarch, 2012 [Part I Section 1], weekly Issue No. 8, Job No. 471G1/2011,
DeitY File Reference 9(6)/2010-EG-II (Part II).
As part of the Mobile Seva Platform following components have been created:

MSDG (Mobile Governance Services Delivery Gateway)


SMS Gateway
USSD Gateway
IVRS
Mobile Applications
m-Gov Application Store (https://apps.mgov.gov.in)
m-Gov App Market (Accessible from Mobile Handset)
Mobile Governance Portal (https://mgov.gov.in)
Services Portal (https://services.mgov.gov.in)

Ever since it was launched, it has been gaining popularity and over 1950 Government
departments and agencies across the country have integrated their services with this platform
(with more than 690 Crore PUSH SMS transactions) and the number is growing every day. For
services on SMS, two short codes 51969 & 166 and one longcode 9223166166 have been
obtained and over 580 services have already been operationalized on these short codes. A
Mobile Applications Store has been created and made operational with over 660 live and fully
integrated mobile apps. These apps have been downloaded more than 3.8 Lakh times.
Mobile applications have experienced exponential growth in recent years. Government
Departments across country, draw significant value by providing continuous access of its
services, anytime and anywhere, to its customers. Meeting a high quality is essential for the
success of the project as poor quality mobile applications not only hamper user adoption but
also can cause revenue loss and damage to brand image. Defective mobile applications can lead
to loss in productivity.

Request for Empanelment of Mobile Application Developers

2.1 BACKGROUND

The m-Enablement of Government Departments through Mobile Seva is aimed towards


facilitating and expediting mobile enablement of all State Government Departments & UTs
across the Country. The project has being implemented by Department of Electronics &
Information Technology, through its agency Center for Development of Advance Computing.
This Request for Empanelment document is being issued by CDAC, as a first step of two-stage
bid process for empanelment of eligible agencies for implementation and maintenance of the
Mobile Applications to be developed for various Government Departments (States & UTs)
under Mobile Seva project. The mobile application being developed under this project would be
utilized to provide public services to the people through mobile devices.
The sole objective of this document is to empanel eligible agencies at regional level with fixed
pricing separately for mobile application development with and without API development.The
technical/implementation solution/functional requirements information provided in this
document is only indicative in all respects. As per the requirement of the respective
Government department, the Project Steering Committee will select an agency as per
Section-7.3 (Allocation of work) to award the assignment to the empaneled agency from that
category/Region. On the basis of Steering Committee recommendation, the State Government
Department/UT will issue a letter to CDAC mentioning the Scope of Work (SoW) and intimation
about the selected vendor. On the basis of this letter, CDAC will issue a Work order to the
selected vendor.
2.2 PURPOSE OF THE DOCUMENT

The CDAC invites proposals from eligible agencies for empanelment of Mobile Application
Developers for Implementation of Mobile Application solution and its operation and
maintenance for a period of 6 months. The empanelment of vendors and evolved Fixed
Pricing under each category at regional level (6 Region) will be valid for Two years.The agencies
selected through this bid process shall be empaneled with the CDAC, under guidance from
DeitY for implementation of Mobile Application Solution, based on the requirements of
Government Departments of State and UTs.

Request for Empanelment of Mobile Application Developers

2.3 PROJECT STAKEHOLDERS & THEIR RESPONSIBILITIES

Department of Electronics & Information Technology (DeitY)

Center for Development of Advance Computing (CDAC)

Develop project vision, standards, guidelines


Project Sponsor
Project monitoring and control
Ensure all stakeholders adhere to guidelines and standards

Overall responsibility for the smooth implementation during entire


duration of the project
Development and maintenance of the Mobile Seva platform
Provide APIs for Mobile Seva platform
Empanelment of Implementation Agencies
Testing of the developed mobile application, before hosting application
on the Mobile Seva and/or on other app stores
Issue of Work Order to the selected vendors, based on the letter from the
respective Departments and from Project Steering Committee

State Government and Union Territories Departments

The Department shall provide the services and other details required to
integrate with Mobile Seva
The Department will give its requirement in the form of Scope of Work to
the Steering Committee
The department shall provide information which would include full API
specifications, protocols, data formats, API schema etc required for
integrating with Mobile Seva platform and for development of mobile
application. Any other details related to integration with the Mobile Seva
platform shall also be provided to the Vendor.
Publish a consistent set of APIs that shall be used by Government
departments and authorized users for integrating with Mobile Seva
platform.
Identification of a Mobile Application Developer from the empaneled
vendors list as recommended by Steering Committee
Issue a letter to CDAC to release a Work order (along with final Scope of
Work and name of the Selected Vendor)

Request for Empanelment of Mobile Application Developers

The Department will have to respond back within 15 days, in writing to


the Document(s) submitted by the Vendor for approval.

Empaneled Agency

Development of mobile applications


Facilitate and provide handholding support to individual departments for
on-boarding and API integration.
If the departments are e-ready (have some solution / application) but do
not have APIs available with them, then the agency will be responsible for
developing the APIs.
Integration of mobile application with back-end departmental application
Integration with Mobile Seva platform (as required by respective
department) for various mobile channels
SMS PUSH and PULL
USSD
IVRS
Need to obtain signoff from concerned department on achievement of
every milestone as mentioned in the Subsection 8.34 (Payment
Milestone)
Provide training to department & CDAC officials (including process level
training)
Operation and maintenance of the solution developed
Testing of the developed mobile application

Detailed Responsibilities of the Empaneled Agency:

Following outlines the key responsibilities of the Implementation Agency in the mobile
application project.
The selected vendor will be responsible for the design, development and
implementation of mobile apps for latest innovations from all mobile methodologies
and platforms.

The selected vendor will be responsible for mobile application placement in APP stores
(Mobile Seva, Google Play Store, iOS App Store, Windows App store), in co-ordination
with C-DAC, as per the requirement of the respective department and shall ensure the
development of mobile application as per guidelines issued by the APP stores. For
example Mobile Seva, Google Play store for Android.

10

Request for Empanelment of Mobile Application Developers

The selected vendor will be responsible for all the upgrades, updates, installation of
patches and overall maintenance of the Mobile Application during the contract period.

Selected vendor shall provide resource(s) as required during pre-rollout and postrollout phase.

Vendor will have to share the source code for the mobile application(s) with respective
Department and with CDAC for hosting on other APP stores (Google Playstore, iTunes
etc.) and for future customization, if any.
Selected vendor need to hand over all the relevant documentation, the
Login/Passwords, private keys and their corresponding certificate details of all the
platforms to the respective department.

Integration of Mobile Application with the legacy backend portal application, SMS
Gateway, Payment Gateway, etc. The Vendor will have to deploy suitable number of
resources for coordination with all stakeholders to get the data and other integration
requirements, data cleansing, rationalization, transformation and reconciliation (if
any). The integration is expected to be on-line real time or batch where appropriate
and shall operate in an automated fashion without manual intervention.
Training of respective departments personnel will be provided by vendor. Hence, the
vendor shall ensure a proper hands-on training on the each new mobile application to
5-10 users of the respective department and to CDAC so as to make them well
conversant with the functionalities, features and processes built in the mobile app.

The Selected Vendor is expected to provide operation and maintenance services and
support to the Department for 6 month for each integration and mobile application
development. The operation and maintenance phase will start from the post Go Live
date.
Project handover and knowledge transfer

Project Steering Committee for Mobile Seva


1. Objective:

To evaluate the requirement received from various State Government and UTs
Departments
Identification of the project category (whether mApp or mApp with API)

Recommend a suitable vendor for department requirement from the list of


empanelled vendors in the respective category/region
11

Request for Empanelment of Mobile Application Developers

Periodic Review/Monitoring of all the projects

Necessary guidelines/advisory as and when required to expedite the project


pace

Resolve SLAs, Penalty, payment dispute related issues

2. Members:

Representative of Deity

Project Monitoring Unit (PMU), Deity/CDAC

Representative of CDAC, Mumbai

Representative of State Department of IT

Representative of the Respective Department

12

Request for Empanelment of Mobile Application Developers

3. OUTLINE OF SCOPE OF WORK

The work which shall be performed by the empaneled vendors, on selection by the
Project Steering Committee, can be inferred from the following:

Development of mobile applications (on any or all mobile platforms)


Back-end integration of the mobile APP with departments application
through API
Integration with Mobile Seva platform for various mobile channels
SMS PUSH and PULL
USSD
IVRS
Train 5-10 users of the department and CDAC (including Process level)
Operation & Maintenance of the solution developed for 6 month post
Go-Live

The tentative features of the mobile Applications and their technical aspects which shall
be a part of the Scope of Work, are as follows:

A. Standard Mobile application Features

Below are some of the high level mobile application features:

1. Static pages, which contain only static information to view. Ex: About Us,
Terms and Conditions, Privacy Policy etc.
2. 1 Page with 1 to 5 input fields, submit and cancel action

3. 2 Pages with 1 to 10 input fields, and 4 actions (View, Add, Edit, and Delete)
4. Backend data integrations
5. Dynamic row additions
6. Dynamic data display

7. Static Menu and Sub Menu display

8. Dynamic Menu and Sub Menu display


9. Simple Search with 2 to 3 input fields
10. Advanced Search with 5+ input fields
11. Pagination or lazy loading

13

Request for Empanelment of Mobile Application Developers

12. Offline data storage


13. Sync data

14. Images display with different resolution sets


15. Zoom in and out
16. Picture Gallery

17. Image capturing and uploading

18. Video upload and video streaming


19. Web view display

20. External web page view

21. GPS tracking and location capturing


22. Location based messaging
23. Localization messaging
24. MAP

25. Coupons

26. SMS Gateway Integrations

27. Payment Gateway Integrations


28. Biometric Integration

29. QR/Barcode Integration


30. OAuth2 Authentication

31. Social Media Integrations like Facebook, Twitter, LinkedIn, Instagram etc.
32. Other 3rd Party API Integrations
33. API Integrations

34. calculation data transactions


35. PUSH Notifications
36. PULL Notifications

37. Device features utilization like camera, contacts, calendar, call etc.
14

Request for Empanelment of Mobile Application Developers

38. Validation framework


39. Upload/download
40. E-Print

41. GUI development

42. Portrait orientation

43. Landscape orientation


44. Analytics

45. Customizations
46. USSD
47. IVRS

B. Standard Technical Requirements

The mobile apps need to check for the updates if any and alert the user to download
the latest version.
The developed mobile application should support at least last two to four OS
versions

The mobile applications should work in all networks irrespective of mobile device
make and model.
If required, the mobile apps should access Geolocation information in case the
mobile device supports it.
User should be able to download the correct version of mobile application
supported by his/her mobile device.
Mobile Application structure should be resolution & platform independent

All icons must be crisp, clean, and distinguishable and should be as per guidelines of
respective mobile application platform.
All buttons and objects must be reactive to touch and work as intended.
All functions must stay within the mobile platform boundaries.

The graphics, widgets and colors used in the app should be best in class.
15

Request for Empanelment of Mobile Application Developers

The design and development of the mobile application should be scalable to handle
increasing number of users.

While developing mobile application, the vendor should give preference to the
NATIVE ENVIRONMENT (e.g.: SDK android development Kit, IOS SDK, Windows SDK).
In case of HYBRID APPLICATIONS, open source tools need to be use and not to any
proprietary tools.
In mobile application development, the best practice and standard procedures are
to be used by the Vendor.

The design and development on the mobile application should be optimal and give
high performance, satisfactory response time even during slow internet connectivity
and on different devices.
The mobile application need to integrate and interoperate with various other
external entities, therefore, the app should easily and in a relatively seamless
manner integrate with external entities.

The mobile application should have the ability to manage various services and
systems effectively with its minimum to zero impact on other services.

The mobile application installed in the smart phones should be able to access the
device database securely.

The data communication between downloadable mobile application and various


subsystems like payment gateway, SMS gateway, server, any other third party
authentication server, and application server should be in encrypted form.
The mobile APP should have the ability to upgrade services / add new services and
mode to access these services effectively in a cost effective manner without
affecting other services with a commitment for backward compatibility as per the
policy guidelines of that mobile platform.
The mobile APP should be able to communicate with the payment Gateway API for
integrating various bank payment gateways.
The mobile APP should be able to communicate with the SMS Gateway API for
integrating various PUSH and PULL Notification services.

The mobile APP should be able to communicate with unified channel access to the
customer. These channels may be IVR, USSD and App etc.

16

Request for Empanelment of Mobile Application Developers

The mobile APP should be able to integrate with SMTP (Simple Mail Transfer
Protocol) Gateway.
The mobile APP should have an ability to integrate with third party server for OTP.
The mobile APP should support user role-based access to different functionalities.

17

Request for Empanelment of Mobile Application Developers

4. CATEGORIES OF EMPANELMENT

On the basis of Scope of Work, the skillset of the vendors can be classified into following two
categories:
Category-A: Mobile Application developer
Category-B: Mobile Application & API developer

Further, all the states and union territories have been grouped into 6 geographical divisions
(refer Section-9, Geographical Division) and the above mentioned categories will be applicable
across these divisions.
Subsequently, the empanelment will be done as mentioned below:

a) Three vendors will be empaneled for every Region under each Category as
mentioned above.
b) A vendor cannot be empaneled in more than 2 Regions.
c) Considering North-East as a special category region, vendors who get empaneled in
Region-1 (North-East) will have advantage and can be empaneled in a total of 3
regions (including Region-1).

Note: The successful bidders are bound to accept the work assigned by the respective State
Government department / UTs. Every vendor will have option to reject maximum 2 projects
during its entire 2 years of empanelment period. Vendor need to submit proper justification
for not taking-up the assignment before the Project Steering committee. Failure to adhere
above may result cancelation of empanelment and forfeiting the Empanelment Bank
Guarantee.

18

Request for Empanelment of Mobile Application Developers

5. INSTRUCTIONS TO BIDDERS

Eligible vendors should read this document in detail and assess their capabilities as
required for Mobile Application Developer and/or API Developer before submitting the
Proposal for Empanelment.

Interested agencies may download the RfE document from the Mobile Seva website
https://mgov.gov.in) or may obtain the same from CDAC Mumbai, Juhu office, on
payment of INR 5,000 (INR Five Thousand only). The payment should be made by way of
a crossed demand draft from any scheduled bank, drawn in favor of CDAC Mumbai,
payable at Mumbai. Vendors downloading the RFE document from the website should
include a demand draft of INR 5,000 from any scheduled bank, payable at Mumbai,
drawn in favor of CDAC Mumbai, along with the proposal. Failure to do so will result in
rejection of the proposal.
The details regarding the RfE process shall be available on https://mgov.gov.in. The
eligible bidders should visit the website from time to time and get the status updates.
All details uploaded on the website from time to time shall be deemed to have been
provided to all the bidders.
5.1 PRE BID MEETING

a. CDAC shall hold a pre bid meeting with the prospective vendors for any
clarifications regarding tender technical specifications and tender terms &
conditions.
b. Queries received, from the vendors, till two days prior to the pre bid meeting
shall be addressed.
c. The queries can be sent to CDAC through email at msdp@cdac.in

d. All interested vendors can participate in the pre-bid conference.They need to


provide information about their officials who will be attending the pre-bid meet
atleast 2 days in advance
e. No queries related to detailed analysis of scope of work and mode of selection
will be entertained.
f. CDAC will not be bound to clarify any query after the pre-bid meeting.
g. The following format shall be used for pre-bid query/queries:

19

Request for Empanelment of Mobile Application Developers

SNo.
1.

Document Reference(s)

[Section & Page Number(s)]

Content of requiring
Clarification(s)

Points of Clarification (s)

2.
3.
5.2 ISSUE OF CORRIGENDUM

1 CDAC will endeavor to provide timely response to all queries. However, CDAC makes no
representation as to the completeness or accuracy of any response made in good faith, nor
does CDAC undertake to answer all the queries that have been posed by the bidders.

2 At any time prior to the last date for receipt of bids, CDAC may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify
the RfE Document by a corrigendum.

3 The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on
the https://mgov.gov.in and emailed to all participants of the pre-bid conference who have
registered their email-ids.
4 Any such corrigendum shall be deemed to be incorporated into this RfE.

5 In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, CDAC may, at its discretion, extend the last date for the receipt of RfE Proposals.
5.3 BID DOCUMENT

The proposal shall be in two parts:

a. Technical proposal

b. Commercial proposal.

a. TECHNICAL PROPOSAL should be submitted in English and be set out in three parts:
1. Cover letter
2. Executive Summary
3. General and Technical

Please do not include any pricing in the technical proposal. No publicity material is required.

20

Request for Empanelment of Mobile Application Developers

1. Cover letter

In the cover letter the following information should be confirmed:

1. All personnel listed in the technical proposal are on permanent role and will be
available to provide the required services and support for the duration of the
Empanelment as set out in the technical proposal
2. The bidder has not indulged in any corrupt or fraudulent practices in preparing this
proposal
3. The person signing the cover letter and the proposal has due authorization
4. The cover letter must clearly mention the name, address, telephone and fax no., and
email id of the authorized person who will serve as the primary point of contact for
all communication for the assignment
5. Bidder need to mention the category and Geographical Regions for which he is
bidding
6. The bidder will bear all costs incurred in connection with the preparation and
submission of the proposal and to bear any further precontract costs
7. The bidder has mobile application development and/or API development experience
8. The agency has an average turnover of INR 2 crores or more for last three financial
years. Out of this annual turnover, INR 1 Crores or more must come from mobile
APP development/software development/Application development activity
For Category-A, the limit of the Average Turnover is INR 1 Crore or more for last
three financial years
9. The agency has been in existence for over last 3 years

2. Executive Summary

This should be a brief overview of the bidders proposal mentioning how he intends to
achieve the desired output (maximum of 5 pages). Please refer to the prior experience,
project background and minimum eligibility criteria.

3. General and Technical Tender

Section A: Qualification supporting the CATEGORY OF EMPANELMENT

Section B: Approach/Screens to the Technical component of the RfE (including proposed


in the form of activities, milestones, deliverables etc. against time).
Section C: Inputs of specific personnel against each activities/task

Section D: Names & CVs of personnel who will be placed for various projects under the
m-enablement of the State Government departments under Mobile Seva
project. (CVs must have name and nationality of staff, profession/designation
21

Request for Empanelment of Mobile Application Developers

of staff, proposed position in the team, whether employee of the firm or not,
if staff the number of years with the firm, key qualifications, academic
background, experience and languages known). Each team member who is
not a full time employee of the firm is required to give an undertaking that
he/she is available to undertake the tasks allocated to him/her in the
technical proposal. Each CV should be a maximum of 3 pages and signed by
the key personnel confirming that the information given in the CV is correct.

Section E: Previous experience of the firm in similar type of assignments completed


during last 5 years. Please indicate the name of the assignment, name &
address of employer; dates of award & completion of the assignment;
financial worth of the assignments and role of your firm viz. prime
implementer/ sub-contractor/ consortium member etc.
Section F: Information not mentioned in any other section A to E above, e.g. Disclosures,
Conflict of Interest etc.
Please also submit a CD containing the soft copy of your General and Technical Tender
(to be submitted in the same envelope).

The Proposal should not be more than 25 pages inclusive of the Executive Summary
{however, the 25 page limit does not include CVs (Section D above) and the
vendor/agency Previous Experience (Section E above)}. The font used should be Calibri
and the size should be 12. Please submit 1 original and 1 copy of the proposal.
b. FINANCIAL PROPOSAL is to be submitted in the format as prescribed in
Form 6 (Financial Proposal) of the ANNEXURE.

5.4 ACTIVITY TIMELINE:

SNo.
Event [ Week ]
1
Release of NIT/Request for Empanelment
Document
[T]
2

Pre-Bid meeting (if required)

Last date for receipt of responses

[T+2]
[T+4]

Date
07 Dec, 2015

Time

21 Dec, 2015
11 Jan, 2016

22

Request for Empanelment of Mobile Application Developers

5.5 SUBMISSION OF PROPOSAL:

The instructions for submitting proposals in response to the RfE are as mentioned below:

1. The proposals submitted in response to this RfE, and all associated correspondence shall
be written in English and shall conform to the General Conditions prescribed under
Section-8. Any interlineations, erasures or over writings shall be valid only if they are
initialed by the authorized person signing the proposal.
2. Any form of consortium is not allowed.

3. Proposals received by facsimile shall be treated as defective, invalid and rejected. Only
detailed complete proposals received prior to the closing time and date for receipt of
proposals shall be taken as valid.

4. The original and a copy of the Technical Proposal along with one soft copy (on a nonrewriteable CD) are to be kept in a sealed envelope clearly marked TECHNICAL
PROPOSAL. Similarly, the original Financial Proposal and its copy shall be put in a
sealed envelope clearly marked in red FINANCIAL PROPOSAL and with a warning DO
NOT OPEN THE FINANCIAL PROPOSAL.
5. The Technical and Financial Proposals shall be marked ORIGINAL or COPY as
appropriate.
6. All bids must be accompanied with a non-refundable tender document fee of INR 5,000
(INR Five Thousand only) in the form of a crossed demand draft drawn on any
nationalized/scheduled bank, in favor of CDAC Mumbai, payable at Mumbai. This should
be included separately from the technical and financial proposals.
Note: On submission of supporting documents, the Company registered under MSME or
NSIC will get exemption from payment of Tender Document Fee (INR Five Thousand
only).

7. Bidders shall submit, along with their Bids, EMD of INR 3,00,000/- (INR Three Lakh only)
in the form of Bank Guarantee in the format specified in Form 7 issued by any scheduled
/ nationalized bank in favor of CDAC Mumbai, payable at Mumbai, and should be valid
for 6 months from the due date of the RfE. The EMD should be extendable further for
3 months, on request, if needed in the event of delay in bid process.
EMD of all unsuccessful bidders would be refunded by CDAC within one month of the
bidder being notified as being unsuccessful. EMD of all the successful empaneled bidder
23

Request for Empanelment of Mobile Application Developers

would be returned upon submission of Empanelment Performance Bank Guarantee of


INR 10,00,000/- (INR Ten Lakh only) in the format as required by CDAC Mumbai.
The EMD & Empanelment Performance Bank Guarantee amount is interest free and
EMD will be refundable to the unsuccessful bidders without any accrued interest on it.

The bid / proposal submitted without EMD, mentioned above, will be summarily
rejected.
The EMD may be forfeited if:

A bidder withdraws its bid during the period of bid validity.


The bidder on successful empanelment fails to fulfill or discontinues the assigned
work.
Note: On submission of supporting documents, the Company registered under MSME or
NSIC will get exemption from payment of earnest money deposit (INR Three Lakh only).

8. The Technical proposal envelop and Financial proposal envelop, along with DD of the
Tender fee (if applicable) and EMD, prepared in accordance with the procedures
enumerated in the RfE document should be submitted in a sealed envelope to the CDAC
no later than the date and time laid down, at the address given in the Activity Timeline
in section 1 of DOCUMENT CONTROL SHEET.

9. The envelope should be super scribed with Request for Empanelment of Mobile
Application Developer and should clearly mention the Category and Region(s) for
which bid is submitted for, name and address of the firm/agency submitting the
proposal.
CD media must be duly signed using a Permanent Pen/Marker and should bear the
name
of
the
firm/agency,
submitting
the
proposal.
If the Financial Proposal is not submitted by the Firm/Agency in a separate, sealed
envelope and duly marked as indicated above, this will constitute grounds for declaring
both Technical and Financial Proposals non-responsive.
10. The Proposals submitted should be concise and contain only relevant information as
required under this RfE document. The financial quotations should not be mentioned
elsewhere in the proposal other than in Form-6 (Commercial Bid) of Annexure.
Ignorance may result in consideration of proposal as being non-responsive.
11. The Vendors submitting their proposals would be responsible for all of its expenses,
costs and risks incurred towards preparation and submission of their proposals,
attending any pre-proposal meeting and visiting the site or any other location in
24

Request for Empanelment of Mobile Application Developers

connection therewith. CDAC shall, in no case, be responsible or liable for any such costs
whatsoever, regardless of the outcome of the process.

12. Notice of Intent to submit proposal in response to RfE Notice as per Form 1 of
Annexure.
13. Each page of the RfE response must be signed and stamped by the authorized signatory
of the responding firm who has the Power of Attorney to commit the responding firm to
contractual obligations.

14. The responding vendor should furnish an unconditional declaration undertaking of total
responsibility including responsibility for the security of any transactions / data transfer
through the solutions developed by them for the defect free operation of the proposed
solution for the departments.
15. The proposal will include a Power of Attorney letter for Authorised Signatory

16. The proposal shall be valid for 6 months from the last date of submission of the bid.

5.6 EVALUATION METHODOLOGY

The qualifying score will be 75 marks in Technical evaluation on the scale of 100. Bidders who
qualify in the technical evaluation will be ranked and considered for empanelment.
On the basis of highest technical scoring 3 vendors will be shortlisted under each category for
every geographical region (Region as mentioned under Section-9, Geographical Division). An
agency cannot be empaneled for more than 2 Regions. However, vendors who opt for Region-1
can be empaneled for a total of 3 regions including Region-1.

The commercial bid of all the technically qualified vendors will be open under each category
and region. The bidder with the lowest financial quote in each category and region shall be
considered as L1 & bidder with the highest Technical Score will be termed as T1.

The L1 price under each category and region shall be offered to all the remaining technically
qualified vendors (T1, T2, T3 and so on). The first two vendors who accept L1 price will be given
offer for empanelment in that category and region thus completing the list of 3 vendors for
each category in all the 6 regions. Out of the two selected vendors, the one with lower initial
quoted price would be termed as L2 and the remaining one would be termed as L3.

25

Request for Empanelment of Mobile Application Developers

6.1

PRE-QUALIFICATION:

6. EVALUATION CRITERIA

1. The bidder should be a Company registered under the Indian Companies Act, 1956 and
have registered offices in India. The Company must be registered with the appropriate
authorities for all applicable statutory taxes/duties.
2. The Bidder shall not be under a Declaration of Ineligibility for corrupt or fraudulent
practices or blacklisted with any of the Government agencies.
3. The bidder should have PMP/Prince2/Brainbench certified practitioner on its rolls with
certification for the enterprise-wide business solutions and for Software Development
Division/SBU.
4. The responding firm / Company should have an average turnover as follows:
Category-A: of at least INR 1 Crores in last 3 financial years.
Category-B: of at least INR 2 Crores in last 3 financial years.
Out of this annual turnover, INR 1 Crores or more must come from mobile APP
development/software development/Application development activity (ies).
5. The bidder should have executed at least TWO projects around mobile application and
related development out of which one project should have been with/for a Government
Entity during the last THREE financial years for an order value of not less than INR 10
Lakh with similar nature of work.
For Category-A, the requirement to have at least one project with/for a Government
Entity is not mandatory.
6. The Vendor should have demonstrated capabilities related to scope of work and possess
the capability to accomplish the work at par with the best of industry standards in
minimum span of time, and maintenance of the same done to the satisfaction of the
client organizations.
7. The bidder should have been profitable in at least two of the last three financial Years
(FY 12-13, FY 13-14, FY 14-15).

The bidder(s) meeting the above mentioned qualifying criteria will be short listed and
considered for technical evaluation.
6.2 TECHNICAL QUALIFICATION

1. The bidder must have a proven and consistent track record of successful development,
integration (APIs) and maintenance of Mobile Application with similar nature of work.
2. The responding firm must have on its roll at least 10-15 technically qualified personnel
in software development / Application Development and for system integration, who
shall have at least relevant educational qualification and possess prior experience in
26

Request for Empanelment of Mobile Application Developers

software / mobile application development. The name of the personnel along with their
CVs need to be submitted along with the Proposal.

Relevant Experience of Professionals:

a. Category-A (Mobile Application Developer)

S.No.
A

Role

Project Manager
(at least 1 CV)

Experience

B Tech/ B.E/MCA and MBA with minimum 10 years of


experience in IT/ software development
Experience of minimum 2 Government IT project
Implementation
Experience of requirement gathering and User
Acceptance Process
Training and Change Management
Certified PMP, PRINCE 2 or Equivalent will be preferred
B
Mobile Application
Graduate with at least 2 years of Experience
Developers
BE/B.Tech (Computer Science or IT) will be preferred
At least 2 years of Experience in Mobile Application
(at least 4 CVs)
Development
C
Application Integrator Graduate with at least 2 years of Experience
(at least 2 CVs)
BE/B.Tech (Computer Science or IT) will be preferred
Solution/ Technology Architect
Database Expert
CVs with Government IT project experience (at least 5 CVs)
The Vendor needs to submit CVs of IT professionals on its payroll, who have worked on
at least 2 government IT projects (with experience in requirement gathering/User
Acceptance Process/Training/Change Management etc.)
These CVs should be of Graduate with technical qualification with more than 2 years of
work experience
These CVs may be in common with the CVs which are mentioned above.

27

Request for Empanelment of Mobile Application Developers

b. Category-B (Mobile Application & API Developer)


S.No.
A

Role

Project Manager
(at least 1 CV)

Experience

B Tech/ B.E/MCA and MBA with minimum 10 years of


experience in IT/ software development
Experience of minimum 2 Government IT project
Implementation
Experience of requirement gathering and User
Acceptance Process
Training and Change Management
Certified PMP, PRINCE 2 or Equivalent will be preferred
B
API Developers
BE/B.Tech (Computer Science or IT)/MCA with 5+ years
(at least 2 CVs)
of Experience
At least 5 years in Application Development
C
Mobile Application
Graduate with at least 2 years of Experience
Developers
BE/B.Tech (Computer Science or IT) will be preferred
(at least 4 CVs)
At least 2 years of Experience in Mobile Application
Development
D
Application Integrator Graduate with at least 2 years of Experience
(at least 2 CV)
BE/B.Tech (Computer Science or IT) will be preferred
Solution/ Technology Architect
Database Expert
CVs with Government IT project experience (at least 5 CVs)
The Vendor needs to submit CVs of IT professionals on its payroll, who have worked on
at least 2 government IT projects (with experience in requirement gathering/User
Acceptance Process/Training/Change Management etc.)
These CVs should be of Graduate with technical qualification with more than 2 years of
work experience
These CVs may be in common with the CVs which are mentioned above.
3. The bidder will have to submit case studies of projects undertaken with respect to Mobile
Application and API development including the projects/experience with/for Government
organization(s). Agencies / firms should clearly indicate, submit explicit supporting
documentary evidence, with respect to the above. In absence of this, the proposals will be
rejected summarily at the qualification stage itself.
28

Request for Empanelment of Mobile Application Developers

7. EVALUATION & EMPANELMENT PROCESS

7.1

TECHNICAL EVALUATION

The proposals meeting the ELIGIBILITY CRITERIA as listed in Section-6 will be evaluated as per
the criteria given here under:
a. Category-A (Mobile Application Developer)*
S.No.
1

Evaluation Criteria / Sub Criteria

Past Experience

a. Past experience in mobile


application development
b. IT Projects undertaken
Government department

with

Mobile application development


c. with payment gateway
Mobile application development
d. with location based services
2
3

Project Management
a. Project Management Experience

Resource Deployment
a. Relevant experience of the
Vendors team
b. CVs with experience in minimum
of 2 Government projects
Total Points

Scoring Criteria
No of APPs Marks
10
10
11-20
20
>20
30
Evaluation based on
Work Order submitted
No of APPs Marks
5
5
6-10
10
>10
15
No of APPs Marks
5
5
6-10
10
>10
15

Maximum
Score

Score
Obtained

30
10
15

15

Evaluation based on
work order submitted

10

Evaluation based on
CVs submitted
No of CVs
Marks
5
5
6-10
8
>10
10

10
10
100

*The bidder needs to submit documents in support of above (CVs/Work Order/etc)

29

Request for Empanelment of Mobile Application Developers

b. Category B (Mobile Application & API Developer)**


SNo.

Criteria / Sub Criteria

Max
Points

Past Experience

experience
in
a. Past
application development
b.

mobile

Past
experience
in
development (at least 5 APIs)

API

Mobile Related project experience


Government
Entity)
c. (for
(contract value INR 10 Lakh or
above)
Mobile application development
d. with payment gateway
(for Government Entity)
Mobile application development
e. with location based services
(for Government Entity)
2
3

Project Management
a. Project Management Experience
Resource Deployment
a. Relevant experience of the
Vendors team
Total Points

No. of
Apps
20
21-50
>50
No. of
Apps
5
6-10
>10
No. of
Apps
5
6-10
>10
No. of
Apps
5
6-10
>10
No. of
Apps
5
6-10
>10

Marks
15
20
25
Marks

25

5
10
15
Marks

15

5
10
15

15

5
8
10
Marks

10

5
10
15
Marks

15

Evaluation based on
work order submitted

10

Evaluation based on
CVs submitted

10

Marks
Obtained

100

**The bidder needs to submit documents in support of above (CVs/Work Order/etc)

30

Request for Empanelment of Mobile Application Developers

7.2 EMPANELMENT PROCESS

1. The bidder needs to score 75% or more to qualify in technical proposal. Only
those bidders who qualify in the Technical evaluation will be considered for
Commercial bid opening.
2. The commercial bids of all technically qualified bidders for respective Region will
be opened separately for each category and region. The bidder with the lowest
financial quote under each category and region shall be empaneled and he price
will be marked as L1 and while the bidder with highest Technical Score will be
called T1.
3. The L1 price under each category and region shall be offered to all the remaining
technically qualified vendors (T1, T2, T3 and so on). The first two vendors who
accept L1 price will be given offer for empanelment in that category and region
thus completing the list of 3 vendors for each category in all the 6 regions. Out of
the two selected vendors, the one with lower initial quoted price would be
termed as L2 and the remaining one would be termed as L3.
4. All qualifying bidders will be communicated by CDAC. The successful bidder will
have to sign an empanelment contract (letter of empanelment) along with
Empanelment Guarantee within 30 days of such communication. Failing which
the offer may be treated as withdrawn and EMD may be forfeited.
5. The empanelment shall be valid for two years from the date of signing of the
empanelment contract. It can be extended further on the mutual consent for a
period based on periodic reviews to assess the performance during the specified
duration of empanelment at the same/new terms and conditions. CDAC shall be
free to curtail the empanelment at any time during the period of empanelment,
without assigning any reason.

7.3 ALLOCATION OF WORK:

1. The bidder with L1 will be awarded with 50% of the work in that region under a
category. The other 2 successful empaneled bidders L2 & L3 will be awarded
with the remaining 30% & 20% of the work. The allocation of work would be
done by the Steering committee in round robin fashion and allocation would be
done in the ratio of 50:30:20 among L1, L2, and L3.
2. Each department will share its Scope of Work as per its requirement with the
Project Steering Committee.
3. The committee will circulate the Scope of Work (through email/website/hard
copy/etc) among the empaneled vendor of that category in the region. In
31

Request for Empanelment of Mobile Application Developers

4.

5.
6.
7.

response, the empaneled vendors of that region would submit approach and
proposed screens.
The submitted sample screens/approach of the mobile application would be
analyzed by the Committee. The committee will award any new project to the
bidder on the basis of vendors performance in the previous projects awarded
under Mobile Seva and the screen/Approach shared by the bidders. The
committee will ensure distribution of work among all the 3 empaneled vendors
in each category for each Region as per point 1 above.
The selected agency shall not assign the project to any other agency, in whole or
in part, to perform its obligation under the agreement.
Empanelment as Mobile Application developer does not guarantee allocation of
work.
In case, when the time period is too short to get the concept notes/ technical
proposals/ presentations prepared from all the empaneled agencies or any other
exigencies, the job may be entrusted to any of the empaneled agencies or any
other agency which Committee/CDAC/Respective Department deems fit to meet
the deadline.

32

Request for Empanelment of Mobile Application Developers

8.1 Contract
Documents

8.2 Corrupt
Practices

8. GENERAL CONDITIONS

8.1.1 Subject to the order of precedence set forth in the Agreement,


all documents forming the Contract (and all parts thereof) are
intended to be correlative, complementary, and mutually
explanatory.

8.2.1 The Purchaser requires bidders, suppliers, and contractors to


observe the highest standard of ethics during the execution of
such contracts.
a. The following definitions apply:

corrupt practice means the offering, giving receiving, or


soliciting, directly or indirectly, of anything of value to
influence the action of any party in the procurement
process or the execution of a contract;

fraudulent practice means a misrepresentation or


omission of facts in order to influence a procurement
process or the execution of a contract;

collusive practices means a scheme or arrangement


between two or more bidders, with or without the
knowledge of the CDAC/Respective Department, designed
to influence the action of any party in a procurement
process or the execution of a contract;
coercive practices means harming or threatening to
harm, directly or indirectly, persons, or their property to
influence their participation in a procurement process, or
affect the execution of a contract;

b. The Purchaser will reject a proposal for award if it


determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, or coercive practices in
competing for the Contract.
c. After the award of the contract if it is comes to the

33

Request for Empanelment of Mobile Application Developers

8.3 Interpretation

knowledge that the Vendor has engaged in corrupt,


fraudulent, collusive, or coercive practices at any
stage, the Purchaser shall forthwith terminate the
contract.

8.3.1 In this Contract unless a contrary intention is evident:

a. The clause headings are for convenient reference only


and do not form part of this Contract;

b. In case of any conflict with any provision relating to


the document and the final contract with the
respective Department, the provisions of the contract
with the Department shall prevail for all intents and
purposes
c. unless otherwise specified a reference to a Section,
sub-Subsection or section is a reference to a clause,
sub-clause or section of this Contract including any
amendments or modifications to the same from time
to time;
d. A word in the singular includes the plural and a word
in the plural includes the singular;
e. A word importing a gender includes any other gender;

f. Where a word or phrase is given a particular meaning


it includes the appropriate grammatical forms of that
word or phrase which have corresponding meanings

g. In the event of an inconsistency between the terms of


this Document and the Bid document, the terms of
this contract hereof shall prevail.

8.3.2 Entire Agreement

The Contract constitutes the entire agreement between the


CDAC & the Vendor and supersedes all communications,
negotiations and agreements (whether written or oral) of
34

Request for Empanelment of Mobile Application Developers

parties with respect thereto made prior to the date of


Contract.

8.3.3 Amendment

No amendment or other variation of the Contract shall be


valid unless it is in writing, is dated, expressly refers to the
Contract, and is signed by a duly authorized representative of
each party thereto.

8.3.4 Waiver

a. Subject to the Sub-Clause as mentioned below, no


relaxation, forbearance, delay, or indulgence by either
party in enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the
other shall prejudice, affect, or restrict the rights of that
party under the Contract. Neither shall any waiver by
either party of any breach of Contract operate as waiver
of any subsequent or continuing breach of Contract.

b. The waiver by either party of a breach or default of any


of the provisions of this contract by the other party shall
not be interpreted as :
c. A waiver of any succeeding breach of the same or other
provision, nor shall any delay or omission on the part of
the other party to exercise; or

i. A way to avail itself of any right, power, or privilege


that it has or may have under this contract to
operate as waiver of any breach or default by the
other party.

ii. Any waiver of a partys rights, powers, or remedies


under the Contract must be in writing, dated, and
signed by an authorized representative of the party
granting such waiver, and must specify the right and
the extent to which it is being waived.

35

Request for Empanelment of Mobile Application Developers

8.3.5 Severability

8.4 Cost of Bidding

If any provision or condition of the Contract is prohibited or


rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the
Contract or the contract as a whole and the remaining
provisions of the contract shall remain in full force and effect.

8.4.1 The Bidder shall bear all costs associated with the
preparation and submission of its Bid, and the Purchaser shall
not be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
8.4.2 The cost of Tender Document Fee is INR 5,000/- only
(INR Five Thousand Only)

8.5 Language

8.6 Notices

8.4.3 The bidder may obtain the tender document in soft


copies or may download from the websites. If the bidder
downloads the tender document from the website, the tender
fee need to be submitted in the form of Demand Draft will be
deposited along with the proposal.

8.5.1 The official language of the Contract is English. Contract as


well as all correspondence and documents relating to the
Contract exchanged by the Vendor and CDAC, shall be written
in English. Supporting documents and printed literature that
are part of the Contract may be in another language provided
they are accompanied by an accurate translation of the
relevant passages in English, in which case, for purposes of
interpretation of the Contract, the English translation shall
govern.

8.5.2 The Vendor shall bear all costs of translation to English and all
risks of the accuracy of such translation. The Vendor shall be
bound to the English translation and what has been stated
therein.
8.6.1 All notices and other communications under this contract
must be in writing, and must either be mailed by registered

36

Request for Empanelment of Mobile Application Developers

mail with acknowledgement due, or hand delivered with proof


of it having been received.

8.6.2 If mailed, all notices will be considered as delivered after 5


days, of the notice having been mailed. If hand delivered, all
notices will be considered, when received by the party to
whom the notice is meant and sent for.
8.6.3 All notices under this contract shall be sent to or delivered at
the address as specified by the parties.

8.7 Governing Law

8.8 Settlement
Disputes

8.6.4 A Notice shall be effective when delivered or on the Notices


effective date, whichever is later.
8.7.1 The Contract shall be governed by and interpreted in
accordance with the laws of the India. The High Court of
Judicature at the State of Maharashtra and Courts
subordinate to such High Courts shall have exclusive
jurisdiction in respect of any disputes relating to the tendering
process, award of Contract and execution of the Contract.
8.7.2 In all cases, this contract shall be governed by and interpreted
in accordance with the Law of the Union of India. In this
context, the expression Law takes within its fold statutory
law, Judicial Decisional Law and Delegated Legislation.

of 8.8.1 The CDAC and the Vendor shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
8.8.2 If the parties fail to resolve such a dispute (The date of
commencement of the dispute shall be taken from the date
when this clause reference is quoted by either party in a
formal communication clearly mentioning existence of dispute
or as mutually agreed) or difference by mutual consultation
within twenty-eight (28) days from the commencement of
such consultation, either party may require that the dispute
be referred for resolution.

37

Request for Empanelment of Mobile Application Developers

8.8.3 The mechanism for resolution of disputes for bidders shall be


in accordance with the Indian Arbitration and Conciliation Act
of 1996. The Arbitral Tribunal shall consist of 3 (Three)
Arbitrators. Each Party shall nominate an Arbitrator and the
two nominated Arbitrators shall mutually agree and nominate
a third Presiding Arbitrator.
8.9 Scope of Work

8.10 Change
Request

8.8.4 The place for arbitration shall be Mumbai, Maharashtra.

8.9.1 The Services to be provided are as per the Section-3. The


detailed Scope of Work will be provided by the respective
department.
8.9.2 Unless otherwise stipulated in the Contract, the Scope of
Work shall include all such services not specifically mentioned
in the Contract but that can be reasonably inferred from the
Contract as being required for attaining Completion of the
Related Services as if such items were expressly mentioned in
the Contract.

8.10.1 Any change/s (beyond Section 8.9 of the General conditions),


in Scope of Work, which arises after the issuing of the Work
Order from CDAC, shall be considered separately between the
vendor and the respective Government department on their
mutual consent and term & Conditions.

The CDAC or Steering Committee will not have any say in the
Change request or its payment.

8.11 Change
8.11.1 Change request can be divided into 3 major category based on
Request Pricing
their complexity level and efforts required. Each category
methodology
should have different pricing (10%: 8%: 5% of the contract
value of respective mobile application).
The charges for change request to be paid by the Department
to the Vendor can be standardized as below:
i.
ii.

a. Major
API change implementation (any major or minor)
Additional features such as:

38

Request for Empanelment of Mobile Application Developers

iii.

i.
ii.
iii.

i.
ii.

8.12 Vendors
Responsibilities

iii.

Flow change
Camera, video capture etc.
Change in authentication process, major validation
invoice
b. Medium
Addition of extra data fields.
Change in logic or validation (minor change) like
character limit change etc.
IVR rearrangement, IVR prompt change without
flow change.
c. Low
Minor spelling translation correction after sign off
Addition of disclaimers, static info, banners, logo
etc.
Any service enablement of pull SMS

8.12.1 The vendor shall provide all the Services included in the Scope
of Work with amendments in accordance with General
Conditions (Section-8), RfE and the Implementation Schedule.
8.12.2 The Vendor will be responsible for managing the activities of
its personnel and will hold itself responsible for any
misdemeanor.

8.13 CDAC
Responsibilities

8.12.3 The Agency is expected to maintain high level of professional


ethics and will not act in any manner, which is detrimental to
CDACs interest.

8.13.1 Whenever the vendor would require a permit, approvals, etc.,


to accomplish its responsibilities, CDAC on recommendation
of steering committee, shall, if so required by the Vendor,
make its best effort to assist the Vendor in complying with
such requirements in a timely and expeditious manner.

8.13.2 CDAC shall bear all costs involved in the performance of its
responsibilities.
8.13.3 CDAC shall approve all such documents within 15 working

39

Request for Empanelment of Mobile Application Developers

8.14 Intellectual
Property

days on receiving recommendation from steering committee


for the same. The similar arrangement will be there between
the Selected Vendor and respective Department.

8.14.1 The CDAC on behalf of DeitY shall own and have a right in
perpetuity to use all newly created Intellectual Property
Rights which have been newly created and developed solely
during execution of this Contract. The Vendor undertakes to
disclose all such Intellectual Property Rights arising in
performance of the Related Services to CDAC and execute all
such agreements/documents and obtain all permits and
approvals that may be necessary in this regard to effectively
transfer and conserve the Intellectual Property Rights of
CDAC.

8.15 Confidential 8.15.1 Both parties undertake to each other to keep confidential all
Information
information (written as well as oral) concerning the business
and affairs of the other, which has been obtained or received
as a result of the discussions leading up to or the entering of
the contract
8.15.2 After the entering of the contract CDAC and the Vendor shall
keep confidential and shall not, without the written consent
of the other party hereto, divulge to any third party any
documents, data, or other information furnished directly or
indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior
to, during or following completion or termination of the
Contract.

8.15.3 now or hereafter enters the public domain through no fault


of that party;

8.15.4 can be proven to have been possessed by that party at the


time of disclosure and which was not previously obtained,
directly or indirectly, from the other party; or
8.15.5 Otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.

40

Request for Empanelment of Mobile Application Developers

8.16

Insurance

8.15.6 The provisions of GCC Clause 18 shall survive completion or


termination, for whatever reason, of the Contract.

8.16.1 The Goods supplied under the Contract (if required) shall be
fully insured by the Vendor, in INR, against loss or damage
incidental to manufacture or acquisition, transportation,
storage, and delivery, in accordance with the applicable
Incoterms or in the manner specified in the SCC.

8.17 Liquidated
8.17.1 If the Services delivered do not meet the minimum
Damages and
specifications as per the Contract, and the same is not
Penalty
modified by the Vendor to meet the requirements within 14
days of being informed by CDAC, CDAC shall be free to
impose any penalty as deemed fit. In addition, the CDAC shall
reserve the right to terminate the contract and recover
liquidated damages by forfeiting the Empanelment guarantee
submitted by the Vendor.
8.18 Liability/
Indemnity

8.18.1 The Vendor shall indemnify CDAC against any privilege, claim
or assertion made by third party with respect to right or
interest in, ownership, mortgage or disposal of any asset,
property, movable or immovable as mentioned in any
Intellectual Property Rights, licenses and permits

8.18.2 Without limiting the generality of the provisions of this clause,


the Vendor shall fully indemnify, hold harmless and defend
CDAC Indemnified Persons from and against any and all suits,
proceedings, actions, claims, demands, liabilities and damages
which CDAC Indemnified Persons may hereafter suffer, or pay
by reason of any demands, claims, suits or proceedings arising
out of claims of infringement of any domestic or foreign
patent rights, copyrights or other intellectual property,
proprietary or confidentiality rights with respect to any
Goods, Related Services, information, design or process
supplied or used by the Supplier in performing the Suppliers
obligations or in any way incorporated in or related to the
Empanelment/Project.
8.19

Change

in 8.19.1 Unless otherwise specified in the Contract, if after the date of


41

Request for Empanelment of Mobile Application Developers

Laws
and
Regulations

the Invitation for Bids, any law, regulation, ordinance, order or


bylaw having the force of law is enacted, promulgated,
abrogated, or changed in the place of the country/State that
subsequently affects the contract execution, then such Date
shall be correspondingly increased or decreased, to the extent
that the Vendor has thereby been affected in the
performance of any of its obligations under the Contract.

8.20 Change
8.20.1 The Purchaser may at any time order the Vendor through
Orders
and
Notice to make changes within the general scope of the
Contract
Contract
Amendments
8.20.2 No variation or modification of the terms of the contract shall
be made except by written amendment signed by the parties.
Documenta
tion

8.21

8.21.1 The vendor needs to submit all the necessary documentation


to the Department, which will be required to
run/support/modify the mobile application. The indicative list
of documents is as follows:

8.22 Extensions
of Time

System and administration manuals (if applicable)


Technical support handbook
Trouble shooting document (Error Messages,
Meanings and their resolution)
Training Manuals
Analysis & Design document with the relevant data
flow diagrams, and wire frames, relationship diagrams
Additions/ changes to the documents after upgrades
Operations Manuals

The above mentioned list is not exhaustive and in addition to


this, vendor need to submit other documents which are
specified in different section of the RfE, including the source
code.
8.22.1 If at any time during performance of the Contract, the Vendor
encounter conditions impeding timely completion of Related
Services, the Vendor shall promptly notify the CDAC in writing
of the delay, its likely duration, and its cause. As soon as
practicable after receipt of the Vendors notice, CDAC shall
42

Request for Empanelment of Mobile Application Developers

8.23

Termination

evaluate the situation and may at its discretion extend the


time for performance, in which case the extension shall be
ratified by the parties by amendment of the Contract.

8.23.1 Termination for Default

CDAC may, without prejudice to any other remedy for breach


of Contract, by Notice of default sent to the Vendor,
terminate the Contract of Empanelment in whole or in part:

If the Vendor fails to deliver any or all of the Related


Services within the period specified in the Contract, or
within any extension thereof granted by CDAC; or
If the Vendor, in the judgment of CDAC has engaged in
corrupt, fraudulent, collusive, or coercive practices, in
competing for or in executing the Contract; or
If any representation made by the bidder in the
proposal is found to be false or misleading

If the Vendor commits any breach of the Contract and


fails to remedy or rectify the same within the period of
two weeks (or such longer period as the Purchaser in
its absolute discretion decide) provided in a notice in
this behalf from CDAC.

8.23.2 Termination for Insolvency

8.24 Public
Disclosure

CDAC may at any time terminate the Contract by giving Notice


to the Vendor if the Vendor becomes bankrupt or otherwise
insolvent. In such event, termination will be without
compensation to the Vendor, provided that such termination
will not prejudice or affect any right of action or remedy that
has accrued or will accrue thereafter to the CDAC.

8.24.1 All services provided to CDAC by bidder are subject to Country


and State laws such as RTI etc.

8.24.2 The Vendors Team shall not make or permit to be made a


43

Request for Empanelment of Mobile Application Developers

8.25 NonSolicitation
Staff

public announcement or media release about any aspect of


this Contract unless CDAC first gives the Vendor its written
consent.

8.25.1 For the purpose of this contract, both parties to this contract
of
agree, not to solicit either directly or indirectly with a view to
provide or offer employment to, offer to contract with or
entice a staff member of the other party to leave without the
consent of the other during the term of this agreement and
for an additional period of 180 days after termination

8.26 Right
to 8.26.1 CDAC reserves the right to reject any request for
rejection and
empanelment and to annul the empanelment process and
Right
to
reject all such requests at any time prior to empanelment,
annulment
without thereby incurring any liability to the affected
applicant(s) or any obligation to inform the affected
applicant(s) of the grounds for such decision.
8.26.2 CDAC also reserves the right to employ any agency outside of
the list of empaneled agencies.

8.27 No
obligation

8.27.1 Empanelment with CDAC does not guarantee that any or all
bidders shall be awarded any project / assignment as a result
of this empanelment.

8.28 Only
one 8.28.1 An applicant can submit only one proposal on its own. If an
application
applicant submits more than one proposal, both proposals
shall be disqualified.
8.29

Amendment

8.30 Conflict
Interest

8.29.1 At any time prior to deadline for submission of applications,


CDAC may for any reason, modify this document. The
amendment document shall be notified through website and
such amendments shall be binding on all Bidders.

of 8.30.1 Vendor shall furnish an affirmative statement as to the


existence of, absence of, or potential for conflict of interest on
the part of the Bidder due to prior, current, or proposed
contracts, engagements, or affiliations with the Department.
Additionally, such disclosure shall address any and all
44

Request for Empanelment of Mobile Application Developers

potential elements (time frame for service delivery, resource,


financial or other) that would adversely impact the ability of
the bidder to complete the requirements.
8.31

Empanelment Guarantee

Within 30 days of the selected firms being intimated about their empanelment they
have to submit an Empanelment Bank Guarantee for INR 10,00,000/- (INR Ten lakh only)
in the form of unconditional, unequivocal and irrevocable Empanelment Bank
Guarantee (BG) in favor of CDAC, Mumbai from any Scheduled Commercial Bank and
valid for 2 years from the date of empanelment and any applicable extension periods as
may be mutually accepted. The Bank Guarantee submitted as EMD will be discharged
after the receipt of this Empanelment Guarantee from the firm selected for
empanelment.

The EG will be released to the bidder, after two years of empanelment or after such
extended period of empanelment as mutually agreed. In the event of
cancellation/Delisting (Refer section 8.23 of this document) of the Empaneled bidder
CDAC reserves the right to forfeit the Empanelment Guarantee.

8.32

The Empanelment Guarantee shall be discharged by CDAC and returned to the Vendor
not later than fourteen (14) days following the date of completion of the Vendors
performance obligations under the Contract.
Penalty Clause
8.32.1

8.32.2

The empaneled vendors shall render the services strictly adhering to the
time schedules as agreed in the Work Order from the respective State
Government Department. Any delay by the vendor, in the performance of
its obligations, shall attract Penalty at the rate of 2% of the total value of
the work order per week of delay subject to a maximum of 10% of the
value of work order. Beyond five weeks the Department will have the
option of getting the work done through alternate sources at the cost and
risk of the defaulting vendor

An empaneled vendor cannot refuse to participate and execute any Work


(beyond 2 refusals allowed during its 2 years of empanelment), which
would be published by any department under that geographical region
pertaining to that category for which it has been empaneled. The work
order shall be issued by CDAC on recommendation of steering committee
45

Request for Empanelment of Mobile Application Developers

8.32.3

8.32.4

8.33

after receiving request from respective Departments and work to be


started within the contractual timeline of the work order.

If at any time during execution of the work order, the vendor encounter
conditions impeding timely performance of the ordered services (factors
pertain to the Department), the empaneled vendor shall promptly notify
CDAC in writing of the fact of the delay, its likely duration and its causes.

Subsequent to three unsuccessful execution of Work Order or default in


the discharge of service obligations, CDAC would be free to forfeit the
defaulting vendors security deposit, revocation of performance bank
guarantees (including the ones submitted for other Work Orders) and/or
termination of the Contract for default. The CDAC may also terminate the
empanelment of the Vendor.

Arbitration (As Per The State Government Rules)

The Selected Empaneled Agency shall indemnify State/UT Government Departments


and/or with CDAC against all third party claims arising out of a court order or arbitration
award for infringement of patent, trademark/ copy right arising from the use of the
supplied services or any part thereof.
In the event of any dispute or differences arising under these conditions or any special
conditions of the contract in connection with this contract, the same shall be referred to
Steering Committee for final decision and the same shall be binding on all parties.
Department and the vendor shall make every effort to resolve amicably by direct
negotiation any disagreement or dispute arising between them under or in connection
with the purchase order. If any dispute shall arise between parties on aspects not
covered by this agreement, or the construction or operation thereof, or the rights,
duties or liabilities under these except as to any matters the decision of which is
specially provided for by the general or the special conditions, such dispute shall be
referred to two arbitrators, one to be appointed by each party and the said arbitrators
shall appoint an umpire in writing before entering on the reference and the award of
the arbitration or umpire, as the case may be, shall be final and binding on both the
parties. The arbitrators or the umpire as the case may be, with the consent of parties,
may modify the timeframe for making and publishing the award. Such arbitration shall
be governed in all respects by the provision of the Indian Arbitration and Conciliation
46

Request for Empanelment of Mobile Application Developers

8.34

Act, 1996 or later and the rules there under and any statutory modification or
reenactment, thereof. The arbitration proceedings shall be held at Mumbai, India.
TERMS OF PAYMENT

The term of payment, for the work awarded by the respective departments are as follows:

8.34.1
8.34.2

8.34.3
8.34.4

The vendor shall also submit a staggered bank guarantee equal to 10% (Ten
percent) of the Order value, drawn in the name of CDAC Mumbai.
Payment will be made in Indian Rupees. Payment will be made only after
receiving recommendation by respective department and steering
committee for satisfactory completion of the work as mentioned in the
work order. Vendor need to obtain sign off from the respective
department, on achieving every milestone.
Payments shall be subject to deduction of any amount for which the
Vendor is liable as per the penalty clause of this tender document.

The payment will be made on the milestone basis and will be as per the
agreed terms and conditions between respective department and the
successful bidder:

Sr. No

Milestone

Payment %

1.

Completion of SRS and application design

20%

Application Go Live or Application


available on Mobile Seva App Store

2.

8.35

UAT or Completion report from user


department

30%

Post GoLive, 6 months successful running


of the mobile application

30%

20%

Service Levels

To ensure the working of the developed mobile application, to perform as per the best
standards of the industry, the various service levels are to be adhered by the selected Vendors.

47

Request for Empanelment of Mobile Application Developers

Deviations from the agreed upon performance would need to be consistently measured and
severity level for non-compliance need to be assigned. The following table describes the various
severity levels.
Severity
Level
1
2
3
4

Description

Penalty

Delay or denial of service or services observed /


reported. Lack of availability of a feature results into
non enablement of service

0.18%

Complete loss of service for a period of time


resulting into significant inconvenience to the users
or multiple instances of complete loss of service
resulting into users losing confidence in the system
and hence directly affects the ability of the platform
to on-board additional services, get buy-in,
popularize the service.

0.90%

Minimum loss of service and minimum loss in


quality of service delivered

Delay or denial of services observed, lack of


effective and timely communication results into
customer support and citizen perception issues

0.09%

0.45%

The penalty for not meeting the SLA is linked to the severity level of the breach of the SLA. The
penalty is applicable if the services are down entirely due to the platform and within the
bounds of the platform.
Total penalty for a month is capped to 3% of the contact value.
Note:

a. Above service level penalty will not be applicable if disruption is due to some
external systems like payment gateway, departments or any other issue beyond the
control of the Vendor.
b. All the above SLAs will be applicable only after the stability period of 30 days from
the date of launch.
c. The penalty will be imposed based on highest severity Level incidence occurred.

48

Request for Empanelment of Mobile Application Developers

9. GEOGRAPHICAL DIVISION

The geographical division of the Indian states is:


1.
2.
3.
4.
5.
6.
7.
8.
1.
2.
3.
4.
5.
1.
2.
3.
4.
5.

Region-1

Arunachal Pradesh
Assam
Manipur
Meghalaya
Mizoram
Nagaland
Sikkim
Tripura
Region-2

Andaman and Nicobar Islands


Bihar
Jharkhand
Odisha
West Bengal
Region-3

Daman and Diu


Dadra and Nagar Haveli
Gujarat
Goa
Maharashtra

1.
2.
3.
4.
5.
6.
7.
1.
2.
3.
4.
5.
6.
1.
2.
3.
4.
5.

Region-4

Andhra Pradesh
Telangana
Karnataka
Kerala
Lakshadweep
Tamil Nadu
Puducherry

Region-5

Chandigarh
Himachal Pradesh
Haryana
Jammu and Kashmir
Punjab
Uttarakhand
Region-6
Delhi
Uttar Pradesh
Rajasthan
Chhattisgarh
Madhya Pradesh

49

Request for Empanelment of Mobile Application Developers

10. LIST OF ABBREVIATIONS USED IN THE RFE


API
BG

CDAC :

Application Programming Interface


Bank Guarantee

Centre for Development of Advanced Computing

DeitY :

Department of Electronics & Information Technology

EMD

Ernest Money Deposit

IVRS

Interactive Voice Response System

DIT

m-APP :

MSDG :

NeGP :
O&M :
OS

PMU :

Department of Information Technology

Mobile Application

Mobile Governance Services Delivery Gateway

National e-Governance Plan

Operation & Maintenance

Operating System

Project Monitoring Unit

RfE

Request for Empanelment

SMS

Short Message Service

SoW

Scope of Work

SLA

Service level Agreement

UT

Union Territory

USSD :

Unstructured Supplementary Service Data

50

Request for Empanelment of Mobile Application Developers

11. DEFINITIONS & GLOSSARY USED IN THE RfE

The following words and expressions shall have the meanings hereby assigned to them:

11.1.1 Contract means the Agreement entered into between the Purchaser and the Supplier,
together with the Contract Documents referred to therein, including all attachments,
appendices, and all documents incorporated by reference therein.
11.1.2 Contract Documents shall mean the following documents listed, including any
amendments thereto be read and construed as part of this Agreement, viz.:
i.

ii.

iii.

iv.
v.

vi.

vii.

The Detailed award of contract;

The General Conditions of Contract;


The Scope of Work;

The Instructions to bidders;

The Notification to the Vendor for Award of Contract;


Vendors response (proposal) to the RFE;

RFE document along with all corrigendum, clarifications and related documents
issued by the CDAC

11.1.3 Completion shall mean the completion of the Related Services by the Vendor in
accordance with the terms and conditions set forth in the Contract.
11.1.4 Day means calendar day.

11.1.5 Government means the Center/State/UTs & PSUs

11.1.6 Intellectual Property Rights means any patent, copyright, trademark, trade name,
service marks, brands, propriety information, whether arising before or after the
execution of this Contract and the right to ownership and registration of these rights.
11.1.7 Related Services means the services to be provided as per the requirements /
conditions specified in the Contract. In addition to this, the definition would also
include other related/ancillary services that may be required to execute this Contract.

11.1.8 Respective Department means the State Government &UTs government department,
for whom this empanelment is been processed. These department will submit scope of
work as per their individual requirement to steering Committee and the successful
bidder among the empanelled vendors will sign a separate contract with CDAC for
mobile App implementation.
51

Request for Empanelment of Mobile Application Developers

11.1.9 Vendor means the empanelled mobile Implementer whose bid to perform the
Contract has been accepted by the CDAC and is named as such in the Agreement, and
includes the legal successors or permitted assigns of the Supplier.
11.1.10

The DeitY if the Department of Electronics & Information Technology

11.1.12

The term in writing means communicated in written form with proof of receipt

11.1.11
Kick Off Meeting means a meeting convened by the CDAC to discuss and
finalize the work execution plan and procedures with the Vendor.
11.1.13
The mobile device is portable computing devices such as a smartphone or
tablet computer.

52

Request for Empanelment of Mobile Application Developers

12.

ANNEXURE

Form1: Letter of Intent


To,

Purchase Officer,

Centre for Development of Advanced Computing (C-DAC)


Gulmohar Cross Road No. 9, Juhu,
Mumbai 400049
Sir,

Sub: Request for Empanelment as a mobile application Developer for Various central /
state government departments (under Mobile Seva project)

The undersigned Vendor, having read and examined in detail the RfE document referred above
in respect of empanelment of the mAPP developer firm for various State Government, do
hereby express their interest to offer Services as specified in the scope of work.
Correspondence Details:

1. Name of the Agency


2. Address of the Agency
3. Name of the contact person to whom all references shall be made regarding this
tender
4. Designation of the person to whom all references shall be made regarding this
tender
5. Address of the person to whom all references shall be made regarding this
tender
6. Telephone (with STD code)
7. E-Mail of the contact person
8. Fax No. (with STD code)

Documents forming part of RfE Proposal


We have enclosed the following:

i) Form 2 : Minimum Eligibility


ii) Form 3 : Prior Experience

53

Request for Empanelment of Mobile Application Developers

iii) Form 4 : Declaration Letter

iv) Registered Power of Attorney executed by the Agency in favor of the Principal
Officer or the duly Authorized Representative, certifying him/her as an
authorized signatory for the purpose of this RfE
v) All necessary documents required as per this RfE document to be submitted
along with the Proposal

We hereby declare that our proposal is made in good faith and the information contained is
true and correct to the best of our knowledge and belief.
Thanking you,
Yours faithfully

(Signature of the Vendor)


Name :
Designation :
Seal :

Date :
Place :
Business Address:
Witness:
Signature
Name
Address
Date

Vendor:
Signature
Name
Designation
Company
Date

54

Request for Empanelment of Mobile Application Developers

Form 2: Minimum Eligibility


[The agency should not include the figures of the sub-contractors]
1.1 Name of agency
1.2 Year of
Registration/Incorporation
1.3 Year of
Registration/Incorporation in
India*
1.4 Number of Employees in India
as on March 31, 2015
1.5 No. of project on mAPP
1.6 No. of project on mAPP for
Government Entity
1.7 Annual Turnover
1.8 Annual Turnover from IT
services**
1.9 Annual Profits **

FY 2012-13

FY 2013-14

FY 2014--15

*Enclose a copy of Registration document


**Enclose a copy of Audited Financial Statement with respect to information furnished.
Witness:
Signature

Vendor:
Signature

Name
Address

Name
Designation
Company
Date

Date

55

Request for Empanelment of Mobile Application Developers

Form 3: Prior Experience


1. Name of Firm:
2. Assignment/job name:
3. Nature of Assignment:
4. Description of Project
5. Approx. value of the contract (in
6. Rupees):
7. Country:
8. Location within country:
9. Duration of Assignment/job (months) :
10. Name of Employer:
11. Address and contact details:
12. Total No of staff-months of the assignment/job:
13. Approx. value of the Assignment/job
14. provided by your firm under the contract
15. (in Rupees):
16. Start date (month/year):
17. Completion date (month/year):
Note : Please attach Letter of Intent or Purchase Order with substantially (70% work
completion) completed certificate from client or certificate of successful completion for each
project, from the respective Client(s).
Witness:
Signature

Vendor:
Signature

Name
Address

Name
Designation
Company
Date

Date

56

Request for Empanelment of Mobile Application Developers

Form 4: Declaration Letter


Declaration on company Letter Head
We are not involved in any major litigation that may have an impact of affecting or
compromising the delivery of services as required under this contract.
We are not black-listed by any Central / State Government / Public Sector Undertaking in India
Witness:
Signature

Vendor:
Signature

Name
Address

Name
Designation
Company
Date

Date

57

Request for Empanelment of Mobile Application Developers

Form 5: History of Non- Performance & litigation


Declaration on company letter head
RFE No. and title: [insert RFE reference code and title]
To,

Purchase Officer,

Centre for Development of Advanced Computing (C-DAC)


Gulmohar Cross Road No. 9, Juhu,
Mumbai 400049
Sir,
Sub: Request for Empanelment (RfE) of Mobile Application Developers for various State
Government & UTs departments (under Mobile Seva initiative)
We are not involved in any major litigation that may have an impact or compromise the
delivery of services as required under this contract.
We are not black-listed by any Central / State Government / Public Sector Undertaking.
Witness:
Signature

Vendor:
Signature

Name
Address

Name
Designation
Company
Date

Date

58

Request for Empanelment of Mobile Application Developers

Form 6: Financial Proposal (to be submitted in a separate envelope)


The financial proposal should follow the following format:
Total lump sum cost (inclusive of all applicable taxes in INR) both in numerals and in words
(Mobile application development, hosting and maintenance for six months for one mobile
application):
S.No. Region
1

Region-1

Region-2

Region-3

Region-4

Region-5

Region-6

Category - A
( in INR)

Category - B
( in INR)

Region Preferences

Note:
a. The vendor is allowed to bid for one or for both the categories in any number of regions
mentioned above.
b. The quoted price should include all operation cost (e.g.: Travel, Lodging, Boarding, etc
expenses)
c. That in case of any mismatch between the numeral value and the value mentioned in
words, the value mentioned in words shall be accepted to be the final quote.
d. If got shortlisted for empanelment in more than two/three (with Region-1) Regions.
Then the regional preferences will be taken in account for awarding the final
empanelment.

59

Request for Empanelment of Mobile Application Developers

Form 7: Format of the Bank Guarantee


Whereas ------------------------------------------------------------ (hereinafter called 'the Bidder') has
submitted its proposal dated ---------------- in response to the RFE notice no:________, for
Empanelment of Mobile Application Developers for various State Government Departments &
UTs to CDAC (hereinafter called "the Proposal") to Purchase Officer, Centre for Development
of Advanced Computing (C-DAC), Gulmohar Cross Road No. 9, Juhu, Mumbai 400049.
KNOW ALL MEN by these presents that WE -------------------------------------------- of -------------------------------------------------------------------- having our registered office at ------------ -------------------------------------------------- (hereinafter called "the Bank") are bound to the Manager (Admin), Centre
for Development of Advanced Computing (C-DAC), Gulmohar Cross Road No. 9, Juhu, Mumbai
400049 (hereinafter called "the Purchaser") in 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 --------------------------2015.
THE CONDITIONS of this obligation are:
1. If the Respondent withdraws its proposal during the period of validity of the proposal
as specified by the respondent on the Notice of Intent to submit proposal in response
to RFE Notice
or
2. If the Respondent, having been notified of their empanelment fails or refuses to
submit the required Empanelment Bank Guarantee or participate in the subsequent
RFE process during the period of validity of its proposal.
We undertake to pay to 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 specify 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 180 days after the period of proposal validity,
and any demand in respect thereof should reach the Bank not later than the above date.

60

Request for Empanelment of Mobile Application Developers

END OF THE DOCUMENT

61

Vous aimerez peut-être aussi