RFP - Nasscom

Part-B
Request for Proposal (RFP)
Development of Labour Market Information System (WFMIS)
for IT –IT Enabled Services Sector
IT-ITES Sector Skills Council,
4E-Vandana Building (4th Floor)
11, Tolstoy Marg,New Delhi-110001.
T +91 11 41519230/60 F +91 11 41519240
Table of Contents
1.
2.
3.
Scope of Work and Deliverables for the Consultants ................................................................ 3
1.1.
Problem Statement ............................................................................................................ 3
1.2.
Purpose ............................................................................................................................. 3
1.3.
Scope of Work ................................................................................................................... 4
1.4.
Deliverables and Timelines .............................................................................................. 16
1.5.
Evaluation Criteria............................................................................................................ 16
Terms of Engagement............................................................................................................. 17
2.1.
Responsibilities of the Consultant .................................................................................... 17
2.2.
IP of WFMIS and Reports ................................................................................................ 17
2.3.
Responsibilities of NASSCOM ......................................................................................... 17
2.4.
Resource Requirements .................................................................................................. 18
2.5.
Terms and Conditions ...................................................................................................... 18
Bid Evaluation and Selection Process ..................................................................................... 20
3.1.
Proposal submission guidelines ....................................................................................... 20
3.1.1.
Technical Proposal ....................................................................................................... 20
3.1.2.
Commercial Proposal ................................................................................................... 20
3.2.
4.
Bid Evaluation .................................................................................................................. 20
3.2.1.
Technical Evaluation .................................................................................................... 21
3.2.2.
Commercial Evaluation................................................................................................. 21
3.2.3.
Calculation of Final Score ............................................................................................. 21
3.3.
Evaluation Criterion.......................................................................................................... 22
3.4.
Proposed Timelines for selection process ........................................................................ 22
3.5.
General terms and conditions .......................................................................................... 23
Documents Submission .......................................................................................................... 26
Form 1: Covering letter with the Proposal in response to RFP Notice ............................................ 27
Form 2: Relevant Project Experience ............................................................................................. 29
Form-3: Resource Profiles .............................................................................................................................30
Form 4: Details of responding organization .................................................................................... 32
Form 5: Approach, Methodology and Work Plan ............................................................................ 35
Annexure: Commercial Bid format.................................................................................................. 36
2
1. Scope of Work and Deliverables for the Consultants
1.1.
Problem Statement
IT-ITeS industry sector has the following key needs:
 Readily and reliable information available to influence the decision-making process

Updated supply-demand requirements and deficiencies

Adequate information available through a centralized system dynamically updated

Stock capacity to produce and use labour market information in the decision-making process at
different levels

Update existing national classification of occupations

Produce internationally-comparable labou /workforce market indicators

Assessment and evaluation of the existing skill levels at different geographies

Authenticity of the available information

Prepare globally competitive labour force

Labour market conditions and historical trends

Available job opportunities in the job market
1.2.
Purpose
IT-ITeS Sector Skill Council NASSCOM (SSC) intends to launch initiatives and pioneer models for
scaling quality capacity, address the labour market needs, and provide information in a centralize
database. A systemic approach to change and management of the same is advocated for long term
sustainability. IT-ITeS SSC plans to provide the quantitative and the qualitative information and
intelligence on the labour market using WFMIS, which will be used for the following purposes:

Conceptualize and develop a framework that encapsulates information about the different facets
of the labour market

Scope and publish ‘Demand-Supply’ market intelligence regarding requirement at all levels and
sectors. Create a single source of all information available on workforce /labour market across
the IT-ITeS industry

Provide the single source of information as a common window for all information on the
workforce/labour market to the different stakeholders, which can include government,
employers, job seekers/employed, educational and training institutions, and industry
associations

Support decision making through researched and reliable information

Perform data collection on the supply-demand of the IT-ITeS labour market

Perform analysis on the supply-demand requirements of the IT-ITeS labour market

Provide accurate indicators and information sources on the IT-ITeS labour market

Provide a base platform for training for the end-users
3

Provide industry ‘Demand -Supply’ intelligence

Act as an interface between different entities, such as institutions, students, and government
organizations

Provide suitable job opportunities to the job seekers
Ultimately, WFMIS/WFMIS will provide active labour market policies concerning closing the skill
gap. It will also help in evaluating results of labour / workforce related policies, and providing key
indicators on demand and supply labour in India.
1.3.
Scope of Work
The overall scope of the assignment must cover the development of the WFMIS system for the ITITeS sector. The broad overview of the scope of work for the consultant shall include the following
points:
Phase #1: Define WFMIS/LMIS Framework/Architecture
Phase #2: Perform WFMIS Requirement Analysis
Phase #3: Perform System Analysis and Design
Phase #4: Program WFMIS to be dynamic and interactive
Phase #5: Testing of WFMIS
Phase #6: Release a prototype platform with all functionalities envisaged
Phase#7: Final release of a working WFMIS linking all relevant stakeholders
Phase#8: Maintenance of WFMIS
Phase#9: Populate with real-time content drawn from stakeholders
Phase #1: Define WFMIS/LMIS Framework and Architecture
The key intent of developing WFMIS is to ensure that it addresses the needs mentioned in the
Problem Statement. While defining the WFMIS scope, it must be noted that there is no perfect
structure for WFMIS. The IT-ITeS WFMIS must be defined to cater to the needs of the Indian ITITeS workforce/labour market. To cater to these needs, the architecture can be broadly divided into
two categories:

Generic information

WFMIS-specific information
4
Both categories are explained below.
1.1 Generic Information: The WFMIS portal needs to be filled with relevant information. Other than
focusing on the key elements of WFMIS, the portal needs to include informative elements that will
help the stakeholders understand the key intent of WFMIS.

Articles

Social media

Third-party job providers, such as Naukri.com

Press Room

FAQ

Contact Information

About WFMIS/WFMIS

Search

Updates through E-mail

Library

User Guide
The generic part of WFMIS is open for everyone. There is no restriction for anyone to navigate
through the above mentioned elements.
1.2 Main WFMIS: The main section of WFMIS covers specific inputs w.r.t Labour/Workforce
Market. There are various stakeholders that provide the information to WFMIS, which must be
designed to incorporate information from the following key stakeholders:

Ministry of Labour and Employment (MoL&E)

Ministry of Human Resources (MHRD)

Ministry of Statistics and Programme Implementation (MOSPI)

IT-ITeS Sector Skills Council
Each of the stakeholders is responsible for providing relevant and up-to-date information in WFMIS.
However, WFMIS must be designed in a manner that it can perform the following:

Pull information from the defined databases, which are belonging to the different
stakeholders

Merge the information into the master WFMIS

Display the information in conjunction with the WFMISs from other industries
5

Provide a holistic view of the following:
o Workforce/Labour market indicators
o Forecasts and reports
o Economic information
o Workforce/ Labour Market Analysis
o Occupational Standards (IT-ITeS)
When merging with the master WFMIS, the information mentioned above must be standardized and
displayed. The search parameters must be exhaustive and must respond to future reqirements.
1.2.1 WFMIS Output
WFMIS outputs are driven by the data that is made available. The output of WFMIS, at the very basic level,
should include the following information:

Socio-demographic data

Educational Data

Employment and Labour Market Information

Workforce/Labour Market Policies

Training Policies and Programmes

Content availability

Job banks

Reporting

Certifications
The detailed break-up of output is given below:
S. No.
1.
Feature Category
Socio-demographic Data
2.
Educational Data
6
Feature
Population distribution:

By age

By gender

By region

By social and ethnic grouping

By literacy rate
Enrollments:

By age

By gender

By religion

By region

By education level (9th –12th,
PhDetc)
BA,..
Education Completion:
3.
Employment and Workforce Market
Information:


By age

By gender

By religion

By region
Macro-level economic trends

Size of existing labour force

Project growth by over IT-ITeS sector

Project growth by sub-sectors

Skill level distribution
o by sub-sectors
o by occupation

Levels of unemployment
o by age groupings

o
o
by gender
by sector
o
by educational/training
Decision making
o Through researched and reliable
o
information
Data collection on the supply-
o
demand
Supply-demand requirements of
o
the IT-ITeS labour market
Accurate
indicators
and
information sources on the ITITeS labour market
4.
Workforce/Labour Market Policies
5.
Training Programs

Mapping of
Standards

Host updated Occupational Standards

Policies on social benefits in public and
private sectors

Policies on government investments in
this regard

Policies on unemployment subsidies

Policies on special groups like school
drop-outs

Policies student funding and repayment

Type of eligible training providers
o Formal
o
7
jobs
Non-formal
w.r.t
Occupational
o

Training Cost
o Formal
o Informal
o

6.
Content availability
7.
Jobs
8.
Reporting
Private
Training Types
o Classroom
o Virtual
o
Training governing policies
Private
Blended

Training needs by each sub-sector

Accreditation Bodies

Training costs

Training finance availability

Training quality assessment

Content source points

Eligibility of the content w.r.t to the
training

Jobs availability

Resume uploads

Job search

Career counseling

Job interview techniques

Ability to generate reports on various
parameters
The outputs of WFMIS are displayed as features on WFMIS. These outputs display various sets of
information. Except for generic information on the portal, all other information, mentioned as the outputs, are
only through the login of a user. Based on the user’s role in WFMIS, the relevant information will be displayed.
For example, for a job seeker, Training, Content availability, and Occupational Standards, should be
displayed.
1.3 WFMIS Architecture
Architecture of the WFMIS can be developed using proprietary applications or an open-source platform. This
will be a new development project that will be developed into two parts. The first part will be the portal and
second part will be the main WFMIS itself.
Just like the any other Web application, WFMIS will allow only authorized users to access information. The
key intent of WFMIS is to centrally store information of the workforce/labour market and then provide access
8
to this information from anywhere in the world. The job seekers, employers, and any other stakeholder will be
able to access WFMIS from anywhere, anytime.
The architecture of WFMIS needs to consider the following requirements:

Access to the authorized users

Access to the information based on their roles in WFMIS

Permit SSC, NSDC, and stakeholders to store information pertaining to the labour market centrally

Access WFMIS from anywhere, in form of the intranet (for SSC) and the Internet

Access to job seekers / students to update their information on WFMIS

Access for transparent administration

Ability to scale up to meet the high load

Ability to exist in fault-tolerant environment

Allow numerous data flows between NSDC, SSC, and stakeholders from various locations

Build State Wide Area Network (SWAN) for network connectivity within state

Use MPLS VPN, VSAT, or DSL wherever SWAN is not possible

Ability to support different backup mechanisms

Ability to work as an independent platform rather than a vendor-specific platform

Ability to integrate with other WFMIS without reconfiguring the entire WFMIS – it should not require more
than 10 percent configuration

To operate as a secure portal
1.4 WFMIS Design Specifications

WFMIS must be compatible with IE 7.0 and above, Safari 4.x, Google Chrome, and Firefox 10.x.

WFMIS must still be operational if it is opened in a Web browser that does not support JavaScript or
Flash.

WFMIS must be built in accordance to the Web Content Accessibility Guidelines 2.0, provided by the
W3C.

WFMIS must not require users to download any additional components, such as ActiveX controls.

WFMIS pages must be consistent in terms of design and specifications. Pages must adhere to a common
navigation scheme.

WFMIS must follow an intuitive design for stakeholders based on proven technologies.

WFMIS must have a scalable solution to support 10,000 hits per day initial volume and allow for 20%
growth per year through 2013.

WFMIS must be designed with a balance of text and graphics such that each page loads in 8 seconds or
less, considering that the computer is connected to the Internet using a 56K modem.

WFMIS must be visually appealing, with the mix of text and graphics.

The layout should use consistent color, graphics, and font.

Each section of the site must have a common look and feel.

The WFMIS portal should be easy to navigate. Information should be grouped and presented in a logical
manner.
9

The WFMIS portal should not require user to find information within three levels. The user should not
have to navigate more than three levels to find information.

The WFMIS portal should provide search capabilities using key words or phrases.
1.5 Wide Coverage
The IT-ITeS WFMIS needs to have capability of integrating with the countrywide WFMIS. Therefore, the
design of WFMIS should be such that it is flexible to be integrated into the countrywide WFMIS. Along with
this, while designing the scope of WFMIS, it should be noted that WFMIS must cover the entire country even
though it is designed to focus on specific SSC.
For example, if a company in New Delhi requires 50 Web developers that are available in Maharashtra but if
WFMIS does not cover Maharashtra, then WFMIS does not serve its purpose and the demand-supply gap will
remain.
The geographical boundaries that WFMIS will cover will be countrywide.
1.6 Policy Framework
The use of WFMIS will also depend on a robust policy framework that will manage roles of the different
stakeholders. Each stakeholder will have a defined role. Each role will need a specific level of access to
WFMIS. For example, a student will have defined role that will require access to submit resumes but not
review resumes of other users. The student role will also have access to the job bank. On the other hand, the
employer will have access to the resume banks and have the privilege to post jobs.
The policy framework needs to define the following policies:

Access Policy: This policy should authorize a group of users to perform a set of actions on specific
resources within WFMIS. Unless authorized through the access policy, the users have no access to any
or specific functions of WFMIS.

Acceptable Use Policy: The policy is defined as the integral part of the framework of information security
policies. This policy should require the users to accept the Acceptable Usage Policy (AUP) before
allowing the access to WFMIS. Acceptable Usage Policy defines the core intent of WFMIS as a Web
application and therefore, requires users to sign AUP before allowing access.

Security Policy: This policy defines rules according to which access control must be regulated. The
policy mainly constitutes a framework defining roles and privileges. The roles and privileges will differ
from stakeholders to stakeholders.
10
1.7 Implementation Plan
It is proposed that the appointed consultant to describe the following in the proposal:
 Create a system specifications document that contains basic design of WFMIS
 Provide a blue-print to roll-out the entire infrastructure that will be required for the WFMIS
 Provide a structured implementation plan
Phase #2: WFMIS Requirement Analysis
This phase requires a feasibility study of WFMIS. In this phase, following tasks need to be performed:

Investigate the need for possible software automation in WFMIS

Furnish a document that holds the different specific recommendations for WFMIS based on the
requirements defined by SSC

Understand the nature of the WFMIS to be built and understand the required function, behavior,
performance and interfacing of WFMIS

Find the need and define the requirements that needs to be addressed by building WFMIS

Define the scope of information that needs to be pulled in from various stakeholders
*The above is only an example and is not exhaustive.
Phase #3: Perform System Analysis and Design
In this phase, the software development process needs to begin and define the WFMIS overall structure and
its elements are defined. Based on the feature list that is mentioned in the Phase 1, the system analysis and
design needs to be performed.
In this phase, following needs to be defined:

Define the number of tiers needed for the WFMIS architecture, the database design, the data
structure design

Create a software development model for WFMIS

Create a low level and high-level design for WFMIS

Develop the logical system for WFMIS

Define the technology that needs to be used. This should also include the programming language that
you intend to use.

Define the platform for WFMIS
Deliverables for this phase will be:

Design document for the WFMIS that includes a low-level and high-level design of WFMIS

Database design

Technology selection and brief that will be used to create WFMIS

Platform specifications that will be used by WFMIS
11
Phase #4: Program WFMIS to be dynamic and interactive
In this phase, the WFMIS design must be translated into a program. After evaluating and studying the lowlevel and high-level design, both are translated into the program using the selected technology mentioned in
the previous phase.
The program needs to be in a form that can be accessed using a Web browser. The program needs to meet
the following requirements:

Must be based on the requirements stated in the Phase 1

Must be compliant to the defined programming standards

Must use the programming language that was chosen in the previous phase

The program developed in this phase is considered to be Beta version
Deliverables for this phase will be:

A prototype version of WFMIS with sample data
Phase #5: Testing of WFMIS
After the code is generated in the previous phase, WFMIS testing needs to take place in this phase. The
testing of WFMIS must be supported by thorough test plans, which need to be detailed enough to carry out
rigorous testing.
The vendor must select a testing methodology to unravel the bugs. While creating a test plan, following
aspects of the WFMIS must be tested:













Accessibility
Audit
Availability
Coding standards
Compatibility
Functional
Navigation
Performance
Reliability
Scalability
Security
Usability
Consistency
In this phase, a combination of two types of testing can be performed. The first type is automated testing,
which will use automation tools like QTP. Alternate method is to perform manual testing. The results may vary
between both types of testing. Therefore, the vendor must ensure that the appropriate testing method is
selected.
12
It is important to note that the master test plan must be comprehensive enough to cover complete details of
WFMIS. A sample test plan is shown below:
Test Name
Test
Test Profile /
Steps
Procedure
1
Test Purpose
Client
OS
Windows
7
Browser
Test
Prerequisites
Expected
Actual Results
Fail
Resolution
Results
N=Not Tested;
P=Pass;
F=Fail. If F,
Describe Failure
Severity High,
Medium, or
Low
Description
IE
Access
Control
Date
Resolved
H
However, the scope of the testing is not limited to the sample test case. If the vendor has existing test plans
that are robust enough, then those test plans can be used as a replacement.
Deliverables in this phase are:
 Release the master test plan and seek feedback from SSC
 Perform fixes of the bugs that are discovered in each type of testing
 Observe and fix any unexpected changes that may arise due to the bugs
 Perform complete maintenance to ensure WFMIS works as defined in the requirements
 Release test reports of WFMIS
 Individual test plans for each phase of the testing cycle (as an Appendix to the MTP)
 Test log for each phase
 Automated test scripts and supporting test data
Phase #6: Release a Prototype Platform with all Functionalities Envisaged
In this phase, a prototype needs to be released for WFMIS. SSC NASSCOM will perform the testing of the
prototype and provide feedback. If required, more iteration will need to be performed to meet the set of
requirements as stated in the Phase 1.
Deliverables in this phase:

Working module of WFMIS that will provide:
o Sample content populated
o
o

User authentication enabled
Layout and navigation structured as per requirement
Test reports generated by SSC
Phase#7: Final Release and Hosting linking all Relevant Stakeholders
In this phase, based on the feedback of the previous phase, Phase 6, final product of WFMIS needs to be
developed. SSC NASSCOM will map the final set of requirements against the final release. After a thorough
testing, the final version of WFMIS will be released. Upon delivery, WFMIS must be fully functioning and
defect free. In this phase, any support knowledge must be transitioned to the SSC team.
13
The deliverables in this phase:

The release version of WFMIS conforms to the requirements as stated

WFMIS is defect free. All the defects that were captured in the previous stages are fixed

Completed test plans and checklists must be included as the final handover

Detailed documentation of the features and architecture must be included in the final handover

Vendor provides a handover document to SSC

Final sign-off from SSC

Release of source code to SSC
WFMIS will require a secure hosting environment. The hosting environment shall:

Host WFMIS in a secure environment considering the appropriate security measures, such as firewall

Ensure enough system resources, such as RAM and CPU, are assigned

Ensure enough bandwidth is assigned for ease of access
Deliverables for the hosting activity will be:

A detailed architecture of the hosting environment. A sample is included for your reference.
Source: http://www.patrickinternet.co.uk/Web-Hosting-Specification.html
14

Detailed documentation of the hosting environment is as per the form given below:
S. No
Hosting Specifications
Remarks
Server brand
Server make
Server configuration
No of CPUs: _____________
CPU Speed: ______________
RAM: _______________
Type of RAM: ____________
HDD: ___________
RAID Implemented: _________ (Y/N)
Type of RAID implemented: ___________
No. of power supplies: _____________
Type of Network Adapters: ___________
Network Adapter speed: ____________
Operating System
Internet Connectivity
Total Bandwidth Available: ___________
Bandwidth Assigned: _____________
Database
Type: _______________
Version: ______________
Storage
Total number of hard disks per server: ____________
Free space: ________________
Tools available
**Please list all the tools available
as per the hosting package.
SEO
Phase#8: Maintenance of WFMIS
WFMIS is ‘one single source’ of all information available on labour market. The information will be available
across the industry, trade, geography, timelines, skills, education, and so on. WFMIS will support informed
decision making by providing research authenticated reliable labour market information to the stakeholders.
WFMIS needs to be continuously updated to be relevant to serve its purpose. With the updated information, it
should continue to provide the workforce/labour market information along with the other information, such as
trainings, courses, jobs, and available man power. It should also continue to display the updated occupational
standards so that the stakeholders are aware of what is expected from specific job roles.
The continuous maintenance of WFMIS should be done in a manner that it easily synchronizes the
information with the master WFMIS. In the light of the above, it is necessary to articulate the mechanism and
approach by which this can be achieved.
15
1.4.
Deliverables and Timelines
The following are the deliverable milestones that need to be submitted by the Consultant to SSC NASSCOM.
Deliverable Milestone
Tentative Timing
Date in weeks
Signing of contract
D1: WFMIS Framework/Architecture
D2: WFMIS Requirement Analysis
D3: System Analysis and Design
D5:Testing reports of WFMIS
D6: Prototype of WFMIS
D7: Final release of WFMIS
D8: Maintenance of WFMIS
All deliverables submitted by the Consultant shall be signed-off and accepted by SSC NASSCOM within 2
weeks of the submission of the report. The deliverables shall also include interim deliverables based on the
detailed scope of work as mentioned above, which will be submitted to SSC NASSCOM for approvals.
1.5.
Evaluation Criteria
Criteria to be used to evaluate each RFP response:
 Experience of the firm

Approach and Timeline

Lead and Team Profile

Pricing
Overall, analysis the technical and commercial evaluation will impact the outcome.
16
2. Terms of Engagement
2.1.
Responsibilities of the Consultant
Carrying out the activities as indicated in this document and submission of all project deliverables to
NASSCOM, within the stipulated time frame.


Adhere to the timelines charted in the terms of this RFP.
Ensure that the quality of deliverables meet the expectations of SSC NASSCOM.

For any workshop / group discussion / presentation to be made during the project duration, the
consultant will conduct the workshop, prepare presentations and resource material (to be approved
by SSC NASSCOM) and document the proceedings of the workshop. Consultant will be expected to
submit the presentation before the workshop /group discussion /presentation.
The consultant will share with SSC NASSCOM all intermediate documents, drafts, reports, surveys

and any other item related to this assignment. No work products, methodology or any other methods
used should be deemed as proprietary and non-shareable with SSC NASSCOM by the consultant.

Consultant will work in close coordination with the Project Manager of SSC NASSCOM for this
project.
2.2.

IP of WFMIS and Reports
The IP of all documentation, reports, architecture, and the WFMIS developed will be the sole
property of IT-ITeS SSC NASSCOM. Confidentiality of all deliverables will be maintained by the
Consultant concerned (selected bidder).
2.3.
Responsibilities of NASSCOM
SSC NASSCOM personnel will work in close proximity with the selected bidder to oversee the deliverables of
the project.

Providing general direction to the Consultant in carrying out the project.

Reviewing the architecture of the WFMIS system

Overall monitoring and management of the project

Review the quality assurance process followed by the Consultant

Coordinating between SSC NASSCOM and the Consultant so that the project proceeds as envisaged

Monitor and review the overall development process

Review the beta of the application and provide inputs

Reviews of interim documents and providing comments

Final sign-off on deliverables
17
2.4.
Resource Requirements
1. Project Lead (System Architect) (1)
Qualifications
 B.E./B.Tech. with project management experience, preferably PMP
 More than 15 years of experience in designing and implementing large scale applications
 International Experience
Experience Requirements
 Should have experience in designing, architecting, and implementing enterprise-level applications
 Should have domain expertise
 Should have ability to understand and execute the defined requirements
 Should have relevant technical and managerial experience in designing and implementing
enterprise applications
 Should have excellent oral & written communication skills
2. Team Profile
Qualifications

B-Tech, BE, MCA
 7+ years of work experience writing code for enterprise applications
Experience Requirements
 Must have experience in programming enterprise applications w.r.t
 Must have domain expertise
 Ability to fulfill the project's technical requirements in accordance with the Project Quality
Assurance Plan
2.5.
Terms and Conditions




18
The selected Consultant will be fully and completely responsible to the SSC NASSCOM for all
the deliverables
The SSC NASSCOM requires that the Consultants should provide professional, objective, and
impartial advice and at all times hold the SSC NASSCOM’s interests paramount, strictly avoid
conflicts with other assignments/jobs or their own corporate interests and act without any
consideration for future work
In case any of the proposed resources are found to be not performing or not meeting the
expectations of SSC NASSCOM, the Consultant shall find a replacement for the resource
SSC NASSCOM will evaluate the replacement profile and indicate the acceptance / rejection of
the profile. SSC NASSCOM may seek a personal interview of the person being proposed.

The SSC NASSCOM reserves the right to terminate the contract by giving a notice of one month
if the performance of the Consultant is not found satisfactory. The consultant shall be given a
period of fifteen days to cure the breach or fulfil the contractual obligations

Failing which the SSC NASSCOM shall notify the Consultant /identified bidder in writing of this
exercise, and of its right to receive such compensation within 14 days, indicating the contractual
obligation(s) for which the Consultant/ identified bidder is in default. The compensation will be
limited to the scope of the Deliverable

The Consultant to be selected through this bid/tender process will provide deliverables as
indicated in this document and as agreed upon in writing. The Consultant should note that as a
part of the requirement for this assignment the consultant will share with the SSC NASSCOM all
intermediate documents, drafts, reports and any other item related to this assignment. No work
products, methodology or any other methods used should be deemed as proprietary and nonshareable with SSC NASSCOM by the consultant.
19
3. Bid Evaluation and Selection Process
Overall evaluation of the bids will be done in three stages namely Pre-qualification, Technical and Financial
evaluation based on QCBS. Only at the end the short listed bidders may be informed of the result and called
for a presentation and the subsequent final selection. The final awarding of the contract will be done based on
a Quality & Cost Based Selection (QCBS) procedure.
3.1.
Proposal submission guidelines
3.1.1.
Technical Proposal
The Technical Proposal should be submitted as a softcopy on a CD and two hard copies shall be couriered
up to NASSCOM, Delhi at the address: 4E Vandana Building (4th Floor), 11 Tolstoy Marg, Connaught place,
New delhi-110001,India and emailed to [email protected] . The bidders must use the Forms in Annexure-I
and Annexure-II for providing information in Technical proposal.
3.1.2.
Commercial Proposal
The Commercial Proposal should be signed by the authorized signatory and submitted in a sealed envelope,
only as a hardcopy, separate from the Technical proposal. Softcopies are not permissible. The Commercial
Proposal must adhere to the following guidelines:

The bidders should submit the Commercial proposal as per the format in Annexure-II

A single, all-inclusive price quote

A detailed explanation of the pricing structure including all price components, unit costs, resource
loading, estimates of overheads and any other assumptions made in arriving at the final allinclusive price quote

This overall price quote would also include fees against professional services

Service Tax would be additional and as per actual

Out of Pocket Expenses for travel of the team outside of Delhi and for conducting workshop etc,
would be as per actual. However, an estimate as an upper limit
Commercial Proposal as a separate head

3.2.
must be included in the
The Commercial Proposal must be received by the due date mentioned in this RFP at the
address: Executive Director, IT-ITeS SSC NASSCOM, 4E, Vandana Building (4th Floor), 11
Tolstoy Marg, Connaught place, New delhi-110001,India
Bid Evaluation
After the bidders submit their Technical and Commercial Bids according to the instructions provided in the
sections below, the bids will be evaluated through a two-stage process as described below:
a) Technical Evaluation
b) Commercial Evaluation
c) Calculation of Final Score
20
3.2.1.
Technical Evaluation
As the first step, the Technical Bid will be evaluated based on the “Technical Evaluation Methodology”
provided in the subsequent section. Only those Technical Proposals that score equal to or more than 70%
will be considered qualified.
3.2.2.
Commercial Evaluation
The Commercial Proposals, only of the bidders whose Technical Proposals qualify (i.e. whose TechnicalScore is equal to or higher than 70%). The Commercial Proposals of the other bidders will be returned
unopened.
Of the Commercial proposals opened, the lowest “Project-Cost” will be designated as “L1” and awarded a
score of 100. For the other qualifying bidders, their Commercial-Score will be calculated according to the
formula: Commercial-Score = (Project-Cost of “L1”)/(Project-Cost of Bidder)*100
3.2.3.
Calculation of Final Score
The “Final-Score” of each qualifying bidder will be calculated as indicated below.
Final-Score = 0.8*(Technical-Score) + 0.2*(Commercial-Score)
Four bidders in the top level w.r.t. Final-Score will be invited for a presentation and an interview. Post that,
the bidder with the best Final Sore will be called for the contract negotiation. In case of a tie in the FinalScore, the bidder with the higher Technical-Score post the presentation and the interview will be first invited
for the contract negotiation.
21
3.3.
Evaluation Criterion
Evaluation Criterion
Vendor
Identification
Max.
Score
(%)
1. Experience of the Firm
1.1
Experience
of
working
50
on
WFMIS
or
similar
projects
in
10
1.2
Experience of designing applications in Skills building/Training in
the IT-ITES sector in India/Outside India
10
1.3
Provide client references (a minimum of 2)
10
1.4
Ability to define a scalable architecture on an enterprise application
with minimum time span and cost
10
1.5
Ability to provide inputs for the supply-demand analysis and build it
10
India/Outside India
into the application
2. Approach and Timelines
20
2.1
Methodology for defining the application architecture
10
2.2
Ability to define timelines for the defined scope of the project
10
3. Lead and Team profile
20
3.1
10
Experience of lead working on similar application development
projects
Experience in application development project execution
2.2
4 Pricing
4.1
10
10
Proposed pricing for the defined phases of the project
10
Total Points
100
Total points will be designated as “Technical-Score” for each bidder. In order to qualify in the technical
evaluation, the bidder must have a minimum Technical- Score of 70 points.
3.4.
Proposed Timelines for selection process
Bidders may be invited for presentations and/or team interviews as part of the evaluation process. Details will
be provided at a later date. The following are the proposed timelines for the bid process
Schedule for Evaluation Process
S No
Milestone
Target Date
1.
Issue of RFP
August 9th 2012
2.
Submission of Proposals
August 24th 2012
3.
Review By the Council
August 30th 2012
4.
Scoring and shortlist of vendors
September 10th 2012
22
5.
Presentations by the Final Four
September 17th 2012
6.
Final Selection of vendor
September 24th 2012
7.
Contract sign off
September 28th 2012
8.
Commencement of services
October 1st 2012
3.5.
General terms and conditions
The consultant for this engagement would be selected through a competitive bid process, the details of which
are provided below.
1. Companies wishing to bid for this engagement should respond to SSC NASSCOM (contact
information in the following section) with a proposal and required supporting documentation (indicated
below). The proposal would contain 2 parts:
a) Technical Bid
2.
b) Commercial Bid
The contract will be awarded to the bidder whose proposal conforms to the terms of the RFP and is,
in the opinion of SSC NASSCOM, the most advantageous and represents the best value of the
assignment, price and other factors considered. SSC NASSCOM reserves the right to negotiate with
the most competitive bidder if required.
3. No marketing literature pertaining to the Consultant/ bidder is to be enclosed along with the proposal.
If enclosed, it will be treated as a factor of disqualification.
4. The Commercial and Technical Proposals should be submitted separately. There should not be any
commercial information in the Technical Proposal.
5.
The Technical and Commercial proposals should be submitted in the given format and signed by
authorized signatory.
6. The instructions and other details pertaining to the Bid submission and the evaluation process are
provided below.
General Instructions and Conditions
1. SSC NASSCOM reserves the right to accept or reject any bid, to annul the entire bid process or reject
all bids at any time prior to award of contract, without thereby incurring any liability to the affected
bidder(s) or any obligation to inform the affected bidder(s) the grounds for such decision. SSC
NASSCOM also reserves the right to negotiate with the successful bidder if necessary.
2. The Consultant/bidder to be selected through this bid process will provide deliverables as indicated in
this document. The Consultant should note that as a part of requirement for this assignment, the
Consultant will share with SSC NASSCOM all intermediate documents, drafts, reports, surveys and
any other item related to this assignment. No work products, methodology or any other methods used
by the consultant should be deemed as proprietary and non-shareable with SSC NASSCOM by the
Consultant.
23
3. The contract will be awarded to the bidder whose proposal conforms to this RFP and is, in the opinion
of SSC NASSCOM, the most advantageous and represents the best value to the assignment, price
and other factors considered.
4. No part of this document including the Annexure can be reproduced in any form or by any means,
disclosed or distributed to any person without the prior consent of SSC NASSCOM, except to the
extent required for submitting the bid and no more. The information contained in this document is only
disclosed for the purposes of enabling potential bidders to submit a proposal to SSC NASSCOM.
This document should not therefore be used for any other purpose. This document contains
proprietary information furnished for evaluation purposes only; except with the written permission of
the SSC NASSCOM, such information may not be published, disclosed, or used for any other
purpose. The bidding firms acknowledge and agree that this document and all portions thereof,
including, but not limited to, any copyright, trade secret and other intellectual property rights relating
thereto, are and at all times shall remain the sole property of SSC NASSCOM. The title and full
ownership rights in the information contained herein and all portions thereof are reserved to and at all
times shall remain with SSC NASSCOM. Bidders must agree to take utmost care in protecting the
proprietary and confidential nature of the information contained herein.
5. SSC NASSCOM, by issuance of this RFP does not necessarily indicate or imply that the project will
be commenced. The Consultant will absolve SSC NASSCOM of all responsibilities if the project does
not start within a stipulated timeframe. SSC NASSCOM reserves the right to withdraw this
assignment any time without prior consultation or intimation to the bidders.
6. The interested bidders shall furnish an affirmative statement as to the existence of, absence of, or
potential for conflict of interest on the part of the bidder or any prospective subcontractor due to prior,
current, or proposed contracts, engagements, or affiliations with SSC NASSCOM. Additionally, such
disclosure shall address any and all potential elements (time frame for service delivery, resource,
financial or other) that would adversely impact the ability of the bidder to complete the requirements
as given in the RFP.
7. The bidder shall not make any alteration / changes in the bid after the closing time and date.
Unsolicited correspondence from the bidder will not be considered.
8. If at any stage of the tendering process or during the currency of the agreement any suppression /
misrepresentation of such information is brought to the knowledge of SSC NASSCOM, SSC
NASSCOM shall have right to reject the bid or terminate the agreement, as the case may be, without
any compensation to the bidder.
9. The
bidder
shall
be
deemed
to
have
complied
with
Evaluation shall be carried out on the available information in the bid
24
all
clauses
in
this
RFP.
10. The firms / agencies 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 connection therewith. SSC NASSCOM shall, in
no case, be responsible or liable for any such costs whatsoever, regardless of the outcome of the
process.
11. The proposals submitted by the firms/agencies shall remain valid for a period of two months after the
closing date (deadline) for submission of proposals prescribed in this document.
12. During evaluation, SSC NASSCOM may, at its discretion, ask the respondents for clarifications on
their proposals. The firms/agencies are required to respond within the time frame prescribed by SSC
NASSCOM.
13. At any time prior to deadline for submission of proposals, SSC NASSCOM may for any reason,
modify the RFP document. The prospective respondents having received the RFP document shall be
notified of the amendments through email and such amendments shall be binding on them.
14. SSC NASSCOM may at its sole discretion and at any time during the evaluation of proposal,
disqualify any respondent, if the firm:
a. Submitted the proposal after the response deadline
b. Made misleading or false representations in the forms, statements and attachments submitted in
proof of the eligibility requirements
c. Exhibited a record of poor performance such as abandoning works, not properly completing the
contractual obligations, inordinately delaying completion or financial failures, etc. in any project in
the preceding three years
d. Submitted a proposal that is not accompanied by required documentation or is non-responsive
Failed to provide clarifications related thereto, when sought
e. Submitted more than one proposal
f. Was declared ineligible by the Government of India/State/UT Government for corrupt and
fraudulent practices.
15. SSC NASSCOM reserves the right to (a) reject any / all proposals without assigning any reasons
thereof, (b) relax or waive any of the conditions stipulated in this RFP document as deemed
necessary in the best interest of SSC NASSCOM and the objectives of the project without assigning
any reasons thereof and (c) include any other item(s) in the Scope of work at any time after
consultation.
25
4. Documents Submission
The following set of documents needs to be submitted to qualify for the evaluation process. These documents
are:







Form 1: Covering letter with the Proposal in response to RFP Notice
Form 2: Relevant Project Experience
Form 3: Resource Profiles
Form 4: Details of the responding organization
Form 5: Approach, Methodology, and Work Plan
Annexure 1: Commercial Bid format
Annexure 2: Proposed Project Solution
The formats for each of the documents are included.
26
Form 1: Covering letter with the Proposal in response to RFP Notice
(To be submitted on the Letterhead of the responding firm)
{Place}
{Date}
To
The Executive Director,
IT-ITeS SSC NASSCOM
New Delhi
Ref: RFP Notification no <xxxx> dated <dd/mm/yy>
Subject: Submission of proposal in response to the RFP for “Development of Labour Market Information
System (WFMIS) for IT –IT Enabled Services Sector”.
Dear Sir,
1. Having examined the RFP document, we, the undersigned, herewith submit our proposal in response
to your RFP dated <dd/mm/yy> for “Development of Workforce/Labour Market Information System
(WFMIS) for IT –IT Enabled Services Sector”, in full conformity with the said RFP document.
2. We attach our technical response and our commercial quotation, the technical
response as a
softcopy and the commercial response in a separate sealed cover as required by the RFP both of
which together constitutes our proposal, in full conformity with the said RFP.
3. We undertake, if our proposal is accepted, to adhere to put the team in place at SSC NASSCOM
location as per this RFP.
4. We have read the provisions of RFP and confirm that these are acceptable to us. We further declare
that additional conditions, variations, deviations, if any, found in our proposal shall not be given effect
to.
5. We undertake, if our proposal is accepted, to adhere to the scope of engagement or such modified
plan as may subsequently be mutually agreed between us and SSC NASSCOM or its appointed
representatives.
6. We agree to unconditionally accept all the terms and conditions set out in the RFP document and
also agree to abide by this bid response for a maximum period of TWO MONTHS from the date fixed
for bid opening and it shall remain binding upon us with full force and virtue, until within this period a
formal contract is prepared and executed, this bid response, together with your written acceptance
27
thereof in your notification of award, shall constitute a binding contract between us and SSC
NASSCOM.
7. We affirm that the information contained in this proposal or any part thereof, including its exhibits,
schedules, and other documents and instruments delivered or to be delivered to through this proposal
is true, accurate, and complete.
8. This proposal includes all information necessary to ensure that the statements therein do not in whole
or in part mislead the SSC NASSCOM as to any material fact. We agree that SSC NASSCOM is not
bound to accept the lowest or any bid response you may receive. We also agree that you reserve the
right in absolute sense to reject all or any of the products/ service specified in the bid response
without assigning any reason whatsoever.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents, which may
be required in this connection.
Dated this Day of 2011
(Signature) (In the capacity of)
Duly authorized to sign the Bid Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
28
Form 2: Relevant Project Experience
Part 1: Project Experience Summary
S No
Name
of
the
Client name
Duration(Period)
Value
Project/Engagement
Part 2: Project Profile Template
For each of the projects cited above, provide a brief project profile using the format given below. The profile
for each project must be provided in less than 1 page.
SNo
Item
Details
1
Project title
2
Name of the Client
3
Name of the contact person from the client organization who
can act as a reference with contact details:

Name

Designation

Address

Phone Number

Mobile Number

Email ID
4
Duration (Start Date and End Date)
5
Current Status
6
Number of personnel deployed (Peak team size)
7
Value of the engagement
8
Narrative description of project: (Highlight the components /
services involved in the project that are of similar nature to
the project for which this RFP is floated.
9
Description of actual services provided by the responding
firm within the project and their relevance to the envisaged
components / services involved in the project for which this
RFP is floated.
10
Description of the key areas where significant contributions
are made for the success of the project.
29
Form-3: Resource Profiles
Using the format provided below, please provide summary information on the team you propose for the
project.
Resource Summary
S. No
Proposed Role
Number
Resources
of
Area of Expertise
Key
Responsibilities
Format for the Resume of the Professional Staff (The CV should not exceed 2 pages)
S. No
1
Item
Name
2
Designation
3
Role proposed for
4
Current responsibilities in the responding
firm
5
Total years of relevant experience
6
Years of experience with the responding
firm
7
Educational qualifications:
• Degree
• Academic institution graduated from
• Year of graduation
• Specialization (if any)
Professional certifications (if any)
30
Description
8
Professional Experience details (projectwise):
• Project name
• Client
• Key project features in brief
• Location of the project
• Designation
• Role
• Responsibilities and activities
• Duration of the project
9
Summary of the individual’s experience
which has direct relevance to the project
31
Form 4: Details of responding organization
S. No.
Particulars
Details to be furnished
1.
Details of responding Company
Name
Address
Telephone
Fax
E-mail
2.
-
Website
Information about responding Company
Status of Company (Public Ltd. / Pvt. Ltd etc.)
Details of Registration (Ref e.g. ROC Ref #)
Date
Ref #
Date
Details of Service Tax Registration
2.1
Number
of
professionals
Ref #
/
technically qualified personnel
(on the rolls of the Company as
on June 1st, 2012) providing
technical consulting services
(excluding temporary staff)
2.2
Profit in last three(3) financial
Years (FY 09-10, 08-09, FY 0708) as revealed by Audited
Accounts/ certified balance sheet
2.3
Turnover ( Rs Crores) from
application development and
related application consulting
operations in India;
3.
Company Profile (Operations in
India)
32
3.1
Average turnover from Indian
Operations
from
(Turnover in Rs Crores)
application
development
and
related
application consulting services in
last 3 years
3.2
Full-time
engaged
professional
staff
in
application
( Number of Staff)
development
and
related
application consulting services
3.4
Extent of operations in India
( Number of Offices in
(national spread) i.e. number of
offices in India (client specific /
different cities/towns and
their address)
project specific offices should not
be taken into account)
4.
Company Experience
4.1
Experience of working on IT /
(Number of Projects and their brief
Portal development projects in
India/Outside India
description*)
* Detailed project description to be
provided in form 2 for the projects
listed above. The corresponding
page number where the project is
described as per Form-2 may be
indicated
besides
the
brief
description of the project.
4.2
Experience
of
working
on
(Number of Projects and their brief
WFMIS or similar projects in
description*)
India/Outside India
* Detailed project description to be
provided in form 2 for the projects
listed above. The corresponding
page number where the project is
described as per Form-2 may be
indicated
besides
the
brief
description of the project.
4.3
Experience
of
Research and
Conducting
Analysis in
(Number of Projects and their brief
description*)
Workforce/Labour
Market
* Detailed project description to be
Information (LMI) in IT-ITES
sector in India/Outside India
provided in form 2 for the projects
listed above. The corresponding
page number where the project is
described as per Form-2 may be
indicated
33
besides
the
brief
description of the project.
5
Relevant Certifications
Provide a copy
* Detailed project description and the role to be provided in form 2 for the projects listed above. The
corresponding page number where the project is described as per Form-2 may be indicated besides
the brief description of the project.
34
Form 5: Approach, Methodology and Work Plan
1. Approach and Methodology
The vendor firm needs to submit a step-by-step implementation methodology and project plan, which depicts
the firm’s approach to fulfill the scope of the work envisaged in the assignment. This should, inter alia, cover
the timelines for the various activities, clarity in meeting the objectives and methodology, objectivity in plans,
quality of resources proposed to be deployed during implementation, the deliverables envisaged at various
stages and the control and evaluation mechanism suggested.
Vendor firm must showcase any value addition, innovation, or technology advancement/integration that it
proposes and feels will help SSC NASSCOM to have both tangible and intangible benefits from implementing
the assignment.
2. Work Plan
In this section the responding Company should propose the main activities of the assignment, their content
and duration, phasing and interrelations including resource planning to be deployed and delivery dates. The
proposed work plan should be consistent with the approach and methodology, showing understanding of the
scope of services, deliverables as given in scope of work and ability to translate them into a feasible working
plan. The work plan should be consistent with the Work Schedule.
The responding form is to describe the work schedule for different tasks which the responding Company
plans to start and accomplish as part of the project, using the following format:
N°
Activity
Months
1
2
3
4
5
6
7
8
9
10
11
12
N
1
2
n
The work schedule should reflect how and by when the responding Company is expected to complete the
assignment for each of the component, as per the major deliverable in the scope of work of the consultant
and the timelines of achieving the same as mentioned in the RFP.
35
Annexure-I: Commercial Bid format
(To be submitted by the bidder as per the format given below in a separate sealed cover)
S No
Item
Value in Rupees
Taxes
other
and
Total value in Rupees
charges
Total amount (in words):
Please note the following in preparing your commercial bid:
Dated this [date / month / year]
Authorized Signatory (in full and initials):
Name and title of signatory:
Duly authorized to sign this Proposal for and on behalf of [Name of Consultants]
Name of Firm:
Address:
36
Annexure-II: Proposed Project Solution
The project solution is divided into different categories. Please provide a response w.r.t the requirements.

Administration:
Category
Requirement
Response
Administration Interface
Describe the architecture of the
administration interface, which should be a
single interface for the configuration and
administration of all components, such as
user management, security management,
data management etc.
Configurable Options
Quantify the number of configurable
options that should be part of the
administration interface.
Import
Define your solution to support importing of
documents and images. Describe the
workflow that will be used to integrate such
content.

Data Sourcing:
Category
Requirement
Data Sources
Describe a mechanism for pulling data from
various sources:
Job Sourcing

Ministry of Labour and Employment
(ML&E)

Ministry of Human Affairs (MHA)

Ministry of Statistics and Programme
Implementation (MOSPI)

Labour Bureau
Describe a solution to continuously update
jobs.
Describe a solution to pull jobs from third-party
providers, such as Monster, Naukri, and
Jobsahead.
Updates
37
Describe your solution to continuously update
data w.r.t statistics available from various
stakeholders.
Response

Infrastructure:
Category
Requirement
Database
The database architecture supports multivendor platforms, specifically Microsoft SQL
and MySQL.
Fault Tolerance
Describe whether the proposed solution will
provide support for fault-tolerance.
Network
Describe the type of network that will be used
for this?
Response
Describe what will be minimum bandwidth
requirement to access WFMIS?
Describe secure networking capabilities that
you intend to propose?

Security:
Category
Requirement
Security
Describe the depth and breadth of your
system’s security methodology and ability to
assign security at each of the following levels:

User groups

Users

Workflow

Roles
Authentication
Describe different security options for logging
into the system. Based on the security options
suggested, SSC should be able to select the
appropriate security option.
PCI
Compliance
Describe your solution for managing highlysensitive information. The solution must
adhere to the PCI compliance standard.
Workflow
Administration
How will your solution manage different
workflow administration privileges to
accommodate multiple stakeholders?
Web
Administration
Describe your solution to allow users to
perform basic administrative tasks:
38

Add new users

Change passwords

Reset passwords
Response
The solution must address the role-based
privileges where specific users are allowed to
access specific tasks.
Describe your solution to handle secure
upload of data.

Storage:
Category
Requirement
Storage
Options
Describe how your solution will allow archiving
of documents to various media, including:

File system across platforms

Integrate with third-party storage solutions

CD, DVD
Storage
Formats
Solution stores documents in their original,
native file formats, not in a proprietary format,
so that we are not forced to use your software
to access our data.
Storage
Formats
Describe the solution to support different
native file formats? For unique file types,
explain how the solution will handle storage.
Administration
For increased efficiencies in backup and
database sizing, content is stored with
pointers in the database to file storage
locations, as opposed to a blob in the
database.
Fail-Over /
Redundancy
Describe your solution to handle fail-over or
building redundancy in WFMIS.
Security
Describe your solution to secure the storage
locations where the data is stored.
Encryption
Describe your solution to provide the ability to
encrypt data at the database level and at the
file storage level.
39
Response

Scalability:
Category
Requirement
Deployment
Describe your solution to provide ClickOnce
deployment
Test
Environments
Describe the solution that allows for
development, test, and disaster recovery
environments with no additional licensing
fees.
Expansion
Describe how your solution will address
expansion when more stakeholders are
added?
Redundancy
Describe how redundancy is built you’re your
solution.
Users
Describe the solution to provide examples of
scalability using real customer examples and
metrics:

Peak number of users in a single instance
at one time

Peak number of users registered in a
single day

Peak number of concurrent users in a
single hour
Large Volumes
Describe how your solution supports large
volumes transactions during peak processing
timeframe.
Code Base
Describe how your system’s architecture
supports the addition of features and
functionality without having to build
connectors between the applications in your
suite of products.

Response
Licensing:
Category
Requirement
Licensing
Describe what will be expected licensing cost
for your solution.
Describe the licensing model that will be
used?
Describe how your solution will address the
licensing cost for the test and development
environment.
40
Response
41