last date of submission: 29/10/2018 - bureau of energy ...€¦ · design, development, and...
TRANSCRIPT
1 | P a g e
Request for Proposal for Design, Development, and Maintenance of new Website/Portal for State Designated Agencies
Last Date of Submission: 29/10/2018
Bureau of Energy Efficiency
Ministry of Power, Government of India,
4th Floor Sewa Bhawan, R. K. Puram,
New Delhi – 110066.
2 | P a g e
Contents:
S.No Deliverables Page No.
1.0 Letter of invitation 4
2.0 Critical Information 5
3.0 Bureau of Energy Efficiency (BEE) 7
3.1 The Energy Conservation Act, 2001 7
3.2 About BEE 7
3.3 State Designated Agency 8
3.4 Functions of BEE 11
4.0 Eligibility Criteria 12
5.0 Qualification and Experience of the firm and of the key professional staff 13
5.1 Eligibility criteria for the firm/company/agency: 13
5.2 Qualification and Experience of the Firm/Agency 13
5.3 Eligibility criteria for the personnel coordinating with BEE during portal development 14
6.0 Scope of work and Deliverables 14
7.0 Time Schedule 20
8.0 Proposal 21
9.0 Evaluation and Selection Procedure 22
10.0 General term and condition 23
10.1 Cost of Proposal 23
10.2 Contents of the RFP 24
10.3 Authorized Signatory 24
10.4 Contact details of the Agencies 24
10.5 Power of Attorney 24
10.6 Conflict of Interest 24
10.7 Language of Bids 25
10.8 Confidentiality 25
10.9 Disclaimer 25
10.10 Amendment of RFP 25
10.11 Force Majeure 25
10.12 Termination of the Bid 26
10.13 Liquidated damage 26
10.14 Termination of Contract 26
10.15 Conditions for Consortium / Outsourcing 26
11.0 Bid Processing Fees, Bid Security and Performance Security 27
11.1 Bid Security/ Earnest Money Deposit (EMD) 27
11.2 Bid Processing Fees 27
11.3 Performance Security 27
12.0 Terms of Payment 27
13.0 RFP forms 29
RFP Form 1: RFP Letter Performa 29
3 | P a g e
RFP Form 2: Eligibility and Other Details 31
RFP Form 3: Prior Experience 32
RFP Form 4: Proposed Work Plan including the timelines 33
RFP Form 5: Resumes of the members in the proposed team 34
RFP Form 6: Declaration Letter 34
Annexure I: Format for Technical Bids 35
Annexure II: Format for Financial Bid 37
4 | P a g e
1.0 Letter of invitation
The Bureau of Energy Efficiency intends to invite bids (techno-financial Bid)
from interested and technically qualified agencies for Design, Development and
Maintenance of new website/portal for State Designated Agencies. Brief scope of work
and deliverables given at Section 6.0 and detailed procedure for submission of BID
has been given at Section 8.0 The prescribed format for submission of BID is at
Annexure-I and Annexure-II.
The bid must accompany with a refundable Earnest Money Deposit (EMD) of
Rs.1.00 lakh (Rupees One lakh only) and a non-refundable Bid-document processing
charge of Rs. 5,000/- (Rupees five thousand only) separately in the form of Demand
Draft drawn in favor of “Bureau of Energy Efficiency, New Delhi”, payable at New Delhi.
After selection of the suitable Bidder, the amount of EMD shall be refunded to the
unsuccessful Bidders.
The selection would be done on the basis of Least Cost Selection (LCS) system.
The proposals/ bids may be addressed to Shri Pankaj Kumar, Secretary, Bureau of
Energy Efficiency, 4th Floor, Sewa Bhawan, R. K. Puram, New Delhi – 110066.
The complete proposal/bid should reach on or before 3.00 PM on 29.10.2018.
A pre-bid meeting will be held on 12.10.2018 at 11.00 AM in the Conference
Room of BEE to provide clarifications, if any. For further details please contact the
undersigned.
Sd/-
Secretary
Bureau of Energy Efficiency
4th floor, Sewa Bhawan,
R K Puram New Delhi – 110066
Tel :( +91)-11-2617-9699,
Fax: (+91)-11-2617-8352,
Email: [email protected],
5 | P a g e
2.0 Critical Information
1 Availability of Request for Proposal Document
28.09.2018
2 Date & Time for Pre-bid Meeting 12.10.2018 at 11:00 hours
3 Issuance of Clarification on RFP Documents, if required
17.10.2018
4 Last date for submission of bids 29.10.2018 by 15:00 hours
5 Venue for Pre-Bid Meeting
Conference Hall, Bureau of Energy Efficiency 4th floor, Sewa Bhawan, R K Puram New Delhi – 110066 Tel No.: -91-11-26179699
6 Place, time and date of opening of technical proposal
29.10.2018 at 16:00 hours
7 Place, time and date of opening of financial proposal
This will be intimated to successful bidders in technical evaluation.
8 E-mail address for queries 1. [email protected] 2. [email protected]
9 Place for Submission of Proposal/Bid
Bureau of Energy Efficiency 4th floor, Sewa Bhawan, R K Puram New Delhi – 110066 Tel No.: -91-11-26179699
10 Date of Opening of Financial Proposal for qualified Bidders
Will be informed by e-mail at least 5 days prior to the date of opening of financial bid
11 Contact Person for Clarification
Mr. Milind Deore Director, Bureau of Energy Efficiency 4th floor, Sewa Bhawan, R K Puram New Delhi – 110066 Tel No.: -91-11-26179699 Email: [email protected] [email protected]
12 Mode of Selection Least Cost Selection
13 Type of Proposal Required Technical & Financial
14 Proposal Should be submitted in following language
English
15 Report which are part of the assignment must be written the following language
English
16 Currency Consultant to state all costs in Indian Rupees (INR)
17 Earnest Money Deposit (s) 1,00,000/- (INR one Lakh only) in the form of DD drawn in favor
6 | P a g e
of the Employer (Bureau of Energy Efficiency) and payable at New Delhi
18 Bid processing fees
Rs. 5,000/- (INR Five thousand only) in the form of DD drawn in favor of the Employer (Bureau of Energy Efficiency) and payable at New Delhi
7 | P a g e
3.0 Bureau of Energy Efficiency (BEE)
3.1 The Energy Conservation Act, 2001
The Energy Conservation Act, 2001 (ECA) forms the core of the legal framework put
in place by India to promote energy efficiency and conservation. ECA came into force
with effect from March 1, 2002. Some important sections of ECA relevant to BEE are
as follows:
• Section 1 – Short title, extent and commencement
• Section 2 – Definitions
• Section 3 – Bureau of Energy Efficiency-creation, administration
• Section 12 – Transfer of Assets and Liabilities of Energy Management Center
to BEE
• Section 13 – Powers and functions of the BEE
• Section 14 – Power of Central Government to Facilitate and Enforce Efficient
use of Energy and its Conservation
• Section 15 -Power of State Government to Facilitate and Enforce Efficient use
of Energy and its Conservation
• Section 16 – Constitution of State Energy Conservation Fund
• Section 17 – Power of Inspection
• Section 18 – Power of Central Government to issue directions
• Section 41 – Restriction on Civil Courts
• Section 42 –Appeal to High Court
• Section 44 – Offences triable by Special Courts
• Section 48 –Authorities under the Act
• Section 26 – Penalties and Adjudication
• Section 30 – Appellate Tribunal for Energy Conservation
• Section 48 – Default by Companies
• Section 52 – Power to obtain Information
• Section 56 – Power of Central Government to make rules
• Section 57 – Power of State Government to make rules
• Section 58 – Power of BEE to make regulations
• Section 62 – Power to remove difficulties
3.2 About BEE
The mission of Bureau of Energy Efficiency (BEE) is to develop policy and strategies
with a thrust on self-regulation and market principles, within the overall framework of
the Energy Conservation Act (EC Act), 2001 with the primary objective of reducing
energy intensity of the Indian economy. This will be achieved with active participation
of all stakeholders, resulting in accelerated and sustained adoption of energy
efficiency in all sectors.
8 | P a g e
The setting up of Bureau of Energy Efficiency (BEE) provides a legal framework for
energy efficiency initiatives in the country. The Act empowers the Central Government
and in some instances the State Governments to:
• Notify energy intensive industries, other establishments, and commercial
buildings as designated consumers.
• Establish and prescribe energy consumption norms and standards for
designated consumers.
• Direct designated consumers to designate or appoint certified energy manager
in charge of activities for efficient use of energy and its conservation.
• Get an energy audit conducted by an accredited energy auditor in the specified
manner and intervals of time.
• Furnish information with regard to energy consumed and action taken on the
recommendation of the accredited energy auditor to the designated agency.
• Comply with energy consumption norms and standards, and if not so, to
prepare and implement schemes for efficient use of energy and its
conservation.
• Prescribe energy conservation building codes for efficient use of energy and its
conservation in commercial buildings State Governments to amend the energy
conservation building codes to suit their regional and local climatic conditions.
• Direct owners or occupiers of commercial buildings to comply with the
provisions of energy conservation building codes.
• Direct mandatory display of label on notified equipment’s and appliances.
• Specify energy consumption standards for notified equipment’s and appliances.
• Prohibit manufacture, sale, purchase and import of notified equipment’s and
appliances not conforming to standards.
The Energy Conservation Act, 2001 defines the powers of the State Government to
facilitate and enforce efficient use of energy and its conservation. The State
Governments have to designate State Designated Agencies (SDAs) in consultation
with the Bureau of Energy Efficiency to coordinate, regulate and enforce the provisions
of the Act in the State. Thus, the SDAs are the strategic partners for promotion of
energy efficiency and its conservation in the country.
3.3 State Designated Agency (SDA)
The implementation and enforcement of the provisions of the EC Act in the states is
to be carried out by the SDAs. As on date, the SDAs have been set up in 35 states
as required under section 15 (d) of the EC Act. These agencies differ from State to
State with the Renewable Energy Development Agency (44%), Electrical Inspectorate
9 | P a g e
(25%), Distribution Companies (12%), Power Departments (16%) and others (3%). In
order to kick start the energy conservation activities at the state level with an emphasis
on building institutional capacities of the SDAs, Ministry of Power had approved the
scheme of providing financial assistance to these SDAs for strengthening their
institutional capacities and capabilities during XII Plan with thrust on establishment of
the enforcement machinery at the State level.
Components of the scheme-
The components under the scheme for providing financial assistance to the State
Designated Agencies to coordinate, regulate and enforce efficient use of energy and
its conservation at the State level are as follows
• State Partnership for Energy Efficiency Demonstrations (SPEED)
• Model Energy Efficient Village Campaign
• Institutionalization of Enforcement machinery at state level
• Manpower support to SDAs
• State Energy Efficiency Research & Outreach Programme
• Workshops / Capacity Building of energy professionals
• Analysis and survey of the impact of energy conservation activities by SDAs
• Maintenance and updatation of internet platform and other database created
Components Objective Areas Covered
State Partnership for
Energy Efficiency
Demonstrations (SPEED)
To showcase the
effectiveness of energy
efficiency at the
consumption side.
To familiarize the State
Government Departments
/ Agencies with such
energy efficiency
initiatives and pursue
them for large scale
replication.
Energy Efficient
appliances like lighting,
ceiling fans, agriculture /
municipal pumping, multi-
storey residential
buildings through retrofits,
lithium battery-based LED
bulbs and any other
innovative areas.
Model Energy Efficient
Village Campaign
To enable the people of
rural India to take
cognizance of the benefits
of energy efficient devices
/ technologies.
Replacement of existing
inefficient equipment’s
with star labelled
appliances like water
pumps, super-efficient
fans, gas stoves,
household bulbs, diesel
10 | P a g e
generators, water pumps,
water heaters, street lights
and household lighting.
Institutionalization of
Enforcement Machinery at
State Level
Establishment of effective
enforcement mechanism
at State level for
mandatory schemes
under the Energy
Conservation Act.
Capacity building
programs for Inspecting
Officers and State
Government officials.
Provision of pursing for
legal support to SDAs for
undertaking adjudication
process at SERCs.
Manpower support to
SDAs
Facilitating human
resources to the SDAs for
enhancing the activities
executed by SDAs,
Continuation of the
proposed component for
successful
implementation of BEE
schemes in a time bound
manner.
Retention of manpower in
States and disbursement
of monthly remuneration
to engaged manpower
State Energy Efficiency
Research & Outreach
Programme
To strengthen partnership
between policy makers &
educational institutions
Enhancing the outreach
activities undertaken by
State Designated
Agencies.
SDAs can draw key
experts and can
undertake extensive
stakeholder engagement
for energy conservation.
Encouraging innovative
projects and research in
energy efficiency by
providing financial
assistance to research
proposals from the
Institutions, College
students.
Development of
promotional material and
undertaking awareness
campaigns
11 | P a g e
Workshops / Capacity
Building of energy
professionals
To disseminate
information on various
energy efficiency
schemes to various
stakeholders at regular
intervals.
To serve as a platform to
address the practical
issues faced at ground in
BEE schemes
Organizing of training and
capacity building
programs at regular
intervals.
Analysis and survey of the
impact of energy
conservation activities by
SDAs
To record and document
outcome of various energy
conservation activities
undertaken by the SDAs
Undertaking third party
verification of energy
savings accrued through
various energy
conservation activities
and documenting the
same highlighting the
benefits
Maintenance and
updatation of internet
platform and other
database created
To update internet
platform created by SDAs
for promotion of energy
conservation and create
online record of activities
undertaken by SDAs
Creation of social platform
for encouraging
participation of society on
energy conservation
Organizing quiz,
competition on the social
platform
3.4 Functions of BEE
BEE co-ordinates with designated consumers, designated agencies and other
organizations and recognizes, identifies and utilizes the existing resources and
infrastructure, in performing the functions assigned to it under the EC Act, 2001. The
Act provides for regulatory and promotional functions:
The major functions of BEE include:
• Develop and recommend to the Central Government the norms for processes
and energy consumption standards.
• Develop and recommend to the Central Government minimum energy
consumption standards and labeling design for equipment and appliances.
12 | P a g e
• Develop and recommend to the Central Government specific energy
conservation building codes.
• Recommend the Central Government for notifying any user or class of users
of energy as a designated consumer.
• Take necessary measures to create awareness and disseminate information
for efficient use of energy and its conservation.
4.0 Minimum Eligibility Criteria
The Agency should be able to provide a qualified web designing, building and
maintenance team, for undertaking this assignment. The Agency team would work
closely with the BEE. A confirmation letter from the Agency for being able to provide
the qualified team should be attached. Details of the team dedicated to the BEE project
should be provided.
S.no Description Document/Proof
1 The agency should produce Articles of
Association (in case of registered firms), Bye
laws and certificates for registration issued by
the Registrar of Companies.
Certificate of
incorporation issued by
the Registrar of
companies along with
Memorandum of Articles
of Association
2 The agency should be registered with the
Service Tax department and carry a valid
PAN/TAN. Proof of the same must be
submitted
Copy of Service Tax/GST
Registration Registration
Copy of PAN Card
Copy of TAN Card
3 The agency’s turnover should be more than
INR 1 Crores average over the last three years
viz, 2015- 16, 2016-17 and 2017-18.
A certificate to this effect
from Charted Accountant
in original must be
submitted
4 Bidder should have a positive net worth during
the last three financial years (2015-16, 2016-17
and 2017-18)
Copies of Income Tax
returns for the last three
years (2015-16, 2016-17
and 2017-18)
5 An undertaking (self-certificate) that the
agency hasn’t been blacklisted by a central /
state Government institution and there has
been no litigation with any government
department on account of IT services
Self-Declaration that the
bidder has not been
blacklisted
13 | P a g e
6 An undertaking (self-certificate) that the
agency has resources having domain
knowledge in Web Development Governance
applications. Agency need to have a
documentary proof of Guidelines for Indian
Government Websites (GIGW) Compliance
expertise
Certificate from any of the
Government body as a
proof
7 The Agency should hold a valid CMMi Level 3
certificate or above certification
Copy of Valid Certification
8 The Agency should hold a valid ISO 27001
certificate
Copy of Valid Certification
9 The Bidder should have prior experience of
handling at least 3 similar assignments as
System Integrator in last 3 years i.e 2015-16
,2016-17 and 2017-18 preferably with
Govt./Semi Governments organization
Copies of purchase orders
in last three financial
years i.e. 2015-16, 2016-17
and 2017-18 and linked
satisfactory completion
certificates may be
submitted as supporting
documents
5.0 Qualification and Experience of the firm and of the key professional staff
5.1 Eligibility criteria for the firm/company/agency:
(Documentary proof to be provided against each criterion)
1) Must be in active business for a minimum period of 5 years and profitable for
last three years ie. FY 2015-16, FY 2016-17 & FY 2017-18.
2) Must have capability to deploy adequate personnel, if required. The minimum
number of employees in its permanent roll should be 100.
3) Must not be involved in any major litigation that may have an impact of affecting
or compromising the delivery of services as required under this contract
4) Must not be black-listed by any Central / State Government / Public Sector
Undertaking in India
5) Organization may involve one more agency as partner only for meeting work
experience and MoU for such must be submitted. However, the bidder can’t
change the consortium partner during the course of the study
5.2 Qualification and Experience of the Firm/Agency (Along with
Consortium)
6) Must have experience of handling 3 projects in developing portal, out which 2
projects must be of Central Govt./State Govt.
14 | P a g e
7) The agency must have one knowledge experts having experience at least 10
years in the field of developing website/portal. (Necessary documents along
with CV of the official should be provided to substantiate the claim.)
8) The agency must have 3 knowledge experts having experience at least 5 years
in the field of software development/ web designing/portal development.
(Necessary documents along with CV of the officials should be provided to
substantiate the claim.
5.3 Eligibility criteria for the personnel coordinating with BEE during portal
development
(Documentary proof to be provided against each criteria)
1) Must be an employee of the bidding company.
2) Must have Bachelor’s Engineering from a recognized University or Institute.
3) Must have experience of at least 5 years in software development/ web
designing/portal development
6.0 Scope of work and Deliverables
The crux of the MIS portal shall be online capture of physical and financial progress of
energy efficiency activities by the user states. The online status up-gradation shall be
done both by BEE, Delhi office and user states. BEE shall input the targeted
activities/output/ outcome for entire year and the user states shall input the monthly
progress - both physical and financial against each of the activities. Further, the MIS
portal should be available to present this physical and financial progress in the form of
multiple reports as customized for BEE’s purpose. The proposed web
portal/application intends to provide information related to the various project activities
undertaken by SDAs and BEE’s initiatives towards Energy Conservation and Energy
Efficiency. The proposed web portal will have limited access and can be accessed
only through a user ID and password (can only be accessed by SDAs, and BEE
officials-Respective Program Manager) and will not be having public access. The login
page for each SDAs would contain access to different scheme with defined pre-
defined format provided by BEE for tracking of activities under the scheme. Pre-
defined format includes calculation sheet, annexures, reports and application forms.
Provision for super user to add or delete tab for SDAs home page displaying on login.
The portal must have two-way access for data validation and evaluation. If super user
update on website/portal, it must reflect to each SDAs home page along with mail
notification to SDAs.
The designed portal would have facility for generating mail alert to officials of BEE, if
SDAs accessing the portal. The bidder would provide end-to-end managed services
for development and maintenance (Three year’s maintenance contract which will start
after the successful deployment and glitch free functioning of the Portal). The
15 | P a g e
website/portal should have multi-administrative control with user defined workflow
stages. Content Management System need to be incorporated in portal. The portal
would have facility for implementing calculation sheet provided by BEE for tracking
fund details, its utilization status/committed liability. A separate storage space would
be provided for uploading documents, photographs & Multimedia Clips at requisite
location which is accessible by super user (BEE officials). The website/portal should
reflect details of SDA scheme its origin, implementation, Act enactment, SECF (State
Energy Conservation Fund) and various components under the programme. Brief
history of SDA programme with activities under each component should be diplayed.
It will be a bilingual website and it will provide every bit of information to the guest,
SDAs, BEE & stakeholders. BEE will provide contents in English & Hindi. Hindi content
will be for key pages only for approx. 10-25% of total English content. The site content
shall broadly comprise but not be limited to the following –
Management Information system (MIS)-
Features having capacity to collect, process, store, and disseminate information to
stakeholders in order to support implementation of activities under SDA programme.
The format for MIS implementation shall be provided by BEE. It will be used in the
context of decision making, coordination, control, analysis, and visualization of
scheme implementation, enforcement of process/compliance. MIS will incorporate
following features:
1. Detailed list of all the programs /schemes carried out by BEE and integration of
various portals related to BEE.
2. Provision of exporting detailed sheet, pdf, image, html, web page to mail.
3. Allocation of funds by BEE as well as contribution by State Governments and
work plan by SDA towards various deliverables
4. Should reflect requisition and annual action plan shared by SDAs in the form of
PDF and office format.
5. Details of fund released during XI plan, XII plan and upcoming fund disbursal
to be updated by SDAs
6. Activities under State energy conservation fund to be updated by SDAs at
assigned link on portal. Projects implemented under SECF, with energy saving
details.
7. Case studies, Reports, newsletters, short videos, audio clips, images etc. to be
uploaded on the website/portal, A space incorporating above things would have
dedicated link on home page of portal.
8. Details of energy auditors, energy managers / professionals related to BEE for
respective SDA
9. Contact details of SDAs and concerned State Government officials, Hierarchy
with physical and political map of respective SDAs.
10. Display of DC (Designated Consumer) list on selection of each SDA which is to
be updated by SDAs.
16 | P a g e
11. Upcoming workshop/training/awareness program shall be updated on portal
home page. A link and format for updating event would be provided on portal.
12. Details of ongoing / upcoming project activities would be updated by SDAs.
13. Dedicated link to generate Utilization certificate with pre-defined format
assigned
14. Link would display respective Designated Consumers of respective SDA on
mouse click with tracking to google maps
15. Downloadable accounting sheet preparation on website/portal on putting value
in respective column for computation of funding, utilization and committed
liability.
16. Display of best practices by respective SDA on Website/portal, the best
practices would reflect on downloadable section administered by BEE.
17. State brief would be uploaded by respective SDA which is downloadable, the
assigned format would be provided by BEE
18. Archive facility for uploaded data by SDA.
19. Dedicated link for Social Media feed.
20. Name and list of beneficiaries wherever required for any sponsored project
implemented by BEE through SDA to be displayed
21. Financial update by SDA with restricted admin control for various programme
of Energy Efficiency Scheme sponsored by BEE.
22. Update on various other programme governed and run by BEE on portal. The
update would be provided in pre-assigned format provided by BEE.
23. Open forum discussion tab for SDA, BEE & Stakeholders
24. FAQs
25. Links to related web sites of Indian Government.
Functions, Features and compliance
Functionality –
The new website should contain following minimum features –
• Comply with all the requirements as stated in “Guidelines for Indian Govt.
Websites Version January‟09”
• The website should be supported by all popular web browsers i.e. IE7+, Mozilla
3+, Google Chrome 4.0+, Opera 9.0+ etc
• The content uploaded on the website/portal would be completely isolated and
would have restricted access. Only admin users with certain rights to
add/edit/update the content would be able to manipulate the content they own.
• A Feedback management system shall facilitate collection of feedback from
visitors to the site in the predefined form
• Availability of pictures and animation on home page and on some internal
pages
17 | P a g e
• Full Text Searching
• There should be a download section to facilitate downloading of documents,
brochures, forms, etc available for download
• Link to various website pertaining to Bureau of Energy efficiency
• Other features (minimum) - Related websites - Website Policies (As per
Guidelines for Indian Government Websites) - FAQ - Photo Gallery - News - Hit
Counter - Site Map - Help - Contact us
• Content Management System of the website for progress and current status,
media reports, including event photo-shoots, live feeds, social media contents,
if any and periodic archiving the old contents automatically, etc
• Design, Development and Maintenance of Web based applications and
integration with technologies like e-Forms/Application, Financial Reports, etc
Usability-
Home Page
• Homepage should be attractive and well-constructed, so that it makes a good
first impression to all who visit the site
• Tag line should increase user’s understanding of the site.
• Key topic areas should be presented in order of importance and should be easy
to scan.
• Up-to-date news stories should be focused on the homepage.
• Homepage should clearly communicate the site's purpose and show all major
options available on the Web site.
• The majority of the homepage should be visible ‟above the fold, ‟ and should
contain a limited amount of prose text.
• Easy access to the homepage should be provided from every page in the site.
Page Layout
• All items should be appropriately aligned on the pages and layout should be
consistent on all the related pages.
• Limit the amount of white space (areas without text, graphics, etc.) on pages
that are used for scanning and searching.
• Style & colour scheme should be consistent across the site.
• Use a fluid layout that automatically adjusts the page size to monitor resolution
settings that are 1024x768 pixels or higher
Navigation
• A Web sites navigation scheme and features should allow users to find and
access information effectively and efficiently
18 | P a g e
• Navigation tabs should be located at the top of the page, and look like clickable
versions of real-world tabs
• The navigation elements should be clearly differentiated from each another and
should be placed in a consistent way so that it can be easily located on each
page
• Site maps should be available with all the links of pages existing on the website
and link for the site map should be clearly visible on the homepage
Heading, Titles & Labels
• Headings should be used in their appropriate HTML order and heading levels
should not be skipped
• All pages should have category labels including links and clearly reflect the
information contained within the category
Security Features
The website should have the following security features-
• Free from OWASP 2011 Top 10, Vulnerabilities
• A secure mechanism for multi-point administrators (different location with
dynamic IPs)
• Captcha to be implemented to prevent password cracking tools.
• Protecting against DoS attack targeting application like locking of the
application
• Secure mechanism of changing the password in lost/forgotten scenario.
• Audit trail should be enabled on the website/portal, so that the administrator
can see the successful and unsuccessful logon, with time, IP attempts on the
website.
• Website/portal should be able to generate mail Alert and also historical report
in the security report viewable to the administrator containing the Time, IP
address of attackers, the page under attack, and the parameter under attack
with the attack values. The attacks may be identified by any change in the
parameter value not available on the website. E.g. page.asp? parameter=2; If
the value 2 gets changed to anything invalid number say N which does not
produce proper view or it contains SQL Injection, XSS strings.
• There should be a provision of blocking any IP or Network by assigning IP
Address range from accessing the pages of admin module of the website/portal;
also, the main website. So that identified attackers can be blocked.
• The admin module, uploader module should be in separate folder so that
HTTPS can be configured on the functionality that requires login action to be
done.
19 | P a g e
Other Requirements
• In the control panel all the logs must be created so as to facilitate the tracking
of modifications in website/portal different administrators by central
administrator
• Training to the BEE administrators/content uploads should be provided.
• Proper user manuals in PDF format should be provided with deployment of the
website. Manual should cover the steps to manage content & steps to upload
content/images/video & other basic uploader sections. Similarly, training would
be given to administrator for the admin related sections in CMS
Review and Acceptance testing
• The website development work will be reviewed during its development
• Firstly, acceptance test will be carried out by developer after that BEE shall
carry out the acceptance testing w.r.t to scope of the work.
• All defects found during review, compliance testing and security testing shall be
fixed to the satisfaction of BEE
Deliverables
• Documentation covering User Interface Design, SRS and technical Design
Report (TDR) of planned website
• User manual for administration and management of website
• Training on administration, operation & maintenance of developed website
• Test Report w.r.t. the following:
- Functionality
- Compliance to WCAG 2.0 Level A
- Security
Server Details and other features
• Development and production of portal will be done by agency at their own
server.
• Final deployment of Portal will be done on BEE server
• Domain name will be provided by BEE
20 | P a g e
7.0 Time Schedule
Note: 1. The SDA portal will be hosted on BEE servers
2. It is mandatory for the vendor to provide EV-SSL Certification for the
website/portal.
3. Open source platform must be used for developing website
General Instructions:
1. The SDA website/portal should be designed in such a way so that its load time
does not exceed 3 seconds and it should be able to handle large number of
concurrent users with ease.
2. It is to be noted that the Website/portal will undergo future developments and
enhancement activities and various portals will be integrated with the website.
Deliverables-Website/portal. Timeline
Meetings and Discussions with BEE
officials on multiple points.
2 weeks of award of contract.
Submission of work plan to BEE. 4 weeks of award of contract.
Submission of website/portal design
document to BEE for approval
8 weeks of award of contract
Approval of design document by BEE 2 weeks from receipt of design
document from Consultant
Offering initial version of the
website/portal to BEE for User
Acceptance Testing (UAT)
2 weeks from approval of design by
BEE
UAT by BEE 2 weeks from receipt of portal from
Consultant
Carrying out Security Audit of
website/portal and acceptance of Audit
Report by BEE & CDAC & NIC.
2 weeks from completion of UAT and
sign off by BEE
Launch of web portal and submission of
application source code to BEE
2 weeks from acceptance of Security
Audit Report by BEE
Submission of Technical and User
Manuals to BEE and training of BEE
administrators
2 weeks after commissioning of
website/portal.
Discussion with staff and training
sessions.
Within a month.
21 | P a g e
The development and maintainability of the website/portal should be such that
there should be no glitch in doing the same.
EV-SSL Certification:
1. The bidder should be a partner of the OEM, whose SSL product it intends to use.
2. Information broacher /product catalogue must be attached with the quotations
clearly indicating the product quoted for.
8.0 Proposal
Preparation of proposal
The proposal should on A-4 sized pages (Font – Times New Roman; Font Size 11
with margins set at least 2.5cm all round); should include the following:
Part A: Technical:
Technical proposal should include all documents pertaining to Annexure I
Part B: Financial
The financial proposal shall be considered all expenses excluding all chargeable
taxes. For the avoidance of doubt, it is clarified that all taxes excluding service tax/GST
charges shall be deemed to be included in the cost of service. Further all payment
shall be subjected deduction of taxes at source as per applicable laws. Bidders should
express the price of their services in Indian currency only. Format for financial proposal
is enclosed as Annexure-II.
Submission of Proposal:
The proposal shall be typed and shall be signed by the head or a person duly
authorized to bid by bidder agency. All pages of the offer, except for un-amended
printed literature, shall be initialed by the person or persons signing the offer.
a) The EMD as indicated in the data sheet shall be placed in a sealed envelope
clearly marked “EMD”. The EMD shall be furnished in the form of DD drawn in
favor of “Bureau of Energy Efficiency”, payable at New Delhi.
b) Proposals from Firms should be submitted in two distinct parts, technical &
financial.
c) The original hard copy and soft copy of the complete set of Technical Proposal
shall be placed in a sealed envelope clearly super scribed “TECHNICAL
PROPOSAL”
d) The original hard copy of the Financial Proposal shall be placed in a sealed
envelope clearly marked as “FINANCIAL PROPOSAL” and warning "DO NOT
OPEN WITH THE TECHNICAL PROPOSAL".
22 | P a g e
e) All the envelopes (EMD envelope, technical proposal envelope and financial
proposal envelopes) shall be placed into an outer envelope and sealed. This
outer envelope shall bear the submission address and should be super scribed
with the wordings “Request for Proposal for Design, Development, and
Maintenance of new Website/Portal for State Designated Agencies” and
shall also be clearly marked "DO NOT OPEN, EXCEPT IN PRESENCE OF
THE EVALUATION COMMITTEE”.
f) The completed Technical and Financial Proposal must be delivered at the
submission address on or before the time and date stated in the data sheet.
Any proposal received after the closing time for submission of proposals will not
be considered for participation.
g) This envelope shall be sent to The Secretary, Bureau of Energy Efficiency, 4th
Floor, Sewa Bhawan, R.K. Puram, New Delhi-110066.
h) Non-compliance to the above process will be liable to rejection.
9.0 Evaluation and Selection Procedure
Evaluation Methodology:
Stage 1:
• Compliance with the pre-qualification criteria given in Section 4 will be evaluated first
• The technical bids of those bidders who do not fulfils the pre-qualification criteria will not be evaluated and will be disqualified
Stage 2:
Evaluation based under Least Cost System (LCS)
Only the technical proposals considered as technically responsive would be evaluated
based on the bidder’s capabilities, experience, approach and methodology and the
CV’s of the proposed personnel and the scores would be given (out of 100). To assist
in the scrutiny, evaluation and comparison of offers, the Bureau may, as its discretion,
ask some or all bidders for technical clarification/presentation of their offer.
S.No Criteria Score
1 Company Background and prior Experience in the similar assignment
40
2 Methodology, Work Plan and Understanding of
TOR 30
3 Key professional staff qualifications and
competence for the assignment/job. 30
Total 100
23 | P a g e
Stage 3:
1) All the bidders / applicants whose bids are found to be qualified in quality
evaluation shall be considered for financial evaluation. All bidders securing 75 or
more in the technical score (hereinafter called “Qualified Bidders”) shall be eligible for
the Financial Proposal evaluation.
2) The BEE shall notify those agencies/firms/institutions whose proposals did not
meet the minimum qualifying standard or were considered non-responsive to the RFP
and/or TOR, indicating that their financial proposals will be returned unopened after
completing the selection process.
3) In case of LCS, the BEE shall simultaneously notify the
agencies/firms/institutions that have successfully satisfied the qualifying standard and
indicate the date and time set for opening the financial proposals within one weeks
after the notification date.
4) The financial proposals shall be opened publicly in presence of the
representatives of the technically qualified consultants who choose to attend. The
name of the consultant, the quality scores, and the proposed prices shall be read
aloud and recorded when the financial proposals are opened. The employer shall
prepare the minutes of the public opening.
5) If there are conditions attached to any financial proposal, which shall have
bearing on the total costs as indicated in the proposal, the Committee shall reject any
such proposals as non-responsive financial proposal.
6) The financial proposals will be ranked in terms of their total evaluated cost. The
least cost proposal will be ranked as L-1 and the next higher and so on will be ranked
as L-2, L-3 etc. The least cost proposal (L-1) will be considered for award of contract.
The committee will put up a report on financial evaluation of the technically qualified
consultants to the competent finance authority along with the recommendation that
the least cost proposal (L-1) can be approved / invited for negotiation and for final
award of contract.
10.0 General term and condition
10.1 Cost of Proposal
The agency shall bear all costs associated with the preparation and submission of its
bidding document, including cost of presentation for the purposes of clarification of the
bid, if so desired by the purchaser. BEE will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the qualifying process. BEE
reserves the right to cancel the RFP and is not liable for any outcome due to the action
taken.
24 | P a g e
10.2 Contents of the RFP
The agency/firm/institution is expected to examine all instructions, forms, terms &
conditions and Statement of Work in the RFP document. Failure to furnish all
information required for submission of the bids not substantially responsive to the RFP
in every respect will be at the agency’s/firm’s/institution’s risk and may result in the
rejection of the bid.
10.3 Authorized Signatory
The "Authorized Signatory" as used in the bid shall mean the one who has signed the
RFP document forms.
The authorized signatory should be the duly Authorized Representative of the agency
/firm/institution, for which a certificate of authority will be submitted. All certificates and
documents (including any clarifications sought and any subsequent correspondences)
received hereby, shall, as far as possible, be furnished and signed by the authorized
signatory. The power of authorization or any other document consisting of adequate
proof of the ability of the signatory to bind the agency/firm/institution shall be annexed
to the bid. BEE may reject outright any proposal not supported by adequate proof of
the signatory’s authority.
10.4 Contact details of the Agencies
The Bids prepared by the agency and all correspondence and documents relating to
the bids exchanged by the agency and the Purchaser, shall be written in the English
language, provided that any printed literature furnished by the agency may be written
in another language so long the same is accompanied by an English translation in
which case, for purposes of interpretation of the bid, the English translation shall
govern.
10.5 Power of Attorney
Registered Power of Attorney executed by the agencies in favor of the Principal Officer
or the duly Authorized Representative, certifying him/her as an authorized signatory
for the purpose of this RFP. BEE shall not be responsible for non-receipt / non-delivery
of the Bid due to any reason whatsoever. The agencies are advised to study the RFP
document carefully. Submission of Bid shall be deemed to have been done after
careful study and examination of the RFP document with full understanding of its
implications
10.6 Conflict of Interest
The agencies who are selected for the work will have to maintain the confidentiality of
the information compiled. In no case the agencies would be allowed to use the data
or share the information with anyone else, except for the BEE. BEE shall hold the
copyrights over any of the data collected or compiled during the course of the awards.
25 | P a g e
10.7 Language of Bids
The bids prepared by the agencies and all correspondence and documents relating to
the bids exchanged by the agencies and the Purchaser, shall be written in the English
language, provided that any printed literature furnished by the agencies may be written
in another language so long the same is accompanied by an English translation in
which case, for purposes of interpretation of the bid, the English translation shall
govern.
10.8 Confidentiality
BEE require that recipients of this document to maintain its contents in the same
confidence as their own confidential information and refrain from any public disclosure
whatsoever.
10.9 Disclaimer
BEE and/or its officers, employees disclaim all liability from any loss or damage,
whether foreseeable or not, suffered by any person acting on or refraining from acting
because of any information including statements, information, forecasts, estimates or
projections contained in this document or conduct ancillary to it whether or not the loss
or damage arises in connection with any omission, negligence, default, lack of care or
misrepresentation on the part of BEE and/or any of its officers, employees.
10.10 Amendment of RFP
At any time prior to the last date for receipt of bids, BEE, may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective agency/
firm/institution, modify the RFP document by an amendment. In order to provide
prospective agencies/firms/institutions reasonable time in which to take the
amendment into account in preparing their bids, BEE may, at their discretion, extend
the last date for the receipt of bids and/or make other changes in the requirements set
out in the RFP.
10.11 Force Majeure
Shall mean and be limited to the following:
o War/hostilities
o Riot or Civil commotion
o Earthquake, flood, tempest, lightening or other natural physical disaster.
o Restrictions imposed by the Government or other statutory bodies which prevents
or delays the execution of the Contract by Consultant.
o In the event of any force majeure cause, agency or the BEE shall not be liable for
delays in performing their obligations under this order and the completion dates
may be extended, for a period not exceeding the period of delay attributable to the
26 | P a g e
causes of Force Majeure. Neither BEE nor agency shall be liable to pay extra costs
provided it is mutually established that Force Majeure Conditions did actually exist.
The agency shall at all times, Indemnify and keep indemnified, the BEE and its officer’s
servants and agents, from and against all/any claims whatsoever, arising as a
consequence of, or in the course of execution of the work (including but not limited to
property loss and damage, personal accident, injury or death of or to property or
person, of the agency or any JV partner, and / or the servants or agents of the
consultant, or any other JV partner and / or of the BEE).
10.12 Termination of the Bid
BEE shall have the right to reject this bidding process any time before issuing letter of
award to the selected agencies.
10.13 Liquidated damage
Delay at any stage in execution of the contract due to reasons solely attributed to
successful agency/firm/institution beyond the time schedule as agreed or any
extension thereof granted by the BEE shall attract Liquidated Damages at the rate of
0.5 % of the total contract value per week of delay subject to maximum of 10 % of the
total contract value.
10.14 Termination of Contract
BEE shall have the right to terminate the contract of the agency at any time during the
tenure of the work, if the performance of the agency is found to be unsatisfactory or
violation of any clause of the RFP pertaining to execution of the work. For termination
of the contract, BEE shall provide the agency a notice of minimum of 15 days, to allow
the agency to clarify its position of unsatisfactory performance observed by BEE. If the
clarification provided by the agency is not up to the satisfaction of the competent
authority of BEE, the contract of the agency will be terminated.
10.15 Conditions for Consortium / Outsourcing:
The agencies/firms/institutions may have the option to submit the proposal with
other consortium partners with the following conditions-
• One consortium partner can be associated with lead partner/Bidding agency
• The bidder can’t change the consortium partner during the course of the project.
• In case of consortium, the lead partner must submit the letter of association
(agreement). Non-submission of agreement documents of the consortium
partners will lead to disqualification
In case of any such discrepancy found, bid for the both consortium and firm will be
rejected. Selected agency/firm/institution cannot outsource their work to any third party
at any point of time. The consortium partner should not be involved in any major
27 | P a g e
litigation that may have an impact of affecting or compromising the delivery of services
as required under this contract. The consortium partner should not have been black-
listed by any Central / State Government or Public-Sector Undertakings. If at any stage
of qualifying process or during the course of the contract, any suppression /
falsification of such information is brought to the knowledge, BEE shall have the right
to reject the proposal or terminate the contract, as the case may be, without any
compensation to the consortium of agency/firm/institution. BEE shall only deal with
the lead member for all the purposes.
11.0 Bid Processing Fees, Bid Security and Performance Security
11.1 Bid Security/ Earnest Money Deposit (EMD)
The agency/firm/institution shall furnish, as a part of its proposal, a Bid Security of
Rs. 1, 00,000 (INR One Lakh Only) at the time of submission of technical and financial
proposal to BEE in the form of demand draft issued by any Nationalized/ scheduled
bank, in favor of “Bureau of Energy Efficiency” payable at New Delhi, returnable after
selection of agency for the above assignment.
Any bid not accompanied with the bid security will be rejected by BEE. BEE shall not
be liable to pay any interest on the bid security and the same shall be interest free.
Bid securities of the unsuccessful bidders should be returned to them latest on or
before the 30th day after the award of the contract
11.2 Bid Processing Fees
The agencies/firms/institutions should submit a non-refundable bid processing fee of
Rs. 5,000/- (INR Five Thousand Only) at time of submission of the technical and
financial proposal to BEE. The payment will be accepted in the form of crossed
demand draft on any scheduled bank, in favor of “Bureau of Energy Efficiency” payable
at New Delhi.
11.3 Performance Security
Within twenty-eight (28) days of the receipt of notification of award from BEE, the
successful agency/firm/institution shall furnish the Performance Security in the form of
Bank Guarantee. The value of Performance Security would be 10% of the total
contract value. The Performance Security would be valid till 60 days after the
completion of the assignment or any such extended period as decided by BEE. Bid
security will be refunded to the successful bidder on receipt of Performance Security.
12.0 Terms of Payment
The payment schedule for the Design, development, and maintenance of new
Website for state designated agency
28 | P a g e
S.NO Deliverable Percentage
granted
1 Submission of work plan 10%
2 Submission of Security audit report, Source Code & testing
and trail run of Beta Version 20%
3 Submission of Final Completion Report, updated version of
source code, updates to technical and user manuals, and
signing of contract with BEE for provision of support for the
web Portal
20%
4 Final successful operationalization 50%
GST if any, if applicable and intended to be claimed from the BEE, must be specifically
mentioned along with invoices.
• Annual Maintenance Cost payment will be done quarterly on the basis of
performance of uptime of portal.
29 | P a g e
13.0 RFP forms
The proposal is to be submitted in the following format along with the necessary
documents as listed. The proposal shall be liable for rejection in the absence of
requisite supporting documents.
RFP Form 1: RFP Letter Performa
To,
The Secretary
Bureau of Energy Efficiency
4th Floor, Sewa Bhawan,
R.K. Puram,
New Delhi -110066
India
Sir/ Madam,
Sub: Request for proposal for Design, Development and Maintenance of
new Website/Portal for State Designated Agency
The undersigned is the authorized representative of the (Name of Bidder), having
read and examined in detail the complete RFP document in respect of selection of
agency for Design, Development, and Maintenance of new Website/Portal for
State Designated Agency for BEE. (Name of Bidder), do hereby express their
interest to provide services and support as specified in the scope of work.
Details about the organization
Format for providing details about the Organization:
1. Name of the Organization
2. Address with phone, fax and email
3 Year of establishment
4 Name & Designation of the Head of
the Organization
5 Total Experience of organization (In
years)
6 Official website
30 | P a g e
Enclosed the following:
• RFP Form 2: Eligibility and Other details.
• RFP Form 3: Prior Experience.
• RFP Form 4: Proposed Work plan including the timelines
• RFP Form 5: Resume of the member in the proposed team
• RFP Form 6: Declaration Letter.
• Technical Bid document
• Financial Bid document
• Documentary proof as per eligibility criteria
• EMD of INR 1,00,000 (INR One Lakh only).
• Bid processing fee of INR 5,000/- (INR Five Thousand only)
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 RFP.
(Bidder shall mention the Form No. Clearly over the respective enclosure of the
technical 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 Authorized Representative)
Name :
Designation :
Seal :
Date :
Place :
Business Address:
7 Whether you have offices across the
country(Y/N)
If Yes, please give details.
31 | P a g e
RFP Form 2: Eligibility and Other Details
1 Name of Firm/Company*
2 Year and Place of
Registration/Incorporation
3 Prior experience in the
field of website/portal
development and
maintenance.
Yes OR No
If, Yes Details of
experience
4 Total Number of years of
work experience in related
to portal development and
management activities.
5 Number of Employees in
India as on March,2018
FY 2015-16 FY 2016-17 FY 2017-18
6 Annual Turnover from
Consultancy Services**
7 Annual Profits **
8. Empaneled NICSI Vendor
(If yes, provide details &
proof)
11. Bid Processing fee and
EMD
YES OR NO
12. CMMI 3 Level certificate
(If yes, specify level of
certification)
YES OR NO
13 ISO 27001 certificate YES OR NO
* Enclose a copy of Registration document
** Enclose a copy of Audited Financial Statement
32 | P a g e
RFP Form 3: Prior Experience
List of clients to whom services have been provided effectively from FY 2013-14.
Please specify clearly following details-
• The number of portal development for Indian Government/ State Government
(No. of assignment) with work order and Completion certificate
• Website development for any Firm/Agency/institution other than Central
Government and State Government
• No. of portal/Website developed for power sector/Energy Sector/Energy
Efficiency and Energy Conservation project
• Other Similar assignment as mentioned in RFP
Note: Please attach Letter of Intent or Purchase Order for each assignment executed
Web Development, portal development and maintenance services.
Witness: Agency/Firm:
Signature Signature
Name Name
Address Designation
Company
Date Date
33 | P a g e
RFP Form 4: Proposed Work Plan including the timelines
[Explain your understanding of the objectives of the Assignment/job, approach to the
Assignment/job, methodology for carrying out the activities and obtaining the expected
output, and the degree of detail of such output. You should highlight the problems
being addressed and their importance and explain the technical approach you would
adopt to address them. You should also explain the methodologies you propose to
adopt and highlight the compatibility of those methodologies with the proposed
approach
Witness: Agency/Firm/Institution:
Signature Signature
Name Name
Address Designation
Company
Date Date
(Maximum 4 pages)
34 | P a g e
RFP Form 5: Resumes of the members in the proposed team
Agency shall submit full resumes of the project leader and members of the team
proposed for the assignment, including contact information as per the following format
(in max. 2 pages).
1) Name: 2) Complete Contact Information: 3) Proposed Position: 4) Educational Qualification: 5) Employment Record: 6) Years of Experience 7) No. of project Taken up related to portal/Website development for any
Firm/Institution/Agency/Consultancy 8) Relevant Work Experience / Work Undertaken that best illustrates
capability to handle the proposed task 9) Certification / Signature:
RFP Form 6: Declaration Letter
Declaration Letter on official letter head stating the following:
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: Agency/Firm:
Signature Signature
Name Name
Address Designation
Company
Date Date
35 | P a g e
Annexure I
Format for Technical Bids
Bidder’s Organization Name………………. Name of Contact Person…………………….. Address…………………………………………. …………………………………………………….. Phone No……………………………………….. Fax No……………………………………………. Email………………………………………………. Sl.No.
Particulars
Relevant information (with documentary Proof)
1 Ernest Money Deposit (EMD) Details
2 Bid processing Fees
3 Type of bidder’s organization (Government/ Semi government / private/ Society etc), A copy of the organization’s registration.
4 The agency should be registered with the Service Tax department and carry a valid PAN/TAN/GST. Proof of the same must be submitted
5 The organization’s minimum turnover for past three financial years shall be Rs.1.00 crore per year. (A summarized sheet of turnover of last three years certified by registered CA) 2017-18 2016-17 2015-16
6 Bidder should have a positive net worth during the last three financial years (2015-16, 2016-17 and 2017-18)
7 An undertaking (self-certificate) that the agency hasn’t been blacklisted by a central / state Government institution and there has been no litigation with any government department on account of IT services
8 An undertaking (self-certificate) that the agency has resources having domain knowledge in Web Development Governance applications. Agency need to have a documentary proof of Guidelines for Indian Government Websites (GIGW) Compliance expertise
36 | P a g e
9 Valid CMMi level 3 certificate or above certification and EVL-SSL Certification
10 The Agency should hold a valid ISO 27001 certificate
11 The Bidder should have prior experience of
handling at least 3 similar assignments as
System Integrator in last 3 years i.e 2015-16
,2016-17 and 2017-18 preferably with
Govt./Semi Government organization.
12 No. of Government websites/Portal in compliance with the “Guidelines for Indian Government Websites, 2009”, in last 3 years having similar features as desired for BEE
13 The methodology to execute the work in terms of design, brief on software, tools, technology to be used for the development including the qualifications of the proposed personnel to be assigned for designing and implementation of Website/portal
14 Website Capability approval by DIT New Delhi and / or capability for development website complying to “Guidelines for Indian Government Websites”/ Empanelment with NIC/DIT/NICSI
15 Essential Knowledge and expertise, experience of website maintenance, management, No of employees, and office in PAN India and abroad
16 Specific special features which the bidder may like to add/highlight in the project
(Signature of the bidder) With Seal
Date:
37 | P a g e
Annexure II
Format for Financial Bid
S. No.
Particulars
Price (Rs.)
A
Design, Development, and Maintenance
of new Website/portal.
The Price quoted is for the scope of work
defined in the RFP
B
AMC cost for 3 years
Maintenance cost for First Year
Maintenance cost for Second Year
Maintenance cost for Third Year
Total BID value (A+B)
SIGNATURE OF AUTHORISED SIGNATORY BUSINESS ADDRESS
COMPANY SEAL/STAMP DATE