request for proposal (rfp) -...

44
Request for Proposal (RFP) Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for ITI Craftsman Trainees RFP No. OCAC-TH-04/2017/ENQ/17047 Date. 24-10-2017 OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL Post Office, Bhubaneswar-751013 (INDIA) Phone: 0674-2567064/2567280, FAX: 91-0674-2567842

Upload: vandiep

Post on 17-Mar-2018

236 views

Category:

Documents


9 download

TRANSCRIPT

Request for Proposal (RFP)

Selection of Implementing Agency (IA) for

Implementation of Online Examination System for All

India Trade Test (AITT) for ITI Craftsman Trainees

RFP No. OCAC-TH-04/2017/ENQ/17047 Date. 24-10-2017

OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL Post Office, Bhubaneswar-751013 (INDIA)

Phone: 0674-2567064/2567280, FAX: 91-0674-2567842

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

2

Table of Contents 1. Critical Information .............................................................................................................................5

1.1. Critical Information regarding the Bidding ..............................................................................5

2. Introduction ..........................................................................................................................................6

2.1. Existing Examination Process ......................................................................................................6

3. About Odisha Computer Application Centre (OCAC) ...................................................................6

4. Information of the RFP ......................................................................................................................7

5. Terms of Reference ...........................................................................................................................7

5 . 1 . O bjective ......................................................................................................................................7

5 . 2 . S o f t w a r e d e s i g n , d e v e l o p m e n t , d e p l o y m e n t a n d m a i n t e n a n c e .......7

5 . 3 . I n f r a s t r u c t u r e S e r v i c e s a n d S u p p o r t ..................................................................8

5 . 4 . P r o p o s e d I n f r a s t r u c t u r e S o l u t i o n A r c h i t e c t u r e ...........................................8

6. Scope of work .....................................................................................................................................9

6.1. Pre Examination Phase .............................................................................................................9

6.1.1. Design/Development of Application Software.....................................................................9

6.1.2. Setting up of Test Centres .....................................................................................................9

6.1.3. Registration & Admit Card Generation.............................................................................. 10

6.1.4. Mock Test .............................................................................................................................. 11

6.1.5. Candidate handling process ............................................................................................... 11

6.1.6. Question Paper Management ............................................................................................ 11

6.1.7. Establishment of Examination Control Unit ...................................................................... 11

6.2. Examination Phase ................................................................................................................. 12

6.2.1. Management of Examination Centre ................................................................................. 12

6.2.2. Conduct of Examination ...................................................................................................... 12

6.3. Post Examination Phase ........................................................................................................ 14

6.4. Security Provisions .................................................................................................................. 14

7. Deliverables from the Bidder ......................................................................................................... 15

8. Instruction to Bidders ...................................................................................................................... 17

8.1. Bid Security (EMD): ..................................................................................................................... 19

8.2. Pre-Bid, Clarifications & Amendment to the Tender Document ........................................... 20

8.2.1. Pre-Bid Meeting .................................................................................................................... 20

8.2.2. Clarifications & Amendment ............................................................................................... 21

8.3. Technical Eligibility and Bid Compliance: ................................................................................ 21

8.4. Technical Bid Evaluation Criteria are given below: ................................................................ 23

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

3

8.5. Evaluation Criteria ....................................................................................................................... 24

9. General Terms & Conditions of Tender ....................................................................................... 24

9.1. Purchaser...................................................................................................................................... 24

9.2. Performance Bank Guarantee ................................................................................................... 24

9.3. Award Criteria .............................................................................................................................. 25

9.4. Price ............................................................................................................................................... 25

9.5. Submission of Bid ........................................................................................................................ 25

9.6. Deadline for Submission of Bids ............................................................................................... 26

9.7. Terms of Payment ....................................................................................................................... 26

9.8. Termination of Contract .............................................................................................................. 27

9.9. Negotiation.................................................................................................................................... 27

9.10. Award of Contract ...................................................................................................................... 28

9.11. Single RFP ................................................................................................................................. 28

9.12. Billing ........................................................................................................................................... 28

9.13. Language of Bids ...................................................................................................................... 28

9.14. Service Level Requirements and Penalty ............................................................................. 28

9.14.1. Service Level Definition – Pre-Examination ................................................................... 28

9.14.2. Service Level Target Time for Resolution – Pre -Examination ................................... 29

9.14.3. Service Level Definition – Examination .......................................................................... 29

9.14.4. Service Level Target Time for Resolution -Examination .............................................. 30

9.14.5. Service Level Definition – Post Examination ................................................................. 31

9.14.6. Service Level Target Time for Resolution –Post Examination .................................... 31

9.15. Force Majeure Condition .......................................................................................................... 32

9.16. Modifications & Withdrawal ...................................................................................................... 32

9.17. Right to Reject/Accept the Tender .......................................................................................... 32

9.18. Patent Rights etc. ...................................................................................................................... 32

9.19. Jurisdiction of High Court of Odisha ....................................................................................... 33

9.20. Confidentiality ............................................................................................................................ 33

9.21. Obligation to Carry out Purchaser's Instructions .................................................................. 33

9.22. Final Authority ............................................................................................................................ 33

10. Annexure(s) - Bid Formats ......................................................................................................... 34

10.1. Annexure (T1): General Information of Bidder................................................................ 34

10.2. Annexure (T2): Self Declaration ........................................................................................ 35

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

4

10.3. Annexure (T3): Acceptance of Terms & Conditions Contained In the Tender

Documents ........................................................................................................................................... 36

10.4. Annexure (T4): Self Declaration ........................................................................................ 37

10.5. Annexure (T5): Representative Authorization Letter ..................................................... 38

10.6. Annexure (T6): Past Project Experience ......................................................................... 39

10.7. Annexure (T7): Compliance Check List ........................................................................... 40

10.8. Annexure (P1): Price Bid Submission Form.................................................................... 41

10.9. Annexure (P2): Price Bid .................................................................................................... 42

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

5

1. Critical Information

Bidders are advised to study the RFP document carefully before submitting their techno-

commercial proposals in response to the RFP Notice.

Submission of a proposal in response to this notice shall be deemed to have been done after

careful study and examination of this document with full understanding of its terms, conditions

and implications.

1.1. Critical Information regarding the Bidding

S. N Information Details

1. RFP Number OCAC-TH-04/2017/ENQ/17047

2. Date of Publication of RFP 26/10/2017

3. Date of Submission of Pre-Bid

queries 01/11/2017, 5 PM

4. Date & Time of Pre-Bid Meeting

and Venue

03/11/2017, 12:00 Noon

Odisha Computer Application Centre (OCAC) OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, Bhubaneswar-751013 (INDIA)

5. Release of Addendum /

Corrigendum (if any) 10/11/2107

6. Last date for submission of Bid 25/11/2017, 2:00 PM

7. Opening of Pre-Qualification-

cum-Technical Bid 25/11/2017, 4:00 PM

8. Date of Technical Presentation 30/11/2017, 11 AM Onwards

9. Opening of Price Bid To be intimated later

10. Contact Person for queries

The General Manager (Admn)

Odisha Computer Application Centre (OCAC) OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL Post Office, Bhubaneswar-751013

11.

Addressee and Address at

which proposal in response to

RFP notice is to be submitted:

The General Manager (Admn) Odisha Computer Application Centre (OCAC) OCAC

Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL

Post Office, Bhubaneswar-751013

12. RFP Document Fee (non-

refundable)

INR 5,000 (Rupees Five Thousand only) in the favour of ODISHA COMPUTER APPLICATION CENTRE payable at BHUBANESWAR.

13. EMD (refundable) INR 8,00,000 (Rupees Eight Lakh only) in the favour of ODISHA COMPUTER APPLICATION CENTRE payable at BHUBANESWAR

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

6

2. Introduction

All India Trade Test (AITT) is conducted for ITI Craftsman Trainees in the entire country under

the aegis of national Council for Vocational Training, New Delhi. The State Council for

Technical Education & Vocational Training (SCTE&VT), Odisha is managing the Diploma & ITI

colleges in the state & provides technical trained manpower in various fields of Engineering &

Technology. Conducting the examination, evaluation & publishing results of these colleges are

the responsibility of SCTE&VT. From the academic session 2017-18, the SCTE&VT proposes

to adopt Online Examination System for ITI Craftsman Trainees in respect of objective type and

OMR based papers. In order to implement this Online Examination System, the SCTE&VT

desires to engage a suitable IT Partner (Implementing Agency) which will provide end-to-end

solution including provision of adequate Examination Centres with required ICT Infrastructure in

each district of the state.

2.1. Existing Examination Process The All India Trade Test (AITT) for Craftsman Training Scheme (CTS) is conducted by DGT,

New Delhi twice in a year i.e. during January/February for 1st & 3rd Sem. (Regular), 2nd & 4th

Sem. (Ex-Regular) and during July/August for 2nd & 4th Sem.(Regular), 1st & 3rd Sem.(Ex-

Regular) trainees. Paper-1 and Paper-2 are OMR based, whereas Paper-III (for 2nd, 3rd & 4th

Sem. only) is Engineering Drawing, which is conventional type. Examination Centre (Trade

Testing Centre) mapping is done by the SCTE&VT, Odisha as per DGT guidelines to which

nearby ITIs are being tagged and submitted to the DGT for approval. Similarly, Bank Mapping

for Trade Testing Centres (TTCs) is done by the SCTE&VT and submitted to DGT for approval.

The Question Papers for theory and Practical examinations are provided by DGT to the Trade

Testing Centres through the concerned Banks. In addition, password protected Question

Papers for Practical Examinations are sent to the registered Email ID of the Controller of

Examination, which are forwarded to all Examination Centres before starting of examination.

The OMR based Answer Sheets received from TTCs in sealed packets are sent to DGT for

evaluation. The Practical Jobs and Engineering Drawing Sheets are evaluated at the Council

level and marks are uploaded on the NCVT MIS Portal. The result is published by the DGT.

3. About Odisha Computer Application Centre (OCAC)

Odisha Computer Application Centre (OCAC), the designated Technical Directorate of

Information Technology Department, Government of Odisha, has evolved through years as a

centre of excellence in ICT solutions and e-Governance. It has contributed significantly to the

steady growth of ICT in the state. It helps ICT to reach the common citizen so as to narrow

down the Digital Divide and spread out applications of ICT by establishing a system where the

citizens are receiving transparent governance.

Bidders/ firms may view and study this limited tender document containing the detailed terms &

conditions from the website www.odisha.gov.in, www.ocac.in and www.tenders.gov.in. The bids

are to be submitted as per procedure given in this document.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

7

Joint Venture or consortium or sub –contracting is not allowed for the scope of work mentioned in the RFP.

4. Information of the RFP

Odisha Computer Application Centre (OCAC) invites Bids from Software Development

Companies or firms or agencies (“Bidders”) for the System Study, Designing, Development /

Customize and Services Support of Online Examination System for All India Trade Test (AITT)

for ITI Craftsman Trainees.

The response of RFP must be received not later than time, date and venue mentioned on the

cover page. Bids that are received after the deadline WILL NOT be considered in this

procurement process.

5. Terms of Reference

5 . 1 . Objective

OCAC proposes to identify Bidder(s) who shall provide end to end computer based online

examinations for various courses for ITI craftsman trainees under SCTE&VT.

Implementation of the Online Examination System will be done in two phases. In the first

phase (pilot), which will be done in February, 2018, only Govt. ITIs will be covered under

Online Examination excluding the 4th Semester. In the subsequent phase, the system will be

rolled out in all ITIs for all semesters. The activities under the proposed system are broadly

divided into 3 categories, such as, Pre-Examination phase activities, Examination phase

activities and Post-Examination activities.

There shall be approximately 2000 nodes for the examination to be conducted during

the year 2018 and approximately 10,000 nodes thereafter.

The bidder is required to understand the current business processes as well as functions

pertaining to the existing examination process of SCTE&VT for ITI Craftsman Trainees and

provide end to end solution for implementation of the proposed online examination system

starting from notification for examination till publication of result through the system with

minimum human intervention and in a highly secured environment.

5 .2 . So f tw are d es ign , d e ve lo p ment , de p lo ym ent and

ma in ten ance

1. The selected bidder will have the sole responsibility to design, develop/customise,

implement and maintain, web based software and provide online services, for

all activities related to the examination process and deploy the same at Bidder’s

Server/ Data Centre as per Cert-In and Government of India / Government Odisha

Guidelines issued from time to time.

2. In addition to above, the selected bidder will deploy technically qualified

experienced adequate manpower to manage the entire command centre of

SCTE&VT along with necessary hardware and software.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

8

5 .3 . I n f r as t ru c t u re Ser v ice s a nd Suppo r t

1. The selected bidder will deploy technically qualified, experienced, adequate

manpower to manage the examination process at each exam centre. There

should be at-least one technical person directly from the Bidder Organisation

managing LAN (server) and one person as Centre In-charge at the Examination

centre.

2. The selected bidder has to identify the examination centres at the locations

decided by /in consultation with SCTE&VT. There should be minimum one

examination centre with sufficient nodes in each sub division level across Odisha.

3. The selected bidder will obtain necessary connectivity, provide the same to

Examination centres across the State, and manage them. Bidder will be

responsible for establishing Examination Centres in all locations with necessary IT

Infrastructure and Manpower e.g., computer hardware/software, Firewall, Anti

Virus Software, Examination Superintendents, IT Support staff, Invigilators, Peons,

Security etc to conduct of the Computer Based examination. Cyber Café will

not be accepted for Examination Centre.

4. Initial contract of the project will be for 3 years, which may be extended as per

mutually agreed condition.

5 .4 . P ro posed I n f ras t ru c tu re S o lu t ion Ar ch i te c tu re

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

9

6. Scope of work

SCTE&VT desires to adopt “ Online Examination System” for ITI Craftsman Trainees in

respect of objective type and OMR based papers with an automated solution for the entire

exam processing cycle right from announcement of the examination to publication of result from

the system with minimum human intervention and high security measures. The authorized Agency (Implementing Agency) needs to deliver a complete process to conduct

examinations of the SCTE&VT from online registration of applications, conducting on line

computer supported question paper based examination.

The scope of work for the Selected Bidder during the period of contract/ engagement broadly

encompasses activities in 3 phases, viz., Pre-Examination phase activities, Examination

phase activities and Post-Examination activities. The details of activities in these 3 phases are

as stated below.

The deliverables of this end to end process is divided into following categories as given below:

6.1. Pre Examination Phase

6.1.1. Design/Development of Application Software

The selected bidder is required to design & develop suitable Application Software (s) to

manage activities which are to be performed online. The Application Software should be

capable of publication of various notifications from time to time, registration of students

for examination with suitable payment gateway provision, Generation, downloading and

printing of Admit Cards of the examinees, generation of various MIS report as per the

requirement of client, Mock-test students, SMS & E-Mail service etc. for smooth conduct

of exam. Online publication of final result as per the requirement of SCTE&VT/NCVT is

also the responsibility of the bidder.

6.1.2. Setting up of Test Centres

i) Arrange sufficient number of test centres across the State of Odisha to

ensure smooth conduct of online examination. The list of Test Centres

suggested by SCTE&VT is placed at Annexure-1. The Test Centre should be

adequately equipped with necessary computing and civil infrastructure so as

to accommodate up to 10,000 candidates in a shift. The Test Centres list

should be finalized in consultation/co-ordination with SCTE&VT. The location

of examination centres/venues should be easily accessible to the candidates

and well connected to public transport. As far as possible it should be in a

centrally located within the City limits. Centres must be accessible and suit to

special needs of differently abled candidates. Sufficient parking place shall be

available in examination centre to park vehicles of candidates.

ii) The Online Examination in a Test Centre will be conducted in an intranet

environment so that conduct of Examination will not be hampered in case of

disruption in internet connectivity. Hence, the Implementing Agency is

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

10

required to set up computing infrastructure with LAN Connectivity,

Desktop/Nodes, Server, Internet Connectivity to server, required software and

other required civil infrastructure. The Implementing Agency must set up

proper power back up (Generator, UPS etc) to ensure uninterrupted conduct

of examination even if there is a power failure.

iii) In order to meet the exigencies, 10% of buffer nodes must be available in

each Test Centre.

iv) Periodic checking of all nodes, network equipment, electrifications and other

active /passive devices should be done by the Implementing Agency to

ensure smooth functioning of all equipment in a Test Centre. More

specifically, the checking of all equipment in a Test centre must be done one

or two days prior to the scheduled date of examination.

v) Ensure clean drinking water, fans/ tube lights, separate toilets for male/

female, first aid etc.

vi) Preparation of Test Centre allocation sheet, Test Centre / Lab evaluation

checklist and fill out the details of each Test Lab / Test Centre (seating

capacity, available test labs, number of nodes and other required facility) and

submit the same to OCAC/SCTE&VT at-least 15-20 days prior to the

scheduled date of examination.

vii) Selection, finalization, registration and mapping of test centres in system

along with the contact details / address of the Test Centre.

viii) Final inspection / testing of the Servers installed at all Test Centres and

Connectivity to be done at-least 1 hour prior to the commencement of

examination.

ix) The Bidder shall arrange/provide adequate displays and provide required

instructions/ information to the candidates appearing for exam at exam

centres.

x) To arrange Video Surveillance (CCTV) at all examination centres. CCTV

Surveillance with recordings have to be submitted after its proper sealing.

The Command Centre (described later) at SCTE&VT, Odisha shall be

monitoring the CCTV for all the examination centres and the vendor shall

provide the CCTV footage of all the examination centres on regular basis as

and when asked for by SCTE&VT, Odisha.

xi) The Examination Centre should be equipped with suitable systems like signal

silencers/jammers in order to prevent malpractices by examinees in

Examination Centre.

6.1.3. Registration & Admit Card Generation

i) The Implementing Agency should design the application for candidates to

register themselves for the Computer Based Examination. Students Master

Data to be fetched from NCVT portal.

ii) The Implementing Agency should make provisions for admit card download.

The candidate should be able to download and take a printout of the

successfully filled applications.

iii) The Implementing Agency shall ensure complete registration process of the

candidates (digital photo, finger print etc.) and allow candidates to appear for

exam at exam centre through pre-allotted seat/machine. The biometrics taken

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

11

at this stage shall be used later on for authentication purposes.

iv) Generate unique Login ID and Password in system and SMS and e-mail

notification to the candidates on registered mobile number at least 10 days

prior to the scheduled Date of Examination.

v) Allocation of Candidates in various Test centre in system based on the pre-

defined parameters as agreed with SCTE&VT.

6.1.4. Mock Test

Deploy Sample Test paper /Mock Trial at given website/link at least 15 days prior

to the scheduled date of examination to allow the eligible candidates to practice on

the “Sample Online Test/Mock Trial”. The mock test should be a replica of the

examination.

6.1.5. Candidate handling process

The Implementing Agency is required to:-

Map candidates details with Exam Centres

Validate and verify the identity of candidates

Manage Attendance and biometric (photograph and thumb impression) handling.

The Implementing Agency shall ensure that the Signature of the candidate is taken in

the attendance sheet and Verification of the signature in attendance sheet is done vis-

à-vis the signature in the admit card.

Allocate Machine/seat

Send Bulk/individualized SMS

Send Bulk/individualized emails

Provide Customer care number for responding to queries

6.1.6. Question Paper Management

The question papers will be provided by NCVT. However, the Implementing Agency is

required to have suitable provision for storing, transmitting and downloading the

question papers in a highly secured environment. The question papers will be made

available at Examination Centres at a prescribed time before the start of the

Examination. The Implementing Agency is required to implement the Question paper

management system in consultation with SCTE&VT.

6.1.7. Establishment of Command Centre

In order to centrally manage the entire activities under Online Examination System and

smoothly conduct the examination, the Implementing Agency will set up a Command

Centre. The Command Centre shall be at SCTE&VT, Odisha premises with proposed

technical resource:

i. Command Centre Manager (position-one)

ii. System Administrator –Network (position-one)

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

12

iii. System Administrator – Network Security (position-one)

iv. Technical Executive /Technical Support –CCTV (position-Four)

v. Technical Executive /Technical Support –Application (position-Four)

The above resource shall be provided by the selected bidder/ Implementing Agency.

SCTE&VT, Odisha may depute one resource person to head the Command Centre to

check their performance and day-to-day activities.

6.2. Examination Phase

6.2.1. Management of Examination Centre

The Implementing Agency shall provide adequately trained manpower as per the ratio

mentioned below to manage the Examination centre:

Each Exam Centre of capacity 100 (with 10 buffers) should have a minimum number of

personnel, as described below, deployed by the Bidder:

i. Exam Centre Administrator – 1 (regular employee of the Bidder)

ii. IT Manager – 1 (regular employee of the Bidder)

iii. Invigilators - 1 per 25 systems with a minimum of 2 in a room

iv. Support Staff - Minimum 1 per 100 students (Suitability need to be

justified with centres) and locations

v. Security Guards - Minimum 1 per 100 students (Suitability need to be

justified with centres)

vi. Peons - Minimum 2 per 100 students

The above staff should be increased proportionately on the basis of size of the centre in

terms of nodes for exam.

6.2.2. Conduct of Examination

i) Test will be conducted only over the intranet at a Test Centre and the

candidates will access the test through a computer.

ii) The Conduct of examination would be multidisciplinary / multiple subject/

multilingual as per scheme of examination. Henceforth the test delivery

system should able to handle this aspect of multidisciplinary / multiple

subjects/ multilingual very well.

iii) The Examination shall be computer based with the questions being provided

onscreen on a random basis with multiple choice answers, without any

manual intervention.

iv) Sufficient time of 15-20 minutes shall be allotted before the exam for

providing orientation to the candidates on the structure of the exam, time

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

13

limits and guidelines for answering the question papers.

v) Computer based exam software should support standard features such as

automatic calculation of test score, negative marking, time left, flag questions

for review, navigation to unanswered questions and prompt for submission.

vi) Leakage of question paper at any level shall be considered as breach of

contract to perform on the part of the service provider.

vii) Required number of servers for a centre must be provided by the Bidder for

assured performance. Additional equivalent and suitable servers for backup

and mirror services will need to be provided by the Bidder.

viii) Bidder shall complete the “Aadhaar based Biometric Attendance” for

candidates at the examination centre for real time authentication before start

of examination. If Aadhaar based biometric fails, then physical verification

through Photograph, ID card, Admit card etc. is to be checked along with Bio-

metric Attendance captured through offline mode by the Bidder/representative

of SCE&VT, Odisha.

ix) The Bidder shall arrange/provide adequate displays and required instructions/

information to the candidates appearing for test at Examination Centres.

x) While exam will be conducted on local LAN, data of test progress should be

transferred to central server every 15 minutes for monitoring purposes. Bidder

should provide reports to SCTE&VT to view the test progress.

xi) The Bidder shall maintain audit trails of all activities of the candidate (click by

click) during the course of the examination.

xii) The Bidder shall obtain candidate’s feedback through online Feed Back

Form, after the examination is over.

xiii) The Bidder shall provide blank paper sheet/s to the candidates as per

requirement.

xiv) The Bidder shall have a contingency plan for Student management/Shifting

in case of any emergency.

xv) The Bidder shall monitor and supervise Exam Centre activities on monitoring

console to be installed by the Bidder in SCTE&VT. The data should be real

time data generated from each Exam Centre during the examination.

xvi) At the end of the exam, transfer/export of candidate response and audit

trails shall be done by the Bidder on secured channel from local server to

Central server of the Bidder within 4 Hour from each exam centre. Other data

such as attendance sheet, finger print, photograph, seating plan etc. (if any)

should be sent to SCTE&VT within 7 days of conclusion of each exam shift.

xvii) The online exam shall stop automatically after expiry of the

scheduled examination duration.

xviii) Scheduling Backup Server to take continuous backup from Main Server at

each Test Centre and availability of continuous Back-Up and restoration

facility for Business Continuity Planning / Disaster Recovery purpose.

xix) Restart / Resume of Test (in case of node / power / network / application

failure etc.)

xx) In case of Machine, Power or Network Failure, software shall be able to

retrieve candidates attempted questions and its responses entered by

the candidate fully along with creation of incident report and system audit trail

(downtime details, additional time taken by the candidate and issue recorded

etc.).

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

14

xxi) Implementing agency should ensure that, at the end of examination, the

candidates should be able see his/her score along with statistics before

leaving the examination hall.

6.3. Post Examination Phase

i) The Implementing Agency shall calculate marks obtained by each candidate

as per requirement of the SCTE&VT.

ii) The candidate’s responses, biometric, photograph, audit trails should be

uploaded automatically from the local server to Bidder’s data centre in a

secured manner. There should not be any traces of any data pertaining to

candidate whatsoever post uploads left on the exam server.

iii) The Bidder should be able to hand over the raw responses/data to SCTE&VT

immediately (same day) after the candidate’s response upload from local

exam server. The software should have capability to take the answer key

post examination.

iv) The Bidder shall ensure Generation of Merit list based on the rules/validation

shared by SCTE&VT and publish the result.

v) The Bidder shall provide documented inputs and support for handling

o Candidates queries

o RTI queries

o Court Cases

Note:

1. The Bidder will have to carry/ demonstrate complete System Test Run (STR)

with test data to the SCTE&VT before implementation the software. The Bidder

should also be able to demonstrate click by click audit trail for any type of

enquiry.

2. The Bidder should also be able to demonstrate Application server logs to capture

all errors, warnings and exceptions that are generated in applications along with

the time at which they occurred.

Test Data Archiving: The Bidder shall archive the result and other examination data for

future references after specified time, as per requirement of SCTE&VT.

MIS generation/ customized reports: The Bidder shall provide adequate information to

the Recruitment Wing as per the requirement of SCTE&VT.

Handing over examination data & back-up: After each examination session, the data

has to be backed up & handed over to the authority in duplicate.

6.4. Security Provisions

Keeping in view the criticality, confidentiality & Sensitivity of such system, the Implementing

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

15

Agency is responsible for ensuring utmost security at all stages/levels, like Physical

Security, Information Security, Server Security, Network Security.

The bidder shall ensure utmost security for IT Infrastructure - Servers, Networks,

Application and Data Storage and Transmission, Examination processes being followed

at various levels as per the plan drawn in consultation with OCAC/SCTE&VT.

The bidder should provide fool proof information security in computer based online

examination as per the provisions of Information Security.

Data Encryption and Decryption: The bidder should provide a minimum of 256 bytes

encryption for data transfer and the system to decrypt the data at examination centres

without any loss or damage.

PKI (Public Key Infrastructure) encrypted question set to be uploaded in Exam

Application.

The system should maintain a highly secured data repository for storing hash values of

datasets generated at various levels as well as archiving examination records after

completion of examination process.

The system should be able to maintain access control mechanisms, data security and

audit trails to ensure that databases are not tampered or modified by unauthorized

users. The following measures should be complied for security:

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

transaction log reports, so that errors or alteration in data /processes logic.

Alert through SMS and emails should be sent to the prescribed authorities for any

attempt of change in system database.

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

tampered or modified by the system operators.

7. Deliverables from the Bidder

The selected bidder must submit the below deliverable and audit report to SCTE&VT on a

regular intervals for further endorsement and improvements. The deliverables have been given

below:

System Study Report of current examination process

Proposed on-line examination process and design document

If the bidder has already the online examination application, the bidder should

submit the Software customization report (if any), else Software Requirements

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

16

Specifications (SRS) report with necessary artefacts

Test reports of the online examination application

Technical, Training and User Manual of the application

Bill of Material and go-live of CCTV installation and commission across

examination centre.

Command Centre at SCTE&VT, Odisha shall be monitoring the CCTV for all the

examination centres and the Implementing Agency shall provide the footage all the

examination centres on regular basis as when asked for by SCTE&VT, Odisha.

Regular Audit Report of the following at the time of examination:

Facility for mock test for candidates- through the website

Uninterrupted power supply across examination centre

Facility Management services (Air-Condition, Electrical system, Drinking

water, Toilet & sanitation both for male/female candidates) across

examination centre

Manpower deployment (computer & online examination application

support) across examination centre

MIS of all necessary activities pertaining to examination and administration for

SCTE&VT

Security audit of application

Data and back-up for SCTE&VT

The examination conducted would be multidisciplinary / multiple subject /

Multilingual as per scheme of examination. The Examination system should

handle this aspect of multidisciplinary / multiple subject / Multilingual as well.

Hosting of Examination and manage the Examination process through Online

Examination System at Examination Centres. The computer systems and servers

shall be of latest configuration and LAN must be scaled enough to handle the

traffic in real time with proper backup and redundancy at each level.

To securely transmit, download, install and implement confidential data received

from SCTE&VT. The Question Papers installation and implementation shall be as

per requirement of SCTE&VT and instruction from Controller of Examination at the

execution time in real time situation.

To arrange frisking of candidates at examination centre to disallow any electronic

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

the guidelines of SCTE&VT.

To complete registration process of the candidates before start of

examination (digital photo, bio-metric finger print etc) and allow candidates to

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

17

appear for examination at Examination Centre.

To arrange/provide adequate displays and provide required instructions/

information to the candidates appearing for Examination at Online Examination

Centres.

To maintain complete log of all activities of candidate during the course of

examination to enable complete audit ability of the assessment process. The audit

must be detailed and audit module should have the facility to replay the candidate

screen with detailed notations for review purposes.

To obtain feedback from candidates after examination is over through Online Feed

Back Form.

To devise system for monitoring and supervision of Examination Centre activities

(Centre level/ Candidate’s level) at designated Nodal/ District Centres etc.

including video recording covering entire area for all centres, preferably, which can

be viewed by authorised representatives in real time over the web.

To transfer/export the data in secure and encrypted format from

Examination Centre to Central server at Data Centre and vice versa as per Online

Examination Process.

To print candidate response sheet at the end of the examination as per

requirement of the particular exam being conducted by SCTE&VT.

To send confidential data of examination as per instructions of Controller of

Examination

8. Instruction to Bidders

OCAC Bhubaneswar invites sealed RFP for Selection of Implementing Agency (IA) for

Implementation of Online Examination System for All India Trade Test (AITT) for ITI

Craftsman under SCTE&VT. The bidder shall study, design, develop /customize, deploy,

AMC, entire Facility Management Service of Command Centres of the Online

Examination System for All India Trade Test (AITT) for ITI Craftsman under SCTE&VT.

There are two parts of Tender namely Pre-Qualification-cum-Technical bid and price bid.

The bidder is required to fill out all the parts of Tender documents and place them in

separate sealed envelopes which should be super scribed as (a) " Pre-Qualification-

cum-Technical Bid- RFP NO. OCAC-TH-04/2017/ENQ/17047 and (b) "Price Bid- RFP

NO. OCAC-TH-04/2017/ENQ/17047. These envelopes should be placed in another

sealed envelope and addressed to OCAC Bhubaneswar. The envelope must show the

name of the bidder, address and should be super scribed as “Selection of Implementing

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

18

Agency (IA) for Implementation of Online Examination System for All India Trade Test

(AITT) for ITI Craftsman under SCTE&VT, RFP NO. OCAC-TH-04/2017/ENQ/17047, on

the top of the envelope. In addition, outer envelope should indicate tender opening date.

A non-refundable demand draft of Rs. 5,000 favour of Odisha Computer Application

Centre payable at Bhubaneswar is to be submitted along with the Pre-Qualification-cum-

Technical bid towards the cost of the Tender document. Besides, the EMD as indicated

later at clause 8.1 (Bid Security Clause) must be enclosed along with the Technical Bid

document. Technical bid document not accompanying the requisite Tender document

fee and EMD shall be considered as non-compliant, summarily rejected and will not be

considered for further evaluation.

The sealed tenders will be opened at OCAC Bhubaneswar as per the schedule

mentioned above in presence of the bidders or their authorized representatives as may

desire to be present.

Technically qualified bidders will be considered as successful bidders for price bid

opening.

Bids shall be fully in accordance with the requirements of the general terms and

conditions and the specifications attached hereto. Appropriate formats furnished with

this specification shall be used in quoting tender prices. Incomplete, illegible, unsealed

and without signature tenders will be rejected.

All offers should be made in English and clearly type written.

The bidder must submit all documents as asked in Annexure section.

The bidders should furnish the following information and documents with the Technical

and Price Bids.

A) Pre-Qualification-cum-Technical Bid: (Annexure T1 to T6)

a) Copy of the Registration certificate of the firm with organization profile.

b) Bidder should give an undertaking that they are not under a declaration of

ineligibility for corrupt and fraudulent practices issued by Govt. of India or any

state Government or any PSU.

c) Self Declaration that the bidder hasn’t been black listed by any Govt. /PSU

agencies.

d) Authorized signatory for the bid from the bidder.

e) Signed copy of the RFP document as an acceptance to the terms and

conditions of the tender.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

19

f) Service Tax Registration Certificate and PAN no. allotted by Income Tax

Department with up-to-date IT, GST Registration and up-to-date clearance.

g) Similar Past Project Experience and proofs

h) Project Approach and Methodology, Work plan

i) Manpower Proposed

j) RFP document fee as a non-refundable

k) EMD as mentioned at clause 8.1 (Bid Security Clause)

B) Price Bid: (Please Refer Annexure))

(a) The bidder shall submit the Price Bid submission letter, as given in the Annex

P1.

(b) The rates quoted by the bidder, shall be inclusive of all Taxes as applicable

in Odisha, as given in the Annex P2.

(c) Price bid should be unconditional and it should be as per the specified

format.

8.1. Bid Security (EMD):

(a) EMD of Rs. 8,00,000 shall be furnished along with the bid as bid security.

(b) The bid security shall be only in the form of Demand Draft drawn in favor of ODISHA

COMPUTER APPLICATION CENTRE payable at BHUBANESWAR drawn in any

nationalized bank.

(c) The demand draft shall be submitted along with Pre-Qualification-cum-Technical bid.

Bids submitted without bid security shall be rejected.

(d) The bid security shall be forfeited if a bidder withdraws its bid during the period of bid

validity.

(e) In case of a successful bidder the bid security may be forfeited if the bidder fails to

accept the Work Order or fails to furnish performance security after accepting the Work/

Purchase Order.

Modification of specifications and extension of closing date of tender if required will be made

by an Addendum. Copies of Addenda will be updated on the website of OCAC

(www.ocac.in, www.odisha.gov.in) Bhubaneswar website. This shall form a part of the

tender.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

20

The purchaser reserves the right to accept or reject any or all tenders without assigning any

reason whatsoever. The purchaser may also alter the examination centre, examination

centre capacity, number of examination etc. at the time of placing orders.

Bidders shall carefully examine the tender documents and the technical specification and

fully inform themselves as to all the conditions and matters, which may in any way, affect

the work or the cost thereof. Should a bidder find discrepancies in or omissions from the

specification or other documents, or should there be any doubt as to their meaning, he

should at once notify the purchaser and obtain clarification in writing. This however does not

entitle the bidder to ask for time beyond the due date fixed for receipt of tenders.

Submitted tender forms with overwritten or erased or illegible rate or rates not shown in

figures and words in English will be liable for rejection. In case of discrepancy between

words and figures noted against the item of the tender and between unit rates and the total

amount, the decision of the competent authority accepting the tender will be final and

binding on the bidders. Corrections in the tender, if unavoidable, should be made by

rewriting with date and initial of the bidder after scoring out of the wrong entries.

Request from the bidders in respect of additions, alterations, modifications, corrections etc.

of either terms or conditions or rates after opening of the tender may not be considered.

8.2. Pre-Bid, Clarifications & Amendment to the Tender Document

8.2.1. Pre-Bid Meeting

a) A Pre-bid meeting will be held on the date and address mentioned in cover page.

The representatives (Maximum Two persons) of the interested organisations may

attend the pre-bid meeting at their own cost. The prospective participants have to

inform the OCAC Bhubaneswar, on the mail id mentioned for attending the pre-bid

meeting.

b) The purpose of the meeting is to provide bidders with information regarding the

Tender and the Solution, and to provide each bidder with an opportunity to seek

clarifications regarding any aspect of the Tender.

c) Request for clarifications from the bidders shall be received through email (in the

format specified below), at least two days before the date of pre-bid meeting. All

requests shall be addressed to the OCAC Bhubaneswar.

d) Request for clarifications Format:

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

21

Page No Section Sub-Section Clarification Remarks

Company Name Person Name Designation, E-Mail, Contact Number

8.2.2. Clarifications & Amendment

a) Bidders may request a clarification of any item of the Tender document up to 2

days before the pre-bid meeting. Any request for clarification must be sent in

electronic mail to the OCAC Bhubaneswar.

b) At any time till 10 days before the deadline for submission of bids OCAC

Bhubaneswar may, for any reason, whether on own initiative or in response to a

clarification requested by a prospective Bidder, modify the bidding document by

amendment.

c) All amendments made in the document would be published in the website

www.ocac.in, www.odisha.gov.in.

d) Bidders are also advised to visit the aforementioned website on regular basis for

updates. OCAC Bhubaneswar also reserves the right to amend the dates

mentioned in cover page for the bid process.

8.3. Technical Eligibility and Bid Compliance:

a) The Bidder must be a firm/company registered under the Indian Companies Act, 1956.

Copy of such certificate shall be enclosed as a proof.

b) The Bidder should not bid under any Consortium. No Consortium bid shall be allowed for

this RFP.

c) Average turnover of the bidder for the last 3 financial years (FY 2014-15, 2015-16, 2016-17)

ending on 31st March 2017 must be at least Rs.20 Crore. The Bidder shall submit copies of

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

22

audited Balance Sheets and Profit and Loss Accounts/ Annual Reports of last three financial

years (up to 31st Mar-2017).

Copies of Filed Audited Statements, IT Returns, and GST etc. are to be submitted to

corroborate this.

d) Bidder must have experience in the similar field of Design, Development/Customise,

Maintenance, and entire Facility Management Service of command centre online

examination system in any State Govt./PSU/Central Government/Government Institutes.

The Bidder must have implemented at least 2 (two) similar projects experience in the above

mentioned area and rollout each of minimum value of INR 5 Crore (Rupees Five Crore) in

last 5 years ending on 31st March 2017.

In addition to the above, Bidder must have the proof of conducting online examination for at

least 10,000 candidates in a shift /session.

Copies of Work orders and successful completion certificate for each project proof must be

enclosed.

e) The bidder shall submit Rs. 5,000 (Rupees Five Thousand only) only towards the Cost of

Tender document (non-Refundable) in form of DD from any nationalized or Schedule Bank

favour of ODISHA COMPUTER APPLICATION CENTRE payable at BHUBANESWAR.

f) The bidder shall submit Rs. 8,00,000 (Rupees Eight Lakh only) only towards the EMD in

form of DD from any nationalized Bank favour of ODISHA COMPUTER APPLICATION

CENTRE payable at BHUBANESWAR valid for 180 days from the date of opening of

technical bid.

g) The bidder should possess valid ISO 27001:2013 (Information Security Management), ISO

20000:2011(Information Service Management), SEI CMMi Level 3 or above in software

development, ISO 9001:2015 certification. Bidders must have at least any three valid

certifications out of the above certifications in their name as mentioned above to be eligible

to participate in the bid.

h) The Bidder must not be under declaration of ineligibility for corrupt and fraudulent practices /

Poor Performance issued by Govt. of India/State Governments/Court of Law. A declaration

is to be submitted along with the bid.

i) The Company should have qualified and experienced IT professionals. Minimum 500

technical professionals must be on pay roll of the company as on 31st March 2017. Self

Attested copy of EPF return showing list of employees on pay-roll shall be submitted

towards evidence of employees on pay-roll or equivalent certification from the head of the

firm to be submitted.

*Necessary supporting documents on fulfilment of eligibility criteria should be attached for authentication

along with a signed copy of the RFP document to indicate acceptance of all terms and conditions set forth in the tender. Organizations failing to provide complete information on any of the requirements are liable to be rejected.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

23

8.4. Technical Bid Evaluation Criteria are given below:

S. N Technical Evaluation

Criteria

Maximum

Score

Score Committee

Remarks

1 Experience 45

1.1 Online Examination

solution and services in

Govt. Sector /PSU/Govt.

Institutes in last 3 years

25 =2 project: 10 marks

=4 project: 15 marks

> 4 project: 25 marks

1.2 Online Examination

solution and services with

conducting online

examination for at least

10,000 candidates in a shift

/session

20 =2 project: 10 marks

=4 project: 15 marks

>4 project: 20 marks

2 Project Presentation 30

2.1 Technical Presentation

(please refer: sec-8.5 (c),

each parameter shall carry

10 Marks

30 Marks shall be awarded

by Committee

3 Quality Health 25

3.1 Certifications (ISO, CMMi)

25 CMMi Level 5: 6 Marks

ISO 27001:2013: 8 Marks

ISO 20000:2011: 10 Marks

All Certifications: 25 Marks

Total Score 100

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

24

8.5. Evaluation Criteria

(a) The bidder who has complied with the Technical eligibility & Bid Compliance

(Refer Section: 8.3) criteria will be qualified for technical scoring; Noncompliance

of any one of the criteria by the bidder is liable for rejection.

(b) The bidders who are selected based upon Technical Bid Compliance (Refer

Section: 8.3) criteria, to make a presentation of their online examination solution

as per the scope mentioned in the RFP, at their own cost. OCAC in its best

interest reserves the right to reject/modify the proposed solution.

(c) The evaluation committee may invite the eligible bidders to make a presentation

to the OCAC at a date, time and location notified by the OCAC. The purpose of

such presentations would be to allow the bidders to present their Approach &

Methodology for the Solution to the committee and the key points in their

proposals.

(d) The Bidder shall be required to make a presentation on the following areas.

Project Understanding

Proper Approach and Methodology of Solutions

Manpower proposed and Detailed Work Plan

(e) Depending on the evaluation methodology, each Technical Bid will be assigned

a technical score out of a maximum of 100 points as per the below Technical

Evaluation Table stated earlier. The Bidder has to score minimum 70 marks to

qualify for further evaluation.

(f) Technically qualified bidders, the bidder with the lowest financial quote shall be

considered as L1 and will be award with the work.

9. General Terms & Conditions of Tender

9.1. Purchaser

Odisha Computer Application Centre, OCAC Building, N-1/7-D, Acharya Vihar Square,

Bhubaneswar – 751 013 Odisha.

9.2. Performance Bank Guarantee

The bidder shall furnish a Performance Bank Guarantee (PBG) for 10% (ten percent) of the

contract price within 15 days of issue of Work Order. The PBG must be from the

nationalized bank in India. This Performance Bank Guarantee (PBG) shall remain valid for

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

25

60 days beyond the entire contractual obligation. Failure of submission PBG within the

specified time period may lead to cancel the Work Order.

9.3. Award Criteria

Out of technically qualified bidders, the bidder with the lowest financial quote shall be

considered as L1 and award of the contract shall be made to the bidder with the lowest cost

(L1). If the L1 bidder refuses / fails to accept the Work Order within fifteen days, the next

higher responsive bidder (L2) will be proposed to accept the Work Order at the rates

offered by the lowest bidder (L1) and If L1 bidder refuses / fails at any stage of contract, the

whole or part of amount of work can be given to the L2 bidder at L1 rate.

9.4. Price

The Bidder shall quote price in clear terms. The rates quoted shall be per record of

successful work and should abide by the Format for Financial Bid described in Form 2. The

rates quoted should be exclusive of Goods Service Tax or any other taxes/cess/duty

imposed from time to time.

Prices quoted by the Bidder shall be fixed and no variation will be allowed under any

circumstances. No open-ended bid shall be entertained and the same is liable to be rejected

straightway.

Bids shall remain valid for 180 days after the date of bid opening prescribed by the OCAC.

The OCAC holds the rights to reject a bid valid for a period shorter than 180 days as

nonresponsive, without any correspondence.

9.5. Submission of Bid

Number of Copies of Bid

The Bidder shall submit 1(one) hard copy of each of the Pre-Qualification-cum-Technical

Bid and Price Bid. The hard copy of the Pre-Qualification-cum-Technical Bid shall be placed

in sealed envelopes clearly marking as “A. Pre-Qualification-cum-Technical Bid and Price

bid shall be placed in sealed envelopes clearly marking “B. Financial Bid”. Both bids will be

placed in a sealed outer envelope super scribed as “RFP Ref. No. OCAC-TH-

04/2017/ENQ/17047 <RFP Name>” and “Don not open before <<Date & Time of Bid

Opening>>.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

26

The Bid has to be submitted in the form of printed document. The bids submitted by Telex,

fax or email bids shall not be entertained.

Any condition put forth by the bidder non-conforming the bid requirements shall not be

entertained at all and such bid shall be rejected.

The bid shall be submitted at the below address:

By Regd. Post -

General Manager, Odisha Computer Application Centre, OCAC Building, N-1/7-D, Acharya

Vihar Square, Bhubaneswar – 751 013. Odisha.

Physically -

General Manager, Odisha Computer Application Centre, OCAC Building, N-1/7-D, Acharya

Vihar Square, Bhubaneswar – 751 013. Odisha.

9.6. Deadline for Submission of Bids

Last date for Submission

In the event of the specified date for the submission of Bids being declared a holiday for the

OCAC, the Bids will be received up to the appointed time on the next working day.

Extension for Last date for Submission

The OCAC may, at own discretion, extend this deadline for submission of bids by amending

the bid document, in which case all rights and obligations of the OCAC and Bidders

previously subject to the deadline, will thereafter be subject to the deadline as extended.

Late Bids

Any bid received by the OCAC after the deadline for submission of bids prescribed by the

OCAC, will be summarily rejected and returned unopened to the Bidder. The OCAC shall

not be responsible for any postal delay or non-receipt / non-delivery of the documents. No

further correspondence on this subject will be entertained.

9.7. Terms of Payment

The payment shall be in Indian Rupees and shall be paid only after successful completion of

each examination cycle without error and delays. No advance payment shall be made to the

Bidder under any circumstances.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

27

a) The Bidder shall manage the entire examination process, thus raise the invoice

to OCAC as per candidate per Examination sitting as per examination calendar.

b) The successful bidder has to sign an agreement on non-judicial stamp paper

which shall contain clauses related to liquidated damages on account of delays,

errors, cost and time over-run etc.

c) In case the bidder fails to execute the contract, SCTE&VT shall have liberty to

get it done through any other agency with full cost recoverable from the bidder

in addition to damages and penalty.

d) All payments shall be subject to current applicable Statutory taxes.

e) The rate quoted should be firm.

f) In case of any difference between the rates quoted in figures and words, the

latter shall prevail.

9.8. Termination of Contract

Termination for Default

The OCAC may, without prejudice, to any other remedy for breach of contract, by written

notice of default sent to the qualified Bidder, terminate the contract in whole or in part if:

The qualified Bidder fails to deliver any or all of the obligations within the time

period(s) specified in the contract or any extension thereof granted by the OCAC.

The qualified Bidder fails to perform any other obligation(s) under the contract.

However, the disputes if any may be referred to Arbitration.

Termination for Insolvency, Dissolution etc

OCAC may at any time terminate the contract by giving written notice to the qualified

Bidder without compensation to the qualified Bidder, if the qualified Bidder becomes

bankrupt or otherwise insolvent or in case of dissolution of firm or winding up of

company, provided that such termination will not prejudice or effect any right of action or

remedy which has accrued thereafter to the OCAC.

9.9. Negotiation

It is absolutely essential for the bidders to quote the lowest price at the time of making the offer

in their own interest. OCAC, however, will have the discretion to choose to enter into any price

negotiations.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

28

9.10. Award of Contract

The selection will be based on Least Cost Based method. The technically qualified bidder

quoting lowest price will be awarded the work.

9.11. Single RFP

In case only one bid is found to be eligible on evaluation of technical bid, OCAC reserves the

right to consider the bid.

9.12. Billing

The Bidder shall specify the Branch/ Location from which they will raise the bill and in

whose favour payment will be released.

9.13. Language of Bids

The Bids prepared by the Bidder and all correspondence and documents relating to the Bids

exchanged by the Bidder and the Purchaser, shall be written in the English Language,

provided that any printed literature furnished by the Bidder may be written in another

language so long as it is accompanied by an English translation in which case, for purposes

of interpretation of the Bid, the English translation shall govern.

9.14. Service Level Requirements and Penalty

The aim of this SLR is to provide a basis for close co-operation between SCTE&VT and the

vendor, for services to be provided to SCTE&VT, thereby ensuring that timely and efficient

support services are available to SCTE&VT and its end-users.

9.14.1. Service Level Definition – Pre-Examination

Depending on the criticality and severity of service levels are defined as follows:

Severity of

Services

Severity

Type Definition

SLR-1 Critical

Develop/customization of the on-line Examination and

User Requirement Acceptance Testing such as

Application Availability (high) along with all the

modules working flawlessly.

Application Availability (high) of the application

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

29

Severity of

Services

Severity

Type Definition

should be at least 99% per day.

SLR-2 Crucial Proper Response Time of all modules. *Response

time should be not above 3 to 6 Seconds.

SLR-3 High Registration of Candidates , Admit Card Generation,

Mock Test

SLR-4 Major Setting up of Test Centres , LAN connectivity etc.

SLR-5 Reasonable

Drinking Water, Sanitation, Toilet Hygiene both for male

and female candidates /staffs.

Banner/ Signage shall be placed before the

examination venue for easy and clear identification

of center.

9.14.2. Service Level Target Time for Resolution – Pre -Examination

Service Level

Requirements Max. Resolution Time Penalty

SLR-1 Within 15 Minutes INR 8,000 Per 30 Minutes or

part thereof

SLR-2 Within 20 Minutes INR 6,000 Per 30 Minutes or

part thereof

SLR-3 Within 30 Minutes INR 6,000 Per 30 Minutes or

part thereof

SLR-4 Within 30 Minutes INR 5,000 Per 30 Minutes or

part thereof

SLR-5 Within 04 Hours INR 2,000 Per 30 Minutes or

part thereof

9.14.3. Service Level Definition – Examination

Depending on the criticality and severity of service levels are defined as follows:

Severity of

Services Severity Type Definition

SLR-1 Critical A problem which affects more than one

Examination Centres at the time of Examination. It

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

30

may be due to failure of LAN / Central Server/

Application / Electrification /Power Management

/CCTV Surveillance

SLR-2 High Technical Manpower presence in the examination

centre

SLR-3 Major

A problem/issue that affects a typical candidate’s

examination subject wise group e.g. Non

availability/failure of any module of online

examination software etc at the time of

Examination.

SLR-4 Moderate

A problem which affects more than one candidate’s

Examination Console /module at the time of

Examination.

SLR-5 Minor Drinking Water, Sanitation, Toilet Hygiene both for

male and female candidates /staffs

9.14.4. Service Level Target Time for Resolution -Examination

Service Level

Requirements Max. Resolution Time Penalty

SLR-1 Within 15 Minutes INR 20,000 Per 30 Minutes or

part thereof

SLR-2 Within 20 Minutes INR 16,000 Per 30 Minutes or

part thereof

SLR-3 Within 30 Minutes INR 15,000 Per 30 Minutes or

part thereof

SLR-4 Within 30 Minutes INR 12,000 Per 30 Minutes or

part thereof

SLR-5 Within 01 Hour INR 10,000 Per 30 Minutes or

part thereof

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

31

9.14.5. Service Level Definition – Post Examination

Depending on the criticality and severity of service levels are defined as follows:

Severity of

Services Severity Type Definition

SLR-1 Critical

A problem that affects a typical section, such as

MIS reports generation, Provisional Marks/

Certificate, other reports generation.

SLR-2 High Delay in Data Archiving as per Schedule

SLR-3 Major Delay in Scheduled Data Back-Up as per Schedule

SLR-4 Crucial Issue in Data Security e.g. Data Encryption and

Decryption. PKI encrypted questions

SLR-5 Major Delay in Audit Trail of all transactions (pre-Exam,

Exam, Post-Exam) as per Schedule

9.14.6. Service Level Target Time for Resolution –Post Examination

Service Level

Requirements Max. Resolution Time Penalty

SLR-1 Within 45 Minutes INR 5,000 Per 30 Minutes or part

thereof

SLR-2 Within 60 Minutes INR 4,000 Per 30 Minutes or

part thereof

SLR-3 Within 90 Minutes INR 3,000 Per 30 Minutes or part

thereof

SLR-4 Within 48 Hours INR 2,000 Per 30 Minutes or part

thereof

SLR-5 Within 48 Hours INR 2,000 Per 30 Minutes or

part thereof

The problem shall be considered to be solved when the bidder has communicated to the

user about the resolution of the incident and the resolution formally recorded.

The downtime calculated shall not include the following:

a) Any planned shutdown

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

32

The penalty shall be recovered for delayed services from the payment due or the

Performance Bank Guarantee, without prejudice to any other right or remedy available

under the contract. The vendor shall be considered as a Black-listed /Fraud

company/vendor, if the vendor withdraws the work at any time during the contract

with/without notifying SCTE&VT.

9.15. Force Majeure Condition

If the execution of the contract is delayed beyond the period stipulated in the consultancy as

result of outbreak of hostilities, declaration of an embargo or blockade of fire, flood, acts of

God, then Purchaser may allow such additional time by extending the time frame as

considered to be justified by the circumstances of the case and its decision will be final. If

additional time is granted by the Purchaser, the supply order shall be read and understood

as if it had contained from its inception the execution date as extended.

9.16. Modifications & Withdrawal

The bid submitted may be withdrawn or resubmitted before the expiry of the last date of

submission by making a request in writing to the competent authority of Purchaser to this

effect. No Bidder shall be allowed to withdraw the bid after the deadline for submission of

bids.

9.17. Right to Reject/Accept the Tender

The purchaser reserves the right either to reject or accept any or all tenders. The purchaser

has exclusive right to alter the quantities of materials at the time of placing the final

purchase order. The type and quantity of items indicated in the tender are provisional and

may change as per the actual requirement. After placing the purchase order, the purchaser

may order to defer the delivery of the material. It may be clearly understood by the bidders

that the purchaser need not assign any reason for the above action.

9.18. Patent Rights etc.

The vendor shall indemnify the purchaser against all claims, actions, suits and proceedings

for the infringement or alleged infringement of any patent, design or copy write protected

either in the country of origin or in India by use of any equipment supplied by the vendor

claims if made on the purchaser, shall be notified to the vendor of the same and the vendor

shall at his own expense either settled such dispute or conduct any litigation that may arise

there from.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

33

9.19. Jurisdiction of High Court of Odisha

Suites, if any arising out of the contract shall be filed by either party in a court of Law to

which the jurisdiction of the High Court of Odisha extends.

9.20. Confidentiality

The Bidder shall not, and without the Purchaser prior written consent, disclose the

contract or any provision thereof, or any specification, plan, Data, Question Bank,

Question Bank sample or information furnished by or on behalf of the Purchaser in

connection therewith to any person other than a person employed by the Bidder in the

performance of the contract. Disclosure to any such employed person shall be made in

confidence and shall extend only as far as may be necessary for purposes of such

performance.

The Bidder shall not without the Purchaser prior written consent, make use of any

document or information.

Any document other than the contract itself shall remain the property of the Purchaser

and shall be returned (in all copies) to the Purchaser on completion of the Bidder’s

performance under the contract if so required by the Purchaser.

9.21. Obligation to Carry out Purchaser's Instructions

The Bidder shall also satisfy the purchaser or this inspector that adequate provision has

been made to carry out his instructions fully and with prompt attitude.

9.22. Final Authority

The final authority for payments will be the consignee except otherwise specifically stated and if

the vendor/supplier desires to appeal against any matter he shall appeal to General Manager,

Odisha Computer Application Centre, OCAC Building, N-1/7-D, Acharya Vihar Square,

Bhubaneswar – 751 013 Odisha.

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

34

10. Annexure(s) - Bid Formats

13.1. Annexure (T1): General Information of Bidder

1. Name of the Company/Firm/Agency

2. Year Established

3. Address of Registered office

4. Address of Head Quarter

5. Telephone No (business)

6. Fax No (business)

7. Email Address (business)

8. Website

9. Name of the Managing Director/CEO

10. PAN No

11. Goods Service Tax Regd. No

12. No of full time personnel (Technical in the Similar Domain) currently under employment

13. No. of years of proven experience of providing similar services (Refer: Sec-8.3 of the RFP)

14. Quality Certification (ISO, CMMi.etc) (Refer: Sec-8.3 of the RFP)

15. Annual turnover Audited Annual Turnover in last three years (Refer: Sec-8.3 of the RFP)

Annual turnover of the in Rs.

FY Turnover (Rs.)

2014-15

2015-16

2016-17

Signature of the Bidder Date: Place:

Company Seal

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

35

13.2. Annexure (T2): Self Declaration

Date : _________________________

Ref/RFP : _________________________

To

GENERAL MANAGER (ADMN) ODISHA COMPUTER APPLICATION CENTER OCAC BUILDING, PLOT NO. N1/7-D, RRL POST OFFICE, BHUBANESWAR-751 013

In response to the RFP No. OCAC-TH-04/2017/ENQ/17047, Dt: 24/10/2017. Ms. /Mr.

_____________________, as a ________________________, I / We hereby declare that our

company _____________________________is having unblemished past record and was not

declare ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of

time.

Signature of witness Signature of the Bidder Date: Date: Place: Place:

Company Seal

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

36

13.3. Annexure (T3): Acceptance of Terms & Conditions Contained In the

Tender Documents

Date:

To

GENERAL MANAGER (ADMN) ODISHA COMPUTER APPLICATION CENTER OCAC BUILDING, PLOT NO. N1/7-D, RRL POST OFFICE, BHUBANESWAR-751 013

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP No. OCAC-

TH-04/2017/ENQ/17047, regarding < RFP Name>.

I declare that all the provisions of this Tender Document are acceptable to my

company. I further certify that I am an authorized signatory of my company and am, therefore,

competent to make this declaration.

Signature of witness Signature of the Bidder Date: Date: Place: Place:

Company Seal

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

37

13.4. Annexure (T4): Self Declaration

Date : _________________________

Ref/RFP : _________________________

To

GENERAL MANAGER (ADMN) ODISHA COMPUTER APPLICATION CENTER OCAC BUILDING, PLOT NO. N1/7-D, RRL POST OFFICE, BHUBANESWAR-751 013

In response to the RFP Ref No. OCAC-TH-04/2017/ENQ/17047, Ms./Mr.

_____________________, as a ________________________, I / We hereby declare that our

company _____________________________is having unblemished past record and have not

been declared blacklisted by any Central/State Government/PSU institution and there has been

no pending litigation with any government department on account of similar services.

I/We further declare that our company has not defaulted in executing any Government order in

the past.

Signature of witness Signature of the Bidder Date: Date: Place: Place:

Company Seal

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

38

13.5. Annexure (T5): Representative Authorization Letter

Date : _________________________

Ref/RFP : _________________________

To

GENERAL MANAGER (ADMN) ODISHA COMPUTER APPLICATION CENTER OCAC BUILDING, PLOT NO. N1/7-D, RRL POST OFFICE, BHUBANESWAR-751 013

Ms. /Mr. ___________________ is hereby authorised to sign relevant documents on behalf of

the company in dealing with invitation reference No. OCAC-TH-04/2017/ENQ/17047, dtd:

24/10/2017.

S/He is also authorised to attend meetings & submit technical & commercial information as may

be required by you in the course of processing above said application.

Thanking you,

Authorised Signatory

_____________________________

Representative Signature

_____________________________

Signature attested

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

39

Company Seal

13.6. Annexure (T6): Past Project Experience

SL. No

Name of Client, Contact Person, Telephone No, Mobile No, e-Mail, Physical Address

Name of Project

Project Start Date and End Date, Brief of Project

Project Cost Status (Complete/ In Progress/ Delay)

Note: The information provided in the above table must supported by copies of relevant work order and completion certificate.

Signature of witness Signature of the Bidder

Date: Date:

Place: Place:

Company Seal

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

40

13.7. Annexure (T7): Compliance Check List

RFP No: OCAC-TH-04/2017/ENQ/17047, Date: 24/10/2017

Please check whether following have been enclosed.

Sl.

No Enclosure description

Enclosed

(Y/N)

Annexure/Attachment

/ Page No./ Envelop

No. of the enclosure

1. Copy of Certificate of Incorporation of Company or

Registration Firm

2. Copy Goods Service Tax Registration Certificate,

Copy of PAN allotted

3.

Copies of Annual audited accounts statements (P&L

and Balance Sheets FY 2014-15, 2015-16, 2016-17

certified by a Chartered Accountant

4. ISO 9001, ISO 27001, ISO 20000, CMMi L3 above

5. General Information (Annex-T1)

6.

Self Declaration that the bidder hasn’t been black

listed / performance issues by any Govt./PSU

(Annex-T2, T4)

7. Acceptance of Terms & Conditions Contained In The

Tender Document (Annex-T3)

8. Representative Authorization Letter (Annex-T5)

9. Project Experience (Annex-T6)

10. Name, Signature with Date & Seal

11. EMD, RFP Document Fee

Signature of the Bidder

Place & Date

Company Seal

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

41

13.8. Annexure (P1): Price Bid Submission Form

(To be submitted on the Letterhead of the responding Company)

[Location, Date]

To

GENERAL MANAGER (ADMN) ODISHA COMPUTER APPLICATION CENTER OCAC BUILDING, PLOT NO. N1/7-D, RRL POST OFFICE, BHUBANESWAR-751 013

Ref: RFP No OCAC-TH-04/2017/ENQ/17047 dated 24/10/2017

Subject: Submission of proposal in response to the RFP for “ <RFP Name>, RFP No OCAC-TH-

04/2017/ENQ/17047.

Dear Sir,

I/We, the undersigned, offer to provide the IT services for <Insert title of assignment>

in accordance with your Tender Ref OCAC-TH-04/2017/ENQ/17047 dated 24/10/2017 and our

Technical Proposal and our attached Financial Proposal for the sum of <Insert amount(s) in

words and figures>. This amount is inclusive of taxes as listed at Annexure P2 (Summary of

Costs for each category) attached.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from

Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

42

13.9. Annexure (P2): Price Bid

Particulars Unit Unit Cost

(INR)

Total

Cost

(INR) (A)

Applicable

Tax (B)

Total

Cost

( INR)

C=A+B

Per Candidate per

Examination sitting

Total Amount (figure)

Total Amount (words)

Signature & seal of the Bidder

Place & Date:

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

43

ANNEXURE-1

ABSTRACT REPORT OF CENTRES PROPOSED FOR ON-LINE EXAMINATION

Sl.No District SUB-DIVISION Total no. of Trainees

1

ANGUL

Angul 2040

Athamalik 137

Pallahara 172

Talcher 1320

2 BALASORE Balasore 6600

Nilagiri 371

3 BARGARH Bargarh 798

4 BOUDH Boudh 208

5 BHADRAK Bhadrak 3948

6 BOLANGIR

Bolangir 910

Patnagada 55

Titilagarh 74

7 CUTTACK Athagarh 512

Cuttack 4336

8 DEOGARH Deogarh 303

9 DHENKANAL

Dhenkanal 922

Hindol 103

Kamakhyanagar 930

10 GAJAPATI Parala-khemundi 595

11 GANJAM

Berhampur 1810

Bhanjanagar 771

Chhatrapur 1817

12 JAGATSINGHPUR Jagatsinghpur 1347

13 JHARSUGUDA Jharsuguda 879

14 JAJPUR Jajpur 2721

15 KALAHANDI Bhawanipatna 376

Dharmagarh 77

16 KANDHAMAL Kandhamal 290

17

KENDRAPADA

Kendrapada 1443

18 KEONJHAR

Anandpur 723

Champua 809

Keonjhar 781

19 KHURDA Bhubaneswar 3164

Khurda 1075

20 KORAPUT Jeypore 987

Koraput 302

21 MALKANGIRI Malkangiri 274

22 MAYURBHANJ

Bamanghati 1671

Baripada 4224

Kaptipada 250

RFP for Selection of Implementing Agency (IA) for Implementation of Online Examination System for All India Trade Test (AITT) for

ITI Craftsman Trainees (RFP Ref No. OCAC-TH-04/2017/ENQ/17047)

44

Mayurbhanj 295

Panchpir 575

23 NAWARANGPUR Nawarangpur 348

24 NAYAGARH Nayagarh 712

25 NUAPADA Nuapada 514

26 PURI Puri Sadar 1370

27 RAYAGADA Gunupur 112

Rayagada 403

28 SAMBALPUR

Kuchinda 108

Rairakhole 70

Sambalpur 876

29 SONEPUR Sonepur 280

30 SUNDERGARH

Bonai 298

Panposh 3650

Sundargarh 1464