Download as pdf or txt
Download as pdf or txt
You are on page 1of 89

Request for Proposal (RFP)

For
Advanced Analytics and Business Intelligence
Solution
For
Government e-Marketplace (GeM)

RFP No. –
GeM/RFP/Analytics-2020
Date –01-09-2020

Government eMarketplace (GeM)


3rd Floor Tower II,
Jeevan Bharti Building ,
Connaught Place, New Delhi,
New Delhi - 110001

Page 1 of 89
DISCLAIMER

The information contained in this RFP document (the “RFP document”) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of
GeM or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions
set out in this RFP document and such other terms and conditions subject to which such
information is provided.

This RFP document is not an agreement and is neither an offer nor invitation by GeM to the
prospective Bidders or any other person. The purpose of this RFP document is to provide
interested parties with information that may be useful to them in making their technical and
financial offers (“Bid(s)”) pursuant to this RFP document. This RFP document includes
statements, which reflect various assumptions and assessments arrived at by GeM in relation to
the Project. Such assumptions, assessments, and statements do not purport to contain all the
information that each Bidder may require. This RFP document may not be appropriate for all
persons, and it is not possible for GeM, its employees or advisors to consider the investment
objectives, financial situation, and particular needs of each party who reads or uses this RFP
document. The assumptions, assessments, statements and information contained in this RFP
document, may not be complete, accurate, adequate or correct. Each Bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability, and completeness of the assumptions, assessments, statements, and
information contained in this RFP document and obtain independent advice from appropriate
sources.

Information provided in this RFP document to the Bidder(s) is on a wide range of matters, some
of which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. GeM accepts no responsibility for the accuracy or otherwise for
any interpretation or opinion on law expressed herein.

GeM, its employees and advisors make no representation or warranty and shall have no liability
to any person, including any applicant or Bidder under any law, statute, rules or regulations or
tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything contained in
this RFP document or otherwise, including the accuracy, adequacy, correctness, completeness
or reliability of the RFP document and any assessment, assumption, statement or information
contained therein or deemed to form part of this RFP document or arising in any way for
participation in this Bid.

GeM also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this
RFP document. GeM may in its absolute discretion, but without being under any obligation to do
so, update, amend, or supplement the information, assessment or assumptions contained in
this RFP document.

The issue of this RFP document does not imply that GeM is bound to select a Bidder or to
appoint the Successful Bidder for the Project and GeM reserves the right to reject all or any of
the Bidders or Bids without assigning any reason whatsoever.

The Bidder shall bear all their costs associated with or relating to the preparation and

Page 2 of 89
submission of their Bid including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by GeM
or any other costs incurred in connection with or relating to Bid. All such costs and expenses
will remain with the Bidder and GeM shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by a Bidder in preparation or submission of
the Bid, regardless of the conduct or outcome of the bidding process.

Table of content:

Disclaimer
List of acronyms
Tender notification
and data sheet table
Events and
Timelines for Bid
Process
1 Section 1- Letter of
invitation
Introduction
Purpose
Existing / Current Landscape
GeM Business Architecture
GeM Technical Architecture
Scope of work
2 Section 2 -
Instructions to
Bidders
General
Bidding document
Consortium
Pre-bid queries and
clarifications
Bidders Queries
Response to Pre-Bid Queries
and Issue of Corrigendum
Right to process
termination
Language of bids
Authentication of
Erasures /
Overwriting etc
Amendments of
Bidding documents
Validity of bid
documents
Late bid
Bid currency

Page 3 of 89
Bid Earnest money
Bidding process
Technical Bid
Commercial bid
Bid preparation cost
Bid submission
Dead line for bid
submission
Bid modification and
/or withdrawal
Contacting GeM
Terms and
conditions of bidding
Firms
Local conditions
Preliminary
Examination
Revelation of prices
Force majeure
Non- disclosure
3 Eligibility criteria for
bidder
4 Proposal evaluation
and award criteria
Brief Description of the
Selection Process:
Technical Evaluation Process
Final Evaluation
5 Scope of work Key activities
Key Requirements and Data Management, Business
deliverables Intelligence (BI)
&Visualization-
Analytics Solutions to be
implemented
IT Infrastructure
Requirements for Solution
Compute & Storage
Requirements on Government
Community Cloud (GCC)
IT Services / Hardware /
License Procurement
RFP Requirements compliance
Training and support
Operations and maintainace
6 Project Management
Project timelines and
deliverables
project responsibilities

Page 4 of 89
Project management activities
7 Service Level
Agreement:
Service Levels-
Implementation period SLA
Service Levels-O&M period
SLA
Other SLAs
8 Payment Milestones
Commercial quote
9 Assumptions and
dependencies
Infrastructure Access, Data
Access
Other relevant information on
existing Gem systems
Out of Scope
10 Change
Management
Framework
11 Annexure
Annexure 1: Technical Bid
Covering Letter
Annexure 2: Brief Information
about the Bidder
Annexure 3: Power of
Attorney
Annexure 4: Format of
Submission of Work
Experience / Technical
Strength of Bidder
Annexure 5: Affidavit on
Litigation / Arbitration History
Annexure 6: Format of
Certificate in respect of
Bidder’s Average Annual
Turnover
Annexure 7: Format for
Financial Bid Submission
Annexure 8: Mutual
Nondisclosure Agreement
Annexure 9: Performance
Bank Guarantee
Annexure 10 : Self-
certification of Minimum
Eligibility and of not being
blacklisted
Annexure 11 :Format for CV
of the professional staff

Page 5 of 89
proposed

Annexure 12 :- Standard
Form of Work Order
Form of Work Order
Commencement, completion,
modification and termination
of work order
Force Majeure
Termination
Intellectual Property
Obligations of the Agency
Conflict of interest
Obligations of the client
Payments to the Consulting
Agency
Settlement of disputes
Responsibility for accuracy of
project documents
Security Audit , acceptance
testing
Data Quality
Liquidated damages
Penalty on resource
replacement
Miscellaneous
Performance security
Patents, Copyright &
Intellectual Property Rights,
Source Codes / Perpetuity
License

A. List of acronyms

Acronym Full Form

GeM Government e-Marketplace

GMV Gross merchandise value

SPV Special Purpose Vehicle

RFP Request for Proposal

CPPP Central Public Procurement Portal

CPSU Central Public Sector Undertaking

Page 6 of 89
Acronym Full Form

SPSU State Public Sector Undertaking

WO Work Order

TNDS Tender notification and data sheet

B. Tender notification and data sheet table

Tender Inviting Authority and Government e-Marketplace


name of Client

Name of the project Request for proposal - Selection of a System Integrator to create an
Advanced Analytics& Business Intelligence solution For Government e-
Marketplace

Tender Reference No System Integrator/Pol-57/15/2019-GeM

Place of availability of Tender From http://eprocure.gov.in


Documents (RFPs)

Place of uploading of response E-procurement submission at


to Tender
http://eprocure.gov.in

Tender Document fee Nil

Earnest Money Deposit (EMD) Rupees Ten Lakhs only

To be paid by submitting a demand draft from any


nationalised/scheduled bank drawn in favour of “Government
eMarketplace”, payable at New Delhi on or before the last date of bid
submission ,to:

Shri Anuj Kumar

Director (GeM)

3rdfloor Jeevan Bharti Building, New Delhi - 110 001

Email Id: director-gem@gem.gov.in

• EMD fees shall be submitted along with the Bid documents by the

Page 7 of 89
bidders. Bids not accompanied with the Earnest Money Deposit shall
be liable to be rejected by The Client.

• If Demand Draft is provided, the bidder shall have to provide a fresh


demand draft in case the process of tendering is not completed
within the validity of the demand draft.

• The bidder shall have to upload scanned copy of the demand draft
on e-biding website alongwith all other Bid documents within the
timelines for bid submission.

Email address to send Pre bid Email: director-gem@gem.gov.in


queries

All communication to be Shri Anuj Kumar


addressed to
Director (GeM)

3rd floor Jeevan Bharti Building, New Delhi - 110 001

Email Id: director-gem@gem.gov.in

Nature of bid process Three stage bidding- pre-qualification evaluation, technical evaluation
and financial evaluation

GeM,

3rd Floor

Place for Pre-bid meeting Jeevan Bharti Bldg

Janpath, Connaught Place,

New Delhi-1

Bid validity period Valid for 180 (One hundred eighty) days from the Proposal Due Date
(PDD).

Tender evaluation method Quality and Cost Based Selection (QCBS) method - 80%
Technical and 20% financial

Page 8 of 89
General Tender Details

Request for Proposal (RFP) for Advanced Analytics & Business Intelligence solution for GeM

1 Invitation of RFP Date (02-09-2020) and Time(11:00


hours)
2 Date of Commencement of Bidding Process Date (02-09-2020) and Time(11:00
hours)
Last Date & Time for Receipt of Queries from Bidders Date (11-09-2020) and Time(18:00
4
for Clarifications hours)
5 Date of Pre-Bid Meeting Date (10-09-2020) and Time(11:00
hours)
Place of Pre-Bid Meeting Pre Bid Link for Request for Proposal
(RFP) for Advanced Analytics & Business
Intelligence solution for GeM
6
Hosted by GeM VC Administrator
Thursday, Sep 10, 2020 11:00 am | 2
hours | (UTC+05:30) Chennai, Kolkata,
Mumbai, New Delhi
Meeting number: 170 078 5185

Password: JvMHJRiU863
https://gem-vc.webex.com/gem-
vc/j.php?MTID=mb4ffd7f53f4fff6f223d5ab
6008d75b1
Join by video system

Dial 1700785185@gem-vc.webex.com
You can also dial 210.4.202.4 and enter
your meeting number.

Join by phone
+65-6703-6949 Singapore Toll
Access code: 170 078 5185

7 Authorities Response to Queries Within suitable time


8 Last Date & Time for Online Bid Submission Date (24-09-2020) and Time(18:00
hours)
11 Date & Time of Bid Opening Date (25-09-2020) and Time(18:00
hours)
Place of Bid Opening Online on CPPP (or 3rdFloor Tower 2
Jeevan Bharti Building, New Delhi,
12
110001 in case COVID-Lockdown is
relaxed)
14 Earnest Money Deposit (EMD) INR 10 (Ten) lakhs only
15 Contact details of Buyer grm1-gem@gem.gov.in

Page 9 of 89
16 Date of communicating list of bidders meeting pre- To be communicated
qualification criteria

17 Date & Venue for Presentation by bidders meeting pre- To be communicated


qualification criteria

18 Date of communicating list for Technically Qualified To be communicated


Bidders

19 Date for opening of Financial Bid in presence of To be communicated


technically qualified bidder’s representatives

20 Performance Bank Guarantee 10 (Ten) percent of the total cost of


Financial Proposal

Note:

Page 10 of 89
The RFP includes the following documents:

SECTION 1: Letter of Invitation

SECTION 2: Instructions to Bidders and selection process

SECTION 3: Scope of work and Deliverables

SECTION 4 : Annexures and Pre-Qualification and Technical Proposal - Standard Forms

Page 11 of 89
Letter of Invitation
Introduction
Government e-Marketplace (GeM) is the National Public Procurement Portal for providing procurement of
goods & services required by Central & State Government organizations. It provides the tools of e-bidding,
reverse e-auction and demand aggregation to facilitate the government users achieve the best value for
their money. GeM intends to hire an agency for providing Data Analytics services with the help of a suitable
bidder capable of providing appropriate solutions, tools and manpower to effectively analyse the events,
occurrences, performance and all data on the platform including transactional data and business data and
predict, alert and forewarn the likelihood or otherwise of events of interest to GeM for ensuring desirable
behavior of stakeholders on the platform, desirable level of operations of the platform and provide business
intelligence for supporting the functioning of the platform in accordance with the stated goals and
objectives of GeM. The proposed solution will help in making GeM a world-class eMarketplace through
analytics interventions of predictive analytics, behavior profiling and analytics, category enrichment,
improving operations of the GeM portal, identifying hidden trends, identifying instances of buyer seller
collusion, cartelization, identifying patterns of fraudulent behavior/ deviant behaviour and malpractices,
identifying anomalies in prices, product specifications, buying behavior (buying more than what the usage
demands, for example), extending support in effective decision making, mitigating operational difficulties
and helping in accomplishing good governance.

The high-level objectives of this initiative are:

a. Uptake of Procurement Activity on GeM Platform by focusing on delivering quality with transparent
price discovery within the extant rules and guidelines for public procurement.

b. Improved confidence and trust of Buyers and Sellers by identifying and eliminating anomalies and
deviant behaviour.

c. Excellent user experience of buyers and sellers in using GeM portal for fast, transparent and cost
effective procurement.

d. Facilitate fair competition at best price points and ensure value for money for the buyers.

Purpose

Government e-Marketplace (GeM), among its other key goals, is expected to reduce both
administrative and transaction costs for Government Buyers through a one-stop e-
Marketplace to help them in end to end procurement of goods & services. GeM is also
expected to make sure that a variety of products and services at reasonable prices are
offered to government buyers. The price reasonability is proposed to be achieved through
benchmarking of prices with other market players and e-Marketplaces and also through
bulk purchases enabled through demand aggregation.

Through this RFP, GeM intends to procure and implement an Advanced Analytics and
Business intelligence solution integrated with GeM Portal to provide administrators,
decision makers and buyers on GeM, the ability, tools and techniques for advanced
analytics and to ensure that reasonable pricing is available for all products and services
available on GeM portal https://gem.gov.in/.Currently, there is no pricing intelligence
available in GeM system to decide on price reasonability other than past transaction data.
Page 12 of 89
Some of the areas of improvement which are indicative but not exhaustive are as follows:

• There are no Pricing Intelligence dashboards for all products and services (Price
comparison based upon Products, Price comparison based upon Services, Price
comparison based upon Sellers etc)

• There are no Alerts/ Notifications dashboard for Products and Services priced
much higher than market/ other e-Marketplace prices with configurable filters
(Example: GeM can set the filters the alerts/ notifications for products 1.5x higher than
other e-Marketplaces)

• There are no Regular/ Periodic/Near-real time updates of Pricing Intelligence


dashboards as well as alerts/notifications

• There is no system for automatic notifications to the Sellers listing products and
services significantly higher than other e-Marketplaces

• There is no system of automatic notifications to Buyers on the products/services


and respective sellers listed with significantly higher prices than other e-Marketplaces

• No Pricing Intelligence reports on Pricing Sanity and Disparity with other pricing
sources/ e-Marketplaces and Alerts/Notifications for GeM Decision makers and
Administrators

The selected bidder will have to Design, Develop, Install, Integrate and Commission,
Operate & Maintain an Advanced Analytics & Business Intelligence solution to
overcome above-mentioned gaps with required manpower and software. The system
will have to be deployed on Government Community Cloud (GCC) of GeM. Bidder will also
provide any other software component/services as required to meet the requirement of
proposed solution.

Existing / Current Landscape

I. GeM existing Architecture

This section represents the business architecture for GeM, in alignment with the business objectives
and provides understanding of the process bottlenecks in the current business processes. The overview
of the architectural components (indicative) is shown in the figure below. The diagram shows the
information flow between different business processes which enable end-to-end procurement from
one portal.

Page 13 of 89
Fig 1: Business Architecture

Fig 2: Technical Architecture

GeM intends to overcome the challenges of public procurement process and to transform
government procurement with click-and-buy feature with transparency, efficiency, inclusiveness,
cost savings; significant enhancement in the ease of doing business and disruptively low
procurement cycle times. GeM wishes to evolve into a centralized one- stop public procurement
platform for all Central and State Government organisations to procure goods and services in an
Page 14 of 89
efficient and hassle free manner. This section represents the technical architecture for GeM
Systems. The overview of the architectural components (indicative) are shown in the figure below.

Instruction to the Bidders

I. General
All information supplied by bidders may be treated as contractually binding on the
bidders, on successful award of the assignment by GeM on the basis of this RFP
document. No commitment of any kind, contractual or otherwise shall exist unless and
until a formal written contract has been executed by or on behalf of GeM. GeM may
cancel this procurement of services at any time prior to a formal written contract being
executed by or on behalf of GeM. This RFP Document supersedes and replaces any
previous public documentation & communications, and bidders should place no reliance
on such communications.

II. Bidding document


Bidders are advised to study all instructions, forms, requirements, appendices and
other information in the RFP Document carefully. Submission of the bid / proposal shall
be deemed to have been done after a careful study and examination of the RFP
document with full understanding of its implications.
Failure to comply with the requirements of this paragraph may render the Proposal as
noncompliant and the proposal shall be rejected. Bidders must:
• Comply with all requirements as set out within this RFP document
• Submit the forms as specified in this RFP document and respond to each element in
the order as set out in the RFP document
• Include all supporting documentations specified in this Tender Document.

Consortium

Consortium is not allowed. However, the Bidder can sub-contract a maximum of 30 % of


the overall contract value for procurement of specialized, cutting edge AI/Machine
Learning/Business Intelligence software products and services from leading OEMs as well
as other capable Organizations and Startups. The prime responsibility of helming,
managing and successfully completing the project will remain with the Bidder only.

Pre-Bid Queries and Clarifications

I. Bidders’ Queries
The Bidders will have to ensure that their queries if any, shall reach GeM by e-mail only
at Email ID: grm1-gem@gem.gov.inon or before Time: 18:00 on Date: 11-09-2020.
The Pre-Bid Meeting is scheduled to be held at Time: 11:00 on Date: 10-09-2020 The
queries after Pre-Bid Meeting will be responded through mail by Date: XXXX. If
required, the corrigendum shall be uploaded in the Portal: XXXX for more clarity on
that queries.

The queries should necessarily be submitted in the following format:


Page 15 of 89
No. Document Reference(s) Content of Tender Document Points of
(Section & Page No.(s)) requiring Clarification(s) Clarification
1
2
3

GeM shall not be responsible for ensuring that the bidders’ queries have been received
by GeM. Any requests for clarifications after the indicated Date and Time may not be
entertained by GeM. E-mail queries shall carry “Advanced Analytics & Business
Intelligence solutionfor GeM - Tender Query Request” in the subject line.

Response to Pre-Bid Queries and Issue of Corrigendum

GeM will endeavor to provide timely response to all queries. However, GeM makes no
representation or warranty as to the completeness or accuracy of any response made
in good faith, nor does GeM undertake to answer all the queries that may have been
posed by the bidders.
At any time prior to the Last Date & Time for Bid Submission, GeM may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the RFP Document by a corrigendum. The Corrigendum (if
any) & clarifications to the queries from all bidders will be posted on the website,
www.gem.gov.in and/or CPP Portal (https://eprocure.gov.in/eprocure/app).

Any such corrigendum shall be deemed to be incorporated into this RFP Document. In
order to provide prospective Bidders reasonable time for taking the corrigendum into
account, GeM may, at its discretion, extend the deadline for Bid Submission

Right to Process Termination


GeM may terminate the RFP process at any time without giving any reason, whatsoever
with no liabilities towards the bidders. GeM makes no commitments, express or
implied, that this process will result in a business transaction with anyone.
This RFP does not constitute an offer by GeM. The bidder's participation in this process
may or may not result in GeM selecting the bidder to engage towards execution of the
contract.

Language of Bids
The bids prepared by the bidder and all correspondence and document relating to the
bids exchanged by the bidder and GeM, shall be written in English.

Authentication of Erasures / Overwriting etc


Any inter-lineation, erasures or overwriting shall be valid only if the person(s) signing
the bid initial(s) them.

Amendment of Bidding Documents


At any time prior to the Last Date and Time for Bid Submission, GeM may, for any
reason, modify the Bidding Documents through amendments at the sole discretion of
GeM. All amendments shall be uploaded on the GeM’s websites (www.gem.gov.inand/or

Page 16 of 89
CPPP- https://eprocure.gov.in/eprocure/app) and will be binding on all those who are
interested in bidding. In order to provide prospective Bidders a reasonable time to take
the amendment if any, into account in preparing their bid, GeM may, at its discretion,
extend the deadline for Bid Submission

Validity of Bid Documents


Bid shall remain valid for 120days from last date of submission of bid prescribed by
GeM. A bid valid for shorter period shall be rejected by GeM as non-responsive.

Late Bid
Any bid received by GeM after the deadline for Bid Submission will be rejected.

Bid Currency
Prices shall be expressed in the Indian Rupees only

Bid Earnest Money


Bidders shall submit, along with their Bids, an EMD of INR 10 (Ten) Lakhs only, by Demand
Draft in favour of Government eMarketplace payable at New Delhi to Sh Anuj Kumar- Director
(Admin) GeM, 3rd Floor, Tower II, Jeevan Bharti Building, Connaught Place, New Delhi OR
Bidders can also submit EMD through DD/ RTGS/ IMPS. In case of electronic transfer, the
following are the account details:

• Account Holder Name : GOVERNMENT E-MARKETPLACE


• Bank Name : State Bank of India
• Branch Name :NEW DELHI MAIN BRANCH
• Account No : 00000037749432186
• IFSC Code : SBIN0000691

Note:

• The bidder must quote the UTR No/ Transaction Reference No.
• Bids of only those bidders shall be opened whose transferred amount has
been credited into GeM account by bid dueDate/Time.
• The credit against the UTR No will be verified by GeM. Bids of only those bidders may be
opened whose amount has been credited
• Mere proof of transfer shall not be enough. Some time may elapse between amount
transfer by bidder and credit to GeM account and accordingly bidders may need to
transfer well in time to ensure that amount gets credited into GeM’s account by specified
date and time. GeM will not be accountable for non-reflection of credit due to any glitch
or other reasons in this regard from the banking system and / or bidder side.

EMD of all unsuccessful bidders would be refunded by GeM within 01 Months of


the notification of the successful bidder. The EMD, for the amount mentioned
above, of the successful bidder would be returned upon submission of
Performance Bank Guarantee. The EMD amount is interest free and will be
refundable to the unsuccessful bidders without any accrued interest on it.
The bid / proposal submitted without the EMD, mentioned above, will be
summarily rejected. The EMD may be forfeited in following situation:
• If a bidder withdraws the bid during the period of bid validity
• In case of a successful bidder, if the bidder fails to sign the contract in
accordance with this RFP Document

Page 17 of 89
Bidding Process
I. Technical Bid
Technical Bid will contain all the supporting documents regarding Eligibility Criteria,
Scope of Work, Technical Aspects, Compliance Statement and Terms & Conditions
etc. mentioned in the RFP, and NOT contain any pricing or commercial
information at all. Technical bid documents with any commercial information will
be rejected. The Technical bid must be submitted through CPPP only. Bids will not be
accepted through any other mode.
As first process in the evaluation of Bids stage, only Technical Bids will be opened
and evaluated. Bids of only those bidders would be evaluated further on Technical
parameters who will comply all the eligibility criteria and those bidders who will
confirm compliance to all the terms & conditions of RFP Document shall be short-
listed for commercial stage.

II. Commercial Bid


In the second stage, the Commercial Bid of only those bidders will be opened, who
will comply all the Eligibility Criteria and will confirm compliance to all the Terms &
Conditions of RFP Document in the Technical Evaluation and scores at least 70%
marks in Technical Evaluation Stage.

Bid Preparation Cost


The bidder shall be responsible for all costs incurred in connection with participation in
the RFP process, including, but not limited to, costs incurred in conduct of informative
and other diligence activities, participation in meetings / discussions / presentations,
preparation of proposal, in providing any additional information required by GeM to
facilitate the evaluation process, and in negotiating a definitive contract for all such
activities related to the bid process.
GeM will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

Bid Submission
Bidders are required to strictly submit their bids in electronic form on CPPP by using
their digital certificates of class II and above (both encryption and signing). All the
interested bidders should register themselves in the e-procurement system at CPPP for
submitting the bids online, if they have not done earlier. The RFP Document and further
Corrigendum, if any can also be downloaded from website www.gem.gov.inor CPPP.
Bids received after closing of the bid in the e-procurement system shall summarily
rejected without any reason.

Deadline for Bid Submission


Bids must be submitted not later than the specified date and time mentioned in the
RFP Document. If the specified date of bid submission is declared a holiday for the
purchaser, the bids will be received up to the specified time on the next working day.
GeM may, at its discretion, extend this deadline for submission of bids by amending the
bid documents, in which case all rights and obligations of GeM and bidders, previously
subject to the deadline, will thereafter be subject to the deadline extended. All the
correspondence should be addressed to GeM at the following address –Government e-
Marketplace (GeM), Ministry of Commerce, Government of India, 3rd Floor, Tower 2,
Jeevan Bharti Building, Connaught Place, New Delhi, 110001.

Page 18 of 89
Bid Modification and / or Withdrawal
- Modification of the submitted bid shall be allowed online and the bidder may modify
and resubmit the bid online only before the deadline of Bid Submission. For
modification of e-bid, bidder has to rework and upload / resubmit digitally signed
modified bid on CPPP portal
- Bids once submitted will be treated as final and no bid may be modified subsequent
to the deadline
- No bid may be withdrawn in the interval between the deadline for Bid Submission and
the expiration of period of Bid Validity specified in RFP Documents. For Bid Withdrawal
after the End Date of Online Bid Submission, the bidder will have to make a request in
writing to RFP Inviting Authority of GeM. Bid Withdrawal may be allowed till issue of work
order with the following provision of penal action:
- If the request of withdrawal is received before fixing the Date for Opening of
Price Bid, the EMD submitted by bidder will be forfeited. The price bid of
remaining technically qualified bidders will be opened and the RFP process
shall go on.
- If the request of withdrawal is received after fixing the Date for Opening of
Price Bid, the EMD submitted by bidder will be forfeited. The price bid of all
technically qualified bidders including this bidder (if he found technically
eligible) will be opened and action will follow as under:
- If the bidder withdrawing his bid is other than L-1, the RFP process
shall go on.
- If the bidder withdrawing his bid is L-1, the re-tender will be done.

Contacting GeM
Any effort by a bidder to influence GeM in Bid Evaluation, Bid Comparison or Contract
Award Decision may result in the rejection of the Bidders' bid. GeM’s decision will be
final and without prejudice and will be binding on all parties.

Terms and Conditions of the Bidding Firms


The bidding firms are not allowed to impose their own terms and conditions to the bid
and if submitted will not be considered as forming part of their bids. The bidders are
advised to clearly specify the deviations, in case terms and conditions of the contract
applicable to this invitation of RFP are not acceptable to them.

Local Conditions
The bidder must acquaint himself with the local conditions and factors, which may have
any effect on the performance of the contract and / or the cost.

Preliminary Examination
GeM will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required information have been
provided as underlined in the bid document, whether the documents have been
properly signed, and whether bids are generally in order. Bids from agents without
proper authorization from the Bidder as per authorization from shall be treated as non-
responsive. Arithmetical errors will be rectified. If there is any discrepancy between
words and figures, the amount in the words will prevail.
The bid determined as not substantially responsive will be rejected by GeM and may
not be made responsive by the bidder by correction of the non-conformity.
Page 19 of 89
GeM may waive any minor informality or non-conformity or irregularity in a bid, which
does not constitute a material deviation, provided such waiver does not prejudice to
affect the relative ranking of any bidder.

Revelation of Prices
The prices in any form or by any reasons should not be disclosed in the technical or
other parts of the bid except in the commercial bid. Failure to do so will make the bid
liable to be rejected.

Force Majeure
Notwithstanding the above provisions, the successful bidder shall not be liable for
penalty or termination for default if and to the extent that it’s delay in performance or
other failure to perform its obligations under the contract is the result of an event of
force majeure. For purposes of this clause, “force majeure” means an event beyond the
control of the bidder and not involving the bidders’ fault or negligence and not
foreseeable. Such events may include, but are not restricted to, war or revolution and
epidemics If a force majeure situation arises, the bidder shall promptly notify GeM in
writing of such condition and the cause thereof Unless otherwise directed by GeM in
writing, the bidder shall continue to perform its obligation under the contract as far as
is reasonably practical, and shall seek all reasonable alternative means of performance
not prevented by the force majeure event.

Non-Disclosure
By virtue of Contract, as and when it is entered into between GeM and the successful
bidder and individual team member as deployed for this project, and its
implementation thereof, the successful bidder may have access to the confidential
information and data of GeM and its customers. The successful bidder will enter into a
Non-Disclosure Agreement to maintain the secrecy of GeM’s data as per following -
• That the successful bidder will treat the confidential information as confidential and
shall not disclose to any third party. The successful bidder will also agree that its
employees, agents, sub-contractors shall maintain confidentiality of the confidential
information
• That the successful bidder will agree that it shall neither use, nor reproduce for use
in any way, any confidential information of GeM without consent of GeM. That the
successful bidder will also agree to protect the confidential information of GeM with
at least the same standard of care and procedures used by them to protect its own
confidential information of similar importance. Without limitation of the foregoing,
the successful bidder shall use reasonable efforts to advise GeM immediately in the
event that the successful bidder learns or has reason to believe that any person
who has had access to confidential information has violated or intends to violate the
terms of the Contract to be entered into between GeM and the successful bidder,
and will reasonably cooperate in seeking injunctive relieve against any such person.
• That if the successful bidder hires another person to assist it in the performance of
its obligations under the Contract, or assigns any portion of its rights or delegates
any portion of its responsibilities or obligations under the Contract to another
person, it shall cause its assignee or delegate to be bound to retain the
confidentiality of the confidential information in the same manner as the Bidder is
bound to maintain the confidentiality. This clause will remain valid even after the
termination or expiry of this agreement
• That the successful bidder will strictly maintain the secrecy of GeM’s data.

Page 20 of 89
Page 21 of 89
Eligibility Criteria of the Bidder
No. Requirement Specific Requirement Documents Reference Form
Required
Certificate of The Bidder should be a sole The copy of Annexure 2
Incorporation proprietorship/ Company Certificate of
registered in India under Incorporation
Companies Act, 1956/ /proprietorship
Companies Act, 2013 or a should be
partnership firm registered submitted
under LLP Act, 2008
Partnership Firms registered
under the India Partnership
1
Act,1932 Registered with the
Service Tax Authorities, GSTN
authorities and should have
been in existence continuously
at least for the last 5
completed financial years as
on the last date of submission
of the bid.

Business Entity The Bidder should be an Memorandum and Annexure 2


established IT / ITES service Articles of
provider organization and Association
should have been in the
business of providing various
hardware / software
2
implementation services
including Data Analytics
solution for a period of at least
last three completed financial
years as on the date of
submission of Bids.
Turnover The Bidder should have a Copy of the Annexure 6
minimum turnover of INR audited Balance
100 crores in each of the last Sheets and / or CA
3 (Three) financial years
certified details for
(2016-17, 2017-18 & 2018-
3 2019). the last 3 financial
years (2016-17,
2017-18 & 2018-
19) are to be
submitted
Net Worth The bidder should have a Copy of the duly Annexure 6
positive net worth during each audited Balance
of the last three (3) financial Sheet along with
years. i.e. (2016-17, 2017-18 Profit & Loss
4 & 2018-19) Statements for
each of the last 3
financial years and
/ or Certificate of
CA

Page 22 of 89
Experience Bidder should have Copy of the Annexure 4
implemented at least 1 Purchase order or
Analytics project (including Letter of Award or
machine learning
Contract of the
applications) of value INR 4
cr in last 5 years from the last work.
date of bid submission.

OR
Bidder should have
implemented at least 2
Analytics projects (including
5 machine learning
applications) of value INR
2.5 cr each in last 5 years
from the last date of bid
submission

Bidder should have


implemented at least 3
Analytics project(including
machine learning
applications) of value INR 2
cr each in last 5 years from
the last date of bid submission

Quality The bidder should have valid Self-certified


Certifications Certification in ISO 9001; ISO copies of valid
20000-1 or ISO 27001 and certificates from
CMMI Level-5 certification authorized
agencies (valid on
the date of bid
6
opening and to be
kept valid during
the duration of
contract by getting
renewed in time if
required)
Blacklisting On the date of bidding, the Self-Certified Annexure 10
bidder should not be letter by the
blacklisted under GFR rule 151 authorized
for being convicted of an signatory
offence:

7 (a) under the Prevention of


Corruption Act, 1988; or

(b) the Indian Penal Code or


any other law for the time
being in force, for causing any
loss of life or property or

Page 23 of 89
causing a threat to public
health as part of execution of
a public procurement contract.
Self-certified letter by the
authorized signatory of the
bidder that the bidder is
currently not blacklisted by
any Government
Organizations, Public Sector
Undertakings or Public Limited
Companies for above offences
need to be submitted with bid.

Manpower The bidder should have at Undertaking from


capability least 35 IT/ITES skilled the signing
8 professionals on its payroll on authority/ HR
the date of bid submission Head of the bidder
organization
Note:

1. Bidder should submit detailed response along with documentary proof for all of the above
eligibility criteria. The eligibility will be evaluated based on the bid and the supporting
documents submitted, Bids not meeting the above eligibility criteria will be rejected
2. Technical Evaluation will be done by GeM’s technical evaluation committee and the
decision of the committee will be final
3. Bidders to submit relevant documentary evidence for all parameters mentioned
4. Providing any wrong information by the bidder will result in disqualification of the bidder.
GeM may cross check above parameters by any means / during site visit
5. It may be noted that Data residency of the GeM’s Data and Solution for this RFP should
remain in the geographical/electronic boundary of GCC environment as provided by GeM.
However, the bidder will submit optimal and adequate Compute and Storage capacity
requirements on GCC as part of Technical Bid submission, required to provide the
Business Intelligence services and processing to achieve the solution in this RFP and GeM
will provide same on GCC.

Technical Evaluation and Award Criteria

I. Brief Description of the Selection Process: The Client has adopted a three stage selection
process for evaluating the Proposals. The Bids shall comprise of three parts namely
Qualification Documents, Technical and Financial Proposals:

1. The first stage will involve qualification of the Bidders based on evaluation of their Qualification
Documents to determine compliance with the Eligibility Criteria. Only those Bidders who are
found to meet the Eligibility Criteria will be qualified for the next stage;
2. In the second stage, the Technical Proposals of the eligible and qualified Bidders will be
evaluated to determine compliance with the requirements of this RFQ cum RFP. Only those
Bidders who score at least the minimum qualifying technical score, as mentioned in this RFP,
Page 24 of 89
on their Technical Proposals will be eligible for evaluation of their Financial Proposals in the
third and final stage;

3. In the third and final stage, This proposals will be evaluated on the basis of Quality Cost-
Based Selection(QCBS). The weightage for technical score and financial score will be
80:20.
4. The first ranked Bidder shall be issued the Letter of Award (LoA). Following receipt of the Letter
of Award, the bidder shall be required to accept the LOA within timelines provided. Post that,
the Bidder will furnish the Performance Security in accordance with relevant Clause and fulfill
any other conditions specified in the letter of award. Post Performance security, the bidder is
required to sign the Master Service Agreement (“MSA”)/Work Order and SLA document and
execute the Contract with the Client within provided timelines. The.

5. The client may take a decision otherwise including re-bidding or annulling the entire bid
process or other decision as may deem fit to the client.
After opening of the technical bids, all the documents and annexure (except commercial
documents/offer) will be evaluated first by GeM

II. Technical Evaluation Process

• Bid document must be submitted in a through CPPP only. All pages of the Bid
Document must be serially numbered and must be digitally signed by the authorized
signatory including all annexures
• First of all, EMD of all bidders will be verified. If any EMD is not found in order, that
bidder will be declared ineligible for further participating in the RFP process.
• Afterwards, the technical bids will be evaluated based on the eligibility criteria
defined in the RFP document. Bids complying with all the eligibility criteria and
confirming compliance to all the terms & conditions of RFP document would be
further evaluated on technical parameters.

• Bidders satisfying all eligibility criteria will be required to present their proposed
Solution including proposed architecture, manpower, implementation approach,
project plan, bill of materials and infrastructure requirements in GCC for successful
implementation and operations at location and timeof presentation as per GeM’s
discretion, during Technical Evaluation Process which would be marked as per
scoring mechanism given below.

The Technical Bid along with all the Documents, Annexure and Demonstration /
Presentation will be evaluated by GeM and will be scored as below table:

No. Parameters Total


Marks
Average Turnover of Average Turnover (Cr) Marks
Bidder in past each years Allotted
from IT/ITES services >=300 15
1 15
(financial Year 2016-17,
200<= to <300 8
2017-18 & 2018-19)
100<= to <200 5

Page 25 of 89
Highest value completed / Value of Project Marks
ongoing Turnkey IT allotted
project by the bidder - Above INR 5 Cr 10
3 Globally with any INR 3 Cr to and 5 10
Government client during including 5 Cr
last 5 years from the last
date of bid submission
Highest Value of Turnkey Value of Project Marks
Project executed by the allotted
bidder where Business Above INR 10 Cr 20
Intelligence or Data Above INR 4 Cr to 10
Analytics with AI / Machine and including 10 Cr
4 Learning / Deep Learning INR 2 Cr to and 5 20
solution was deployed as including 4 Cr
part of scope delivered by
bidder in India / across the
Globe in last 5 years from
the date of bid submission
Technical Team Strength, Minimum Project Director x 1, Data
Experience and Capability Engineer x 2, Data Scientist x 3, BI
developer x 2
5 25
##Mark distribution and other
details in the Project Team
Requirements table below
Technical Presentation Capability Presentation and
– Scope understanding, Demonstration on project
Solution architecture, implementation approach,
Scope compliance and methodology and processes for
6 30
coverage, Implementation ensuring success
plan, Approach, Team
capability, experience and
strength
Total 100

Documentary evidence must be submitted for each criterion; and undertaking


or declaration made by the bidder must be on the company letter head and
has to be signed by an authorized signatory.

The Final Technical score of the bidder will be as follows:

Technical (T) = (Marks Scored by the Bidder / Total Marks) *100

This bid will be evaluated on the basis of Quality Cost-Based Selection (QCBS). The weightage for
technical score and financial score will be 80:20.
The commercial bids shall be opened in the presence of shortlisted bidders, if they
choose to be present. If the shortlisted bidders or their duly authorized representatives
Page 26 of 89
are not present, the commercial bids will be opened in their absence. The intimation of
Date, Time and Place of opening of commercial bids will be informed separately to
shortlisted bidders only.

Project Team Requirements


Below is minimum team requirement from the bidders for successful implementation
and evaluation of technical team strength, experience and capability. However, selected
bidder may decide to increase the team size and manpower, as and when required
during implementation and operation & maintenance of the project, without any cost
implications for GeM.

SL Job description Evaluation / marking criteria


No
1. Project Director– 1 (Full timeduring 8 Marks
implementation + Need basis for operate & maintain
for 3 years) Any of the following certifications:4
Marks
Nature of Work:
• Nodal person to interact with GeM and PMP/PRINCE2 in project
other management
agencies/organizations/departments as OR
per the requirement of the assignment ScrumMaster (CSM)/ PMI-ACP in
• Responsibilities include providing Agile
OR
professional support and advice to all
Certified BI professional
stakeholders
(Tableau/Power BI/Cognos/ Oracle
Duties and Responsibilities: BI/Qlik/IBM/Microsoft/ SQL BI etc)
a) Guide the team to cover the whole OR
scope of work as mentioned in the RFP. Certified in Marketing/Retail/
E-
b) Interact with GeM and MSP
Commerce/DataAnalytics/AI/ML/Data
organizations to understand
Science
requirements, manage solution OR
implementation and present status of Certified Database/Data
project milestones warehousing/ Big Data professional
c) Review and submit the documents, reports
etc. AND
d) Project Manager must extend necessary
support to GeM MSP /PMU for Relevant Experience& Skillset: 4
covering/implementing / maintenance as Marks
per the scope of work

Minimum Qualifications:
B.E./B. Tech/ M Tech/MCA/MBA/ PhD or equivalent and
aboveFull time program in the related qualification

Work Related Experience:


a) Minimum 10 years of progressively responsible
experience with relevant experience of min 5
years in implementation of Enterprise Data

Page 27 of 89
SL Job description Evaluation / marking criteria
No
Solutions/E-Commerce/Data Analytics /Data
management/Business Intelligence solutions
b) Should have worked and supervised/managed
projects involving one or more data analytics,
analytical and business intelligence tools like
Tableau/ Qlikview/ Periscope/ Power BI/
Kibana/R/Python/Spark etc
2. Data Engineers (2) (Full time) 6 marks

- B.E./B. Tech/ M Tech/MCA or equivalent and above Full Certification in Databases/Data


time program in the related qualification warehousing/ Big Data/ Data
Engineering/ETL tools and
-Minimum 5 (Five) Years of experience with relevant
experience in Data Engineering/Databases/Data technologies: 1.5 Mark for each
Warehousing/ ETL/ Big data management of profile (3 marks)
minimum 3 (Three) Years
AND
Duties and Responsibilities:
• Identify relevant datasets to extract Relevant Experience& Skillset: 1.5
actionable insights for business Mark for each profile (3 marks)
transformation

• Develop, construct, test and maintain


data architecture for databases/data
marts/data models and production-scale
data processing for solution in RFP

3. Data Scientists/ AI-ML Engineers(3) (Full time) 6 marks

- B.E./B. Tech/ M Tech/MCA/Post Graduate in Statistics or Certification in Data Science/AI/ ML/


Business Analytics or Data Science and above Full time Predictive Analytics
program in the related qualification tools/technologies: 3 Marks (1 Mark
for each profile)
-Minimum 5 (Five) Years of experience with relevant
experience in Predictive Modelling/Data AND
Science/Advanced Analytics with use of AI/ML/NLP
for minimum 3 (Three) Years Relevant Experience& Skillset: 3
Marks (1 mark for each profile)
Duties and Responsibilities:
• Identify relevant datasets to extract
actionable insights for business
transformation

• Develop, construct, test and maintain


data architecture for databases/data
marts/data models and production-scale
data processing for solution in RFP

• Annotating data for training and


improving machine/deep learning
models

• Research and state-of-art advances in


machine learning and deep learning
Page 28 of 89
SL Job description Evaluation / marking criteria
No
applications and apply in current
work, as applicable

4. BI Developer/ Analyst– 2(Full time) 5 marks

- B.E./B. Tech/ M Tech/MCA or equivalent and above Full Certified BI professional


time program in the related qualification (Tableau/Power BI/Cognos/ Qlik/
Kibana or similar BI tools): 2 Marks
-Minimum 5 (Five) Years of experience with relevant
experience in Data analysis, Business Intelligence, (1 mark for each profile)
Reporting and Visualizations projects for minimum 2
(Two) Years AND

Duties and Responsibilities: Relevant Experience& Skillset: 3


Develop, construct, test and maintain data Marks (1.5marks for each profile)
architectures such as databases, data marts, data
models and production-scale data processing
systems for solution in RFP

Resources whose CV are submitted regarding above Project Team requirement, would be
treated as Named Resources. Any change of named Resources by equally qualified and
experienced resource will have to be with prior consent of the client and will also attract penalty
as per SLA.

Final evaluation

Financial Bids will be opened only for bidders who obtain a minimum score of 70 marks out of 100 in the
Technical Evaluation. Following are to be noted for financial bids:
• The financial bid shall be a lump sum bid inclusive of all expenses inclusive of all taxes except GST
• Only GST will be reimbursed on actual
• The Financial proposals shall be evaluated on the basis of total lump sum charges offered by the
bidder. Any monetary figure in decimal shall be rounded off to the nearest INR
• In cases of discrepancy between the prices quoted in words and in figures, lower of the two shall be
considered. For any other calculation/ summation error etc. the bid may be reject

The final selection of the bidder would be based on Quality and Cost Based Selection (QCBS)
method - 80% Technical and 20% financial.

Bid Score (B) will be calculated for each responsive Bid using the following
formula:

B = (0.2* Clow / C ) + (0.8*T / Thigh )

where,
Page 29 of 89
C = Bid Price
Clow = the lowest of all Bid Prices among responsive Bids
T = the total Technical Score awarded to the Bid
Thigh = the Technical Score achieved by the Bid that was scored best
among all responsive Bids
The Bid with the HIGHEST Bid Score (B) among responsive Bids shall
be the Most Advantageous / Winner Bid.

Page 30 of 89
Scope of Work
Key activities: Scope of Work will include following activities:

S. Phase Project items Activities


No.
1. Design, Develop, Solution Design • Identify e-Marketplaces from where
Install, Test and pricing and product intelligence data
Deploy an needs to be gathered
Advanced
Analytics & • Define product/service data elements
Business and features from GeM catalogue
Intelligence which needs to be gathered from e-
solution including Marketplace platforms
supply and
installation of • Design following modules/ engines
required OEM (but not limited to) for
software for Data implementation of overall Advanced
management, Analytics and Business intelligence
Advanced solution:
Analytics and
Business 1. Market Intelligence module
Intelligence 2. Product similarity module
3. Price Gap Analysis module
4. Anomalous behaviour &
transactions detection module
5. Product demand & price
forecasting module for
regularly purchased products
(like stationery)
6. Unstructured Text and
Document mining and
Analytics module
7. Bidding Process Analytics
module
8. Procurement Planning
Analytics & Monitoring module
for Buyers
9. Government Initiatives driven
Product recommendation
engine
10. TCO and Lifecycle Cost
Analysis module

Page 31 of 89
Supply and - Supply and installation of required
Installation of OEM software for data management,
OEM software analytics and business intelligence for
for developing building and deploying the proposed
Data solution
management, - Data storage and Analytics/Processing
Analytics and solution should support minimum 2TB
Business of usable data initially with scalability
Intelligence of 25% annual increase of data (due
to increase in sellers, products and
categories)
- Solution should support building and
running of about 50 types of BI
reports (30 simple logic + 20 complex
logic based reports)
- Solution should support 100
concurrent users with a minimum
reliability of 99.5% uptime/ reliability
98%
- Solution should support reports
viewing on Mobile devices (Android,
iOS both)

Market • Develop Market intelligence module to


Intelligence gather product data from e-
module Marketplace platforms on a periodic
basis with data elements such as but
not limited to product names,
attributes, price etc
• Store data in a data lake/ data store
with product intelligence data
gathered from different e-
Marketplaces
Product • Access and Extract GeM’s data with
similarity product names, features, seller
module names/seller IDs and prices data
• Develop product similarity module
with similarity algorithms/ business
rules for Product Name and Product
Features similarity between GeM’s
data and Market Intelligence data
gathered in abovementioned module
• This Module will pair most matching
GEM listed products with products
gathered from Market Intelligence
module
• Pricing Analytics of certain products
which have PAC (Proprietary Article
Certificate) to ensure the products
listed on GeM are Market sensitive

Page 32 of 89
• Create a Data Store/ Data marts of
matched and combined product data
from both GeM’s catalogue and
Market intelligence data

Price Gap Price gap Analysis Module will have


Analysis and following features:
Reporting
module • Longitudinal Price change of
products/services (Price change
trends across time) - Supplier
/Industry /Category/ Channel/
Location wise
• Price trends of products over a period
of time listed on GeM platform and
flagging abrupt price changes on GeM
if market price of same product has
not changed
• Comparative analysis of cost of
product /services on GeM by suppliers
on GEM and suppliers on other
channels over time
• Trend of min and max price difference
for a Product/Category and its
comparative analysis with
benchmarked price
• Pricing Intelligence dashboards with
Product and Seller Price disparity
reports (GeM vs e-Marketplaces)
• Automatic Notifications and Reporting
ofPrice disparity to key GeM
stakeholders as agreed with GeM
(Sellers, Buyers, GeM administrators
etc)

Product demand • Build, evaluate and deploy Time


& price series based models (Autoregressive
forecasting Integrated Moving Average (ARIMA),
Seasonal ARIMA for seasonal
module (For
products/services and Exponential
regularly Smoothing)for forecasting products/
purchased service demand and pricing with
products) historical transactions data

• Build, evaluate and deploy ML-based


models (Linear regression, Random
Forest etc)for forecasting products/
service demand and pricing with
historical transactions data and
additional external information like
average market price, macroeconomic
indicators etc.

Page 33 of 89
Anomalous Anomaly detection module will have
behaviour & following features:
transaction
detection
o Detect and Report patterns related to
module intentional hiding of products in other
categories which can be discovered
only by select buyers
o Detect and Report patterns to identify
creation of too many lists of values
and technical parameters in product
categories favouring certain sellers
over others

o Detect and Report patterns to identify


large orders break down into several
smaller portions and buying
repeatedly to avoid tendering

o Detect and Report patterns of one


buyer buying only from certain sellers
and details around those purchases

o Detect and Report patterns of only


one seller supplying to multiple
buyers and details around those
purchases.

o Detect and report patterns of any


sellers appearing and disappearing by
populating their stocks positions and
then making them zero

o Detect and report location proximity


of buyers and sellers and correlate
location intelligence with transactions
among them
o Detect and report timing and
frequency of orders by products and
by prices

Unstructured o Data extraction for Analytics


Text and consumption from unstructured data/
Document scanned documents submitted
mining and o Content mining, Entity matching and
Analytics Named Entity Extraction for capturing
module key parameters from the scanned
documents which are not covered as
part of overall QCI scope to identify
patterns and generate actionable
insights to design/improve future
processes like vendor onboarding,

Page 34 of 89
bidding etc.

Bidding Process Analysis of overall effectiveness of the


Analytics bidding processes across product
module categories and buyers & utilize historical
bidding data to identify trends and
patterns requiring any policy intervention
due to gaps in current processes. Few
examples are as below:

o Are buyers getting any benefit while


opting for large volumes?
o Are buyers getting any benefits in
bidding process as compared to direct
mode?
o Determine trend of impact on product
category prices with increased
number of suppliers to ensure benefit
being passed on to the buyers
resulting in buyer acquisition
o What is quantum of the lost
customers as a result of any
inefficiencies in the process

Procurement • Analyze historical procurement data of


Planning the buyers (Both GeM and non-GeM
Analytics & procurement)
o User friendly interface to
Monitoring
upload non-GeM data
module for o Fetch GeM’s data from GeM
Buyers USING • Automatic purchase plan
AI / ML AND recommendation engine
DEEP LEARNING o ML-driven purchase plan
TOOLS recommendations for buyers
(collaborative filtering, product
affinity, market basket analysis
– Apriori model etc)
o Flexibility to change/add items
• Automatic availability report
o NLP and AI based product
category identification and
availability report generation
o Price comparison and cost
saving visibility based on wide
set of historical and market
parameters
• Inter-department/ministry price
comparison
o Price analysis of non-GEM products
across departments based on
historical and market parameters
Page 35 of 89
o Real time monitoring of the
procurement data across
departments through management
dashboards

Government • ML-driven Products clustering and


Initiatives classification engine based upon messaging
driven Product from Government Initiatives (Green
recommendation Buying, Make in India, Local for Global,
engine Women Seller Mix, Startup India)

• Product Recommendation Engine based on


below Government initiatives but not
limited to like
o Green/responsible buying
o Preference to Make in India
o Local Entrepreneurs
o Women Seller Mix
o Startup India

TCO & Lifecycle Total cost of ownership (TCO) and


Cost Analysis lifecycle cost analysis tools
module o Purchase, Average Lifecycle of a
product, Warranty, Repair & Raw
Material Costs etc.
o Possible cost saving between buying
vs renting/ leasing options
Testing, Go-Live, • Performance, Security and Functional
Training and User Acceptance Testing (UAT) and
sign-off
Handholding
• Production cut-over and Go-Live

• Training to GeM stakeholders – (2


Training sessions of 1 day each,
Audience to be decided by GeM)

• Babysitting and handholding for


defect free operations for 3 month
post Go-Live

• Digitisation, Data Transformation and


Dashboarding AND Procurement planning
• Create a business glossary for
standardisation (list of terms used for
GeM)
• Digitisation of the Invoices and PO Data
and term extraction
• Data Migration from different sources /
databases / data virtualisation and
mapping to glossary
• Create planning analytics data mart

Page 36 of 89
• Category standardisation for integrating
with Ministries/departments
• Machine learning driven category
matching
• Identification and mapping to relevant
GeM categories and / or Creation of new
categories from description and
Specification data coming in custom Bid
modules using Machine Learning / Deep
Learning and AI.
• Facilitating human in loop review and
improvements on category matching ML
flow
• Automate creating a new category which
currently takes 2-4 weeks

• Digital Worker
• Automate Capture and digitization of bid
response documents
• Response data extraction (pre
Qualification, Technical qualification and
Commercial bid
• Analysis and Automation of
Prequalification Criteria and Technical
Evaluation processes in GeM Bids to give
predictive input / suggestions to Buyers
• Centralized content/ Bid repository
• Bid Evaluation workflow creation
• Decision services for bid analysis &
recommendation
• Customizable dashboards for historical
purchase/procurement analytics

Operate & O&M for 3 years • Operate & Maintain implemented


Maintain Advanced Post completion of system for 3 years including support
2
Analytics & Business abovementioned for supplied underlying OEM software
for Data management, Analytics and
Intelligence solution implementation
Business Intelligence/Reporting
phase
• O&M will include gathering of new
Market Intelligence data (products
and prices),periodic updating of
Pricing Disparity reports and
dashboards and regular refresh of
deployed predictive analytics models
for new and current sellers, products
and categories on GeM

Requirements
Business Intelligence (BI) &Visualization-Indicative High Level Architecture:
This architecture is indicative only. However, the bidder may submit detailed Technical and

Page 37 of 89
Deployment architecture as part of the Technical Bid submission.

• The selected bidder needs to keep sufficient architectural provisions to expose AI and ML models in
the form of authenticated and authorized APIs for public and private consumption based upon the
policy decided by GeM Board

• AI and ML models developed by the selected bidder shall be deployed and integrated with existing
GeM applications through APIs in coordination with Managed Service Provider (MSP) of GeM. MSP
will provide all necessary support and access to existing GeM applications and data for the same
purpose.

Selected bidder should design and develop the solution for complying with Functional Requirement
Specifications to the satisfaction of customer including but not only limited to the following as per GeM’s
requirement

No. Functional Requirement Specification

Data Ingestion and Integration

The bidder will use NIC Data warehouse for extracting data for analytics purpose. However, the
1
selected bidder can create a staging data lake for analytics purpose including third party data
sources like social media data that GeM will decide to use

Solution for ingesting structured, semi-structured, unstructured, real- time data onto the Data Lake
2

Solution should support multiple ingestion and integration processes via flat-files, ODBC/JDBC
3
sources, DB- links, messaging queues, APIs etc. with high throughput and low latency

It should be possible to pre-define logic for every process, defining how the data should be selected
4
for ingestion from NIC DW/ source systems/operational files

Page 38 of 89
Any new standard source system/table identified by GeM in the future should be easily
configurable to ingest data, at a specific frequency (e.g., from batch ingestion every day to real-time
5 ingestion), on a business requirement basis

6 Ingestion subsystem should generate detail logs for auditing and troubleshooting

7 Ingestion subsystem should log failure or reject records

Bidder should provide clear technical architecture diagrams for ingesting structured / semi-
structured / unstructured data, batch / interactive / real-time data, internal / external data. Bidder
8 should specify clearly the enterprise supported version of software components to be used in their
ingestion subsystem.

9 The solution must be able to ingest and process both full and delta extracts

10 The solution must effectively integrate with systems and applications using standard connectors

11 Solution should support gathering of product pricing data and information for Product
pricing comparisons from at least 1 popular e-Marketplace operational in Indian market

Data Storage

Bidder should define effective number of data storage layers in Data Lake between data ingestion
1
and data consumption

Bidder should define the type of storage to opt for in Data Lake and provide details of the capacity
2
requirements, hardware needs if any

Bidder should provide effective replication of data for fault tolerance by replicating factor or
3
erasure coding

Solution should have ability to store various data formats which support structured, unstructured,
4
semi-structured data (e.g.: Data from Web crawlers, Relational DB, XML, JSON, Flat files etc)

Data Processing Framework and Workflow Management

Require a data processing framework on Data Lake capable of supporting all the data
1
transformations used in GeM to apply the required business logic

Page 39 of 89
2 Framework should allow joining multiple sources/tables/inputs etc.

Framework should be able to put the processed data in a predefined area separate from the raw
3
data, while minimizing data replication

4 Framework should be capable of performing validation checks pre- and post-processing

Have a workflow management and scheduling solution to schedule data transformation, data
5
acquisition or data delivery jobs

6 Should have audit and error logs for auditing and troubleshooting

Data Governance, Security, Administration and Access Management

Provide Traceability – it should be possible to track and visualize any data transformation or any
1
rule applied to data in the lake

Provide Trust – The system should be able to ensure the users that they are accessing data from the
2
right source of information

Provide Auditability – the solution should record any access to the data to satisfy compliance audits.
For example, it should be able to check on who accessed the data, when did they touch it, is there a
3 chain of custody issue, is there transparency in terms of data privacy and protection etc

Enforce Security and Privacy – Data inside the Data Lake will be accessed by only authorized users.
4

5 Automate security policies and compliance reports

Capability to classify and store (personal identifiable information) sensitive data in encrypted
/masked form and should have capability to decrypt/unmask such information in Data Lake when
6 required by only authorized ID’s

7 Provide administrative and security management facilities

8 Monitor privileged users

9 Capability to define clear roles and access management rules to User ID’s as per GeM’s requirement

Streaming Data Analytics

Capable to perform in-memory analytics and equipped with tools to perform analytics on streaming
1
data from sources like social media platforms, click streams etc

2 Data Lake should have capability to ingest data in real-time if required

Business Intelligence, Reporting and Dash boarding

Page 40 of 89
Different reports and dashboards related to data analytics use cases

2 Ability to consolidate multiple datasets to one dashboard which allows users to slice and dice data
and drill down to record level

3 The solution must enable users to query, drill down and create customized views of data

4 Ability to generate, schedule and distribute reports to various report consumers

5 The solution must enable export of data in raw data formats i.e. xml, csv, json etc.

6 The solution must cater for standard data visualization types such as bar charts, area charts, combo
charts, gauge chart, donut charts, maps etc. please provide a list of all visualization types supported
by the solution

7 The solution must be able to secure data while it's being consumed by a user (e.g. masking to hide
sensitive information, row level security etc)

8 Reports and dashboards generation for internal analytics for GeM

9 Data visualization delivery through multiple platform like web, tablet and mobile

10 OLAP-based ad-hoc reporting and analysis should be a part of the solution

11 Solution should support building and running of about 50 types of BI reports (30 simple
logic + 20 complex logic based reports)

12 Solution should support at least 10 Power users/ Report Builders/ Reporting Analysts and
at least 1000 Report Viewers

Page 41 of 89
13 Solution should be extensible to allow for new types of data sources as well as
visualizations/reports

14 Solution should support automatic notifications/ reports sharing by Email with different
stakeholders based upon defined roles above as per mutual agreement with GeM

Selected bidder should design and develop the solution for complying with Non-Functional Requirement
Specifications (Hosting, Security, Performance etc) to the satisfaction of customer including but not only
limited to the following as per GeM’s requirement

S. No. Non-Functional Requirement Specification


1 The solution should be deployed on the GCC infrastructure provided by GeM
2 Solution should ensure that Data residency of the GeM’s Data shall remain in the
geographical/electronic boundary of GCC environment provided by GeM
3 The solution should be an integrated data integration, machine learning
orchestration, analytics solution for ease of integration and automatically publish
results of data integration, modelling and analytics/ML to a BI layer for reporting
4 Data storage, Modelling and Analytics part of solution should support minimum
2TB usable data initially with scalability of 25% annual increase of data (due to
increase in sellers, products and categories)
5 Solution should have support for granular RBAC (Role Based Access Control),
based on specific roles like GeM Administrators/Report Administrators, Report
Viewers etc. Permissions for each role on publishing and viewing of different
reports will be mutually defined in discussions with GeM during implementation
6 The solution must support availability of 99.5%, excluding planned outages.
7 Solution should ensure High Availability, Redundancy and Fault Tolerance for both
Storage and Compute/Processing parts of the solution with data replication of
minimum 3 way replication
8 The solution should always preserve data and rights integrity in event of
connector or workflow failure.
9 The solution must have a response time of under 5 seconds when navigating
between or rendering pages and/or screens.
10 The solution should support an API performance level for consuming applications
of under 5 seconds to completion for 100 concurrent requests
11 The solution must be enabled to track and audit user access.
12 The solution must provide detailed audit, log facility of data changes performed
during data integration, ingestion and processing

IT Infrastructure Requirements for Solution (Compute & Storage Requirements on


Government Community Cloud (GCC))

This RFP scope is only for implementation and maintenance of an Advanced Analytics
and Business Intelligence solution for GeM including supply and installation of
required OEM software for Data management, Data Analytics and Business
Intelligence. Infrastructure for installation, implementation and operations of the
solution will be provided by GeM on Government Community Cloud (GCC). It may also

Page 42 of 89
be noted that GeM already has a data warehouse on NIC cloud. The bidder will
be required to take all tasks as necessary to utilize the same for execution of
the scope as defined in this RFP.

However, the bidder will be required to submit optimal and adequate Compute and
Storage capacity requirements Bill of Quantities (BoQ) in the format given below for
smooth implementation and operations of Business Intelligence services and processing
to achieve the solution in this RFP. Bidder will also be required to defend/ present these
infrastructure requirements in their Technical presentation with proper technical
justifications to the satisfaction of Technical Evaluation Committee. GeM will provide the
mutually agreed infrastructure on GCC to the selected bidder based upon discussions and
agreement on optimal and adequate infrastructure.

S. No. Infrastructure Item on GCC Qty Specifications


1 Example: DEV Compute & Example: No of Memory, OS, Storage
Storage VMs, x TB of capacity, Type etc
Storage
2 Example: UAT Compute & Example: No of Memory, OS, Storage
Storage VMs, x TB of capacity, Type etc
storage
3 Example: PROD Compute & Example: No of Memory, OS, Storage
Storage VMs, x TB of capacity, Type etc
storage
... …. … ..
… …. … ..

Training and Support


The bidder will be responsible for training GeM’s employees in the areas of overall
design architecture, operations and end user understanding etc. The Training should
at least cover but not limited to the following Areas:

No. Specification

1 Solution Architecture and Design

2 Technical Operations and Functionalities available in the solution proposed

3 Techniques of generating various reports from the solution provided

4 Resolving GeM User Queries (Buyers and Sellers)

5 End user understanding of applications, modules and BI dashboards


developed

6 Any other as required to meet the scope of this RFP.

Page 43 of 89
Note: The above Scope of Work is a broad and indicative based on which GeM expects the bidder to provide
structured solution. However, GeM also expects selected firms to provide and offer from its own experience
other alternate globally best-in-the- industry models, architectures, roadmaps, implementation plans and
business verticals for setting up and running of an Advance Analytics & Business Intelligence Solution for
GeM which should not only give it a competitive edge but also sustainable and tangible returns on
investment.

Operations and Maintenance


i. The selected bidder shall have to provide operations and maintenance for all deliverables under
the scope of work and terms and conditions of this RFP.
ii. Selected bidder has to provide operations support, comprehensive onsite maintenance, warranty
and other support for tenure of the project towards all deliverables in the scope of work.
iii. SLA monitoring for services and infrastructure that is entirely within the Software application
shall be done by The Client
iv. The selected bidder shall provide SLA monitoring tool for The Client to evaluate different service
level parameters as specified in section for SLA and Penalty.
v. Selected bidder shall be responsible for ongoing support for on-boarding departments /
integrating third party private service providers and citizens through clearly defined escalation
matrix
vi. On-going enhancement of the Software Application by implementing new features, enabling
newer technologies shall be done by the selected bidder during the tenure of the project
vii. The Selected bidder shall be responsible for management of operations activities like
reconciliation, grievance redressal / help desk, supporting Clients to resolve their queries by
providing product information, logs and other related information.
viii. Other third party services can be hosted in external locations and their hosting and maintenance
are outside the scope. However, in case any of these services are not accessible, the software
application will raise alerts so that escalation to the concerned third party can be taken up by
support.
ix. O&M Activities shall typically include but not limited to:
a. Operational and maintenance support of the developed Analytics models and services
b. Capacity building and training of users
c. Upgrading of existing data
d. Documentations, User manuals etc
e. Help desk for the platform
f. SLA reporting
g. Other reporting, meetings and client interactions

Implementation Approach
i. The bidder shall undertake all tasks as necessary to implement the solution with the provided scope in
defined timeframe as prescribed in this RFP.

Project Management

Project Timelines and Deliverables

General expected timelines of the Project are given below:


Page 44 of 89
No. Phases Description Timelines
Phase 1 Go Live of the advanced analytics & business intelligenceT+ 9 or T+12
solution as per the scope of this RFP months
1

2 Phase 2 3 months of handholding and defect-free operation of theT+9 months


solution implemented by the bidder

3 Phase 3 O&M period as per the scope of this RFP T+ 45 months

T0: Effective Project Kick-off date

1. The Bidder should provide a detailed Project Plan for the project based upon entire scope
and activities. The bidder should define the detailed implementation approach,
responsibility matrix, various milestones with achievable timelines and work
based structure as per the requirements mentioned in the RFP. The project plan
should be comprehensive, visual (e.g., Gantt chart), show all task dependencies,
milestones, timelines and subsequently trackable.

2. The successful bidder will be required to submit monthly progress report during
implementation period and quarterly report during O& M Period.

The selected bidder will be engaged for a period of 3 years from the date of Go Live. This
period of 3 years will be granted in tranches of one year each subject to satisfactory
performance of the bidder. for a period of one year each subject to satisfactory performance.
GeM will retain the discretion to extend the engagement upto a period of 5 years in 12-
monthly phases subject to satisfactory performance of the selected bidder and the need for
ongoing support on same T&C including financials. The project deliverables will be suitably
modified depending upon the requirements for the extension period.

Project Responsibilities

Page 45 of 89
Project Management Activities

Page 46 of 89
Process for selection of KEY Resources by the client

i. The CVs proposed at the time of bidding shall be that of full time employees of the bidder
ii. Once the bidding process is finalized, the selected bidder shall ensure that the same resource is
deployed
iii. Non availability of the resource shall ONLY be allowed if the resource is no longer employed with
the selected bidder / Unavoidable health circumstances
iv. If the resource is not available , the selected bidder shall propose another resource meeting the
qualification and experience criteria as per the RFP and such a resource shall be deployed only
after approval of client
v. The selected resource to be deployed must be employee of the selected bidder
vi. The selected resources shall be deployed within 15days of signing of contract
vii. If the selected bidder is not able to deploy the resource within the timeline, the same may
attract penalty as per SLA clause.
viii. The selected Key Resource shall be dedicated for the project till the expiry of the contract and
will be deployed full time onsite with Biometric attendance.
ix. The resources shall have to visit various local sites and locations for official work. For conducting
such site visits, travel, stay or food cost have to be borne by the selected bidder. No extra
payment shall be done for any site visit. Nor the client shall be under any obligation to arrange
travel or stay or fooding for the selected bidder resources. Bidder’s resources deployed on a job
will use their own IT infrastructure when working from client premises or on site visits or other
official work.
x. The client's responsibility will be restricted to provide seating arrangement for the resources
official work related to the assigned job.
xi. Deployment of resources shall affect the timelines for milestones completion period and related
SLA and penalty clause

Replacement of resources at the request of selected bidder

i. The Client will not normally consider substitutions except in cases of incapacity of Key Personnel for
reasons of health or non association with the selected bidder or extreme exigencies. Similarly, after
award of contract the Client expects all of the proposed Key Personnel to be available during
implementation of the contract.

ii. For every resource to be replaced, request has to be submitted to the Client alongwith detailed
reasons.

iii. Selected bidder will not replace resources without approval of the client.

iv. Any replacement by the selected bidder during the project period must meet the qualification,
experience criteria, interview process and timelines as per this RFP.

v. The selected bidder shall share the CV of the resource with the client and client may conduct
Interview of replacement resource
vi. All replacements shall be completed within 15 days from selection by client including placement,
knowledge transfer and handover alongwith handover certificate. Further the original resource will
leave the project only after the approved resource has joined.

vii. Replacement of resources shall NOT affect the timelines for milestones completion period and
related SLA and penalty clause

viii. The Clint may also ask the successful bidder to replace a resource, if found unsatisfactory ( conduct,
behaviors, attendance, skillset etc.). The same shall attract penalty and replacement is to be done
within the prescribed timelines in RFP.

Service Level Agreement:


Note :

• Timelines as mentioned in the RFP


• Review period taken by client for various draft versions submitted and sign-off period shall be
excluded in calculation of timeline for SLA and penalty purpose
(a) Service Levels-Implementation period SLA

S. Service Level Description Penalty


No.
1 Delay in implementation of overall • for every week of delay, a penalty
solution beyond the permissible of 0.5% of invoice value.
timelines as prescribed in this RFP • Moreover delay beyond 4 weekswill
invite double penalty i.e. 1%
2 Deployment of Team • 0.5% of invoice value for every day
for delay beyond 7 days

(b) Service level agreement for O&M phase

S. Service Level Description Min SLA expected Penalty


No.
1 Queries should run under 20 99.5% of the time 0.5 % of Invoice value for
seconds drop of every 1% drop
2 Minimum number of reporting 300 users (with no less 0.5 % of Invoice value for
end users system can handle than 100 concurrent users) drop of every 1% drop
with at least 99.5 % reliability
3 System availability 99.5% of the time 0.5% of invoice value for
drop of every 1 % in
availability
4 User support tickets response 95% of the time resolution 0.5% of invoice value for
(first response) should be as follows: drop of every 5 minutes
Severe: Within 30 minutes
Critical: Within 1 hour
Normal: Within 8 hours
5 User support tickets resolution 95% of the time should be: 0.5% of invoice value for
delay in hrs beyond

Page 1 of 89
Severe: Within 3 hrs permissible time frame for
Critical: Within 6 hrs each severity type ticket.
Normal: Within 24 hrs

6 Manpower availability measured 99 % of the time For every drop of 1%,


through BAS Data as follows 1 % of invoice value.

No. of shift days for which Key


Resources(Full time and onsite
are present at the designated
location / Total no. of shift days
Measurement:

Percentage averaged over all


resources designated for
Successful bidder and
calculated on a monthly basis

C) Other SLA

S. Service Level Description Penalty


No.
1 Replacement of resource • 1 % of invoice value for every
replacement

2 Security/Data/ confidentiality • Minimum 1% of the invoice value


breach for every incident
• further additional penalty can be
levied basis the severity of security
breach.

Note :

• The selected bidder needs to have enough skilled manpower in position and capable of
supporting the deployment and implementation ofAdvanced Analytics & Business
Intelligence solution for GeM and to adhere to the scope of work.
• If the cumulative penalty under SLA exceed 15% for two consecutive quarters, GeM will
reserve the right to terminate the contract. Maximum penalty which can be levied in a
quarter is 20% of the Invoice Value.
• In case, the agency is not in a position to deliver, support or co-operate with GeM, penalty
of upto@20% of the proposed solution cost will be deducted from the payment.
• Further, GeM will be free to cancel the work order and get the work done through alternate
agency (bidder) at the cost and risk of the defaulting agency. The work order will be
cancelled and 10% of the total cost will be charged as cancellation charges.
• There shall be no change in the rates finalized upon award of the tender to the successful
bidder for theperiod of implementation + three (3) years support.

Page 2 of 89
• In case of any data breach, security breach and breach of confidentiality,violation of Non-
Disclosurepenalty shall be applicable. The value shall be assessed on a case to case basis
and based on the nature and impact of the breach.

Page 3 of 89
PaymentMilestones

No. Payment Milestone Details Amount (INR)


Supply and Installation of required OEM
software for Data management, 40% of value of implementation
A.
AdvancedAnalytics and Business cost[AA]
Intelligence
Design, Develop, Test and Deploy
35% of value of implementation cost
B. Advanced Analytics and Business
[AA]
Intelligence solution
Go-Live, Training and completion of 25% of value of implementation cost
C.
Handholding [AA]
Post-implementation support for 3 years: 1/12th of [BB] to be paid after every
D.
Operate & Maintain implemented solution quarter

Note: (Inclusive of Applicable Taxes)


[AA]= Cost for One-timeDesign, Develop, Install, Test and Commission aAdvanced
Analytics & Business Intelligence solution including supply and installation of required OEM
software for Data management, Data Analytics and Business Intelligence and including 3
months of handholding, troubleshooting and defect-free operations

[BB]=Cost for Operate & Maintain implemented Advanced Analytics & Business
Intelligence solution (3 years)

Upon achievement of the above-mentioned milestones, the invoices should be submitted along
with complete details of the work undertaken, supporting documents and bills (if required) as well
as copies of the work/ material / produced for which the bills are submitted.
A. The payment shall be released only after acceptance of the required work detailed in the RFP
Document.
B. For facilitating Electronic transfer for funds the selected agency will be required to indicate
the name of the Bank and Branch, account number (i.e. bank names, IFSC Code and Bank
A/c No.) and also forward a cheque leaf duly cancelled to verify the details furnished. These
details should also be furnished on the body of every bill submitted for payments by the
selected agency.
C. Currency: The price is payable in local currency i.e. Indian Rupees.
D. Payment for Additional Services: For the purpose of determining the remuneration due for
additional services as may be agreed under relevant clauses for modification in this work
order.

Page 4 of 89
Commercial Quote

Phase Price Applicable Total Price Remarks


(INR) Taxes (including Taxes)
(INR) INR

Design, Develop, Total composite value


Install, Test and of [AA] cannot be more
Commission than 60% of C
Advanced Analytics
and Business
Intelligence solution
including supply and
installation of
required OEM
software for Data
management, Data
Analytics and
Business Intelligence
and including 3
months of
handholding and
defect-free operations
[AA]

Operate & Maintain Total composite value


implemented of [BB]% is 100%-
Advanced Analytics [AA]%
and Business
Intelligence solution
(3 years)
[BB]

[C] = [AA] + [BB]

Note:
[AA]= Cost for One-timeDesign, Develop, Install, Test and Commission aAdvanced
Analytics & Business Intelligence solution including supply and installation of required OEM
software for Data management, Data Analytics and Business Intelligence and including 3
months of handholding and defect-free operations

[BB]=Cost for Operate & Maintain implemented Advanced Analytics & Business
Intelligence solution (3 years)

Note: The above cost should include all out of pocket expenses for lodging, travel etc within
Delhi NCR. It should also include cost of mobile, laptop, software etc to be used by the team

Page 5 of 89
deployed by the bidding agency for the project. For any travel outside Delhi / NCR, the same
will be reimbursed on actuals and as per GeM HR Policy.

Assumption & Dependencies


• Infrastructure Access, Data Access
• GeM will provide the compute and storage infrastructure on GCC to the selected
bidder based upon discussions and agreement on optimal and adequate
infrastructure as per Section 7.4.1 above

• GeM will provide remote secure access, network connectivity, IP white listing and
access to implementation team of the successful bidder for development
purpose, as and when needed

• Selected bidder will be given data access to relevant part of GeM product catalog
database (MYSQL) and other relevant databases for extraction of product
features, pricing and sellers information for the purpose of developing, testing
and deploying Advanced Analytics & Business Intelligence solution.

• Other relevant information on existing GeM systems


• GeM Marketplace Engine uses Ruby on Rail and Apache SOLR Cloud and Product
catalogue data is in a MySQL database

• There could be addition of 100,000 or more products and hundreds of new


categories per month on an average to GeM’s products catalog, which will also
increase further based upon increasing popularity and use of GeM portal

• Out of Scope
• Any works related to development, upgrade or maintenance of existing GeM
infrastructure, networks, applications and databases etc

Change Management Framework

• The Bidder should provide a robust change management framework to track versioning,
change history with date and user information, track migration of code from
development to production, security.
• It should allow easy configuration of the environment to the production version for
debugging and troubleshooting
• In case of any upgrade, patch release, security updates of solution and underlying OEM
software etc., during the contractual period, the same shall be provided to GeM by the
bidder without any charge.

Page 6 of 89
Annexure

Annexure 1: Technical Bid Covering Letter


(To be prepared on letter head of the Bidder, scanned & uploaded on E-tender portal)

To

Government e-Marketplace (GeM)

Address

Sub.: RFP for

Ref:

Dear Sir,

1. I/We, the undersigned, have carefully examined the contents of the above referred RFP
document including amendments/ addendums (if any) thereof and we undertake to fully
comply and abide by the terms and conditions specified there in and here by submit our
Bid for the aforesaid service. Our bid for the subject RFP is unconditional and unqualified.

2. I/We offer to execute the work in accordance with the Scope of work and the Conditions
of Contract of this RFP both explicit and implied.

3. I/We undertake that, in competing for (and, if the award is made to us),for executing the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely “Prevention of Corruption Act1988”.

4. I/We understand that:


(a) This bid, if found incomplete in any respect and/or if found with conditional
compliance or not accompanied with the requisite Bid Security, shall be
summarily rejected.
(b) If at any time, any amendments made or information furnished as part of this
bid is found incorrect, then the bid will be rejected and the contract if awarded
on the basis of such information shall be cancelled.
(c) GeM is not bound to accept any/ all Bid(s) it will receive.
(d) Until a contract is executed, this bid together with RFP Document as well as
notification of Letter of Award issued by GeM shall constitute a binding
Contract between us.

5. I/We declare that:


(a) I/We have not been blacklisted / declared ineligible by GeM or any other
agency. I/We also confirm that I/We have not been declared as non-
performing or debarred by GeM.
(b) I/We haven’t been blacklisted by a Central/ State Government Institution/
Public Sector Undertaking / Autonomous body and there has been no litigation

Page 7 of 89
with any Government Department/ PSU/ Autonomous body on account of
similar services.
(c) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as defined in the Contract Agreement, in
respect of any tender or request for proposal issued by or any Contract
entered into with GeM or any other public sector enterprise or any
government, Central or State; and I/We hereby certify that we have taken
steps to ensure that in conformity with the provisions of the RFP document,
no person acting for us or on our behalf has engaged or will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.

6. In the event of my / our bid being declared as successful bid, I/we agree to enter into a
Contract Agreement in accordance with the format of the Contract Agreement. I/We
agree not to seek any change in the aforesaid format of the Contract Agreement and
agree to abide by the same.

7. I/We certify that:


(a) I/We have not been convicted by a Court of Law or indicted or adverse orders
passed by a regulatory authority which could cast a doubt on our ability to
undertake the subject work or which relates to a grave offence that outrages
the moral sense of the community.
(b) Neither the bidder nor any of its Directors are the subject of criminal or civil
proceedings that could be expected to adversely affect its business or its
ability to bid in the present tender.
(c) No investigation by a regulatory authority is pending either against us or
against our CEO or any of our directors/ managers/ employees.
(d) I / We don’t have any conflict of interest in terms of eligibility criteria defined
in this RFP document.
(e) The information provided in this technical bid (including the attachments) as
well as the financial bid is true, accurate and complete to the best of my
knowledge and belief. Nothing has been omitted which renders such
information misleading; and all documents accompanying my/our bid are true
copies of their respective originals. I/We shall be liable for disqualification or
terminationofcontractatanystage,ifanyinformation/declarationisfoundtobeincorr
ect or false. I/We will intimate GeM promptly in case of any change in the
information submitted as part of this technical bid.
(f) I/We offer the cost of the RFP document and bid security in accordance with
the RFP document as per the details furnished below:

DD / Bankers Date Amount Issuing Bank


Cheque No. (Rs.) / Branch

Bid Security

(g) The documents in original accompanying the bid document have been
submitted in a separate envelope as envisaged in the RFP document and
marked appropriately.

Page 8 of 89
(h) I am the Authorized Signatory of the aforesaid company / firm and I am
authorized to sign this bid on behalf of the firm / company. I am submitting
this bid after carefully reading all the terms and conditions contained in the
RFP document and its addendum/ amendment, if any, and undertake to abide
by the same. It is also certified that the bid is being submitted in the
prescribed formats without any addition / deviation / alteration and our bid is
unconditional.

Weremain,

Yours Sincerely,

Name

Designation / Title of the Authorized Signatory

Page 9 of 89
Annexure 2: Brief Information about the Bidder
(To be prepared on letter head of the Bidder, scanned & uploaded on E-tender portal)

Sub.: RFP for

Ref:

Brief Profile of Agency (in one page)


Number of offices with locations in India
Note: Copy of ROC

No. Information Details


Name of Bidder
Year of Establishment
Constitution of the bidder entity
e.g. Government enterprise,
private limited company, limited
company, proprietorship /
partnership firm etc
1
In case of a Government
enterprise, please indicate as to
whether legally and financially
autonomous and operate under
commercial law. (Yes / No / NA)
Name(s) of Directors/ Proprietors/
Partners
Complete Postal Address
Fixed Telephone No.
2
Mobile Telephone No.
Email Address
Bank A/c No.
3 Branch Address
IFSC / MICR Code
Name of the Statutory Auditor/
Company Secretary/ Chartered
4 Accountant certifying the
documents along with his/her
Membership number, if applicable:

Name

Designation / Title of the Authorized Signatory

Page 10 of 89
Annexure 3: Power of Attorney

Know all men by these presents, we, ......................................... (name of Company and
address of the registered office) do hereby constitute, nominate, appoint and authorize Mr /
Ms........................................ son/daughter/wife of……………………………….. and presently
residing at ........................................, who is presently employed with us and holding the
position of .................... as our true and lawful attorney (hereinafter referred to as the
“Authorized Signatory or Attorney”) to do in our name and on our behalf, all such acts,
deeds and things as are necessary or required in connection with or incidental to
submission of our Bid for selection as the Service Provider for
“…………………………………………………………..”proposed by Government e-Marketplace, including
but not limited to signing and submission of all applications, bid(s) and other documents
and writings, and providing information/ responses to GeM, representing us in all matters
before GeM, signing and execution of all contracts and undertakings consequent to
acceptance of our bid and generally dealing with GeM in all matters in connection with or
relating to or arising out of our Bid for the said Tender and/or upon award thereof to us.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or
caused to be done by our said Authorised Signatory or Attorney pursuant to and in exercise
of the powers conferred by this Power of Attorney and that all acts, deeds and things done
by our said Authorised Representative/ Attorney in exercise of the powers hereby conferred
shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, ....................THE ABOVE NAMED PRINCIPAL HAVE EXECUTED


THIS POWER OF ATTORNEY ON THIS .................... DAY OF ...................., 2019

For
(Signature)
(Name)
(Designation)
(Address)

Witness:

1.
2.

Notarized

Accepted
(Signature)
(Name)
(Designation)
(Address)

Page 11 of 89
Notes:

The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure. The Power of Attorney should be executed on a
non-judicial stamp paper of appropriate denomination and should be duly notarized by a
notary public.

Wherever required, the Bidder should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favour of the
person executing this Power of Attorney for the delegation of power hereunder on behalf of
the Bidder.

For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued. However, Bidders from countries that have signed the Hague
Legislation Convention 1961 need not get their Power of Attorney legalised by the Indian
Embassy if it carries a conforming Apostles certificate.

Page 12 of 89
Annexure 4: Format of Submission of Work Experience / Technical Strength of Bidder

Sub.: RFP for

Ref:

Client Details Name of Work / Project


Client Name
Address

Name of Contact Person Location


Contact No. Approximate Value of Project
Contact Email ID (INR)
(Official email ID)
Start Date Present Status of Project (as per
Completion Date the Bidders mandate)

Present Status
Application Users
Name of Persons
Deployed (Key
Persons Only)
Detailed Features of Project Executed

Name

Designation / Title of the Authorized Signatory

Dated

Note: Bidder should submit relevant details of each projects in this format and should
enclose -

1. Go-live / acceptance / completion Certificate issued by the customer;


2. Work Order / Purchase order / Copy of contract / Letter of Award
3. Highlighting detailed scope of project implemented within the last 5 financial years
prior to the Bid due date as proof for the same.

Page 13 of 89
Annexure 5: Affidavit on Litigation / Arbitration History
(To be prepared on Non-Judicial Stamp Paper of Value Rs. 100/-)

Name of the Bidder:

The Bidder should provide information on any history of litigation or arbitration resulting
from the contracts executed for GeM the last five years or currently under execution.

Award for Name of Client, Disputed Amount


Actual Awarded
Year or against Cause of Litigation & (Current Value in
Amount in INR
Bidders Matter in Dispute INR)

INFORMATION REGARDING CURRENT LITIGATION, DEBARRING / EXPELLING OF BIDDER


OR ABANDONMENT OF WORK BY BIDDER

Has the Bidder or its constituent partners o Yes


1 history of litigation awarded against him? o No
If yes, give details
Has the Bidder or any of its Constituent
Partners or Directors been debarred /
expelled, during the last 5 years as on
o Yes
the date of bid, on the basis of their
o No
2 performance in any assignment or for
any other reason including fraudulent
and corrupt practices, etc?
If yes, give details including period of
debarment
Has the Bidder or any of its Constituent
Partners or Directors failed to perform
OR
any contract, during the last 5 years as
on the date of bid, as evidenced by
imposition of a penalty or a judicial
o Yes
pronouncement or arbitration award or
3 o No
has been expelled from any work or
contract or have had any contract
terminated for breach
OR
their part or abandoned any contract
work or has been declared bankrupt?
If yes, give details

Note:If any information in this affidavit is found to be incorrect or concealed,


prequalification / bid will be summarily rejected. Based on information in this affidavit,
GeM, in its sole discretion shall take a decision to prequalify the Bidder

Page 14 of 89
Annexure 6: Format of Certificate in respect of Bidder’s Average Annual Turnover
(Certificate to be given by Statutory Auditor/ Chartered Accountant)

Sub.: RFP for

Ref:

Dated:

Certificate of Annual Turnover and Networth

It is certified that we have examined the audited books of accounts of M/s. __________
(name and address ofthe bidder) _____________________________ and the details of
the annual turnover from ITES services during the last three financial years and net worth
as on 31.03.2019areasunder:

1. Annual Turnover

Amount in Rs.
Financial Year Amount in figures Amount in words
FY 2016 - 17
FY 2017 – 18
FY 2018 - 19
Average of 3 Years

2. Networth

Amount in Rs.
As on Amount in figures Amount in words
31-03-2019

(Signature of Statutory Auditor)

Name

Seal

Place

For (Name of Accounting Firm


Membership no and rubber stamp))

Page 15 of 89
Annexure 7: Format for Financial Bid Submission
(For sample only, actual Format to be downloaded from e-tender portal for on-line
submission)
Sub.: RFP for

Ref:

Dear Sir
Subject: Services for [name of assignment].
We, the undersigned, offer to provide the services for [name of assignment] in accordance with your Request
for Proposal dated [date] and our Proposal. Our attached Financial Proposal is for the sum of [amount(s) in
words and figures] (including applicable tax(es)).I/We, the undersigned having examined the above referred
RFP including addendums thereof and, hereby offer to submit our bid to undertake the subject assignment
with total bidvalue as per milestone and break-up furnished below.

Phase Price Applicable Total Price Remarks


(INR) Taxes (including Taxes)
(INR) INR

Design, Develop, Total composite value


Install, Test and of [AA] cannot be more
Commission than 60% of C
anAdvanced Analytics
& Business
Intelligence solution
including supply and
installation of
required OEM
software for Data
management, Data
Analytics and
Business Intelligence
and including 3
months of
handholding and
defect-free operation
[AA]

Operate & Maintain Total composite value


implemented of [BB]% is 100%-
Advanced Analytics & [AA]%
Business Intelligence
solution
(3 years)
[BB]

Page 16 of 89
[C] = [AA] + [BB]

[AA]= Cost for One-timeDesign, Develop, Install, Test and Commission Advanced
Analytics & Business Intelligence solution including supply and installation of required OEM
software for Data management, Data Analytics and Business Intelligence and including 3
months of handholding and defect-free operations

[BB]=Cost for Operate & Maintain implemented Advanced Analytics & Business
Intelligence solution (3 years)

Note:

1. I/We do hereby confirm that my/ our Bid Price include all applicable statutory taxes/
levies. I/ We also declare that any tax, surcharge on tax and / or any other levies, if
altered in future and payable under the law, the same shall be borne by me/ us.
2. The quoted rates for all items shall remain unchanged for entire term of the
Contract Agreement.
3. This bid is valid for a period of 120 calendar days from the bid due date
4. I/ We, understand that the
a. applicable taxes shall be reimbursed by GeM on production of proof of
payment and CA certificate; and
b. TDS, if any will be deducted against payments as per Applicable Law.
c. In case of any difference in figures and words, the amount mentioned in
words will prevail.

Yours sincerely,

Name

Designation / Title of the Authorized Signatory

Page 17 of 89
Annexure 8: Mutual Nondisclosure Agreement
[To be executed on stamp paper of appropriate value]

CORPORATE NON-DISCLOSURE AGREEMENT

This Non-Disclosure Agreement (“Agreement”) is entered on this …. day of …….., 2020 by and
between

Government e-Marketplace_(GeM)_, a Private Limited Company incorporated under the


Companies Act, 1956, having its registered office located at 2nd Floor, Jeevan Tara Building, Sardar
Patel Marg, Opp. Dak Bhawan, New Delhi – 110001_ (herein after referred to as “Disclosing
Party”/"GeM", which expression shall unless excluded by or repugnant to the context deemed to
include its successors and permitted assigns) of the First Part.

And

_______________ __, a _____________ company, registered under ________________, having its


registered office at ______________________ (hereinafter called the “Receiving Party”/
“_______________”, which expression shall unless repugnant to the context or meaning thereof
mean and be deemed to include its successors and permitted assigns) of the Second Part.

(GeM and _______________ shall be individuallyreferred hereinafter as “Party” and collectively as


“Parties”).

Background

A. The Parties have entered into an service agreement dated ____________ (hereinafter
referred as “___________________________”), wherein Receiving Party has been engaged
as a service provider for _______________________ in GeM (the “Purpose”).

B. In connection with the Purpose and by virtue of the contracted activities, _______________
will be exposed to certain information of GeM and other stakeholders which may be
confidential and proprietary in nature. _______________ agrees that the following terms

Page 18 of 89
and conditions shall apply when GeM discloses any confidential information under this
Agreement.

1. Definitions

In this Agreement the following terms shall have the following meanings:

“Confidential Information” shall mean any information disclosed, provided or shared by or


on behalf of Disclosing Party to the Receiving Party, which does not fall within the
exceptions provided in clause 3.3 of this Agreement.

Supply and Use of Information

In consideration of the terms of the Agreement and the disclosures contemplated by, and of the obligations
set out in, this Agreement, Receiving Party agrees, save as otherwise expressly permitted by this Agreement:

o To keep the Disclosing Party’s Confidential Information, confidential;

▪ not to use the Disclosing Party’s Confidential Information except in


connection with the Purpose; and

▪ to disclose the Disclosing Party’s Confidential Information only on a need to


know basis in connection with the Purpose to only such persons/entities who
have agreed in writing to abide by the terms and conditions of this NDA or,
where requested by the Disclosing party, have executed an Individual non-
disclosure agreement with the Disclosing Party in a format approved by the
Disclosing Party.

o Disclosing Party confirms that it has the right to disclose any Confidential Information
under this Agreement.

Confidentiality

• The Receiving Party shall protect the Confidential Information of the Disclosing Party
through the exercise of the precautions set out in this Agreement and with no less

Page 19 of 89
protection and care than it customarily uses in preserving and safeguarding its own
confidential information of similar nature.

• The Receiving Party agrees that it shall keep the Confidential Information of the Disclosing
Party confidential in accordance with the terms of this Agreement subject to the exceptions
in clause 3.3 below, and the permitted disclosures in clause 3.4 below.

• This Agreement shall not apply to any information which:

..1 is publicly available when received or subsequently becomes publicly


available through no fault of the Receiving Party; or

..2 is or has been acquired from a third party who owes no obligation of
confidence in respect of the information; or

..3 is already in the Receiving Party’s possession without the obligation of


confidentiality; or

..4 is or has been independently developed by the Receiving Party or was


known to it prior to receipt.

• Notwithstanding clause 2.1 above, the Receiving Party shall not disclose any Confidential
Information of the Disclosing Party without the prior written consent of the Disclosing Party.

Term

Upon signature by both the parties, this Agreement shall come into effect from the
____________ (Effective Date) for a term of three 3 years post expiry or termination of the
Master Service Agreement (“MSA”) /Work Order.

General

• No delay by either party in enforcing any of the terms or conditions of this


Agreement shall affect or restrict that party’s rights and powers arising under
this Agreement. No waiver or amendment of any term or condition of this
Agreement will be effective unless made in writing and signed by both

Page 20 of 89
parties.

• Subject to the other terms and conditions, this Agreement forms part of the
entire contract between the parties relating to Confidential Information
disclosed in connection with the Purpose and it replaces and supersedes any
previous proposals, correspondence, understandings or other
communications whether written or oral relating to the subject matter
hereof.

• If any provision of this Agreement is determined to be invalid in whole or in


part, the remaining provisions shall continue in full force and effect as if this
Agreement had been executed without the invalid provision.

Governing law and jurisdiction

This Agreement is governed by and shall be construed in accordance with the laws of India.
In the event of dispute, the disputes shall be resolved in accordance with the dispute
resolution mechanism agreed in the MSA/Work Order. The competent courts of New Delhi
shall have jurisdiction in connection with this Agreement.

The parties have caused this Agreement to be executed by their duly authorized
representatives, and made effective from the Effective Date first written above.

SIGNED for and on behalf of:- SIGNED for and on behalf of:-
_______________ GeM

Signature: Signature:

Name: ______________ Name: ____________

Page 21 of 89
Title: Title:

Witness: Witness:

Signature: Signature:

Name: Name:

Title: Title:

** Note- Further team deployed will sign individual NDAs

Page 22 of 89
Annexure 9: Performance Bank Guarantee

BG No.:
Date:
1. In consideration of you, Government eMarketplace, Special Purpose Vehicle(hereinafter
referred to as the ―Authority which expression shall, unless repugnant to the context or
meaning thereof, include its administrators, successors and assigns) having agreed to receive
the proposal of [Name of company], (hereinafter referred to as the―Bidder which expression
shall unless it be repugnant to the subject or context thereof include its successors and
assigns), for appointment as Consulting Agency for [name of assignment] pursuant to the RFP
Document dated [date] issued in respect of the Assignment and other related documents
including without limitation the draft work order for services (hereinafter collectively referred to
as ―RFP Documents), we [Name of the Bank] having our registered office at [registered
address] and one of its branches at [branch address] (hereinafter referred to as the ―Bank), at
the request of the Bidder, do hereby in terms of relevant clause of the RFP Document,
irrevocably, unconditionally and without reservation guarantee the due and faithful fulfilment
and compliance of the terms and conditions of the RFP Document by the said Bidder and
unconditionally and irrevocably undertake to pay forthwith to the Authority an amount of Rs. [in
figures] ([in words]) (hereinafter referred to as the ―Guarantee) as our primary obligation
without any demur, reservation, recourse, contest or protest and without reference to the
Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and conditions
contained in the said RFP Document.
2. Any such written demand made by the Authority stating that the Bidder is in default of
the due and faithful fulfilment and compliance with the terms and conditions contained in the
RFP Document shall be final, conclusive and binding on the Bank. We, the Bank, further agree
that the Authority shall be the sole judge to decide as to whether the Bidder is in default of due
and faithful fulfilment and compliance with the terms and conditions contained in the RFP
Document including, Document including without limitation, failure of the said Bidder to keep its
Proposal valid during the validity period of the Proposal as set forth in the said RFP Document,
and the decision of the Authority that the Bidder is in default as aforesaid shall be final and
binding on us, notwithstanding any differences between the Authority and the Bidder or any
dispute pending before any court, tribunal, arbitrator or any other authority.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable
under this Guarantee without any demur, reservation, recourse, contest or protest and without
any reference to the Bidder or any other person and irrespective of whether the claim of the
Authority is disputed by the Bidder or not, merely on the first demand from the Authority
stating that the amount claimed is due to the Authority by reason of failure of the Bidder to
fulfill and comply with the terms and conditions contained in the RFP Document including
without limitation, failure of the said Bidder to keep its Proposal valid during the validity period
of the Proposal as set forth in the said RFP Document for any reason whatsoever. Any such
demand made on the Bank shall be conclusive as regards amount due and payable by the Bank
under this Guarantee. However, our liability under this Guarantee shall be restricted to an
amount not exceeding Rs. [in figures] ([in words]).
4. This Guarantee shall be irrevocable and remain in full force for a period of 60 (sixty)
days from the Proposal Due Date and a further claim period of thirty (30) days or for such
extended period as may be mutually agreed between the Authority and the Bidder, and agreed
to by the Bank, and shall continue to be enforceable until all amounts under this Guarantee
have been paid.
5. The Guarantee shall not be affected by any change in the constitution or winding up of
the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank

Page 23 of 89
with any other person.
6. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the
Bank as the principal debtor. The Authority shall have the fullest liberty without affecting in any
way the liability of the Bank under this Guarantee from time to time to vary any of the terms
and conditions contained in the said RFP Document or to extend time for submission of the
Proposals or the Proposal validity period or the period for conveying of Letter of Acceptance to
the Bidder or the period for fulfillment and compliance with all or any of the terms and
conditions contained in the said RFP Document by the said Bidder or to postpone for any time
and from time to time any of the powers exercisable by it against the said Bidder and either to
enforce or forbear from enforcing any of the terms and conditions contained in the said RFP
Document or the securities available to the Authority, and the Bank shall not be released from
its liability under these presents by any exercise by the Authority of the liberty with reference to
the matters aforesaid or by reason of time being given to the said Bidder or any other
forbearance, act or omission on the part of the Authority or any indulgence by the Authority to
the said Bidder or by any change in the constitution of the Authority or its absorption, merger or
amalgamation with any other person or any other matter or thing whatsoever which under the
law relating to sureties would but for this provision have the effect of releasing the Bank from
its such liability.
7. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given
or made if addressed to the Bank and sent by courier or by registered mail to the Bank at the
address set forth herein.
8. We undertake to make the payment on receipt of your notice of claim on us addressed to
[Name of bank along with branch address] and delivered at our above branch which shall be
deemed to have been duly authorized to receive the said notice of claim.
9. It shall not be necessary for the Authority to proceed against the said Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable against
the Bank, notwithstanding any other security which the Authority may have obtained from the
said Bidder or any other person and which shall, at the time when proceedings are taken
against the Bank hereunder, be outstanding or unrealized.
10. We, the Bank, further undertake not to revoke this Guarantee during its currency except
with the previous express consent of the Authority in writing.
11. The Bank declares that it has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorized and has full power to
execute this Guarantee for and on behalf of the Bank.
12. For the avoidance of doubt, the Banks liability under this Guarantee shall be restricted to
Rs. [in figures] ([in words]). The Bank shall be liable to pay the said amount or any part thereof
only if the Authority serves a written claim on the Bank in accordance with paragraph 8 hereof,
on or before [date].

Signed and Delivered by [name of bank]


By the hand of Mr. /Ms. [name], [designation] and authorized official.
(Signature of the Authorized Signatory)
(Official Seal)
Notes:
• The Bank Guarantee should contain the name, designation and code number of the
officer(s) signing the Guarantee
• The address, telephone number and other details of the Head Office of the Bank as well
as of issuing mentioned on the covering letter of issuing Branch.

Page 24 of 89
Annexure 10 : Self-certification of Minimum Eligibility and of not being blacklisted
[Location, Date]
It is certified that [ name of applicant] is a registered firm and has not been blacklisted by any Central
/ State/ Public Sector undertaking in India as on the date of bid submission.
If at any time it is found out that the Consulting Agency did not have the capabilities as enumerated
above, GeM may put the Consulting Agency in negative list without prejudice to any other civil/ criminal
action under the law and forfeiture of the earnest money deposit and in due course the performance
guarantee in lieu of penalty.

Page 25 of 89
Annexure 11- Format for CV of the professional staff proposed
1. Name

2. Position:

3. Date of Birth

4. Education:

From To Company Position Held

5. Employment Record

6. Brief Profile Years of experience etc.

7. Countries of Work
Experience

8. Languages

9. Work Undertaken that Best Illustrates Capability to Handle the Task Assigned

Project 1 :
Year:
Location:
Client:
Position Held:
Main features:
Activities Performed:

Project N :
Year:
Location:
Client:
Position Held:
Main features:
Activities Performed:

Page 26 of 89
10. Certification

I, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:________________________
Signature of staff member/ Authorized signatory
Day/Month/Year

Page 27 of 89
Annexure 12-Standard Form of Work Order

STANDARD FORM OF WORK ORDER FOR APPOINTMENT OF CONSULTING AGENCY


Between
[Name of client]
[Name of CONSULTING AGENCY]
[Date]
I. Form of Work Order
Work order to undertake [name of assignment]
The Government eMarketplace, Jeevan Bharti Building, Janpath ,New Delhi-110001, India,
hereinafter referred to as the “Client” which expression unless repugnant to context or meaning
thereof shall include its successors, affiliates and assigns, has:
a) requested the Consulting Agency to provide certain services as defined in the General
Conditions attached to this work order (hereinafter called the “Services”); and
b) The Consulting Agency, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide the
services on the terms and conditions set forth in this assignment.
NOW THEREFORE the Client hereto hereby agrees as follows:
1. The following documents attached hereto shall be deemed to form an integral part
of this work order:
Appendix A: Terms of reference containing, inter-alia, the Description of the Services and
reporting requirements,
Appendix B: Cost Estimate
Appendix C: Copy of Bank Guarantee for Performance Security [in the format given in Annexure
A]
2. The mutual rights and obligations of the Client and the Consulting Agency shall be as set
forth in the work order; in particular:
a) The Consulting Agency shall carry out the Services in accordance with the
provisions of the work order; and
b) Client will make payments to the Consulting Agency in accordance with the
provisions of the work order.

Page 28 of 89
Commencement, completion, modification and termination of work order
A. Effectiveness of work order: This Work order shall be effective from the date of issue by the client
or date of receipt of the work order by the consulting agency.
B. Commencement of Services: The Consulting Agency shall commence the Services from the
date notified by the Client.
C. Expiration of work order: Unless terminated earlier pursuant to relevant clauses in this work order
hereof, this work order shall expire when Services have been completed and all payments
have been made at the end of such time period after the Effective Date. Client reserve the
right to extend the contract as mentioned in FORM 4 B, including same terms and conditions.
D. Modification: Modification of the terms and conditions of this work order, including any
modification of the scope of the Services or of the work order Price, may only be made by
written agreement between the Parties, except for the fact that client reserve the right at his
discretion to extend the contract as mentioned in FORM 4 B, including same terms and
conditions.

Force Majeure
A. Neither party will be liable in respect of failure to fulfil its obligations, if the said failure is
entirely due to Acts of God, Governmental restrictions or instructions, natural calamities or
catastrophe, epidemics or disturbances in the country. Force Majeure shall not include (i) any
event which is caused by the negligence or intentional action of a Party or by or of such
Party’s agents or employees, nor (ii) any event which a diligent Party could reasonably have
been expected both to take into account at the time of being assigned the work, and avoid or
overcome with utmost persistent effort in the carrying out of its obligations hereunder.
B. A Party affected by an event of Force Majeure shall immediately notify the other Party of
such event, providing sufficient and satisfactory evidence of the nature and cause of such
event, and shall similarly give written notice of the restoration of normal conditions as soon
as possible.
C. No Breach of Work order: The failure of a party to fulfil any of its obligations under the
Work order shall not be considered to be a breach of, or default under this Work order insofar
as such inability arises from an event of Force Majeure, provided that the Party affected by
such an event:
a) Has taken all precautions, due care and reasonable alternative measures in order
to carry out the terms and conditions of this Work order, and
b) Has informed the other party as soon as possible about the occurrence of such

Page 29 of 89
an event.
c) The dates of commencement and estimated cessation of such event of Force
Majeure; and
d) The manner in which the Force Majeure event(s) affects the Party’s
obligation(s) under the Work order.
D. Neither Party shall be able to suspend nor excuse the non- performance of its obligations
hereunder unless such Party has given the notice specified above.
E. Extension of Time: Any period within which a Party shall, pursuant to this Work order,
complete any action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.
F. Payments: During the period of their inability to perform the Services as a result of an event
of Force Majeure, the Consulting Agency shall be entitled to continue to be paid under the
terms of this Work order, as well as to be reimbursed for additional costs reasonably and
necessarily incurred by them during such period for the purposes of the services and in
reactivating the services after the end of such period.

Termination
A. Any side (Client or the Consulting Agency) should be able to give notice of 3 months for the
termination of Project. If the Agency decides to terminate the project, then the client will
forfeit the Performance Guarantee.
B. By the client: The Client may terminate this Work order, written notice of termination to the
Consulting Agency, to be given after the occurrence of any of the events specified in this
clause:
a) if the Consulting Agency do not remedy a failure in the performance of their
obligations under the Work order, within a period of seven (7) days, after being
notified or within such further period as the Client may have subsequently approved in
writing;
b) within fifteen (15) days, if the Consulting Agency become insolvent or bankrupt;
c) if, as the result of Force Majeure, the Consulting Agency are unable to perform a
material portion of the Services for a period of not less than fifteen (15) days;
d) within fifteen (15) days, if the Consulting Agency fails to comply with any final
decision reached as a result of arbitration proceedings pursuant to relevant clauses
hereof;
e) within seven (7) days, if the Consulting Agency submits to the Client a false

Page 30 of 89
statement which has a material effect on the rights, obligations or interests of the Client.
If the Consulting Agency places itself in position of conflict of interest or fails to
disclose promptly any conflict of interest to the Client;
f) within seven (7) days, if the Consulting Agency, in the judgment of the Client has
engaged in Corrupt or Fraudulent Practices in competing for or in executing the
Work order;
g) if the Client, in its sole discretion and for any reason whatsoever, within a period of
fifteen (15) days decides to terminate this Work order.
C. Payment upon termination: Upon termination of this Work order, the Client will make the
following payments to the Consultants:
a) Remuneration pursuant to relevant clauses for Services satisfactorily performed prior
to the effective date of termination;
b) If the Work order is terminated, the Consulting Agency shall not be entitled to receive
any agreed payments upon termination of the Work order. However, the Client may
consider to make payment for the part satisfactorily performed on the basis of the
quantum merit as assessed by it, in its sole discretion, if such part is of economic utility to
the Client. Under such circumstances, upon termination, the Client may also impose
liquidated damages as per the provisions of relevant clauses of this Work order. The
Consulting Agency will be required to pay any such liquidated damages to Client
within 30 days of termination date.
D. Disputes about Events of Termination: If either Party disputes termination of the work order
under relevant clauses hereof, such Party may, within forty-five (45) days after receipt of notice
of termination from the other Party, refer the matter to arbitration under relevant clauses hereof,
and this Work order shall not be terminated on account of such event except in accordance with
the terms of any resulting arbitral award.

Intellectual Property
A. Commission to own intellectual property created: All rights to any intellectual property
conceived or produced by the Consultant for the Client in the course of performing the
Consultancy Services and all information (including information that is in electronic form),
working papers, reports or other papers collected or produced by the Consultant for the
purpose of providing the Consultancy Services are the property of the Client from the date
that property is created or developed and the Consultant waives in favour of the Client any
moral rights that the Consultant may have.

Page 31 of 89
B. Existing intellectual property: Despite anything to the contrary contained in this
Agreement, it is understood and agreed that the Consultant shall retain all of its rights in its
proprietary information including, without limitation, its methodologies and methods of
analysis, ideas, concepts, expressions, know how, methods, techniques, skills, knowledge
and experience possessed by the Consultant prior to, or acquired by the Consultant during,
the performance of this Agreement and the Consultant will not be restricted in any way with
respect to the same.
C. IPR for any bespoke solution developed during the implementation of this project must lie
with GeM.
D. The bidder will be obliged to share the “Source Code” of the application with GeM which
shall be free to share it with other government departments.
E. On termination or completion: Not more than five (5) Business Days following the date of
termination of this Agreement (for whatever reason) or completion of the Consultancy
Services, the Consultant will deliver to the Client all information (including information that
is in electronic form), Confidential Information, intellectual property, working papers,
reports or other papers that are the property of the Client.

Obligations of the Agency


A. General: The Consulting Agency shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with generally
accepted professional techniques and practices, and shall observe sound management
practices, and employ appropriate advanced technology and safe methods. The Consulting
Agency shall always act, in respect of any matter relating to this Work order or to the
Services, as faithful advisers to the Client, and shall at all times support and safeguard the
B. Client’s legitimate interests in any dealings with Sub- consultants or third parties.

Conflict of interest
A. Prohibition of Conflicting Activities: Neither the Consulting Agency nor their Sub-
consultants nor the Personnel shall engage, either directly or indirectly, in any of the
following activities:
a) during the term of this Work order, any business or professional activities which would
conflict with the activities assigned to them under this Work order; and
b) after the termination of this Contact, such other activities as may be specified in the
Contract.

Page 32 of 89
c) during the term of this work order, the team members allotted by the Consulting Agency
to this project may not work with any other agency involved in setting up of an e-
commerce portal or a marketplace.
B. Confidentiality: The Consulting Agency, their Sub-consultants, and the Personnel of
either of them shall not, either during the term or after the expiration of this Work order,
disclose any proprietary or confidential information relating to the Project, the Services,
this Contact or the Client’s business or operations without the prior written consent of
the Client.
C. Documents Prepared by the Consulting Agency to be the Property of the Client: All
designs, reports, other documents and software submitted by the Consulting Agency
pursuant to this work order shall become and remain the property of the Client, and the
Consulting Agency shall, not later than upon termination or expiration of this Work
order, deliver all such documents and software to the Client, together with a detailed
inventory thereof. The Consulting Agency may retain a copy of such documents and
software. Restrictions about the future use of these documents and software, if any, shall
be specified in the Contract.
D. Liability of the Consulting Agency: Subject to additional provisions, if any, in this work
order the Consulting Agency’s liability under this Work order shall be as provided by
the Applicable Law. Limitation of liability is capped at 100% of the project value ()
E. Professional Liability Insurance: Consulting Agency will maintain at its expense,
Professional Liability Insurance including coverage for errors and omissions caused by
Consulting Agency negligence, breach in the performance of its duties under this Work
order from an Insurance Company permitted to offer such policies in India, for a period
of one year beyond completion of Services commencing from the Effective Date, (i) For
an amount not exceeding one time the total payments for Professional Fees made or
expected to be made to the Consulting Agency hereunder or (ii) the proceeds, the
Consulting Agency may be entitled to receive from any insurance maintained by the
Consulting Agency to cover such a liability, whichever of (i) or (ii) is higher with a
minimum coverage of [insert amount and currency].

Obligations of the client


A. Assistance and Exemptions: The Client will use its best efforts to ensure that the
Government will provide the Consulting Agency with work permits and such other
documents as necessary to enable the Consulting Agency to perform the Services:

Page 33 of 89
B. Issue to officials, agents and representatives of the Government all such instructions
as may be necessary or appropriate for the prompt and effective implementation of
the Services: -

Settlement of disputes
A. Amicable Settlement: The Parties shall use their best efforts to settle amicably all disputes
arising out of or in connection with this Work order or its interpretation.
B. Disputes Settlement: Any dispute between the Parties as to matters arising out of and relating
to this Work order that cannot be settled amicably within thirty (30) days after receipt by one
Party of the other Party’s request for such amicable settlement may be submitted by either
Party for settlement in accordance with the provision specified in the Contract or all disputes
shall be finally settled by Chairperson GEM SPV.
C. Any grievance regarding penalty shall be first decided/resolved at the level of CEO GeM and
with final decision of Chairperson, GeM SPV, whose decision shall be final.
D. Alternate Disputes Resolution: Any dispute between the Parties as to matters arising out of
and relating to this Work order that cannot be settled amicably within thirty (30) days after
receipt by one Party of the other Party’s request for such amicable settlement may be
submitted by either Party for settlement in accordance with the provision specified in the
Contract or all disputes shall be finally settled by the sole arbitrator as mutually appointed by
the two parties. Arbitration proceedings shall be held at New Delhi, India. The decision of the
arbitration shall be final and binding upon both the parties.

Responsibility for accuracy of project documents


The Consulting Agency shall be responsible for accuracy of the estimate and all other details
prepared by him as part of these services. He shall indemnify the client against any inaccuracy in
the work, which might surface during implementation of the project.

Security Audit , acceptance testing


i. The selected bidder shall be responsible for completion of security audit . The security audit shall be
conducted by CERT-IN certified agency as selected by The Client. The Client shall only select the
agency. The responsibility of completion of security audit at various stages of project life cycle is of
selected bidder. The successful bidder will bear the cost of carrying out the audit from CERT-IN
empaneled agency,
ii. The entire platform shall be tested in the staging environment before the deployment on the
production environment

Page 34 of 89
iii. The selected bidder shall conduct UAT and functional testing before roll out. The Client shall provide
services for which functional testing shall be performed.
iv. For each service to be integrated, there shall be requirement analysis, functional testing and audits
performed as required by The Client.
v. The Client or its nominated agency shall provide approval on testing results and audit results before
the platform or API integrated services are considered Live.
vi. The primary goal of Acceptance Testing and Certification is to ensure that the Project (including all
the project components as discussed in the scope of work) meets requirements, standards,
specifications and performance, by ensuring that the following are associated with clear,
quantifiable metrics for accountability:
o Functional requirements
o Infrastructure (Hardware and Network) Compliance Review
o Availability of the project Services in the defined locations
o Performance
o Security
o Manageability
o SLA Reporting System
o Project Documentation (Design, development, configuration, training and administration
manuals etc)
o Data Quality Review
vii. As part of Acceptance testing, performed by The Client, It shall review all aspects of project
development and implementation covering software, hardware and networking including the
processes relating to the design of solution architecture, design of systems and sub-systems, coding,
testing, business process description, documentation, version control, change management,
security, service oriented architecture, performance in relation to defined requirements,
interoperability, scalability, availability and compliance with all the technical and functional
requirements of the RFP and the agreement.
viii. The procedures and parameters for testing will be laid down by the Client ; the solution deployed by
the vendor has to satisfy appointed acceptance testing upon which the system shall go-live, subject
to The Client approval.
ix. The Client will establish appropriate processes for notifying the selected bidder of any shortcomings
from defined requirements at the earliest instance after noticing the same to enable the selected
bidder to take corrective action. All gaps identified shall be addressed by the bidder immediately
prior to Go-live of the solution. It is the responsibility of the selected Bidder to take any corrective
action required to remove all shortcomings, before the roll out of the project.
x. It is to be noted that the involvement of the Client for acceptance testing and certification, does not
absolve the selected bidder of his responsibilities to meet all SLAs as laid out in this RFP document.
xi. It is to be noted that:
o The Client may get the solution additionally audited through an CERT-IN certified agency
before Go-Live and periodically after Go-Live in order to ensure the success of the project.
Such Agency for carrying out the acceptance testing, and certification of the entire solution
will be nominated by the Client. However, the completion of audit shall be facilitated and
ensured by selected bidder. The cost of such additional audit shall be borne by the clint.
xii. Following discusses the acceptance criteria to be adopted for the project as mentioned above. The
list below is indicative and the activities will include but not be limited to the following:

Page 35 of 89
o Functional Requirements Review

The solution developed/customized by selected Bidder shall be reviewed and verified by the
Client against the Functional Requirements signed-off between the Client and the selected
Bidder. All gaps, identified shall be addressed by the bidder immediately prior to Go-live of
the solution. Selected bidder may develop its own testing plans additionally for validation of
compliance of system against the defined requirements. The acceptance testing w.r.t. The
functional requirements shall be performed by The Client's representative (external audit)
as well as the select internal department users (User Acceptance Testing) and system has to
satisfy both third party acceptance testing and internal user acceptance testing, upon which
the system shall go-live.

For conducting the User Acceptance Testing, the Client shall identify the employees from
respective divisions, who shall be responsible for day-to-day operations of the functions
automated through the project. The system, during the functional requirements review,
shall necessarily satisfy the user acceptance testing process.

For Pilot services identified for API integration, the employees of the department owning
the citizen centric service shall perform the user based tests.

Performance targets for each Machine learning application must be


defined and mutually agreed between the vendor and GeM

Vendor must ensure that any pre-trained model being used for
accomplishing the work does not have any copyright/ license issues

o Infrastructure Compliance Review

The Client shall perform the Infrastructure Compliance Review to verify the conformity of
the Infrastructure (both IT, non IT as well as Network infrastructure) deployed by the
selected Bidder to meet the requirements and specifications provided in the RFP and/or as
proposed in the bid submitted by the selected Bidder. Compliance review shall not absolve
the bidder from ensuring that proposed infrastructure meets the SLA requirements.

o Security Review

The software developed/customized shall be audited by CERT-IN certified agency selected


by The Client from a security and controls perspective. Such audit shall also include the IT
infrastructure and network deployed for the project. Following are the broad activities to be
performed by security audit agency as part of Security Review. The security review shall
subject the solution to at least the following activities.

o Audit of Network, Server and Application security mechanisms

Page 36 of 89
o Assessment of authentication mechanism provided in the application
/components/modules

o Assessment of data encryption mechanisms implemented for the solution

o Assessment of data access privileges, retention periods and archival mechanisms

o Server and Application security features incorporated etc

Data Quality
The Client shall perform the Data Quality Assessment for the data migrated by the bidder to
the new system. The errors/gaps identified during the Data Quality Assessment shall be
addressed by the bidder before moving the data into production environment, which is a
key mile stone for Go-live of the solution.

Data quality parameters will be defined and mutually agreed between the selected bidder
and GeM during the course of implementation and before start of data migration to the
production environment.

Liquidated damages
A. If the selected Consultant fails to complete the Assignment, within the period specified under
the work order, the Performance Guarantee is liable to be forfeited in full or part in case of
underperformance and undue delays in performance by the agency, besides other action,
including blacklisting of the agency as may be deemed fit by GeM.
B. If any losses or damages are suffered by GeM SPV due to any negligent act of the Consulting
Agency, the quantification of which may be difficult, then the amount specified hereunder
shall be construed as reasonable estimate of the damages and both the Consulting Agency
agrees to pay such liquidated damages, as defined hereunder as per the provisions of this
Work Order.
C. The liquidated damages shall be applicable as per relevant clause of RFP:
D. The amount of liquidated damages under this Work Order shall not exceed 20% of the total
value of the contract.
Penalty on resource replacement
In case any onsite resource is changed by the selected applicant during one-time implementation
phase, a replacement penalty of INR 1 Lakh Or 1 % of invoice value for implementation phase,
whichever is higher per replacement will be levied. Any such change shall be with the prior
approval of the client.

Page 37 of 89
Miscellaneous
1) Assignment and Charges
a. The Work order shall not be assigned by the Consulting Agency save and except with prior
consent in writing of the Client, which the Client will be entitled to decline without assigning
any reason whatsoever.
b. The Client is entitled to assign any rights, interests and obligations under this Work order to
third parties.
c. Indemnity: The Consulting Agency agrees to indemnify and hold harmless the Client from
and against any and all claims, actions, proceedings, lawsuits, demands, losses, liabilities,
damages, fines or expenses (including interest, penalties, attorney’s fees and other costs of
defense or investigation (i) related to or arising out of, whether directly or indirectly, (a) the
breach by the Consulting Agency of any obligations specified in relevant clauses hereof; (b)
the alleged negligent, reckless or otherwise wrongful act or omission of the Consulting
Agency including professional negligence or misconduct of any nature whatsoever in relation
to Services rendered to the Client; (c) any Services related to or rendered pursuant to the
Work order (collectively ―Indemnified matter). As soon as reasonably practicable after the
receipt by the Client of a notice of the commencement of any action by a third party, the
Client will notify the Consulting Agency of the commencement thereof; provided, however,
that the omission so to notify shall not relieve the Consulting Agency from any liability
which it may have to the Client or the third party. The obligations to indemnify and hold
harmless, or to contribute, with respect to losses, claims, actions, damages and liabilities
relating to the Indemnified Matter shall survive until all claims for indemnification and/or
contribution asserted shall survive and until their final resolution thereof. The foregoing
provisions are in addition to any rights which the Client may have at common law, in equity
or otherwise.
d. Notices: Unless otherwise stated, notices to be given under the Work order including but not
limited to a notice of waiver of any term, breach of any term of the Work order and
termination of the Work order, shall be in writing and shall be given by hand delivery,
recognized international courier, mail, telex or facsimile transmission and delivered or
transmitted to the Parties at their respective addresses specified in the Contract. The notices
shall be deemed to have been made or delivered (i) in the case of any communication made
by letter, when delivered by hand, by recognized international courier or by mail (registered,
return receipt requested) at that address and (ii) in the case of any communication made by
telex or facsimile, when transmitted properly addressed to such telex number or facsimile

Page 38 of 89
number.
e. Severability: If for any reason whatever any provision of the Work order is or becomes
invalid, illegal or unenforceable or is declared by any court of competent jurisdiction or any
other instrumentality to be invalid, illegal or unenforceable, the validity, legality or
enforceability of the remaining provisions shall not be affected in any manner, and the Parties
will negotiate in good faith with a view to agreeing upon one or more provisions which may
be substituted for such invalid, unenforceable or illegal provisions, as nearly as is practicable.
Provided failure to agree upon any such provisions shall not be subject to dispute resolution
under the Work order or otherwise.
f. Professional Liability Insurance: Consulting Agency will maintain at its expense,
Professional Liability Insurance including coverage for errors and omissions caused by
Consulting Agency‘s negligence, breach in the performance of its duties under this Work
order from an Insurance Company permitted to offer such policies in India, for a period of
one year beyond completion of Services commencing from the Effective Date, (i) For an
amount not exceeding one time the total payments for Professional Fees made or expected to
be made to the Consulting Agency hereunder or (ii) the proceeds, the Consulting Agency may
be entitled to receive from any insurance maintained by the Consulting Agency to cover such
a liability, whichever of (i) or (ii) is higher with a minimum coverage of [insert amount and
currency].
Performance security
a. The Consultant shall prior to the Effective Date and as a condition precedent to its entitlement
to payment under this Work order, provide to the Client a legal, valid and enforceable
Performance Security in the form of an unconditional and irrevocable bank guarantee as
security for the performance by the Consultant of its obligations under this Work order, in the
form set out in this work order, in an amount equal 10 (Ten) percent of the total cost of
Financial Proposal under this Assignment. Further, in the event the term of this Work order
is extended, the Consultant shall at least thirty (30) days prior to the date of expiry of the then
existing bank guarantee, provide an unconditional and irrevocable bank guarantee as
Performance Security for an amount equivalent to 10 (ten) percent of the total cost of
Financial Proposal under this Assignment.
b. The Performance Security shall be obtained from a scheduled commercial Indian bank, in
compliance with Applicable Laws (including, in case the Consultant is a nonresident, in
compliance with applicable foreign exchange laws and regulations).
c. The Performance Security shall be extended accordingly such that the Performance Security

Page 39 of 89
remains valid until the expiry of a period of 120 (One Twenty) Days from the date of
completion of the assignment. If the Client shall not have received an extended/
replacement Performance Security in accordance with this clause at least thirty (30) days
prior to the date of expiry of the then existing Performance Security, the Client shall be
entitled to draw the full amount of the bank guarantee then available for drawing and
retain the same by way of security for the performance by the Consulting Agency of its
obligations under this Work order until such time as the Client shall receive such an
extended/ replacement Performance Security whereupon, subject to the terms of this
Work order, the Client will refund to the Consulting Agency the full amount of the bank
guarantee, unless the Client has drawn upon the Performance Security in accordance with
the provisions of this Work order, in which case only the balance amount remaining will be
returned to the Consulting Agency; provided that the Client will not be liable to pay any
interest on such balance. The Client will return the bank guarantee provided as Performance
Security to the issuer thereof for cancellation promptly upon receipt of any extension/ replacement
thereof. Subject to satisfactory completion of all deliverables under this Work order, the
Performance Security will, subject to any drawdowns by the Client in accordance with the
provisions hereof, be released by the Client within a period of 120 (One Twenty) Days from
the date of completion of the services.
d. Performance security to be taken in case of any non- compliance, to-be immediately refurbished
if decided to continue with applicant.
e. Performance security will be suitably extended by Agency in case client wishes to extend the
contract
Patents, Copyright & Intellectual Property Rights, Source Codes / Perpetuity License
a. The client shall own intellectual property created: All rights to any intellectual property conceived or
produced by the SI for the Client in the course of performing the SI services and all information
(including information that is in electronic form), working papers, reports or other papers collected
or produced by the SI for the purpose of providing the SI Services are the property of the Client from
the date that property is created or developed and the SI waives in favour of the Client any moral
rights that the SI may have. Intellectual Property Rights for any software property and documents
(including source codes, databases, documents, training manuals, course content etc.) developed for
this project shall lie with the Client. The Intellectual Property Rights of all the software code, data,
algorithms, documentation, manuals, etc. generated as a part of implementation of this project shall
solely vest with the client.

b. Existing intellectual property: Despite anything to the contrary contained in this Agreement, it
is understood and agreed that the SI shall retain all of its rights in its proprietary information including,
without limitation, its methodologies and methods of analysis, ideas, concepts, expressions, know
how, methods, techniques, skills, knowledge and experience possessed by the SI prior to, or

Page 40 of 89
acquired by the SI during, the performance of this Agreement and the SI will not be restricted in any
way with respect to the same.

c. For any customized part / development of the software / License solely for the purpose of this
project, the SI shall handover the source codes at the time of the Go-Live.

d. Any further developments, customizations during the period of the of the contract, the SI shall
handover the source codes to the client on as and when basis. At the end of the contract period or
pre mature expiry of the contract due to any reason whatsoever, final documentation shall be
provided by the selected bidder to The Client with all updates and modifications failing which may
lead to revoking the performance security by The Client.

e. In case of OEM Commercial-off-the-shelf / proprietary software provided, all such respective


OEM specific License packages will be supplied, installed, commissioned, operated,
warranted and maintained by the selected bidder as part of the RFP response.

f. Comprehensive License shall be provided for Unlimited user access on perpetual basis

g. All Such OEM / Proprietary Licenses / software applications shall be supplied in the name of
the client as the owner of the license.

h. All such OEM / Proprietary Licenses / software applications shall be supplied for
unconditional usage of the client

i. All such OEM / Proprietary Licenses / software applications shall be customizable to the
extent to meet the functionalities and scope of work and goals of this RFP.

j. All customizations conducted for the purpose of this RFP shall be owned by the client and SI
shall transfer all IP rights and supply all source codes, SDLC documents for the customized portion
of any development done by the SI for the purpose of this RFP.

k. If a third party claims that a product proposed by the selected bidder to The Client infringes that
party’s patent or copyright, the selected bidder shall defend The Client against that claim at the
selected bidder’s expense and pay all costs, damages, and attorney’s fees that a court finally awards
or that are included in a settlement approved by the selected bidder, provided that The Client
promptly notifies selected bidder in writing of the claim and Allows selected bidder to control, and
cooperates with the selected bidder in the defense and any related settlement negotiations.

l. The selected bidder will have to provide source code for all tested modules as well as the final
approved application along with all documents required to maintain or handle the source code as
per Software Engineering Management Practices. Handing over of the source code is essential at
every stage tagged with Payment Terms.

m. On termination or completion: Not more than five (5) Business Days following the date of termination
of this Agreement (for whatever reason) or completion of the contract period, the SI will deliver to

Page 41 of 89
the Client all information (including information that is in electronic form), Confidential Information,
intellectual property, working papers, reports or other papers that are the property of the Client.

*All conditions of RFP shall be considered to be integral part of this work order.

Signature Not Verified


Digitally signed by Anuj Kumar
Date: 2020.09.01 18:39:23 IST
Location: eProcure-EPROC
Page 42 of 89

You might also like