Download as pdf or txt
Download as pdf or txt
You are on page 1of 27

Appx ‘A’

Sub: Introduction about The Project / Services Being Proposed for Procurement
Through GeM Using Custom Bid Functionally

REQUEST FOR PROPOSAL FOR DESIGN, DEVELOPMENT AND


HOSTING OF WEBSITE ON INTERNET
Appx ‘B’

Sub: Instructions to Bidders

1. Bidder must submit following documents along with Technical Bid (to be
scanned and uploaded on GeM portal): -

(a) Proof of registration / renewal of registration of vendor in similar nature of


items / services, if any.

(b) EMD, where application or Proof of Exemption will be submitted online

(c) Certificate of Acceptance of Standard and Special Conditions of RFP

(d) Technical Bid comprising Certifications, Previous Supply Orders, Technical Brochures
(If any) and other documents as asked

Essential Details of Items/Services required

Schedule of Requirements. List of Items/services required is as follows: -

Sl. Description of Items/Services required Qty


No.
(a) Designing of Website (portal) 01 Job

(b) Development of website of MILIT as per the scope 01 Job

(c) Content (images, videos and databases etc) creation 01 Job

(d) Digital SSL Certification 01 Job

(e) Domain name registration and website hosting on suitable web hosting 01 Job
server with NIC server in India only.
(f) Vulnerability Assessment and Penetration Testing through third party 01 Job
CERT-IN empaneled agency selected/appointed by MILIT and mitigation
of observations (if any)
(g) Onsite support for First year after hosting of website on server and 01 Job
complete handing over the project in all respects.
(h) Support for Second year (online or onsite handling of defect / problem 01 Job
projected by MILIT within stipulated time frame)
(j) Support for Third year (online or onsite handling of defect / problem 01 Job
projected by MILIT within stipulated time frame)
Technical Details. Detailed scope of work including specifications, technical details with
technical parameters, requirement of training, installation/commissioning, acceptance trials,
technical documentation, assistance required after warranty, requirement of pre-site /
equipment inspection etc is given at Appendix ‘C’.

Two-Bid System. In respect of Two-bid system, Bidders are required to furnish clause by
clause compliance of specifications bringing out clearly the deviations from specification, if
any. The Bidders are advised to submit the compliance statement in the following format
along with Technical Bid: -

Para of RFP Specification of Compliance to RFP In case of noncompliance,


specification item offered specification – deviation from RFP to be
s item wise whether Yes / No specified in unambiguous
terms

Delivery Period (Project Execution Period). Design, Development and Hosting of


Website on Internet is to be completed within 180 days from the date of supply order /
contract. VAPT by an independent CERT-IN empaneled agency and removal of any
vulnerabilities pointed out by the agency are also to be completed within the
prescribed project execution period i.e. 180 days from the supply order / contract.
Appx ‘C’
SUB :- DETAILED SCOPE OF WORK

1. Project Objective. The objective of the project is Design, Development and Hosting of
MILIT’s Website on Internet. The project will involve multimedia content creation, functionality /
acceptance testing, vulnerability and penetration testing, production of documentation / manuals
and training of admin users of MILIT as per the following schedule of requirements: -

Sl Description of Items/Services required Qty


(a) Designing of Website (portal) 01 Job
(b) Development of website of MILIT as per the scope 01 Job
(c) Content (images, videos and databases) creation 01 Job
(d) Digital SSL Certification 01 Job
Domain name registration and website hosting on suitable web hosting
(e) 01 Job
server with NIC server in India only.
Vulnerability Assessment and Penetration Testing through third party
(f) CERT-IN empaneled agency selected/appointed by MILIT and mitigation of 01 Job
observations (if any)
Onsite support for First year after hosting of website on server and
(g) 01 Job
complete handing over the project in all respects.
Support for Second year (online or onsite handling of defect / problem
(h) 01 Job
projected by MILIT within stipulated time frame)
Support for Third year (online or onsite handling of defect / problem
(j) 01 Job
projected by MILIT within stipulated time frame)

2. Project Deliverables and Delivery Schedule . The following deliverables as per the
delivery schedule shown below are to be provided by the contractor as part of the project: -

Sl Deliverable Last Date / Period


(a) Design Document (duly approved by MILIT) Within 40 days from SO
(b) Acceptance Test Procedure (duly approved by MILIT) Within 60 days from SO
(c) Creation of multimedia content including pictures / videos Within 80 days from SO
/ databases etc (duly approved by MILIT)
(d) Development of website and demonstration of the Within 100 days from SO
functionality and features to MILIT officers
(e) Hosting of Website on Internet server Within 120 days from SO
(f) Acceptance Testing of Website (by MILIT users) and Within 140 days from SO
mitigation of failures (if any)
(g) Training of MILIT admin / users who would be Within 160 days from SO
responsible to update data on website on a regular basis
(h) VAPT (by CERT-IN empaneled agency) and mitigation of Within 180 days from SO
failures (if any)
(j) Handing over of final Source Code Within 180 days from SO
3. Overview of Website.

(a) The website is to represent and showcase Military Institute of Technology (MILIT) which is
an Armed Forces Training Institute (AFTI) under HQ IDS since 01 Apr 2015. MILIT is co-located
with Defence Institute of Advanced Technology (DIAT) at Girinagar, Pune which is a Deemed
University and has its own website. Similarly, other older AFTIs viz. NDA, DSSC and CDM also
have their respective websites on Internet and the proposed website is required to provide
information about MILIT on similar lines as the respective websites of NDA, DSSC, CDM and
DIAT do for each Institute.

(b) The website is required to be dynamic web portal wherein the information about MILIT
and the training conducted at MILIT is to be uploaded and updated on a regular basis. This
includes information about organization / function of MILIT, various academic courses and
programs conducted at MILIT, facilities and infrastructure available at MILIT, publications of
MILIT and information for and about students of MILIT. The website should reflect various
functions, activities, and the vibrant environment and campus life at MILIT so that people
visiting / browsing the website get a fair idea about MILIT.

(c) The website is required to have a highly attractive, elegant and uncluttered look, be user
friendly and aesthetic in its layout design, and be built with responsive in web design. The
website is to include an intuitive, easy-to-use interface that allows all stakeholders to get their
information quickly regardless of the device they are using. The website should also be easy to
maintain for administrators and content creators.

4. Target Audience of Website. The website should showcase the capabilities and
grandeur of MILIT to National as well as International general population. The Website is aimed
mainly for the following audience apart from general population: -

(a) Officers of Army / Navy / Air Force who are nominated to attend courses at MILIT for all
types of courses, especially the long courses.

(b) International Student Officers and respective diplomatic channels.

(c) Officers who are posted as staff to MILIT and want to find out about the organization
before joining.

(d) Alumni of MILIT who would like to be updated about their alma mater.

(e) Officers of Indian Armed Forces who have to undertake Distance Learning prior to joining
MILIT for courses and those who may be want to enroll for E-Learning in MILIT (as and when
such facility is offered by MILIT in the future).

(f) Personnel (service or civilian) searching for general technology journals / magazines
published by MILIT.

(g) Personnel of Indian Armed Forces and allied organizations seeking technology related
papers / reports (full text) which may not be fully shared with general public.

(h) Existing / prospective vendors who want to enter into contracts with MILIT.
5. Features of Website. The website should support: -

(a) Display of bilingual information in Hindi and English as per GoI guidelines for govt
websites.
(b) Cross Browser Compatibility with all the browsers like Chrome, Mozilla Firefox,
Internet Explorer, Safari, Opera, Microsoft Edge etc.
(c) Multiple popular Operating Systems (Windows, Linux, Android, iOS etc).
(d) Consistent Website Design that remains consistent throughout all pages to
maximize usability, except where differentiating between departments or sections of the
website as requested by MILIT.
(e) Easy Updating – design elements should include background images,
photographs, logos and buttons that are easily updated or swapped out by MILIT’s
administrators at any time without incurring any additional implementation or update
charges.
(f) Responsive page design to work perfectly on all devices (Desktop, Laptop,
Smartphones, Tablets etc) and popular Operating Systems.
(g) Different access levels and permissions. Separate Authentication Privileges for
Super-User (System Administrator) and Special Users (Content Creators) for Website &
Database Management.
(h) Easy to use Content Management System (CMS) so that non-technical content
contributors and system administrator of MILIT can easily add / change content. This
should provide User Dashboards, Automatic Sitemap, Admin user panels, page
templates, online forms etc for easy data up-dation and uploading. Admin users should
have the ability to Add/Edit/Delete the content, menus, sub-menus on any page.
(j) Broken Links Review by system administrator so that links can be corrected.
(k) Website Analytics so that system administrator can review, filter and export website
statistics and present information in a graphical representation.
(l) Advanced Site Search which allows users to sort internal site search results by
date, content, titles, or type of content, search web content as well as contents of files
(pdfs, word documents etc) and which is contained exclusively within MILIT’s website and
not outsourced to an external page hosted by a search provider such as Google.
(m) Event Calendar setup facility
(n) Video content without requirement of plugins.
(o) Search Engine Optimization.
(p) Social Media integration and interactivity.
(q) Scalability for future additions and increase in traffic.
6. Response Time. Average response time for loading of all pages should be minimum (on
an average of 1.5 seconds or less).

7. Content Creation. Since MILIT does not have any existing website, all the content
including text and multimedia content like images, videos and databases are to be created for
the first time. The main menu and second and third level menu / information has been identified
and annexed at the end of this scope of work document. Departments of MILIT who are
responsible for the respective data and content have also been indicated in the Annexure. The
contractor is to provide professional photographers / videographers and content developers
(experts) who will interact with respective departments of MILIT and create the content
necessary for inclusion in the website. Capturing of data and content and converting it into high
quality format suitable for hosting on the website is to be undertaken by these experts and the
collated data / images / videos are to be submitted for approval by respective department of
MILIT and by Head, Department of Studies before the same is uploaded on the web server. The
total amount of content will depend upon the menus and sub-menus listed at annexure and the
same will decide how many numbers of pages are included in the website. The quantum of
content / pages is estimated to be approximately (+/- 10%) equal to the quantum of content /
pages available on the existing website of the sister AFTI, NDA. The following requirements is to
be added: -

(i) High Quality Images – 300


(ii) Videos – up to 30 mins
(iii) Databases – 20

8. Technology / Platform Requirements.

(a) Based on Web 3.0 based CMS and preferably use Open-Source Tools like LAMP,
Moodle, HTML5, CSS3 and JAVA Scripts Framework like JQuery / other necessary
futuristic frameworks etc. Open-source technology should facilitate backend integration
with various applications created by MILIT from time to time.

(b) Server-Side Programming Language . PHP Server Side Framework – WordPress


OR any other Programming language / framework as deemed suitable while designing of
the Website. Front end for the website (if requires to be changed) will be intimated before
development of the Website.

(c) Database. My SQL Hosting OS Platform – Linux/Windows Webpages


customization by latest CSS, Media Players.

(d) Rich user interface based on framework like Bootstrap.

(e) Latest JavaScript based frameworks like angular JS or react native can be used for
efficient and quick responses form website.

(f) Development Methodology. The development methodology should follow an


iterative-prototype approach especially in the initial startup and design phase.
9. Compliance to Standards & Statutory Guidelines . The website should comply with: -

(a) World Wide Web Consortium’s (W3C) Web Content Accessibility Guidelines
(WCAG) under the Web Accessibility Initiative (WAI).

(b) GOI’s Guidelines for Indian Government Websites (GIGW).

(c) Latest cyber guidelines as specified by Defence Cyber Agency.

10. Domain Name Registration, Hosting and Backup

(a) Domain Name Registration is to be undertaken by the Contractor so that the


website has a suitable URL like www.milit.nic.in / www.milit.gov.in / www.milit.ac.in /
www.milit.ac.in or similar URL acceptable to MILIT.

(b) Contractor will host the website on suitable web robust hosting environment
(hosting Cloud Service) within the geographical boundary of India, preferably with NIC or
alternatively with a reputed, private Indian Hosting Service. The hosting is to be
undertaken in reliable data centers with guaranteed uptime of 99.9% backed by a Service
Level Agreement (SLA), full disaster recovery to a backup data center with less than 60
minutes site restoration and less than 15 minutes data replication. The hosting platform
should provide a complete Distributed Denial of Service (DDoS) mitigation solution to
detect and mitigate malicious cyber-attacks.

(c) Daily backup facility (in addition to cloud-based backup by Service Provider) should
be available with a user-friendly backup feature where MILIT’s administrator can take
backup/restore to/from a local machine.

11. Security Features.

(a) Enhanced User and login security is to be provided with below set of security
features. The web Portal administrator may: -

(i) Limit the number of invalid logins attempt before blocking accounts

(ii) Deny access by IP address, temporarily or permanently.

(a) Audit logging functionality to all entities, so you can easily track entity views,
inserts, updates and deletes.

(b) Document Access Logs are to be maintained.

(c) SSL certification is to be undertaken for the website by the contractor so that the
website’s identity is authenticated and encrypted connections are enabled.

(d) Provision for forwarding weblogs to Security Incident and Event Monitoring (SIEM)
log aggregator of Defence Cyber Agency is to be provided. The logs of the website are to
be forwarded to MILIT for regular monitoring and the SIEM log aggregator at Defence
Cyber Agency for near real time secondary monitoring of the logs. If real time forwarding
of logs is not feasible, support agreement must be made with the Hosting Platform
provider to periodically (at least once weekly) forward logs to MILIT and Defence Cyber
Agency and on specific request as and when required (on detection of a cyber-incident
etc).

12. Documents & Manuals. The following documents and manuals (in English Language),
helpful in using, operating and maintaining the website shall be provided (duly approved by
MILIT) at suitable junctures of the project execution as per the delivery schedule: -

(a) Design Document. This will contain a wireframe version of the proposed website
and be developed by contractor based on requirements capture and usability design
study.
(b) Acceptance Test Procedure (ATP). This will contain methods to undertake usability
testing and testing to check whether the website meets all the specifications given in this
scope of work and sample use cases to undertake such testing.
(c) Training Manual. This will contain sequence of steps for system administrator and
special users (content creators / updaters) to undertake the tasks of administration and
up-dation of website.

13. Testing.

(a) Acceptance Testing. This will include functional testing of all features and
compliance to all technical specifications given in this scope of work. Testing will be
undertaken by designated MILIT representatives as per the approved ATP. The contractor
is to ensure that the testing is completed within the stipulated delivery schedule. All
failures / problems reported during this testing are to be rectified by the contractor within
stipulated time schedules.

(b) Vulnerability Analysis & Penetration Testing (VAPT). This will be conducted by
an independent CERT-IN empaneled agency identified by MILIT and the contractor will be
responsible to provide assistance so that testing can be conducted without any problems
or delay. Removal of vulnerabilities (if any after VA/PT) will be sole responsibility of the
contractor as per the stipulated delivery time schedule. Safe to Host Certificate obtained
after removal of vulnerabilities and final report of VA/PT testing is to be forwarded to
Defence Cyber Agency for vetting by MILIT. Facilitation of this independent VA/PT of the
website initially on a staging server for provisional clearance prior making the application
live is the responsibility of the contractor. Finally, facilitation of VA/PT on the live website
for final clearance is also the responsibility of the contractor.
14. Training.

(a) Initial Training. MILIT shall designate at least one representative from each
faculty / department who would be responsible to update data on the website on a regular
basis and also an overall administrator of the website. Such designated personnel are to
be provided training so that they can effectively operate and update / upload / maintain the
information on the website. This training of at least 05 working days is to be undertaken
after Acceptance Testing of the Website and mitigation of failures (if any) and before
VAPT. A training manual (in hard and soft copy, clearly and lucidly including the steps to
be undertaken for data updates and general administration of website) is to be provided to
MILIT during this training session.

(b) Annual Training during seven years of support . Similar training, but limited to
03 working days each, is to be undertaken every year during the seven-year support
provided. This is envisaged since personnel at MILIT are transferrable and would be
changing on a regular basis. Any changes / corrections in the training manual due to
changes / maintenance of website during the support period are to be indicated and
undertaken during such training sessions.

15. Warranty/support. Post installation and commissioning and the project execution period,
onsite as well as online support (for maintenance of the website) for a period of 03 years is to
be provided to MILIT. In the first year of this support, a duly qualified resident engineer is to be
available at MILIT during the working hours of MILIT to provide the requisite hand-holding in up-
dation and maintenance of the website. In the remaining six years, online support from
remote or onsite support (if required) is to be provided. In case of any problem reported by
MILIT, the same is to be attended within 06 hours and the problem resolved within a maximum
of 06 working days. A penalty by way of deduction of payment (proportional to the downtime /
non-rectification of problem reported by MILIT) will levied from the payment due for each year of
support. The vendor is also required to facilitate VA/PT during the Warranty/Support, annually or
as and when ordered by Defence Cyber Agency. The CERT-IN empaneled firm which does the
VA/PT will be engaged/ paid by MILIT but facilitation & mitigation of the observations brought out
during the VA/PT is the responsibility of the contractor.

16. Patches and Upgrades. The contractor shall be responsible for uploading of all patches /
updates to the website or system software during the warranty and support period. SOP for
updating the website Framework/Database etc to the latest secure and patched release is to be
made and followed. Defence Cyber Agency is to be intimated of any major design changes /
upgradation of the website by MILIT as and when it occurs during the warranty / support phase.
The contractor is to ensure that version numbering and configuration control is done and the
changes are to be documented throughout the project execution and warranty / support phase.
17. Miscellaneous Requirements.

(a) The contractor has to share source code of the product with MILIT from time to time
as and when any changes are made during the warranty / support period.

(b) All material / product and related codes would be property of MILIT and contractor
would have no claim over the same in future.

(c) Non-Disclosure / Confidentiality. All data, information, content that is


generated for the website or is shared by MILIT with the contractor should be stored
securely and kept confidential and vendor should not share the same with any third party
under any circumstance.

(d) No copyrighted or unlawful material is to be used by the contractor in the


development of website and if such a breach is found, the contractor (and not MILIT) will
be liable for legal action.

(e) The contractor is to provide a team of user experience, design and development
professionals led by an experienced project manager. The team should include sufficiently
qualified personnel and include all necessary types of work skills - technical, graphics,
language experts etc. The personnel deployed during design, development, testing and
support phases of the project are to have necessary police verification done before
entering MILIT premises. MILIT reserves the right to ask for a change of personnel
deployed by the contractor if the quality of work / skills / integrity of the person is in
question
Annexure
(to Scope of Work)
MILIT INTERNET WEBSITE – CONTENTS, ACCESS RESTRICTIONS AND RESPONSIBILITIES
Sl Main & 2nd Level Menu 3rd Level Menu / Details of Info Posted Access Responsibility of
Headings Restrictions Content Creation &
Updation
HOME Image Carousel Widget; Insignia; Quotes; Ticker - DoS
Tape; Visitor Count; Comdt’s Photo & Bio;
Frequently Used Links

ABOUT US
History Detailed History (Pre 2015 & Post 2015) - DS Coord

Organisation Broad Organisation Chart of MILIT (officer level) - CoA


including photos of incumbents
MILIT Video Latest official video(s) of MILIT - DS Coord

Vision Vision Statement of MILIT - DoS

Mission Mission Statement of MILIT - DoS

Insignia Crest & Formation Sign of MILIT and their history; - DS Coord
Crests of HQ IDS and three Services
How to reach Google Map of MILIT; Air, Rail & Road - DS Coord
approaches to MILIT; Distances from well-known
locations in Pune
Places to Visit Sinhagad; Khadakwasla Lake etc - DS Coord

Related Links Twitter, Facebook handles of MILIT; Links to - DS Coord


Army, Navy, Air Force, IDS websites; Links to
NDA, CDM, DSSC websites
Contact Us Important Emails, Phones (landlines / Army / AF / - DS Coord
Navy numbers / mobile numbers)
ACADEMICS
Programs & Courses Long Courses; Short Courses; Capsule Courses - Respective Faculties
DSTSC(A), DSTSC(N), DSTSC(AF), NTSC and based on standard format
all other courses of MILIT in above three sub- of page for each course
menus decided by Navy Faculty
Syllabus Links & pages giving broad syllabus for each - Respective Faculties
course based on sub menus as above. The broad based on standard format
syllabus should be in conformity with the syllabus of page for each course
shared with SPPU or other affiliated Universities decided by Air Force
(if applicable) Faculty
Faculties Army; Navy; Air Force - Respective Faculties
Separate pages for each faculty based on standard format
of page for each faculty
decided by Army Faculty
Departments DS Coord;DoS; Admin; Logistics - Respective Departments

Academic Calendar Broad Academic Calendar - DS Coord

Faculty Development Details of regular, ongoing and past FDPs - DoS


Programs
Awards & Trophies Course wise awards & trophies instituted in MILIT - DS Coord

Affiliations Details of Affiliations and links to affiliated - DS Coord


Universities

FACILITIES
Mehra Auditorium Description, Photographs & Training Aids - DS Coord
Available
Classrooms Description, Photographs & Training Aids - Respective Faculties
Available
Library Description, Photographs & Training Aids - DoS
Available
Air Hangar Description, Photographs & Training Aids - Air Force Faculty
Available
Combat Vehicles Division Description, Photographs & Training Aids - Army Faculty
Available
Sand Model Room Description, Photographs & Training Aids - Army Faculty
Available
Naval Technical Complex Description, Photographs & Training Aids - Navy Faculty
Available
Naval Armament Bay Description, Photographs & Training Aids - Navy Faculty
Available
Naval Experimental Bay Description, Photographs & Training Aids - Navy Faculty
Available
Automatic Controls Lab Description, Photographs & Training Aids - Navy Faculty
Available
Armament Museum Description, Photographs & Training Aids - Army Faculty
Available
IT Facilities Description, Photographs & Training Aids - ITCS
Available
Support Facilities Submenus for other locations like Officers Mess, - CoA
JCOs Mess, Sports Facilities, QM, MTO etc and
Description, Photographs & Facilities Available of
each Location

PUBLICATIONS
MILIT Journal Last three Journals - DoS

MILITGiri Last four magazines - Army Faculty

E Tachyons Last four magazines - Air Force Faculty


Coffee Table Book Last three books - Army Faculty
(Ghorpad)
Dissertations List and abstracts of last three years’ dissertations Only abstracts DoS
available to
Papers List and abstracts of last three years’ papers general public DoS

PHOTO GALLERY
Courses’ Gallery Group Photos of all courses that have passed out - DS Coord
in the past (since 2015)
Comdts’ Gallery Pictures of all the past Comdt’s (Pre 2015 & Post - DS Coord
2015)
Visitors’ Gallery Pictures of all past prominent visitors to MILIT - DS Coord
(since 2015) categorized academic year wise
Events’ Gallery - Last one years events pictures - DS Coord
- Historical events pictures (since 2015)

FOR STUDENTS
International Students Joining Instructions; Documents to carry; Forms to - Air Force Faculty (info i.r.o.
be filled on joining (Personal details, Accn, ETA, DSTSC to be posted
VehReqn, Permission to bring family etc); Names including info from other
& Contacts of Course Oi/cs; Names & Contacts of faculties)
Sponsor Officers

Indian Students Joining Instructions; Documents to carry; Forms to - Army Faculty (inputs i.r.o.
be filled on joining (Personal details, Accn, ETA, DSTSC and NTSC to be
VehReqn, Permission to bring family etc); Names posted including info from
& Contacts of Course Oi/cs other faculties)

Short / Capsule Courses Any specific joining instructions course wise - Navy Faculty (inputs i.r.o.
of all short / capsule
courses to be posted
including info from other
faculties)
Accommodation Policy of allotment of accommodation; Availability - CoA
of Md & Single Accommodation; Allotment of
Accommodation (done just prior to course start)
Distance Learning Link to LMS on internet or pages with DLP & E- - Respective Faculties
Learning resources (course wise) (course wise)
Roll of Honour Toppers & Awardees of past courses. Course & - Respective Faculties
Year wise (since 2015) (course wise)
Alumni - List of Alumni (course & year wise) - DS Coord
- Instructions / Policies for Alumni
- Past & Future Alumni Events
MISC
Tenders - Tenders & RFPs issued and in vogue - SLO
- Contracts in vogue
- Names & Contacts of Logistics Department
CPPP Link Link to Government e-Procurement website - -
https://eprocure.gov.in/epublish/app
Appx ‘D’
SUB: - STANDARD CONDITIONS

The Bidder is required to give confirmation of their acceptance of the Standard


Conditions of the Request for Proposal mentioned below which will automatically be
considered as part of the Contract concluded with the Bidder (i.e. Seller in the
Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid
submitted by the Bidder.

1. Law. The Contract shall be considered and made in accordance with the laws of the
Republic of India. The contract shall be governed by and interpreted in accordance with the
laws of the Republic of India.

2. Effective Date of the Contract. Normally the contract shall come into effect on
the date of signature of both the parties on the contract except when some other
effective date is mutually agreed to and specifically indicated/provided in the contract.
In the above case, the contract shall come into effect on the date of signing of contract.

3. Arbitration. All disputes or differences arising out of or in connection with the Contract
shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of
or relating to the Contract or relating to construction or performance, which cannot be settled
amicably, may be resolved through arbitration. The Arbitration is as per. Form DPM-7 / DPM-
8 / DPM-9 (Available in MoD Website and can be provided on request).

4. Penalty for use of Undue influence. The Seller undertakes that he has not given,
offered or promised to give, directly or indirectly, any gift, consideration, reward, commission,
fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring
the Contracts or forbearing to do or for having done or forborne to do any act in relation to the
obtaining or execution of the present Contract or any other Contract with the Government of
India for showing or forbearing to show favour or disfavor to any person in relation to the
present Contract or any other Contract with the Government of India. Any breach of the
aforesaid undertaking by the Seller or any one employed by him or acting on his behalf
(whether with or without the knowledge of the Seller) or the commission of any offers by the
Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the
Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted
for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any
other contracts with the Seller and recover from the Seller the amount of any loss arising from
such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the
undertaking had been committed shall be final and binding on the Seller. Giving or offering of
any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any
officer/employee of the Buyer or to any other person in a position to influence any
officer/employee of the Buyer for showing any favor in relation to this or any other contract,
shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but
not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank
Guarantee and refund of the amounts paid by the Buyer.
5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that the
Seller is the original provider of the services referred to in this Contract and has not engaged any
individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to
recommend to the Government of India or any of its functionaries, whether officially or
unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or
intended to be paid to any such individual or firm in respect of any such intercession, facilitation
or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the
Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by
the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any
amount, gift, reward, fees, commission or consideration to such person, party, firm or institution,
whether before or after the signing of this contract, the Seller will be liable to refund that amount
to the Buyer. The Seller will also be debarred from entering into any supply Contract with the
Government of India for a minimum period of five years. The Buyer will also have a right to
consider cancellation of the Contract either wholly or in part, without any entitlement or
compensation to the Seller who shall in such an event be liable to refund all payments made by
the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR
rate. The Buyer will also have the right to recover any such amount from any contracts
concluded earlier with the Government of India.

6. Access to books of Accounts. In case it is found to the satisfaction of the Buyer that
the Seller has engaged an Agent or paid commission or influenced any person to obtain the
contract as described in clauses relating to Agents/Agency Commission and penalty for use of
undue influence, the Seller, on a specific request of the Buyer, shall provide necessary
information/ inspection of the relevant financial documents/information.

7. Non-disclosure of Contract documents. Except with the written consent of the


Buyer/Seller, other party shall not disclose the contract or any provision, specification, plan,
design, pattern, sample or information thereof to any third party.

8. Liquidated damages. In the event of the Seller's failure to submit the Bonds, Guarantees
and Documents, provide the service, supply the stores, etc as specified in this contract, the
Buyer may, at his discretion, withhold any payment until the completion of the contract. The
Buyer may also deduct from the Seller as agreed, Liquidated Damages to the sum of 0.5% of the
contract price of the delayed/undelivered services mentioned above for every week of delay or
part of a week, subject to the maximum value of the Liquidated Damages being not higher than
10% of the value of delayed stores.

9. Termination of the contract. The Buyer shall have the right to terminate this Contract in
part or in full in any of the following cases: -

(a) The delivery of the services/stores is delayed for causes not attributable to Force
Majeure for more than 01 Month after the scheduled date of delivery.

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by more than
02 Months.

(d) The Buyer has noticed that the Seller has utilized the services of any
Indian/Foreign agent in getting this contract and paid any commission to such
individual/company etc.
(e) As per decision of the Arbitration Tribunal.

10. Notices. Any notice required or permitted by the contract shall be written in the English
language and may be delivered personally or may be sent by FAX or registered pre-paid
mail/airmail, addressed to the last known address of the party to whom it is sent.

11. Transfer and sub-letting. The Seller has no right to give, bargain, sell, assign or sublet
or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party
take benefit or advantage of the present Contract or any part thereof.

12. Patents and Other Industrial Property Rights . The prices stated in the present Contract
shall be deemed to include all amounts payable for the use of patents, copyrights, registered
charges, trademarks and payments for any other industrial property rights. The Seller shall
indemnify the Buyer against all claims from a third party at any time on account of the
infringement of any or all the rights mentioned in the previous paragraphs, whether such claims
arise in respect of manufacture or use. The Seller shall be responsible for the completion of the
supplies including spares, tools, technical literature and training aggregates irrespective of the
fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights
mentioned above.

13. Amendments. No provision of present Contract shall be changed or modified in any


way (including this provision) either in whole or in part except by an instrument in writing made
after the date of this Contract and signed on behalf of both the parties and which expressly
states to amend the present Contract.

14. Taxes and Duties. Bidder must indicate the relevant GST likely to be paid in connection
with delivery of complete goods and services specified in RFP.
Appx ‘E’

SUB: SPECIAL TERMS AND CONDITIONS

The Bidder is required to give confirmation of their acceptance of Special Conditions


of the Request for Proposal mentioned below which will automatically be considered
as part of the Contract concluded with the Bidder (i.e. Seller in the Contract) as
selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by
the Bidder.

1. Performance Guarantee. The Bidder will be required to furnish a Performance


Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank
authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank
Ltd.) for a sum equal to 10% of the contract value within 30 days of signing of this contract.
Performance Bank Guarantee will be valid up to 60 days beyond the date of expiry of
contract. The specimen of PBG is enclosed as Annexure ‘A’ to this contract. Further, the
vendor ensures the following: -

(a) The Bank Guarantees are to be sent to purchaser directly by the issuing bank
by Registered Post (AD) addressed to “The Commandant, Military Institute of
Technology, Girinagar, Pune – 411 025”.

(b) However, in exceptional cases, when BGs are received through the vendors/
suppliers etc., the vendor ensures that the issuing bank should immediately send an
unstamped duplicate copy of the Guarantee by Regd. Post (A.D) directly to the
purchaser with a covering letter addressed to Commandant, MILIT to compare with the
original BGs.

2. Force Majeure clause. In the event of being prevented from delivering the supplies
and services on the schedule deliver date due to acts of God, acts of war, blockades,
sabotages, epidemics, revolutions, strikes, lockout, floods, fires, major accidents resulting in
damage of supplies or other similar events of the same nature or reasons beyond your control
such delays shall constitute excusable delays provided.

(a) Notices are given to Military Institute of Technology within 30 (thirty) days of the
occurrence and cessation of such event.

(b) If it can be established by you, with documentary evidence, to this satisfaction of


MILIT that the above events: -

(i) Have delayed performance of the work


(ii) Were beyond your reasonable control, then the time for completion of
service as per schedule shall be extended by a period not more that duration of
such events.

(c) Once the supply order is placed, it will be your responsibility to make the item
supplied by you to function with existing sys. Any additional cost incurred in
hardware/software/components required for completing the installation and for which
you have not bid at the time of tendering will be borne by you.
(d) Any conditions/terms given in the technical or commercial bids by you will not be
binding on Military Institute of Technology, Pune - 25. All the terms and conditions for
the supply, delivery, testing and acceptance, payment, warranty uptime, penalty will be
as given herein and no change in any terms or condition by you will be acceptable.

3. Specification. The Seller guarantees to meet the specifications as per Part II of RFP.
The Seller, in consultation with the Buyer, may carry out technical up-gradation or alterations,
as required, based on the results of evaluation trials / testing. Changes in technical details
and resultant changes in documentation / manuals, as a result of up-gradation/alterations, will
be provided to the Buyer free of cost as and when undertaken.

4. Buyer Furnished Equipment / Data / Services. Buyer will be responsible for the
following: -

(a) Perusal and Approval of Design Document within 10 working days upon
submission by the contractor/seller.

(b) Perusal and Acceptance Test Plan within 10 working days upon submission by
the contractor/seller.

(c) Perusal and Approval of Multimedia Content created within 10 working days
upon submission by the contractor/seller.

(d) Providing all the relevant data and documents to the contractor that needs to be
included as information available on the website.

(e) Providing access to the areas and personnel of Buyer for creation of multimedia
content for the website.

(f) Designating and making available suitably qualified personnel who would be
responsible for up-dation of data and administration of website for training and testing
activities.

5. Quality. Scanning / production of documents & photographs / videos has to be done


at a very high quality and the indexing should be done as per the industrial standards,
whereby the images and the indexing information is uploaded on the DMS server for making
the data available to the Web interface access. Clean-up of images, rescan of poor-quality
images, repair of digital images that may be illegible due to the poor quality of the original
microfilm has to be undertaken during creation of website content and finally QC checked
images are to be uploaded on the DMS server.

6. Quality Assurance. Seller would provide the Acceptance Test Procedure (ATP) as
and when required, as given in Part II of this RFP. Buyer reserves the right to modify the ATP.
Seller would be required all the test facilities / tools for acceptance and inspection by the
Buyer. The details in this regard will be coordinated during the negotiation of the contract. The
software used during development and hosting of website should be of the latest version,
conforming to the current standards and having 100% defined life at the time of delivery.
7. Inspection Authority. The Inspection will be carried out by designated
representatives of the Buyer. The mode of Inspection will be initial inspection by respective
Department of MILIT responsible for respective information displayed on the website followed
by final inspection by Head (Department of Studies) of MILIT.

8. Warranty / Support. As given Detailed Scope of Work and Technical Details

9. Minimum Required Qualification Criteria of Bidders. The invitation to bid is


open to all firms /companies who will have to comply with the below given pre-qualification
criteria to develop the MILIT internet website: -

(a) Statutory Tax Compliance. Income tax / sales tax clearance certificates of last
one assessment year shall be enclosed with the tender. Bids without certificate are
liable to be rejected. The Bidder has to furnish the following: -

(i) Valid GST Registration Certificate.

(ii) Permanent Account Number (PAN) of bidder if he is a sole proprietor of


the firm or Copy of Company PAN Card issued by Income Tax Department.

(b) The bidder must have a turnover of not less than Rs. 500 Lakh in average of
the last THREE Financial Years. For this purpose, copies of Audited Annual Accounts
(Balance Sheets and Profit and Loss account)/ Certificate from Charted Accountant to
be submitted. The last three financial years would be considered as the one that
ended on 31.03.2021. Tenderers may please note that non-submission of any of the
aforesaid documents/non-fulfilment of any of the aforesaid criteria would disqualify
them.

(c) The bidder should have minimum 5 years’ experience in providing Software
Maintenance Services/ Website Development/Software Development in any
Defence/Central Govt/State Govt/PSUs/department/Private Sector. Proof in the form of
5 year old Purchase orders / Experience Certificate from Govt Department along
with bidder’s company incorporation / registration certificate to be attached.

(d) Bidder should ensure that Website development technology used, should not
become obsolete in next ‘7 Years’. A certificate to this effect to be furnished by the
bidder.

(e) Bidder must have valid ISO 27001/9001 certification. Copy of the same to be
enclosed with the bid.

(f) Bidder should have its head office or registered branch office in Pune city
for minimum last 5 years or more. Address proof of office in Pune on company letter
head to been closed.

(g) Ban on dealing with the firm . The Bidder should not have been ‘BANNED’ by
any National Government or PSU/government agency and should not be involved in
any Litigation encompassing fraudulent practices by any of the Government agencies
in India. A self-certificate to this effect submitted by the bidder.
SUB: PAYMENT TERMS

01. Payment terms for Indigenous Sellers. It will be mandatory for the Bidders to
indicate their bank account numbers and other relevant e-payment details so that payments
could be made through ECS/EFT mechanism instead of payment through cheques, wherever
feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for
receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be
given on request). The payment will be made as per following terms, on production of
requisite documents: -

(a) Payment for Items 1(a) to 1(f) of Schedule of Requirement (List of Items /
Services) will be made after successful handing over of all the deliverables and
completion of Acceptance Testing, Training, VAP Testing, mitigation of failures in
testing (if any) and submission of final source code.

(b) Payment for warranty / support will be made each year after successful
completion of annual support. Contractor to submit ‘satisfactory service’
certificate signed by HoD (DoS) for release of payments.

02. Advance Payments. No advance payments (s) will be made.

03 Paying Authority. Pr CDA (SC). The payment of bills will be made on submission of
the following documents by the Seller to the Paying Authority along with the bill: -

(a) Ink-signed copy of contingent bill / Seller’s bill.


(b) Ink-signed copy of Commercial invoice / Seller’s bill.
(c) Copy of supply order/Contract with U.O. number and date of IFA’s concurrence,
where required under delegation of powers.
(d) Claim for statutory and other levies to be supported with requisite
documents/proof of payment such as Excise duty challan, Customs duty clearance
certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal
roll of beneficiaries, etc as applicable
(e) Exemption certificate for Excise duty/Customs duty, if applicable.
(f) Performance Bank guarantee/indemnity bond where applicable.
(g) DP extension letter with CFA’s sanction, U.O. number and date of IFA’s
concurrence, where required under delegation of powers, indicating whether
extension is with or without LD.
(h) Details for electronic payment viz Account holder’s name, Bank name, Branch
name and address, Account type, Account number, IFSC code, MICR code (if these
details are not incorporated in contract).
(j) Any other document / certificate that may be provided for in the Supply
Order/contract.
(k) User Acceptance.
(l) Xerox copy of PBG.
(m) Certificate of Conformity & Acceptance Test, if any.
(n) Physio-sanitary/Fumigation Certificate, if any.
(o) Performance Bond/Warranty Certificate.
Appx ‘F’
SUB: PENLATIES

15. Liquidated damages. In the event of the Seller's failure to submit the Bonds, Guarantees
and Documents, provide the service, supply the stores, etc as specified in this contract, the Buyer
may, at his discretion, withhold any payment until the completion of the contract. The Buyer may
also deduct from the Seller as agreed, Liquidated Damages to the sum of 0.5% of the contract
price of the delayed/undelivered services mentioned above for every week of delay or part of a
week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the
value of delayed stores.

16. Termination of the contract. The Buyer shall have the right to terminate this Contract in
part or in full in any of the following cases: -

(a) The delivery of the services/stores is delayed for causes not attributable to Force
Majeure for more than 01 Month after the scheduled date of delivery.

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by more than 02
Months.

(d) The Buyer has noticed that the Seller has utilized the services of any Indian/Foreign
agent in getting this contract and paid any commission to such individual/company etc.

(e) As per decision of the Arbitration Tribunal.


Appx ‘G’
Evaluation Criteria & Price Bid Issues (Commercial Bid)

1. Evaluation Criteria – The broad guidelines for evaluation of Bids will be as follows: -

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and
qualifying requirements of the RFP, both technically and commercially.

(b) The technical Bids forwarded by the Bidders will be evaluated by the Buyer with
reference to the technical characteristics of the equipment as mentioned in the RFP. The
compliance of Technical Bids would be determined on the basis of the parameters specified
in the RFP based on data sheets, technical literature, independent authentic data from other
means as deemed fit by the TEC. The online Price Bids of only those Bidders will be opened
whose Technical Bids would clear the technical valuation.

(c) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder
for complete project as per the Price bid format: -

(i) In cases where only indigenous Bidders are competing, all taxes and duties
(including those for which exemption certificates are issued) quoted by the bidders
will be considered. The ultimate cost to the Buyer would be the deciding factor for
ranking of bids.

(iii) In cases where both foreign and indigenous Bidders are competing, following
criteria would be followed:

(aa) In case of foreign Bidders, the basic cost (CIF) quoted by them would
be the basis for the purpose of comparison of various tenders.

(ab) In case of indigenous Bidders, excise duty on fully formed eqpt would
be offloaded.

(ac) GST and other local levies, i.e. octroi, entry tax etc would be ignored in
case of indigenous Bidders.

(d) In import cases, all the foreign quotes will be brought to a common denomination in
Indian Rupees by adopting the exchange rate as BC selling rate of the State Bank of India
on the date of the opening of Price Bids.

(e) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price will prevail and the total price will be
corrected. If there is a discrepancy between words and figures, the amount in words will
prevail for calculation of price.

(f) The interested firms are requested to quote all the original items as asked and no
compatible/equivalent items will be accepted in any circumstances and such quoted items
will not be considered for further placement of supply order and will be treated as not quoted
items.

(g) The Unit Rate without taxes are to be quoted along with installation charges for
each item, if any otherwise bids will not be considered.

(h) The Lowest Bid will be considered further for placement of contract/Supply Order
after complete clarification and price negotiations as decided by the Buyer. The Buyer will
have the right to award contracts to different Bidders for being lowest in particular items.
The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that
Lowest Bidder is not in a position to supply full quantity in stipulated time.

2. Commercial Bid Format: The commercial bid format is to be item / service wise for all the
items / services listed at para 1 of Part II of RFP (Schedule of requirements) and it to include unit
price, GST and total price for each item / service. The bidders are required to upload the
Commercial Bid in CPPP Portal with full details as per given format only (for strict compliance).
The Bidders are to note that COMMERCIAL BID (R) COMMERCIAL BID will not be submitted
along with Physical submission of documents. COMMERCIAL BIDAS PER FORMAT
ATTACHED IN BoQ EXCEL SHEET.

You might also like