TENDER DOCUMENT FOR REDESIGN, DEVElOPMENT AND MAINTENANCE OF CSl WEBSITE AS PER GUIDEliNES FOR GOVERNMENT OF INDIA WEBSITES (GIGW)

Size: px
Start display at page:

Download "TENDER DOCUMENT FOR REDESIGN, DEVElOPMENT AND MAINTENANCE OF CSl WEBSITE AS PER GUIDEliNES FOR GOVERNMENT OF INDIA WEBSITES (GIGW)"

Transcription

1 TENDER DOCUMENT FOR REDESIGN, DEVElOPMENT AND MAINTENANCE OF CSl WEBSITE AS PER GUIDEliNES FOR GOVERNMENT OF INDIA WEBSITES (GIGW) Sealed ' bids are invited from reputed, experienced and financially sound companies/firms/agencies having proficiency in development and maintenance of websites for redesign, development and maintenance of website of CSL as per Guidelines for Government of India Websites (GIGW), prepared by NIC, Department of Electronics & Information Technology (DeitY) and adopted by Department of Administrative Reforms and Public Grievances (DAR&PG). The website of CSL was developed and hosted in NIC Server. However, the website is not capa~le of implementing all the Guidelines for Indian Government Websites (GIGW) issued by Gol, World Wide Web (W3C) Standards. There are 115 Guidelines for Indian Government Websites (GIGW) related to the scope of content, quality of content, design and development, hosting promotion and management of website. There are several guidelines which require redevelopment of the website with integration of latest technological tools. Moreover, with the technological development, several new tools have been developed on internet for hacking and sabotaging the website causing potential disruption of services. In order to secure the website from such attacks, and to make it completely compliant with GIGW, it needs to be armed with latest technological tools, secure environment and effective information dissemination, both in English and Hindi. Bid duly super scribed "Tender for redesign, development and maintenance of CSL website as per GIGW" shall be addressed to Director, Central Secretariat library, 'G' Wing, Shastri Bhawan, New Delhi and submitted by registered post or by hand on or before in two parts. The technical bids will be opened next day of the last date of submission of the bios or as per the convenience of Chairman of the committee in the presence of the bidders or their authorized representatives who may wish to be present. In case, last date of submission of bids happens to be a closed holiday, the bids will be received and opened on the next working day of this office at the specified time indicated above. The interested firms should submit their bids in a sealed cover duly super scribed as indicated in part 1 & 2 above and should contain two separate sealed covers viz. "Technical Bid" and "Financial Bid".

2 maintenance of CSL website as per GIGW" should contain following docu ments/information:- I. Confirmation of understanding of the Scope of Work as indicated in the Annexure-I and detail of work/procedure to be adopted by bidder to meet the objective indicated in this document. II. Earnest Money deposit as prescribed in this NIT. III. A copy of PAN card. IV. Copies of IT returns for the preceding three years i.e , and V. Copies of Letter from CA. for the preceding three years i.e , and VI. Copies of contract/work orders indicating the details of assignment, client, value of assignment, date and year of award. VII. Completion certificates of previous projects undertaken. In case the organization is not able to submit completion certificates, submission of complete contact details (telephone no., address, organization name) of the contact person where the work has been done is mandatory. VIII. Certificate by the authorized signatory that all terms & conditions of the NIT are acceptable to the bidder (Annexure-III). 2. The second sealed cover should contain the "Financial Bid". The envelope should be super scribed "Financial bid for redesign, development and maintenance of CSL website as per GIGW". Late Bids: Late bids i.e. bids received after the specified date & time for receipt of bids shall not be considered. An Earnest Money Deposit (EM D) of Rs.50,000/- (Rupees Fifty Thousand Only) shall be deposited in the form of a Demand Draft/Pay Order from a commercial bank payab(e to the 000, Ministry of Culture at Delhi/New Delhi. However, Kendriya Bhandar, NCCF and the firms registered with DGS&D/NICSI are exempted from submission of EMD. The Valid documentary proof of registration is required to be enclosed with the bid. Bids without Earnest Money Deposit and in a form other than prescribed above will be summarily rejected. The EMD should remain valid for a period of forty five (45) days beyond the final bid validity period. The EMD of the unsuccessful bidders will be returned to them without any interest after conclusion of the resultant contract. Successful bidder's EMD will be returned without any interest after receipt of performance security from that bidder. No interest on EMD would be paid by CSL under any circumstances.

3 EMD of a bidder will be forfeited if the bidder withdraws or amends its tender or impairs or derogates from the tender in any respect within the period of validity of its tender. The successful bidder's EMD will be forfeited if it fails to furnish the required performance security within the specified period. Website with CMS (Content Management System) 1. Support for visually impaired and other disabled or challenged users Website Should be easy to Navigate 2. Layout development for Home Page Layout development for Inner Page News & 3. Notice & Circular Management 4. Tender Management Event Management 5. Media Management - Photo / Video Download Management 6. Publication Module a. Membership to Central Government employee of Delhi b. For Retired Central Government and General Public 13. Plan your visit 14. Interactive module like opinion polls/ blogs/ discussion groups/ survey 15. Newsletter Subscribers/ Marketing Module 16. Award of Tenders Management 17. Development of Online Report Submission

4 23. Feedback Management 24. FAQ Management 25. Employee / Officer Section Site Search l,!niversallyaccepted by using Unicode compliant font 29. The Sections like 'what new', 'latest updates', 'Tender', etc. must be dynamic Link for applications 30. Data Base Import / Export 31. Guidelines audit from STQC 33. Website should be accessible through all major browsers (eg. IE, Mozilla Firefox, Google Chrome, etc). After successful security audit and GIGW compliance certification, the website would be hosted on the production (web) server of NIC data centre. The time frame for study, redesign and development of the website including security audit clearance and STQC certification for GIGW compliance will be 16 weeks from the date of award of the contract. Terms of payment Payment will be mention below:-

5 SRS & Home page design ~---- Completion of User Acceptance Testing on Agency Server -- ~ ~-._ Completion of User Acceptance Testing on user Server along with Security Audit STQC Certificate 25% of total project value % of total project value Preferred Technology >- The websites would be developed using the latest versions of Open Source >- Data Base will be MY SQL. >- Hardware and Software requirements with detailed specifications required for the project. >- Source code: After the website is made operational and live, the complete source code of the CMS as well as the website shall be handed to Department with complete rights for perpetual use and modification by Department for its own purpose. >- Work Plan Schedule >- Complete Documentation (including System & Operations Manuals) Two Year Free Warranty Two Year Free support: Agency will provide Two-year Maintenance support,for analyze and fix any technical glitches within the developed website from the date of completion of the project. The Selection of the Bidder shall be based on Quality and Cost Based Selection (QCBS).The proposals submitted by the Bidders will be evaluated by taking the following stages of evaluation into consideration: I. Initial Eligibility: The bids will be screened based on the initial eligibility criteria mentioned in this Bid document. Applicants found eligible based on the Initial Eligibility Criteria alone will be considered for the next stage evaluation.

6 CSL shall call the responsive bidders for presentation to demonstrate the concept and design and their technical strengths of the proposed solution and, also to assess their understanding of the scope of work and its execution. They would also demonstrate the following: ~ Prior experience of development of website ~ Capability of the Bidder to develop the required website Y Availability of adequately trained personnel in the organization to develop the website III. Detailed Evaluation: The applications found eligible as per the Initial Eligibility Criteria shall be further evaluated based on the parameters mentioned. IV. Opening of Financial bid: Financial bids of those bidders who qualify in the detailed evaluation of technical bid will be opened and evaluated as per methodology given in the final evaluation. V. Final Evaluation: Final Selection of the Bidder shall be based on Quality and Cost Based Selection (QCBS) with 70% weightage for technical evaluation and 30% weightage for commercial evaluation. The eligibility of the bidder will be evaluated based on the document furnished against the criteria as given below: Sr. No. Criteria Documents Required i) Should have successfully developed at least Copies of Work Orders with 3 websites for Govt'/PSU Organisations completion during the last three financial years. report/reference of' the contact person ) (name address and telephone no.) ii) Companies incorporated in India under Copy of the Certificate of companies act 1956 incorporation _.

7 iii) Bidder should have satisfactorily completed "similar works" as follows during the last three - Financial Years (i.e. FY , & ) & till Bid Submission Date for PSUs/Govt. Departments/Govt. Organizations a) Three similar completed works costing not less than Rs. 15 lacs each (or) b) Two similar completed works costing not less than (or) Rs. 20 lacs each c) One similar completed work costing not less than Rs. 25 lacs. "Similar Work" means that the bidder has successfully designed, developed and implemented Website Project having data base driven dynamic content and CMS functionalities. (i) Copies of the Work Order And (ii) its completion certificates, (or) other documentary evidence to establish Completion of the work. iv) Bidder must have an average annual turnover of Rs. 2 crore for the last three financial years (i.e. FY , & ). Certificate form Auditors/ Company Secretary signed in original and endorsed by the bidder's representative Signing in the bid. Development. The Bidders meeting the initial eligibility criteria shall be further evaluated based on the following parameters: ----_.-._ No. of No. of Sr. Stature of Max. 20 and Websites up Websites Remarks No. Agency Marks above - to to 15 Copies of Work Orders No. of Websites with compilation Developed report/reference of the 1 Public Sector contact person Undertaking (name address and (PSU)/ Govt. telephone no.) -- -

8 Turnover between 2 to 5 Crores Turnover more than 5 Crores Copy of Certificate required statement), should be at least Rs. 2 Crores -~ Copy of Certificate required f---'--- Max More than Award Details up to 3 3 to 5 Marks 5 --~ _._- ---~ Award received Copy of Certificate for the websites required Max Experience Security and GIGW Compliance website developed the bidder Audit of by in last three years Max Marks Marks CMMI 3 Level CMMI Level 3 + ISO CMMI Level ISO ISO Copy of Certificate required

9 51. Demonstration & Technical Max. Average V Good Excellent No. Marks - website of any P5UjGovernment (Vendor's Best Work comparable to comprehensive scope in this RFP ) for following aspects 1 Company Profile 5 Experience of working with 2 Govt. Sector 5 Understanding on Scope of 3 Work 15 4 Timeline & Methodology 5 Technical Proposal cover all 5 the scope of work 10 Total 40 Grand Total ( ) 100 A minimum score of 70 is required to be obtained to qualify as per the technical evaluation parameters. The financial bids shall be opened of only those bidders who have been found to be technically eligible. The financial bids shall be opened in presence of representatives of technically eligible bidders, who may like to be present. The CSL shall inform the date, place and time for opening of financial bid. The Commercial scores would be normalized on a scale of 100, with lowest score being normalized to 100 and the rest being awarded on a pro-rata basis. Such normalized scores would be considered for the purpose of QCBS based evaluation, explained in section below. The final selection of the bidder will be based on QUALITY AND COST BASED SELECTION (QCBS).

10 There will be 70% for Technical Evaluation and 30% weightage for Financial Evaluation. The individual bidder's commercial scores (es) are normalized as per the formula below: Fn=Fmin/Fb* 100 %( rounded off to 2 decimal places) Where: Fn = Normalized commercial score for the bidder under consideration Fb = Absolute financial quote for the bidder under consideration Fmin = Minimum absolute financial quote Tn = Technical Score

11 Price Schedule (Should be company letter head) Redesign, development and maintenance of website of CSL as per Guidelines for Government of India Websites (GIGW) including security auditing from CERT-In empanelled agency with GIGW Compliance Certificate (STQC) and one year free maintenance support. 2 years onsite maintenance charges 1. All prices shall be in Indian Rupees only. 2. Prices shall be inclusive of taxes, duties, levies, etc. and all expenses are deemed to have been included in the bidder's quote. 3. Prices shall be mentioned in both figures and words

12 1. I, son/daughter/wife of Shri Proprietor/Director/authorised signatory of the firm is competent to sign this declaration and execute this tender document; 2. I have carefully read and understood all the terms and conditions of the tender, have accepted all the terms & conditions of the tender and undertake to abide by them; 3. The information/documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I/we am/are well aware of the fact that furnishing of any false information/fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.