Sie sind auf Seite 1von 40

Request For Empanelment of Consultants and Software Solution

providers

1
Table of contents

Contents Page No

Invitation to Empanelment 3

Background and objectives 4

Scope of Work for the prospective consultants 7

Instructions to bidders 11

Evaluation criteria and Empanelment 15

Terms and conditions of Empanelment 19

Standard Forms 22-40

2
Section I - Invitation to Empanelment
1.1 The Unique Identification Authority of India (UIDAI), Planning Commission, Government of India invites
bids for empanelment of reputed and eligible ‘Consulting firms’ for providing Consultancy services as
well as reputed and eligible ‘Software Solution providing firms’ for providing Application Development
and IT Support services to the various Ministries and Departments of Government of India and
Government Departments in the States and Union Territories who partner with UIDAI either as Registrars
(which undertake the activity of enrolling residents) or as Implementing Departments (which do not
undertake enrolment activity but would leverage the full potential of the UID numbers (Aadhaar
numbers) in their processes and use Aadhaar authentication services for driving efficient service delivery.
1.2 The background, objectives and Scope of Work (SoW) to be accomplished by the empanelled firms are
provided in the subsequent sections of this document. Bidders may take note of the following:
1. This Request for Empanelment document is not a Request for Proposal (RFP) in any form and
would not be binding on the UIDAI in any manner whatsoever.
2. To be considered for empanelment process bidders should submit their bids in accordance with
the requirements contained in the section on ‘Instructions to bidders’.
3. Some of the crucial information on the process of invitation of bids for empanelment is given in
the Schedule 1 below
4. UIDAI reserves the right to update, amend and supplement the information in this document
including the qualification process before the last date and time of receipt of bids.
5. This document is non transferable.
Schedule 1
Sl No Information Details
1 Addressee and address at which the bid Rajalakshmi Devaraj
is to be submitted Assistant Director General
Unique Identification Authority of India
3rd Floor, Tower II, Jeevan Bharati building
Connaught Circus, New Delhi 110 001
2 Date of issue of the Request For 7 February 2011
Empanelment (RFE) document
3 Last date for submission of written 14 February 2011
queries for clarification
4 Contact person for clarification Rajalakshmi Devaraj
Assistant Director General
Unique Identification Authority of India
rd
3 Floor, Tower II, Jeevan Bharati building
Connaught Circus, New Delhi 110 001
Email id: rfepanel@uidai.gov.in
5 Pre bid conference 17 February 2011
6 Last date for providing clarifications 22 February 2011
7 Last date and time for receipt of bids 28 February 2011,15.00 Hours IST
8 Place, time and date of opening of pre UIDAI, 3rd Floor, Tower II, Jeevan Bharati
qualification sheets building,Connaught Circus, New Delhi 110 001
28 February 2011, 16-00 Hours IST

3
This Request for Empanelment consists of the following sections:
Section I – Invitation to Empanelment
Section II- Background and objectives
Section III- Scope of Work for the prospective consultants
Section IV- Instructions to bidders
Section V- Evaluation criteria and Empanelment
Section VI- Terms and conditions of Empanelment
Section VII- Standard Forms

Section II - Background and objectives


2.1 The inability to prove identity is one of the biggest barriers preventing the poor from accessing benefits
and subsidies. No nationally accepted, verified identity number exists in the country that both the
residents and agencies can use with ease and confidence. Different service providers also often have
different requirements in the documents they demand from the residents, the forms that require filling
out and the information they collect on the individual. Such duplication of effort and identity silos
increase the overall cost of identification and cause inconvenience to the resident. Any process that
uniquely identifies a resident and ensures instant identity verification would help to reduce transaction
costs, transform delivery of a host of social welfare programs and help to eliminate duplicate identities
and fraud. The savings on this account can be immense and today when States are fiscally stressed,
freeing up of resources would provide the desired flexibility in either extending the welfare net or
increasing the benefits under the existing programs or simply improving the fiscal situation.

The Government of India (GoI) has therefore embarked upon an ambitious initiative to provide a Unique
Identification (UID) to every resident of India and has constituted the UIDAI for this purpose. The timing
of this initiative coincides with the increased focus of the GoI on social inclusion and development
through massive investments in various social sector programs and transformation in public services
delivery through e-Governance programs. The scale of the UID initiative is unprecedented and its
implementation will involve active participation of Central, State and Local Governments as well as
public and private sector agencies across the country. The UIDAI has commenced issue of UID numbers
(Aadhaar numbers) to the residents of this country. Aadhaar, which means ‘foundation’ in many Indian
languages, has the following features:
1. One Aadhaar = 1 beneficiary: Aadhaar is a unique number, and no resident can have a
duplicate number since it is linked to their individual biometrics; thereby identifying fake and
ghost identities which result in leakages today. Savings from eliminating duplicates and fakes
through Aadhaar-based identification will further enable governments to expand benefits to
other eligible residents
2. Portability: Aadhaar is a universal number, and agencies and services can contact the central
Unique Identification database from anywhere in the country to confirm a beneficiary’s
identity
4
3. Inclusion of those without any existing identity documents: A problem in reaching benefits to
poor and marginalized residents is that they often lack the identification documents they need
to receive State benefits; the ‘Introducer’ system which has been approved for data
verification for the UIDAI will enable such residents to establish an identity
2.2 The mandate of the UIDAI extends beyond issue of UID numbers (Aadhaar numbers) to the residents of
this country to defining technology standards and to providing UID authenticating services. UIDAI also
has the responsibility of defining mechanisms and processes for interlinking Aadhaar numbers with other
databases on a continuous basis, coordinating / liaising with the implementation agencies, defining
usage and applicability of UID for delivery of various services. UIDAI would therefore support Registrars
and Implementing Departments in adopting the UID authentication process and help define the
infrastructure and process changes needed for UID-readiness.
Integration of Aadhaar brings two primary benefits to the Registrar and Implementing departments:
 Establishing Identity
 Improving efficiency & transparency of service delivery to the “common man”
Establishing Identity
 Confirming Beneficiary – Various social sector programs where beneficiaries need to be
confirmed before delivery of the service are expected to be the most common users of the
authentication service. Examples of some such usages include food grain delivery to PDS
beneficiaries, health service delivery to RSBY beneficiaries, registering job applications by NREGA
beneficiaries etc. This usage would ensure that services are delivered to the right beneficiaries.
 Attendance tracking – Another key usage of authentication would be attendance tracking for
programs such as SSA (for students & teachers), NREGA where wages / outlay is linked to actual
number of days the beneficiary reports for the program etc.
 Financial transactions – One of the biggest benefits of Aadhaar-based authentication is expected
to be in financial inclusion segment. Micro-ATM devices on Aadhaar-based authentication have
the potential of changing financial landscape of the country. A draft on how this will operate is
published in the paper “Micro-ATM Standards”.
 Biometric confirmation to add new beneficiaries –Aadhaar is envisaged to provide identity to the
unreached & marginalized. Aadhaar-based biometric authentication would allow such residents
access to services from which they have been included thus far due to inability to prove their
identity. This usage will also help manage cases of impersonation and false identity in services.

Improving Efficiency & Transparency in Service Delivery


 Track end-to-end service delivery process – Aadhaar-based authentication if implemented across
the service delivery process / supply chain will help curb leakages and diversions, and help
identify bottlenecks in delivery. Some such applications would be:
o In PDS, track foodgrain as it is exchanged between PDS intermediaries
o In NREGA, track job application, job assignment, attendance, muster rolls & wage
payments
o Link JSY, ICDS and SSA to ensure health and education for every child

5
 Move service delivery towards a demand-driven, “portable”, beneficiary led system – Since
beneficiaries can authenticate their Aadhaar anywhere, various service delivery processes can be
re-engineered to make delivery more flexible & favourable to the beneficiaries. Some such
benefits would include:
o PDS beneficiary need not be tied to one FPS and can withdraw rations anywhere
o Migrants can access their PDS rations after leaving their village
o Children of migrants can continue school education in the new place as well
 Strengthen existing accountability / vigilance procedures – Although various service delivery
processes have vigilance groups and monitoring systems in place, the government and the public
have few means of verifying whether vigilance checks and inspections were carried out, and who
is accountable for delays and leakages. Aadhaar-based authentication of the vigilance
officers/inspectors/auditors combined with time stamping & GPS tracking can strengthen the
vigilance & accountability activities. Some examples of this usage include:
o Audits during food grain movement in the PDS program to control diversions
o Engineer/Gram Rozgar Sewak activities in NREGA
o Social audits in mid-day meal program, NREGA etc.
 Access to relevant MIS and empowerment of beneficiary – Since Aadhaar will be able to uniquely
identify each beneficiary, they would be able to check their entitlements, timeline by when
services will be delivered to them, log grievances related to poor service / denial of service etc.
without depending on any middle-man. The same can be enabled through self-service kiosks
(already being piloted by NRGEA), mobile phones, call centres etc.

2.3 Thus, registrars who partner with the UIDAI to enroll residents, can integrate Aadhaar nos. into their
programs (referred here as applications), to leverage the benefits of Aadhaar from day 1 of starting
operations. These benefits will accrue as soon as enrolment starts – in the form of de-duplicating the
existing databases and removing fake/ghost identities. In addition, benefits of substantially larger scale
can be realized if Aadhaar number and Aadhaar based authentication is integrated into the Registrar’s
existing systems to track and accurately deliver benefits to targeted residents. The monitoring of these
systems by residents, community and state authorities could also be made more efficient and effective
by using Aadhaar enabled online/mobile solutions.
However, Registrars can delink the process of enrolment with integration of Aadhaar based
authentication. Registrars could commence enrolment of residents without waiting to develop their
customized applications before starting the enrolment process and could at a later date re-design their
systems and processes to include the Aadhaar ID and Aadhaar based authentication.

2.4 Aadhaar can be used in any system which needs to establish the identity of a resident and/or provide
secure access for the resident to services/benefits offered by the system.
Aadhaar-enabled Applications
An indicative list of programs, where Aadhaar enabled applications can be used is as follows:

 Food & Nutrition – Public Distribution System, Food Security, Mid Day Meals, Integrated Child
Development Scheme

6
 Employment – Mahatma Gandhi National Rural Employment Guarantee Scheme,
Swarnajayanti Gram Swarozgar Yojana, Prime Minister’s Employment Guarantee Program
 Education – Sarva Shikhsha Abhiyaan, Right to Education
 Inclusion & Social Security – Development of Primitive Tribe Groups, Indira Gandhi National
Old Age Pension Scheme, Indira Awas Yojana
 Healthcare – Rashtriya Swasthya Bima Yojana, Janashri Bima Yojana, Janani Suraksha Yojana,
Aam Aadmi Bima Yojana
 Banking – Aadhaar enabled bank accounts to achieve the larger goal of financial inclusion.
 Other miscellaneous purposes including Property Transactions, Voter ID, PAN Card etc
2.5 UIDAI has brought out various technical literatures which are available on UIDAI website
www.uidai.gov.in and the UIDAI enrolment software will provide Application Program Interfaces (APIs)
for the integration of systems of the Registrars and Implementing Departments. The integration of
systems would, among others, involve engagement of consultants for studying and analyzing the
existing delivery systems of the Registrars and Implementing departments, identifying the processes
where Aadhaar authentication services would enhance the efficiency of the delivery systems with
greater transparency and accountability and advise on process re engineering. This would also involve
engagement of Software solution providers to design and develop applications and to provide
maintenance support.
2.6 Towards facilitating the process of integration of systems, UIDAI has set out to empanel two types of
firms /companies namely (1) Consulting firms that render consultancy services only; and (2) Software
solution providing firms, which could be engaged by the Registrars and Implementing departments in
the Centre, States and the Union Territories for consultancy services and for providing software solutions
respectively. UIDAI, if it may so desire, may also engage the empanelled firms for any consulting
assignment and for developing any specific application.

2.7 The role of the empanelled ‘Consulting firms’ would primarily be to advise and provide consultancy
services on project management and provide implementation support to the Registrars/Implementing
Departments in the Centre, States and Union Territories across the country to achieve the intended
integration with Aadhaar.

2.8 The role of the empanelled ‘Software Solution providing firms’ would provide software solutions for
designing and developing the Aadhaar enabled applications for the Registrars/Implementing
departments.

Section III - Scope of Work


3.1 The overall scope of work of both the Consulting firms and the Software solution providing firms can be
represented as follows.

7
Design Deploy
•Monitor
•Understand •Develop project
“as-is” required implementat
process & •Reengineer applications ion
technology processes •Manage •Do pilot
•Provide
•Identify gaps •Define project launch
handholding
& challenges technology implementat •Manage “Go- support
•Identify requirement ion Live”
•Analyze and
areas for s activities
improve
Aadhaar service
integration delivery

Define Develop Drive

3.2 The services to be provided by the empanelled ‘Consulting firms’ to the Registrars and Implementing
departments of the States and Union Territories broadly fall in the following domains:

The empanelled ‘Consulting firms’ are expected to facilitate the Registrars and Implementing
departments of the States in the following broad areas of work relating to project consultancy.

3.2.1 Define Stage


 Map the “as-is” process in the social sector schemes being implemented by the Registrar/
Implementing departments of the States and Union Territories
 Identify the gaps and challenges in the “as-is” process
 Understand current technology deployed to implement the schemes
8
 Identify areas for Aadhaar integration including:
o Changes in database structure for seeding database with Aadhaar number
o Mechanism to obtain Aadhaar number & linking with the existing database
o Process to handle records for which Aadhaar number is not available / cannot be obtained
o Possible stages where Aadhaar authentication can be used (but not limited to):
 Adding new beneficiaries
 Confirming beneficiaries
 Attendance tracking
 Financial transactions
 Tracking end-to-end service delivery process
 Moving service delivery towards a demand-driven, “portable”, beneficiary led system
 Strengthening accountability / vigilance procedures
 Empowering beneficiary
3.2.2 Design Stage
 Process re-engineering required to address the gaps and challenges in current systems
 Design and development of enterprise architecture in the areas of People, Process and
Technology for Aadhaar enablement
 Technology consultancy in areas such as
o IT applications and solution design
o Information and data security
o IT infrastructure
o Hardware designing and architecture
o Migration of databases into modified database structures
 Support in selection of software solution providers:
o Preparation of RFQs for selection of software agencies
o Bid process management

3.2.3 Deploy Stage


 Monitor the project implementation plans submitted by service provider / software agencies
 Advise on Change Management across various stakeholders
 Support in monitoring of deliverables, SLAs and performance of service provider / software
agencies
 Support in issue and risk management
 Support in managing pilot launch
 Identify communication and training needs to enable deployment of new technology &
processes
 Monitor “go-live” activities and provide required support

3.2.4 Drive Stage (6-12 months after “go-live”)


 Monitor project implementation at field level
 Carry out surveys to measure project success
9
 Identify areas that require further handholding and support
 Identify areas for further improvement of service delivery
 Recommend action plan for the same

3.3 The services to be provided by the empanelled ‘Consulting firms’ to the Registrars and Implementing
departments of the States and Union Territories broadly fall in the following domains:

3.3.1 Develop Stage

The empanelled ‘Software solution providing firms’ would have to develop applications to execute the
consultancy solution emerging out of 3.2.1 and 3.2.2 above for the Registrars/Implementing
departments in the States/Union Territories and the Central Ministries/Departments.

 When engaged by the States/Union Territories for development of State level applications for
the specific State level schemes launched by the States, the empanelled Software solution
providing firms should primarily deliver (but not limited to) the following:
o Functional software
o Source code
o Complete documentation in the form of system and user manuals
 When engaged by the Central Ministries for development of Central Applications for the various
central government schemes operating in the States, the empanelled Software solution
providing firms should apart from providing the deliverables mentioned at 3.3.1 above, render
customization and maintenance support for deploying the applications in the various
States/Union Territories.
3.3.2 Deploy Stage
The empanelled Software solution providing firms would be required to

 Pilot launch the developed application software


 Review performance of the application software
 Go Live
 Full implementation of the application software
 Provide specialized to support implementation of the application software
 Provide specialized manpower to impart training to the requisite number of personnel belonging
to the Registrars/ Implementing Departments and for the period requested for by the Registrars/
Implementing Departments.
3.3.3 The Intellectual Property Rights of the developed software would remain with the respective
Registrars/Implementing Departments in the States/Union Territories and the Central
Ministries/Departments.

10
Section IV - Instructions to bidders
In order to be considered for empanelment bidders should submit their bids conforming to the following
instructions.
4.1 Data Sheet
Sl No Details
4.1.1 Name of the issuing office: Unique Identification Authority of India
Planning Commission, Government of India
4.1.2 Name of the assignment: Empanelment of Consultants and Software Solution providers.
4.1.3 Method of empanelment: The empanelment shall be on a three stage process of
Prequalification, Technical evaluation and Commercial bid opening and empanelment as For
details of stage wise and final evaluation please refer to Paras -5.1-,5.2-- and -5.3
respectively.
4.1.4 Non refundable tender cost: This Request for Empanelment (RFE) document is available on
the website www.uidai.gov.in in the tenders section and can be downloaded online.
However at the time of submission of the RFE, bidders are required to pay INR 10,000
towards Request For Empanelment document fees in the form of a Demand Draft /Bankers’
cheque drawn in favour of “PAO, UIDAI, New Delhi” payable at New Delhi, which is non-
refundable.
Alternatively, the bidders may purchase the hard copy of the RFE document from the UIDAI
office at New Delhi up to 17.00 hrs on 11-February 2011 against payment of Demand Draft
/Bankers’ cheque of INR 10,000. These bidders are not required to furnish this fee again at
the time of RFE submission.
4.1.5 Earnest Money Deposit (EMD): Bidders are required to pay INR 50,000 towards Earnest
Money Deposit in the form of a Demand Draft/Bankers’ cheque drawn in favour of “PAO,
UIDAI, New Delhi” payable at New Delhi.
No interest shall be payable on the sum deposited as EMD. No bank guarantee shall be
accepted in lieu of the EMD.

Refund of EMD: The EMD of the unsuccessful bidders (bidders who fail to qualify in the bid
evaluation process described in Section V below) shall be returned within one month of
completion of the tender process.

The EMD of the successful bidders shall be returned on signing the contract (Letter of
empanelment) and receipt of Performance Bank Guarantee.
Forfeiture of EMD: The EMD shall be forfeited, if the bidder withdraws or modifies/alters
the bid after the opening of bids and during the validity period or if the bidder tries to
influence the evaluation process. The EMD shall also be forfeited if the bidder quotes zero
or incredibly low rates compared to the industry prevalent rates.
4.1.6 Validity period of the bid: The bid should be valid for 90 days.
4.1.7 Last date for submission of written queries for clarification: All queries should be received
by UIDAI not later than the date prescribed in Schedule 1 under Para 1.2. A bidder seeking
any clarification should send an email to the contact person mentioned in Schedule1 under
Para 1.2 in the Standard Form prescribed in Section VII.
4.1.8 Last date and time for receipt of bids: The bids should be addressed to the Addressee and
should be received at the Address by the date and time stipulated in Schedule1 under Para
1.2. Bids received after the stipulated date and time will not be opened and will be

11
returned unopened.
4.1.9 Opening of Prequalification proposal: The prequalification proposal shall be opened at the
time and on the date prescribed in Schedule1 under Para 1.2.
Pre bid conference: The pre bid conference shall be held at the time and on the date
prescribed in Schedule1 under Para 1.2.
4.1.10  Presentation on technical bid by the short listed To be decided
bidders, if required. subsequently
 Declaration of the successful bidders for Commercial
bid
 Opening of Commercial bid
4.1.11 Process of empanelment: The empanelment of Consultants shall follow a three stage
process
 Stage 1 - Prequalification. The bidders (Consulting firms and Software solution
providing firms) to this RFE should meet the prequalification criteria as set out in
Para -5.1 (a) and 5.1 (b) of Section V respectively.
 Stage 2 - Technical evaluation. Technical bids of only those bidders qualifying in
Stage 1 shall be taken up for technical evaluation as per the Technical bid
evaluation criteria set out in Para 5.2 of Section V.
 Stage 3 - Commercial bid opening and empanelment: Commercial bids of only
those bidders qualifying in Stage 2 shall be opened as per the Commercial bid
evaluation criteria set out in Para 5.3 of Section V.
4.1.12 Others
I. During prequalification and technical evaluation of bids, UIDAI, may at its
discretion, seek clarifications from the bidders on their bids and the bidders are
required to respond within the time frame prescribed by UIDAI.
II. At any time prior to the prescribed last date for receipt of bids, UIDAI reserves the
right to modify the RFE. The amendments and modifications to the RFE shall be
notified on the UIDAI website (www.uidai.gov.in), which shall be binding on the
bidders. Bidders are requested to frequently visit the website of UIDAI for updates.
III. Bids from a consortium of agencies are not acceptable.
IV. The bids prepared by the bidders and all correspondence and documents relating to
the bids exchanged between the UIDAI and the bidders shall be in English language.
V. All pages of the bid should be initialed and stamped by the Authorised
Representative of the bidder. Where an assigned Authorised Representative has
signed the bid, a Certificate of Authority should be submitted.
VI. Commercials in any form or by any reason before the opening the Bids should not
be revealed, failing which the offer shall be liable to be rejected.
VII. Bids received with Man month rate quoted as zero or at incredibly low rate for any
resource category shall be rejected and the EMD forfeited.
4.2 Documents comprising the bids
The bids prepared by the bidders shall comprise and conform to the following Standard forms:
Prequalification proposal
For Bidders applying as Consulting firms For bidders applying as Software solution providers

PRE-QUAL FORM- 1- Prequalification Proposal PRE-QUAL FORM- 1- Prequalification Proposal


Submission Form Submission Form
PRE-QUAL FORM -2-Bidders’ Organisation and PRE-QUAL FORM -3-Bidders’ Organisation and

12
Experience Experience
Technical bid
For Bidders applying as Consulting firms For bidders applying as Software solution providers
TECH FORM- 1- Technical Bid Submission Form TECH FORM- 1- Technical Bid Submission Form
TECH FORM -2-Bidders’ Overall Experience and TECH FORM -2(A)-Bidders’ Overall Experience and
Organizational Strength Organizational Strength
TECH FORM -3-Bidder’s Overall Experience in IT TECH FORM -3(A)-Bidder’s Overall Experience in IT
Consultancy Consultancy
TECH FORM -4-Bidders’ Approach and TECH FORM -4(A)-Bidders’ Approach and
Methodology Methodology
TECH FORM- 5-Qualification and Competence of TECH FORM- 5(A) -Qualification and Competence of
Professional Staff Professional Staff
TECH FORM-6 -Statement for seeking TECH FORM-6-Statement for seeking clarifications
clarifications and deviations in the RFE and deviations in the RFE
Commercial bid
For Bidders applying as Consulting firms For bidders applying as Software solution providers
COM FORM- 1- Commercial Bid Submission Form COM FORM- 1- Commercial Bid Submission Form
COM FORM- 2-Summary of Costs of Resources- COM FORM- 3-Summary of Costs of Resources-
Consultancy Software Solution

4.3 Procedure for submission of bids


4.3.1 The bidders are advised to study this RFE document carefully before participating. It shall be deemed
that the bid has been submitted by the bidders after a careful examination and full understanding of its
implications.
4.3.2 The bids should be received in one large envelope (the Bid cover) which should be super scribed with
the words “Request For Empanelment of Consultants” by bidders applying for empanelment as
‘Consulting firms’ and with the words “Request For Empanelment of Software solution providers” by
bidders applying for empanelment as ‘Software solution providing firms’. The bid cover should also
clearly indicate the name, address and telephone number of the bidder. The bid cover should contain
the following three envelopes
1. EN-01 - RFE document fee and Pre qualification proposal: This envelope should be sealed and
superscripted “Prequalification proposal- Request for Empanelment of Consultants”.
This envelope should contain two hard copies of the Pre qualification proposal marked as
‘ORIGINAL’ and ‘COPY’ duly bound with all supporting documents and the Demand
Draft/Bankers’ cheques for the RFE document fee and the EMD. In case the RFE document has
been purchased from UIDAI, New Delhi, a copy of the proof of payment of the RFE document fee
should be attached.
2. EN-02 - Technical bid: This envelope should be sealed and superscripted “Technical bid- Request
for Empanelment of Consultants”.

13
This envelope should contain two hard copies of the Technical bid marked as ‘ORIGINAL’ and
‘COPY’ containing all the Documents comprising the Technical bid as mentioned in Para 4.2
above and one soft copy of the bid in non-rewritable CD/DVD.
3. EN-03 - Commercial bid: This envelope should be sealed and superscripted “Commercial bid-
Request for Empanelment of Consultants”.
This envelope should contain two hard copies of the Commercial bid marked as ‘ORIGINAL’ and
‘COPY’ containing all the Documents comprising the Commercial bid as mentioned in Para 4.2
above and one soft copy of the bid in non-rewritable CD/DVD.
4.3.3 Each envelope should indicate the Name, address, telephone number, email id and fax number of the
bidder.
4.3.4 Bidders should ensure that the information furnished in the respective CD/DVDs is identical to the hard
copy of the bid document. In case of any discrepancy the information furnished in the hard copy of the
bid shall prevail over the information in the respective CD/DVD.
4.3.5 Bidders shall sign and seal the bid with the exact name of the Company/Firm.
4.3.6 Technical bid containing commercial information shall be declared non-responsive and shall be rejected.
4.4 Other conditions
4.4.1 Bidders should not contact the UIDAI on any matter relating to its bid from the time of bid opening till
the empanelment is finalized and notified.
4.4.2 Bidders may modify or withdraw their bid provided that a written notice is received by the UIDAI at the
address mentioned in Schedule 1 in Para 1.2 not later than the prescribed last date for receipt of bids.
4.4.3 The bidder should be registered with the Service Tax department and carry a valid PAN.
4.4.4 Disqualification
The UIDAI may at its sole discretion and any time during the evaluation proposal disqualify any bidder if
the bidder:
1. Makes misleading or false representation in the forms, statements and attachments submitted
in proof of the statements or eligibility criteria.
2. Exhibits a record of poor performance such as abandoning work, not completing the contractual
obligations, inordinately delaying completion or financial failures, etc in any project in the
preceeding three years.
3. Submits a bid that is not accompanied by required documentation or is non-responsive.
4. Fails to provide clarifications related to the bid, when sought
5. Submits more than one proposal
6. Is declared ineligible by the Government of India/ State/Union Territory Government for corrupt
and fraudulent practices.

14
Section V - Evaluation criteria and Empanelment
5.1 Prequalification criteria
The UIDAI shall constitute a Consultancy Evaluation Committee (CEC), which shall carry out the entire
evaluation process.
5.1 (a) Prequalification criteria for Consulting firms: Bidders are expected to meet the following
prequalification criteria. Bidders failing to either meet these criteria or not furnishing the requisite
supporting documents/documentary evidence is liable to be summarily rejected. The CEC shall evaluate
the prequalification proposal with reference to the information contained in Standard Form PRE- QUAL
FORM 2 and other supporting documents furnished.
Sl Pre qualification criteria Supporting documents to be
No furnished
1 The bidder should be a Company registered in India Certificate of Incorporation/
under the Companies Act 1956 or a partnership Registration
registered under the India Partnership Act 1932 with
their registered office in India for the last five years.
2 The bidder should be operating in the field of Attested copy of the Memorandum
Consultancy/Advisory practice for IT projects. and Articles of Association
/Byelaws/Partnership Deed.
3 The bidder should have an annual turnover of at least Audited/Certified Annual Financial
Rs.250 crore (Rupees Two hundred and fifty crore) in Statements and Annual Report for
each of the previous three financial years (2007-08, the three financial years (2007-08,
2008-09 and 2009-10). 2008-09 and 2009-10).
4 The bidder should have an annual turnover of at least Certified statement from the
Rs.50 crore (Rupees Fifty crore) in each of the previous current Statutory Auditors of the
three financial years (2007-08, 2008-09 and 2009-10) bidder.
from consultancy/ Advisory practice on IT projects.
5 The bidder should have completed atleast 3 assignments Work Order and Completion
of similar nature involving Consultancy, project Certificate/ Client Certificate for
management/ design of IT systems (application software previous experience cited.
and hardware) in a large Enterprise/Government
environment with a remuneration of at least Rs. 25 lakh
each.
6 The bidder should have at least 25 full time Consultants Certificate from the current
for the past one year. Statutory Auditors of the bidder.
7 The bidder should be an individual organization. Certified statement from the
Consortium shall not be allowed. current Statutory Auditors of the
bidder.
8 The bidder should not currently have been blacklisted by Certified statement from the
any Government Agency or under a declaration of current Statutory Auditors of the
ineligibility for fraudulent or corrupt practices or bidder.
inefficient/ineffective performance.
9 The bidder should have submitted the non-refundable Demand draft/Bankers’ cheque/
RFE document fee and the EMD as mentioned at para Proof of payment of RFE fee.
4.1.4 and 4.1.5 respectively.

15
5.1 (b) Prequalification criteria for Software solution providers: Bidders are expected to meet the following
prequalification criteria. Bidders failing to either meet these criteria or not furnishing the requisite
supporting documents/documentary evidence is liable to be summarily rejected. The CEC shall evaluate
the prequalification proposal with reference to the information contained in Standard Form PRE- QUAL
FORM 3 and other supporting documents furnished.

Sl Pre qualification criteria Supporting documents to be


No furnished
1 The bidder should be a Company registered in India Certificate of Incorporation/
under the Companies Act 1956 or a partnership Registration
registered under the India Partnership Act 1932 with
their registered office in India for the last five years.
2 The bidder should be operating in the field of software Attested copy of the Memorandum
development and providing software solutions. and Articles of Association
/Byelaws/Partnership Deed.
3 The bidder should have an annual turnover of at least Audited/Certified Annual Financial
Rs.250 crore (Rupees Two hundred and fifty crore) in Statements and Annual Report for
each of the previous three financial years (2007-08, the three financial years (2007-08,
2008-09 and 2009-10) from software solutions. 2008-09 and 2009-10).
4 The bidder should have an annual turnover of at least Certified statement from the current
Rs.50 crore (Rupees Fifty crore) in each of the previous Statutory Auditors of the bidder.
three financial years (2007-08, 2008-09 and 2009-10)
from software development engagements.
5 The bidder should have completed atleast 3 assignments Work Order and Completion
of similar nature involving software development in a Certificate/ Client Certificate for
large Enterprise/ Government environment with a previous experience cited.
remuneration of at least Rs. 25 lakh each.
6 The bidder should have at least 25 full time Application Certificate from the current
development professionals for the past one year. Statutory Auditors of the bidder.
7 The bidder should be an individual organization. Certified statement from the current
Consortium shall not be allowed. Statutory Auditors of the bidder.
8 The bidder should not currently have been blacklisted by Certified statement from the current
any Government Agency or under a declaration of Statutory Auditors of the bidder.
ineligibility for fraudulent or corrupt practices or
inefficient/ineffective performance.
9 The bidder should have submitted the non-refundable Demand draft/Bankers’ cheque/
RFE document fee and the EMD as mentioned at para Proof of payment of RFE fee.
4.1.4 and 4.1.5 respectively.
5.2 Technical evaluation
5.2.1 For Consulting firms: The technical bids of all the bidders who qualify the Prequalification criteria shall
be evaluated on the following criteria. The CEC shall evaluate the technical bid with reference to the
information provided in the Standard Forms TECH FORM 2 to TECH FORM 5 and their supporting
documents.

16
Sl No Evaluation Criteria Score (in points)
A Overall experience/Organisational strength 45
A1 Previous experience in Consultancy for IT projects 24
Bidder should demonstrate experience in consultancy for IT projects and
provide three citations of consultancy/advisory assignments for IT
projects (in each of the following bands of remuneration i.e Total 12
citations) that they have done during the last three years out of which
atleast one engagement in each band should be for the Central/State
Governments of India. The remuneration should pertain to consultancy.
Proof of successful completion of engagements and remuneration
pertaining to the consultancy (Work Order/ Completion Certificate/ Client
Certificate and citations) should be furnished.
Remuneration in Rs Score
> 25 <=50 lakh 6
> 50 lakh <=1 crore 6
> 1 <= 5 crore 6
> 5 crore 6
A2 Number of full time Consultants for the last one year 21
Number of full time consultants Score
>25 <= 50 7
>50 <=100 14
>100 21

B Approach and Methodology 25


B1 Understanding of the scope 10
(Bidders should visualise a scenario of any social sector scheme and
demonstrate their understanding of the scope for providing IT
consultancy)
B2 Detailed approach and methodology 15
(Bidders should visualise a scenario of any social sector scheme and
demonstrate their proposed detailed approach and methodology for
providing the consultancy and software solution)
C Qualifications and competence of Key Professional staff 30
C1 Qualifications 10
C2 Professional experience and competence 20
Total (for A,B and C) 100

5.2.2 For Software Solution providing firms: The technical bids of all the bidders who qualify the
Prequalification criteria shall be evaluated on the following criteria. The CEC shall evaluate the technical
bid with reference to the information provided in the Standard Forms TECH FORM 2(a) to TECH FORM
5(a) and their supporting documents.

Sl No Evaluation Criteria Score (in points)


A Overall experience/Organisational strength 45
A1 Previous experience in software development 24
Bidder should demonstrate experience in software development and
provide three citations of software development assignments (in each of

17
the following bands of remuneration i.e Total 12 citations) that they have
done during the last three years out of which atleast one engagement in
each band should be for the Central/State Governments of India. The
remuneration should pertain to consultancy. Proof of successful
completion of engagements and remuneration pertaining to consultancy
and software development (Work Order/ Completion Certificate/ Client
Certificate and citations) should be furnished.
Remuneration in Rs Score
> 25 <=50 lakh 6
> 50 lakh <=1 crore 6
> 1 <= 5 crore 6
> 5 crore 6
A2 Number of full time IT Consultants for the last one year 21
Number of Application development professionals Score
>25 <= 50 7
>50 <=100 14
>100 21
B Approach and Methodology 25
B1 Understanding of the scope 10
(Bidders should visualise a scenario of any social sector scheme and
demonstrate their understanding of the scope for providing IT
consultancy)
B2 Detailed approach and methodology 15
(Bidders should visualise a scenario of any social sector scheme and
demonstrate their proposed detailed approach and methodology for
providing the consultancy and software solution)
C Qualifications and competence of Key Professional staff 30
C1 Qualifications 10
C2 Professional experience and competence 20
Total (for A,B and C) 100

5.2.3 Minimum qualifying score: The minimum technically qualifying score shall be 70 points (for A, B and C
sections above of section 5.2.1 or 5.2.2 as applicable) for all bidders.
5.3 Commercial bid opening and empanelment
5.3.1 The CEC shall evaluate the Commercial bids with reference to the information provided in the
Standard Form COM FORM 2 for Consulting firms and the Standard Form COM FORM 3 for Software
solution providers. The Commercial bids of all the bidders who qualify the Technical evaluation by
attaining the minimum qualifying score (of 70 points as mentioned in 5.2.3 above) shall only be opened
by the CEC and subject to clause VII of para 4.1.12 above (Data Sheet) and Notes below the COM FORM
2, the bid containing the lowest ‘Total Resource Cost for Consultancy’ (as per COM FORM 2) shall be
declared as the lowest evaluated commercial bid for Consultancy (L1). The rates quoted by the L1 bidder
for the various resources (as per COM FORM 2) shall be accepted as the tender rates for Consultancy. In
order to create a panel, the other technically qualified bidders shall have to match the tender rate for
Consultancy (the L1 rates for the various resources as per COM FORM 2). All the technically qualified
bidders who match the tender rates for Consultancy shall be declared as qualified for empanelment as
18
Consultants. The CEC shall correct any computational errors in the Commercial bid and in case of dispute
between the amounts expressed in words and figures, the former shall prevail.

5.3.2 Similarly, to arrive at the tender rates for the various resources for Software solution the relevant
commercial bid (COM FORM 3) of the technically qualified bidders (who have secured a score of 70
points as mentioned in Para 5.2.3) shall only be opened. Subject to clause VII of para 4.1.12 above (Data
Sheet) and Notes below the COM FORM 3, the bid containing the lowest ‘Total Resource Cost for
Software solution’ (as per COM FORM 3) shall be declared as the lowest evaluated commercial bid for
Software solution (L1). The rates quoted by the L1 bidder for the various resources (as per COM FORM 3)
shall be accepted as the tender rates for Software solution and the other technically qualified bidders
shall have to match the tender rate for Software solution (the L1 rates for the various resources as per
COM FORM 3). All the technically qualified bidders who match the tender rates for Software solution
shall be declared as qualified for empanelment as Software solution providers.

5.3.3 Upon completion of the RFE process, the UIDAI shall compile a database of all the eligible and qualified
Consultants and Software solution providers indicating the Man-month rate for the various resources as
finalized in this RFE, which shall be communicated to all the eligible and qualified Consultants and
Consultants cum Software solution providers.

5.3.4 Within 15 days of issue of such a written communication each of the qualified Consultants and Software
solution providers shall sign the contract (Letter of Empanelment), failing which the offer shall be treated
as withdrawn and the EMD forfeited. A Performance Bank Guarantee of Rs. 10 lakhs from a Scheduled
Nationalised Bank valid for the period of empanelment will need to be executed by the successful
empanelled consultancy firm before signing of the contract.

Section VI - Terms and conditions of Empanelment


6.1 Post empanelment process
6.1.1 The empanelment shall initially be for a period of three years extendable to five years upon review of
performance and on mutually agreed terms.
6.1.2 The ‘Man month rate’ of the various resources (as finalized in this RFE) of the Firms/Companies that are
empanelled shall be firm and remain valid during the period of empanelment.
6.1.3 The UIDAI shall make available the database of all the empanelled Consultants and Consultants cum
Software solution providers to all the Registrars and Implementing departments in the State and Central
Government.
6.1.4 The Registrars/ Implementing Departments/UIDAI may then engage the empanelled Consultants and
Consultant cum Software solution providers for providing consultancy services and/or software
development. It is expected that:
1. The Registrars/Implementing departments/UIDAI would specifically define the scope of
engagement, which may include components beyond the defined scope in this RFE and call for a
limited ‘Request For Quotation’ from amongst the empanelled firms/Companies.

19
2. The firms/Companies shall then have to estimate the man month effort with reference to the
precise scope of work defined in the Request For Quotation, the corresponding Total Resource
cost arrived at by reckoning the Man-month rate finalized in this RFE, travel cost (which shall not
be more than 15 per cent of the total Resource Cost) and other direct material cost (Bill Of
Materials).
3. After following an appropriate evaluation mechanism, the Registrars/Implementing agencies
would issue a work order for the assignment to the most suitable bidder.
4. The payment terms, penalties for delays in completion of the Project shall be finalized by the
respective Registrars/Implementing departments /UIDAI while awarding the work order.
6.2 Terms and conditions
6.2.1 Termination of empanelment: The UIDAI may at any time terminate the empanelment by giving a
written notice to the firm/company without any compensation if the empanelled firm/company
becomes bankrupt or otherwise insolvent or in case of dissolution of the firm or winding up of the
company, provided that such termination will not prejudice or effect any right of action or remedy,
which has accrued thereafter to the UIDAI. The empanelment shall also be terminated in case of breach
of any of the terms and conditions of empanelment.
6.2.2 No claim certificate: The empanelled firm/company shall not be entitled to make any claim,
whatsoever, against the UIDAI under or by virtue of or arising out of the empanelment nor will the UIDAI
entertain or consider any such claim for the jobs accepted post empanelment.
6.2.3 Confidentiality: The empanelled firm/company and their personnel shall not, either during the term or
after expiration of this empanelment, disclose any proprietary or confidential information relating to the
services, contract or business or operations of the UIDAI, without the prior consent of the UIDAI.
6.2.4 The empanelled firm/company shall not outsource the work to any other associate/franchisee/third
party under any circumstances.
6.2.5 Change of name of the firm/company: During the period of empanelment If the name of the
firm/company (or its division) has undergone a change due to acquisition, amalgamation etc, the
firm/company shall inform the UIDAI within one month. In such cases, all the obligations under the
contract with the UIDAI should be passed on for compliance to the new company or division.
6.2.6 The empanelled firm/company shall indemnify the UIDAI of any infringement of third party rights be
they under the Patents Act or the Intellectual Property Rights.
6.2.7 Force Majeure: For the purpose of this clause, ‘Force Majeure’ shall mean an event that is
unforeseeable, beyond the control of the parties and not involving the parties’ fault or negligence. Such
events may include acts of the Government either in its sovereign or in its contractual capacity, war, civil
war, insurrection, riots, revolutions, fire, floods, epidemics, quarantine, restrictions, freight, embargoes,
radioactivity and earthquakes. The empanelled firm/company shall not be liable if the delay in the
discharge of its obligations under this agreement is the result of an event of Force Majeure as defined
above.
If a Force Majeure situation arises the empanelled firm/company shall promptly notify to the UIDAI in
writing of such conditions and the cause thereof. Unless otherwise directed by UIDAI in writing, the
empanelled firm/company shall continue to perform its obligations under this Agreement, as far as it is

20
reasonably practical and shall seek all reasonable means of performance not prevented by the Force
Majeure event.
6.2.8 Arbitration and jurisdiction: The UIDAI and the empanelled firm/company shall make every effort to
resolve amicably by direct negotiation any disagreement or dispute arising between them. If any dispute
arises between the UIDAI and the empanelled firm/company not covered by this agreement such
dispute shall be referred to three arbitrators, one each to be appointed by each party and the third to be
appointed by the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of
India. The award of the Arbitrators shall be binding upon the parties to the dispute. Such arbitration shall
be governed by the provisions of the Indian Arbitration Act, 1996. The arbitration proceedings shall be
held in New Delhi.

21
Section VII - Standard Forms

PRE-QUAL FORM-1: PRE-QUALIFICATION PROPOSAL SUBMISSION FORM


(To be submitted on the letter head of the bidder)

To: Assistant Director General (ADG),


Address: Unique Identification Authority of India (UIDAI),
Planning Commission, Govt. of India ,
3rd Floor, Tower II, Jeevan Bharati Building,
Connaught Circus, New Delhi – 110001

Subject: Submission of the Pre qualification Proposal for empanelment with UIDAI for providing
consultancy services/ Software solutions to the Central and State Government departments
for Aadhaar project.

Dear Madam:

We, the undersigned, offer to provide Consultancy Services/Software solutions (strike out whichever is
not applicable) to the Central and State Government Departments that are implementing the Aadhaar
project in accordance with your Request for Empanelment dated ---------- and our Proposal. We are
hereby submitting our Proposal, which includes this Pre-Qualification Proposal, a Technical Bid and the
Commercial bid sealed in separate envelopes.
We hereby declare that all the information and statements made in this Pre-Qualification Proposal are
true and accept that any misinterpretation contained in it may lead to our disqualification.

We agree to abide by all the terms and conditions of the RFE document.

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

Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

22
PRE-QUAL FORM-2: BIDDERS’ ORGANIZATION AND EXPERIENCE-
(ONLY FOR CONSULTING FIRMS)
1 Name of the bidder
2 Mailing address in India
3 Telephone and fax number
4 E-mail address
5 Name and designation of the Authorised
Representative of the bidder
6 Year of establishment and constitution of
organisation
Sl Supporting documents Compliance
Pre Qualification criteria
No Yes / No
The bidder should be a Company registered in Certificate of Incorporation/
1
India under the Companies Act 1956 or a Registration
partnership registered under the India
Partnership Act 1932 with their registered
office in India for the last five years.
The bidder should be operating in the field of Attested copy of the Memorandum
2
consultancy/ Advisory practice on IT projects. and Articles of Association
/Byelaws/Partnership Deed.
The bidder should have an annual turnover of Audited/Certified Annual Financial
3
at least Rs.250 crore (Rupees Two hundred and Statements and Annual Report for
fifty crore) in each of the previous three the three financial years (2007-08,
financial years (2007-08, 2008-09 and 2009-10) 2008-09 and 2009-10).
from Consultancy /Advisory services
The bidder should have an annual turnover of Certified statement from the
4
at least Rs.50 crore (Rupees Fifty crore) in each current Statutory Auditors of the
of the previous three financial years (2007-08, bidder.
2008-09 and 2009-10) from Consultancy/
Advisory engagements on IT projects.
The bidder should have completed atleast 3 Work Order and Completion
5
consultancy assignments of similar nature Certificate/ Client Certificate for
involving Project management/ design of IT previous experience cited.
systems (application software and hardware) in
a large Enterprise/ Government environment
with a remuneration of at least Rs. 25 lakh
each.
The bidder should have atleast 25 full time Certificate from the current
6
Consultants for the past one year. Statutory Auditors of the bidder.
The bidder should be an individual Certified statement from the
7
organization. Consortium shall not be allowed. current Statutory Auditors of the

23
bidder.
The bidder should not currently have been Certified statement from the
8
blacklisted by any Government Agency or under current Statutory Auditors of the
a declaration of ineligibility for fraudulent or bidder.
corrupt practices or inefficient/ineffective
performance.
The bidder should have submitted the non- Demand draft /Bankers’ cheque/
9
refundable RFE document fee and the EMD as Proof of payment of RFE fee.
mentioned at para 4.1.4 and 4.1.5 respectively.

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Location: _____________________________________Date: _______________

24
PRE-QUAL FORM-3: BIDDERS’ ORGANIZATION AND EXPERIENCE
(ONLY FOR SOFTWARE SOLUTION PROVIDERS)
1 Name of the bidder
2 Mailing address in India
3 Telephone and fax number
4 E-mail address
5 Name and designation of the Authorised
Representative of the bidder
6 Year of establishment and constitution of
organisation
Sl Supporting documents Compliance
Pre Qualification criteria
No Yes / No
The bidder should be a Company registered in Certificate of Incorporation/
1
India under the Companies Act 1956 or a Registration
partnership registered under the India
Partnership Act 1932 with their registered
office in India for the last five years.
The bidder should be operating in the field of Attested copy of the Memorandum
2
Software development and software solutions.. and Articles of Association
/Byelaws/Partnership Deed.
The bidder should have an annual turnover of Audited/Certified Annual Financial
3
at least Rs.250 crore (Rupees Two hundred and Statements and Annual Report for
fifty crore) in each of the previous three the three financial years (2007-08,
financial years (2007-08, 2008-09 and 2009-10) 2008-09 and 2009-10).
from Software solutions.
The bidder should have an annual turnover of Certified statement from the
4
at least Rs.50 crore (Rupees Fifty crore) in each current Statutory Auditors of the
of the previous three financial years (2007-08, bidder.
2008-09 and 2009-10) from software
development.
The bidder should have completed atleast 3 Work Order and Completion
5
assignments of similar nature involving Certificate/ Client Certificate for
software development in a large Enterprise/ previous experience cited.
Government environment with a remuneration
of at least Rs. 25 lakh each.
The bidder should have atleast 25 full time Certificate from the current
6
Application development professionals for the Statutory Auditors of the bidder.
past one year.
The bidder should be an individual Certified statement from the
7
organization. Consortium shall not be allowed. current Statutory Auditors of the

25
bidder.
The bidder should not currently have been Certified statement from the
8
blacklisted by any Government Agency or under current Statutory Auditors of the
a declaration of ineligibility for fraudulent or bidder.
corrupt practices or inefficient/ineffective
performance.
The bidder should have submitted the non- Demand draft /Bankers’ cheque/
9
refundable RFE document fee and the EMD as Proof of payment of RFE fee.
mentioned at para 4.1.4 and 4.1.5 respectively.

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Location: _____________________________________Date: _______________

26
TECH FORM-1: TECHNICAL BID SUBMISSION FORM
(To be submitted on the letter head of the bidder)

To: Assistant Director General (ADG),


Address: Unique Identification Authority of India (UIDAI),
Planning Commission, Govt. of India ,
3rd Floor, Tower II, Jeevan Bharati Building,
Connaught Circus, New Delhi – 110001

Subject: Submission of the Technical bid for empanelment with UIDAI for providing consultancy
services/software solutions to the Central and State Government departments for Aadhaar
project.

Dear Madam:

We, the undersigned, offer to provide Consultancy Services/Software solutions (Strike out whichever is
not applicable)to the Central and State Government Departments that are implementing the Aadhaar
project in accordance with your Request for Empanelment dated ------and our Proposal. We are hereby
submitting our Proposal, which includes this Technical bid and the Commercial bid sealed in a separate
envelope.

We hereby declare that all the information and statements made in this Technical bid are true and
accept that any misinterpretation contained in it may lead to our disqualification.

We agree to abide by all the terms and conditions of the RFE document. We would hold the terms of our
bid valid for 90 days as stipulated in the RFE document.
We understand you are not bound to accept any Proposal you receive.

Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

27
TECH FORM-2: BIDDERS’ OVERALL EXPERIENCE AND ORGANISATIONAL STRENGTH

(FOR CONSULTING FIRMS ONLY)


Sl Name of the assignment Client Supporting documents (Work
No (Government order and Completion certificate
dept / Private) Client certificate to be enclosed)
1
2
3
4
5
6
7
8
9
10

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

28
TECH FORM-3: BIDDERS’ OVERALL EXPERIENCE IN CONSULTANCY ON IT PROJECTS

(FOR CONSULTING FIRMS ONLY)


Sl Citations of the previous experience Supporting documents
No
Remuneration band Rs 25 lakh to Rs 50 lakh Work order copy and client
certificate to be enclosed.
1 Do
2 Do
3 Do
Remuneration band Rs 50 lakh to Rs 1 crore Do
1 Do
2 Do
3 Do
Remuneration band Rs 1 crore to Rs 5 crore Do
1 Do
2 Do
3 Do
Remuneration band more than Rs 5 crore Do
1 Do
2 Do
3 Do
Do
The citation should indicate brief write up (a) the scope of work (b) man month effort put in by the
Bidder (iii) the composition of the team deployed and (iv) specific nature of the consultancy provided.

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: ______________

29
TECH FORM-4: BIDDERS’ APPROACH AND METHODOLOGY

(FOR CONSULTING FIRMS ONLY)

THE BIDDERS SHOULD PREPARE A POWER POINT PRESENTATION AND PROVIDE HARD COPY
OF THE PRESENTATION AS A PART OF THIS FORM. THE PRESENTATION SHOULD
DEMONSTRATE THE UNDERSTANDING OF THE SCOPE AND THE PROPOSED APPROACH AND
METHODOLOGY. AS MENTIONED IN PARA 5.2.1 (SL NO B1 AND B2) A SCENARIO SHOULD
BE VISUALISED FOR DEMONSTRATING THE UNDERSTANDING THE SCOPE AND THE PROPOSED
APPROACH AND METHODOLOGY.

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

30
TECH FORM-5: QUALIFICATION AND COMPETENCE OF PROFESSIONAL STAFF

(FOR CONSULTING FIRMS ONLY)


Sl Resource Prescribed Minimum Number of Number of full Number of full
No Category Qualifications Prescribed full time time resource time resource
experience as resource persons (out persons (out of
Consultant/ persons (for of Col 5 Col 5 fulfilling the
Technical each resource fulfilling the prescribed
Content Writer category) for prescribed experience
the last one qualification criteria
year
(1) (2) (3) (4) (5) (6) (7)
1 Principal Engineering 10 years
Consultant Graduate/Post
Graduate
+MBA
2 Sr Do 7 years
Consultant
3 Consultant Do 4 years
4 Jr Do 2 years
Consultant
5 Technical Do (with 2 years
Content proficiency in
Writer technical
content
writing)

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

31
TECH FORM-2(A): BIDDERS’ OVERALL EXPERIENCE AND ORGANISATIONAL STRENGTH

(FOR SOFTWARE SOLUTION PROVIDERS ONLY)


Sl Name of the assignment Client Supporting documents (Work
No (Government order and Completion certificate
dept / Private) Client certificate to be enclosed)
1
2
3
4
5
6
7
8
9
10

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

32
TECH FORM-3(A): BIDDERS’ OVERALL EXPERIENCE IN SOFTWARE DEVELOPMENT

(FOR SOFTWARE SOLUTION PROVIDERS ONLY)


Sl Citations of the previous experience Supporting documents
No
Remuneration band Rs 25 lakh to Rs 50 lakh Work order copy and client
certificate to be enclosed.
1 Do
2 Do
3 Do
Remuneration band Rs 50 lakh to Rs 1 crore Do
1 Do
2 Do
3 Do
Remuneration band Rs 1 crore to Rs 5 crore Do
1 Do
2 Do
3 Do
Remuneration band more than Rs 5 crore Do
1 Do
2 Do
3 Do
Do
The citation should indicate brief write up (a) the scope of work (b) man month effort put in by the
Bidder (iii) the composition of the team deployed and (iv) specific nature of the consultancy provided.

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: ______________

33
TECH FORM-4(A): BIDDERS’ APPROACH AND METHODOLOGY

(FOR SOFTWARE SOLUTION PROVIDERS ONLY)

THE BIDDERS SHOULD PREPARE A POWER POINT PRESENTATION AND PROVIDE HARD COPY
OF THE PRESENTATION AS A PART OF THIS FORM. THE PRESENTATION SHOULD
DEMONSTRATE THE UNDERSTANDING OF THE SCOPE AND THE PROPOSED APPROACH AND
METHODOLOGY. AS MENTIONED IN PARA 5.2.2 (SL NO B1 AND B2) A SCENARIO SHOULD
BE VISUALISED FOR DEMONSTRATING THE UNDERSTANDING THE SCOPE AND THE PROPOSED
APPROACH AND METHODOLOGY.

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

34
TECH FORM-5 (A): QUALIFICATION AND COMPETENCE OF PROFESSIONAL STAFF
(FOR SOFTWARE SOLUTION PROVIDERS ONLY)

Sl Resource Prescribed Minimum Number of Number of Number of full


No Category Qualifications Prescribed full time full time time resource
experience resource resource persons (out of
persons (for persons (out Col 5 fulfilling
each of Col 5 the prescribed
resource fulfilling the experience
category) for prescribed criteria
the last one qualification
year
(1) (2) (3) (4) (5) (6) (7)
1 Technology BE/B Tech 15 years (with
Advisor/ Sr /MCA with ability to steer
Solution specialization the project ab
Architect in computers initio)
2 Solution Do 10 years (Ability
Architect to assess project
needs in various
domains)
3 Project Manager Do 10 years ( In
managing large
software
development
projects)
4 Software Do 5 years (in
designer software
designing for
large software
development
projects)
5 Tech lead/Sr Do 3 years (In
Developer software
development
projects)
6 Developer Do 1 year (In
software
development
projects)
7 Resource for Do 1 year (In
providing software
35
training development
projects)
8 Resource for Do 1 year (In
providing software
implementation development
support projects)

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

36
TECH FORM-6: STATEMENT FOR SEEKING CLARIFICATIONS AND DEVIATIONS IN THE RFE

(FOR ALL BIDDERS)


Dear Sirs,

The following are the clarifications and deviations sought for on the terms and conditions and Scope of
Work against this RFE. These clarifications and deviations are exhaustive.

Sl Section No Para No Page No Statement of clarifications /Deviations Remarks


No

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

37
COM FORM-1: COMMERCIAL BID SUBMISSION FORM
(To be submitted on the letter head of the bidder)

To: Assistant Director General (ADG),


Address: Unique Identification Authority of India (UIDAI),
Planning Commission, Govt. of India ,
3rd Floor, Tower II, Jeevan Bharati Building,
Connaught Circus, New Delhi – 110001

Subject: Submission of the Commercial bid for empanelment with UIDAI for providing consultancy
services/Software solutions to the Central and State Government departments for Aadhaar
project.

Dear Madam,

We, the undersigned, offer to provide Consultancy Services/Software solutions (strike out whichever is
not applicable) to the Central and State Government Departments that are implementing the Aadhaar
project in accordance with your Request for Empanelment dated ----------and our Proposal. We are
hereby submitting our Commercial bid sealed in a separate envelope.

Our Commercial bid shall be binding upon us for the bid validity period of 90 days as stipulated in the
RFE document (para 4.1.6) of the Data sheet.
We hereby declare that all the information and statements made in this Commercial bid are true and
accept that any misinterpretation contained in it may lead to our disqualification. We agree to abide by
all the terms and conditions of the RFE document.

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

Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

38
COM FORM-2: SUMMARY OF COSTS OF RESOURCES- CONSULTANCY
(ONLY FOR CONSULTING FIRMS)

Resource Category Man month Rate Weight Weighted rate


Sl No in Rupees (INR) /month
(Col 3 x Col 4)
1 2 3 4 5

1 Principal Consultant 0.35


2 Sr Consultant 0.25
3 Consultant 0.20
4 Jr Consultant 0.10
5 Technical Content Writer 0.10

Total Resource cost for Consultancy (Sum of the weighted rate/month for
resources at Sl nos 1 to 5 above)

Notes
For consideration of their bids, bidders shall have to quote for all the above Resource categories.
For any of the resource categories, bids quoting zero or incredibly low rates compared to the
industry prevalent rates will be rejected and the EMD forfeited.

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

39
COM FORM-3: SUMMARY OF COSTS OF RESOURCES-SOFTWARE SOLUTION
(ONLY FOR SOFTWARE SOLUTION PROVIDERS)
Sl No Resource Category Man month Rate Weight Weighted rate
in Rupees (INR) /month
(Col 3 x Col 4)
1 Technology Advisor/ Sr Solution 0.10
Architect
2 Solution Architect 0.10
3 Project Manager 0.10
4 Software designer 0.20
5 Tech lead/Sr Developer 0.20
6 Developer 0.20
7 Resource for providing training 0.05
8 Resource for providing 0.05
implementation support
Total Resource cost for software solution (sum of the weighted
rate/month for resources at Sl nos 1 to 7 above)

Notes
For consideration of their bids, bidders shall have to quote for all the above Resource categories.
For any of the resource categories, bids quoting zero or incredibly low rates compared to the
industry prevalent rates will be rejected and the EMD forfeited.

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:

Address:

Location: _____________________________________Date: _______________

40

Das könnte Ihnen auch gefallen