e-Learning modules creation, designing, web development, creation

SCHOOL OF LANGUAGE, LITERATURE AND CULTURE STUDIES
Centre of Spanish, Portuguese, Italian and Latin American Studies
TENDER DOCUMENT
Date: 05th February 2015
Tender No.: JNU/SLLCS/EPGP/RS/2015/02
Sealed quotations are invited for undertaking e-Learning modules creation, designing,
web development, creation of mobile application for android and apple phone and tab and
uploading and integrate to highly interactive web-page. Tender specifications, conditions,
schedule and other particulars or details are mentioned in the Tender Document which can
be downloaded from www.jnu.ac.in
Last date for submitting the Tender
19th February 2015 at 01.00 p.m.
Opening of the Technical Tender
Proof of Concept as a part of Technical
Evaluation for shortlisted bidders
19th February 2015 at 03.00 p.m.
20th February 2015 from 10.00 a.m. onwards
in Aula Binnimelis, 2nd Floor, SLL&CS building.
Earnest money Deposit
The EMD in the form of DD/Bankers cheque for an amount of Rs. 65,000/- (Sixty Five
Thousand) issued by a Nationalized / Scheduled Bank, will have to be deposited by the
intending firms while submitting the sealed quotations, in favour of “Finance Officer,
Jawaharlal Nehru University, payable at New Delhi”.
Bid Submission
The Bids are to be submitted separately for Technical Bid (Annexure ‘A’) & Financial
Bid (Annexure ‘B’) in sealed cover to the Dr. Rajiv Saxena, Room no. 336, Centre of Spanish,
Portuguese, Italian and Latin American Studies, School of Language, Literature and Culture
Studies, Jawaharlal Nehru University, New Delhi-110067. They can be submitted to the
above mentioned address by registered post or by hand on or before 19th February 2015 till
01.00 p.m.
 The technical bid and the financial bid should be sealed by the bidder in separate covers
duly subscribed and both these sealed covers are to be put in a bigger cover which
should also be sealed and duly subscribed the tender number.
 Last date for submission of sealed Bids is 19th February 2015 till 01.00 p.m. and all
tenders will be opened on the 19th February 2015 at 03.00 p.m.
Page 1 of 17



After opening of Technical Bid all bidders will be required to demonstrate their
capabilities (Proof of Concept) as a part of technical evaluation on the 20th of February
2015 in Aula Binimelis, 2nd Floor SLL&CS Building.
Quotation received beyond time and date mentioned herein will not be accepted.
In case the Bids are not submitted in the manner stated above, the same shall summarily
be rejected.
SECTION- 1
REQUEST FOR PROPOSAL
The Jawaharlal Nehru University constituted under the Jawaharlal Nehru University
Act 1966, (53 of 1966) came into existence in 1969. Recently, JNU has been declared the
best university in the country by National Assessment and Accreditation Council (NAAC),
Government of India which has given the University a grade of 3.91 out of 4, the highest
grade awarded to any educational institution in the country.
The Centre was originally established as the Centre of Spanish Studies in the early
1970s and subsequently expanded to include Portuguese and Italian programme and was
renamed in 2004 as Centre of Spanish, Portuguese, Italian and Latin American Studies
(CSPILAS) as part of School of Language, Literature and Culture Studies of Jawaharlal Nehru
University, New Delhi. This is one of the leading Centres in Spanish and Latin American
Studies in South East Asia. The Centre is a pioneering institution in the country. Founding of
the Centre gave a tremendous boost to the teaching, research and development of the
Spanish in India.
Government of India through its Ministry of Human Resource Development (MHRD)
in February 2009 during 11th Year Plan had launched a mission titled “National Mission on
Education trough Information and communication Technology” (NME-ICT) with a view to
seamlessly providing quality educational content to all the eligible and willing learners in
India and to reduce the digital divide. It has envisaged content and connectivity as the twin
pedals for initiating and accelerating ICT-enabled Higher Education.
The MHRD, has assigned work to the University Grants Commission (UGC) for
development of e-content in 77 subjects at postgraduate level. The content and its quality is
the key component of education system. High quality, curriculum-based, interactive content
in different subjects across all disciplines of science, social sciences, arts and humanities is
being developed under this initiative named e-PG-Pathshala.
Dr. Rajiv Saxena, Centre of Spanish, Portuguese, Italian and Latin American Studies,
School of Language, Literature and Culture Studies, Jawaharlal Nehru University, New Delhi
is the Project Director entrusted to develop the content for Spanish discipline. Therefore,
tenders are being invited to incorporate the technological component as per their guidelines
to complete the requirements.
Scope of Requirements
The scope of the project is to develop a customized learning management solution
framework with the capability of integrating and managing the in-campus learning
environment and the online/remote learning environment. The web based solution is
intended to be used for managing pre-class, in-class and post-class activities of students
Page 2 of 17
of different courses under different programs as assigned by respective faculty. The
activities may include assigning tests, assigning supplementary resources for reading, other
assignments and to-do-things by the faculty to the students for the purpose of evaluation.
The solution should allow for evaluation of students and faculty performance on different
evaluation/assessment metrics. The intended solution should be capable of conducting
online examinations and assessment for certification upon successful completion of the
courses/programs. It should also be capable of facilitating online content development for
reference and evaluation which should be compliant to global standards on resource
identification and sharing. As such the solution should be compliant to global standards and
specifications for web-based e-learning to facilitate global search and sharing of resources.
The intended solution should also be capable of identifying and allocating
geographically distributed physical resources and infrastructure facilities to different
activities. The platform should allow for collaborative teaching by way of identification of
multiple faculty resources and Faculty Assistants to different activities/courses/programs.
The solution should support modular development and deployment of additional
functionalities in future. It should also have the capability of integrating with other
functions/ applications/ technologies like the following:
 Smart Classroom Solution,
 Solution should be scalable and in clustered environment
 Digital Library Resources (including audio visual contents),
 Live streaming of classroom activities with capability of online interaction from a
remote location,
 Authorized Single Sign On access to activities and contents (live and online)
based on biometric identification and
 A Web based deployment of the solution to enable access through different
platforms and devices.
 Any other functions/applications/technologies.
The vendor should own the IP of the solution, so that the vendor can supply the same to
JNU for its deployment at the users end. JNU under the project ePG-Pathshala intends to
accomplish the following objectives through this technology implementation:
1. Unify and create a single location for all elements of the modules (as per ePg-Pathshala
specifications) /functionality capable of a single sign-in.
2. Give students a single access point for all activities, resources and self-help tools to
enable a planned academic experience
3. Allows students to learn from anywhere and anytime with the help of the technology
4. Facilitate Students - Faculty interaction anytime-anywhere
5. Monitor students’ performance and send alerts to students, faculty, and others
6. Eliminate unnecessary work for the administrator and teaching faculty members
through process improvement and system automation
7. Solution delivered through web on PCs, tablets and other mobile devices
8. Portal should be available 24x7
9. Platform should facilitate development of digital/online contents for reference and
evaluation
10. Facilitate global identification and sharing of digital contents
Page 3 of 17
11. Facilitate efficient utilization of physical, human and intellectual resources
12. Integrate seamlessly with other technological solutions and should be capable of
modular expansion/development in future
13. The vendor should design the solution to the requirement of JNU
14. The goal is that the suite of technology tools/solution will help handle the fast-paced
growth of the student population both on-campus and online while improving the user
experience with state-of-the-art delivery environment.
SPECIFICATIONS OF REQUIRED SOLUTION
“Language teaching modules & highly interactive and dynamic web-page”
1. 16 Under Graduate & Post Graduate papers of Spanish discipline comprising of 35-40
modules in each paper.
2. Each module will have four components comprising of
a) E-Text with 3,000-5,000 words with Spanish Unicode.
b) Self-Learn component comprising of minimum 30 minutes multiple audiovideo files [recording and editing]
c) Self-Assessment [comprising of 50 multiple choice questions-answers, True–
False options, match the following and fill up the blanks]
d) Know More [other available resources]
Each Module will have to be SCROM complaint and built on Flash or HTML-5 (as per
MHRD ePG-Pathshala specifications).
3. Web page should have:
a)
Book mark button
b)
Social Share (Facebook & Twitter share button)
c)
RSS Feeds
4. Modules will have components like:
i.
Animations,
ii.
Copyright free images,
iii.
Multimedia,
iv.
Illustrations,
v.
E-learning visuals and images
vi.
Storyboard.
vii.
Self-Assessment Exercises with grading.
5. Feedback section.
6. On-line examination.
7. Listening comprehension with tests.
8. Self-learning via images and video.
9. Embedded videos and external video links.
10. Dynamic link to on-line dictionaries.
11. Mobile Applications (Android and iPhone) and Tab applications (Android and iPad)
12. Podcasting.
13. Web page with dynamic control and administrative panel & powers.
14. Responsive and dynamic web page.
15. Animated avatar for explanatory videos.
Page 4 of 17
16. Hardware requirement of server is also to be included in the final costing to be put in
the envelope marked “Financial Bid” with the following minimum specifications or
higher: Intel Processor/32 GB DDR-3 RAM/DVD RW/1 TB SATA HDD/1 GbE Ethernet
adaptor/and minimum 1 year onsite warranty. Complete server installation in JNU.
17. Web Hosting services should be ensured for 24 x 7 availability in a highly data secured
environment. The site should be hosted on a secured server, i.e. free from hacking and
virus.
18. Bidder should also include in the final costing in the envelope marked “Financial Bid”
1 year on-site training and maintenance warranty.
Additional Requirements
1. The Social Collaborative Platform must have Web 2.0-based features such as -activities
for task management, communities, bookmarking, profiles for expertise location, file
sharing, wikis, blogs, video/photo sharing with communities -- that are accessed via a
browser, iOS and/or Android based smart phones/ tablets as native or mobile web
application or through e-mail or instant messaging software.
2. The Social Collaborative platform shall provide tools to facilitate users in forming
communities of interest.
3. Users who create new Communities of Interests by default become the moderator in
that community. Moderator shall be able to add other user as co moderator.
4. The Communities of Interests must at least support reader, editor, and manager access
control inside individual Communities of Interests.
5. The System shall allow the owner of the community to invite other users who share the
same interests or expertise to join the community.
6. The Communities of Interests must have functionality for bulletin board / threaded
discussion.
7. The Communities of Interests must have functionality for media library for photos,
videos and brochures upload.
8. The Communities of Interests must have functionality for event calendar, and the event
calendar must be able to be replicated to the customer staffs personal calendar.
9. The System shall allow users to send and receive instant on-line short messages within
Communities of Interests.
10. The System shall be able to create expertise profiles for all users. Administrators should
be able to mark some of the attributes as read-only, so that end users cannot modify.
11. System shall identify and recommend subject experts within the organisation based on
affinity to relevant expert areas. Provide functionality for user to make queries to expert
via Government Electronic Mail System (GEMS) or online discussion.
12. System shall facilitate search for people across organization by name, phone number,
location, or job title and view Business card information.
13. It shall also allow finding people based on the expertise by searching keywords in their
profiles that reflect their knowledge and responsibility.
14. Activities management feature of the tool must support the following features:
 View and prioritize all your individual and team activities
Page 5 of 17






Filter and view your activities by keyword, priority, and status
Start a new activity and set goals, due date, and tags for it
Add relevant activity entries, including messages, e-mails, tasks, files, instant
messages, and Web links Organize activities according to how you work, adding
activity entries as they happen, or providing comments to existing entries
Ability to invite others to participate in an activity so they can view the information
and add entries to get the task done quickly
Notify another user when an item has been added to a task
Create repeating activities from a template that can contain entries, to dos, tags,
Members.
15. File sharing feature of the tool must support the following features:
 Ability to upload and download multiple files.
 File sharing capabilities which supports sharing file publicly within intranet, restricted
to certain people within the organization or private; reporting such as how many
times a shared file had been downloaded and who had downloaded must be out of
the box.
 Subscribe to update notifications in case a new version of the previously
downloaded file becomes available.
 Control access to individual files.
 File upload possible from regular desktop operating systems and smart-phones such
as Android or iOS based.
16. The system shall provide smart search, which will help users search based on the tags
defined, contents in the files or words inside blogs, wikis, forums, date etc. and the
results should be annotated based on whether they are found in a community or files or
wiki e.g.
17. The Social Platform must have out of the box integration with proposed Portal and Web
Content Management platform, so that users can access contents, applications and
collaborate with the peer’s in-context.
18. The learning platform must provide integrated students/faculties collaboration features
with contextual collaboration (e.g. presence awareness where visual cues can be
associated with a person’s name indicating whether or not they are online. By clicking
on the visual cue, a menu of related actions pop-up to start a chat session etc).
19. The learning platform must provide secure Instant Messaging between two and/or
multiple persons.
20. The learning system must integrate the students/faculties Collaboration with
Communities of Practice to provide total collaboration services
SECTION- 2
Language of bids
The Bids and all correspondence and documents relating to the bids, shall be written in
English language.
Page 6 of 17
Eligibility Criteria for bidder
Sl
No
Clause
Documents Required
1 The bid shall be submitted by an individual Relevant Documentation
organization or consortium. The prime bidder
must meet the eligibility Criteria
2 Bidder should be a company registered under the Certificate of incorporation.
Companies Act, 1956.
Memorandum and Articles
of Associations.
The bidder may possess the core competency
3 in providing e-Learning Solutions preferred
standard collaboration platform of the following
type
Provide details about the
offerings available for each of
the solutions mentioned at the
time of technical bid
1. Online Learning Management Systems
2. Online/Digital
Content
development
system
3. Online/Digital Test and Assessment
Systems
4. Online/Digital Books solution
5. Online/Digital mobile device deployment
6. Digital & online Content Management
system
7. IP(Intellectual Property) development in
the area
of have
eLearning
solutions
4 The Bidder
should
positive
net worth in the Statutory Auditor’s Certificate
last 3 financial years
stating that the bidder has
a positive net worth.
5 The bidder should have annual turnover of at least Audit report for the last
Rs. 75 lacs (per year) in each of the last 2 financial two financial years of 2012years of 2012-13, 2013-14.
13, 2013-14.
Profiles of key resources with
the required competencies
must be shared.
6 It should be mentioned specifically whether price
quoted includes all taxes and duties. Sales tax and/
or other duties legally leviable and intended to be
claimed should be distinctly shown in the
RFP Proposal.
7 The bidder should not have been blacklisted with
any of the Central Government Department and
any State Department / PSU / Banks & Financial
institutions on account of corrupt or fraudulent
practices.
Page 7 of 17
8 The Institute reserves the right to accept or reject
any Bid,without assigning any reason thereof.
No correspondence in this regard will be
entertained.
9 The decision of JNU with regard to process and
criteria of
selection of the appropriate
technological solution and the vendor would be
final and binding on all parties.
10 All legal disputes shall be under the jurisdiction
of Delhi Courts.
11 OEM‘S MAF (Manufacturers Authorized Form)
certificate should be provided by the vendor
INSTRUCTIONS TO THE BIDDERS
1. Bidder is expected to examine all instructions, forms, terms, and requirements in the
bid document. Failure to furnish all information required by the bid document or
submission of a Bid not substantially responsive to the Bid document in every respect
may result in the rejection of the Bid.
2. The bids should be submitted in two parts as mentioned hereunder:
i.
Technical Bid (Annexure ‘A’) and Financial Bid (Annexure ‘B’)
ii.
In a sealed cover to the Dr. Rajiv Saxena, Room no. 336, Centre of Spanish,
Portuguese, Italian and Latin American Studies, School of Language, Literature
and Culture Studies, Jawaharlal Nehru University, New Delhi-110067.
iii.
The technical bid and the financial bid should be sealed by the bidder in separate
covers duly subscribed and both these sealed covers are to be put in a bigger
cover which should also be sealed and duly subscribed.
iv.
In case the Bids are not submitted in the manner stated above, the same shall
summarily be rejected.
v.
Last date for submission of sealed Bids is 19th February 2015 till 1.00 pm.
vi.
After opening of Technical Bid all bidders will be required to demonstrate their
capabilities as a part of technical evaluation (Proof of Concept) and to make a
presentation for technical evaluation on 20th February 2015.
vii.
After opening of Technical Bid all bidders are required to demonstrate the
capabilities as a part of technical evaluation (Proof of Concept) and to make a
presentation for technical evaluation with a working prototype with all the
requirements as laid down in this Tender Notification. A soft copy of Proof of
Concept in a DVD with the hard copy duly signed by the competent authority of
the company must also be submitted at the time of the POC presentation.
viii.
Non participation or no sample work in the demonstration for showing POC shall
disqualify the bidder from participating in tender process.
3. The Earnest money Deposit (EMD) in the form of a by way of DD/Bankers cheque for an
amount of Rs. 65,000/- (Sixty Five Thousand) issued by a Nationalized / Scheduled Bank,
will have to be deposited by the intending firms while submitting the sealed quotations,
Page 8 of 17
in favour of “Finance Officer, Jawaharlal Nehru University, payable at New Delhi”.
4. Unsuccessful Bidder's Bid security shall be discharged or returned after selection of
successful bidder.
5. The Bid security will be forfeited at the discretion of JNU on account of one or more
of the following reasons:
 The Bidder withdraws their Bid during the period of Bid validity
 Bidder does not respond to requests for clarification of their Bid
 Bidder fails to co-operate in the bid evaluation process, and
 In case of a successful Bidder, the said Bidder fails:
 To furnish Performance Bank Guarantee; or
 To deliver the product in 3 months’ time from the date of offer letter to the
successful bidder.
6. A letter on the bidder’s letter-head
i. Describing the technical competence and experience of the bidder,
ii. Certifying that the period of validity of bids is 90 days from the last date of
submission of bid, and
iii. Undertaking that the bidder is quoting for all the items (including services)
mentioned.
iv. Undertaking that the bidder has not been blacklisted in any State/Central
government Department or Agency or PSU
7. The profile of the bidder is required.
i. Audited annual financial statements (balance sheet and profit & loss
statement) of the bidder for the last two financial years.
ii. Reference list of major clients (similar to the present requirement of JNU).
iii. Permanent
Account
Number
(PAN),
Service
Tax
Registration
Certificate, Sales Tax Registration, VAT as applicable.
6. Bidders should enclose full details of all the similar applications and services
offered as well as their latest client references and services available with full
documentation and descriptive literature supplementing the description and point out
any special feature of the applications and services. All documents are required to be
in English.
7. All the proposals will have to be submitted in hard bound form with all pages
numbered, signed and sealed.
8. The Proposal should also have an index giving page wise information of above
documents. Incomplete proposal will summarily be rejected.
9. No bid will be considered unless and until each page of the bid document is duly
signed by the authorized signatory.
10. Prices should not be indicated in the Technical Bid.
11. In Financial Bid the rates shall always be both in the figures and words.
Page 9 of 17
SECTION- 3
PAYMENT TERMS
No advance payment will be made. The payment will be made in four instalments after
submission of satisfactorily completed work in four stages as agreed upon. The final 25%
payment will be made after submission of the entire work along-with administrative rights,
codes, copyrights, OEM, Licences, etc.
No extra charges will be entertained for any of the abovementioned points.
SECTION- 4
Terms & Conditions
01. The bidder must be registered with statutory authorities for taxation purpose.
Copies of VAT/TIN OR Service Tax registration certificate (any one) may be provided
as a supporting document.
02. The bidder must have a minimum annual average financial turnover of Rs. 75 Lacs
during last financial year. Audited copy of balance sheet for last two financial years
i.e. 2012-2013 & 2013- 14 is to be provided as supporting document.
03. The bidder should neither have been blacklisted by any Central/State government
department/Universities/Educational Institutions in the last three years nor
should have any litigation pending with any of these department or court of law.
04. The bidder should be able to provide end to end solution on specific matters
pertaining to the project in the university and also able to scale up the
infrastructure dynamically based on demand.
05. The EMD is non-interest bearing.
06. The successful Bidders’ EMD will be discharged upon expiry of "Offer Validity
Period" or upon receiving of Performance Guaranty. EMD of unsuccessful bidders
shall be refunded within one month of finalization of Tender.
07. The EMD will be forfeited:
a. If a bidder withdraws his bid during the period of validity.
b. Or in case of a successful bidder, if the bidder fails to sign the contract in
accordance with terms and conditions.
08. Tenders with incomplete information are liable for rejection.
09. Tenders not submitted in the format specified as per the Tender document will be
summarily rejected.
10. The tenders with the technical bid not containing EMD amount (in original) in the
prescribed format will be summarily rejected.
11. Tenders with incomplete information, subjective and conditional offers as well as
partial offers will be liable for rejection.
12. Tenders without the signed copy of the Tender Documents in the respective
envelopes will be summarily rejected.
13. Tenders submitted without audited financial Statements of the Bidder are liable for
rejection.
14. The company should not be black listed by any Govt./semi Govt. organization or
PSU, please submit undertaking.
Page 10 of 17
15. The bidder cannot make any amendment in the Technical Bid / Commercial Bid;
neither can he/she impose any conditions. All such bids will be rejected at the
discretion of JNU.
16. The bid evaluation would be upon the price which is exclusive of service tax. Service
Tax, as applicable from time to time, shall be paid extra. The bidder shall submit
documentary evidence of depositing the service tax to authority.
17. The right of final acceptance of the tender is entirely vested with JNU who reserves
the right to accept or reject any or all of the tenders in full or in parts without
assigning any reason whatsoever. After acceptance of the tender by JNU, the Bidder
shall have no right to withdraw his tender.
18. Successful bidder is required to deliver the product and end to end solution in three
months’ time from the date of offer letter.
19. If any potential bidder wishes to question any of the bidding conditions he/she can
do so by e.mail ([email protected]) within a week of publication of this
Tender.
20. The final decision would be based on the technical capacity and pricing. JNU does
not bind itself in selecting the firm offering lowest prices alone. The tender shall be
submitted neatly and all corrections, over-typing shall be attested with seal and full
signature. JNU reserves the right to not to accept lowest price, to reject any or all
the tenders without assigning any reason. Tendering/Subsequent award of job shall
not in any way entitle the vendor to have any exclusive rights and privileges.
21. The original and all copies of the Bid Document shall be signed by a person or
persons duly authorized to bind the Bidder to the Contract. The person or persons
signing the Bid Document shall initial all pages of the Bid Document, including pages
where entries or amendments have been made.
22. Any interlineations, erasures, alterations, additions or overwriting shall be valid only
if the person or persons signing the bid have authenticated the same with
signature.
23. The Bid Document shall be submitted in the form of printed document. Bids
submitted by Telex, fax or email would not be entertained. Any condition put forth
by the bidder not conforming to the bid requirements shall not be entertained at all
and such bid shall be rejected.
24. Any bid received by JNU after the deadline for submission of bids prescribed by
JNU, will be summarily rejected and returned unopened to the Bidder. JNU shall not
be responsible for any postal delay or non-receipt / non-delivery of the documents.
No further correspondence on this subject will be entertained.
25. To assist in the evaluation, comparison and an examination of bids, JNU may, at its
sole discretion, ask the Bidder for a clarification of its bid including breakup of rates.
The request for clarification and the response shall be in writing. If the response to
the clarification is not received before the expiration of deadline prescribed in the
request, JNU reserves the right to make its own reasonable assumptions at the total
risk and cost of the Bidder.
26. JNU will examine the bids to determine whether they are complete, whether they
meet all the conditions of the Tender Document and Technical Specifications,
whether any computational errors have been made, whether required sureties have
been furnished, whether the documents have been properly signed and whether
the Bid Documents are substantially responsive to the requirements of the Tender
Document.
27. Arithmetical errors will be rectified on the following basis: - If there is a discrepancy
between the rates in words and figures, the rate in words will govern. If the bidder
Page 11 of 17
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
does not accept the correction of errors, his bid will be rejected and his EMD may
be forfeited.
A bid that does not meet all pre-qualification criteria or is not responsive shall be
rejected by JNU and may not subsequently be made responsive by correction or
withdrawal of the non-conforming deviation or reservation by the Bidder.
Non participation or no working prototype sample as specified in the Tender
document in the POC shall disqualify the bidder from participating in tender
process.
After opening of Technical Bid all bidders will be required to demonstrate the
capabilities (Proof of Concept) as a part of technical evaluation and to make a
presentation for technical evaluation with a working prototype exclusively
developed for this project without any cost to the JNU with all the requirements as
laid down in this Tender Notification on the 20th February 2015 in Aula Binimelis, 2nd
Floor, SLL&CS Building, JNU.
A soft copy in a DVD with the hard copy duly signed by the competent authority
must also be submitted at the time of the POC presentation.
Quotation received beyond time and date mentioned herein will not be accepted.
In case the Bids are not submitted in the manner stated above, the same shall
summarily be rejected.
The successful Bidder shall deposit with the JNU Performance Security equivalent
to 10% of the value of the work order in the form of a Bank Guarantee
furnished/Account Payee Demand Draft/Fixed Deposit Receipt issued by a
Scheduled Commercial Bank within 15 days of placement of order by the
University to be kept as interest-free Performance Security during the entire
tenure of contract for due and complete performance of work as per the terms and
conditions agreed upon.
JNU shall reserve the right to verify the operation and performance of Project by
the Bidder and the Bidder shall permit JNU to do so.
If a firm quotes “Nil” charges/consideration, the bid shall be treated as
unresponsive and will not be considered in terms of the O.M. No. 29(1)/2014-PPD
dated 28.01.2014 of the Ministry of Law/Ministry of Finance.
Any claim, dispute or differences arising out of or in connection with this contract
and which cannot be settled by mutual consultation, shall be referred to an
arbitrator to be appointed by the Vice Chancellor, JNU. The award of the arbitrator
shall be final and binding upon the parties of the contract. The Arbitral proceedings
shall be governed by the Arbitrator and Conciliation Act, 1996 and shall be
conducted in JNU.
All or any Claim(s), dispute(s) or difference(s) arising out of or in connection with
this Contract shall be subject to the exclusive jurisdiction of the courts at New Delhi
only.
CONTENTS OF TECHNICAL ENVELOPE
(TECHNICAL BID INCLUDING ELIGIBILITY)
01. Bid Applications on the company letter head.
02. Checklist of Submissions.
03. Letter of Undertaking regarding acceptance of terms and conditions on the company
letter head.
Page 12 of 17
05. Document of Constitution of the firm/company.
06. Audited Balance Sheets / CA Certificate in support of turnover criteria.
07. Copy of the experience related supporting documents.
08. DD of EMD.
10. List of Deliverable
11. List of Resources
12. List of Technology to be used
13. List of Project Duration
14. List of Manuals and Training
15. List of User Acceptance testing
16. List of Quality Assurance
17. Copy of Demo Screen shots of url for reference
Page 13 of 17
To
Dr. Rajiv Saxena
The Project Director, ePG-Pathshala (Spanish)
Centre of Spanish, Portuguese, Italian and Latin American Studies
School of Language, Literature and Culture Studies
Jawaharlal Nehru University
New Delhi-110067.
Tender No.: JNU/SLLCS/EPGP/RS/2015/02 Tender Date: 19th February 2015
TECHNICAL BID
Name of the Company:
Mailing address:
Contact Person:
(Name & designation)
Tel:
E-mail:
1.
2.
3.
4.
5.
6.
Fax:
Mobile:
Website:
Registration Number of the company
VAT No.
Service Tax No.
PAN No.
TIN No.
Details of EMD:
DD No.
Date
Name of the bank
Amount
7. Detail of work Experience –
S. No.
Name of the
organisation/Company for
which e-learning program
developed
Name and profile of
mobile app
1
2
Page 14 of 17
Platforms
8. Details of Annual turnover:
S. No.
1
2
Average Annual Turnover during
2013-14
2012-13
Turnover ( in Rs.)
Date:
(Authorized Signature)
Name:
_______________________
Designation: _______________________
Seal of the company:
Page 15 of 17
To
Dr. Rajiv Saxena
The Project Director, ePG-Pathshala (Spanish)
Centre of Spanish, Portuguese, Italian and Latin American Studies
School of Language, Literature and Culture Studies
Jawaharlal Nehru University
New Delhi-110067.
Tender No.: JNU/SLLCS/EPGP/RS/2015/02 Tender Date: 19th February 2015
FINANCIAL BID
Name of the Company:
Mailing address:
Contact Person:
(Name & designation)
Tel:
E-mail:
S. No.
Fax:
Mobile:
Website:
Description
Amount in Rs.
(Excluding Tax)
Type and % of
Tax
Total Amount
(Including Tax)
1
Amount in words Rupees
Date:
(Authorized Signature)
Name:
_______________________
Designation: _______________________
Seal of the company:
Page 16 of 17
To
Dr. Rajiv Saxena
The Project Director, ePG-Pathshala (Spanish)
Centre of Spanish, Portuguese, Italian and Latin American Studies
School of Language, Literature and Culture Studies
Jawaharlal Nehru University
New Delhi-110067.
Tender No.: JNU/SLLCS/EPGP/RS/2015/02 Tender Date: 19th February 2015
Acceptance of the terms & conditions
Dear Sir,
With reference to Tender No JNU/SLLCS/EPGP/RS/2015/02 Tender Date: 19th February 2015
we hereby submit our bid in the prescribed format as desired by JNU.
I/ We Certify that
1. I/We have read the terms and conditions governing this work of the university and
hereby agree to abide by them
2. The Agency has neither been blacklisted by any Central or State Government
organization in the last three years nor there is any litigation pending with any of
these department or court of law.
3. I have enclosed the required Bid Security, samples of printing material along with
requisite certificate from Authorized Government Agency and other documents as
mentioned in the Technical Bid.
4. The information provided by us above regarding details of firms is correct and
nothing has been concealed. If any of the information is found by the inspection team
of your office to be incorrect or in case of non-enclosure of any of the required
documents, our bid may summarily be rejected.
We, hereby, also accept the terms & conditions prescribed in the bid document.
Thanking You,
Yours faithfully,
Date:
(Authorized Signature)
Name:
_______________________
Designation: _______________________
Seal of the company:
Page 17 of 17