request for tender national assessment and accreditation council

141
RFT for Implementation of Software Solution for NAAC Processes Page 1 | 141 Request for Tender for Implementation of Software Solution for NAAC Processes (Design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes including Migration of Data) Tender Reference No.: NAAC/Admin/ICT/EPR/2016 Date: 05.08.2016 National Assessment and Accreditation Council (An Autonomous Institution of the University Grants Commission) Jnana Bharathi Road, Nagarbhavi, Bengaluru -560072, Karnataka, India. Phone. +91-80-23005122

Upload: vanminh

Post on 04-Jan-2017

224 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 1 | 141

Request for Tender

for

Implementation of Software Solution for NAAC Processes

(Design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes including Migration of Data)

Tender Reference No.: NAAC/Admin/ICT/EPR/2016

Date: 05.08.2016

National Assessment and Accreditation Council (An Autonomous Institution of the University Grants Commission)

Jnana Bharathi Road, Nagarbhavi, Bengaluru -560072, Karnataka, India.

Phone. +91-80-23005122

Page 2: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 2 | 141

Table of Contents

1. ABBREVIATIONS ............................................................................................................... 4

2. INTERPRETATIONS ............................................................................................................ 5

3. INVITATION TO BIDDERS ................................................................................................... 6

4. INTRODUCTION .............................................................................................................. 10

5. NAAC ORGANISATION AND FUNCTIONS .......................................................................... 11

6. NAAC CURRENT BUSINESS PROCESSES ............................................................................ 14

7. SCOPE OF WORKS ........................................................................................................... 18

8. DELIVERABLES & MILESTONES ........................................................................................ 18

9. PRE-BID MEETING ........................................................................................................... 19

10. BID SUBMISSION ............................................................................................................. 20

11. BID EVALUATION ............................................................................................................ 22

12. AWARD OF CONTRACT .................................................................................................... 24

13. PAYMENT SCHEDULE ...................................................................................................... 25

14. TERMS AND CONDITIONS ................................................................................................ 25

15. INDEX OF ANNEXURE ...................................................................................................... 33

16. ANNEXURE-1: Summary .................................................................................................. 35

17. ANNEXURE-2: Scope of Works ......................................................................................... 37

18. ANNEXURE-3: Payment Schedule .................................................................................... 58

19. ANNEXURE-4: Constitution of Team ................................................................................ 59

20. ANNEXURE-5: Validity of Bid, Rates, etc. ......................................................................... 65

21. ANNEXURE-6: Current Applications at NAAC ................................................................... 66

22. ANNEXURE-7: Eligibility Criteria ...................................................................................... 68

23. ANNEXURE-8: PQ Form 1: Bidder’s Profile ....................................................................... 72

24. ANNEXURE-9: PQ Form 2: Financial Information .............................................................. 73

25. ANNEXURE-10: PQ Form 3: Number of Professionals ....................................................... 74

26. ANNEXURE-11: PQ Form 4: Project Experience ................................................................ 75

27. ANNEXUR-12: PQ Form 5: Details of Ineligibility for corrupt or fraudulent practices /

Blacklisted with any of the Central Government/State Government/Quasi-Government

Agencies/ Conflict of Interest ................................................................................................. 76

28. ANNEXURE-13: Technical Form 1: Technical Bid Letter ..................................................... 78

29. ANNEXURE-14: Technical Form 2: Technical & Functional Compliance ............................. 80

30. ANNEXURE-15: Technical Form 3: Methodology for Manpower Deployment and Training

103

31. ANNEXURE-16: Technical Form 4: Technology Solution & Maintenance Plan ................. 105

32. ANNEXURE-17: Technical Form 5: Declaration by OEM [Applicable for COTS Product] ... 106

33. ANNEXURE-18: Technical Form 6: Work Plan ................................................................. 108

Page 3: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 3 | 141

34. ANNEXURE-19: Copy of Financial Bid with the price column of the price bid format blanked

out 109

35. ANNEXURE-20: Technical Form 7: Statement of Deviation ............................................. 110

36. ANNEXURE-21: Financial Form 1 – Financial Bid Letter................................................... 112

37. ANNEXURE-22: Financial Form 2 – Break up Cost Components ...................................... 114

38. ANNEXURE-23: Financial Form 3 – Gross Total Value ..................................................... 118

39. ANNEXURE-24: Service Level Agreement ....................................................................... 120

40. ANNEXURE-25: Change Control Note ............................................................................. 123

41. ANNEXURE-26: Proforma for Performance Security Deposit for Contract Performance .. 126

42. ANNEXURE-27: Functional Requirements of the Software Solution ................................ 129

Page 4: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 4 | 141

1. ABBREVIATIONS

As used in the document Description

NAAC National Assessment & Accreditation Council, herein also referred to as ‘Purchaser’/’Buyer’.

Bidder/Agency

The organization submitting the proposal who will also be the single point of contact for the NAAC and single point responsibility for execution of scope and deliverables as required by this Tender.

TIA Tender Inviting Authority

SI System Integrator

Implementation Partner Successful Bidder

A&A Assessment & Accreditation

AQAR Annual Quality Assurance Report

BG Bank Guarantee

BPR Business Process Re-engineering

COTS Commercially available Off-The-Shelf

DC Data Center

DD Demand Draft

DR Disaster Recovery

DSC Digital Signature Certificate

DMS Document Management System

EMD Earnest Money Deposit

E-mail Electronic Mail

TEC Technical Evaluation Committee

FEC Financial Evaluation Committee

FRS Functional Requirement Specification

IEQA Institutional Eligibility for Quality Assessment

IQAC Institutional Quality Assurance Cell

LOI Letter of Intent

NEFT National Electronic Funds Transfer

RTGS Real Time Gross Settlement

GTV Gross Total Value

GFR General Financial Rules

UAT User Acceptance Test

OEM Original Equipment Manufacturer

O&M Operation & Maintenance

RFT Request for Tender

RAR Re-accreditation Report

SAR Self-Appraisal Report

SLA Service Level Agreement

SMS Short Messaging Service

SSR Self Study Report

Page 5: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 5 | 141

SRS Software Requirement Specifications

IDC International Data Corporation

SOA Service Oriented Architecture

PAC Provisional Acceptance Certificate

POC Proof of Concept

PT Peer Team

TA/DA Travelling Allowance/ Dearness Allowance

UAT User Acceptance Test

2. INTERPRETATIONS

2.1 RFT or ‘Request for Tender’ means a formal, structured invitation to suppliers to bid to supply

products or services.

2.2 Bid shall mean the set of Bid documents submitted by a Bidder as a Competitive quotation for

the execution of ‘Works- Design, Development, Deployment, Hosting and Maintenance of

Web-based Software Solution for NAAC Processes including Migration of Data and provide

warranty support services’ in accordance with the Conditions of Tender, Technical

Specifications and the essential details of Requirements/Services.

2.3 Buyer/Purchaser means NAAC, Jnana Bharathi Road, Nagarbhavi, Bengaluru -560072,

Karnataka, India.

2.4 Bidder means the entity who has purchased the Bid documents for the said ‘Works’ with the

intention of submitting a Competitive quotation for the execution of Works in accordance with

the Conditions of Contract, Technical Specifications and the essential details of

Requirements/Services and fulfill the warranty obligations as specified in clause 17.11 under

the ‘Contract’

2.5 Works means the essential details of Requirements/Services specified under Annexure -2 to

be carried out at the Project Site.

2.6 Project Site means NAAC, Jnana Bharathi Road, Nagarbhavi, Bengaluru, Karnataka, India-

560072.

2.7 Contract shall mean the Contract entered into between the Buyer and the Contractor upon

award of Contract for Works.

2.8 Successful Bidder or the Supplier or the Solution Provider (SP) means the Bidder whose Bid

is accepted by the Buyer and selected for the award of the Contract of Works.

2.9 Contractor means the ‘Successful Bidder or the Supplier or selected bidder’ who shall execute

the works as per the terms and conditions of the RFT.

2.10 Letter of Intent (LOI) w.r.t. this Tender document is the intent placed on the successful bidder

by the Buyer for the execution of works/Schedule of Requirements as per RFT.

2.11 Letter of Intent (LOI) w.r.t. NAAC Processes as specified in Annexure-2: Scope of Works.

2.12 Tender Inviting Authority (TIA) means Director, NAAC, Bengaluru.

2.13 COTS means Commercially available Off-The-Shelf

Page 6: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 6 | 141

Definition of COTS:

It is a global solution (having customers in multiple countries), which is ready made & available

for license to be sold & implemented by multiple organizations. It should support each of the

following Operating Systems i.e. Microsoft Windows, UNIX & Linux. Commercially available

Off-The-Shelf (COTS) is software application listed in reputed analyst reports like Gartner and

IDC which is readily deployable with or without configuration to suit the customer’s specific

process requirements and does not involve developing the application from scratch. COTS

software shall be implementable or deployable and maintainable by more than one partner

other than the manufacturer or agency developed the COTS software. Proposed COTS

software solution shall also be available with complete transparency including operation

manuals, help documents and source code.

3. INVITATION TO BIDDERS

3.1 National Assessment and Accreditation Council (NAAC) invites bid from the eligible bidders

through e-procurement (only online mode) open Tender under Two Bid Systems (Technical Bid

& Financial Bid) for Design, Development, Deployment, hosting and Maintenance of Web-based

Software Solution for NAAC Processes including Data Migration. The Solution should be

implemented on a single platform to ensure data integrity, security & control, reporting,

compliance, scalability, Business intelligence and ease of use.

3.2 Objective of the RFT

Online Bids, valid for a period of 180 days from the date of opening of financial bids, are invited

from eligible bidders for selection of Software Solution Provider for Design, Development,

Deployment, hosting and Maintenance of Web-based Software Solution for NAAC Processes

including Migration of Data at NAAC. The scope of the project envisages which includes

Design, Development, Deployment, hosting and Maintenance of Web-based Software

Solution for NAAC Processes.

Re-design of NAAC website

Annual Operations & Maintenance (O&M) for 3 years

Training to NAAC’s designated personnel.

The O&M contract will be for THREE years post warranty period of the system. The selected

bidder will be bound by scope of work as provided in Annexure-2: Scope of Works of this tender.

3.3 Earnest Money Deposit (EMD):

Rs. 15 Lakhs (Rupees Fifteen Lakhs) only shall be submitted.

3.4 Tender Document Fee:

The Tender document fee is Rs. 5,000.00 (Rupee Five Thousand) only.

Page 7: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 7 | 141

3.5 The address and contact numbers for seeking clarifications regarding this RFT are given below:

Bids to be addressed to : The Director, NAAC : Jnana Bharathi Road, Nagarbhavi, Bengaluru -560072,

Name/designation of the contact personnel : Administrative Officer, NAAC

Telephone numbers of the contact personnel : +91-80-23005122

E-mail ids of contact personnel : [email protected],

[email protected]

Fax number : +91-80-23210268

3.6 The important dates of the RFT is as follows:-

Published on https://eprocure.gov.in/eprocure

05.08.2016

Bid Document download Date 05.08.2016 at 10:00 Hrs(IST)

Clarification Start Date 08.08.2016 at 10:00 Hrs(IST)

Clarification End Date 17.08.2016 at 18:00 Hrs(IST)

Pre-bid meeting Date 18.08.2016 at 11:00 Hrs(IST)

Bid Submission Start Date 31.08.2016 at 10:00 Hrs(IST)

Bid Submission End Date & Time 09.09.2016 at 14:00 Hrs(IST)

Technical Bid Opening Date & Time 09.09.2016 at 15:00 Hrs(IST)

Financial Bid Opening Date Shall be intimated after technical evaluation

Note: - a. All details, regarding the subject tender are available on the website www.naac.gov.in and

https://eprocure.gov.in/eprocure. Any change / modification in the tender enquiry will be

intimated through above websites only. Bidder are therefore, requested to visit these websites

regularly to keep themselves updated.

b. Manual bids will not be accepted.

c. For submission of E-bid, bidders are required to get themselves registered with

https://eprocure.gov.in website along with class II or III digital signature certificates issued by

CCS under IT Act – 2003. The detailed procedure is available in the website under the tab ‘Help

for Contractors’, ‘Information about DSC’, ‘Bidders manual kit’ etc.

d. The original DD towards the Tender Document Fee and Earnest Money Deposit (EMD) should

reach NAAC, Jnana Bharathi Road, Nagarbhavi, Bengaluru -560072, before the last date for

submission of bids failing which offer will be liable for rejection. Bidders shall attach scanned

copies of Earnest Money Deposit and Tender Fee documents while submitting bids online.

e. Any queries relating to the process of online bid submission or queries relating to CPP Portal are

available at https://eprocure.gov.in. Further, any clarifications, the bidders may contact

Page 8: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 8 | 141

on 24x7 Help Desk Number 0120-4200462, 0120-4001002 or Mobile No 91 8826246593 or

Mail to : [email protected].

3.7 This RFT is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer reserves the right to withdraw the RFT, should it become necessary at any stage.

3.8 Special Instructions to the Contractors/Bidders for the e-submission of the bids online through eProcurement Portal

a. Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll

available in the Home Page. Then the Digital Signature enrollment has to be done with the

e-token, after logging into the portal. The e-token may be obtained from one of the

authorized Certifying Authorities such as eMudhraCA/ GNFC/ IDRBT/ MtnlTrustline/

SafeScrpt/TCS.

b. Bidder then logs into the portal giving user id / password chosen during enrollment.

c. The e-token that is registered should be used by the bidder and should not be misused by

others.

d. DSC once mapped to an account cannot be remapped to any other account. It can only be

Inactivated.

e. The Bidders can update well in advance, the documents such as certificates, purchase order

details etc., under My Documents option and these can be selected as per tender

requirements and then attached along with bid documents during bid submission. This will

ensure lesser upload of bid documents.

f. After downloading / getting the tender schedules, the Bidder should go through them

carefully and then submit the documents as per the tender document, otherwise, the bid

will be rejected.

g. The BOQ template must not be modified/replaced by the bidder and the same should be

uploaded after filling the relevant coulmns, else the bidder is liable to be rejected for that

tender. Bidders are allowed to enter the Bidder Name and Values only.

h. If there are any clarifications, this may be obtained online through the eProcurement Portal,

or through the contact details given in the tender document. Bidder should take into

account of the corrigendum published before submitting the bids online.

i. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the

tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than

one document, they can be clubbed together.

j. Bidder should arrage for the EMD as specified in the tender. The original should be

posted/couriered/given in person to the Tender Inviting Authority, within the bid

submission date and time for the tender.

k. The bidder reads the terms and conditions and accepts the same to proceed further to

submit the bids

Page 9: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 9 | 141

l. The bidder has to submit the tender document(s) online well in advance before the

prescribed time to avoid any delay or problem during the bid submission process.

m. There is no limit on the size of the file uploaded at the server end. However, the upload is

decided on the Memory available at the Client System as well as the Network bandwidth

available at the client side at that point of time. In order to reduce the file size, bidders are

suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also

the size of file also gets reduced. This will help in quick uploading even at very low

bandwidth speeds.

n. It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure

that he/she completes the Bid Submission Process. Bids Which are not Frozen are

considered as Incomplete/Invalid bids and are not considered for evaluation purposes.

o. In case of Offline payments, the details of the Earnest Money Deposit(EMD) document

submitted physically to the Department and the scanned copies furnished at the time of

bid submission online should be the same otherwise the Tender will be summarily rejected

p. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the

difficulties faced during the submission of bids online by the bidders due to local issues.

q. The bidder may submit the bid documents online mode only, through this portal. Offline

documents will not be handled through this system.

r. At the time of freezing the bid, the eProcurement system will give a successful bid updation

message after uploading all the bid documents submitted and then a bid summary will be

shown with the bid no, date & time of submission of the bid with all other relevant details.

The documents submitted by the bidders will be digitally signed using the e-token of the

bidder and then submitted.

s. After the bid submission, the bid summary has to be printed and kept as an

acknowledgement as a token of the submission of the bid. The bid summary will act as a

proof of bid submission for a tender floated and will also act as an entry point to participate

in the bid opening event.

t. Successful bid submission from the system means, the bids as uploaded by the bidder is

received and stored in the system. System does not certify for its correctness.

u. The bidder should see that the bid documents submitted should be free from virus and if

the documents could not be opened, due to virus, during tender opening, the bid is liable

to be rejected

v. The time that is displayed from the server clock at the top of the tender Portal, will be valid

for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal.

The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30.

The bidders should adhere to this time during bid submission.

w. All the data being entered by the bidders would be encrypted at the client end, and the

software uses PKI encryption techniques to ensure the secrecy of the data. The data

entered will not be viewable by unauthorized persons during bid submission and not

Page 10: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 10 | 141

viewable by any one until the time of bid opening. Overall, the submitted bid documents

become readable only after the tender opening by the authorized individual.

x. During transamission of bid document, the confidentiality of the bids is maintained since

the data is transferred over secured Socket Layer (SSL) with 256 bit encryption technology.

Data encryption of sensitive fields is also done.

y. The bidders are requested to submit the bids through online eProcurement system to the

TIA well before the bid submission end date and time (as per Server System Clock).

4. INTRODUCTION

The NATIONAL ASSESSMENT AND ACCREDITATION COUNCIL (NAAC) is an autonomous body

established by the University Grants Commission (UGC) of India to assess and accredit institutions

of higher education in the country. It is an outcome of the recommendations of the National Policy

in Education (1986) which laid special emphasis on upholding the quality of higher education in

India. To address the issues of quality, the National Policy on Education and the Plan of Action (POA-

1992) advocated the establishment of an independent national accreditation body. Consequently,

the NAAC was established in 1994 with headquarter at Bengaluru.

The process of Assessment and Accreditation ( A&A) have sub-activities such as Letter of Intent

(LOI), Institutional Eligibility for Quality Assessment (IEQA), Self-Study Report (SSR), Formation of

Peer Team, Visit Schedule, Peer Team Report, Executive Committee’s (EC) approval for

Accreditation and post accreditation subsystems (Internal Quality Assurance Cell, Annual Quality

Assurance Report and Appeals processing) - Interactions with Internal Quality Assurance Cell at the

Institutions, Annual Quality Assurance Report and managing post accreditation grievances. In an

effort to automate the process of A&A, NAAC have deployed three online modules for processing

LOI, IEQA and SSR. It has developed Assessors database and Selection Module also. The data for

public view has been hosted on NAAC website which is being maintained by NIC. The rest of the

process of A&A and associated activities of NAAC are being carried out manually.

NAAC has been managing the accreditation process for all the HEIs spread across India. In order to

manage the operations, NAAC has created four zones such as North, South, East and West. Each of

these zones are being managed by the zonal coordinators.

At present there are about 650 universities and 35000 HEIs in India and in coming years this number

may likely to go beyond 1000 and 50,000 respectively. So far, NAAC have accredited around 250

universities and around 8000 HEIs. NAAC have been receiving more number of applications year on

year from the HEIs for accreditation. NAAC is expecting for accreditation of the remaining HEIs in

about next five years. In order to address this capacity and to overcome the existing manual

Page 11: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 11 | 141

processing of the applications, NAAC is planning to implement end to end ICT solutions for

automation of the processes.

Given these large numbers for accreditation, NAAC would like to develop comprehensive IT solution

to tackle the numbers efficiently in terms in time, quality and costs. Moreover, it would like to

improve uniformity in evaluation, reducing person dependencies etc would mean building of e-

assessors (machine learning based) and e-assessment systems as well. E-assessment systems would

easily be deployed for subsequent rounds of accreditations once AQAR, IQAC, and SSRs are online.

A centralized web solution has been envisioned to build a single platform based solution to address

complete process requirements of NAAC and make available comprehensive, accurate and real-time

data for decision making. It is expected that complete all day to day transactions and processes of

NAAC would be executed only through the system which should have an inbuilt mechanism to

ensure compliance to the NAAC working principles. NAAC is planning to implement end to end ICT

solutions for automation of the processes to provide a web solution for an improved information

system and a decision support system for the entire organization.

5. NAAC ORGANISATION AND FUNCTIONS

5.1 About NAAC

The NATIONAL ASSESSMENT AND ACCREDITATION COUNCIL (NAAC) is an autonomous body

established by the University Grants Commission (UGC) of India to assess and accredit institutions of

higher education in the country. It is an outcome of the recommendations of the National Policy on

Education (1986) which laid special emphasis on upholding the quality of higher education in India.

To address the issues of quality, the National Policy on Education (1986) and the Programme of

Action (POA-1992) advocated the establishment of an independent national accreditation body.

Consequently, the NAAC was established in 1994 with ICT headquarters at Bengaluru.

Governance Structure NAAC’s working is governed by the General Council (GC) and the Executive Committee (EC) on which

University Grants Commission (UGC), All India Council for Technical Education (AICTE), Ministry of

Human Resource Development (MHRD), Association of Indian Universities (AIU), Universities,

Colleges and other professional institutions are represented. Senior academics and educational

administrators are nominated as members on these two bodies.

There are five regions set up by NAAC for covering all the states pan India. These five regions are

being managed by respective regional coordinators of NAAC. The regions and the mapping of states

is as given in the table below:

Page 12: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 12 | 141

Table: Regions of NAAC

Region States Covered

South Andaman & Nicobar Islands, Andhra Pradesh, Karnataka, Kerala, Lakshadweep and Pondicherry, Tamilnadu and Telengana

North Chandigarh, Delhi, Haryana, Himachal Pradesh, Jammu & Kashmir, Punjab, Rajasthan, Uttar Pradesh and Uttarakhand

East Bihar, Chhattisgarh, Jharkhand, Odisha and West Bengal

North East

Arunachal Pradesh, Assam, Manipur, Meghalaya, Mizoram, Nagaland, Sikkim and Tripura

West Dadra & Nagar Haveli, Daman & Diu, Goa, Gujarat, Madhya Pradesh and Maharashtra

5.2 Functions of NAAC

The key functions of the NAAC are:

Publications of manuals and guidelines for institutions for obtaining NAAC accreditation.

Processing HEI’s applications for assessment & accreditation

Scrutinizing the applications

Formation of the Peer Team for visiting the institutions

Accreditation the institutions

Management of grievances of the institutions

Post Accreditation performance monitoring

Processing application for Re-accreditation

Conducting periodical workshops and trainings both for HEIs and Peer Team Members

5.3 Services Offered by NAAC

i. Assessment & Accreditation: Assessment and Accreditation is broadly used for understanding

the “Quality Status” of an institution. In the context of Higher Education, the accreditation status

indicates that the particular Higher Educational Institutions (HEI)–a College, a University, or any

other recognized Unit therein, meets the standards of quality as set by the Accreditation Agency,

in terms of ICT performance, related to the educational processes and outcomes, covering the

curriculum, teaching-learning, evaluation, faculty, research, infrastructure, learning resources,

organization, governance, financial well-being and student services.

NAAC has made significant strides in quality assurance in higher education. With the mandatory

accreditation regulations of UGC, NAAC is gearing to scale up assessment and accreditation of a

gamut of Higher Education Institutions (HEIs). This is really an uphill task. To undertake

assessment and accreditation of such huge numbers, NAAC has so far initiated the process

establishing Regional Centers and strengthening ICT human resources.

Page 13: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 13 | 141

On the use of Information Communication and Technology (ICT) front NAAC is planning to

deploy the latest technology and introduce end to end online processes starting from

submission of Letter of Intent (LOI) to Accreditation.

At present the initial processes of LoI and Institutional Eligibility for Quality Assessment (IEQA)

submission have already been made online with the help of NIC and a third party.

To make it more robust and user friendly application NAAC is planning to automate the complete

process of A&A.

ii. Training for the Peer Team: The NAAC seeks to make the process of assessment a holistic,

systematic, and transparent experience, based on data, which can contribute to institutional

improvement. It is an exercise based on mutual trust. Guided by this philosophy of NAAC, the

peer team has to carry out an objective assessment of the quality of education offered by the

Higher Education Institution (HEI). To facilitate the assessment process to be executed in a

holistic, systematic and professional manner, the NAAC has been conducting training

Programmes periodically to the Peer Team members.

iii. Post Accreditation Process: The Higher Education institutions which are accredited should

submit the Annual Quality Assurance Report (AQAR) yearly online as per the NAAC format.

The NAAC would be reviewing the AQAR reports as per the guidelines and providing the

feedback to HEIs for improvement.

iv. Continuous improvement: In pursuance of its Action Plan for performance evaluation,

assessment and accreditation and quality up-gradation of institutions of higher education, the

NAAC Bengaluru proposes that every accredited institution should establish an Internal Quality

Assurance Cell (IQAC) as a post-accreditation quality sustenance measure. Since quality

enhancement is a continual process, the IQAC will become a part of the institution’s system and

work towards realization of the goals of quality enhancement and sustenance. The prime task

of the IQAC is to develop a system for conscious, consistent and catalytic improvement in the

overall performance of institutions. For this, during the post-accreditation period, it will

channelize all efforts and measures of the institution towards promoting its holistic academic

excellence.

5.4 Present applications in use.

At present NAAC has been using the software applications for processing A&A applications

covering initial stages i.e. LOI, IEQA and SSR only. The HEIs have been using these modules for

submission of LOI, IEQA and SSR. The web based software applications are hosted at NAAC,

Bengaluru and being maintained by NIC & a third party.

5.5 Objectives of this Tender Work

The following objectives are envisaged for the project:

Page 14: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 14 | 141

a. To automate all the process of NAAC end to end which will have following capabilities:

Instant access to information related to A&A application status, Peer Team visiting

schedules, Peer Team reports, database of HEIs, payment details, etc. through internet

and also on SMS.

Instant tracking of LOI, IEQA, SRS, RAR, AQAR documents.

Facilitate timely management of Appeal or grievances.

Obtaining on-line real time information about A&A.

Effective monitoring of A&A applications and the related information.

Building Peer Team database and update the same from time to time.

Effective Capacity Management

Monitoring validity of the NAAC Certification.

Alerting about the timelines of accreditation and re-accreditation.

Building e-Assessors and e-Assessment & accreditation system for advisory and for 2nd &

subsequent rounds of accreditations.

b. To build MIS for effective management through a Decision Support system by collecting, collating and storing information on real time basis.

c. Re-design of NAAC website.

d. To Provision in the system to accept legacy/old data (digital form) available with NAAC such as SSR DB, Assessors (PT) Reports & Results DB to new system for building MIS.

e. To provide scalable support to the assessors on 24X7 basis and training to assessor, intelligent machine learning based e-Assistant could be useful though not mandatory (can be quoted separately). e-Assistant is a conversational system (Bot based).

f. To provide application maintenance support services and DB Administration for a period of

three years.

6. NAAC CURRENT BUSINESS PROCESSES

The process of NAAC assessment and accreditation broadly consists of:

Preparation of Self-study Report (SSR), and uploading on the institution website prior

to submission of LOI.

On-line submission of the Letter of Intent (LOI).

On-line submission of Institutional Eligibility for Quality Assessment (IEQA) for

applicable institutions.

Submission of Hard Copies of SSR

Peer team visit to the institution.

Final decision by NAAC.

Page 15: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 15 | 141

Procedure along with timelines for A&A is given below:

a. The Higher Education Institutions (HEIs) to submit the Letter of Intent (LOI) only after uploading

the Self-study Report (SSR) on the institutional website.

b. LOI will be processed by NAAC and the decision in this regard shall be communicated within 15

days. The institutions will submit the registration fee (demand draft) so as to reach NAAC within

10 days of submission of LOI.

c. The Institutional Eligibility for Quality Assessment (IEQA) to be submitted within the one week

of acceptance of LOI.

d. The institution will submit the SSR within two weeks of acceptance of LOI / IEQA.

e. NAAC will decide on the dates of visit and constitute the teams to visit the institutions within

three weeks of receipt of SSR.

f. The visit should ordinarily be completed within one month.

In case the NAAC finds a deficiency in the LOI, the same will be rejected and the institutions will

have to resubmit the LOI along with the registration charges again. The fee already submitted will

not be returned by NAAC.

Re-assessment:

Institutions, which would like to make an improvement in the accredited status, may volunteer for

Re-assessment, after completing at least one year but not after the completion of three years.

The manual to be followed for re-assessment is the same as that for the Assessment and

Accreditation. However, the institution shall make specific responses based on the

recommendations made by the peer team in the first assessment and accreditation report, as well

as the specific quality improvements made by the institution. The fee structure would be the same

as that for Assessment and Accreditation.

Cycles of Accreditation:

An institution undergoes the accreditation process for the first time, it is referred to as Cycle 1 and

the consecutive five year periods as Cycles 2, 3, etc.

For Cycle 1, please refer ‘Fig-1: Assessment & Accreditation Process’

For Cycles 2, 3, etc. the following are essential:

IQAC to be functional.

Timely submission of AQARs annually.

Institutions to submit LOI, six months before the expiry of the accreditation status.

Other steps remain the same as first cycle.

The details of each of the processes of Assessment & Accreditation (A&A) are given below:

Page 16: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 16 | 141

Start

(Step-1): HEI Registration

(Step-4): Does HEI falls under Autonomous,

CPE & Universities/PC(Medical, Dental, etc.)?

(Step-6): Submission of SSR (PD-003)

(Step-7): Constitution of Peer Team, Onsite Visit &

Submission of PT Report (PD-004)

(Step-8): EC Meeting & It’s decision

(Step-9): Communication of EC’s decision to HEI

about Accreditation Status

Yes

(Step-10): Issue of Certificate

End

(Step-5):Submission of IEQA

(PD-002)

No

Assessment & Accreditation Process: Main Process Diagram (MPD)

(Step-3): Submission of LoI (PD-001)

Whether HEI is meeting

eligibility criteria?

No

(Step-11): Creating repository of Certificates at

NAAC

Any Appeal from HEI?

Go To Appeal Process (PD-005)

Yes

NAAC Activities

HEI Activities

(Step-2): Filling of SSR Details and download the

same to host on HEIs website

Is HEI Accredited?

No

Yes

Yes

No

No

Whether HEI is applying for (A&A/Cycle1) or

(Cycle 2 Onwards/RAR & Re-assessment)?

A&A/Cycle1

A

Cycle 2 Onwards/

RAR

& Re-assessment

Fig-1: Assessment and Accreditation Process

Page 17: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 17 | 141

A

(Step-6): Submission of SSR (PD-003)

(Step-7): Constitution of Peer Team, Onsite Visit &

Submission of PT Report (PD-004)

(Step-8): EC Meeting & It’s decision

(Step-9): Communication of EC’s decision to HEI

about Accreditation Status

Yes

(Step-10): Issue of Certificate

End

Assessment & Accreditation Process: Cycle 2 Onwards/RAR & Re-assessment

(Step-3): Submission of LoI (PD-001)

(Step-11): Creating repository of Certificates at

NAAC

Any Appeal from HEI?

Go To Appeal Process (PD-005)

Yes

NAAC Activities

HEI Activities

(Step-2): Filling of SSR Details and download the

same to host on HEIs website

Is HEI Accredited?

No

Yes

No

No

Fig-1 (a): Cycle 2 Onwards/RAR & Re-assessment

Page 18: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 18 | 141

7. SCOPE OF WORKS

The success of the Assessment & Accreditation (A&A) will largely depend on how good are

implementations which reduce subjectivity in every selection process and in every assessment

process of NAAC, improve integrity of the information & system, and how well they provide

environment of learning processes and systems (configurable, parameter driven, benchmark

comparisons, machine intelligence). The SSR, Assessors Selection, AQAR & E-Assessment (machine

learning based), and Intelligent and scalable training systems are the key modules of the A&A

system. The bidder is encouraged to study the existing systems (or systems under trial runs) to

understand the complexity or simplicity of the systems. It is a national project and would be pride

of the country. It is expected from the bidder to provide quotation for comprehensive and

intelligent system yet competitive in pricing. Other module such as Document Management

System, could be simple popular ones satisfying the listed requirements including open source one

used by NIC, remaining are simple IT implementations.

Going forward serving large number of universities & colleges, bidders will be encouraged to use

tools such as chatbot (optional) in addition to the basic chat i.e. English language to address the

issues/queries effectively.

7.1 The successful bidder shall provide a suitable software solution which includes:

Design, Development, Deployment, Hosting and Maintenance of Web-based Software

Solution for Process Automation.

Migration of existing basic Data.

Re-design of NAAC website.

Training to NAAC’s designated personnel.

User Acceptance Testing & Declaring Go-live.

Annual Operations & Maintenance.

7.2 The successful bidder shall provide Operations & Maintenance support for the implemented

Software solution for a period of THREE YEAR from the date of declaring go-live. The successful

bidder shall have binding with the Scope of works as covered in Annexure – 2: Scope of Works

of this tender.

8. DELIVERABLES & MILESTONES

8.1 Successful Bidder is expected to follow the schedule as mentioned in Annexure - 2, Clause 17.9.

8.2 Each of the deliverables should be accompanied with a presentation on the deliverable by the

Successful Bidder. The submission of deliverable will be deemed complete after the submission

Page 19: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 19 | 141

of the hard copy, soft copy of the deliverable and presentation by the bidder. The “Date of

Submission” is the date by which the deliverable shall be submitted to the NAAC.

9. PRE-BID MEETING

9.1 A prospective Bidder requiring any clarification on the tender document may submit the queries

at the Purchaser's email address as per schedule indicated in Clause 3.6. The queries must be

submitted in the following format in MS Word / MS Excel format:

BIDDER’s REQUEST FOR CLARIFICATION

Name and Address of the Organization submitting request

Name and Position of Person submitting request

Contact Details of the Organization / Authorized Representative

Tel:

Fax:

E-mail:

Sl. No.

RFT Reference(s) (Section, Page)

Content of RFT requiring clarification

Points of clarification required

9.2 NAAC shall hold a Pre-Bid meeting with the prospective bidders as per schedule provided in

Clause 3.6 of this tender. Queries received from the bidders as per the schedule in Clause 3.6

shall be addressed. No queries would be addressed post Pre-Bid meeting.

9.3 The purpose of the Pre-Bid meeting is to provide bidders with the information regarding the

tender and the proposed solution requirements in reference to the tender.

9.4 At any time prior to the last date for receipt of bids, the Purchaser, may, for any reason, whether

at its own initiative or in response to a clarification requested by a prospective Bidder, modify

the RFT Document by corrigendum. It shall not be mandatory for the Purchaser to disclose the

reasons for this change.

9.5 The corrigendum will be notified through website www.naac.gov.in and https://eprocure.gov.in/eprocure and would be binding on all Bidders.

Page 20: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 20 | 141

10. BID SUBMISSION

10.1 Online Bid Submission

10.1.1 The Online bids (complete in all respects) must be uploaded on https://eprocure.gov.in/eprocure latest by 14:00 Hrs on 09.09.2016.

10.1.2 The Online bids should be submitted as under:

a. Bank Drafts towards TENDER FEE and EMD in one cover sealed and superscripted “EMD and

Tender Fee - NAAC tender for Implementation of Software Solution for NAAC Processes”. A

letter specifying the draft details should be submitted physically. However the scanned copy

of Bank drafts towards Tender Fee and EMD must be uploaded (PDF format) electronically on

https://eprocure.gov.in/eprocure .

b. The PDF file, containing the following information, should be titled as “Eligibility Criteria –

NAAC tender for Implementation of Software Solution for NAAC Processes”

• Compliance sheet as per Annexure-7 and the supporting documents.

• All the documents asked for eligibility criteria

• Formats for Pre-Qualification provided in Annexure 8 – 12

c. The PDF file, containing the following information, should be titled as “Technical Bid- NAAC

tender for Implementation of Software Solution for NAAC Processes”

• Technical formats as per Annexure 13 – 20

This PDF file not containing the above required documents or containing the financial bid in explicit/implicit form will lead to rejection of the bid.

10.2 The XLS file titled as ‘Financial Bid- NAAC tender for Implementation of Software Solution for

NAAC Processes” and should contain the Financial Bid as per Annexure 21 – 23 {Annexure-21,

Annexure- 22(Detailed Financial) and Annexure-23(Abridged Financial) bids must be separate

envelope duly sealed and superscripting the names of enclosures. These entire three envelopes

must be kept in covering envelope duly sealed.

10.3 Earnest Money Deposit

10.3.1 Earnest Money Deposit (EMD) of Rs 15,00,000/- (Rupees Fifteen Lakhs only) has to be submitted. The EMD is to be submitted in the form of Demand Draft (DD) of any commercial bank (drawn in favour of Director, NAAC Bengaluru) physically before 14:00 Hrs on 09.09.2016. Otherwise bids will be rejected.

10.3.2 The scanned copy of DD towards EMD must be uploaded (PDF format) electronically on https://eprocure.gov.in/eprocure.

Page 21: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 21 | 141

10.3.3 In the case of Bidder whose tender bid is accepted for Implementation of Software

Solution for NAAC Processes, EMD of that bidder will be returned and they shall be

required to give Performance Security Deposit as mentioned in the Annexure 26:

Proforma for Performance Security Deposit for contract performance” along with

acceptance of contract as per the clause 12.4.

10.4 All the bid documents should be digitally signed by the authorized signatory or legal officer of

company. In case the bid is signed by other than legal officer of company, the bidder should

enclose Board Resolution of the company for the officer, who signed the bid.

10.5 The Bids prepared by the Bidder and all correspondence and documents relating to the bids

exchanged by the Bidder and the Purchaser, shall be written in English language, provided that

any printed literature furnished by the Bidder may be written in another language so long the

same is accompanied by an English translation in which case, for purposes of interpretation of

the bid, the English translation shall govern. All documents submitted by bidder should be

legible.

10.6 All pages of the bid being submitted must be sequentially numbered by the bidder.

10.7 NAAC will not be responsible for any delay on the part of the bidder in obtaining the terms and conditions of the tender notice or submission of the online bids.

10.8 The bids submitted by telex/ telegram/ fax/ E-mail / manually etc. shall not be considered. No correspondence will be entertained on this matter.

10.9 In case, the day of bid submission is declared Holiday by Govt. of India, the next working day will be treated as day for submission of bids. There will be no change in the timings

10.10 The rates are to be quoted in strict compliance to the financial bid otherwise the bid is liable to be rejected.

10.11 Percentage (%) of taxes etc. if any, to be claimed shall be indicated in the Price bid, otherwise it will be presumed that rates are inclusive of all taxes and no plea would be accepted in this regard after opening of the tenders and during the validity of the contract.

10.12 The basic prices in Indian rupees should be quoted separately for each set of items given in Annexure-22: Break up of cost components.

10.13 The rates are to be quoted by the bidders in Indian Currency and payment shall be made to successful bidders in Indian currency only.

10.14 Conditional tenders shall not be accepted on any ground and shall be rejected straightway. If any clarification is required, the same should be obtained before submission of the bids during the pre-bid meeting.

Page 22: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 22 | 141

10.15 The limitation of liability on any default of bidders will not be more than the purchase order value of this tender.

10.16 Online bids (complete in all respect) received along with Demand Draft of tender fee & EMD (Physically) will be opened at 15:00 Hrs on 09.09.2016 in presence of bidders representative if available. Bid received without tender fee & EMD will be rejected.

10.17 Rejection Criteria

Bids in following forms will be outrightly rejected:

a. Bids NOT submitted as per the specified format and nomenclature.

b. Ambiguous bids.

c. The offers submitted by telegram/ fax/ E-mail/ manually etc. shall NOT be considered.

No correspondence will be entertained on this matter.

d. Bids which do not qualify pre-qualification criteria.

e. Bids not qualifying in technical evaluation.

f. Bids not quoted as per the format given by NAAC.

g. Any bid delivered after the submission deadline.

h. Any bid not in the standard format of this Tender.

11. BID EVALUATION

11.1 Eligibility criteria

11.1.1 The NAAC will open the Pre-Qualification and Technical Bids in the presence of the

representatives of the Bidders who choose to attend, at the time, date and place, as

mentioned in Clause 3.6 of this tender.

11.1.2 The technical bid will be evaluated only for the Bidders qualifying the pre-qualification

conditions provided in Annexure-7: Eligibility Criteria. Bidder must fulfil the Pre-

Qualification criteria and must individually provide the Pre-Qualification documents as

documentary evidence.

11.1.3 NAAC at any time can ask for clarification on the information already received from the

Bidders. Bidder needs to furnish the same in stipulated time. Under no circumstance,

bidder will be allowed to submit any missing information.

11.2 Technical evaluation

11.2.1 A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the

basis of eligibility criteria of this tender. The Bids conforming to the eligibility criterion will

be considered for further technical evaluation.

11.2.2 Bidders shall respond to the requirements as explained in Annexure 13 - 20: Technical

Page 23: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 23 | 141

Formats, for their evaluation. Also, Bidder shall refer and respond to ALL Technical &

Functional requirements in Annexure-14: Technical & Functional Compliance as

mentioned in the tender document.

11.2.3 All the eligible bidders will be required to make the presentations to TEC to supplement

their bids which includes the following:

Showcase overall solution proposed

Methodology and its integration with work plan

Demonstration of product/solution

Understanding of Requirements

Operations & Maintenance Support Plan

Challenges & Mitigation Plan

Project Work Plan which includes Timelines, Resources assignment, Dependencies

& Milestones

NAAC will schedule the presentations and the time and location will be communicated to

the bidders. Failure of a bidder to complete a schedule presentations to the NAAC may

result in rejection of the proposal.

11.2.4 Technical bid of the bidder shall be opened and evaluated for acceptability of Technical

requirements, deviations and technical suitability.

11.2.5 TEC will review the technical bid for determining the eligibility of the Bidder for the Project

and to ascertain Compliance of the Technical bids with the Tender terms and conditions,

technical requirements and scope of work as defined in this tender.

11.2.6 Bidder can be asked to submit additional information for clarification with regards to

technical bid. In case of no response by the Bidder to any of the requirements with regard

to the contents of the Technical Bid, the bid shall be summarily rejected.

11.2.7 TEC will assess the bidder’s responses against each Technical & Functional Requirements

and TEC will give score to the bidder based on the compliance as given below and this

score will be final.

Assessment by NAAC Score

‘F’ – Full Compliance 5

‘P’ – Partial Compliance 3

‘N’ – No Compliance 0

11.2.8 In case, bidder for any requirement (Technical & Functional) in Annexure-14: Technical &

Functional Compliance has responded as ‘Yes’ and is not demonstrated or explained by

the bidder to satisfy TEC, then corresponding response would be changes to ‘P’ or ‘N’ by

the TEC before calculating score.

11.2.9 Bidder has to score minimum 80% in Technical and Functional requirements to qualify for

financial bid evaluation.

Page 24: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 24 | 141

11.3 Financial evaluation

a. The Financial Bids of only technically qualified bidders will be opened electronically in the

presence of their representatives on a specified date and time duly notified. The financial bids

will then be passed on to a duly constituted Financial Evaluation Committee (FEC) for

evaluation.

b. There will be NO NEGOTIATION regarding the financial bid.

c. Bidder who quotes lowest will be selected as per the lowest Gross Total Value (GTV),

designated as L1, quoted in Annexure-23: Gross Total Value (GTV) for signing of the contract.

d. In the event the L1 bidder does not accept the contract, EMD of the bidder will be forfeited,

bidder may be blacklisted & debarred from participating in future Tenders of NAAC and

tender will be processed as per rules.

e. No enquiry shall be made by the bidder(s) during the course of evaluation of the tender, after

opening of bid, till final decision is conveyed to the successful bidder(s). However, the

Committee/its authorized representative and office of NAAC can make any enquiry/seek

clarification from the bidders, which the bidders must furnish within the stipulated time else

bid of such defaulting bidders will be rejected.

f. The financial bids shall be evaluated by the Purchaser for completeness and accuracy.

Arithmetical errors will be rectified on the following basis. If there is a discrepancy between

the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail and the total price shall be corrected. If there is a discrepancy

between words and figures, the amount in words will prevail.

12. AWARD OF CONTRACT

12.1 NAAC will notify the successful Bidder in writing that its bid has been accepted. The Bidder

shall provide his acceptance within 3 working days of such notification.

12.2 The notification of award will constitute the confirmation of the Contract

12.3 Upon the successful Bidder's furnishing of performance security deposit, the Purchaser may

notify each unsuccessful Bidder and will discharge their EMD as per clause 14.1 of the tender.

12.4 Within 10 working days of the receipt of notification of award from the Purchaser, the

successful Bidder shall furnish the performance security deposit of amount equivalent to 10%

of the contract value in form of Bank Guarantee (BG) of any commercial bank drawn in the

favour of Director, NAAC Bengaluru, valid for contract period. Format for performance security

deposit is provided in Annexure-26: Proforma for Performance Security Deposit for Contract

Performance.

12.5 Failure of the successful Bidder to comply with the requirement of above clause shall result in

Page 25: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 25 | 141

forfeiture of EMD, the bidder may be blacklisted & debarred from participating in future

Tenders of NAAC and the tender will be processed as per rules.

12.6 The successful Bidder shall sign the contract within 5 working days of submission of

Performance Security Deposit.

13. PAYMENT SCHEDULE

13.1 Purchaser shall make payments to the Bidder at the times and in the manner set out in the

Payment schedule as specified in Annexure - 3: Payment Schedule. Purchaser will make all

efforts to make payments to the Bidder within 30 days of receipt of invoice(s) and all

necessary supporting documents.

13.2 All payments agreed to be made by Purchaser to the Bidder in accordance with the Bid shall

be inclusive of all statutory levies, duties, taxes and other charges whenever levied/applicable,

if any, and Purchaser shall not be liable to pay any such levies/ other charges under or in

relation to this Contract.

13.3 In the event of Purchaser noticing at any time that any amount has been disbursed wrongly to

the Bidder or any other amount is due from the Bidder to the Purchaser, the Purchaser may

without prejudice to its rights recover such amounts by other means after notifying the Bidder

or deduct such amount from any payment falling due to the Bidder. The details of such

recovery, if any, will be intimated to the Bidder. The Bidder shall receive the payment of

undisputed amount under subsequent invoice for any amount that has been omitted in

previous invoice by mistake on the part of the Purchaser or the Bidder.

13.4 All payments to the Bidder shall be subject to the deductions of tax at source under Income

Tax Act, and other taxes and deductions as provided for under any law, rule or regulation. All

costs, damages or expenses which Purchaser may have paid or incurred, for which under the

provisions of the Contract, the Bidder is liable, the same shall be deducted by Purchaser from

any dues to the Bidder. All payments to the Bidder shall be made after making necessary

deductions as per terms of the Contract and recoveries towards facilities, if any, provided by

the Purchaser to the Bidder on chargeable basis

13.5 All payments to the successful bidder will be made through RTGS/NEFT only.

14. TERMS AND CONDITIONS

14.1 Refund of EMD & Performance Security Deposit

The Earnest Money Deposit (EMD) will be refunded as follows.

a. In the case of unsuccessful bidder, the Earnest Money Deposit (EMD) will be refunded without

any interest after placing Work Order to the successful bidder.

b. In case of selected bidder whose tender bid is accepted for the implementation, EMD will be

refunded on receipt of Performance Security Deposit, as mentioned in the Clause 12.4.

Page 26: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 26 | 141

Performance Security Deposit shall be in the form of Bank Guarantee (BG) drawn in the

favour of Director, NAAC Bengaluru valid for Term of Contract as specified in Annexure-5 and

shall be renewed by the bidder till contract lasts. No interest will be payable for the

Performance Security Deposit.

c. On completion of the Implementation of Software Solution for NAAC Processes project, the

Performance Security Deposit without any interest shall be released after ascertaining that

satisfactory support has been provided during the execution period. In case, it is found

that appropriate satisfactory support has not been provided by the Successful Bidder,

NAAC will ensure that the prescribed penalty for the default in service has been realized or

shall be recovered from the successful Bidder out of already due payments.

14.2 Transition Management

a. Post the contract period, the successful bidder is expected to provide a smooth handover of

all the knowledge material and assets to NAAC.

b. Post the contract period, if a new agency is selected by NAAC for the next contract, the

successful bidder is expected to provide adequate knowledge transfer and training to the new

agency for a period of three months. The knowledge transfer/training should necessarily cover

details on i) NAAC Software Application, ii) nature and type of queries arriving at the helpdesk,

iii) FAQ’s, manuals, documentation and other reference material prepared for issue resolution

and any other.

14.3 Intellectual Property Rights

a. NAAC shall own and have a right in perpetuity to use all Intellectual Property Rights which have

arisen out of or in connection with the implementation of this Contract, including all

processes, products, software, specifications, reports, drawings and other documents

which have been developed by the agency during the performance of Services and for the

purposes of inter-alia use or sub-license of such Services under this Contract. The agency

undertakes to disclose all Intellectual Property Rights arising out of or in connection with

the performance of the Services to NAAC and execute all such agreements/documents and

file all relevant applications, effect transfers and obtain all permits and approvals that may

be necessary in this regard to effectively transfer and conserve the Intellectual Property

Rights of NAAC.

b. The bidder shall ensure that while it uses any software, hardware, processes or material in

the course of performing the Services, it does not infringe the Intellectual Property Rights

of any person and the bidder shall keep N A A C indemnified against all costs, expenses

and liabilities howsoever, arising out of any illegal or unauthorized use (piracy) or in

connection with any claim or proceedings relating to any breach or violation of any

permission/license terms or infringement of any Intellectual Property Rights by the bidder

Page 27: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 27 | 141

during the course of performance of the contract.

14.4 Liquidated Damages

a. The Bidder shall execute the implementation with due diligence and expedition, keeping to

the approved time schedule. Should bidder refuse or neglect to comply with any

reasonable orders given in writing by NAAC in connection with the work or contravene the

provision of the Contract or the progress of work lags persistently behind the time schedule

due to bidder’s neglect, the Purchaser shall be at liberty to give seven days’ notice in

writing to the Bidder require to make good the neglect or contravention complained of and

should the Bidder fail to comply with the requisitions made in the notice within seven

days from the receipt thereof, it shall be lawful for the purchaser to take the work wholly

or in part out of the Bidder's hands without any further reference and get the work or any

part thereof, as the case may be, completed by other agencies without prejudice to any

other right or remedy of the Purchaser.

b. If the Bidder fails to deliver all the Milestones (described in Annexure-2: Scope of Works),

within the time period(s) specified in the Contract, the Purchaser without prejudice to its

other rights and remedies under the Contract, deduct from the Contract price, as liquidated

damages, a sum equivalent to 0.5% per week or part thereof of Contract value.

c. The deduction shall not in any case exceed 10% of the contract value.

d. The Purchaser may without prejudice to its right to effect recovery by any other method,

deduct the amount of liquidated damages from any money belonging to the Bidder in its

hands (which includes the Purchaser’s right to claim such amount against the Bidder’s Bank

Guarantee) or which may become due to the Bidder. Any such recovery or liquidated

damages shall not in any way relieve the Bidder from any of its obligations to complete the

Work or from any other obligations and liabilities under the Contract.

e. Delay not attributable to the Bidder will be considered for exclusion for the purpose of

computing liquidated damages.

f. Whenever the Bidder is unable to complete the work and contract is cancelled, the

performance security deposit shall be forfeited and the balance work shall be got done

independently at the cost & risk of the failed Bidder. The failed Bidder shall be debarred

from participating in the Tender for executing the balance work.

g. The work shall be treated as completed when the Acceptance Certificate (AC) have been

issued for the work under consideration.

14.5 Information Security

a. The bidder shall not carry and/or transmit any material, information, application details,

equipment or any other goods/material in physical or electronic form, which are proprietary

Page 28: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 28 | 141

to or owned by NAAC, out of NAAC premises without prior written permission from NAAC.

b. Bidder acknowledges that NAAC’s business data and other NAAC proprietary information or

materials, whether developed by NAAC or being used by NAAC pursuant to a license

agreement with a third party (the foregoing collectively referred to herein as “proprietary

information”) are confidential and proprietary to NAAC; and bidder agrees to use reasonable

care to safeguard the proprietary information and to prevent the unauthorized use or

disclosure thereof, which care shall not be less than that used by bidder to protect its own

proprietary information. Bidder recognizes that the goodwill of NAAC depends, among

other things, upon bidder keeping such proprietary information confidential and that

unauthorized disclosure of the same by bidder could damage NAAC and that by reason

of bidder’s duties hereunder. Bidder may come into possession of such proprietary

information, even though Bidder does not take any direct part in or furnish the services

performed for the creation of said proprietary information and shall limit access thereto to

employees with a need to such access to perform the services required by this agreement.

Bidder shall use such information only for the purpose of performing the said services.

c. Bidder shall, upon termination of this agreement for any reason, or upon demand by

NAAC, whichever is earliest, return any and all information provided to Bidder by NAAC,

including any copies or reproductions, both hardcopy and electronic.

14.6 Conflict of Interest

The selected bidder shall disclose to NAAC in writing that;

Bidder have no involvement with NAAC, directly or indirectly through my close relatives,

in the past or at present, as either an employee or a member of any official bodies, or

even a consultant.

All actual and potential conflicts of interest that exist, arise or may arise (either for the

Vendor or the Bidder’s team) in the course of performing the Service(s) as soon as

practical after it becomes aware of that conflict.

14.7 Ownership and Retention of Documents

a. NAAC shall own the Documents, prepared by or for the Bidder arising out of or in

connection with this Contract.

b. Forthwith upon expiry or earlier termination of this Contract and at any other time on

demand by NAAC, the Bidder shall deliver to NAAC all documents provided by or originating

from NAAC and all documents produced by or from or for the Bidder in the course of

performing the Services, unless otherwise directed in writing by NAAC at no additional

cost. The Bidder shall not, without the prior written consent of NAAC store, copy, distribute

or retain any such Documents.

Page 29: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 29 | 141

14.8 Confidentiality

a. The Bidder shall not use Confidential Information, the name or the logo of NAAC except for

the purposes of providing the Service as specified under this contract;

b. The Bidder may only disclose Confidential Information in the following circumstances:

i. with the prior written consent of NAAC;

ii. to a member of the Bidder’s Team (“Authorized Person”) if:

the Authorized Person needs the Confidential Information for the performance of obligations

under this contract.

the Authorized Person is aware of the confidentiality of the Confidential Information

and is obliged to use it only for the performance of obligations under this contract.

c. The Bidder shall do everything reasonably possible to preserve the confidentiality of the

Confidential Information to the satisfaction of NAAC.

d. The Bidder shall notify NAAC promptly if it is aware of any disclosure of the Confidential

Information otherwise than as permitted by this Contract or with the authority of NAAC.

e. The Bidder shall be liable to fully recompense NAAC for any loss of revenue arising from

breach of confidentiality. NAAC reserves the right to adopt legal proceedings, civil or

criminal, against the Bidder in relation to a dispute arising out of breach of obligation by the

Bidder under this clause.

14.9 Indemnity

a. The selected vendor shall indemnify NAAC against all third party claims of infringement of

patent, trademark/copyright or industrial design rights arising from the use of the supplied

items and related services or any part thereof.

b. NAAC stands indemnified from any claims that the Bidder’s manpower may opt to have

towards the discharge of their duties in the fulfilment of the contract.

c. NAAC also stands indemnified from any compensation arising out of accidental loss of life or

injury sustained by the Bidder’s manpower while discharging their duty towards fulfilment of

the contract.

14.10 Force majeure

a. If at any time, during the continuance of the contract, the performance in whole or in part by

either party of any obligation under the contract is prevented or delayed by reasons of any

war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions,

epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as

"events"), provided notice of happenings of any such event is duly endorsed by the

appropriate authorities/chamber of commerce in the country of the party giving notice, is

Page 30: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 30 | 141

given by party seeking concession to the other as soon as practicable, but within 21 days from

the date of occurrence and termination thereof and satisfies the party adequately of the

measures taken by it, neither party shall, by reason of such event, be entitled to terminate

the contract, nor shall either party have any claim for damages against the other in respect

of such non-performance or delay in performance, and deliveries under the contract shall be

resumed as soon as practicable after such event has come to an end or ceased to exist and

the decision of the purchaser as to whether the deliveries have so resumed or not, shall be

final and conclusive, provided further, that if the performance in whole or in part or any

obligation under the contract is prevented or delayed by reason of any such event for a period

exceeding 60 days, the purchaser may at his option, terminate the contract.

14.11 Termination for default

a. Default is said to have occurred

If the bidder fails to deliver any or all of the services within the time period(s) specified

in the purchase order or any extension thereof granted by NAAC.

If the bidder fails to perform any other obligation(s) under the contract.

b. If the bidder, in either of the above circumstances, does not take remedial steps within a

period of 30 days after receipt of the default notice from NAAC (or takes longer period

inspite of what NAAC may authorize in writing), NAAC may terminate the contract in whole or

in part. In addition to above, NAAC may at its discretion also take the following actions:

NAAC may procure, upon such terms and in such manner, as it deems appropriate,

services similar to the undelivered services and the defaulting bidder shall be liable

to compensate NAAC for any extra expenditure involved towards goods and services

to complete the scope of work in totality or 10% of the total value of contract as

cancellation charges whichever is higher.

c. NAAC may at any time terminate the contract by giving one month written notice to the

bidder, without any compensation to the bidder, if the bidder becomes bankrupt or

otherwise insolvent

14.12 Arbitration

a. In case any dispute or difference arises out of or in connection with or the carrying out of

works (whether during the progress of the works or after their completion & whether

before or after the termination, abandonments or breach of contact) except as any of the

accepted matters, provided hereunder, the parties hereto, shall first endeavour to settle

such disputes of differences amicably.

Page 31: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 31 | 141

b. If both the parties fail to reach such amicable settlement, then either party (The Purchaser or

Contractor) may (within 20 days of such failure) give a written notice to the other party

requiring that all matter in dispute or difference be arbitrated upon. Such written notice

shall specify the matters which are in difference or differences of which such written

notice has been given and no other shall be reoffered to the arbitration of a single

arbitrator, to be appointed by both the parties or in case of disagreement as to the

appointment of a single arbitrator, to that of two arbitrators, one to be appointed by each

party or in case of said arbitrators not agreeing then, to the umpire to be appointed by the

arbitrators in writing before entering upon the references. Provisions of Indian Arbitration &

Conciliations Act, 1996 or any statutory modification or re-enactment thereof and rules

framed there under from time to time shall apply to such arbitration.

c. Venue of arbitration shall be Bengaluru.

d. The arbitrators or arbitrators appointed under this Article shall have the power to extend

the time to make the award with the consent of parties.

e. Pending reference to arbitration, the parties shall make all endeavours to complete the

work in all respect. Disputes, if any, will finally be settled in the arbitration.

f. Upon every or any such references to the arbitration, as provided herein the cost of and

incidental to the reference and Award respectively shall at the discretion of the arbitrator, or

the umpire, as case may be.

g. The award of arbitrator or arbitrators, as the case may be, Shall be final and binding on the

parties. It is agreed that the Contractor shall not delay the carrying out of the works by reason

of any such matter, question or dispute being referred to arbitration, but shall proceed

with the works with all due diligence. The Purchaser and the Contractor hereby also agree

that arbitration under this clause shall be the condition precedent to any right of action under

the contract except for as provided for in the Tender.

14.13 Applicable law

a. The bidder shall be governed by the laws and procedures established by Govt. of India, within

the framework of applicable legislation and enactment made from time to time concerning

such commercial dealings/processing.

b. All disputes in this connection shall be settled in Bengaluru jurisdiction only.

c. NAAC reserves the right to cancel this tender or modify the requirement without assigning any

reasons. NAAC will not be under obligation to give clarifications for doing the aforementioned.

d. NAAC reserves the right that the work can be allocated to any other bidder in case

Assigned bidder fails to perform the task with in the stipulated time frame.

e. NAAC also reserves the right to modify/relax any of the terms & conditions of the tender.

f. NAAC, without assigning any further reason can reject any tender(s), in which any

prescribed condition(s) is/are found incomplete in any respect.

Page 32: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 32 | 141

g. NAAC also reserves the right to award works/supply order on quality/technical basis,

which depends on quality/capability of the system and infrastructure of the firm. Bidder(s)

are, therefore, directed to submit the tender carefully along with complete technical

features of the application as well as other documents required to access the capability of the

firm.

h. All procedure for the purchase of stores laid down in GFR shall be adhered-to strictly by the

NAAC and Bidders are bound to respect the same.

14.14 Miscellaneous

a. The selection under this tender is not assignable by the selected bidder. The selected bidder

shall not assign its contractual authority to any other third party.

b. The decision of NAAC arrived at as above will be final and no representation of any kind will

be entertained on the above. Any attempt by any Bidder to bring pressure of any kind, may

disqualify the Bidder for the present tender and the Bidder may also be liable to be debarred

from bidding for NAAC tenders in future for a period of at least three years.

c. Any conditions mentioned in their tender bids by the bidders which are not in conformity to

the conditions set forth in the tender will not be accepted by NAAC. All the terms and

conditions for the supply, testing and acceptance, payment terms penalty etc. will be as

those mentioned herein and no change in the terms and conditions set by the bidders will be

acceptable. Alterations, if any, in the tender bid should be attested properly by the bidders,

failing which the bid will be rejected.

d. In addition to the supporting technical documents, the enclosures as mentioned in List of

Enclosure are required to be submitted with the technical bid.

e. NAAC reserves the right to modify and amend any of the above-stipulated

condition/criterion depending upon Project priorities vis-à-vis urgent commitments. NAAC

also reserves the right to accept /reject any bid, to cancel / abort tender process and / or

reject all bids at any time prior to award of contract, without thereby incurring any liability

to the affected agencies on the grounds of such action taken by the NAAC.

f. Any default by the bidders in respect of tender terms & conditions will lead to rejection of

the bid & forfeiture of EMD/Performance Security Deposit.

g. No change in system/process will be implemented unless change notice is approved by NAAC

as given in Annexure-25: Change Control Note.

Page 33: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 33 | 141

15. INDEX OF ANNEXURE

Annexure No.

Description

A Scope of work and Conditions for Participation in Tender

1. Summary

2. Scope of Work 3. Payment Schedule 4. Constitution of Team 5. Validity of bid, rates etc. 6. Current Applications at NAAC B Pre-Qualification Formats

7. Eligibility Criteria 8. PQ Form 1: Bidder’s Profile

9. PQ Form 2: Financial Information 10. PQ Form 3: Number of Professionals 11. PQ Form 4: Project Experience 12. PQ Form 5: Details of Ineligibility/Blacklisting / Conflict of interest C Technical Formats

13. Technical Form 1: Technical Bid Letter

14. Technical Form 2: Technical & Functional Compliance

15. Technical Form 3: Methodology for Manpower Deployment and Training 16. Technical Form 4: Technology Solution and Maintenance Plan 17. Technical Form 5: Declaration of OEM 18. Technical Form 6: Work Plan 19. Copy of Financial Bid with the price column of the price bid format blanked out 20. Technical Form 7: Statement of Deviation D Financial Formats

21. Financial Form 1: Financial Bid Letter

22. Financial Form 2: Breakup of Cost Components 23. Financial Form 3: Gross Total Value (GTV) E Service Level Agreement

24. Service Level Agreement 25. Change Control Note

F Additional Requirements/Proforma 26. Proforma for Performance Security Deposit for Contract Performance G Enclosure

27. Functional Requirement Specification

Page 34: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 34 | 141

A General Information & Scope of Work

Page 35: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 35 | 141

16. ANNEXURE-1: Summary

Sl. No. Item Description

1 File No. -

2 Tender No. NAAC/Admin/ICT/EPR/2016

3 (a)

Title

Request for Tender for Implementation of Software Solution for NAAC Processes (Design, Development, Deployment, Hosting and Maintenance of web-based software solution for NAAC Processes including Migration of Data)

3 (b) Scope of Works 1: Project Planning

Project Plan

Study of scope of work and Observation Report from bidder

Prepare SRS covering all the modules and submit for approval of NAAC.

2: Initiation & customization

Identify the customization requirements

Post business requirement gathering bidder shall

prepare business design report

Prepare detailed deployment architecture

3: Implementation Bidder shall prepare functional and technical design

documents

Procurement of license and installation

Data migration using standard tools and techniques

4: Acceptance of the System

Configure and commission for the entire module and

designing data template to be uploaded

Carry out comprehensive tests (unit testing,

integration testing, user acceptance testing) of all the

modules and sub modules

Go-Live of Software System

Bidder shall prepare standard operating procedure

manuals

Prepare a detailed user manual for each module in

adequate details

Page 36: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 36 | 141

Sl. No. Item Description

3 (b) Scope of Works 5: Change Management

Design training curriculums/modules

Conduct training

6: Post Stabilization

Shall provide hand holding services during the

stabilization period of 2 months from the date of

successful Go- live operational acceptance

Will provide and implement updates and upgrades for

installed Software System, free of cost during warranty

period of ONE year.

7: Annual Operations & Maintenance (THREE years post

warranty)

Operations and Maintenance Support 4 One time Procurement YES

5 (i) Multiple Technical

Annexure(s) YES

(ii)Quoting for all Main Technical Annexure is compulsory

YES

6 Tender Fee Rs. 5,000/- (Rupees Five Thousand only)

7 Earnest Money Deposit Rs. 15,00,000/- (Rupees Fifteen Lakhs only)

8 Contact Address

Administrative Officer

NAAC, Jnana Bharathi Road, Nagarbhavi,

Bengaluru -560072,

Tel: +91-80-23005122

E-Mail: [email protected], [email protected]

Fax: +91-80-23210268

Page 37: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 37 | 141

17. ANNEXURE-2: Scope of Works

17.1 Software Requirements of NAAC

NAAC desires to build fully integrated & secured web enabled applications to completely automate

NAAC processes through a third party Solution Provider (Software Vendor). The developed

applications to be hosted in a suitable Cloud Platform to be selected by NAAC to achieve high

availability, reliability, security and accessibility. It is proposed to setup a separate help desk to

handle general and technical queries.

Post implementation of the project, the Operations and Maintenance Services shall be provided by

the Successful bidder for a period of THREE years post warranty period based on satisfactory

performance of the Successful Bidder during the warranty period of one year.

17.2 Application Modules

The following modules of NAAC are to be automated:

Sl.

No. Module Sub-Module

1 SSR Module

HEI Registration/Profile

LOI Submission

IEQA Submission

SSR Submission

Online Payment Module with Payment Gateway

Online SMS & e-mail modules

MIS

2 Assessors Module Assessors Master Database

Peer Team Selection

3 Assessment Module Peer Team Visit and HEI Assessment

4 Executive Committee Module

Executive Committee Module

5 Training and Meetings Module

Training Programmes

Review & Feedback

Basic Meeting/Conferences

Page 38: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 38 | 141

Sl.

No. Module Sub-Module

6 Logistics Module Peer Team Visit

Entitlement

7 Post-Accreditation Module

Online Submission of AQAR Yearly

Analysis/Feedback

IQAC Monitoring

8 Appeal Management

Module Appeal Process

9 Finance Module

General Ledger

Accounts Receivable

Accounts Payable

Fixed Assets

Bank Accounting

Cash Journal Accounting

Tax Accounting

Closing Process

Financial Statements

Approval

MIS Reports

Payment Gateway integration

10 Incident Management

Module Help desk support features.

11 Document Management

System Document storage, archival and retrieval integrated to the NAAC work flow.

12

Analytics, Dashboard &

Reporting

( MIS)

Analytics, Dashboard & Reporting

e-Assessor

e-Assessment & Accreditation

Page 39: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 39 | 141

Note: The Process flow diagrams shall be shared only with the Selected Bidder/ Successful Bidder.

17.3 Functionalities of the Modules The solution to be implemented by the Successful Bidder shall covers both the Business & Technical functionalities and the functional requirements of the Software Solution is as detailed in Annexure-27: Functional Requirements of the Software Solution.

17.3.1 Features and Technical Capabilities of the System

A. Software Applications

The software application should have the following technical capabilities:

Web portal (3-Tier) should have single sign-on feature that will allow NAAC Officials, HEIs,

Peer Team to login as per their access privileges.

Should have in-built e-mail for send and receive communication between NAAC, HEIs and

Peer Team members.

Should auto generate alerts to notify the concerned HEIs, NAAC Officials regarding pending

works and remaining time to complete the job.

Should allow NAAC administrator to change any set criteria under each work flows as

required.

Should have document management (upload/download/achieve/search/retrieve) system

integrated with NAAC workflow.

Seamless integration between the various modules of the solution.

Capability to easily configure the changes in the business process scenarios and should be

able to implement them without much effort on coding, testing etc.

Availability of various components of the solution on the same platform should allow

interoperability and seamlessly integration.

Should have Implementation / Support tool, integrated seamlessly and be used during the

implementation life cycle to carry on the critical activities of the project like Process

documentation, Testing etc.

Should have capability to integrate with external solutions like Payment Gateway, SMS

gateway etc.

Should have the ability to restrict data updating /deletion /creation only through Application

layer.

Should have the ability to configure the number of permissible log-in attempts.

Should provide 24/7 Support for the issues arising out of the Solution.

Solution should be compatible, tested and certified with the standard based operating

systems like Linux, UNIX, Windows, etc.

Page 40: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 40 | 141

Solution should support different browsers such as Internet explorer 6.0 & above, Chrome,

Firefox, Safari etc.

The application should not be coded using proprietary languages and protocols.

All licenses offered should be fully utilized without any restrictions.

There should be no software installation, plug-in, active x controls or download be required

on the client to utilize the full functionality of the applications.

The solution offered should be Unicode Compliant.

The solution offered should be Service Oriented Architecture compliant.

The solution need to support N-Tier and Internet architecture.

The solution should be natively built based on 64 bit operating system.

The solution should have high response time such as page opening time < 2 Seconds.

The solution should support 40 concurrent users for access to internet portal and core

application.

Should support application, database clustering and load balancing.

Should have Online Documentation, On-line help, Field-level help, Screen-level help etc.

NAAC should have the option of getting frequent updates from the Successful Bidder,

thereby constantly keeping the software up-to-date with technological advances as well as

improved functionality.

The Solution offered should be able to import data from various formats (Text, Excel, CSV,

XML etc.).

The system should have a tool to enable all end users to log in issue and seek support.

The system should function on any RDBMS Platform without any performance/Security

issues.

New application system should be configured by involving NAAC team & it’s representative

for better understanding of the entire business process for carrying out the routine

maintenance issues after successful deployment of the solution.

To enable configurable Dashboard to view real-time context sensitive status information

with drill-down facility

System should have responsive design.

B. Security Requirements of the System

System should have adequate security measures in place for enforcing Govt. of India

security guidelines in terms of Confidentiality, Integrity and Availability of data.

Should have SSL certificate for web applications and SSL VPN connections for the

users/administrators of NAAC.

System should have user ID tracking for data creation and updation.

System should have the facility to create roles and responsibilities for limiting the user

database access.

Page 41: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 41 | 141

System should have the facility to track of logs with regard to DB changes.

System should support data synchronization e. g. advance cash receipt not linked with sales

order indenting.

System should support cold back up and hot back up facility.

System should support presence of firewalls at each of the depots leading to prevention of

major security breaches.

The application should comply with OWSAP.

The application security audit should be done by the Cert-In empanelled agency and to be

taken care by the bidder.

C. System Architecture The following diagram presents a high-level system architecture of the hosted application

Fig: System Architecture The Proposed solution will have three tier architecture. Tier-1 : UMI (User Module Interface) Tier The UMI is the front end interface provided to the end user or admin (or any authorized) for updating any required information during the process of registration, online submission of LOI, IEQA, SSR etc.

Tier-2 : Middle Tier This layer is divided in to three sub-layers.

Use

r au

then

tica

tio

n a

nd

au

tho

riza

tio

n

Master Modules

Platform independent framework and Workflow Management

RD

BM

S

Transaction data mgmt.

https

https

Reports [SSRS]

https Download / Upload Functionalities

Page 42: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 42 | 141

Business Logic: Defines the business layer credentials (finalized based on the system study, A&A activities /services offered by NAAC)

Application Service Layer: The layer is designed to cater the services as defined in the Annexure-2: Scope of Works.

Management Layer: the layer is designed for the various management perspective like o User management o User Policy management o Portal Service Management : Registration/Data upload/Application workflow

management/Validation/Team Visit/Validation/Approval/News/Events o External interface engine : Manages the external interfaces to the Tally, Payment

gateway, DMS etc. Tier-3 : Database Tier The third Tier is called database Tier. This provides means to access application database system.

Detailed Application Architecture of the proposed solution:

Page 43: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 43 | 141

17.4 Design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes including migration of the existing data, & Website re-design along with integration as per the implementation timelines specified in Clause 17.9 of this RFT.

S

l

.

N

o

.

Scope Description

i. Project

Planning

Prepare a detailed project plan includes activity schedule

and a time bound action plan for the development of

application modules either onsite/off-site as required by

NAAC.

Prepare a detailed project plan for

development/customisation of software solution,

integration, hosting and testing & website re-design.

Identify the process/procedure that leads to modification

of the proposed system with respect to NAAC’s

requirements.

Prepare SRS covering all the modules and submit for

approval of NAAC.

ii.

Initiation and

customization

Design, Development/Customization and configuration of

application software and other utility software as required.

Provide deployment architecture.

Work out the ICT/Cloud infrastructure sizing and software

which includes operating system, middleware applications

& database requirements necessary for hosting the

developed application/software solution on cloud and DR

site. NAAC shall identify a suitable Cloud Partner.

The web portal & payment gateway to be seamlessly

integrated with the required modules on a single platform.

Provide the secure interface for online payment.

iii.

Implementation of

Application

Modules

Development of all the modules with required

functionalities features and capabilities and NAAC Website

re-design as specified in Annexure- 2: Scope of Works.

Development and integration of web-conference solution.

Page 44: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 44 | 141

S

l

.

N

o

.

Scope Description

The licenses of the proposed solution should be sized for

optimum usage and should take care of business

operational requirements during the Term the Contract as

specified in Annexure-5.

Installation of the applications on the cloud platform

identified by NAAC.

Integration with NAAC website.

Website data need to be migrated to new website which

includes migration of 9000 Peer Team (PT) Reports in pdf

format.

Migration of the existing basic data on various applications

running in NAAC to the new system.

SSR Reports need to be loaded to DMS which estimates to

10,000 reports.

Design & preparation of the test script, test data, trial

run and arranging acceptance testing of all modules.

Should to get the following two testing activity done by a

3rd party CERT-In empanelled agencies and submit a

certificate / audit report towards complying with the

same-

a) Load testing to cater at least 1000 concurrent users. b) One time cyber security vulnerability assessment for

the solution delivered Integrate/Migrate the existing online payment

module to the new System.

Build Customized MIS for report generation as per

requirements.

Provide training to users of application, provide

training manuals to the users.

iv.

Acceptance

of the

System

Configure and commission for the entire application

modules and designing data template to be uploaded.

Carry out comprehensive tests (System Testing (i.e. unit

testing, functional & process testing, integration testing)

Page 45: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 45 | 141

S

l

.

N

o

.

Scope Description

and user acceptance testing) of all the application

modules and sub modules as per clause 17.7 specified in

Annexure-2: Scope of works.

Go-Live of the System.

Prepare standard operating procedure manuals.

Prepare a detailed user manual for each module in

adequate details.

v.

Change

Management

Accommodate Change Requests of NAAC if any and build

the same during implementation as per clause 17.8

specified in Annexure -2: Scope of Works.

vi.

Post

Stabilization

Deploy skilled personnel for handholding, help desk

services

Go live: Execution of all the modules for ensuring

“Stabilization of the System” for duration of SIX weeks

from Go-Live date.

Training, Documentation and submission of architecture,

configurations of the systems, backup policy, security

policy, Operations manual and Change Management

Process as per the clause 17.12.2 specified in Annexure-2:

Scope of Works.

Submit original delivery challan regarding the software and

its license etc.

vii.

Post

Implementation

Phase

As per clause 17.12 specified in Annexure-2: Scope of

Works

viii. General

Scope

a. The successful bidder has to propose the qualifiers/key

parameters for LOI, IEQA, Online SSR, Assessor Selection

and enrolment for selecting Institutions/Universities to be

part of e-Assessment in consultation with NAAC or its

representatives.

b. All project work shall be carried out at bidder’s premises or

as decided by NAAC, at its sole discretion.

Page 46: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 46 | 141

S

l

.

N

o

.

Scope Description

c. In case NAAC decides for carrying out work at its premises

then NAAC will only provide electricity & space and rest all

other logistics including additional equipment such as

System, System software, Servers, Bandwidth etc. will be

responsibility of the successful bidder.

d. The successful bidder shall deploy the team as per

Annexure-4: Constitution of Team at NAAC project

site/bidder’s premises during the entire project life cycle

from Initiation till the final acceptance. NAAC will only

provide the following infrastructure at its premises for the

successful bidder’s personnel:

Seating space with furniture and electricity

LAN connection facilitating access

e. Any additional equipment and/or product and/or

accessories required by the bidder, will be the successful

bidder’s responsibility, subject to NAAC’s approval. All risks

and costs related to such equipment(s) will be borne by the

bidder.

f. During the development & Testing of the Software

Solution, the suggested database will be provided by the

successful bidder only.

g. NAAC will facilitate the bidder during the implementation

of Software Solution as per Clause 21.1 specified in

Annexure-6: Current Applications at NAAC.

h. In case of the development at the bidder’s premises, then

successful bidder shall provision for seating arrangement

for NAAC’s representative.

i. Involve NAAC team & it’s representative from the stage of

Project Initiation, design, development, testing,

customization, UAT and roll out of the complete successful

software solution to NAAC.

j. Co-ordinate with different stakeholders of NAAC during

Page 47: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 47 | 141

S

l

.

N

o

.

Scope Description

implementation.

k. Co-ordinate with Cloud Service Provider during hosting of

Software Solution implemented by the Successful Bidder on

Cloud.

l. Total integration of the Solution which includes hosting

applications, integration with external payment gateway,

internet, installation of software on Cloud.

m. Responsible for the generation and submission of

necessary documentation. Review and approval of NAAC

is required on all such documentation before

commencement of activity.

n. Any additional components, sub-components, assemblies,

sub-assemblies that would be required to meet the desired

performance requirements will have to be provisioned by

the SP at no additional costs.

o. Should arrange for necessary tools for bug tracking,

defect logging, application performance monitoring etc. to

deliver the complete integrated solution and maintenance

services.

17.5 NAAC Website Re-designing Requirements

Successful bidder shall visit NAAC website (www.naac.gov.in). The website shall be further

developed & re-designed and integrated with the Software solution. The website shall comply all

security requirements and should have visual appealibility, easy navigation, link to all Government

of India department websites as applicable, archiving, etc.

The bidder is free to make any innovative features to make the website user friendly & rich in

contents. The bidder is also encouraged to use the intelligent chat system such as chatbot (optional

chat in addition to the basic chat i.e. in english language which can understand the customer’s

queries in any indian languages and answer the queries in the same language to serve the purpose

of 50,000 college and 1000 universities across India.

Successful bidder shall be responsible for the security audit of the website to comply with

Page 48: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 48 | 141

Government of India norms to get it done by the STQC.

17.6 Third Party Audit

Successful Bidder shall get conducted the following Third Party Audits before offering the solution

for acceptance of NAAC:

(1) Independent Verification & Validation (IVV) by STQC or equivalent agency.

(2) Process Audit by STQC or equivalent agency.

(3) Application Security Audit by Cert-In empanelled agency.

(4) Website Security Audit by STQC.

(5) Completeness of source code, documentations (SRS, Design, Code of Applications

and APIs/Libraries of standard software license if used, Test cases), configuration

system.

17.7 System Testing

Bidder is required to prepare procedures detailing the step for conducting System Tests, which are

accepted by NAAC. The bidder shall after design and customization/configuration of the Software,

conduct tests to demonstrate that the system meets all the requirements specifications as brought

out in this tender and would be in accordance with the procedures detailed in the tender

document. On the basis of these tests, a report would be submitted by the bidder for review and

approval by NAAC. The test results and response times should be demonstrated by the bidder

during the testing phases (Unit, System and integration) before Pilot Commissioning & Product

ionization and during User Acceptance testing (UAT) at NAAC in an environment/infrastructure as

mutually agreed upon by NAAC and the bidder.

a. Unit Testing

Unit testing shall be carried out by the bidder to ensure unit functionality meets the designed requirements and baseline configuration is valid.

b. Functional and Process Testing

Bidder shall document the functional and process test cases and the test cases shall be tested with business process procedures. The bidder shall also maintain the test cases with test conditions and any variations of the standard transactions/ case procedures.

NAAC shall be reviewing and approving the test reports which shall be documented by bidder.

c. Integration Testing

Integration testing shall be carried out by the bidder to ensure cross function modules are

integrated and transaction data is flowing across the modules accurately. bidder is required to

Page 49: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 49 | 141

plan and execute integration and ensure satisfactory results are obtained. The bidder shall also

maintain the test cases with test conditions and any variations of the standard workflows/ case

procedures.

NAAC shall be reviewing and approving the test reports which shall be documented by bidder.

d. System User Acceptance

The bidder will develop acceptance test procedures and the same will need to be approved by

NAAC. Bidder shall document the user acceptance test cases and test cases shall be tested with

the designed business process procedures. The purpose of this acceptance is to ensure

conformance to the required process operations response time, the integrity of the software

after installation, and to eliminate any operational bugs. This will include:

Fine tuning of the software, ensuring all required related component software are

installed and any debugging required.

The acceptance tests will be carried out before go-live at site.

NAAC shall be testing the test cases and would be tested with the designed business process

procedures developed by bidder

The source code for the system including SRS, Design Document, Test Reports, Pilots data

etc. are the property of the NAAC and must be submitted. The system should be generated

from source code and be used for UATs. Acceptance of the documents is a fundamental part

of the UAT.

The acceptance tests carried out by the Successful Bidder should also consider the feedback

of the sample size of minimum 3 users (3 universities & 3 colleges) for each of the modules.

The Successful Bidder is required to demonstrate the migration of 100 random SSRs data

during UAT. NAAC may obtain separate quote from the Successful Bidder for the migration

beyond 100 number separately.

At the satisfactory conclusion of these Acceptance Tests to the satisfaction of NAAC,

the commissioning/ implementation of the software shall be considered to be

completed.

17.8 Change Request Management during Implementation.

As part of Change Request Management, the Successful Bidder to provide the change support

services for the application modules to be developed, not limited to the following.

Change in work flows of the application modules.

Integration with third party applications.

Customize of application for MIS report generation.

Page 50: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 50 | 141

Change in set configurations and criteria as per NAAC.

It should be noted that the most businesses implementations undergo changes during

development & implementation due to long time for development & implementation and changes

in the business systems & processes. NAAC will not be an exception. We expect that changes can

occur even after freezing SRS. The system should be able to accommodate these changes. The

provision in the design, time, & effort must be made to accommodate such changes

(contingencies) at no additional cost to NAAC. The bidder will indicate the contingencies provided

in the system.

No changes in the system / process will be implemented unless change notice is approved by the

NAAC as per Annexure-25: Change Control Note.

17.9 Implementation Timelines, Milestones & Deliverables

Bidder is expected to follow the schedule as mentioned below. Each of the deliverables should be

accompanied with a presentation to the NAAC. The project deliverables to be deemed completed

after the successful development, testing & installation of all the software modules and acceptance

of the same by NAAC & it’s representative. Submission of all the required documents & reports in

both hard / soft copy of the deliverable and the presentation by the SP would be the part of

completion of the project implementation. The “Date of Submission” as mentioned in the table

below is the date by which the deliverable expected to be submitted to the NAAC.

T0: Date of signing of Contract with successful bidder

Activities

Date of

submission

from ‘T0’

Deliverables

Milestone 1: Project Planning

• Prepare a detailed project plan includes

activity schedule and a time bound action

plan for the development/customisation of

software solution, integration, hosting and

testing & website re-design either

onsite/off-site as required by NAAC.

• Identify the process/procedure that leads

to modification of the proposed system

with respect to NAAC’s requirements.

• Prepare SRS covering all the modules and

submit for approval of NAAC.

T0 + 4 weeks

D1: Kick Off Report

D2. Agreed and Finalized

Project Plan

D3. SRS Report

Page 51: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 51 | 141

Milestone 2: Initiation & customization

Identify the customization requirements.

Post business requirement gathering and to

prepare business design report

Prepare detailed deployment architecture.

Work out the ICT infrastructure hardware

sizing and software which includes

operating system, middleware applications

& database requirements necessary for

operationalizing the software solution

proposed to host in the Cloud environment

& DR site in consultation with NAAC & it’s

representative.

T0 + 8 weeks

D4: Business Design Report

D5: Customization

requirement report to

cover SRS for each module

D6: Infrastructure

deployment Plan

Milestone 3: Implementation

Prepare functional and technical design

documents

Development/ Customization of all

modules and website re-design

Data migration using standard tools and

techniques.

Co-ordinate with Cloud Service Provider

during hosting of NAAC applications on

Cloud environment & DR site.

T0+37 weeks

D7: Functional and

Technical Design

document

D8: Hosting of Application

/ Solutions & website at

Cloud ICT infrastructure &

DR in consultation with

NAAC & it’s

representative.

D9: Development &

installation of all the

modules & integration

with Payment Gateway,

SMS gateway etc.

Page 52: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 52 | 141

Milestone 4: Acceptance of the System

Configure and commission for the entire

module and designing data template to be

uploaded

Carry out comprehensive tests (unit

testing, integration testing, user acceptance

testing) of all the modules and sub modules

Go-Live of the system

Prepare standard operating procedure

manuals

Prepare a detailed user manual for each

module in adequate details

T0+39 weeks

D10: Configuration Report

D11: Data Migration Plan

D12: Unit Test Scripts

D13: Integration Test

Scripts

D14: User Acceptance

Test Scripts

D15: User Manuals and

system Manuals

D16: System Acceptance /

Implementation Report

along with Source Code

and Documentation.

Milestone 5: Training Management

Design training modules/curriculums

Conduct training. T0 + 41 weeks

D17: Training modules,

curriculums and

Documentation as the

clause 17.10 specified in

Annexure-2: Scope of

Works

Milestone 6: Post Stabilization

Provide hand holding services during the

stabilization period of SIX Weeks from the

date of successful go- live operational

acceptance

Provide and implement updates and

upgrades for installed system as per agreed

terms.

T0+47 weeks

D18: Project Stabilization

Report

D19: Project

Management Report

D20: Customized

Reports, Layout changes

and enhancements

which includes Re-

submission of Source

Code & Documentation.

Page 53: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 53 | 141

Annual Operations & Maintenance

Operations and Maintenance Support

For the contract period of THREE Years (post warranty

period)

Resolution of issues/bugs

identified on day to day

basis.

Addressing change

requests as per the clause

17.12.2 specified in

Annexure-2: Scope of

Works

Meeting SLA as per the

Annexure-24: Service

Level Agreement.

Monthly log of service

calls and problem

resolution reports for Help

desk

Monthly Performance

Monitoring Reports for

the system

Updated system design

documents, specifications

for every change request

Latest source code,

application deployment

files, configuration files for

entire solution

Updated user manuals,

administration manuals,

training manuals etc.

Software change logs

AMC for the supplied

Software.

Software change logs

Page 54: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 54 | 141

17.10 Training and Documentation. The Successful Bidder shall provide Admin Level & User level training free of cost to staff authorized by NAAC to be conducted at NAAC. This training shall be provided to 60 personnel (Admin Level-10 & User Level-50) identified by NAAC and should be conducted at least once in a year during the contract period. The User level training will include but not be limited to:

Features & functions of each of the applications modules Use of application modules in day to day works. Dos and Don’ts Configuration settings/Application Management to the Administrators of NAAC. First level troubleshooting.

The Successful Bidder should prepare the different documentation regarding details of software architecture, & functionalities, configuration, backup policy, security policy, user manuals, operations manuals etc.

17.11 Warranty

17.11.1 The warranty of Software Solution shall be valid for a period of One year from the date of

Go-Live.

17.11.2 Free on-site maintenance services for the Software Solution shall be provided by the

Successful Bidder during the period of warranty.

17.11.3 The Successful Bidder must provide the following warranties:

(a) The solution proposed is complete in every aspect of this RFT and policies/guidelines of NAAC.

(b) The Successful Bidder will offer the NAAC all technological updates, cost reductions and facilities

which are offered to other clients during the contract.

17.12 Operations and Maintenance Requirements

The roles of Successful Bidder is foremost importance for ensuring the high availability of the services to NAAC and its stakeholders while Successful Bidder is expected to provide comprehensive maintenance of the applications & supplied software.

One of the key responsibility of the Successful Bidder is to ensure that all the applications & sub

modules are available for the users and working. The application maintenance includes periodical

tests of performance, work flow, functionality of the external interfaces, fixing of application bugs

if any, patch updates etc.

Page 55: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 55 | 141

The bidder will account for necessary number of resources for maintenance and support for the

stipulated period (not exceeding 4 in any case) and their cost in the bid. Average cost of the

resource be specified in case NAAC wishes to augment or reduce the resources.

17.12.1 Applications Maintenance & DB Administration (4 Resources)

Application Maintenance:

Manage availability and performance of Application Software: To ensure that all the applications & sub modules are available for the users and working.

The application maintenance includes periodical tests of performance, work flow, functionality of the external interfaces, fixing of application bugs if any, patch updates etc.

Take care of change management/request as specified in clause 17.12.2.

Database Maintenance: Database installation, configuration and up-gradation of database software and related

products.

Database performance optimization & fine tuning.

Devising database backup/restoration strategy.

Monitoring & checking the database backup & recovery process.

Database recovery in case of crash.

Monitoring overall database health & performance.

Database troubleshooting for any reported problems.

Preparation of comprehensive monthly reports.

The maintenance is not limited to the above, Successful Bidder to provide back end support also to ensure the proper functioning of the system.

17.12.2 Change Management

Change is inevitable in all stages of a software project. Change management will help you direct and coordinate those changes so they can enhance, not hindering the software. The only constant in software development is change. From the original concept through phases of completion to maintenance updates, a software product is constantly changing. These changes determine whether the software meets its requirements and the project completes on time and within budget. One of your main goals as Project Manager of Successful Bidder is to manage software change requests of NAAC.

NAAC may adopt the following Change Management Process.

Page 56: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 56 | 141

Change Management Cycle

Change requests are requests for system changes from users, customers or management. In principle, all change requests should be carefully analysed and tested as part of the maintenance process and then implemented. In practice, some change requests must be implemented urgently

o Fault repair o Changes to the system’s environment o Urgently required business changes

These change requests need to be managed as follows:

Change Requests are normally approved by authorised NAAC personnel . The authorised NAAC personnel will review the Change Impact in terms of effort, cost and timelines and provides approvals, as needed.

Requirements of the project scope, once frozen, is base-lined and signed-off by NAAC. Any changes to this base-lined Requirement, during the maintenance will come under Change Request.

Any Changes to the code, necessitated by changes to interfaces, third-party products, technology, architecture, data design etc will come under Change Request.

Any changes to architecture, design, code etc driven by changes to regulations, volume growth beyond the estimated (and signed) scope will come under Change Request.

Request for Change

Impact Analysis

Approve/

Deny

Implement Change

Review/

Reporting

Page 57: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 57 | 141

List down the assumptions and state any changes to these will be construed as change request.

The above Change Requests are only indicative, however, a detailed requirement elicitation with

NAAC and baseline the requirements formally to be carried out by the Successful Bidder during

the execution of the project.

During the O&M period, the change requests of NAAC need to be assessed by the Successful

Bidder for quantifying the man-hours required for implementing the changes in consultation

with NAAC. The cumulative change request development efforts of up to 600 man-hours in a

year should be implemented by Successful bidder as per SLA at no extra cost to NAAC, in other

words these changes would be the part of software maintenance costs. The cumulative change

request i.e. more than 600 man-hours in a year need to be implemented by the Successful

Bidder at a separate costs to be worked out which is accepted and approved by NAAC.

17.12.3 Help desk Operations (2 Resources).

The system should create a self learning database of questions and answers, architecture and

complexities of processes, analysis of the callers etc. to be able to provide effective solution at Help

Desk. Even the Bot approach will be appreciated as part of the bid. NAAC accepts 2 persons to be

engaged as help desk persons who will not only answer questions on the processes, software, and

systems but also carry out some other work assigned by the NAAC officials. Bidder should specify

the rate for each person separately in case NAAC wants to augment or reduce the numbers.

The typical task list but not limited to this:

Technical support to staffs & officers of NAAC.

Technical support for desktops, laptops, printers, fax machine, photo copier, scanners, LAN,

etc.

Antivirus installation to all desktops and laptops.

Frequent upgradation of latest patches, release versions of software.

Hardware/ media/ printer consumables/ cables of LAN etc. and spare management.

Co-ordinate with different groups/departments of NAAC and HEIs for technical support and

assistance.

Vendor co-ordination for higher level/ critical level support, AMCs & assisting in procurement

of spares etc.

Call logging/Incidence management by using incidence management system, Reporting and

documentation as per the prescribed format.

Page 58: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 58 | 141

18. ANNEXURE-3: Payment Schedule

Payments will be released only on satisfactory acceptance of the deliverables for each Task as

per the following schedule:

Payment would be taken in two parts

X = Cost for Implementation phase quoted by Bidder

Y = Cost for Post Implementation phase quoted by Bidder

Sl. No. Payment Milestones

% Payment of Sub-

total for Services

Provided

Applicable Penalty

Implementation Phase

1 Milestone 1 – Project Planning 5% of X

0.5% per week for delay

subject to maximum of 10% of

the contract value. Post that

NAAC holds right to forfeit

Performance Security Deposit

and/or Cancellation of the

contract and NAAC reserves

the right to blacklist the

bidder.

2 Milestone 2 – Initiation & customization

10 % of X

3 Milestone 3 – Implementation 30% of X

4 Milestone 4 – Acceptance of the System

30% of X

5 Milestone 5 – Training Management

5% of X

6 Milestone 6 – Post Stabilization 15% of X

7 Milestone 7 – Payment post warranty period

5% of X

Post Implementation Phase

1 Annual Operations & Maintenance

Equated annually

payments of Y

amount for the

contract period end

of each O&M year.

As per the SLAs defined in

Annexure -24

Page 59: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 59 | 141

19. ANNEXURE-4: Constitution of Team

B. Overview

The Constituted Team shall take care of all the deliverables as specified in ANNEXURE-2: SCOPE

OF WORKS of this tender.

a. Bidder should provide adequate number of personnel each responsible for a specific role

within the system. Bidder must provide clear definition of the role and responsibility of each

individual personnel.

b. Bidder should have a defined hierarchy and reporting structure for various teams that would

be part of the project.

c. All the concerned staff should log an attendance on a daily basis at their respective reporting

location.

d. Bidder should ensure that all the personnel identified for this project have high level of

integrity. Bidder should undertake necessary due diligence to ensure that the personnel have

high standard of trustworthiness. Bidder should obtain an undertaking from each of the

personnel assigned and the same should be submitted to the Purchaser as and when demanded

by the Purchaser. In addition to the Purchaser would also get the background verification

checks of the Bidder personnel. Any information needed for this activity by the Purchaser

should be provided immediately by Bidder.

e. Bidder must ensure adequate number and type of Key and Non-Key Personnel are proposed,

failing which the proposal would be considered as non-responsive. Bidder can provide

additional manpower on the basis of their estimate of effort required to complete the terms of

reference given in of the tender.

f. Bidder can offer more than one key personnel for a role to improve the quality of key personnel

keeping in mind the terms of reference given in the tender.

g. The following clauses define the skill sets and qualification requirement for each of the resource

categories.

h. Bidder should use Annexure-15: Technical Form 3 for providing details of the team

Page 60: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 60 | 141

C. Key Personnel

Sl. No. Particulars

1

Project Director

(Please provide 1+1 alternate resumes. Please provide resumes of the resources that

would be deployed on the project.

Provide the number of years of experience with the current firm.)

Minimum Requirements:

(a) Educational qualification: B.E/B.Tech/CA/ICWA/MCA/M.Tech & MBA

(b) Experience:

1. At least 15 years total experience including 10 years of Process Automation /

Software implementation experience.

2. Involved in managing at least 8 successful full life cycle implementation(s) of

Process Automation in large organizations (at least of the size of NAAC).

2

Project Manager

(Please provide 1+1 alternate resumes. Please provide resumes of the resources that

would be deployed on the project. The project manager must be PMP certified.

Provide the number of years of experience with the current firm.) Minimum

Requirements:

(a) Educational qualification: B.E/B.Tech/MCA/M.Tech & MBA

(b) Experience:

1. At least 10 years total experience including 6 years of Process Automation /

Software implementation experience.

2. Involved in managing at least 5 successful full life cycle implementation(s) of

Process Automation in large organizations (at least of the size of NAAC).

3

Solution Architect

(Please provide 1+1 alternate resumes. Please provide resumes of the resources that would be deployed on the project. Also provide the number of years of experience with the current firm.) Minimum Requirements:

(a) Educational qualification: B.E/B.Tech/MCA/M.Tech.

(b) Experience:

1. At least 10 years total experience including 8-10 years of Process Automation / Software implementation experience.

2. Involved in at least 4 successful full life cycle implementation(s) of Process Automation.

3. Involved in solution design, business blueprinting in similar assignments in the past.

Page 61: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 61 | 141

4

Technical Architect

(Please provide 1+1 alternate resumes. Please provide resume of the resources to be

deployed on the project. Please also provide the number of years of experience with

the current firm.)

Minimum Requirements:

(a) Educational qualification: B.E/B.Tech/MCA/ M.Tech

(b) Experience:

1. At least 10 years total experience including 7 years of Process Automation / Software

implementation (technical) experience

2. Should have been involved in installation of hardware and operating system,

database and configuration, system maintenance, installation of proposed

Software system for at least 4 successful Process Automation / Software

implementations.

3. Should have been involved in fit-gap analysis jointly with functional consultant –

identifies gaps and designs the solution to address the gaps.

5

Functional Lead

(Please provide 1+1 alternate resumes per module: like Inventory & Purchase,

tendering, Projects, asset maintenance, Human resource, Finance & Accounting,

Payroll, of the resources that would be deployed on the project. Please also provide

the number of years of experience with the current firm.)

Minimum Requirements:

(a) Educational qualification:

1. For Finance: A member of Institute of Chartered Accountants of India.

2. For Cost and Management Accountancy: A member of Institute of Cost and work

Accountants of India.

3. For other Consultants: B.E/B.Tech/MBA/MCA

(b) Experience:

1. At least 5 years total experience including 3 years of Process Automation / Software

implementation experience

2. At least 3 successful Full life cycle implementation(s) of Process Automation.

3. Demonstrated leadership and managerial skills, as well as the ability to establish

and maintain relationships with client leadership.

Page 62: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 62 | 141

6

Technical Lead

(Please provide 1+1 alternate resumes. Please provide resumes of the resources that

would be deployed on the project. Please also provide the number of years of

experience with the current firm.)

Minimum Requirements:

(a) Educational qualification: B.E/B.Tech/MCA /M.Tech

(b) Experience:

1. At least 5 years total experience including 3 years of Process Automation / Software

implementation experience

2. Should have been involved in installation of hardware and operating system

configuration, system maintenance, installation of Software system for at least 3

successful Process Automation / Software implementations

3. Should have experience in fit-gap analysis jointly with functional consultant

4. Identifies gaps and designs the solution to address the gaps.

5. Performed data migration activities (data upload script preparation, data upload etc).

7

Technical Consultant(s)

(Please provide 1+1 alternate resumes. Please provide resumes of the resources that

would be deployed on the project. Please also provide the number of years of

experience with the current firm.)

Minimum Requirements:

(a) Educational qualification: B.E/B.Tech/ MCA/ M.Tech

(b) Experience:

1. Minimum 3 years with at least two Process Automation/Software

Implementation end-to-end project implementation experience.

Page 63: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 63 | 141

8

Functional Consultant(s)

(Please provide 1+1 alternate resumes per modules. Please ensure that the CVs of the

functional consultants are provided module wise. Please provide resumes of the

resources that would be deployed on the project. Please also provide the number of

years of experience with the current firm.)

Minimum Requirements:

(a) Educational Qualification:

1. For Finance Consultant: CA or ICWA

2. For other Consultant: B.E/B.Tech/MBA/MCA Experience:

Domain experience: Minimum 3 years in Government/ PSU sector Process Automation

/ Software Implementation Experience:

1. Minimum 3 years with at least two Process Automation/Software Implementation

end- to-end project implementation experience in Government/ PSU sector.

9

Database Administrator (DBA)

Must be qualified as a B.E/B.Tech/Diploma from a reputed university

Must have minimum 3 years in IT

Certified on the proposed platform for DBA functioning.

Experience of installation and maintenance of system software including upgrades

Troubleshooting system and related issues

Should be key driver behind preventive and adaptive maintenance

Performance & system tuning.

10

IT Infrastructure Specialist

Must be qualified as a B.E/B.Tech from a reputed university

Must have minimum 10 years in IT

Should be able to provide technical specifications for servers, networking

equipment, bandwidth etc.

Should be aware of latest trends in hardware, networking & Security technologies

Should have handled all activities of at least establishment of IT infrastructure for

similar requirement independently.

Page 64: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 64 | 141

11

Training & Change Management Lead

(Please provide 1+1 alternate resumes per modules. Please ensure that the CVs of the

functional consultants are provided module wise. Please provide resumes of the

resources that would be deployed on the project. Please also provide the number of

years of experience with the current firm.)

Minimum Requirements:

(a) Educational qualification: Any graduate with an MBA

(b) Experience:

1. Minimum 5 years’ experience in organizing trainings and change management

workshops.

12

Handholding Staff

Must have minimum 2 years of prior experience of technical support

Must be qualified as a Graduate from a reputed university

Prior experience in the Process Automation / Software Implementation or the

application being deployed

Should be trained on the basic functioning of the project by the time (s)he is

deployed on the project

Must have a working knowledge of IT infrastructure deployed including basic

troubleshooting of the same

Should have been trained on use of deployed application

Page 65: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 65 | 141

20. ANNEXURE-5: Validity of Bid, Rates, etc.

Sl. No. Item Validity Period

1 Validity of bids 180 days from opening of financial bids

2 Term of the Contract Implementation (Design to System Go-Live): 47 weeks Warranty Period (after acceptance): 1 Year O&M (Post Warranty): 3 Years

Page 66: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 66 | 141

21. ANNEXURE-6: Current Applications at NAAC

At present NAAC has been using the software applications for processing A&A applications covering initial stages i.e. LOI, IEQA and SSR only. The HEIs have been using these modules for submission of LOI, IEQA and SSR. The web based software applications are hosted at NAAC, Bengaluru and being maintained by NIC & a third party.

21.1 Services to be provided by NAAC:

NAAC shall facilitate the Bidder with the following:

1. Seating space with furniture and electricity to the Bidder’s personnel.

2. LAN connection facilitating access

3. Provide necessary data & required information to the Solution provider during the

development of Software Requirements Study (SRS) and the application modules.

4. Provisioning third party services such as SMTP services, SMS gateway service, Payment

Gateways, SSL Certificates, etc.

5. Sharing existing data with the Solution Provider for building MIS.

6. Required space for training.

7. Provisioning computing resources for hosting of applications at Cloud Infrastructure by

selecting Cloud Service Provider.

8. Provisioning built up space with necessary support infrastructure for setting DR site may be

at NAAC or any other place as decided by NAAC.

9. Provisioning Internet bandwidth at Cloud and DR Site.

10. Provisioning of suitable workspace for the O&M Team & Helpdesk.

Page 67: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 67 | 141

B Pre-Qualification Criteria &Formats

Page 68: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 68 | 141

22. ANNEXURE-7: Eligibility Criteria

Bidders are required to submit their response in below provided table as a form in Pre-

Qualification Bid.

Sl. No. Criteria Detail

Supporting

document

required

Compliance

(Yes/ No)

along with page number of

supporting document

1 Registered

Legal Entity

The Bidder should be a

registered company under the

Indian Companies Act and

should have registered office in

India and should be in

existence for at least five (5)

financial years as on 31st

March 2016.

Attested

photocopy of

valid

Certificate of

Incorporation

issued by ROC

2 Financial

Stability

i. The Bidder shall have a

minimum average annual

turnover of Rs. 15.00 Crores

in the last three financial

years ending 31.03.2015.

Annual

Statement of

Account for last

3 years ending

31.03.2015

duly certified

by CA

(Chartered

Accountant)

ii. The Bidder should have

positive net worth in the

last two financial years

ending 31.03.2015.

Page 69: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 69 | 141

3 Strength of

the Firm

The Bidder must have at least

75 professional which includes

Software Developers,

Architects, DataCenter Experts,

Database experts & Cloud/ICT

Infrastructure experts and

should have necessary ICT

Infrastructure.

Certificate

from H R

head as per

ANNEXURE-

10.

4

Product

Support

(COTS or

Open

Source)

The Bidder who proposes COTS

solution to NAAC shall be an

authorized supplier of OEM for

the past 3 years shall assure the

support for the provided

solution for the period of 10

years from the date of Go-Live.

AND

The proposed COTS

application should have been

implemented in at least two

similar projects in India in

Central Government/State

Government/ Quasi-

Government agencies in last

three financial years.

AND

OEM should have been

present in India with

registered office and support

infrastructure for past 5 years

AND

OEM product vendor should

have helpdesk in India manned

by qualified professionals and

internet support to provide

24X7 support through a toll free

support line.

Certificate

from OEM

Page 70: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 70 | 141

Bidder proposing open source

solution shall assure the

support for the provided

solution for the period of 10

years from the date of Go-Live.

Self Declaration

5 Project

Experience

The Bidder must have

successfully completed or

undertaken at least 5 software

design, development and

implementation/Process

Automation project over the

last 5 years, of which at least 2

Process Automation projects

providing features such as

decision support systems,

automated forms, validating

inputs, drill down

visualizations of data,

advanced graphical user inter-

face and interactive menus.

Documentary

evidence, along

with client

contact details,

in the form of

Work order

/Purchase order

/Completion

Certificate from

Client

The Bidder should have

completed at least one

process automation project

for any educational domain /

University / Accreditation

body in the last 5 years.

Documentary

evidence, along

with client

contact details,

in the form of

Work order

/Purchase order

/Completion

Certificate from

Client

Page 71: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 71 | 141

6 Blacklisting

The Bidder should not be

debarred for corrupt or

fraudulent practices or

blacklisted by any of the

Central Government /

State Government /

Quasi-Government agencies.

Declaration by

authorised

signatory of the

Bidder as per

ANNEXURE-12.

7 Statutory

Certifications

The Bidder should have

statutory registrations such as

valid PAN, Sales & Service tax

registration, TIN, VAT

registration.

Attested

photocopy of

valid

Certificates such

as PAN, Sales &

Service tax

registration,

TIN, VAT.

8 Power of

Attorney

Bidder should provide Power of

Attorney, in the name of person

signing the Bid, authorizing him

to submit/execute this

agreement as a binding

document

Power of Attorney

9 Certification

Bidder shouldhave following

certifications:

ISO 9001 certification

(SEI) CMMI level 3 or

above certification

Copy of the

Certificate(s)

signed and

stamped by the

authorised

signatory of the

Bidder

10 Conflict of

interest

Bidder should provide an

undertaking that there is no

conflict of interest situation.

Declaration by

authorised

signatory of the

Bidder

Page 72: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 72 | 141

23. ANNEXURE-8: PQ Form 1: Bidder’s Profile

Signature:

Name:

Designation:

SEAL:

Date:

Place:

Please attach necessary documents as per the above form.

Sl. No. Particular Details

1. Name of Bidder

2. Incorporated as (State Sole Proprietor,

Partnership, Private Limited or Limited Firm)

3. Incorporation year

4. Full address

5.

Name of the top executive with designation

Telephone

Mobile Email

6. Service tax number

7. Sales tax/ VAT No.

8. CST No.

9. PAN No.

10. Tender fees details

11. EMD details

Page 73: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 73 | 141

24. ANNEXURE-9: PQ Form 2: Financial Information

Please provide CA certified financial information of three last declared financial years.

Note : Please attach copies of relevant financial statements and audited accounts for the three last

declared financial years

Please attach the copies of Profit and Loss Accounts for the three last declared financial years

2012-13 2013-14 2014-15

Annual Turnover

Net worth

Page 74: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 74 | 141

25. ANNEXURE-10: PQ Form 3: Number of Professionals

On Bidder’s letter head

To,

The Director,

NAAC,

Jnana Bharathi Road,Nagarbhavi,

Bengaluru -560072,

Subject: Number of Professionals

Respected Sir

This is to certify that <<Company Name>> have more than 75 Process Automation professionals.

Dated this Day of 2016

(Signature) (In the capacity of)

(Name) Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of Company) Seal/Stamp of bidder

Page 75: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 75 | 141

26. ANNEXURE-11: PQ Form 4: Project Experience

Sr. No. Items Details

General Information

1. Customer Name

2.

Name of the contact person and

contact details for the client of the

assignment

Project Details

3. Project Title

4. Start Date: MM/YYYY

End Date : MM/YYYY

5. Current Status (work in

progress/completed)

6. Number of staff deployed in

the assignment

Size of the project

7. Total Cost of the project

8. Period of contract

9. Technologies used

10. Number of end users catered to by

the system

11. Number of transactions handled

by the system on a yearly basis

12. Multi-lingual features catered to

for the web site

13. Any other information to be shared

14. Narrative Description of the Project

15. Documentary Proof and necessary details

Please attach the proof - Work Orders Certificates or Letter of Appointments etc with the

credential only

Page 76: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 76 | 141

27. ANNEXUR-12: PQ Form 5: Details of Ineligibility for corrupt or fraudulent practices / Blacklisted with any of the Central Government/State Government/Quasi-Government Agencies/ Conflict of Interest

(To be submitted on the Letterhead of the responding firm)

To,

The Director,

NAAC,

Jnana Bharathi Road, Nagarbhavi,

Bengaluru -560072,

Subject: Selection of Suitable Software Solution Provider for design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes Including Migration of Data.

Respected Sir, We, the undersigned, hereby declare that

We are/ are not under a declaration of ineligibility for corrupt or fraudulent practices

We are/ are not blacklisted with any of the Central Government/State Government/Quasi-Government Agencies.

We have/ do not have conflict of interest with the proposed Software Solution.

Thanking you,

Dated this Day of 2016

(Signature) (In the capacity of)

(Name) Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of Company)

Seal/Stamp of bidder

Page 77: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 77 | 141

C

Technical

Evaluation Criteria

& Formats

Page 78: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 78 | 141

28. ANNEXURE-13: Technical Form 1: Technical Bid Letter

To, The Director,

NAAC,

Jnana Bharathi Road, Nagarbhavi,

Bengaluru -560072,

Subject: Selection of Suitable Software Solution Provider for Design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes Including Migration of Data.

Respected Sir,

Reference: Tender No: <TENDER REFERENCE NUMBER>

We, the undersigned Bidders, having read and examined in detail all the Tender document in

respect of Selection of Suitable Software Solution Provider for Design, Development,

Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes

Including Migration of Data do hereby propose to provide the services as specified in the

Tender document number <TENDER REFERENCE NUMBER> along with the following:

1. EARNEST MONEY DEPOSIT (EMD)

We have enclosed an EMD as in the form of DD for the sum of Rs. 15,00,000 (Rupees Fifteen

Lakhs only). This EMD is liable to be forfeited in accordance with the provisions of this tender.

2. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Tender

documents.

3. PERFORMANCE SECURITY DEPOSIT FOR CONTRACT PERFORMANCE

We hereby declare that in case the contract is awarded to us, we shall submit the contract

performance guarantee in the form prescribed in Annexure-26: Proforma for Performance

Security deposit for Contract Performance.

We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief.

Page 79: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 79 | 141

Thanking you,

(Signature of the Bidder)

Name :

Designation :

Company Name :

Address :

Contact number:

Seal :

Date:

Page 80: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 80 | 141

29. ANNEXURE-14: Technical Form 2: Technical & Functional Compliance

Bidder shall comply all requirements as per the Annexure-2: Scope of Works mentioned in this

tender as stated below:

29.1 Bidder shall respond to the compliance of the following Functional Requirement

Specifications by giving their responses against the requirements which would be evaluated

as part of Technical Evaluation. The Bidder has to comply all the FRS as stated below:

a) SSR Module

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

HEI Registration/Profile

1. Allow HEIs to register by providing Institution name, valid e-mail ID and System Generated Captcha.

2. Allow HEIs to check their eligibility to apply for A&A

3. System should include mobile number field while registration.

4. System should have mobile number verification process through OTP.

5. System should allow account activation process through email link.

6. System should have change password feature.

7. System should have forgot password feature.

8. System should introduce unique login ID feature other than email address.

9. System should capture the institution category as part of the registration process.

10. HEI Profile fields should also capture eligibility criteria related information and link to SSR on institute website

11. Should allow HEIs/NAAC to update the Institute Profile details in case of any change.

Page 81: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 81 | 141

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

12. System to generate Password & send it to the concerned HEI to their e-mail.

LoI Submission

13. Should allow HEIs to submit the LoI extracted from SSR* module along with prescribed fee.

14. Ability to upload the documents in desired format online as required by NAAC.

15. Ability to allow HEIs to view, edit, print the details before final submission.

16. Should allow HEIs to make the payments online (RTGS/NEFT/Internet Banking/Credit Card/Debit Card) or offline such as DD. Scanned copy of the DD to be uploaded.

17. Allow DD details to be filled prior to uploading it on the website.

18. Should have online payment receipt generation viewable by the HEI’s.

19. Upon submission, system should auto generate acknowledgement e-mail and send to HEIs and Concerned Officers of NAAC.

20. Should allow concerned NAAC officials to view LOI after getting acknowledgement e-mail generated by the system.

21. Should allow NAAC to accept, reject or hold the LoI submitted by HEIs within the timeline set (15 days) by NAAC.

22. Should alert NAAC concerned official about the time to finish the activity/ left out time.

23. Should allow NAAC to communicate the acceptance/rejection status of LOI

Page 82: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 82 | 141

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

to the concerned HEIs through e-mail/SMS.

IEQA Submission

24. Should enable/introduce IEQA feature for applicable HEIs only after acceptance of LOI by NAAC.

25. System to allow HEIs to submit the IEQA within the timeline set (7 days) by NAAC.

26. Should allow HEIs to fill and submit the data online as per the IEQA format.

27. Should allow HEIs to upload the required documents online as per NAAC.

28. Should allow HEIs to view, edit and print the details prior to the submission.

29. Should allow concerned NAAC officials to view the submitted IEQA.

30. System to evaluate the IEQA online to check the compliance with NAAC criteria.

31. System to auto-generate the IEQA earned/not earned status.

32. System to auto generate IEQA submission alerts 7 days, 6 days 5 days etc. to the concerned HEIs as configurable feature.

33. System to send e-mail alert/SMS to the concerned HEIs regarding the IEQA earned/not earned status.

SSR Submission 34. Should allow HEIs to fill the SSR* details

as per NAAC format before Start of LOI submission process.

Page 83: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 83 | 141

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

35. Should allow HEIs to download SSR to upload on their website before Start of LOI submission process.

36. Should allow HEIs to fill and submit the intimation to NAAC regarding hosting of SSR on HEI website as per NAAC format before Start of LOI submission process.

37. Should allow HEIs to submit the SSR within 15 days from the date of acceptance of LoI/IEQA along with prescribed fee for Cycle 1.

38. Should allow HEIs to submit the SSR within 15 days from the date of acceptance of LoI along with prescribed fee for Cycle 2 onwards/Re-assessment.

39. System to auto generate SSR submission alerts 15 days, 10 days 5 days etc. to the concerned HEIs as configurable feature.

40. Ability to allow HEIs to view, edit and print the details before final submission.

41. Should allow HEIs to upload the required documents online as per NAAC.

42. Configuration of payment amount for different processes per institution category.

43. Should allow HEIs to make the payments online (RTGS/NEFT/Internet Banking/Credit Card/Debit Card) or offline such as DD. Scanned copy of the DD to be uploaded.

Page 84: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 84 | 141

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

44. Allow DD details to be filled prior to uploading it on the website.

45. Should have online payment receipt generation viewable by the HEI’s.

46. Upon submission, system should auto generate acknowledgement e-mail and send to HEIs and Concerned Officers of NAAC.

47. Should allow concerned NAAC officials to view SSR after getting acknowledgement e-mail.

48. Should alert NAAC concerned official about the time to finish the activity/ left out time.

Online Payment Module with Payment Gateway

49. Ability to integrate with the third party payment gateway seamlessly.

50. Ability to accept and record online payments towards LoI fee, Assessment fee, Appeal fee, etc.

51. Should allow NAAC to make the payments to the concerned parties through payment account software and to record the same.

Online SMS & e-mail

52. Should have application inbuilt e-mail communication system.

53. Ability to integrate with the third party SMS gateway seamlessly.

54. Ability to send communication/alerts via e-mail & SMS with the Workflow.

MIS

55. Ability to generate the user definable customized reports.

56. Ability to generate & print the reports in the desired formats.

Page 85: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 85 | 141

b) Assessors Module

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Assessors Master Database

1. Should allow faculty members to apply for becoming an Assessor and submit curriculum vitae

2. Should allow NAAC concerned official to create the Assessors Master and generate login IDs and passwords for approved assessors

3. Should allow NAAC to Add/ Update/ Block/ Unblock/ Ban/ Remove Assessors.

4. Should allow Assessors to create, view, edit & print their profile online as per the NAAC guidelines/policy.

5. Should allow Assessors to send/receive e-mail/SMS for all the communications concerned.

Peer Team Selection

6. Should provide search option to NAAC to select the Peer Team members from the Assessors Master as per the NAAC guidelines/selection criteria. Multiple fields search option should be provided.

7. Should allow NAAC Director to select the Peer Team members and record the same.

8. Should allow approved NAAC Official/NAAC Director to override the selection team.

9. Should have the feature to manage the change of Assessors.

10. Should have auto selection of the Peer Team by the system with a facility to override for the approved NAAC Official/NAAC Director.

Page 86: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 86 | 141

c) Assessment Module

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Peer Team Visit and HEI Assessment

1. System to allow NAAC officials to fix the visit date in consultation with concerned HEI and by checking the availability of Assessors.

2. System to generate the e-mail/SMS alert about the visit schedule to the HEIs, Concerned NAAC Official and the PT members.

3. Should allow the selected Assessors i.e. Peer Team Members to view/download the Pre-Inspection Report (Extract of SSR as per the NAAC guidelines/policy of the HEIs to be visited) available online upon their sign-on.

4. System to generate NAAC Accredited HEIs details region wise (State/District/City/Location) near to HEIs to be visited.

5. System to allow Peer Team Members to submit the PT Report and the grade as per NAAC format.

6. System to allow Peer Team Members to submit the Recommendations for Improvement Areas/Gaps Identified.

7. Should allow Peer Team Members & HEIs to fill and submit the feedback online as per NAAC format.

8. Should alert NAAC concerned official about the time to finish the activity/ left out time.

9. The reports to be made available for NAAC to analyse the Peer Team individual performance.

10. System should auto-calculate KA-GPS, CR-GPS, CGPA and Grade as per configurable

Page 87: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 87 | 141

weightages and on the basis of PT report and grade sheet (to be approved by EC before publishing)

11. System to generate reports on item wise gaps in KA-GPA, CR-GPS for ease of producing Gap Analysis Checklist

d) Executive Committee Module

Modules/ Sub-Modules

Functionalities Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Executive Committee Module

1. Should allow EC Members to view the Peer Team reports.

2. Should allow NAAC to upload the HEIs Accreditation Status based on the EC decision/outcome.

3. System to send communication via e-mail to the concerned HEIs about the decision of EC (i.e. their Grade Point).

e) Training & Meetings Module

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Training Programmes

1. Should allow NAAC to set the training calendar.

2. System to allow all the stakeholder to view the set calendar regarding trainings/ workshops.

3. Ability to upload the training documents/multimedia online as required by NAAC.

4. Should have the feature to provide Forum, Video Conferencing and Chat to all the Stakeholders for Meeting, Conference and QnA.

Page 88: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 88 | 141

5. Ability to send communications/alerts to HEIs, NAAC, Assessors about Training Programmes, Training Calendars, etc.

6. Should allow the Assessor/ participants/HEIs to register for training/conferences online.

7. Should allow faculties/speakers to fill online application and submit the papers for NAAC’s consent.

8. Should allow NAAC to make the payments to the concerned parties (internal/external) through payment account software and to record the same.

9. Should allow NAAC concerned official to update details of trained Assessors to Assessors Master Database.

Review & Feedback

10. Should allow NAAC to fill and send the feedback form online from Assessor/ participants in the Training.

11. System to analyse (qualitative & quantitative) the feedback online as per the criteria about the Training Feedbacks.

Basic Meeting/Conferences

12. The NAAC will have meeting of different

committees like GC, EC, and Appeal

Committee etc. The meetings are

scheduled by the NAAC and notices sent

to the concerned members of the

committee after dates are finalized by

the members. The aim to coordinate

meeting by sending mails and SMS to the

members. It will also have the agenda

displayed online at the time of meeting

and provision for MOM submission.

Page 89: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 89 | 141

f) Logistics Module

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Peer Team Visit

1. Should allow NAAC to Add/ Update/Remove Agency details.

2. System should allow NAAC officials to Plan and Schedule Peer Team Visit.

3. System to send an e-mail/SMS about the Travel Plan of the PT visit (i.e. Schedule, Details of HEIs to be visited and Details of Pear Team Members) to the selected Agency.

4. Should allow Agency to send the e-ticket, hotel details and contact person details of agency to the concerned Peer Team Members including NAAC co-ordinator.

Entitlement 5. Should allow NAAC to Add/Update

entitlement details of the PT Members.

g) Post-Accreditation

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Online submission of AQAR Yearly

1. Should allow accredited HEIs to fill and submit the AQAR online as per the NAAC format which includes Implementation of the strategic plan over the academic calendar and compliance of the recommendations of the Peer Team.

2. Ability to allow HEIs to upload the documents online as required by NAAC.

3. Ability to allow HEIs to view, edit, print the details before final submission.

4. Should auto generate acknowledgement e-mail and send to HEIs and Concerned

Page 90: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 90 | 141

Officers of NAAC upon submission of AQAR

5. Ability to auto sending alert/e-mail to the HEIs regarding timely submission of AQAR with a copy to NAAC concerned officials.

6. Ability to track all the accredited HEIs regarding the status of AQAR submission.

7. System to keep tracking continuously all the accredited HEIs for alerting them (12 months prior to the expiry of NAAC accreditation) for initiating for submission of SSR for cycle-2 onwards.

Analysis & Feedback

8. Should support NAAC to analyse (qualitative & quantitative) the AQAR online as per the set criteria.

9. Should allow concerned NAAC officer to fill and send the feedback form online about AQAR to HEIs.

IQAC Monitoring

10. Should Allow IQAC Members to fill and submit the periodic report (Monthly/Quarterly) as per NAAC format/guidelines.

11. Ability to allow IQAC members to upload the documents online as required by NAAC.

12. Ability to allow IQAC Members to view, edit, print the details before final submission.

13. Should auto generate acknowledgement e-mail and send to IQAC Members and Concerned Officers of NAAC upon submission of Periodic Reports.

14. Should have the ability to capture the details of IQAC members and progress of the accreditation related activities carried out by IQAC.

15. Should have an intelligent program manager on the backend who could answer queries and schedule and allow dialogue (by a university IQAC cell or College IQAC cell)

Page 91: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 91 | 141

with the relevant mentor or staff of NAAC over Hangout/Skype or Chat.

h) Appeal Management Module

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Appeal process

1. Should allow HEIs to fill and submit the appeal intent online as per the NAAC format.

2. Should allow HEIs to make the payments online (RTGS/NEFT/Internet Banking/Credit Card/Debit Card) or offline such as DD. Scanned copy of the DD to be uploaded.

3. Ability to allow HEIs to view, edit, print the details before final submission.

4. Should allow Visited Peer Team Members to make remarks/comments/any changes for NAAC to analyse the appeal made by HEI.

5. Should allow NAAC to accept, reject or hold the Appeal submitted by HEIs.

6. Should allow NAAC to send communications/alerts to HEIs regarding the decision of EC i.e. No change/Change in CGPA/Grade Point/ revisit.

7. Should integrate with A&A module.

Page 92: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 92 | 141

i) Finance Module

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

General Ledger

1. Ability to provide a comprehensive picture for external accounting and accounts.

2. Ability to record all business transactions (primary postings as well as settlements from internal accounting) in a software system that is fully integrated with all the other operational areas of the company to ensure that the accounting data is always complete and accurate.

Accounts Receivable

3. Ability to record and manages customer accounting data via the Accounts Receivable component.

4. Should Connect Account Receivable directly to the General Ledger using a special reconciliation account.

Accounts Payable

5. Ability to record and manage the Assessment & Accreditation (A&A) fee for HEIs visit which includes A&A Fees, Peer Team member’s honorarium TA/DA, Travel Bills, etc. accounting data via the Accounts Payable component. The bills will be verified by the NAAC finance department and the online payment to be made through payment gateway.

6. Should connect Account Payable directly to the General Ledger using a special reconciliation account.

Fixed Assets Accounting

7. Ability to maintain and analyses fixed assets according to generally accepted NAAC rules.

Bank Accounting

8. Ability to include the management of bank master data, cash balance management (check and bill of exchange management), and the creation and processing of incoming and outgoing payments.

Page 93: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 93 | 141

9. Should provide facility of bank accounts reconciliation with financials.

Cash Journal Accounting

10. Ability to manage cash transactions via Cash Journal Accounting.

11. Should calculate and displays the opening and closing balances and the receipts and payments totals automatically.

Tax Accounting

12. Should include a facility to handle India based Tax localization. The India Tax Localization includes supporting of Service Tax, Value added Tax (VAT), Purchase Tax, TCS and TDS, etc.

13. The Tax mechanism should support additional taxes other than the ones mentioned.

Closing Process 14. Should support closing process of

financials of application with process automation, and reconciliation.

Financial Statements

15. Ability to create the financial statements on year-end closing.

16. Should generate financial reports such as income statements and balance sheet based on general Ledger.

Approval 17. Ability of having approval mechanism for

the payments received from HEIs.

MIS Reports

18. Ability generate the user definable customized reports.

19. Should integrate with existing Tally for generation of customized reports using the data available with Tally.

Payment Gateway integration

20. Integration with external payment gateway.

Page 94: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 94 | 141

j) Incident Management Module (Help desk)

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Incident Management Module

1. Ability to integrate with Networking Monitoring System to auto-generate the ticket for the issues.

2. Should have the ticketing management for Assessors also.

3. Should have option for opening ticket manually.

4. Should allow to update the status and diagnostics.

5. Should allow to close the tickets upon resolution of the issues.

6. Able to classify the general & technical queries

7. Should auto generate acknowledgement e-mail and send to HEIs and Concerned Officers of NAAC.

k) Document Management System

Modules/ Sub-Modules

Functionalities

Bidders Response

Compliance (Yes/No)

Score as per Assessment

by TEC (F/P/N)

Document Management System

1. Ability to upload the documents with the work flows.

2. Ability to maintain the versioning of documents.

3. Ability to maintain the metadata of documents.

4. Ability to maintain the archival of documents.

5. Allow the user for retrieval of documents.

Page 95: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 95 | 141

6. Ability to maintain the indexing of documents.

7. Ability to maintain the documents workflow.

General features of the DMS:

Sl. No.

Requirements

Bidder’s Response

Compliance (Yes/No)

Score as per

Assessment by TEC

(F/P/N)

1

The proposed DMS should be a pre-integrated system

involving document management system, storage and

archival system. The system should have the modules

of having following modules in the suite: Document

Management, Record Management, Archival, Imaging

& Information Rights Management

2 The proposed system should allow document/image

capturing and indexing from multiple zones and should

be able to send to a centralized repository

3

The system to provide the standard file hierarchy

structure of folders and sub-folders to allow users and

groups of users to manage and organize their

documents. State any limitations to the number of

folder, subfolder levels.

4

The interface to allow users creation, editing and

management of virtual or compound documents. The

system to provide the features to link any type/ format

of documents while providing capabilities to

automatically update the version of the linked

document whenever the original is updated

5 Proposed DMS should be a web based application

6

The web interface to provide multiple views of the

content and allow users to access/modify folders based

on their access rights and permissions. The proposed

system should be able to restrict the users to access

documents/images based on their pre-defined rights &

privileges.

7 The proposed system should allow the users to add

attributes/metadata to the images

Page 96: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 96 | 141

8 Should have robust multi-layered security to limit

access at user level, system level and file level

9 Should be integrated with industry standard relational

database and should identify and retrieve the archived

files as per the user defined fields/ meta-tags.

10 Should support industry standard file formats like JPEG,

PDF, TIFF etc.

11 Should support other files such as DOC, XLS, PPT etc.

12 Should provide an audit trail with user, date and time

details and should record when and which documents

were accessed by which user id.

13 Should be based on open standards

14 Should have a structured filing mechanism

15 Should have ability to collate multiple scanned

documents

16 Provision for automatic creation of full text (OCR) index

using the contents of the document.

17 Provision for web browser based search and retrieval.

18

System to allow the user to search and find documents

based on any of the associated metadata, such as

document type, author, title, location, active/inactive

status, date created etc

19 Ability to sort the search results on various criteria.

20 Context around the search term from the actual

document with highlighting should be possible.

21 System should provide capability to search within so

that users can narrow down the search.

22 Interface for managing the entire lifecycle of content

management, starting from its creation to its

disposition.

l) Analytics, Dashboard & Reporting

Analytics, Dashboard & Reporting

1. Should be able to create various Management dashboards.

2. Should be able to generate certain transactional reports.

Page 97: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 97 | 141

3. Should be able to design and provide applications for formatted reporting, ad hoc queries, interactive analyses, information dashboards, and information broadcasting.

4. Based on roles, users should be able to design, deploy, and execute queries, formatted reports.

5. Based on roles, users should be able to design and interact with Excel-based business intelligence applications and workbooks.

6. Based on roles, users should be able to analyse ad hoc queries and create views of information from various data sources.

7. The reports should be available for time frames like weekly / daily / monthly / yearly.

8. The reports should be available in MS Excel or Web (Internet Explorer).

9. The report data must support the feature of being exported to Excel.

10. The reporting feature should support drill down (across reports/within reports), filter & sorting.

11. The report should support the viewing of numbers / graphs or both on a single display.

12. Should provide for calculations, filters and exceptions during reporting.

13. The reports should be available to users at any time.

14. Should support the feature of delivering the reports to the online users through email, portal, and report server.

15. The report should be broadcasted / sent on e-mails.

Page 98: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 98 | 141

16. The reports to be made available for analysis of historical & consolidated data across systems.

17. Should support visualization of geographic (location based) data on maps

e-Assessor 18. Past knowledge based and rule based advisor and evaluator.

e-Assessment & Accreditation

19. System should have the ability to

generate the summary report based on

performance indicators /key

parameters (at present 196 parameters

which may vary) as per NAAC

requirements/guidelines from the last

five years reports of SSR, AQAR, IQAC

and Gap Analysis. The system should be

intelligent to generate a report that

would help NAAC in reduce subsequent

accreditation evaluation efforts in

terms of reducing the Peer Team Size

and Evaluation time.

20. E-Assessment module should have the

ability to read the submitted AQARs

along with Gap analysis of last

accreditation and comprehend to give

the comprehensive assessment report

as per NAAC requirements.

Page 99: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 99 | 141

29.2 Technical Capabilities of the Software Solution/Applications:

Sl. No.

Requirements

Bidder’s Response

Compliance (Yes/No)

Score as per

Assessment by TEC

(F/P/N)

1 Web portal (3-Tier) should have single sign-on feature that will allow NAAC Officials, HEIs, Peer Team to login as per their access privileges.

2 Should have in-built e-mail for send and receive communication between NAAC, HEIs and Peer Team members.

3 Should auto generate alerts to notify the concerned HEIs, NAAC Officials regarding pending works and remaining time to complete the job.

4 Should allow NAAC administrator to change any set criteria under each work flows as required.

5 Should have document management (upload/download/achieve/search/retrieve) system integrated with NAAC workflow.

6 Seamless integration between the various modules of the solution.

7 Capability to easily configure the changes in the business process scenarios and should be able to implement them without much effort on coding, testing etc.

8 Availability of various components of the solution on the same platform should allow interoperability and seamlessly integration.

9 Should have Implementation / Support tool, integrated seamlessly and be used during the implementation life cycle to carry on the critical activities of the project like Process documentation, Testing etc.

10 Should have capability to integrate with external solutions like Payment Gateway, SMS gateway etc.

11 Should have the ability to restrict data updating /deletion /creation only through Application layer.

12 Should have the ability to configure the number of permissible log-in attempts.

13 Should provide 24/7 Support for the issues arising out of the Solution.

14 Solution should be compatible, tested and certified with the standard based operating systems like Linux, UNIX, Windows, etc.

Page 100: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 100 | 141

15 Solution should support different browsers such as Internet explorer 6.0 & above, Chrome, Firefox, Safari etc.

16 The application should not be coded using proprietary languages and protocols.

17 All licenses offered should be fully utilized without any restrictions.

18 There should be no software installation, plug-in, active x controls or download be required on the client to utilize the full functionality of the applications.

19 The solution offered should be Unicode Compliant.

20 The solution offered should be Service Oriented Architecture compliant.

21 The solution need to support N-Tier and Internet architecture.

22 The solution should be natively built based on 64 bit operating system.

23 The solution should have high response time such as page opening time < 2 Seconds.

24 The solution should support 40 concurrent users for access to internet portal and core application.

25 Should support application, database clustering and load balancing.

26 Should have Online Documentation, On-line help, Field-level help, Screen-level help etc.

27 NAAC should have the option of getting frequent updates from the Successful Bidder, thereby constantly keeping the software up-to-date with technological advances as well as improved functionality.

28 The Solution offered should be able to import data from various formats (Text, Excel, CSV, XML etc.).

29 The system should have a tool to enable all end users to log in issue and seek support.

30 The system should function on any RDBMS Platform without any performance/Security issues.

31 New application system should be configured by involving NAAC team & it’s representative for better understanding of the entire business process for carrying out the routine maintenance issues after successful deployment of the solution.

32 To enable configurable Dashboard to view real-time context sensitive status information with drill-down facility

33 System should have responsive design.

Page 101: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 101 | 141

29.3 Security Requirements of the System:

Sl. No.

Requirements

Bidder’s Response

Compliance (Yes/No)

Score as per

Assessment by TEC

(F/P/N)

1 System should have adequate security measures in place for enforcing Govt. of India security guidelines in terms of Confidentiality, Integrity and Availability of data.

2 Should have SSL certificate for web applications and SSL VPN connections for the users/administrators of NAAC.

3 System should have user ID tracking for data creation and updation.

4 System should have the facility to create roles and responsibilities for limiting the user database access.

5 System should have the facility to track of logs with regard to DB changes.

6 System should support data synchronization e. g. advance cash receipt not linked with sales order indenting.

7 System should support cold back up and hot back up facility.

8 System should support presence of firewalls at each of the depots leading to prevention of major security breaches.

9 The application should comply with OWSAP.

10 The application security audit should be done by the Cert-In empanelled agency and to be taken care by the bidder.

29.4 General features of the System:

Sl. No.

Requirements

Bidder’s Response

Compliance (Yes/No)

Score as per

Assessment by TEC

(F/P/N)

1

Solution should provide User Definable Dynamic

Dashboard and Analytical tool as part of the business

intelligence solution offering to provide the intelligent

analytical information as required by the Department.

2

Whenever there is a legal or localization change related

to taxes, the application vendor should be able to

provide solutions with effective date and without taking

much effort on testing.

Page 102: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 102 | 141

3

Solution should be scalable to provide full integration

across modules so that enterprise wide information

sharing is made easier and automatic by tight

integration across different departmental functions.

4 Solution should have the ability to allow NAAC to alter

performance and evaluation parameters, indicators and

criteria, etc. easily from time to time.

General Requirements

Sl. No.

Requirements

Bidder’s Response

Compliance (Yes/No)

Score as per

Assessment by TEC

(F/P/N)

1 Module wise Functional Analysis

2 Number of Functional Points per module

3 Module wise Modular Flowchart

(Provide flow chart for each module)

4 Demonstration of System similar to the requirement of

this RFT

Page 103: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 103 | 141

30. ANNEXURE-15: Technical Form 3: Methodology for Manpower Deployment and Training

a. The Bidder should specify the approach for manpower deployment including description of

the organizational structure and escalation procedures.

b. The Bidder should define a governance model for managing the on-going relationship,

contract, operational issues and risks.

c. The Bidder should cover details on the training plan and training schedule for the operations

and maintenance personnel. The training plan should comprise technical training; domain

based training as well as soft skills training.

d. The Bidder may give suggestions on improvement of the scope of work given in Annexure 2:

Scope of Work and may mention the details of any add on services related to this project over

and above what is laid down in the tender document. List of deliverables should also be

identified and explained.

e. The Bidder shall describe the knowledgebase, best practices and tools that will be used by the

project team for the execution of scope of work activities.

f. The Bidder shall describe prior experience of its team for working on Software Solution implementation

g. Bidder should provide in his bid the details of the proposed manpower in the below given

format. Bidder should also provide the CVs of proposed resources as part of his bid.

Sl.No. Manpower Type Number of Resources

Duration Proposed

Name of the Proposed Resource

Non IT Resources Project Director Program Manager .... ... IT Resources for Application Modification / Customization / Maintenance

Skill 1 Skill 2 Skill 3 ... ... ...

Page 104: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 104 | 141

CV Format to be used for providing details of manpower

1.

Proposed

position on

team:

2. Name of

employee

The the

3. Designation

4. Date of Birth

5. Nationality

6. Education

Qualification

Name of

School/

College/University

Degree

Obtained

Date

Attended

7. Certifications

8. Language

Language Read Write Speak

9. Employment

Record

Employer Position From To

(Starting with present position list in reverse order – Up to three

quarters of a page)

10 Relevant

Experience

(Give an outline on the experience most pertinent to tasks mentioned

in the project. Describe degree of responsibility held on these relevant

assignments – Up to half of a page).

11 Certification

I, the undersigned, certify that to the best of my knowledge and belief,

this bio-data correctly describes myself, my qualifications, and my

experience. Date:

Place Signature of the Authorized

Signatory

Page 105: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 105 | 141

31. ANNEXURE-16: Technical Form 4: Technology Solution & Maintenance Plan

a. The Bidder is required to describe the proposed Technology Solution in this section as per

the requirements laid out in “Annexure 2: Scope of Work”. The Technology Solution would

be evaluated on the broad parameters provided in Technical Evaluation. NAAC reserves

the rights to add, delete, or modify these parameters at any time during the Tender

process, without assigning any reasons whatsoever and without being required to

intimate the Bidders of any such change.

b. Clear articulation and description of the ICT (hardware and software) requirements,

design and technical architecture of various ICT components including the make and

model of equipment and sizing of infrastructure (including diagrams and calculations

wherever applicable)

c. Details of the methodology proposed to be adopted for maintenance of technology

equipment/infrastructure related to the Software Solution application

d. The indicative list on which the technical solution is expected is on the following headers:

i. Solution architecture

ii. Hardware sizing [proposed ICT infrastructure for Cloud]

iii. Software Solution application for the functionalities required

iv. Operations and Maintenance approach

v. Training approach

vi. Data Migration strategy

e. The Bidder shall specify all the software components required for Software Solution

application in the following format:

Sl. No. Item Purpose/Function License Policy No. of Licenses required

For DC For DR

1. 2.

Page 106: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 106 | 141

32. ANNEXURE-17: Technical Form 5: Declaration by OEM [Applicable for COTS Product]

To, The Director,

NAAC,

Jnana Bharathi Road, Nagarbhavi,

Bengaluru -560072,

Subject: Selection of Suitable Software Solution Provider for Design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes Including Migration of Data.

Respected Sir,

We, <OEM name > having our registered office at <OEM address>, are an established and reputed

manufacturer of <<Software application name>>.

We confirm that <Bidder Name> having its registered office at <Bidder Address> is our authorized

partner for _. We authorize them to quote for our products in the

above mentioned tender.

Our full support is extended to them in all respects for supply, warranty and maintenance of our

products. We also ensure to provide the service support for the supplied products for a period of

10 years from date of supply/installation of the products as per tender terms.

We also undertake that in case of default in execution of this tender by the <Bidder Name>, <OEM Name> will take all necessary steps for successful execution of this project as per tender

requirements.

We wish to certify following pre-qualification conditions as stated in the tender: The Proposed product offer all the functions specified in ANNEXURE-2: Scope of Works with

no Bolt On applications. The proposed integrated product is commercial off the shelf product (COTS).

The proposed integrated product provides wide range of security features such as

Authentication, Single Sign-On (SSO), Authorization and Integrated User management.

Offered Software package is web enabled and standard internet browser driven.

The offered Software package is able to work on each of the following OS: Sun Solaris, HP

Unix, IBM AIX, Linux family, Windows Family etc.

The proposed user licenses is full and complete in all respect, there is a provision to create,

Page 107: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 107 | 141

modify, delete, inquire records and create transactions with each user.

Thank You Dated this Day of 2016

(Signature) (In the capacity of)

(Name) Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of Company)

Seal/Stamp of OEM

Page 108: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 108 | 141

33. ANNEXURE-18: Technical Form 6: Work Plan

33.1 A detailed project plan articulating the break-up of each proposed phase into key activities highlighting the start and end months as per the below format should be submitted.

Activity-wise Timelines

S. No. Item of Activity Week wise Program

1 2 3 4 5 …

Project Plan

1 Activity 1

1.1 Sub-Activity 1

1.2 Sub-Activity 2

2

2.1

2.2

3

3.1

4

Note: The above activity chart is just for the purpose of illustration. Bidders are

requested to provide detailed activity & phase wise timelines for executing the project

with details of deliverables & milestones as per their proposal.

Note:

Any indicative prices in this section may lead to disqualification of the Bidder.

The requirements stated in the scope of work are minimum requirements. The

Bidder should provide information for all the components that would be required.

Page 109: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 109 | 141

34. ANNEXURE-19: Copy of Financial Bid with the price column of the price bid format blanked out

The Bidders would need to submit a blank copy of its Financial Tender (as per D. Financial Formats)

with the technical Tender in compliance to the terms specified providing all the details, however,

entire price related details should be omitted from this copy. The Bidder should provide a tick (√)

mark against each item of the price bid format to indicate that there is a quote against this item in

the Financial Bid. In no case, financial quote should be revealed under this annexure. Bids with

financial quote as part of technical response would be rejected.

Page 110: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 110 | 141

35. ANNEXURE-20: Technical Form 7: Statement of Deviation

Tender Clause No. Description of Clause

Deviation in the offer

Brief reason for

deviation

Signature of the Bidder Name

Date Place

Company Seal

Page 111: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 111 | 141

D Financial Formats

Page 112: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 112 | 141

36. ANNEXURE-21: Financial Form 1 – Financial Bid Letter

To, The Director,

NAAC,

Jnana Bharathi Road, Nagarbhavi,

Bengaluru -560072,

Subject: Selection of Suitable Software Solution Provider for Design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes including Migration of Data.

Respected Sir,

Reference: Tender No: <TENDER REFERENCE NUMBER> We, the undersigned Bidders, having read and examined in detail all the Tender document in respect of Selection of Suitable Software Solution Provider for Design, Development, Deployment, Hosting and Maintenance of Web-based Software Solution for NAAC Processes including Migration of Data, do hereby propose to provide the services as specified in the Tender document number <TENDER REFERENCE NUMBER> along with the following:

1. PRICE AND VALIDITY

1.1 All the prices mentioned in our Tender are in accordance with the terms as specified in the

Tender documents. All the prices and other terms and conditions of this Tender are valid for a

period of 180 calendar days from the date of opening of the financial bids.

1.2 We are an Indian Firm and do hereby confirm that our Tender prices include all taxes. However, all

the taxes are quoted separately under relevant sections.

2. UNIT RATES

We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of

payment as well as for price adjustment in case of any increase to / decrease from the scope of work

under the contract.

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Tender

documents.

Page 113: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 113 | 141

4. TENDER PRICING

We further confirm that the prices stated in our bid are in accordance with your terms included

in Tender documents.

5. BID PRICE

We declare that our Bid Prices are for the entire scope of the work as specified in the

Annexure 2: Scope of Works and Tender documents. These prices are indicated in Annexure-22:

Break-up of Cost Components attached with our Tender as part of the Tender.

6. CONTRACT PERFORMANCE SECURITY DEPOSIT

We hereby declare that in case the contract is awarded to us, we shall submit the contract

performance security deposit in the form prescribed in Annexure 26: Proforma for Performance

Security Deposit for Contract Performance

We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief.

We confirm that no Technical deviations are attached here with this financial offer.

Thanking you,

Yours faithfully,

(Signature of the Bidder)

Name:

Designation :

Seal

Date:

Place:

Business Address:

Page 114: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 114 | 141

37. ANNEXURE-22: Financial Form 2 – Break up Cost Components

a. Bidder should provide all prices as per the prescribed format under this Annexure. Bidder should not

leave any field blank. In case the field is not applicable, Bidder must indicate “0” (Zero) in all such

fields.

b. All the prices (even for taxes) are to be entered in Indian Rupees ONLY (% values are not allowed)

c. It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and/or

payable.

d. NAAC reserves the right to ask the Bidder to submit proof of payment against any of the taxes,

duties, levies indicated.

e. NAAC shall take into account all Taxes, Duties & Levies for the purpose of Evaluation

f. The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and other

related items.

g. The Financial Bids shall be evaluated by NAAC for completeness and accuracy. Arithmetical errors

will be rectified on the following basis. If there is a discrepancy between the unit price and the total

price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the

total price shall be corrected. If there is a discrepancy between words and figures, the amount in

words will prevail.

h. Bidder has to quote for either for Open source Solution OR COTS Solution.

37.1 SUMMARY OF THE FINANCIAL BID:

Summary Table (All Prices in Indian Rupees)

Sl.

No. Item Description

Total Base

Price (a)

Total of

Taxes,

Duties &

Levies (b)

Total Price

c=a+b

Cost for Implementation Phase (X)

A Development of Software including one

year warranty period

Sub Total (TX)

Cost for Post Implementation Phase (Y)

B Post Implementation Maintenance

Support Services

Sub Total (TY)

Total Bid Price (T = TX+TY)

Page 115: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 115 | 141

37.2 THE BREAKUP OF THE FINANCIAL BID:

A. Cost for Implementation Phase (X): Development of Software including one year warranty period Details of the breakup shall be provided as per the table (a), (b) and (c) below: Table (a): Software License

Sl.

No. Item

Unit /

License

Type (per

user cost,

fixed cost

etc.)

No of Licenses

Per

License

Cost (S3)

Total DC

software

cost

S4=(S1*S3)

Total DR

software

cost

S5=(S2*S3)

Total

(S6=S4+S5) For

DC

(S1)

For

DR

(S2)

1. 2. 3. 4. 5. 6. 7.

Taxes (Please

Specify the

components on

which Taxes is

being applied

along

wit

h percentages

Total (in Figures)

Total (in Words)

Page 116: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 116 | 141

Table (b): Implementation and Roll out

S. No.

Description

Number of

Resources

Deployed

(a)

Duration

(Man months)

(b)

Man-

Month

Rate

(c)

Total Cost

(d= b*c)

Implementation Phase

1. Project Director 2. Project Manager 3. Solution Architect 4. Technical Architect 5. Functional Lead 6. Technical Lead

7. Database

Administrator (DBA)

8. IT Infrastructure

Specialist

9. Training & Change

Management Lead

10.

Resources for

Development/

Customization,

Integration,

Migration & Testing

of Software

Applications

11

Re-design of NAAC

website without

chatbot

OR

Re-design of NAAC

website with chatbot

[OPTIONAL]

Total (in Figures)

Total (in Words)

Page 117: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 117 | 141

NOTE: The Constituted Team shall take care of all the deliverables as specified in ANNEXURE-2:

SCOPE OF WORKS & meet the SLA specified in ANNEXURE-24 of this tender.

Table (c): Training (During Implementation & Post Implementation)

Sl.

No. Description

Number of Training

sessions

/ Workshops

(a)

Cost per

Training session

/ Workshop

(b)

Total

Cost

(c = a*b)

1 Training sessions / Workshops

2 Miscellaneous items

3 Others

Total (in figures)

Total (in words)

B. Cost for Post Implementation Phase (Y): Post Implementation Maintenance Support Services Details of the breakup shall by provided as per the table (e) below: Table (e): Post Implementation Maintenance Support Services

Sl. No. Software Item Year 1

(Warranty) Year 2 Year 3 Year 4

1. AMC for Softwares (if any) NA 2. Software licenses renewal (if any) NA 3. Maintenance of the applications NA 4. Others (please specify if any) NA

5.

Taxes (Please specify the components

on which Taxes is being applied along

with percentages)

NA

Total (in figures)

Total (in words) Grand Total (in figures) Grand Total (in words)

Page 118: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 118 | 141

38. ANNEXURE-23: Financial Form 3 – Gross Total Value

Prices should be quoted in Indian Rupees and indicated both in figures and words. Price in

words will prevail, in the event of any mismatch.

Gross Total Value (GTV) (in Rs.)

(Rupees: ) in words

Note: Please ensure that the Gross Total Value given here must match the Total Bid Price (T)

given in Clause 37.1: Summary of the Financial Bid of Annexure-22.

In the event of any mismatch in the GTV value and Total Cost in Clause 37.1: Summary of the

Financial Bid of Annexure-22, the following criteria will be adopted to remove the discrepancy

between these two values:

a. When GTV is greater than Total Cost in Clause 37.1: Summary of the Financial Bid of

Annexure-22, the value given in Clause 37.1: Summary of the Financial Bid of Annexure-22

as Total Cost would be taken as GTV

b. When GTV is less than Total Cost in Clause 37.1: Summary of the Financial Bid of Annexure-

22, the value of Total Cost in Clause 37.1: Summary of the Financial Bid of Annexure-22 will

be replaced with the value given in GTV and item wise value of each item in Clause 37.1:

Summary of the Financial Bid of Annexure-22 will be reduced on Pro- rata basis and

consequently unit values would be worked out.

If the L1 bidder fails to accept the individual unit rates rationalized as per the above procedure,

the bid will be treated as cancelled and EMD of such defaulting bidder will be forfeited.

Page 119: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 119 | 141

E Service Level

Agreement (SLA)

Page 120: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 120 | 141

39. ANNEXURE-24: Service Level Agreement

39.1 Service Level Agreement (SLA) During Implementation

If the Successful Bidder fails to deliver its services described in Scope of Works, within

the time period(s) specified in the Contract, NAAC without prejudice to its other rights

and remedies under the Contract deduct 0.5% of contract value per week of delay which

can be attributed to reasons within the control and purview of the Successful Bidder. The

maximum penalty would be 10% of the total contract value.

The Buyer reserves its right to forfeit the Performance Bank Guarantee if the contractor fails

to discharge the duties as per the terms and conditions of the contract and in addition the

Contractor shall compensate the buyer all the losses incurred towards the warranty and

support services.

NAAC may without prejudice to its right to effect recovery by any other method, deduct the

amount of liquidated damages from any money belonging to the Successful Bidder in its

hands (which includes NAAC’s right to claim such amount against the Successful Bidder’s

Bank Guarantee) or which may become due to the Successful Bidder. Any such recovery or

liquidated damages shall not in any way relieve the Successful Bidder from any of its

obligations to complete the Work or from any other obligations and liabilities under the

Contract.

The Successful Bidder shall execute the implementation with due diligence and expedition,

keeping to the approved time schedule. Should Successful Bidder refuse or neglect to

comply with any reasonable orders given in writing by NAAC in connection with the work or

contravene the provision of the Contract or the progress of work lags persistently behind

the time schedule due to the Successful Bidder’s neglect, NAAC shall be at liberty to give

seven days’ notice in writing to the Successful Bidder require to make good the neglect or

contravention complained of and should the Successful Bidder fail to comply with the

requisitions made in the notice within seven days from the receipt thereof, it shall be lawful

for NAAC to take the work wholly or in part out of the Successful Bidder's hands without

any further reference and get the work or any part thereof, as the case may be, completed

by other agencies without prejudice to any other right or remedy of NAAC.

Delay not attributable to the Successful Bidder will be considered for exclusion for the

purpose of computing liquidated damages.

Whenever the Successful Bidder is unable to complete the work and contract is cancelled,

the performance security deposit shall be forfeited and the balance work shall be got done

independently at the cost & risk of the failed Bidder. The failed Bidder shall be debarred

from participating in the Tender for executing the balance work. This responsibility of

successful implementation will be with the OEM in case the Successful Bidder fails to

Page 121: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 121 | 141

implement the project as per the timelines without any additional cost to NAAC.

The work shall be treated as sufficiently completed when the Provisional Acceptance

Certificate (PAC) have been issued for the work by the designated NAAC team & it’s

representative.

39.2 SLA for Software Application post implementation (Operation & Maintenance)

The Successful Bidder shall provide availability of the services under Critical and Non-Critical Categories

as follows:

(A) Critical: NAAC Website and Peer Team Report Submission Module

Desired uptime: 98.5% per month.

Applicable Window: 24/7

(B) Non-Critical: All other modules

Desired uptime: Should not exceed cumulative downtime of one business day (12 hours) in a quarter.

Applicable Window: 8.00 AM to 8.00 PM excluding national holidays.

Penalty for non-compliance to (a) Critical

The performance of the successful bidder shall be monitored monthly basis and penalties would be imposed for not meeting minimum service level of SLA as per the table below:

Monthly Uptime Amount of Penalty during Contract period (Warranty & Maintenance Support)

>=98.5% to 100% No penalty

>=98.0% to <98.5% 2% of Monthly Payment >=97.0% to <98.0% 5% of the Monthly Payment >=96.0% to <97.0% 10% of the Monthly Payment

>=95.0% to <96.0% 15% of the Monthly Payment and additional 0.1% of the monthly payment per hour.

Below 95%

Serving Performance Breach Letter to the Successful Bidder for

taking corrective action within a month. Failing to fixing the issue,

the Successful Bidder may be served with termination notice

followed by forfeiture of Bank Guarantee.

Page 122: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 122 | 141

Penalty for non-compliance to (b) Non-Critical Beyond permissible downtime, a penalty of 0.1% of the monthly payable will be deducted per hour.

This is subjected to the ceiling of 10% per month. If the contractor touching/exceeding the ceiling

limit beyond 2 occasions in a year will lead to Serving Performance Breach Letter by NAAC to the

Successful Bidder for taking corrective action within a month. Failing to fix the issue, the Successful

Bidder may be served with termination notice followed by forfeiture of Bank Guarantee.

General Terms of SLA

1. The Successful Bidder shall provide onsite resources as specified Annexure-2: Scope of Works.

2. If any additional software license, tools etc. required for maintaining the SLA's & uptimes, then the

same will be the responsibility of the Successful Bidder.

3. Service Levels should be complied with irrespective of the customizations that the applications

would undergo during the contract.

4. The Successful Bidder is allowed 10 hours in a quarter for scheduled maintenance on holidays with

prior approval of NAAC which shall not be considered for downtime for calculation of SLA.

39.3 Duration of Service level agreement

The service level agreement would be valid for the entire period of Term of Contract as specified in

Annexure-5.

39.4 Sub Letting Of Work

No part of the annual operation and maintenance work nor any share or interest therein shall in

any manner or degree be transferred, assigned or sublet by the contractor/bidder directly or indirectly

to any person, firm or corporation whatsoever. Subcontracting of the annual operation &

maintenance work is not permitted.

Page 123: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 123 | 141

40. ANNEXURE-25: Change Control Note

Change Control Note CCN Number:

Part A: Initiation

Title:

Originator:

Date of Initiation:

Details of Proposed Change

(To include reason for change and appropriate details/specifications)

Reason for Proposed Change

Time Period for

Implementation

Authorized by NAAC Date:

Name:

Signature:

Received by

the Bidder Date:

Name:

Signature:

Change Control Note CCN Number:

Part B : Evaluation

Comments

Brief Description of Solution:

Impact:

Deliverables:

Page 124: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 124 | 141

Timetable:

Charges for Implementation:

Other Relevant Information:

Authorized by

the Bidder Date:

Name:

Signature:

Change Control Note CCN Number :

Part C : Authority to Proceed

Implementation of this CCN as submitted in

Part A, in accordance with Part B is: (tick as

appropriate)

Approved Rejected

Requires Further Information

For Purchaser For the Bidder

Signature Signature Name Name Title Title Date Date

Page 125: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 125 | 141

F Additional Proformas

Page 126: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 126 | 141

41. ANNEXURE-26: Proforma for Performance Security Deposit for Contract Performance

Ref: Date

Bank Guarantee No.

To,

The Director,

NAAC,

Jnana Bharathi Road, Nagarbhavi,

Bengaluru -560072,

1. Against contract value vide Advance Acceptance of the Tender No.

_________________dated_______________covering_______________________(hereinafter

called the said “Contract”) entered into between the National Assessment & Accreditation

Council (herein after called NAAC) and __________________________(hereinafter called the

“Bidder”) this is to certify that at the request of the Bidder we

__________________________Bank Ltd., are holding in trust in favour of NAAC, the amount of

_________________________________(write the sum here in words) to indemnify and keep

indemnified NAAC against any loss or damage that may be caused to or suffered by NAAC

by reason of any breach by the Bidder of any of the terms and conditions of the said contract

and/or in the performance thereof. We agree that the decision of NAAC, whether any breach

of any of the terms and conditions of the said contract and/or in the performance thereof

has been committed by the Bidder and the amount of loss or damage that has been caused

or suffered by NAAC shall be final and binding on us and the amount of the said loss or

damage shall be paid by us forthwith on demand and without demur to NAAC.

2. We Bank Ltd, further agree that the guarantee herein contained shall remain in full force and

effect during the period that would be taken for satisfactory performance and fulfillment in

all respects of the said contract by the Bidder i.e. till _________hereinafter called the

said date and that if any claim accrues or arises against us___________Bank Ltd, by virtue of this

guarantee before the said date, the same shall be enforceable against us________Bank Ltd,

notwithstanding the fact that the same is enforced within six months after the said date,

provided that notice of any such claim has been given to us__________Bank Ltd, by NAAC before

the said date. Payment under this letter of guarantee shall be made promptly upon our receipt

of notice to that effect from NAAC.

Page 127: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 127 | 141

3. It is fully understood that this guarantee is effective from the date of the said contract and

that we __________ Bank Ltd, undertake not to revoke this guarantee during its currency

without the consent in writing of NAAC.

4. We undertake to pay to NAAC any money so demanded notwithstanding any dispute or disputes

raised by the Bidder in any suit or proceeding pending before any court or Tribunal relating

thereto our liability under this present bond being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment

there under and the Bidder shall have no claim against us for making such payment.

5. We____________Bank Ltd, further agree that NAAC shall have the fullest liberty, without

affecting in any manner our obligations hereunder to vary any of the terms and conditions of

the said contract or to extend time of performance by the Tendered from time to time or to

postpone for any time of from time to time any of the powers exercisable by NAAC against the

said Bidder and to forebear or enforce any of the terms and conditions relating to the said

contract and we, ___________________Bank Ltd., shall not be released from our liability under

this guarantee by reason of any such variation or extension being granted to the said Bidder or

for any forbearance by NAAC to the said Bidder or for any forbearance and or omission on the

part of NAAC or any other matter or thing whatsoever, which under the law relating to sureties,

would, but for this provision have the effect of so releasing us from our liability under this

guarantee.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

Bidder.

Date _________

Place ___

Witness _________

Signature ___________ Printed Name _________________

Page 128: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 128 | 141

G Enclosure

Page 129: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 129 | 141

42. ANNEXURE-27: Functional Requirements of the Software Solution

Functionalities of the modules:

a) SSR Module

The key purpose of Self Study Report (SSR) is to document (present information on all aspects) the

institution as per the parameters laid down by NAAC. SSR module will not only create documents but

also generate intelligent quotient /score base on the configurable bench marks and performance indices.

It should generate meaningful pre-peer team visit review reports and gap analysis to minimize

subjectivities of assessors in A&A. The system should provide the necessary views as demanded by the

Peer (assessors) team visiting the institute so as to seek evidences of furnished information in the

SSR. Other steps include HEI Registration/Profile, LoI Submission, IEQA Submission, SSR Submission,

MIS, etc.

Activities Functionalities

HEI Registration/Profile

Allow HEIs to register by providing Institution name, valid e-mail ID and System Generated Captcha.

Allow HEIs to check their eligibility to apply for A&A

System should include mobile number field while registration.

System should have mobile number verification process through OTP.

System should allow account activation process through email link.

System should have change password feature.

System should have forgot password feature.

System should introduce unique login ID feature other than email address.

System should capture the institution category as part of the registration process.

HEI Profile fields should also capture eligibility criteria related information and link to SSR on institute website

Should allow HEIs/NAAC to update the Institute Profile details in case of any change.

System to generate Password & send it to the concerned HEI to their e-mail.

LoI Submission Should allow HEIs to submit the LoI extracted from SSR* module

along with prescribed fee.

Page 130: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 130 | 141

Activities Functionalities

Ability to upload the documents in desired format online as required by NAAC.

Ability to allow HEIs to view, edit, print the details before final submission.

Should allow HEIs to make the payments online (RTGS/NEFT/Internet Banking/Credit Card/Debit Card) or offline such as DD. Scanned copy of the DD to be uploaded.

Allow DD details to be filled prior to uploading it on the website.

Should have online payment receipt generation viewable by the HEI’s.

Upon submission, system should auto generate acknowledgement e-mail and send to HEIs and Concerned Officers of NAAC.

Should allow concerned NAAC officials to view LOI after getting acknowledgement e-mail generated by the system.

Should allow NAAC to accept, reject or hold the LoI submitted by HEIs within the timeline set (15 days) by NAAC.

Should alert NAAC concerned official about the time to finish the activity/ left out time.

Should allow NAAC to communicate the acceptance/rejection status of LOI to the concerned HEIs through e-mail/SMS.

IEQA Submission

Should enable/introduce IEQA feature for applicable HEIs only after acceptance of LOI by NAAC.

System to allow HEIs to submit the IEQA within the timeline set (7 days) by NAAC.

Should allow HEIs to fill and submit the data online as per the IEQA format.

Should allow HEIs to upload the required documents online as per NAAC.

Should allow HEIs to view, edit and print the details prior to the submission.

Should allow concerned NAAC officials to view the submitted IEQA.

System to evaluate the IEQA online to check the compliance with NAAC criteria.

System to auto-generate the IEQA earned/not earned status.

Page 131: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 131 | 141

Activities Functionalities

System to auto generate IEQA submission alerts 7 days, 6 days 5 days etc. to the concerned HEIs as configurable feature.

System to send e-mail alert/SMS to the concerned HEIs regarding the IEQA earned/not earned status.

SSR Submission

Should allow HEIs to fill the SSR* details as per NAAC format before Start of LOI submission process.

Should allow HEIs to download SSR to upload on their website before Start of LOI submission process.

Should allow HEIs to fill and submit the intimation to NAAC regarding hosting of SSR on HEI website as per NAAC format before Start of LOI submission process.

Should allow HEIs to submit the SSR within 15 days from the date of acceptance of LoI/IEQA along with prescribed fee for Cycle 1.

Should allow HEIs to submit the SSR within 15 days from the date of acceptance of LoI along with prescribed fee for Cycle 2 onwards/Re-assessment.

System to auto generate SSR submission alerts 15 days, 10 days 5 days etc. to the concerned HEIs as configurable feature.

Ability to allow HEIs to view, edit and print the details before final submission.

Should allow HEIs to upload the required documents online as per NAAC.

Configuration of payment amount for different processes per institution category.

Should allow HEIs to make the payments online (RTGS/NEFT/Internet Banking/Credit Card/Debit Card) or offline such as DD. Scanned copy of the DD to be uploaded.

Allow DD details to be filled prior to uploading it on the website.

Should have online payment receipt generation viewable by the HEI’s.

Upon submission, system should auto generate acknowledgement e-mail and send to HEIs and Concerned Officers of NAAC.

Should allow concerned NAAC officials to view SSR after getting acknowledgement e-mail.

Should alert NAAC concerned official about the time to finish the activity/ left out time.

Page 132: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 132 | 141

Activities Functionalities

Online Payment Module with Payment Gateway

Ability to integrate with the third party payment gateway seamlessly.

Ability to accept and record online payments towards LoI fee, Assessment fee, Appeal fee, etc.

Should allow NAAC to make the payments to the concerned parties through payment account software and to record the same.

Online SMS & e-mail

Should have application inbuilt e-mail communication system.

Ability to integrate with the third party SMS gateway seamlessly.

Ability to send communication/alerts via e-mail & SMS with the Workflow.

MIS Ability to generate the user definable customized reports.

Ability to generate & print the reports in the desired formats.

b) Assessors Module

Assessors Master Database

Should allow faculty members to apply for becoming an Assessor and submit curriculum vitae

Should allow NAAC concerned official to create the Assessors Master and generate login IDs and passwords for approved assessors

Should allow NAAC to Add/ Update/ Block/ Unblock/ Ban/ Remove Assessors.

Should allow Assessors to create, view, edit & print their profile online as per the NAAC guidelines/policy.

Should allow Assessors to send/receive e-mail/SMS for all the communications concerned.

Peer Team Selection

Should provide search option to NAAC to select the Peer Team members from the Assessors Master as per the NAAC guidelines/selection criteria. Multiple fields search option should be provided.

Should allow NAAC Director to select the Peer Team members and record the same.

Should allow approved NAAC Official/NAAC Director to override the selection team.

Should have the feature to manage the change of Assessors.

Should have auto selection of the Peer Team by the system with a facility to override for the approved NAAC Official/NAAC Director.

Page 133: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 133 | 141

c) Assessment Module

Peer Team Visit and HEI Assessment

System to allow NAAC officials to fix the visit date in consultation with concerned HEI and by checking the availability of Assessors.

System to generate the e-mail/SMS alert about the visit schedule to the HEIs, Concerned NAAC Official and the PT members.

Should allow the selected Assessors i.e. Peer Team Members to view/download the Pre-Inspection Report (Extract of SSR as per the NAAC guidelines/policy of the HEIs to be visited) available online upon their sign-on.

System to generate NAAC Accredited HEIs details region wise (State/District/City/Location) near to HEIs to be visited.

System to allow Peer Team Members to submit the PT Report and the grade as per NAAC format.

System to allow Peer Team Members to submit the Recommendations for Improvement Areas/Gaps Identified.

Should allow Peer Team Members & HEIs to fill and submit the feedback online as per NAAC format.

Should alert NAAC concerned official about the time to finish the activity/ left out time.

The reports to be made available for NAAC to analyse the Peer Team individual performance.

System should auto-calculate KA-GPS, CR-GPS, CGPA and Grade as per configurable weightages and on the basis of PT report and grade sheet (to be approved by EC before publishing)

System to generate reports on item wise gaps in KA-GPA, CR-GPS for ease of producing Gap Analysis Checklist

d) Executive Committee Module

Executive Committee Module

Should allow EC Members to view the Peer Team reports.

Should allow NAAC to upload the HEIs Accreditation Status based on the EC decision/outcome.

System to send communication via e-mail to the concerned HEIs about the decision of EC (i.e. their Grade Point).

Page 134: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 134 | 141

e) Training & Meetings Module

Training Programmes

Should allow NAAC to set the training calendar.

System to allow all the stakeholder to view the set calendar regarding trainings/ workshops.

Ability to upload the training documents/multimedia online as required by NAAC.

Should have the feature to provide Forum, Video Conferencing and Chat to all the Stakeholders for Meeting, Conference and QnA.

Ability to send communications/alerts to HEIs, NAAC, Assessors about Training Programmes, Training Calendars, etc.

Should allow the Assessor/ participants/HEIs to register for training/conferences online.

Should allow faculties/speakers to fill online application and submit the papers for NAAC’s consent.

Should allow NAAC to make the payments to the concerned parties (internal/external) through payment account software and to record the same.

Should allow NAAC concerned official to update details of trained Assessors to Assessors Master Database.

Review & Feedback

Should allow NAAC to fill and send the feedback form online from Assessor/ participants in the Training.

System to analyse (qualitative & quantitative) the feedback online as per the criteria about the Training Feedbacks.

Basic Meeting/Conferences

The NAAC will have meeting of different committees like GC, EC, and Appeal Committee etc. The meetings are scheduled by the NAAC and notices sent to the concerned members of the committee after dates are finalized by the members. The aim to coordinate meeting by sending mails and SMS to the members. It will also have the agenda displayed online at the time of meeting and provision for MOM submission.

Page 135: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 135 | 141

f) Logistics Module

Peer Team Visit

Should allow NAAC to Add/ Update/Remove Agency details.

System should allow NAAC officials to Plan and Schedule Peer Team Visit.

System to send an e-mail/SMS about the Travel Plan of the PT visit (i.e. Schedule, Details of HEIs to be visited and Details of Pear Team Members) to the selected Agency.

Should allow Agency to send the e-ticket, hotel details and contact person details of agency to the concerned Peer Team Members including NAAC co-ordinator.

Entitlement Should allow NAAC to Add/Update entitlement details of the PT

Members.

g) Post-Accreditation

Online submission of AQAR Yearly

Should allow accredited HEIs to fill and submit the AQAR online as per the NAAC format which includes Implementation of the strategic plan over the academic calendar and compliance of the recommendations of the Peer Team.

Ability to allow HEIs to upload the documents online as required by NAAC.

Ability to allow HEIs to view, edit, print the details before final submission.

Should auto generate acknowledgement e-mail and send to HEIs and Concerned Officers of NAAC upon submission of AQAR

Ability to auto sending alert/e-mail to the HEIs regarding timely submission of AQAR with a copy to NAAC concerned officials.

Ability to track all the accredited HEIs regarding the status of AQAR submission.

System to keep tracking continuously all the accredited HEIs for alerting them (12 months prior to the expiry of NAAC accreditation) for initiating for submission of SSR for cycle-2 onwards.

Analysis & Feedback

Should support NAAC to analyse (qualitative & quantitative) the AQAR online as per the set criteria.

Should allow concerned NAAC officer to fill and send the feedback form online about AQAR to HEIs.

Page 136: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 136 | 141

IQAC Monitoring

Should Allow IQAC Members to fill and submit the periodic report (Monthly/Quarterly) as per NAAC format/guidelines.

Ability to allow IQAC members to upload the documents online as required by NAAC.

Ability to allow IQAC Members to view, edit, print the details before final submission.

Should auto generate acknowledgement e-mail and send to IQAC Members and Concerned Officers of NAAC upon submission of Periodic Reports.

Should have the ability to capture the details of IQAC members and progress of the accreditation related activities carried out by IQAC.

Should have an intelligent program manager on the backend who could answer queries and schedule and allow dialogue (by a university IQAC cell or College IQAC cell) with the relevant mentor or staff of NAAC over Hangout/Skype or Chat.

h) Appeal Management Module

Appeal process

Should allow HEIs to fill and submit the appeal intent online as per the NAAC format.

Should allow HEIs to make the payments online (RTGS/NEFT/Internet Banking/Credit Card/Debit Card) or offline such as DD. Scanned copy of the DD to be uploaded.

Ability to allow HEIs to view, edit, print the details before final submission.

Should allow Visited Peer Team Members to make remarks/comments/any changes for NAAC to analyse the appeal made by HEI.

Should allow NAAC to accept, reject or hold the Appeal submitted by HEIs.

Should allow NAAC to send communications/alerts to HEIs regarding the decision of EC i.e. No change/Change in CGPA/Grade Point/ revisit.

Should integrate with A&A module.

Page 137: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 137 | 141

i) Finance Module

General Ledger

Ability to provide a comprehensive picture for external accounting and accounts.

Ability to record all business transactions (primary postings as well as settlements from internal accounting) in a software system that is fully integrated with all the other operational areas of the company to ensure that the accounting data is always complete and accurate.

Accounts Receivable

Ability to record and manages customer accounting data via the Accounts Receivable component.

Should Connect Account Receivable directly to the General Ledger using a special reconciliation account.

Accounts Payable

Ability to record and manage the Assessment & Accreditation (A&A) fee for HEIs visit which includes A&A Fees, Peer Team member’s honorarium TA/DA, Travel Bills, etc. accounting data via the Accounts Payable component. The bills will be verified by the NAAC finance department and the online payment to be made through payment gateway.

Should connect Account Payable directly to the General Ledger using a special reconciliation account.

Fixed Assets Accounting Ability to maintain and analyses fixed assets according to

generally accepted NAAC rules.

Bank Accounting

Ability to include the management of bank master data, cash balance management (check and bill of exchange management), and the creation and processing of incoming and outgoing payments.

Should provide facility of bank accounts reconciliation with financials.

Cash Journal Accounting

Ability to manage cash transactions via Cash Journal Accounting.

Should calculate and displays the opening and closing balances and the receipts and payments totals automatically.

Tax Accounting

Should include a facility to handle India based Tax localization. The India Tax Localization includes supporting of Service Tax, Value added Tax (VAT), Purchase Tax, TCS and TDS, etc.

The Tax mechanism should support additional taxes other than the ones mentioned.

Closing Process Should support closing process of financials of application with

process automation, and reconciliation.

Page 138: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 138 | 141

Financial Statements

Ability to create the financial statements on year-end closing.

Should generate financial reports such as income statements and balance sheet based on general Ledger.

Approval Ability of having approval mechanism for the payments received

from HEIs.

MIS Reports Ability generate the user definable customized reports.

Should integrate with existing Tally for generation of customized reports using the data available with Tally.

Payment Gateway integration

Integration with external payment gateway.

j) Incident Management Module (Help desk)

Incident Management Module

Ability to integrate with Networking Monitoring System to auto-generate the ticket for the issues.

Should have the ticketing management for Assessors also.

Should have option for opening ticket manually.

Should allow to update the status and diagnostics.

Should allow to close the tickets upon resolution of the issues.

Able to classify the general & technical queries

Should auto generate acknowledgement e-mail and send to HEIs and Concerned Officers of NAAC.

k) Document Management System

Document Management System

Ability to upload the documents with the work flows.

Ability to maintain the versioning of documents.

Ability to maintain the metadata of documents.

Ability to maintain the archival of documents.

Allow the user for retrieval of documents.

Ability to maintain the indexing of documents.

Ability to maintain the documents workflow.

Page 139: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 139 | 141

The proposed DMS should have the following features:

The proposed DMS should be a pre-integrated system involving document management system,

storage and archival system. The system should have the modules of having following modules

in the suite: Document Management, Record Management, Archival, Imaging & Information

Rights Management

The proposed system should allow document/image capturing and indexing from multiple zones

and should be able to send to a centralized repository

The system to provide the standard file hierarchy structure of folders and sub-folders to allow

users and groups of users to manage and organize their documents. State any limitations to the

number of folder, subfolder levels.

The interface to allow users creation, editing and management of virtual or compound

documents. The system to provide the features to link any type/ format of documents while

providing capabilities to automatically update the version of the linked document whenever the

original is updated

Proposed DMS should be a web based application

The web interface to provide multiple views of the content and allow users to access/modify

folders based on their access rights and permissions. The proposed system should be able to

restrict the users to access documents/images based on their pre-defined rights & privileges.

The proposed system should allow the users to add attributes/metadata to the images

Should have robust multi-layered security to limit access at user level, system level and file level

Should be integrated with industry standard relational database and should identify and retrieve

the archived files as per the user defined fields/ meta-tags.

Should support industry standard file formats like JPEG, PDF, TIFF etc.

Should support other files such as DOC, XLS, PPT etc.

Should provide an audit trail with user, date and time details and should record when and which

documents were accessed by which user id.

Should be based on open standards

Should have a structured filing mechanism

Should have ability to collate multiple scanned documents

Provision for automatic creation of full text (OCR) index using the contents of the document.

Provision for web browser based search and retrieval.

System to allow the user to search and find documents based on any of the associated

metadata, such as document type, author, title, location, active/inactive status, date created etc

Ability to sort the search results on various criteria.

Context around the search term from the actual document with highlighting should be possible.

System should provide capability to search within so that users can narrow down the search

Interface for managing the entire lifecycle of content management, starting from its creation to

its disposition

Page 140: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 140 | 141

l) Analytics, Dashboard & Reporting

Analytics, Dashboard & Reporting

Should be able to create various Management dashboards.

Should be able to generate certain transactional reports.

Should be able to design and provide applications for formatted reporting, ad hoc queries, interactive analyses, information dashboards, and information broadcasting.

Based on roles, users should be able to design, deploy, and execute queries, formatted reports.

Based on roles, users should be able to design and interact with Excel-based business intelligence applications and workbooks.

Based on roles, users should be able to analyse ad hoc queries and create views of information from various data sources.

The reports should be available for time frames like weekly / daily / monthly / yearly.

The reports should be available in MS Excel or Web (Internet Explorer).

The report data must support the feature of being exported to Excel.

The reporting feature should support drill down (across reports/within reports), filter & sorting.

The report should support the viewing of numbers / graphs or both on a single display.

Should provide for calculations, filters and exceptions during reporting.

The reports should be available to users at any time.

Should support the feature of delivering the reports to the online users through email, portal, and report server.

The report should be broadcasted / sent on e-mails.

The reports to be made available for analysis of historical & consolidated data across systems.

Should support visualization of geographic (location based) data on maps

e-Assessor Past knowledge based and rule based advisor and evaluator.

e-Assessment & Accreditation System should have the ability to generate the summary report

based on performance indicators /key parameters (at present 196 parameters which may vary) as per NAAC

Page 141: Request for Tender National Assessment and Accreditation Council

RFT for Implementation of Software Solution for NAAC Processes P a g e 141 | 141

requirements/guidelines from the last five years reports of SSR, AQAR , IQAC and Gap Analysis. The system should be intelligent to generate a report that would help NAAC in reduce subsequent accreditation evaluation efforts in terms of reducing the Peer Team Size and Evaluation time.

E-Assessment module should have the ability to read the submitted AQARs along with Gap analysis of last accreditation and comprehend to give the comprehensive assessment report as per NAAC requirements.

m) Solution should provide User Definable Dynamic Dashboard and Analytical tool as part of the

business intelligence solution offering to provide the intelligent analytical information as required

by the Department.

n) Whenever there is a legal or localization change related to taxes, the application vendor should

be able to provide solutions with effective date and without taking much effort on testing.

o) Solution should be scalable to provide full integration across modules so that enterprise wide

information sharing is made easier and automatic by tight integration across different

departmental functions.

p) Solution should have the ability to allow NAAC to alter performance and evaluation parameters,

indicators and criteria, etc. easily from time to time.