Post on 03-Jun-2020
SELECTION OF CONSULTANT
REQUEST FOR PROPOSAL
“Marketing Agency for Advocacy and Awareness of the FutureSkills B-2-C platform (FS
Prime)”
Reference Number: FS PRIME/19-20/060420
Issued by:
NASSCOM Plot No - 7 to 10,
Sector 126, Noida - 201303, UP
Table of Contents
A. General Provisions .............................................................................................................................. 3
1. Definitions ............................................................................................................................................ 3
2. Introduction ......................................................................................................................................... 4
3. Conflict of Interest .............................................................................................................................. 4
4. Corrupt and Fraudulent Practices .................................................................................................... 4
B. Preparation of Proposals .................................................................................................................... 6
5. General Considerations ...................................................................................................................... 6
6. Cost of Preparation of Proposal ........................................................................................................ 6
7. Language .............................................................................................................................................. 6
8. Documents Comprising the Proposal ................................................................................................ 6
9. Proposal Validity ................................................................................................................................. 6
10. Clarification and Amendment of RFP .......................................................................................... 7
11. Technical Proposal Format and Content ...................................................................................... 7
12. Financial Proposal .......................................................................................................................... 7
C. Submission, Opening and Evaluation ............................................................................................... 8
13. Submission, Sealing, and Marking of Proposals .......................................................................... 8
14. Confidentiality ................................................................................................................................. 9
15. Evaluation of Proposal.................................................................................................................... 9
16. Award of Contract ........................................................................................................................ 14
17. Documents ..................................................................................................................................... 14
Annexure B – Terms of Reference for Development of Detailed Design of NASSCOM FutureSkills
B-2-C Platform .......................................................................................................................................... 23
A. General Provisions
1. Definitions
(a) “Affiliate(s)” means an individual or an entity that directly or indirectly controls, is controlled
by, or is under common control with the Consultant.
(b) “Applicable Guidelines” means the policies of NASSCOM governing the selection and Contract
award process as set forth in this RFP.
(c) “Applicable Law” means the laws and any other instruments having the force of law in the
Client’s country, or in such other country as may be specifically described as part of this
agreement.
(d) “Client” means IT/ ITeS Sector Skills Council NASSCOM that shall sign the Contract for the
Services with the selected Consultant.
(e) “Consultant” means a legally-established professional consulting firm or an entity that intends
to provide Services to the Client and is submitting its proposal as part of the instant RFP.
(f) “Contract” means a legally binding written agreement signed between the Client and the
Consultant.
(g) “Day” means a calendar day.
(h) “Experts” means, collectively, Key Experts, Non-Key Experts, or any other personnel of the
Consultant, Sub-consultant or Joint Venture member(s).
(i) “Government” means the government of the Client’s country.
(j) “Joint Venture (JV)” means an association with or without a legal personality distinct from that
of its members, of more than one Consultant where one member has the authority to conduct all
business for and on behalf of any and all the members of the JV, and where the members of the
JV are jointly and severally liable to the Client for the performance of the Contract.
(k) “Key Expert(s)” means an individual professional whose skills, qualifications, knowledge and
experience are critical to the performance of the Services under the Contract and whose CV is
taken into account in the technical evaluation of the Consultant’s proposal.
(l) “Non-Key Expert(s)” means an individual professional provided by the Consultant or its Sub-
consultant and who is assigned to perform the Services or any part thereof under the Contract
and whose CVs are not evaluated individually.
(m) “Proposal” means the Technical Proposal and the Financial Proposal of the Consultant.
(n) “Services” means the work to be performed by the Consultant pursuant to the Contract.
(o) “Sub-consultant” means an entity to whom the Consultant intends to subcontract any part of the
Services while remaining responsible to the Client during the performance of the Contract.
2. Introduction
2.1. The Client intends to select a Consultant, in accordance with the ‘Terms of Reference’ as specified
at ‘Annexure B’ of this document.
2.2. The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal,
for consulting services required for the assignment and selectin of Marketing Agency for
Advocacy and Awareness of the FutureSkills B-2-C platform (FS Prime) The Proposal will be
the basis for negotiating and ultimately signing the Contract with the selected Consultant.
2.3. The Client will timely provide, at no cost to the Consultants, the inputs, relevant project data, and
reports required for the preparation of the Consultant’s Proposal
2.4. A firm will be selected under Quality and Cost Based Selection (QCBS) procedures and in Full
Technical Proposal format as described in this RFP, in accordance with the policies of the client.
3. Conflict of Interest
3.1. The Consultant is required to provide professional, objective, and impartial advice, at all times
holding the Client’s interests paramount, strictly avoiding conflicts with other assignments or its
own corporate interests, and acting without any consideration for future work.
3.2. The Consultant has an obligation to disclose to the Client any situation of actual or potential conflict
that impacts its capacity to serve the best interest of its Client. Failure to disclose such situations
may lead to the disqualification of the Consultant or the termination of its Contract and/or sanctions
by the client.
3.3. Without limitation on the generality of the foregoing, the Consultant shall not be hired under the
circumstances set forth below:
i. Conflict among consulting assignments: A Consultant (including its Experts and Sub-
consultants) or any of its Affiliates shall not be hired for any assignment that, by its nature,
may be in conflict with another assignment of the Consultant for the same or for another Client.
ii. Relationship with the Client’s staff: A Consultant (including its Experts and Sub-consultants)
that has a close business or family relationship with a professional staff of the of the Client
who are directly or indirectly involved in any part of (i) the preparation of the Terms of
Reference for the assignment, (ii) the selection process for the Contract, or (iii) the supervision
of the Contract, may not be awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to the client throughout the selection
process and the execution of the Contract.
4. Corrupt and Fraudulent Practices
4.1. The client requires that no fraudulent or corrupt means shall be used by the consultant in order to
get the award of work.
4.2. The Consultant shall permit and shall cause its agents, experts, sub-consultants, sub-contractors,
services providers, or suppliers to permit the client to inspect all accounts, records, and other
documents relating to the submission of the Proposal and contract performance (in case of an
award), and to have them audited by external auditors, if needed.
B. Preparation of Proposals
5. General Considerations
5.1. Bidders are advised to study all instructions, forms, terms, requirements and other information in
the RFP document carefully. Submission of the bid shall be deemed to have been done after careful
study and examination of the RFP document with full understanding of its implications;
5.2. Response to this RFP should be full and complete in all respects. Failure to furnish all information
required by the RFP documents or submission of a proposal not substantially responsive to the RFP
documents in every respect will be at the Bidder's risk and may result in rejection of its Proposal.
6. Cost of Preparation of Proposal
6.1. The consultant is responsible for all costs incurred in connection with participation in this process,
including, but not limited to, costs incurred in conduct of informative and other diligence activities,
participation in meetings/discussions/presentations, preparation of proposal, in providing any
additional information required by the client to facilitate the evaluation process, and in negotiating
a definitive ‘Contract’/Agreement’ or all such activities related to the bid process. The client would
not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding
process;
6.2. The Client is not bound to accept any proposal, and reserves the right to annul the selection process
at any time prior to Contract award, without thereby incurring any liability to the Consultant.
7. Language
7.1. The Proposal, as well as all correspondence and documents relating to the Proposal exchanged
between the Consultant and the Client shall be written in English Language.
8. Documents Comprising the Proposal
8.1. The Proposal shall comprise the documents and forms listed in the Data Sheet.
8.2. If specified in the Data Sheet, the Consultant shall include a statement of an undertaking of the
Consultant to observe, in competing for and executing a contract, the Client country’s laws against
fraud and corruption (including bribery).
8.3. The Consultant shall furnish information on commissions, gratuities, and fees, if any, paid or to be
paid to agents or any other party relating to this Proposal and, if awarded, Contract execution, as
requested in the Financial Proposal Submission Form 6 placed at Annexure-A to this RFP.
8.4. All materials submitted by the consultant shall become the property of the client and may be
returned at the client’s sole discretion.
9. Proposal Validity
9.1. The Consultant’s Proposal must remain valid for 120 days after the Proposal submission deadline.
9.2. During this period, the Consultant shall maintain its original Proposal without any change,
including the availability of the Key Experts, the proposed rates and the total price.
9.3. If it is established that any Key Expert nominated in the Consultant’s Proposal was not available at
the time of Proposal submission or was included in the Proposal without his/her confirmation, such
Proposal shall be disqualified and rejected for further evaluation.
9.4. The Client will make its best effort to complete the negotiations within the proposal’s validity
period. However, should the need arise, the Client may request, in writing, all Consultants who
submitted Proposals prior to the submission deadline to extend the Proposals’ validity.
9.5. If the Consultant agrees to extend the validity of its Proposal, it shall be done without any change
in the original Proposal and with the confirmation of the availability of the Key Experts.
9.6. The Consultant has the right to refuse to extend the validity of its Proposal in which case such
Proposal will not be further evaluated.
10. Clarification and Amendment of RFP
10.1. The Consultant may request a clarification of any part of the RFP during the period before between
beginning from the date of publishing of this RFP till the Proposals’ submission deadline. Any
request for clarification must be sent in writing, or by standard electronic means, to the Client’s
address as indicated at Clause 13.9. The Client will respond in writing, or by standard electronic
means, and will send written copies of the response (including an explanation of the query but
without identifying its source) to all shortlisted Consultants. Should the Client deem it necessary
to amend the RFP as a result of a clarification, it shall do so at any time before the proposal
submission deadline, the Client may amend the RFP by issuing an amendment in writing or by
standard electronic means.
10.2. If the amendment is substantial, the Client may extend the proposal submission deadline to give
the shortlisted Consultants reasonable time to take an amendment into account in their Proposals.
10.3. The Consultant may submit a modified Proposal or a modification to any part of it at any time prior
to the proposal submission deadline. No modifications to the Technical or Financial Proposal shall
be accepted after the deadline.
11. Technical Proposal Format and Content
11.1. The Technical Proposal shall not include any financial information. A Technical Proposal
containing material financial information shall be declared non-responsive.
11.2. Consultant shall not propose alternative Key Experts. Only one CV shall be submitted for each Key
Expert position. Failure to comply with this requirement will make the Proposal non-responsive.
11.3. The technical proposal shall be made as per standard formats provided at Forms 2-5 placed at
Annexure-A to this RFP.
12. Financial Proposal
12.1. The Financial Proposal shall be prepared using the Standard Forms provided at Form 6 in
Annexure-A. It shall list all costs associated with the assignment, including (a) remuneration for
Key Experts and Non-Key Experts, (b) reimbursable expenses
12.2. The Consultant and its Sub-consultants and Experts are responsible for meeting all tax liabilities
arising out of the Contract unless stated otherwise.
C. Submission, Opening and Evaluation
13. Submission, Sealing, and Marking of Proposals
13.1. The Consultant shall submit a signed and complete Proposal comprising the documents and forms
in accordance with Paragraphs 8,11 and 12. The submission can be done by mail or by hand in two
(2) printed copies and a non-rewritable CD as a single file in PDF format media in a separate sealed
envelope.
13.2. An authorized representative of the Consultant shall sign the original submission letters in the
required format for both the Technical Proposal and, if applicable, the Financial Proposal and shall
initial all pages of both. The authorization shall be in the form of a written power of attorney
attached to the Technical Proposal.
13.3. A Proposal submitted by a Joint Venture shall be signed by all members so as to be legally binding
on all members, or by an authorized representative who has a written power of attorney signed by
each member’s authorized representative.
13.4. Any modifications, revisions, interlineations, erasures, or overwriting shall be valid only if they are
signed or initialled by the person signing the Proposal.
13.5. The original and all the copies of the Technical Proposal shall be mailed in a password protected
pdf clearly marked “Marketing Agency for Advocacy and Awareness of the FutureSkills B-2-
C platform (FS Prime)”, reference number, name and address of the Consultant, and with a
warning “DO NOT OPEN UNTIL [INSERT THE DATE AND THE TIME OF THE TECHNICAL
PROPOSAL SUBMISSION DEADLINE].” The technical proposal should not contain any pricing
information whatsoever on the services offered. Pricing information shall be separated and only
contained in the Financial Proposal.
13.6. The original Financial Proposal shall be separately mailed in a password protected pdf clearly
marked “FINANCIAL PROPOSAL” followed by the name of the assignment, reference number,
name and address of the Consultant, and with a warning “DO NOT OPEN WITH THE
TECHNICAL PROPOSAL.”
13.7. The technical with the mentioned13.5 making shall be sent by email to Anjana@nasscom.in. The
proposal should be PDF format and password protected. The password should also be shared along
with proposal.
13.8. The Financial proposal with the mentioned 13.5 shall be sent by email to Puneet@nasscom.in. The
proposal should be pdf format and password protected. Password should not be shared with the
proposal. Password to be shared only when requested.
13.9. The Proposal or its modifications must be sent to the following address and received by no later
than 29th April 2020, or any extension to this deadline. Any Proposal or its modification received
by the Client after the deadline shall be declared late and rejected, and promptly returned unopened.
Address:
To,
Anjana Khanduri
SSC NASSCOM
Email: anjana@nasscom.in
Website: www.sscnasscom.com
14. Confidentiality
14.1. From the time the Proposals are opened to the time the Contract is awarded, the Consultant should
not contact the Client on any matter related to its Technical and/or Financial Proposal. Information
relating to the evaluation of Proposals and award recommendations shall not be disclosed to the
Consultants who submitted the Proposals or to any other party not officially concerned with the
process, until the publication of the Contract award information.
14.2. Any attempt by shortlisted Consultants or anyone on behalf of the Consultant to influence
improperly the Client in the evaluation of the Proposals or Contract award decisions may result in
immediate rejection of its Proposal.
15. Evaluation of Proposal
15.1. The Consultant is not permitted to alter or modify its Proposal in any way after the proposal
submission deadline. While evaluating the Proposals, the Client will conduct the evaluation solely
on the basis of the submitted Technical and Financial Proposals.
15.2. The client shall constitute a Proposal Evaluation Committee/ Research Project Board (comprising
its own officials/Industry Partners) to open and evaluate the responses of the bidders to the RFP.
15.3. The Client may require the shortlisted consultants to make a presentation to the Proposal
Evaluation Committee (‘committee’).
15.4. Evaluation Process
The committee constituted by the client shall evaluate the responses to the RFP and all
supporting documents / documentary evidence. The decision of the committee in the evaluation
of responses to the Proposal /Expression of Interest with respect to the RFP shall be final. No
correspondence will be entertained outside the process of negotiation/ discussion with the
Committee;
To assist in the examination, evaluation and comparison of Proposals, the client may at its
discretion, ask the Bidder for clarification of its Proposal;
The client will examine the Proposal to determine whether it is complete, whether any
computational errors have been made, whether the documents have been properly signed, and
whether the Proposal is generally in order;
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 the Bidder does not accept the
correction of errors, its Proposal will be rejected;
Prior to the detailed evaluation, the client would determine the substantial responsiveness of
each Proposal to the Request for Proposals (RFP). For purposes of this RFP, a substantially
responsive Proposal is one which conforms to all the terms and conditions of the RFP without
material deviations. The client’s determination of a Proposal’s responsiveness is based on the
contents of the Proposal itself without recourse to extrinsic evidence;
Proposal determined as not substantially responsive will be rejected by the client and may not
subsequently be made responsive by the Bidder by correction of the non-conformity
15.5. Bid Evaluation and Selection Process
15.5.1. Overall evaluation of the bids will be done in two stages namely Technical and Financial
evaluation based on Quality & Cost Based Selection (QCBS). Only at the end, the short-
listed bidders may be informed of the result and called for a presentation and the
subsequent final selection. The final awarding of the contract will be done based on a
QCBS procedure.
15.5.2. After the bidders submit their Technical and Commercial bids according to the instructions
provided in the sections below, the bids will be evaluated through a two-stage process as
described below:
a) Technical Evaluation (70% weightage): Phase I qualifier
b) Commercial Evaluation (30% weightage): Phase II post shortlisting in Phase I -
Calculation of Final Score (Phase I + II Score)
15.5.3. Technical Evaluation
Eligibility Criteria:
S.No Criteria Heads Parameter Supporting Documents
1 Revenue Greater than 20 Cr Audited Balanced sheet
2 Profitability Profitable for last 5 years Audited P&L Statements
4 References 3 years from similar projects Project references
5 Full Time Employees Greater than 50 Self-certificate from authorized
signatory
As the first step, the Technical bid will be evaluated based on the “Technical Evaluation Methodology”
provided below. Only those Technical Proposals that qualify will be considered. Each bidder must score at
least 70 Points out of maximum 100 Points as per table below to qualify the Technical Evaluation round.
S. No. Technical Proposal Evaluation Parameters Max
Score
Supporting Documents
A Similar Previous Experience 45
A-1 Experience in Branding and Marketing Strategy
The Bidder should have prior experience of working with
public-private partnerships for providing its services like
communication strategy/ PR/ brand promotion/
multimedia design services/ developing professional
creative/ visual imagery for marquee Events,
government schemes as well as brands of repute and.
Proven track record of outcome-based marketing:
Enhance brand and User base by:
Creating new demand, capturing captive demand,
retaining, engaging and amplifying Demand. Please
provide impact metrics
The eligible assignments will be evaluated qualitatively.
Each eligible assignment: 5 Marks
Maximum of 15 marks
15 Letter of award/
certificate from the client
showing the time period
and contract value
A-2 Details of Campaign Design
The bidder should have Experience of handling
campaigns using tools other than mainstream media, for
private-public projects in the social sector such as
education, health, nutrition etc that require large
outreach and change in mindsets.
Each eligible assignment on the basis of quality and
relevance: 5 Marks
Maximum of 15 Marks
15 Letter of award/
certificate from the client
Showing the time period; The
agencies the share maximum of 2
campaigns for consideration.
A-3 Innovative methods using influencer strategy and
network effects to drive adoption.
15
B Manpower Capability 10
B-1 Project team structure, profile and governance process 10 Short profiles of team members
C Technical Presentation 45
C-1 Understanding of the brief and strategy overview to
achieve the same
15
C-2 Detailed explanation of the proposed solution including
key factors, critical to success
15
C-3 Unique areas of expertise
10
C-4 Marketing technology stack e.g. Marketing Automation
Platform, Website CMS platform or any other relevant
technology tool
5
Total 100
15.5.4. Financial Evaluation
Financial Proposals, only for shortlisted bidders who’s Technical Proposals qualify will be
considered. Financial Proposals of the bidders whose proposals were not shortlisted will be
returned.
Of the Commercial proposals opened, the lowest “Project-Cost” will be designated as “L1”
and awarded a score of 100. For the other qualifying bidders, their Commercial-Score will be
calculated according to the formula: Commercial-Score = (Project-Cost of “L1”) / (Project-
Cost of Bidder) *100
15.5.5. Calculation of Final Score
The “Final-Score” of each qualifying bidder will be calculated as indicated below.
Final-Score = 0.7*(Technical-Score) + 0.3*(Commercial-Score)
The consultant with the highest score would be awarded the contract. In case of a tie, the
consultant with a higher technical score would be shortlisted.
15.5.6. Proposed Timelines for selection process
Bidders may be invited for presentations and/or team interviews as part of the evaluation
process. Details will be provided at a later date. Following are the proposed timelines for the
entire process of selection:
Event Target Date
RFP issued / published on the website 14th April 2020
Last Date of queries on RFP 20th April 2020
Last date of submission of proposal with solicited documents 29th April 2020
Shortlist bidders basis their ‘Technical’ evaluation 6th May2020
Selection of the finalist basis their ‘Technical’ and ‘Financial’
evaluation 9th May 2020
Award of contract to the finalist by SSC NASSCOM After approval of the client’s
Funding Partner
Commencement of implementation of project post the
signing of the ‘Agreement’
Within a week after award of
contract
16. Award of Contract
16.1. Criteria for award of contract
The client reserves the right to accept or reject any Proposal and to annul the solicitation process
and reject all Proposals at any time prior to award of contract, without thereby incurring any liability
to the affected consultant or any obligation to inform the affected consultant(s) of the grounds for
the client’s action prior to expiration of the period of proposal validity. The client would award the
contract to the qualified consultant whose Proposal after being evaluated is considered to be the
most responsive to the needs of the organization and activity concerned.
16.2. Client’s right to vary requirements at time of award
The client reserves the right at the time of award of contract to vary the quantity of services and
goods specified in the RFP without any change in price or other terms and conditions on grounds
of mutual consensus.
16.3. Signing of the contract
Within 2 days of receipt of the contract the successful Bidder shall sign and date the contract and
return it to the Client.
The selected Bidder/ Proposer/ Consultant will be notified in writing by the client. As noted earlier
in this document, this date is subject to change at the sole discretion of the client. The signing of a
Contract/Agreement between the client and the Bidder/Proposer/Consultant is subject to the
approval of the client’s Funding Partner.
16.4. Contract Finalization
The Contract/Agreement to be entered into between the selected vendor and client would be
finalized with the Bidder/Proposer/Consultant by the client and will contain client standard terms
and conditions. If, in the opinion of the client, it appears that a contract will not be finalized with
the selected Bidder/Proposer/Consultant within three (3) days, negotiations with other
Bidder/Proposer/Consultant submitting responsive proposals may be undertaken.
17. Documents
The following set of documents needs to be submitted to qualify for the evaluation process.
These documents are:
Annexure A
Form 1: Covering letter with the Proposal in response to this RFP ;
Form 2: Technical Response
Form 3: Approach, Methodology, and Work Plan;
Form 4: Commercial bid format;
The formats for each of the above documents are included below. Bidder/Proposer/Consultant need’s to
submit the all the above documents with the proposed solutions for the problem statements and scope of
work mentioned in this RFP.
Form 1: Covering letter with the Proposal in response to RFP notice
(To be submitted on the Letterhead of the responding firm)
{Place}
{Date}
To
CEO,
SSC NASSCOM
NOIDA
Ref: RFP Notification no <xxxx> dated <dd/mm/yy>
Subject: Submission of proposal in response to the RFP for “Marketing Agency for Advocacy and
Awareness of the FutureSkills B-2-C platform (FS Prime)”
Dear Sir,
1. Having examined the RFP document, we, the undersigned, herewith submit our proposal in
response to your RFP dated <dd/mm/yy> for w.r.t. the subject concerned in full conformity with
the said RFP document.
2. We attach our technical response and our commercial quotation; the technical response as a
softcopy and the commercial response in a separate sealed cover as requested, both of which
together constitutes our proposal, in full conformity with the said RFP.
3. We undertake, if our proposal is accepted, to adhere to assign a team towards the successful
completion of this project.
4. We have read the provisions of RFP and confirm that these are acceptable to us. We further declare
that additional conditions, variations, deviations, if any, found in our proposal shall not be given
effect to.
5. We undertake, if our proposal is accepted, to adhere to the scope of engagement or such a modified
plan as may subsequently be mutually agreed between us and SSC NASSCOM or its appointed
representatives.
6. We agree to unconditionally accept all the terms and conditions set out in the RFP document.
7. We affirm that the information contained in this proposal or any part thereof, including its exhibits,
schedules, and other documents and instruments delivered or to be delivered to through this
proposal is true, accurate, and complete.
8. This proposal includes all information necessary to ensure that the statements therein do not in
whole or in part mislead the SSC NASSCOM/NASSCOM as to any material fact. We agree that
SSC NASSCOM is not bound to accept the lowest or any bid response you may receive. We also
agree that you reserve the right in absolute sense to reject all or any of the products/ services
specified in the bid response without assigning any reason whatsoever.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents, which
may be required in this connection.
Dated this Day of 2020
(Signature) (In the capacity of)
Duly authorized to sign the Bid Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Form 1: Details of responding organization Bidder/Proposer/Consultant
S. No. Particulars Details to be furnished
1. Details of responding Company
Name
Address
Telephone Fax
E-mail - Website
2. Information about responding Company
Status of Company (Public Ltd. / Pvt. Ltd etc.)
Details of Registration (Ref e.g. ROC Ref #) Date
Ref #
Details of GST Registration
Date
Ref #
2.1 Number of professionals / technically
qualified personnel (on the rolls of the
Company as on Marc 1st, 2020) providing
technical consulting services (excluding
temporary staff)
2.2 Profit in last three(3) financial Years (FY 17-
18, 18-19, FY 19-20) as revealed by Audited
Accounts/ certified balance sheet
3. Company Profile (Operations in India)
3.1 Average turnover from Indian Operations
from consulting services in last 3 years
(Turnover in Rs Crores)
3.2 Full-time professional staff engaged for
various projects
( Number of Staff)
3.4 Extent of operations in India (national spread)
i.e. number of offices in India (client specific
/ project specific offices should not be taken
into account)
( Number of Offices in
different cities/towns
and their address)
3.5 Number of customers served
3.6 Primary markets served
3.7 Marketing services you offer as an agency
3.8 Marketing services you sub-contract
Form 2: Technical Response
Part A Similar Previous Experience
A-1: Experience in Branding and Marketing Strategy
Project Profile Template
Please describe your prior experience briefly in the template provided below. Th profile for each project
must be provided in less than 1 page.
SNo Item Details
1 Project title
2 Name of the Client
3 Name of the contact person from the client organization
who can act as a reference with contact details:
Name
Designation
Address
Phone Number
Mobile Number
Email ID
4 Duration (Start Date and End Date)
5 Current Status
6 Number of personnel deployed (Peak team size)
7 Value of the engagement
8 Key objectives of the project and the challenge to be
addressed
9 Description of actual services provided and their relevance
for the project that is the subject of this RFP
10 Any relevant media optimization strategies adopted that
may have resulted in a significant cost saving (media) for
the client
11 Key outcomes achieved as a result of the services provided
along with client testimonial.
A-2: Details of campaign design
For the projects described above, describe the tools and techniques used to have large scale outreach as
well as affecting mindset change. Please limit your response to 300 words for each.
A-3: Innovative methods using influencer strategy and network effects to drive adoption
The current project will have limited media budgets but will have access to a vast network of influencers
from NASSCOM member firms, MEITY and through MEITY, other government departments and
entities. Please give examples of innovative techniques you have used to drive adoption using network
effects. The projects can be different from the ones provided above. Please limit your response to 200
words for each.
Part B: Manpower Capability
B-1: Please provide the project team structure along with profiles of resources deployed. Please outline
the governance structure you will deploy to ensure project deliverables and timelines are being met.
Share the project team (member profiles) that will work on this project.
Form and share a Governance structure to ensure deliverables and timelines are being met.
Thought leadership the agency possesses along with how they would be involved in project and
add value
Create best case scenarios for desired media spends to achieve goals, while also showcasing optimal
achievements at proportionate media budgets. You may create an optimal scenario at ‘X’ amount,
while representing expected goals at 0.5X or 0.75X
Please share a risk overview and a mitigation plan that may impact achievement of the set objectives
Part C: Technical Presentation
C-1: Understanding of the brief and strategy overview
C-2: Detailed explanation of the proposed solution including key factors, critical to success.
C-3: Unique areas of expertise
C-4: Marketing technology stack
Form 3: Approach, Methodology and Work Plan
1. Approach and Methodology
The Bidder/Proposer/Consultant’s firm needs to submit a step-by-step implementation methodology and
project plan, which depicts the firm’s approach to fulfill the scope of the work envisaged in the assignment.
This should, inter alia, cover the timelines for the various activities, clarity in meeting the objectives and
methodology, objectivity in plans, quality of resources proposed to be deployed during implementation, the
deliverables envisaged in various parts and the control and evaluation mechanism suggested.
Bidder/Proposer/Consultant firm must showcase any value addition, innovation, or technology
advancement/integration that it proposes and feels will help SSC NASSCOM to have both tangible and
intangible benefits from implementing the assignment. Further, for approach and methodology, the
consultant would seek inputs from SSC NASSCOM/NASSCOM after selection and bidder should be open
to adopt and accommodate changes accordingly.
2. Work Plan
In this section the responding Company should propose the main activities of the assignment, their content
and duration, phasing and interrelations including resource planning to be deployed and delivery dates. The
proposed work plan should be consistent with the approach and methodology, showing understanding of
the scope of services, deliverables as given in scope of work and ability to translate them into a feasible
working plan. The work plan should be consistent with the Work Schedule.
The responding form is to describe the work schedule for different tasks which the responding Company
plans to start and accomplish as part of the project.
The work schedule should reflect how and by when the responding Company/ Bidder/Proposer/Consultant
is expected to complete the assignment for each of the components, as per the major deliverable in the scope
of work of the Vendor as mentioned in the RFP subject to revision for a joint work plan after selection of
consultant.
Form 4: Financial Bid format
(To be submitted by the bidder as per the format given below in a separate email)
S No Value in Rupees Taxes and
other charges
Total value in Rupees
Total amount (in words):
Please provide the expected payment schedule
Annexure B – Terms of Reference Marketing Agency for Advocacy and Awareness of the
FutureSkills B-2-C platform (FS Prime)”Background
BACKGROUND
Digital disruption is a global phenomenon impacting nations and businesses thereof. Practically all
industries and governments are seized of the challenge this disruption will cause and how it will impact
the competitiveness of nations. An essential ingredient to meeting this challenge head-on is the
availability of talent. The India IT industry recognized the importance of matching the talent demand-
supply gap and launched FutureSkills, a industry driven learning eco-system for its members, under the
aegis of NASSCOM, 2 years ago. Seeing the success of the initiative, the government of India, through
MEITY, approached NASSCOM and proposed a partnership to create a learning ecosystem for the
emerging technologies for the citizens of India. Thus was born FutureSkills Prime.
The partnership between MEITY and NASSCOM is the first of its kind where an industry association and
a government ministry are creating a product. NASSCOM is a not-for-profit body and the objective of
FutureSkills Prime is rooted in skilling and employability. The initiative is therefore one of immense
national importance and prestige because the reach of FutureSkills Prime, the B2C avatar of the
FutureSkills brand is expected to cut across industries and sectors.
The IT industry in India continues to be a net hirer with talent acquisition across sectors. Technology is
no longer an issue relevant only to companies in certain industries. With each passing year, technology
has become a crucial driver behind the dominant forces that are shaping the domestic and global
economy, and it has become more and more embedded into the fabric of business in every sector. Driven
by the adoption of digital technology, the total addressable market for technology would continue to rise
exponentially.
Impact of new and emerging technologies - Jobless Future is a myth, but re-skilling/ up- skilling is
the need of the hour
At present, the job scenario in Indian IT Industry is undergoing a transformation due to adoption of
automation and emergence of newer technologies (including disruptive technologies). Due to this, new
job roles requiring different skill-sets are appearing and earlier jobs, based on older skillsets are losing
their relevance.
The total employee base of the IT-BPM Industry in India (as on FY 2016-2017) is around 3.9 million1.
However, due to growing automation, emergence of disruptive as well as new technologies, etc, about
30% of the existing workforce would require re-skilling/ up-skilling to stay relevant and about 50-60% of
the workforce would require re-skilling/ up-skilling on continual basis. Hence, the Government, IT
Industry and the Academia needs to join hands together to create an eco-system for re-skilling/ up-skilling
of the employees of IT Industry so as to retain the edge that India has in the IT sector through its young &
dynamic workforce.
FutureSkills Prime: Aggregator of Aggregators Framework
It will be challenging to create/maintain physical training infrastructure to match the emerging technical
requirements due to the high rate of technological obsolescence coupled with faster peaking of newer
technologies appearing on the horizon, practically within about 6-12 months’ time. Also keeping in view
that the working professionals may have difficulty to attend regular class-room based training programs,
hence, offering them with an additional choice of on-line platforms for learning with multiple skilling
options would be a better choice to encourage anytime, any-where, self-paced learning for acquiring
newer and industry relevant skill-sets.
In such a scenario, an aggregator streamlines the processes, making it easier for consumers to save on
search time and overall efforts. Aggregators also have the benefit of expanded catalogues, resulting in
diversification and enabling a wider reach. They have the advantage of simplicity and breadth to attract
more users and potentially pull traffic from the individual sources themselves, also resulting in decreased
costs and reduced mobilisation risks.
Taking a cue from the benefits that an aggregator model brings with it, a framework for re- skilling/ up-
skilling IT professionals was perceived as a first-of-its-kind proposition that takes into account synergy
and collaborations between industry, academia and the government in the true spirit of a ‘Team India’
model, with the government acting as a facilitator/ enabler. The program aims “to create a re-skilling/ up-
skilling ecosystem in emerging and futuristic technologies to facilitate continuous skill as well as
knowledge enhancement of the IT
Professionals in line with their aspirations and aptitude in a self-paced digital skill environment." With
increasing inclusivity/pervasiveness of IT & Electronics across all sectors, separate entities are
converging and newer job-roles are emerging. Thus, on-boarding specific skill-sets/ job roles from other
verticals, such as Fintech, healthcare etc., requires cross pollination with IT. The program, by way of its
unique offerings, would cater to this new breed of hybrid professionals who are specialists in their domain
and also particular technologies.
The aggregator model would seek to address there-skill/ up-skill or perish’ mantra for both companies
and individuals as change is happening at an unprecedented scale and the life cycle of skills is shorter
than ever. It is rightly said, that “If you have the right skills, you will not be looking for a job, the job will
be looking for you.” Combining best practices from across the Globe and the Indian systems, the
aggregator framework for re-skilling/ up-skilling of IT employees is aimed towards encouraging self-
learning within an online continuous skilling paradigm.
WHAT FUTURESKILLS AIMS TO ACHIEVE?
NASSCOM has launched an online FutureSkills platform for B2B skilling. The B-2-C platform is being
seen as an extension of the same. This is perceived as a first of its kind initiative in the field of skills
training which would essentially follow an ‘aggregator of aggregators’ approach with the entire platform
being hosted online. The platform would provide interested candidates with multiple options for their
skilling needs.
The framework is focussed on creating a new skilling paradigm that takes into account multiple entry and
exit points so as to facilitate and create value for all aspirants who would want to re-skill/ up-skill
themselves in emerging technologies. The process flow has been carefully conceived to take into account
that aspirants are also provided with free curated content so as to motivate them to acquire newer skills
through deep skilling programs. In addition, the framework also seeks to motivate and create value at
every step through innovative mechanisms such as quizzes that would lead to a badge which is essentially
a recognition of the aspirant’s effort showing keen interest to get re-skilled/up-skilled.
A concept of ‘skills passport’ and ‘skills wallet’ that are rather unique would also be introduced so that
any learning that an aspirant acquires during his re-skilling/ up-skilling journey can be recorded and
suitably recognized.
Inter-alia, the objectives of the framework are being designed to re-skill/ up-skill working or unemployed
IT professionals, thereby reducing the risk of redundancy emanating from increasingly sophisticated
technological changes; to encourage any-time, any-where, continuous self-paced learning for acquiring
newer and industry relevant skill-sets by creating a novel framework which brings out a paradigm shift by
empowering all stakeholders in the re-skilling/ up-skilling value chain.
The ecosystem of new and emerging technologies would be supported by ensuring adequacy of skilled
human resources, thereby making talent available for India and the Indian industry to embrace
opportunities from new and emerging technologies. The framework would offer content curated and
mapped with job roles after taking into account the aspirations, aptitude and existing skill sets of the
employees and also provide due emphasis on entrepreneurship development, which could be included as a
part of NOS/ Job Role.
In addition, the program would also train trainers in emerging technologies, who can also play a
mentoring role for skilling aspirants. Besides, the program would also seek to train Government/ PSU
employees on targeted courses based on evolving technological ecosystem of emerging technologies
PROGRAM OBJECTIVES
The main objective of FutureSkills PRIME is “to create an up-skilling /re-skilling ecosystem in emerging
and futuristic technologies to facilitate continuous enhancement of skills as well as knowledge of IT
professionals in line with their aspirations and aptitude."
The program aims to achieve a multitude of other objectives which are as follows:
i. To up-skill/ re-skill 4.12 lakh (0.4 million) IT professionals, thereby ensuring their continued
relevance in a rapidly changing technological environment
ii. To encourage any-time, any-where, continuous self-paced learning for acquiring newer and
industry relevant skill-sets
iii. To create a diagnostic facility that offers aspirants an analysis of their aptitude and capabilities
so that they can be guided on learning pathway options
iv. To institutionalize Blended Learning mechanism through Technology Resource Centres and
affiliated training partners using hub-n-spoke model for wider reach and deeper penetration in
the country
v. To create a novel framework and an inclusive ‘one stop up-skilling/ re-skilling solution’ in new
and emerging IT technologies that envisages a paradigm shift in the existing value chain
through synergistic efforts of all stakeholders
vi. To offer content curated and mapped with NOS/ job roles (NSQF Level 5 and above) after
taking into account the aspirations, aptitude and existing skill sets of the candidates
vii. To create awareness amongst Government/ PSU employees about the impact of evolving
technological ecosystem; and train them with relevant skill sets
viii. To provide due emphasis on entrepreneurship development
ix. To train trainers in emerging technologies, who can also play a mentoring role for aspirants
x. To facilitate the availability of trained manpower for embracing new opportunities in emerging
technologies for catering to domestic requirements; and to seize opportunities presented by
global industry and ageing economies
xi. To motivate and create value at every step through innovative mechanisms such as ‘skills
passport’, ‘skills wallet’, ‘badges’ etc. based on the aspirant’s effort in their skilling journey.
xii. To put in place an incentive mechanism that motivates candidates to successfully complete the
re-skilling training leading to successful assessment and certification
TARGET BENEFICIARIES
It has been detailed earlier in the report as to how out of a total number of 3.9 million employees in the IT-
BPM industry, 30% of the existing workforce would require re-skilling/ up-skilling to stay relevant and
about 50-60% of the workforce would require re-skilling/ up-skilling on continual basis in emerging
technologies, so as to retain the edge that India has in the IT sector. Further, the ITB-PM sector would
continue to hire at a rate of 3%-3.5% year-on-year against a historical growth rate of 6%-6.5%, to reach 4.5
million in 2022.
India is emerging as the third largest online labor market. Online Labor index survey, 2016, shows that
India-based employers represented 5.9% of all programs/tasks posting for online labor, of which 45% were
for software development and technology programs. This trend suggests the changing nature of
employment in the IT-BPM sector.1
The current program envisages that the target beneficiaries can be divided into the following broad
categories:
(i) IT employees in IT firms and Non-IT firms
(ii) Non-IT employees aspiring to use new and emerging technologies in their respective
domains
(iii) Further, the program would also aim to re-skill/ up-skill employees whose skills for a
particular job have become outdated and may no longer be employed
1 Future of Jobs – EY Sep 2017
(iv) Central Govt. & State Govt. Employees including employees of PSUs & Autonomous
bodies (Govt. Employees) would also benefit from the platform
(v) Fresh Recruits (who have been offered employment) but are yet to take up a job, as well
as undergoing/ selected for Internship & Apprenticeship roles in IT/ ITeS are also expected
to derive great value from the program.
THE B-2-C FRAMEWORK
The framework seeks to maximise participation and aspires to be a one stop solution to understand the
impact of exciting opportunities that new and emerging technologies brings to the table. The program
would draw upon from the best practices of a skilling framework available globally and combine the
features that are most critical to its success given the Indian scenario. The program seeks to create
curation capabilities where high quality content is created, thereby leading to a competitive marketplace
for content providers, aggregators, both at domestic and international levels.
The process flow of the framework takes into account many innovative components that are designed to
maximise reach as well as provide a flexible environment for aspirants to get reskilled/ up-skilled.
CONCLUSION
The program targets to re-skill/ up-skill aspirants, so that they stay relevant in the present job with
improved prospects, besides finding new avenues in future job roles, especially for those whose jobs/
skills may no longer may be relevant as a result of disruptive and emerging technologies.
The program envisages to maximize reach and participation of the aspirants irrespective of their present
profile/ skill. It seeks to create value through a repository of free and curated content/ pathways on new
and emerging technologies. The program aspires to be the key tool used by Indians across the board to
understand and make use of the vast potential that emerging technologies bring with them.
The program is not only limited to the objective of achieving a target of re-skilling/ up- skilling aspirants
over a period of 3 years under the B-2-C model alone, it also encompasses the creation of a self-
sustainable mechanism that would continue to drive this program beyond the initial time period of 3
years. The program would endeavor to create an online continuous learning paradigm that takes into
account re-skilling/ up-skilling in new and emerging technologies, effectively creating an ecosystem
where re-skilling/ up-skilling in futuristic technologies is easily on -boarded, substantially reducing the
lead-time.
STATEMENT OF WORK
The broad scope of work for this engagement with a Communications/ Marketing/ Advertising Partner
Agency shall be to articulate the intent and vision of the FutureSkills Prime initiative to the several
stakeholders active in the program. The underlying objective however, for each intervention being proposed
and implemented shall be to nudge learners from different backgrounds such as IT companies, Non- IT
companies, Graduates from universities and govt employees towards partaking in this initiative and making
them believe that this initiative will insure their future against potential future unemployment or
technological obsolescence.
The proposed duration of engagement is 2 years (24 months) from the date of Contract Award, subject to a
performance review of the Year 1 Goals as described in the ‘Detailed Scope of Work (Parts 1 and 2)’. This
review shall take place after completion of 1 year. If Agency’s performance is found to be satisfactory,
Year 2 Goals and Objectives shall be set and aligned mutually. NASSCOM will depute a nodal person to
liaison with the selected agency on all communication related matters from the date of Contract Award
Targeted Beneficiaries of the program
Entrepreneurs, Interns working in IT/ ITeS, Apprentices working in IT/ ITeS, Fresh Recruits (offered
employment), IT Professionals, Non-IT professionals working in IT/ ITeS industries, and Ex-Employees
State Government Employees
Central Government Employees
PSU Employees
Employees of Autonomous societies
Trainers of Resource Centers
Trainers of Partner Agencies
Outcome Based Stakeholder specific advocacy and awareness
Develop insightful communication for the following primary stakeholders:
Stakeholder Desired Behaviour
Training Partners
Aspiration to partner with NASSCOM FS Prime as a ‘Valued
Content Provider’.
Top IT Firms (Excluding top 50) Aspiration to recruit FS Prime students as a sure way to gain
access to high quality, job-ready workforce
Small IT Company Aspire for FS Prime as a means to upskill/ re-skill existing
workforce instead of hiring new recruits (Cost Saving)
Talent Leasing Organizations Aspire for the ‘NASSCOM Certified’ badge to provide manpower
for clients
End Beneficiaries: Ex-Employees, IT/ Non-
IT Professionals working in IT
environments, PSU/ Govt. Employees,
Fresh recruits, Interns
Must aspire for the FS Prime tag as a shield against potential
obsolescence, and as a ladder to take their careers to the next level
1. Detailed Scope of Work
The detailed Scope of work, based on the broader scope above, is given as under.
Part I highlights the campaigns while Part II would highlight sustenance campaigns/ deliverables that would
drive communication across the agency engagement:
S.NO Deliverable Description
1. Develop and Design the FSPRIME website Website design, development, sync with tech
platform including landing page following the
Guidelines For Indian Government Websites
(Revised edition, includes Apps): An Integral Part
of Central Secretariat Manual of Office Procedure
https://darpg.gov.in/sites/default/files/gigw-
manual_Revised2018.pdf and Website Maintenance
2. Integration of FSPRIME Website to platform Integrate the website to the LXP platform
3. Creation of FS PRIME Branding Design Brand Logo, attributes, assets, collaterals,
guidelines, IP
4 Brand strategy Define value proposition, brand statements,
Communication for all identified stakeholders
5 Social Media and sustenance plan Community management on relevant social media
platforms, content strategy and implementation
Create a sustenance strategy
6 Website Maintenance Ongoing website maintenance, traffic management
Desired Outcome: Year 1
Target Audience Agency to advocate and prescribe Outcome Year 1
Learners Total number of certified candidates eligible for
incentive at the end of Year 1 (Government will
provide a subsidy of 50% of the course fee or Rs.
12,000 whichever is lower, through Direct Benefit
Transfer)
83,000
End Beneficiaries To drive sub-groups to Register on FS portal,
100,000 Badges to be ‘earned’
by ‘Registered’ Candidates
Time Period: Approx. 3 months
Training Partners To mobilize for training partners
Startups/ SMBs Toolkit for start-ups to communicate program to
their employees
SMB To position FSPRIME an avenue to hire talent, train
employees
Training Partners Partner positioning, branding and positioning
enabling branding and marketing support for
strategic partners.
End Beneficiaries
(Mass Outreach
outside Signed-Up
Pool)
Reach out to Potential Beneficiaries to benefit from
this unprecedented initiative, drive traction to sign-
up, advance towards Deep-Skilling
All Stakeholders Community management on relevant social media
platforms, content strategy and implementation
2.0 Project Deliverables and Suggested Timelines (Expected launch date – June 30th, 2020)
S. No. Activity
Indicative
Timeline*
1
Creation of website as per https://darpg.gov.in/sites/default/files/gigw-
manual_Revised2018.pdf guidelines- T+30
2 Website Integration with platform T+40
3 IEC Strategy for GTM and Sustenance Plan
T+30
4 Creation of FS PRIME Brand attributes, assets, collaterals, guidelines
T+20
5
Brand assets for Digital/ offline and other collaterals like brand guidelines as required/
agreed Ongoing basis
6 Design of “On platform tools” (e.g. Badges, coins)
T+45
7 Social Media strategy and plan T+60
8 NASSCOM, FS PRIME collaterals design T+ 70
9 Website maintenance and traffic management Ongoing basis
10 Social Media and digital marketing sustenance plan Ongoing basis
11 Final Report Submissions & NASSCOM Stakeholder approval TBD
12 Review of work and presentation, Year 2 Goals, Objectives TBD
*timelines can be further compressed post discussion at the time of presentation/award
* NOTE:
* T= the time at which contract is awarded
1. Review Meeting with SSC NASSCOM will be held weekly from the commencement of
the project or increase the frequency as and when required.
2. Final Report will be validated by the team of experts and stakeholders and the
bidder would be required to update it accordingly for a minimum period of 2
Months from the date of submission i.e. post implementation review and feedback from
Future Skills stakeholders.
4.0 PROJECT METHODOLOGY AND REVIEW
4.1 Project Management and Methodology
The methodologies used must follow formal management practice that will ensure that schedules, scope
and costs are strictly adhered to, including a methodology to ensure that SSC NASSCOM is informed on
an ongoing basis regarding project slippage, progress/ performance reporting, change requests, and
potential risks and issues, and a record of all industry stakeholders contacted or consulted with w.r.t. their
inputs and feedback.
5.0 Instructions to the bidder
5.1 Required Qualifications Competencies and Eligibility of the Bidder
Permanent Account Number (PAN) and GST registration certificate of Proposer/each consortium
member (in case of consortium) should be available;
Any legal entity duly incorporated under law can participate in the bidding process;
The bidder/consultancy firm hired should have demonstrated project management capacity with
team members who possess excellent relevant qualifications and experience;
Understanding and exposure to Non Profit Organisations, Skill Councils will be favorable
Ability to communicate effectively to a wide range of audiences, interact and facilitate
communication between partners and industry members and understand causal relationships
between enablers and results/ outcomes ;
SSC NASSCOM/NASSCOM reserves the right to carry out the capability assessment of the
Bidder/Consultancy Firm and the decision of SSC NASSCOM/NASSCOM shall be final in this
regard. Acceptance certificate towards this clause must be submitted
5.2 Completeness of Response
Bidders are advised to study all instructions, forms, terms, requirements and other information in the
RFP document carefully. Submission of the bid shall be deemed to have been done after careful study
and examination of the RFP document with full understanding of its implications;
Response to this RFP should be full and complete in all respects. Failure to furnish all information
required by the RFP documents or submission of a proposal not substantially responsive to the RFP
documents in every respect will be at the Bidder's risk and may result in rejection of its Proposal.
5.3 Proposal Preparation Costs
FSPRIME is a program national importance and involves NASSCOM-MEITY partnership.
The program aims to achieve national reskilling/skilling program on emerging technologies.
NASSCOM is a not-for-profit organisation look forward to bidders to consider the same while
submitting the financial proposal
Bidder is responsible for all costs incurred in connection with participation in this process, including,
but not limited to, costs incurred in conduct of informative and other diligence activities, participation
in meetings/discussions/presentations, preparation of proposal, in providing any additional
information required by SSC NASSCOM/NASSCOM to facilitate the evaluation process, and in
negotiating a definitive ‘Contract’/Agreement’ or all such activities related to the bid process. SSC
NASSCOM/NASSCOM will not be responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process;
This RFP does not commit SSC NASSCOM/NASSCOM to award a contract or to engage in
negotiations. Further, no reimbursable cost may be incurred in anticipation of award or for preparing
this bid;
All materials submitted by the bidder become the property of SSC NASSCOM and may be returned
completely at SSC NASSCOM’s sole discretion;
Any relevant research or studies conducted by NASSCOM/SSC NASSCOM will be shared post
identification of the finalist;
5.4 Signing of Communication to the SSC NASSCOM/NSSCOM
All the communication to SSC NASSCOM/NASSCOM including the proposal and the bid
documents shall be initialed on each page by the authorized representative of the bidder and authority
letter/power of attorney should be attached with the technical bid (email).
5.5 Bidders’ inquiries and SSC NASSCOM’s responses
All enquiries / clarifications from the bidders related to this RFP must be directed in writing exclusively to the contact person notified in this RFP document.
All enquires / clarifications will be collated by SSC NASSCOM/NASSCOM and responded either
over a conf-calls or email and same will be communicated;
However, SSC NASSCOM/NASSCOM makes no representation or warranty as to the completeness of any response posed by bidders;
5.6 Submission of Responses to SSC NASSCOM
Bidders should submit their responses as per details articulated in this document (Ref. Clause 7.2) in
PDF format in a password protected document.
Bid proposal would be in two parts:
o Technical
o Commercial
The technical part of the ‘Proposal’ should not contain any pricing information whatsoever on the
services offered. Pricing information shall be separated and only contained in the ‘Commercial
Proposal’;
All references to descriptive material and brochures should be included in the appropriate response
paragraph, though material/documents themselves may be provided as annexure to the
Proposal/response;
Information which the Bidder considers proprietary, if any, should be clearly marked “proprietary”
next to the relevant part of the text and it will then be treated as such accordingly;
5.7 Bid submission Format
The entire proposal shall be strictly as per the format specified in this RFP and any deviation from the formats shall be rejected.
Venue and Deadline for submission
Proposals must be received at the anjana@nasscom.in specified below by 1800 hours IST on 29th
April 2020 by the authorized representative mentioned in the document;
Any proposal received by SSC NASSCOM/NASSCOM after the above deadline shall be rejected;
SSC NASSCOM/NASSCOM shall not be responsible for any delay or non-receipt/ non-delivery of
the documents. No further correspondence on the subject will be entertained;
SSC NASSCOM/NASSCOM reserves the right to modify and amend any of the above-stipulated
condition/criterion depending upon project priorities vis-à-vis urgent commitments;
Address: To, Anjana Khanduri SSC NASSCOM Email: anjana@nasscom.in Website: www.sscnasscom.com
*End of Document*