Top Banner
1 TENDER DOCUMENT FOR THE CONDUCT OF COMPUTER BASED ONLINE GATE/JAM EXAMINATIONS FOR THREE YEARS (2016-2018) YEAR ORGANIZING INSTITUTES 2016 INDIAN INSTITUTE OF SCIENCE BENGALURU 560012 and INDIAN INSTITUTE OF TECHNOLOGY MADRAS CHENNAI 600036 2017 INDIAN INSTITUTE OF TECHNOLOGY ROORKEE ROORKEE 247667 and INDIAN INSTITUTE OF TECHNOLOGY DELHI DELHI 110016 2018 INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI GUWAHATI 781039 and INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MUMBAI 400076
30
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • 1

    TENDER DOCUMENT

    FOR

    THE CONDUCT OF COMPUTER BASED ONLINE

    GATE/JAM EXAMINATIONS FOR THREE YEARS

    (2016-2018)

    YEAR ORGANIZING INSTITUTES

    2016 INDIAN INSTITUTE OF SCIENCE

    BENGALURU 560012

    and

    INDIAN INSTITUTE OF TECHNOLOGY MADRAS

    CHENNAI 600036

    2017 INDIAN INSTITUTE OF TECHNOLOGY ROORKEE

    ROORKEE 247667

    and

    INDIAN INSTITUTE OF TECHNOLOGY DELHI

    DELHI 110016

    2018 INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI

    GUWAHATI 781039

    and

    INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

    MUMBAI 400076

  • 2

    Disclaimer

    This Tender is not an offer by either the Indian Institute of Science,

    Bengaluru or any of the Indian Institutes of Technology, but an invitation

    to receive offer from vendors. The Tender is for conducting On-line

    GATE / JAM examinations for a period of three years, i.e., for the years

    2016, 2017 and 2018 by the concerned Institutes. While the pattern,

    modalities and operations remain the same during these three years,

    there could be minor changes in specific number of candidates, number

    of sessions, dates of examinations, number of examination papers,

    number of examination centres, etc.

    No contractual obligation whatsoever shall arise from the tender process

    unless and until a formal contract is signed and executed by duly

    authorized office bearers of the GATE/JAM Organizing Committee or an

    appointee thereof with the vendor.

  • 3

    Table of Contents

    Sr. no Description Pages

    1. About GATE/JAM 4

    2. Brief scope of the work of the Company Partner (CP) 4

    3. General Instructions 5

    4. Submission of Bids 6

    5. Evaluation of the Proposals 9

    6. Detailed Scope of Work of CP 10

    7. Time Frame 18

    Annexures 1 to 7 19

    Proposals should reach the undersigned by 4.30 P.M. on 06th July, 2015:

    The Organizing Chairman,

    GATE/JAM 2016, GATE/JAM Office, INDIAN INSTITUTE OF SCIENCE

    BENGALURU - 560012

    Date, Time and Venue of Opening of Technical bids:

    06th July, 2015, 4.30 P.M. GATE/JAM OFFICE, INDIAN INSTITUTE OF SCIENCE,

    BENGALURU - 560012

    Date, Time and Venue of Opening of commercial bids:

    13th July, 2015, 10.30 A.M. GATE/JAM Office, IIT Madras, Chennai 600036

  • 4

    1. About GATE / JAM:

    The Indian Institute of Science (IISc) and seven Indian Institutes of Technology (IITs) at

    Bombay, Delhi, Guwahati, Kanpur, Kharagpur, Madras and Roorkee jointly administer the

    conduct of GATE/JAM (Graduate Aptitude Test in Engineering / Joint Admission test for

    M.Sc.) every year that serves as a means for admissions to graduate programmes in various

    engineering and science disciplines of IISc and the IITs in the country. The results of GATE

    are also used by several Public Sector Undertakings to short-list the candidates for their

    recruitment. The operations related to GATE/JAM in each of the 8 zones are managed by a

    zonal GATE/JAM Office at an IIT or IISc. The Organizing Institutes (OI) of each year are

    responsible for the end-to-end process and coordination amongst the administering institutes

    in that year.

    GATE/JAM examinations are computer based Online Examinations in which the candidates

    will be required to answer the questions that appear on a computer connected to a Local

    Area Network (LAN). Answers would be recorded at a server that also keeps track of the

    time for the examination. We hereby seek a Company Partner (CP) to provide the

    technology and the operational solution for the conduct of online examination of GATE/JAM

    for three years, i.e., for the years 2016, 2017 and 2018.

    The Organizing Institutes for GATE/JAM 2016 are IISc. Bengaluru and IIT Madras. The

    GATE/JAM 2016 examinations for all the papers will be conducted on computer based

    Online Examination mode in multiple sessions spread over the period from 30th January

    2016 to 20th February 2016.

    The GATE/JAM organizing institutes for 2017 are IIT Roorkee and IIT Delhi unless otherwise

    informed.

    The GATE/JAM Organizing Institutes for 2018 are IIT Guwahati and IIT Bombay unless

    otherwise informed.

    2. Brief scope of work of the Company Partner:

    The Company Partner (CP) and GATE / JAM Committee will be required to work together to

    conduct the Online GATE/JAM Examination. The Company Partner (CP) shall provide the

    technology and the operational solutions for the conduct of online examination for GATE /

    JAM. The GATE/JAM committee will provide the question papers which is set for the GATE

    /JAM examination to be held for the year 2016 and question papers for the years 2017 and

  • 5

    2018 will be provided at the relevant point of time. The total number of candidates taking the

    Online Examination in GATE / JAM is expected to be around one million for each year.

    3. Required General Criteria to bid for the Tender

    In this tender document, Vendor, Bidder, Bidding agency and Company Partner (CP) mean

    one and the same.

    a) The bidding agency shall ensure a single point of contact with the GATE/JAM 2016

    Committee for the three years, i.e., 2016, 2017 and 2018 and shall be solely responsible for

    the execution and delivery of the work.

    b) The bidding agency should be based in India and operating in India for the last 5 years

    offering similar services. They should have a minimum turn-over of Rs. 50,00,00,000/-

    (Rupees Fifty crores only) in each of the last 2 financial years.

    c) The bidding agency should own the copyright of the source code being used for

    conducting the computer based online examinations. The agency should be able to make

    changes as and when required in any of the components of the software/source code being

    utilized for the purpose of conducting the said computer based online examinations

    throughout the term of three years as required and indicated by the conducting Institutes in

    accordance to the requirements and/or changes made by the GATE/JAM Committee of each

    of the Organizing Institute for the GATE/JAM examination question paper or format of the

    examinations or in any other manner.

    d) The agency should be certified for compliance with established Information Security

    Standards such as ISO 27001. Duly signed copy of ISO 27001 certificate should be

    submitted along with the technical bid. The bidding agency shall ensure that such certificate

    is valid through the subsistence of the term of three years as stated herein. Any renewal of

    such certificate shall be the sole responsibility of the bidding agency without any recourse to

    either of the Organizing Institutes in any manner whatsoever.

    e) The agency should have an in-house quality assurance and product testing team with

    proven and robust quality management processes required for conducting the computer

    based online examinations.

    f) The agency must employ multiple backup systems including offline backups to securely

    maintain the software and its corresponding source code.

    g) The agency should design a high-performance system and conduct performance tests to

    verify successful achievement of high concurrency, fast response time, and long-stress

    duration requirements of the system used to conduct the examinations. Results of such

    performance tests should be made available to the GATE/JAM committee and each of the

  • 6

    Organizing Institutes as and when required. Sometimes these tests may have to be

    conducted within short notice and with strict deadlines. These tests shall be conducted by

    the bidding agency prior to the each of the GATE/JAM online examinations each year, as

    may be requested by the respective Organizing Institute.

    h) The agency should design a highly secure system and conduct security tests to verify that

    there are no vulnerabilities that can make the system susceptible to attacks. Comprehensive

    testing of source code and the infrastructure must be carried out. Results of such security

    tests should be made available to the GATE/JAM committee of the Organizing Institutes as

    may be requested from time to time.

    i) There should be suitable emergency management plans towards any crisis

    situations/redundancy of servers, nodes, additional centre locations, students data. The

    vendor has to clearly indicate these plans in the technical proposal.

    j) The agency should be able to support the entire solution (across India) on a 24 x 7 basis

    with a maximum response time of 3 hours.

    k) At any time before the submission of bids, GATE/JAM Organizing Institutes may amend

    the tender by issuing an addendum in writing or by standard electronic means. The

    addenda, if any, as put on GATE website http://gate.iisc.ernet.in will be binding on them. If

    the amendments are substantial, Bidder(s) shall be given reasonable time to make

    amendments or to submit revised bid and the deadline for submission of bids will be

    extended by the GATE /JAM committee of the Organizing Institutes.

    l) All disputes arising out of this process shall be subject to the jurisdiction of International

    Centre of Alternative Dispute Resolution, New Delhi.

    m) The bidding agency should have authorized and globally accepted software certification,

    CMMi Level 5.

    n) The GATE/JAM Committee of the Organizing Institutes shall award the tender to an

    agency that fulfils each of the criteria mentioned above and further set out more particularly

    in the Technical Proposal (Clause 4.1) and the Commercial Proposal.

    4. Submission of bids

    The Tender Document has to be downloaded from the website http://gate.iisc.ernet.in and

    submitted in proper form along with all relevant documents and a Tender Fee of Rs. 25,000/-

    (Rupees Twenty Five Thousand Only) in the form of a Demand Draft drawn in favour of The

    Registrar, IISc., Bengaluru. Offers without Tender Fee shall be rejected summarily.

  • 7

    The Vendor (bidder) shall submit their offer in two parts: (1) Technical Proposal, and (2)

    Commercial proposal

    a) The tender is a 2-Bid document. The technical proposal should contain all the relevant

    information along with all the relevant enclosures and the Earnest Money Deposit (EMD).

    The commercial proposal should contain only the price bid. If any bidder encloses the

    financial bid within technical bid, the same shall be rejected summarily.

    b) All relevant information as specified in the Technical and Commercial Proposals including

    the contingency plans, and Annexures-1 to 6 should be furnished by the bidders. The bidder

    is advised to attach any information that is necessary in regard to the capabilities to establish

    that the bidder is capable in all respects to successfully complete the envisaged work. The

    bidders are cautioned that not giving complete information called for or deliberately

    suppressing the information may result in the bidder being summarily disqualified.

    c) The Tenders should be printed. The name and signature of bidders authorized person

    should be recorded on each page of the application. All pages of the tender document shall

    be numbered and submitted as a package along with forwarding letter on agencys letter

    head. A soft copy of the bid in a cd or pen drive may be supplied.

    d) The offer will remain open for a minimum period of 90 days from the date of opening of

    the tender, within which the bidders cannot withdraw their offer.

    e) Reference, information and certificates from the respective clients of each of the Vendor

    certifying technical, delivery and execution capability of the bidder should be signed and the

    contact numbers of all such clients should be mentioned. The GATE/JAM Organizing

    Committee of the respective Organizing Institutes may also independently seek information

    regarding the performance from the clients.

    f) Even though bidder may satisfy the qualifying criteria, the bidder is liable to disqualification

    due to record of poor performance or not able to understand the scope of work, does not

    have experience in conducting online examination for more than one lakh candidates and for

    such other reasons which the GATE/JAM Organising Committee may consider relevant.

    g) The bidder should enclose an EMD for Rs. 50,00,000/- (Rupees Fifty Lakhs) in the form of

    a Demand Draft drawn in favour of The Registrar, IISc., Bengaluru. This total amount of

    EMD shall be for the grant of tender for the term of three years as stated herein. The tenders

    without EMD shall be summarily rejected. The EMD of the unsuccessful bidders shall be

    returned without any interest after the award of the contract to the successful bidder. The

    EMD of the successful bidder shall be returned only after signing of contract along with

  • 8

    performance security deposit. The EMD stands forfeited in case the bidder withdraws or

    amends his bid after submission of tender document. Upon selection, the successful bidder

    shall submit a bank guarantee of 10 % of the total contract value in a bank account and in

    the form as may be mutually agreed upon by and between the GATE/JAM Committee of the

    Organizing Institutes for the term of three years as stated herein in this Tender Document

    and communicated to the successful bidder.

    h) The sealed envelopes should be marked Offer for GATE/JAM 2016 - 2018 ONLINE

    EXAMINATIONS from Vendor Name, Technical or Commercial. The larger enclosing

    envelope should be marked Offer for GATE/JAM 2016 - 2018 ONLINE EXAMINATIONS

    from Vendor Name. The contents of Technical and Commercial proposals should be as

    follows:

    4.1. Technical Proposal (including operational proposal)

    A technical proposal that details the capabilities of the Question Paper Authoring

    Software, the Examination Software (Client and Server) and the software that

    handles post examination operations (verification of the uploaded data). Please

    provide the feature list as an enumerated list or a table.

    An operational proposal that gives the following details:

    The number of nodes per city that the vendor has qualified as per their

    process for the list of cities indicated in Annexure-7. Please also indicate the

    number of nodes per city on which you have conducted an exam. Note that

    for the qualified nodes you MUST have in place an agreement with the

    institute/college providing the infrastructure.

    The projected capability in terms of the number of audited seats in each city

    that the vendor will be able to identify by the end of September 2015. The CP

    has to submit a complete finalized list of the centres latest by the 7th day of

    October 2015.

    The availability of adequate number of technical personnel for conducting the

    examination in the required number of test centres. The CP has to submit a

    complete list of such personnel latest by the 7th day of December 2015.

    The process followed by the vendor for qualifying a test centre.

    The procedures followed for the pre-exam, exam and post-exam operations

    including the capability of the vendor to set up a secure Master Control facility

    for uploading post-exam data.

    A Standard Scientific Virtual Calculator must be made available as a built-in

    element of the examination conducting software.

    A statement that gives the following details of the examinations conducted by the

    vendor within the past 12 months prior to submitting the bids as per the terms set out

    herein: (a) Total number of candidates appeared for the examination, (b) Total

  • 9

    number of candidates across all the cities in a single session, (c) Number of sessions

    on a day of examination and (d) Number of days of examination.

    4.2. Commercial proposal

    The commercial proposal should give the details of the charges per registered candidate

    AND the minimum number of candidates at this rate. If the vendor has slabs at which the

    rates change, the vendor should indicate such slabs. The charges per registered candidate

    should include the cost towards (a) charges paid to the technical personnel by the CP during

    vetting of test centres, (b) charges paid by the CP to the college for hiring the infrastructure

    at the college, (c) providing partitions between computers at the Test Centres, (d)

    development of question paper authoring software as per specification for GATE/JAM

    Online Examination, (e) development of Test Software for Online Examination, (f)

    deployment of the Company Personnel, i.e., the Test Administrators and Company

    Representatives at the Test Centres and the technical personnel at the Master Control

    Rooms, (g) administration of Test, and (h) other incidental expenses. A clear break-up as

    indicated in (a) to (h) should be provided. The applicable taxes should be indicated in the

    proposal. For the sake of uniformity across all the test centres, the CP is advised to maintain

    uniform rates for infrastructure for all the test centres and adhere to the same without any

    deviation.

    In the event of any unforeseen circumstances, examinations may have to be held in the

    buffer sessions (tentatively 20th February 2016 for GATE/JAM 2016). Hence price should be

    quoted separately (a) for conducting the examinations in 8 sessions as mentioned in the

    examination schedule, and (b) for conducting examinations in 1 buffer session.

    It may be noted that if any examination has to be conducted either on the buffer date or on

    any of the unused weekends due to any technical or non-technical problems from vendors

    side, the vendor has to bear the cost of the examination.

    4.3. Demonstration and Presentation

    The vendor will be required to give a demonstration of their client and server software for

    online examination using the AE, GG and XE papers of GATE 2015 and BL paper of JAM

    2015. The vendors may be required to make a presentation on their capabilities to conduct

    the online examination as per the conditions specified above. The date and venue for

    demonstration and presentation will be announced by the GATE/JAM Committee of the

    Organizing Institutes after mutual decision at a suitable date.

    4.4. Deviations

    Any deviations from the scope of work as outlined above should be mentioned clearly with

    suitable justification by the vendor in a separate sheet under the heading Deviations. This

    sheet should be included in the technical proposal. If no deviations are mentioned, then

  • 10

    it will be assumed that the vendor has accepted the scope of work in its entirety as

    mentioned in the tender document and is bound to deliver the same.

    4.5. Mode of Payment and penalty clauses

    The payment to the CP shall be made in Indian rupees and shall be paid only after the

    successful completion of the work set out for each year of the term of three years by the

    Organizing Institutes of that respective year without any delays or errors. No advance

    payment shall be made. The successful bidder has to sign an agreement for the term of

    three years as set out herein with each of the Organizing Institutes of GATE/JAM

    being party to such agreement. The agreements should be on non-judicial stamp paper

    which shall contain penalty clauses related to liquidated damages on account of delays,

    errors, cost and time overruns etc. If the bidder fails to execute the contract, the

    GATE/JAM committee of the Organizing Institutes shall have the liberty to get the work done

    through any other agency with full cost recoverable from the bidder in addition to damages

    and penalty.

    If a majority of the Chairpersons of all 8 Institutes do not give a satisfactory performance

    certificate for 2016, extension for the years 2017 and 2018 shall be re-evaluated.

    It is hereby clarified that the terms set out in this Tender Document shall not be a binding

    contract either on the Organizing Institutes for the term of three years as stated herein or on

    the CP. Further, after accepting the offer made by the successful bidder, the Organizing

    Institutes for the term of three years as stated herein shall execute an agreement stating the

    scope of work for the CP in detail, the consideration payable by each of the Organizing

    Institutes as stated herein, the events of termination of the agreement/arrangement between

    the Organizing Institutes and the CP, the consequences of such termination and such other

    terms and conditions as may be required to execute the scope of work set out for the CP as

    per this Tender Document. It is hereby clarified that the terms set out in the agreement to be

    executed by and between the Organizing Institutes for the term of three years as stated

    herein shall be binding on all the parties executing the said agreement.

    5. Evaluation of the Proposals

    Selection of the vendor shall be based on Quality and Cost Based Selection (QCBS).

    The proposals submitted by the vendors will be evaluated by taking the following factors into

    consideration:

    5.1. Technical evaluation

    Technical evaluation will be based on the criteria given below (Total 100 points):

    Prior experience of the vendor in conducting online examinations.

    Capability of the vendor to develop the required software

  • 12

    Date, Time and Venue of Opening of Technical bids:

    06th July, 2015, 4.30 P.M, GATE/JAM Office, IISc. Bengaluru -560012

    Date, Time and Venue of Opening of commercial bids:

    13thJuly, 2015, 10.30 A.M, GATE/JAM Office, IIT Madras, Chennai 600036

    6. Detailed scope of work

    6.1. Tentative Schedule of Examinations

    Examination for GATE/JAM 2016 will be conducted for 23 GATE papers and 7 JAM papers

    in 8 sessions with 1 buffer session as shown in the table given below. The number of

    papers may vary for 2017 & 2018. The complete schedule with details regarding the papers

    and the respective sessions will be notified to the successful Company Partner at a suitable

    date.

    Session Time Day and date

    1 9.00 AM to 12.00 noon Saturday, 30th January 2016

    2 2.00 PM to 5.00 PM Saturday, 30th January 2016

    3 9.00 AM to 12.00 noon Sunday, 31st January 2016

    4 2.00 PM to 5.00 PM Sunday, 31st January 2016

    5 9.00 AM to 12.00 noon Saturday, 6th February 2016

    6 2.00 PM to 5.00 PM Saturday, 6th February 2016

    7 9.00 AM to 12.00 noon Sunday, 7th February 2016

    8 2.00 PM to 5.00 PM Sunday, 7th February 2016

    Buffer for

    GATE/ JAM

    9.00 AM to 12.00 noon Saturday, 20th February 2016

  • 13

    In the event of any unforeseen circumstances, examinations may have to be held in the

    buffer session (20th February 2016 for GATE/JAM 2016). Dates for 2017 & 2018 will be

    notified in due course.

    6.2. Detailed description of the features and scope of work:

    The following sections list the features in the Online Examination that the CP is expected to

    provide through their technology and operations, and the capabilities of the CP needed for

    delivery of the Online Examination:

    6.2.1. Content Creation

    The CP would provide the Question Paper Authoring software and train the GATE/

    JAM personnel authorized by the Organizing Chairpersons, GATE/JAM 2016 - 2018,

    on Question Paper Authoring and Question Pack Generation.

    The CP should be willing to modify the Question Paper Authoring Software as per the

    requirements of the GATE/JAM 2016, GATE/JAM 2017 and GATE/JAM 2018

    committees. These requirements of the GATE/JAM committees will be

    communicated to the CP as and when required, but well before the beginning of the

    actual authoring processes.

    Question Paper authoring will be carried out by a bonafide representative of one of

    the administering institutes as designated by the GATE/JAM Committee of the

    Organizing Institutes for each of the three years of the term at the premises of GATE

    /JAM offices of the respective Organizing Institute. The necessary infrastructure

    required for Question Paper Authoring will be provided by GATE/JAM. However, the

    CP has to provide the infrastructure requirement and set up a model test facility that

    will be tested with dummy question papers.

    The authoring software must support the following features in the question papers:

    A. Two compulsory sections and two or more optional sections in GG, XE

    and XL papers.

    B. Numerical answer type questions for which the answer is a signed real

    number with a maximum of 10 digits. C. A Standard Scientific Virtual On-line Calculator should be made available

    built into the software.

    D. Multiple choice type questions with single correct answer or multiple

    correct answers.

    The Question Paper Authoring software must allow for creating multiple versions of a

    question paper by jumbling the questions and the choices for a question.

    Authoring software must allow for encryption and password protection of the question

    paper following appropriate standards. The CP should provide the certificate of

    confidentiality with regards to contents of all the question papers.

  • 14

    6.2. 2. Test Centres, Personnel, Infrastructure, Administration, Test Delivery and Post-

    examination Operations

    Examination Cities - The tentative list of cities in which the GATE/JAM 2016

    Online Examination for the term of three years may be conducted is given in

    Annexure-7. The final list of cities will be identified by the GATE/JAM Committee

    at a suitable date for each of the three years of the term.

    Test Centres The CP would arrange to identify Test Centres that have been

    certified and audited by the CP. A College may have one or more Test Centres.

    Offices of the CP must not be considered for Test Centres. However, the Internal

    Training Facilities (ITF) of the CP may be used as test centres. All the Test

    Centres identified by the CP must be approved by GATE/JAM Committee as per

    the norms of GATE/JAM. No service charges shall be paid to the test centres by

    IISc/IITs. The minimum requirements for the candidate system and centre server

    are given below:

    Minimum requirements for the candidate system

    Screen resolution 1024 X 768

    Operating System

    (only licensed versions)

    Windows XP Professional Service Pack 3 or higher

    Microsoft Windows Server 2003 Enterprise Edition

    Service Pack 2, Windows Vista Enterprise Edition

    Browser Internet Explorer 6.0 or above

    Browser Settings Internet Explorer (IE) Java Script enabled

    Pop-up blocker disabled

    Paste operations via script enabled

    Proxy disabled

    USB disabled

    Minimum requirements for the Examination Centre Server

    Processor CPU Speed: 1.5 GHz or more

    RAM 2048 MB or more

    Screen Resolution 1024 X 768

    Operating System

    (licensed version)

    Windows XP Professional Service Pack 3 or higher

    Microsoft Windows Server 2003 Enterprise Edition

    Service Pack 2, Windows Vista Enterprise Edition

    Browser Internet Explorer (IE) 6.0 or above

  • 15

    Browser Settings IE Java Script enabled

    Pop-up blocker disabled

    Paste operations via script enabled

    Proxy disabled

    USB disabled

    Other software Net 2.0 Framework

    Microsoft Office Excel 2003 or above

    Personnel

    Personnel of Company Partner: The CP would provide adequately

    trained Test Administrators (TAs) in every Test Centre. The TAs should

    be the staff of the CP, temporary staffs are not acceptable. There will be

    one TA for every 100 candidates and part thereof at a Test Centre. There

    will be a minimum of two TAs in a Test Centre. The TAs will administer

    the conduct of test and provide the technical support for maintaining the

    servers used in the conduct of examination at a Test Center. The CP will

    also ensure availability of at least one adequately trained Network

    Maintenance Engineer at each Center. The CP would identify a senior

    staff member of the Company as the Centre Head (CH) at each College

    or ITF. The CH will be responsible for supervising the Technical

    Personnel of the CP at all the Test Centers in the College or ITF. The CH

    will be the contact person of the CP for the College Personnel and the

    GATE/JAM Personnel to interact regarding the conduct of Online

    Examination at the College or ITF.

    College or ITF Personnel: A senior faculty member from the College or a

    senior staff member of the ITF will be identified as the Presiding Officer

    (PO). A faculty member from the College or a staff member from the ITF

    will be identified as the Deputy Presiding Officer (DPO) for each Test

    Center. The PO and DPO for a Test Centre will be responsible for the

    availability of facilities to assist the CP in conduct of the Online exam.

    Invigilators (Proctors) of the exam will be from the faculty members of the

    College or from the permanent staff members of the ITF. There will be

    one invigilator for every 20 candidates and part thereof at a Test Center.

    At a Test Centre with less than 20 registered candidates, there will be a

    minimum of 2 Invigilators. The CP should train the Invigilators for

    invigilating the Online Examination. There will be two Technical Staff from

    the College or the ITF at each Test Center to assist the TAs from the CP.

    The PO will be responsible for identifying the DPOs, Invigilators and

    Technical Staff for all the Test Centers at the College or the ITF. The

    honorarium for PO, DPOs, Invigilators and Technical Staff of the

  • 16

    College or the ITF will be paid by GATE/JAM Committee of the

    Organizing Institutes for their respective years. The PO will also be

    responsible for ensuring the availability of infrastructure for the

    conduct of examination at all the Test Centers in the College or the

    ITF.

    GATE/JAM Personnel: GATE/JAM would provide at least 2 Institute

    Representatives (IRs) at each Test Center. The conduct of examination

    at a Test Center will be monitored and overseen by the IRs. The IRs shall

    carry the examination material to the respective centres, ensure that all

    the arrangements as mentioned in the specifications are made for smooth

    conduct of examinations, conduct a mock test with the help of CP/ITF

    personnel on the day before the examination and verify the adequacy of

    the arrangements, load the question paper into the server before the

    examination, as and when required take decisions in consultation with the

    PO regarding the timing of the examination, ensure that the responses

    are properly uploaded and copied onto the pen drives and bring the

    material safely back to the GATE/JAM zonal offices.

    The IRs, PO and DPOs at the Test Centers in a College or an ITF will interact with

    the CH for resolving any issues regarding the Technical Personnel of the CP and any

    technical problems that may arise during the dry run and during the conduct of

    examination at any of the Test Centers in the College or ITF.

    Infrastructure

    The CP would arrange for the servers necessary to conduct the

    examination at each Test Center. One main server and one backup

    server will be available for every 200 candidates and part thereof at a Test

    Center.

    The College or the ITF would arrange for the client systems necessary to

    conduct the examination at each Test Center. One client system will be

    available for every candidate registered at each Test Centre. There will be

    a reserve pool of client systems. The number of systems in the reserve

    pool will be at least 10% of total number of registered candidates in a

    session at a Test Center. However, there will be a minimum of 10 client

    systems in the reserve pool at a Test Center with less than 100

    candidates in a session. The client system should have at least 1GB of

    main memory. The LCD monitors are preferred over the CRT monitors.

    There must be adequate spacing (of at least 2 ft.) between two adjacent

    seats, in addition the CP must arrange for providing partitions of

    appropriate size between the adjacent seats.

  • 17

    The CP shall ensure that during the course of conducting the GATE/JAM

    Online Examination, the systems engaged by the CP do not become non-

    functional due to any reason whatsoever. The College or the ITF would

    also ensure the availability of a functional local area network and a power

    backup generator so as to ensure the continuous access to the systems

    made available to each candidate during the course of the Online

    Examination. The main server, backup server and client systems at each

    test centre would be provided with functional UPS. Uninterrupted power

    should be made available for the period of each session and for 30

    minutes prior to and after each session on the day of examination.

    Test Delivery Test will be delivered over the intranet at a Test Centre. A

    maximum of 250 client systems will be connected to a main server and a backup

    server. The proposal submitted by the vendor should indicate the limits to which

    the server has been tested in terms of number of client systems connected

    simultaneously without loss of performance in the examination environment.

    Distribution of Question Packs to the Test Centers The Online Examination

    Software developed and used by the CP must support the following two modes of

    loading the Question Packs (QPs): (i) Locally at the server via a CD or a pen

    drive collected from IRs and (ii) Over the network from Master Control Room. In

    the former mode, the authoring software must ensure that encrypted and

    password protected content is generated which can be loaded onto a CD or a

    pen drive. In the latter mode, the CP must ensure confidentiality and protection of

    the QP content both at the Master Control Room as well as during transfer over a

    network. The loading of a QP into the Online Examination Software on the

    servers at a Test Centre must be password protected.

    Invigilation Announcement of instructions to the candidates, admit card check,

    candidate identity verification, attendance recording and collection of undertaking

    given by candidates will be carried out by Invigilators. Attendance sheets,

    Instruction sheets and other relevant documents would be provided by IRs.

    Invigilators should also ensure proper conduct of examination and ensure that

    candidates use no unfair means.

    Zero Loss of Data The CP will ensure that there is no loss of response related

    data for any candidate or any other data related to the examination either from

    the client systems or from the main and backup servers.

    Generation of Event based Log(Audit Trail) The CP will ensure that the

    event (click) based log (audit trail) for every candidate will be generated and

    saved on the servers.The audit trail for every candidate would be provided at the

    end of session in the format agreed upon. The CP would not keep/have any audit

    trail data with them post handover.

  • 18

    Saving of Response- The CP will ensure that the click-based activity of every

    candidate will be saved on servers. This means that the answer responses for

    each question at that click time will be only saved/updated. The question clicks by

    candidates without a response is also recorded in the database. The final

    response data in a format specified by GATE/JAM should be uploaded to the

    server in the Master Control Room and should also be copied in a pen drive

    within 30 minutes of the completion of each session of examination. The pen

    drive will be handed over to the IRs. The CP will not keep/have any response

    data with them post handover.

    Security - The computers administering the examinations shall be disconnected

    from the Internet and any other network other than the one on which the

    examinations is being conducted. No computers other than the client systems

    used for the examination shall be on this network during the examination. The

    computers shall be sanitized (during pre-examination preparations) by booting a

    trusted image of the Operating System (OS) that the examination is to be

    conducted on.

    Monitoring - The server shall have the capability to start the examination for all

    candidates, monitor the status of each candidate (whether logged in, examination

    started, idle/active, disconnected, submitted, etc.), award additional time for

    candidates based on the instruction of the IRs, and close the examination. The

    server MUST maintain an audit trail of every operation on the server. All server-

    side audit trails are also the property of GATE/JAM and shall be handed over to

    the IR at the end of the examination.

    Master Control Facility There will be a Master Control Facility consisting of

    Master Control Rooms in the premises of GATE/JAM offices in multiple zones.

    The activities at each Test Center will be monitored in the Master Control Facility.

    At each Master Control Room, the CP should provide at least 2 technical

    personnel who are well versed with the Online Examination Software. These

    personnel will interact with the TAs in each of the Test Centers. A secure and

    highly available server should be set up in each Master Control Room. At the end

    of examination in a session, the candidate response data and audit trail data from

    each of the Test Centers will be uploaded to the servers at the Master Control

    Facility.

    Post-Examination Operations- Individual candidate-wise, item-wise responses

    and audit trail will be captured and loaded into a physical storage medium such

    as CDs or pen drives in the presence of IRs. The CDs or pen drives will be

    handed over to the IRs. The data will also be uploaded to a server at the Master

    Control Facility. After the confirmation of proper transfer of data to the server at

    the Master Control Facility, the TAs in the presence of IRs will delete the

    responses and audit trails in the hard disks of the main and backup servers, and

  • 19

    post which the CP will not be responsible for any data in the context of non-

    availability of data.

    Process Manual - The detailed Standard Process Manual (SPM) will be

    prepared by the CP and submitted to GATE/JAM Committee for approval latest

    by the 15th day of October 2015.

    Mock Tests

    The CP must make arrangements so that static mock tests can be conducted by

    the interested applicants using old question papers loaded on the respective

    zonal websites of GATE/JAM 2016 for each of the three years of the term as set

    out herein. The question papers should be available to all the applicants well

    before the actual examination so that the applicants can have practice sessions.

    The CP must conduct mock tests a day before each exam day in addition to any

    unscheduled mocks conducted prior to this. The CP also has to make

    arrangements to upload the results of one of the mock tests conducted onto the

    server so that the Organizing Institute can make observations of the results from

    the Master Control Facility.

    Conduct of Examination and Security of Examination Centers

    White labeling of the service: The entire operations of the GATE/JAM

    online examination will be under the Brand name of GATE/JAM, and its

    designated logo. At no point of time and location will the identity of CP be

    displayed in public domain.

    The CP and the College or the ITF shall ensure that the Test Centres are

    kept in examination-friendly environments with no disturbances from

    external sources. The CP will also ensure the secrecy of the examination

    material and will support GATE/JAM in maintaining the secrecy of the

    examination material. Any decision by the GATE/JAM appointed Institute

    Representatives (IRs) in this regard shall be final. The CP will also ensure

    that the examination is held in a candidate-friendly environment and

    enough security arrangements have been made to ensure the safety of

    examination material and the people involved in the conduct of

    examination.

    Features to be Provided in Online Examination Test Software

    The Online Examination Test taking Software developed by the CP should be

    demonstrated for the AE, GG and XE papers of GATE 2015 and BL paper of JAM 2015

    which are available on the GATE/JAM websites of the zones (e.g. http://gate.iisc.ernet.in).

    The Online Examination Test Software should include the following features:

    A Standard Scientific Virtual Calculator should be available.

  • 20

    Keyboard should be disabled

    Login using a virtual keypad

    Display of details of candidate (including a photograph) upon login for verification by

    the candidate.

    Display of instructions to candidates upon login and before start of examination. The

    candidate must be able to retrieve instructions at any time during the examination as

    well. The software must obtain concurrence of the candidate having read the

    instructions before start of examination.

    Start and closure of the examination at scheduled time (candidates must not be able

    to start their examination even if they login before the scheduled time).

    Display of remaining time available.

    Display of candidate details on the screen (including a photograph if available) during

    the examination.

    Viewing the complete question paper or a section in the case of sectional papers.

    Display of a selected question with choices of answers for multiple choice type

    questions.

    Display of a selected question and a virtual numeric keypad for numerical answer

    type questions.

    Marking/unmarking a question (answered or unanswered) for review.

    Display of status of questions using different colours and symbols for all questions of

    the paper.

    Switching between sections in the question paper for the GG, XE and XL papers.

    Disabling of exit from test software for the period of examination, i.e., the candidate

    cannot exit at any point of time during the entire duration of the test.

    7. Time Frame:

    A tentative schedule of the activities for GATE/JAM 2016 is given below. However,

    there may be minor variations in the schedule.

    Sl.no Activity Date Responsibility

    1. Initiation of the project and 1st meeting 01-08-2015 GATE/ JAM 2016 Committee & CP

    2. Tentative list of centers with no. of nodes to GATE / JAM 2016

    15-08-2015 CP

    3. Auditing and Vetting of test centers 15-08-2015 to

    01-10-2015

    GATE/ JAM 2016 Committee & CP

    4. Final list of test centers for GATE / JAM 2016

    02-10-2015 CP

  • 21

    5. Submission of Standard Operating Manual to GATE/JAM committee

    15-10-2015 CP

    6. Vetting and finalization of Standard Operating Manual

    22-10-2015 GATE/ JAM 2016 Committee & CP

    7. Testing of vetted test centers as per SOM (e.g. testing of examination software, server capability, network security)

    01-11-2015 to

    15-11-2015

    CP

    8. Tentative list of TAs, CHs, POs, DPOs 28-11-2015 CP

    9. Final list of TAs, CHs, POs, DPOs 5-12-2015 CP

    10. Setting-up of Servers for Master Control Facility at GATE/JAM Zonal offices

    15-12-2015 to

    26-12-2015

    CP

    11. Custody of exam centres and security arrangements

    25-01-2016 CP

    12. Mock tests at all centres selected for GATE/JAM 2016

    23-01-2016 to

    27-01-2016

    CP

    13. Review Meeting 23-01-2016 GATE/ JAM 2016 Committee & CP

    14. GATE/JAM 2016 Online Examinations 30-01-2016 to

    13-02-2016

    GATE/ JAM 2016 Committee & CP

    15. Handing over of raw data to GATE/JAM Committee

    13-02-2016 CP

    16. Handing over of final data and other examination related documents

    14-02-2016 CP

    The tentative schedule for the activities of the GATE/JAM 2017 and GATE/JAM 2018 shall

    be provided by the respective Organizing Institutes at appropriate times in 2016 and 2017

    respectively.

  • 22

    Annexure - 1: Financial Information

    Details furnished below are to be supported duly by figures in Balance Sheet, Profit & Loss

    Account for the last 5 years as certified by the Chartered Accountant and submitted by the

    bidder to the Income Tax Department

    Details 2010-2011 2011-2012 2012-2013 2013-2014 2014-2015 1) Gross annual turnover for works of similar nature

    2) Profit/Loss 3) Financial position

    Cash

    Current assets

    Current liabilities

    Working capital

    Current Assets to Liabilities Ratio

    Documents to be attached along with the above statement:

    Up-to-date Income Tax Clearance Certificate

    Certificate of Financial soundness from the bankers of the Bidders

    Financial Arrangements for carrying out the proposed work

    Any other relevant documents

    (Signature of Bidder)

  • 23

    Annexure-2: Details regarding works of similar nature executed in the past 2 years

    Sr. no Name of the work Clients organization

    Cost of work

    (in Crores) Starting

    date Ending

    date Details of officer to

    whom reference can

    be made

    Remarks

    (Signature of bidder)

  • 24

    Annexure-3: Projects of similar nature currently under execution

    Sr. no Name of the work Clients organization

    Cost of work

    (in Crores) Starting

    date Expected

    date of

    completion

    Details of officer to

    whom reference can

    be made

    Remarks

    (Signature of bidder)

  • 25

    Annexure-4: Performance Report for works referred in Annexure-2 and 3

    (Please furnish the following details for each individual project from the Client)

    1. Name and location of project:

    2. Agreement No.:

    3. Estimated Cost

    4. Tendered Cost:

    5. Date of Start:

    6. Date of Completion

    a) Stipulated date:

    b) Actual date:

    7. Performance report by client:

    a) Quality of Work: (Excellent/Very Good/Good/Fair/Poor)

    b) Approach to problem solving: (Excellent/Very Good/Good/Fair/Poor)

    c) Resourcefulness: (Excellent/Very Good/Good/Fair/Poor)

    Date: (Signature of the client with seal)

  • 26

    Annexure-5: Structure of the Organization

    1. Name and address of bidder: 2. Telephone No./Fax No./Email address : 3. Legal status (Attach copies of original document defining the legal status). a) An Individual/ Consortium: b) A Proprietary/ Partnership agency: c) A Trust: d) A Limited Company or Corporation: 4. Particulars of Registration with various Government bodies & Statutory Tax Authorities (attach attested photocopy)

    a. Registration Number: b. Organization/Place of registration: c. Date of validity:

    5. Names and titles of Directors & Officers with designation to be concerned with this work with designation of individuals authorized to act for the organization. 6. Were you or your company ever required to suspend the work for a period of more than six months continuously after you commenced the works? If so, give the name of the project and reasons for not completing the work. 7. Have you or your constituent partner(s) ever left the work awarded to you incomplete? If so, give name of the project and reasons for not completing the work. 8. Have you or your constituent partner(s) been debarred/black listed for tendering in any organization at any time? If so, give details. 9. Area of specialization and Interest 10 Any other information considered necessary but not included above.

  • 27

    Annexure-6: Details of Technical and Administrative Personnel to be employed for

    this work

    Sr. no

    Designation Total No. of employees in this category

    Number available for this project

    Name Qualification Professional experience

    Capacity in which the employee

    was involved in this work

    (Signature of the bidder)

  • 28

    Annexure7:

    Tentative List of Cities for GATE/JAM 2016

    IISc Bengaluru Zone

    Alappuzha, Aluva, Ananthapur, Attingal, Bagalkot, Bangalore, Belgaum, Bellary, Bidar, Chengannur, Davengere, Gulbarga, Hassan, Hubli, Idukki, Kannur, Kanjirapally, Kasaragod, Kolar, Kollam, Kothamangalam, Kottayam, Kozhikode, Kurnool, Malappuram, Mangalore, Manipal, Muvattupuzha, Mysore, Nedumangad, Pala, Palakkad, Payyannur, Punalur, Shimoga, Thrissur , Tumkur and Vadakara.

    IIT Bombay Zone

    Ahmedabad, Ahmednagar, Amravati, Anand, Aurangabad, Bhavnagar, Bhuj, Gandhinagar, Goa, Hyderabad, Jalgaon, Kolhapur, Lonavala, Mahabubnagar, Mehsana, Mumbai, Nagpur, Nanded, Nashik, Navi Mumbai, Pune, Rajkot, Ratnagiri, Sangli, Satara, Secunderabad, Solapur, Surat, Thane and Vadodara.

    IIT Delhi Zone

    Alwar, Bahadurgarh (Haryana), Bikaner, Delhi, Faridabad, Gurgaon, Hisar, Indore, Jammu, Jaipur, Jodhpur, Karnal, Kota, Mathura, Palwal (Haryana), Shimla, Sikar, Udaipur-Chittorgarh and Ujjain.

    IIT Kanpur Zone

    Agra, Aligarh, Allahabad, Bareilly, Bhopal, Gorakhpur, Gwalior, Jabalpur, Jhansi, Kanpur, Lucknow, Saugar (Sagar, MP), Sultanpur and Varanasi.

    IIT Kharagpur Zone

    Balasore, Berhampur (Orissa), Bhilai, Bhimavaram, Bhubaneswar, Bilaspur (CG), Cuttack, Eluru, Jamshedpur, Kakinada (AP), Kharagpur, Kolkata, Raipur, Rajahmundry, Ranchi, Rourkela, Sambalpur, Srikakulam-Vizianagaram, Tadepalligudem, Vijayawada and Visakhapatnam.

    IIT Guwahati Zone

    Agartala, Asansol, Dhanbad, Durgapur, Gangtok, Guwahati, Imphal, Jorhat, Kalyani, Patna, Shillong, Silchar, Siliguri and Tezpur.

    IIT Madras Zone

    Angamaly, Bapatla, Chennai North, Chennai South, Chittoor, Coimbatore, Cuddalore, Dindigul, Ernakulam, Erode, Gudur, Guntur, Kadapa, Kanyakumari, Karimnagar, Karur, Khammam, Madurai, Nagercoil, Nalgonda, Namakkal, Nellore, Ongole, Puducherry (Pondicherry), Salem, Thanjavur, Thiruvananthapuram, Tiruchirapalli, Tirunelveli, Tirupati, Tuticorin, Vellore, Virudhunagar and Warangal.

    IIT Roorkee Zone

    Ambala, Amritsar, Bathinda, Dehradun, Ghaziabad, Haldwani-Bhimtal, Hamirpur (HP)-Una, Jalandhar-Phagwara, Kurukshetra, Ludhiana-Moga, Meerut, Mohali-Rupnagar-Fatehgarh Sahib, Moradabad, Noida, Panipat, Pathankot, Patiala-Sangrur, Roorkee-Muzaffarnagar, Sirmaur, Solan, Sonepat and Yamunanagar.

  • 29