CDAC-eLearning Courses
CDAC-eLearning Courses
CDAC-eLearning Courses
Pune - 411008
Fax: +91-20-25694004
www.cdac.in / mmg@cdac.in
1. Contact Information:
Materials Management Group
2ND Floor
TENDER SCHEDULE
Tender No: CDACP/ACTS/15689/23-24, date: 01/03/2024
1. Duration :
This e-Learning Content Development should be provided within 90 days from the date of
contract/agreement.
2. Eligibility Criteria:
a. The bidder should hold valid and necessary license(s) issued by the statutory
authorities for providing the required services.
b. The bidder should have a minimum average annual turnover of Rs. 50,00,000/- (Rs.
Fifty Lakhs) over the last three financial years.
c. Bidder should be an Indian firm registered in India under appropriate laws of India.
d. The bidder must not be blacklisted by C-DAC or any other Educational / R&D / Govt.
Organizations, as on the date of Opening of the bids.
Note: The bidders must submit necessary and sufficient documentary evidence to support the
eligibility criteria. C-DAC reserves the right to reject any bid not fulfilling any of the above
mentioned eligibility criteria.
3. Pre-bid Meeting:
Pre-bid meeting shall be done online / offline and the details (viz. online link, date and time
/ venue etc.) shall be mentioned in the GeM inquiry/bid document. Pre Bid Queries to be sent
to mmg@cdac.in in Excel format.
4. Exemptions:
If in the view of bidder, any exemption / relaxation is applicable to them from any of the
eligibility requirements under any Rules, process, Guidelines, Directives of Government of
India, bidder may submit their claim for the applicable exemption /relaxation, quoting the
valid Rule, process, Guidelines or Directives. In this case the bidder must submit necessary
and sufficient valid documents along with the technical bid, in support of their claim. The
decision about granting the exemption/ relaxation will be taken by the bid evaluation
committee which is empowered to grant exemption/relaxation.
7. Comparison of Bids:
The financial bids of only the technically qualified bids shall be opened & considered for
commercial comparison online on GeM.
8. Award of Contract:
C-DAC shall award the contract to the eligible bidder whose technical bid has been accepted
and determined as the lowest evaluated commercial bid based on the calculation of all items
inclusive of taxes and all other charges of the Commercial Bids through GeM.
1. Prices
The price quoted shall be considered firm and no price escalation will be permitted (except
Govt. Statutory Levies).
Bidder must quote in INR only. The bidders must provide the details viz. name & address on
whom the Supply Order is to be placed.
The prices quoted must be on “all-inclusive” basis – F.O.R. C-DAC Pune. (Including
loading/unloading of components (if any), insurance cost, travelling of team, Installation,
Integration, Training, Warranty replacements, shipping/courier charges etc. as per the
schedule of requirement given in Section IV).
Bidder must provide the price including applicable GST for the complete work. The bidder
should exercise utmost care to quote the correct percentage of applicable GST (Tariff Rate)
on their own. Any change in prices for reason whatsoever shall not be entertained.
In case due to any error/ oversight, the GST rate quoted by the bidder is different than the
actual GST rate as per the tariff, the bidder will not be permitted to rectify the
error/oversight. The orders/ contract will be placed with the GST rate quoted by the bidder
or actual tariff rate (as on placement of order), whichever is LOWER. In case of lower GST
rate quoted by bidder, the difference amount payable towards GST, i.e. between the quoted
GST rate and actual tariff rate, if any, shall be borne by the bidder. The current procurement
is commercial in nature and hence the appropriate taxes should be quoted in the bids.
NOTE: C-DAC is not eligible for any GST concession for this work and C-DAC shall not
provide any GST Concessional Certificate against this work order which is commercial in
nature.
2. Completeness Responsibility:
Notwithstanding the scope of work, supply and or services stated in bid document, any
equipment or material, engineering or technical services which might not be even specifically
mentioned under the scope of supply of the bidder and which are not expressly excluded there
from but which – in view of the bidder - are necessary for the performance / execution of
work in accordance with the specifications are treated to be included in the bid and has to be
performed by bidder. The items which are over & above the scope of supply specified in the
Schedule of Requirements may be marked as “Optional Items”.
3. Performance Security:
Within 7 days of placement of order, the selected bidder should submit a Performance
Security, for an amount equivalent to 10% of the contract/order value. This performance
security can be in the form of a Demand Draft or a Bank Guarantee, in the name of C-DAC,
Pune for duration of 38 months. The performance security (if submitted in the form of a Bank
Guarantee) shall remain valid for a period of 60 days beyond the date of completion of
contractual obligations as specified in the order including warranty. The Performance Security
will be returned/refunded within two weeks of completion of contractual obligations.
4. Acceptance Criteria:
The bidder past record and past Purchase Order will be checked by nominated committee,
wherever possible personal visit will be done at the time of Technical Bid Evaluation to
check/verify the documents submitted by the bidder. Only Qualified Technical Bidders
Commercial bid will be opened and evaluated for awarding the service contract.
5. Payment Terms:
C-DAC reserves the right to cancel the order in case the delay is more than 90 Days.
The delay in delivery and/or execution, not attributed to supplier viz. delay in site allocation
/ availability, delay in submission of required documents (by C-DAC), approval etc. and the
conditions arising out of Force Majeure will not be considered for the purpose of calculating
penalties.
All delays occurring/envisaged by the vendor need to be intimated at least two weeks in
advance from the occurrence (including Force Majeure). The application of penalty wrests
with C-DAC. Penalty will be levied at the rate of 2% per week subject to a maximum of 10%.
7. Jurisdiction:
The disputes, legal matters, court matters, if any shall be subject to Pune jurisdiction only.
8. Force Majeure:
C-DAC may consider relaxing the penalty and delivery requirements, as specified in this
document, if and to the extent that, the delay in performance or other failure to perform its
obligations under the contract is the result of an Force Majeure. Force Majeure is defined as
an event of effect that cannot reasonably be anticipated such as acts of God (like earthquakes,
floods, storms etc.), acts of states / state agencies, the direct and indirect consequences of
wars (declared or undeclared), hostilities, national emergencies, civil commotion and strikes
at successful Bidder’s premises or any other act beyond control of the bidder.
9. Arbitration:
In case any dispute arises between the C-DAC and successful bidder with respect to this RFP,
including its interpretation, implementation or alleged material breach of any of its provisions
both the Parties hereto shall endeavour to settle such dispute amicably. If the Parties fail to
bring about an amicable settlement within a period of 30 (thirty) days, dispute shall be
referred to the sole arbitrator mutually appointed by both parties. If the sole arbitrator is not
appointed mutually by both the parties then the District Court Pune shall have exclusive
jurisdiction for appointment of sole arbitrator through court. Arbitration proceedings shall be
conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and
Rules made there under, or any legislative amendment or modification made thereto. The
venue of the arbitration shall be Pune. The award given by the arbitrator shall be final and
binding on the Parties. The language of arbitration shall be English. The common cost of the
arbitration proceedings shall initially be borne equally by the Parties and finally by the Party
against whom the award is passed. Any other costs or expenses incurred by a Party in relation
to the arbitration proceedings shall ultimately be borne by the Party as the arbitrator may
decide. Courts in Pune only shall have the exclusive jurisdiction to try, entertain and decide
the matters which are not covered under the Arbitration and conciliation Act.
11. Indemnity:
The successful bidder shall indemnify, protect and save C-DAC from/against all claims, losses,
costs, damages, expenses, action suits and other proceeding, resulting from/arising out of:
a. infringement of any law pertaining to intellectual property, patent, trademarks,
copyrights, safety and security etc. by the bidder or
b. such other statutory infringements by the successful bidder pertaining to perform the
work, or
c. any act/omission/performance/under or non or part performance/failure of the bidder.
12. Termination
In case of the delay in providing the stipulated supplies / services, and /or defect/under or
non- performance pertaining to the services / products supplied by the bidder, C-DAC will
give written notice to the bidder requesting to rectify the needful within 15 days of notice.
If bidder fails to comply with the requirements, C-DAC shall have the right to terminate the
contract and / or cancel the order/s. The successful bidder agrees and accepts that he shall
be liable to pay damages claimed by C-DAC, in the event of termination of contract /
cancellation of order. The successful bidder may terminate the contract by at least 15 days’
written notice, only in the event of non-payment of undisputed invoices for 30 days from
the due date. Except this situation, the successful bidder shall have no right of termination.
a. C-DAC reserves the right to terminate the contract / cancel order with or without cause/
reason, by giving 30 days’ notice to the successful bidder.
13. Assignment:
Selected bidder/ Party shall not assign, delegate or otherwise deal with any of its rights or
obligation under this Contract without prior written permission of C-DAC.
14. Severability:
If any provision of this Contract is determined to be invalid or unenforceable, it will be deemed
to be modified to the minimum extent necessary to be valid and enforceable. If it cannot be
so modified, it will be deleted and the deletion will not affect the validity or enforceability
of any other provision.
## GST Extra as applicable. (Kindly quote GST % applicable as per GST Rules for
these Services)
Note: Please note that, Bidder need to submit the Price masked Commercial Bid (Un-
Priced Commercial Bid).
Scope of Services
Design and Development of Course Contents
A. BRIEF DESCRIPTION
The Centre for Development of Advanced Computing (C-DAC) offers specialized courses in
the field of HPC technology. A training program focused on High-Performance Computing
and Parallel Programming has been crafted for Jordanian experts who are set to undergo
this comprehensive course. Following their classroom training, these experts will share their
knowledge by providing training sessions in their country. In order to reinforce and retain
the insights gained during the classroom sessions, C-DAC is actively working on creating
video-based e-learning content. This content will serve as a valuable future reference for
the experts, allowing them to revisit the course material at their convenience and enhance
their understanding anytime they need.
B. SCOPE
The development of e-learning content is contingent upon aligning with the modular
structure of the C-DAC course syllabus. Vendors are tasked with creating instructional videos
and accompanying Multiple-Choice Questions (MCQs) for each video, forming the core of the
e-learning course materials. It is imperative for vendors to disclose the reference materials
used in video development and the sources that contributed to the creation of these
materials.
To ensure the highest quality, the Vendor is obligated to furnish C-DAC with dependable and
efficient services. This entails deploying skilled personnel, appropriate tools, materials, and
supervision in strict adherence to the policies, standards, and procedures established by C-
DAC for e-content development. C-DAC will assess the Vendor's performance in delivering
these services, evaluating it against the specified standards and scope.
C. COURSE CONTENTS
The curriculum for the "Specialized Programme in High-Performance Computing and Parallel
Programming" has been meticulously crafted by C-DAC, and the detailed contents are
outlined in Annexure – I. This course syllabus serves as the blueprint for the development of
e-learning materials.
The requisite e-content will need to be provided in the following formats: videos in mp4
format, srt files, PowerPoint slides (ppt), and Multiple-Choice Questions (MCQs) in document
files. The specific deliverables are outlined as follows:
1. Lesson Plan:
1.1. The expert or faculty member will develop distinct unit-wise lesson plans based
on the course contents outlined in Annexure – I. A reference sample lesson plan
is provided in Annexure – III.
1.2. The expert or faculty has the flexibility to create a lesson plan of their
preference to comprehensively cover the entire syllabus.
1.3. The lesson plan will serve as a guide for tracking video recordings, with the
specified number of videos and their durations detailed in Annexure – II.
1.4. The lesson plan will be instrumental in monitoring the recorded hours,
facilitating the calculation of the time required for each unit or module.
1. The quality assurance cycle must successfully navigate the testing phase and address
reported issues. The Vendor is then responsible for resolving these issues to ensure
their comprehensive resolution. To guarantee a high-quality product, the following
deliverables must be provided as mentioned in the requirements at various stages
before and during the e-content development process:
2. Lesson Plan
2.1. A comprehensive plan outlining the development process.
2.2. A detailed content outline for each video based on the lesson plan. The lesson
plan will undergo scrutiny by a C-DAC nominated expert to ensure correctness
in generating e-contents.
3. The PowerPoint slide deck
3.1. The slide deck or individual slides, presented as a video, can be shared with C-
DAC for review and feedback before the complete video recording.
3.2. The slide deck should adhere to the provided template and be utilized for each
video alongside the audio script.
3.3. Slides should feature on-screen text and images in accordance with specified
requirements.
3.4. The PowerPoint slide deck will provide a detailed description of included
images/screenshots.
3.5. Animation of content and images, appearing on screen in a specific sequence,
should be incorporated. Also, ensure that no image animation should overlap
text animation.
3.6. References for final images, including correct filenames or image codes, must
be included.
3.7. Detailed notes for developers to facilitate the creation of the slide deck, video,
image editing, etc.
3.8. Initially, one PowerPoint slide deck for each video, along with the published
video output, should be shared with C-DAC to obtain feedback and approval on
its design and functionality.
3.9. The slide deck for each video will be submitted to C-DAC for review and
feedback, after which video recording can commence.
4. Video Contents
4.1. Ensure that all videos are formatted in the specified mp4 format and undergo
thorough content review.
4.2. Verify that the video layout adheres to usability standards, with visual elements
correctly positioned, aligned, and spaced.
4.3. Meet the required duration for each video as per specified guidelines.
4.4. Align videos with the approved lesson plan.
4.5. Test videos on C-DAC's e-learning system for functionality and compatibility.
4.6. Ensure synchronization of videos with the contents in the PowerPoint
presentation/speech of the expert or faculty.
4.7. Submit an alpha version for initial feedback and approval, followed by the
submission of the final version of the video.
4.8. Provide transcript files for the videos in SRT format (SRT, DOC/TEXT, PDF), and
subsequently, deliver each script file in PDF format separately.
4.9. Implement necessary fixes to the videos/contents based on received feedback.
4.10. Deliver the final version of the e-contents, reflecting revisions made after
incorporating feedback fixes.
Completion of the task is mandated within 90 days from the date of the issued order. To
ensure a seamless and error-free process, the consistent submission of video content for
feedback and error resolution is strongly recommended. Establishing a mutually
agreeable implementation plan at the outset of content creation, aligned with business
requirements, would facilitate the timely completion of the work.
The cost quotation should encompass the entire scope of work. However, a breakdown
of individual components, such as per-hour video content, including transcripts, SRT files
in the specified format, PowerPoint presentations, reference files and URLs, as well as
the cost estimation for MCQs, can be provided separately.
1. Vendors are required to submit a technical compliance report along with supporting
documents, as outlined in the table below, detailing their adherence to the specified
requirements.
Particulars Yes / No
Vendor must be a company registered in India as per GoI
rules
Name, complete address, contact number and email of
the Company
Detail of Contact Persons authorized by the company to
execute the development of e-contents
PAN Card of the Company
GST registration
Past engagement of developing e-learning contents for
any courses
Details of manpower for developing e-contents:
Subject Matter Experts
Instructional Design Knowledge (Doc, ppt, etc)
Graphic Design Basics (images, animations, etc)
Concise and Clear Storyboard writing skills
Recording/Shooting facility for developing videos
Should have an in-house quality assurance testing
team with proven and robust quality management
processes
Use of AI based tools, if any
Annual Turnover of the company during last 3 FYs
The vendor should have minimum total Turnover of the
Company at-least INR 50 lacks in the last three FYs.
The Vendor should not have been debarred and / or
blacklisted by any Central / State Government
departments / Universities / Educational Institutions /
Organization etc.
List of Clients to whom services provided with details of
company, value of business.
Client feedbacks
The effective methodology used for the development of
e-learning content to meet the standards & scope
2 Vendors are requested to provide the financial details in INR corresponding to the
specified requirements. For a comprehensive overview of the entire project,
encompassing 60 hours of video-based content, consisting of a minimum of 360 videos
with a duration of 10 minutes each, and 3600 MCQs (10 questions per video), please
refer to Annexure – II & III. This Can be uploaded in separate Excel file with the
Commercial Bid,
C-DAC reserves the right to modify bid documents by issuing addenda (Corrigendum) at
any time before the deadline for bid submission. All issued addenda (Corrigendum) will
become integral parts of the bid documents and will be communicated in writing or via
email to all Vendors.
Vendors are required to electronically submit both the Technical Bid and the Commercial
Bid on GeM. The submission must be made separately for the technical and commercial
components.
Annexure – I
Teaching Schema
Sl. No. Module Name Hours
1. Introduction of Linux Operating system 40
2. Fundamentals of Networking 40
3. Linux System Administration and Linux Programming 80
4. Fundamentals of cluster computing and HPC 80
5. MPI Programming & Open MPI 80
6. Accelerated Computing with GPU Using CUDA 80
7. Introduction to Open CL and Data Parallelism 80
8. HPC Technology and Best Practices & HPC Tools 80
9. HPC on public cloud 40
8. HPC Technology and Best Practices & HPC Tools (80 hrs)
Introduction to HPC Systems, HPC components, HPC system deployment, Software
Provisioning, managing hardware Diversity, Scheduling and resource management,
Usage accounting Data management (quotas, purging, archival), Sustainable HPC
Computing, Infrastructure, Green computing, Grid and Cloud Computing, Debug
versus Optimized mode, Multilanguage programming, Strategies for developing
Scientific codes, Collaborative ways of developing scientific and technical Packages.
HPC system deployment, Software Provisioning, managing hardware Diversity,
Scheduling and resource management, Usage accounting Data management (quotas,
purging, archival), Benchmarking, Cluster software, Sustainable HPC Computing,
Infrastructure and Datacenter management, Data Centre Metrics, Best Practices, Fire
Protection and Security Systems. Introduction to job resource manager and
scheduler, Writing the batch script, submission, monitoring. Application-level
checkpointing
Module5:
Parallel Programming using MPI and OpenMP (80 hrs)
Module overview: This module covers Parallel Programming using Shared Memory
Programming (OpenMP) and Distributed Memory Programming (MPI). We will begin our
discussion with Parallel Computing concepts to set the stage for detailed discussion on MPI
and OpenMP. Then we will discuss the core OpenMP concepts to understand the working of
Shared Memory programming. In advanced OpenMP, we will cover GPU programming with
OpenMP along with new features available with latest OpenMP specifications. For MPI, we
will discuss point-to-point and collective communication before we get into more advanced
topics. We will conclude this module by discussing about some specific topics such as
benchmarking, math libraries and future trends in parallel programming.
Prerequisite: C programming.
2. Transcript of the videos must be provided: audio in srt file and textural content in
docx file and formatted pdf format with watermark as “Copyrighted Content” without
inverted commas written by using (239,246,255) color in color palette.
3. The PPT slides of Topics as per provided format.
4. The documents/reference material used to create the slides (Reports etc.).
5. The links (URLs) that have been used to gather information.
6. All the IPR created under this activity will belong to C-DAC, ACTS, Pune.
7. The expert/faculty will provide list of assignments with a solution and without a
solution and solved and unsolved questions for the module.
8. 480 questions (10 MCQs for each video having 4 options out of which one is correct) or
True/False type questions with explanation on correct and wrong options.
Annexure – IV
By virtue of accepting the offer letter by you these Terms and Conditions set forth herein
with shall be obligated and followed with strict compliance by you and shall have legally
binding on your agreement with C-DAC, Pune (both ongoing and in the future).
The Outsourcing Guidelines hereby mandate that agencies/entities entering into such a
relationship at the behest of CDAC-Pune shall ensure and comply with the following:
I. Confidentiality Clause:
You shall undertake all necessary steps to ensure confidentiality of the terms of
outsourcing and protect the data so exchanged or shared as a part of executing
outsourced obligations with C-DAC, Pune.
IV. Liability:
The aggregate liability of the C-DAC to you, whether under the Contract, in tort or
Otherwise, shall not exceed the total honorarium offered.
V. Indemnification:
You should ensure that all material provided by you is free of any licensing encumbrance
upon C-DAC Pune. You agree to indemnify C-DAC Pune and its affiliates, shareholders,
officers, directors, employees, agents, representatives, and customers against any and
all costs, liabilities, losses, and expenses (including, but not limited to, reasonable fees
of attorneys) arising out of any claim, suit, action or proceeding (each, an "Action"), for
any act(s) and omissions or any resulting activity(s) there from or any incidental matter
in any way arising there from against all claims of copyright, patent, licensing, and such
on work created in order to fulfil the requirements of this assignment.
VI. Confidentiality:
i. Any confidential information received by you, under and by virtue of this agreement,
shall be maintained in the strictest confidence and trust.
ii. Any information, software / hardware material, training programme specifications,
designs, financial, technical information, documents, study material, course
syllabus, presentations etc.; which is not in public domain shall be deemed to have
been in private domain and it shall not be made public or shared with any other party
without the prior written consent of C-DAC.
ANNEXURE – A: COVERING LETTER
Date:
To:
The Executive Director,
Centre for Development of Advanced Computing (C-DAC)
Innovation Park, Panchavati, Pashan Road,
Pune - 411008 Maharashtra, INDIA
Subject: Submission of bid for Design and Development e-Learning content Development.
Dear Sir,
We, the undersigned, offer for Design and Development e-Learning content Development in
response to your GEM Bid no. -------. We hereby submit our proposal for same, comprising
of Technical bid and the Financial Bid, through www.gem.gov.in
We hereby declare that all the information and statements made in this bid are true and we
accept that any misinterpretation contained in it, may lead to our disqualification.
We undertake to supply and install the said items as stipulated in said tender document.
We hereby certify that my/ our firm has not been disqualified and / or blacklisted by any
Office/ Department/ Undertaking of the State Government / Central Govt. of India, PSU/
Autonomous Body of Government of India, at the time of submission of this bid.
We agree to abide by all the terms and conditions of the tender document, including
corrigenda. We would hold the terms of our bid valid for 90 days as stipulated in the tender
document.
We understand you are not bound to accept any Proposal you receive.
The undersigned is authorized to sign this bid document. The authority letter to this effect
is enclosed.
Yours sincerely,
Authorized Signatory:
Name and Title of Signatory:
e-mail:
Mobile No:
ANNEXURE – B: AUTHORITY LETTER
Date:
To:
The Executive Director,
Centre for Development of Advanced Computing (C-DAC)
Innovation Park, Panchavati, Pashan Road,
Pune - 411008 Maharashtra, INDIA
Mr./Ms. _________ (Name and designation of the signatory), whose signature is appended
below, is authorized to sign and submit the bid documents on our behalf against said Tender,
Specimen Signature:
Date:
To:
The Director General,
Centre for Development of Advanced Computing (C-DAC)
Innovation Park, Panchavati, Pashan Road,
Pune - 411008 Maharashtra, INDIA
Yours sincerely,
Authorized Signatory:
Name and Title of Signatory:
e-mail:
Mobile No:
Annexure D
a. We are not from a country sharing land border with India and any registration as
mentioned in said OM is not applicable to us.
OR
b. We are registered with the competent authority as mentioned in said OM. The copy of
registration No.xxx dt. xxx is enclosed.
Authorized Signatory
(Name & Signature)
(Company’s Seal)
Annexure E
Name of Bidder:
Detailed Address: (for release of INR order):
Contact Person:
Mobile No:
Declaration as per
6/18/2019-PPD & No.P-
45021/112/2020- (%) Make in
PP(BE-II)(E-43780) India contents
Sr. Make/ (Of OEM +Bidder)
Description / Item (F. No. W-
No. Model No
Country Country of 43/4/2019-
of Manufacture IPHW- MeitY)
Origin
of OEM
Bidder may add rows for the items required to cover the entire scope as per the Schedule
of Requirements.
(End of Document)