Académique Documents
Professionnel Documents
Culture Documents
for
Selection of Consulting Firm for
(a)strengthening of CMs Secretariat in the
office of Honble Chief Minister of Jharkhand
by value add services (b) developing and
implementing State Vision Plan (c) developing a
robust dashboard for information system
Jharkhand Agency for Promotion of Information
Technology
(JAPIT)
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
1|P a g e
Table of Contents
NOTICE INVITING TENDER .................................................................................................. 3
DISCLAIMER ............................................................................................................................ 4
1FACT SHEET........................................................................................................................... 5
2 BACKGROUND INFORMATION ........................................................................................ 8
3. ELIGIBILITY CRITERIA ................................................................................................... ..9
4. INSTRUCTIONS TO THE BIDDERS ................................................................................ 13
5. SCOPE OF WORK AND CONDITION OF CONTRACT ................................................. 55
ANNEXURE I - PROPOSAL COVERING LETTER ............................................................. 69
ANNEXURE II: FORMAT FOR POWER OF ATTORNEY.................................................. 71
ANNEXURE III-FINANCIAL PROPOSAL FORMAT ......................................................... 73
ANNEXURE IV BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT--79
ANNEXURE V: -DECLARATION FOR NOT BLACK LIST------------------------------------82
ANNEXURE VI: DRAFT PERFORMANCE GUARANTEE ................................................83
ANNEXURE VII: CURRICULUM VITAE (CV) OF KEY PERSONNEL AND SUBJECT
MATTER EXPERT -----------------------------------------------------------------------------------85
ANNEXURE VIII: PERTICULARS OF THE BIDDERS ......................................................88
ANNEXURE IX: FORMAT OF SENDING PRE-BID
QUERIES .........................................89
9
ANNEXURE X: PRE CONTRACT INTEGRETY PACT ......................................................90
ANNEXURE XI: LIST OF TOP 75 MANAGEMENT COLLEGES ......................................98
ANNEXURE XII: LIST OF TOP 75 ENGINEERING COLLAGES ......................................102
2|P a g e
1.1
Issuer
The CEO
Jharkhand Agency for Promotion of Information Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa, Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
Website: www.japit.gov.in
1.2
3|P a g e
DISCLAIMER
The information contained in this Request for Proposal (hereinafter referred to as "RFP")
document provided to the Bidders, by the Jharkhand Agency for Promotion of Information
Technology, Ranchi, hereinafter referred to as JAPIT, or any of their employees or advisors, is
provided to the Bidder(s) on the terms and conditions set out in this RFP document and all
other terms and conditions subject to which such information is provided.
The purpose of this RFP document is to provide the Bidder(s) with information to assist in the
formulation of Proposals. This RFP document does not purport to contain all the information
each Bidder may require. This RFP document may not be appropriate for all persons, and it is
not possible for the JAPIT, their employees or advisors to consider the business/investment
objectives, financial situation and particular needs of each Bidder who reads or uses this RFP
document. Each Bidder should conduct its own investigations and analysis and should check
the accuracy, reliability and completeness of the information in this RFP document and where
necessary obtain independent advice from appropriate sources.
JAPIT, their employees and advisors make no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability or
3
4|P a g e
1 FACT SHEET
S. No.
1
2
Basic Requirement
Tender No.
Name of the Work
5
6
7
8
9
10
11
12(a)
Publishing of pre-bid
queries response
Last Date for Submission of
Bids
Date of Opening of Prequalification Bids
Date of Technical
presentations
& interviews
Date of Commercial Bid
opening
Place of Submission
5|P a g e
Specific Requirement
No. 01/CEO/JAPIT/CM-Office/CS/2015
Selection of Consulting Firm for (a) strengthening of
CMs Secretariat in the office of Honble Chief
Minister of Jharkhand by value add services (b)
developing and implementing State Vision Plan (c)
developing a robust dashboard for information system
The CEO,
Jharkhand Agency for Promotion of Information
Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
Website: www.jharkhand.gov.in
19/06/2015
29/06/2015 till 5 P.M
02/07/2015 at 2:00pm at office of IT Secretary
Chamber, Project Bhawan, Ranchi as per address of
Communication mentioned below.
3
(Pls. refer
the instructions for attending prebid meeting)
06/07/2015 on JAPIT website
20/07/2015 up to 4:00 pm.
22/07/2015 at 5:00 pm
To be informed later
To be informed later
The CEO,
Jharkhand Agency for Promotion of Information
Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
Website: www.jharkhand.gov.in
S. No.
Basic Requirement
Specific Requirement
(b)
Opening of Bids
13
Address of Communication
14
15
16
Contact /Address
17
Validity of Proposal
18
19
Method of Selection
Bid Submission
Note:
1.
The date of opening of the commercial bids will be intimated to the qualified Bidders
before the due date through Email or Telephone.
6|P a g e
2.
JAPIT reserve the right to change any schedule of bidding process. Please visit JAPIT
website mentioned in document regularly for the same.
3.
Proposals must be received not later than time, date and venue mentioned in the Fact
Sheet. Proposals that are received after the deadline WILL NOT be considered in
this procurement process
7|P a g e
2. BACKGROUND INFORMATION
2.1 ABOUT JHARKHAND
The state of Jharkhand, popularly known as Vananchal (meaning land of woods), is located in
the eastern part of India. It was carved out as Indias 28th state out of the southern part of Bihar
on 15 November 2000. With an area of 79,714 sq. km, the state shares its border with the states
of Bihar to the north, Uttar Pradesh and Jharkhand to the west, Odisha to the south, and West
Bengal to the east. Owing to its abundant mineral resources, the state also hosts some of the
countrys major industrial units such as Bokaro steel plant, which is the largest steel plant in
Asia; Indias first iron and steel factory in Jamshedpur and many others. The industrial city of
Ranchi is its capital while Jamshedpur is the largest and the biggest industrial city in the state.
The rivers of Jharkhand play an important role in the socio-economic aspects of the society.
While river Ganges is one of the most important rivers flowing through Jharkhand, irrigation
networks also come from Damodar, Barakar, Koel and Suvarnarekha rivers. Being a tribe
dominated state, nature has been given utmost prominence in every sphere of life and culture in
Jharkhand.
Jharkhand is one the most industrialized regions in India. A mineral rich state, it accounts for
35.5 percent of the country's known coal reserves, 90 percent of its cooking coal deposits, 40
3 90 percent of its mica and huge deposits of
percent of its copper, 22 percent of its iron ore,
bauxite, quartz and ceramics. Due to its huge reserves of forests and natural resources,
Jharkhand accounted for more than 70 percent of Bihars domestic product before the state was
bifurcated. Despite this, it is still one of the most backward states in India with its per capita
Net State Domestic Product (INR 22,780) well below the national average (INR 33,731) and
Net Domestic Product growth rate of 6.35 percent which is below the national average. Despite
these challenges, Jharkhands progress on building infrastructure is commendable. The state is
characterized by a good network of roads, railways, airways, telecommunication, power and
water systems. It is also well connected by roads with the length of its national highway at
1,600 km and that of the state highway at 2,711 km.
2.2 ABOUT JAPIT
9|P a g e
SNo.
1
Basic
Requirement
Bidder
Turnover
Bidder
Turnover from
Consulting
Services
3.1
3.2
10 | P a g e
Specific Requirement
Documents required
Extracts
from the audited
Balance sheet and Profit & Loss
Account; OR
Certificate from
the
statutory auditor
SNo.
Basic
Requirement
Specific Requirement
ii.
3.3
3.4
Legal Entity
Bidder
Consulting
Capacity
Solution
Provider for
CM
Dashboard if
different from
Bidder
11 | P a g e
Documents required
- Certificates of incorporation
- Registration Certificates
- Service Tax Registration
Self-declaration
proof
and
address
SNo.
Basic
Requirement
Authorized
Representative
from Bidder
EMD
Blacklisting
12 | P a g e
Specific Requirement
Documents required
4.1.
General
(a) Scanned copies of the following documents to be up-loaded in. pdf format only on
the website http://jharkhandtenders.gov.in in Technical bid envelop/folder.
(i) Bank Demand Draft or Bank Guarantee towards EMD.
(ii) Bank Demand Draft towards Tender fee.
(iii) Technical Qualification information and supporting documents as specified in
Technical Evaluation Criteria.
(iv) Certificates, undertakings, affidavits as required in Technical Qualification
Criteria.
(v) Required annexure as mentioned in the RFP
(b) Scanned copies of the following documents to be up-loaded on the website
http://jharkhandtenders.gov.in in financial bid envelop/folder.
(i) Duly filled in & Digitally signed BOQ (Will be available online in the portal)
(ii) Financial Bid proposal as in Annexure 3
c) Uploaded documents of successful bidder will be verified with the original before
signing the agreement. The successful bidder has to provide the originals to the
concerned authority on receipt of such a letter, which will be sent though registered post
or speed post or delivered by hand.
d) Uploaded documents should be digitally singed by the bidders
3
h) This RFP supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.
e-Procurement helpline No. : 0651-2400178
13 | P a g e
Note: Bidders are advised to familiarize themselves adequately with the Jharkhand
Government e-procurement systems, well in advance, to avoid last minute technical
glitches/errors preventing successful uploading of bid within specified time frame
4.3.
i.
ii.
Submit the forms as specified in this RFP and respond to each element in
the order as set out in this RFP.
iii.
4.3.1
Bidders Queries
a. JAPIT shall hold a pre-bid meeting with the prospective bidders on Date & time
and Address mentioned in Fact Sheet of this document.
b. The two (2) authorized representative of interested organization may attend
pre-bid conference at their own cost after registering by making payment of
Rs. 20,000/- (Rs. Twenty Thousand Only) non-refundable, in form of DD, in
the favour of CEO, JAPIT, payable at Ranchi. For the bidder who has down
loaded the RFP shall have to submit the RFP document charges along with its
offer document in case it has not participated in Pre bid conference.
c. Pre-bid queries of only those bidders will be responded who have registered
themselves on or before response of pre-bid queries is released.
d. Bidders are requested to submit the e-mail address and mobile no. of one
authorised person for all communications along with the registration.
e. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach
to JAPIT by email (Excel File only) on or before last date for sending pre-bid
queries mentioned in Fact Sheet of this document through the e-mail of only
authorized representative of the bidder.
14 | P a g e
S.
Clarification(s)
Points
of
Clarification
1.
2.
3.
4.
5.
6.
g. JAPIT shall not be responsible for ensuring that the bidders queries have been
received by them. Any requests for clarifications post the indicated date and time
may not be entertained by the JAPIT.
h. Bidders must confirm their participation in advance. Failure to attend pre-bid
meeting lead to the non-participation of the bidder
3
i. The purpose of the meeting is to provide Bidders information regarding the RFP,
project requirements, and opportunity to seek clarification regarding any aspect of
the RFP and the project. However, the JAPIT reserves the right to hold or reschedule the Pre-Bid meeting.
4.3.2
a. The Officer notified by the CEO, JAPIT will endeavour to provide timely response
to the queries. However, JAPIT makes no representation or warranty as to the
completeness or accuracy of any response made in good faith, nor does JAPIT
undertake to answer all the queries that have been posed by the bidders.
b. At any time prior to the last date for receipt of bids, JAPIT may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the RFP Document by a corrigendum.
c. The Corrigendum (if any) & clarifications to the queries from all bidders will be
posted on the JAPIT website www.jharkhand.gov.in
d. Any such corrigendum shall be deemed to be incorporated into this RFP.
e. In order to provide prospective Bidders reasonable time for taking the corrigendum
into account, JAPIT may, at its discretion, extend the last date for the receipt of
Proposals.
15 | P a g e
4.4.
a) JAPIT may terminate the RFP process at any time and without assigning any
reason. JAPIT make no commitments, express or implied, that this process will
result in a business transaction with anyone.
b) This RFP does not constitute an offer by JAPIT. The bidders participation in this
process may result JAPIT selecting the bidder to engage towards execution of the
contract.
4.4.2 RFP Document Fees
a) RFP document can be purchased at the address & dates provided in the Fact sheet
by submitting a non-refundable bank demand draft of Rs. 20,000/- drawn in favour
of CEO, JAPIT payable at Ranchi from any scheduled commercial banks.
b) The bidder may also download the RFP documents from the website
www.jharkhand.gov.in. In such case, the demand draft of RFP document fees
should be submitted along with Proposal. Proposals received without or with
inadequate RFP Document fees shall be rejected.
3
16 | P a g e
i)
ii)
c.
i)
ii)
The outer envelope thus prepared should also indicate clearly the
name, address, telephone number, E-mail ID and fax number of the bidder to
enable the Bid to be returned unopened in case it is declared "Late".
iii)
All the pages of the proposal must be sequentially numbered and must
contain the list of contents with page numbers. Any deficiency in the
documentation may result in the rejection of the Bid.
iv)
v)
All pages of the bid including the duplicate copies, shall be initialled
and stamped by the person or persons who sign the bid.
vi)
vii)
17 | P a g e
paper bid documents, the information furnished on original paper bid document
will prevail over the soft copy.
4.4.5
Authentication of Bids
A Proposal should be accompanied by a power-of-attorney in the name of the
signatory of the Proposal as per Annexure mentioned in this RFP.
4.5.
4.6.
a)
Bids received after the due date and the specified time
(including the extended period if any) for any reason whatsoever, shall not
be entertained and shall be returned unopened.
b)
c)
d)
JAPIT reserve the right to modify and amend any of the abovestipulated condition/criterion depending upon project priorities vis--vis
urgent commitments.
Evaluation process
the responses to the RFP and all supporting documents / documentary evidence.
Inability to submit requisite supporting documents / documentary evidence, may lead
to rejection
c) The decision of the Proposal Evaluation Committee in the evaluation of responses to
the RFP shall be final. No correspondence will be entertained outside the process of
evaluation with the Committee.
d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek
clarifications on their proposals.
e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on
the basis of any deviations.
f) Each of the responses shall be evaluated as per the criterions and requirements
specified in this RFP.
Proposal evaluation Committee will prepare a list of responsive bidders, who comply
with all the Terms and Conditions of the Tender. All eligible bids will be considered
for further evaluation by a Committee according to the Evaluation process define in
this RFP document. The decision of the Committee will be final in this regard.
a) Evaluation committee will examine the bids to determine whether they are
complete, whether any computational errors have been made, and whether the bids
are generally in order.
b) 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 the errors, his proposal will
be rejected. If there is a discrepancy between words and figures, the
amount in words will prevail.
b.
The JAPIT may conduct clarification meetings with each or any bidder to
discuss any matters, technical or otherwise.
c.
Further, the scope of the evaluation committee also covers taking any decision
with regard to the Tender Document, execution/ implementation of the project
including management period.
d.
e.
i.
ii.
20 | P a g e
iii.
The Technical Evaluation Criteria consists of 2 parts. Part 1 Consulting is of 100 marks, and
Part 2 CM Dashboard Solution is of 50 marks. If the CM Dashboard solution provider is
different from the Bidder, then the technical evaluation score of the solution provider will be
considered for Part 2 - CM Dashboard Solution.
SL.N
O.
Criteria
Required
documentary
evidence
1.1
Energy/Power
PrEnergy/Poweroject/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks
1.0
1.2
1.0
21 | P a g e
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
1.3
1.0
1.4
1.0
1.5
1.0
1.6
1.0
1.7
1.0
1.8
1.0
22 | P a g e
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement
for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement
for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
1.9
Urban Development
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks
1.0
1.10
Health
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks
1.0
1.11
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks
1.0
1.12
Social Welfare
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks
1.0
1.13
Education (Primary/Higher/Technical)
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks
1.0
23 | P a g e
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
Consulting/adviso
ry project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
Consulting/adviso
ry project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
Consulting/adviso
ry project and
highlight Scope of
Work/ services
1.14
1.0
1.15
Tourism
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0
1.0
1.16
Forest/Environment/Irrigation
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks
1.0
1.17
1.0
1.18
1.0
1.19
1.0
24 | P a g e
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
1.20
1.0
1.21
1.0
1.22
1.0
1.23
1.0
1.24
1.0
1.25
1.0
25 | P a g e
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
2.1
2.2
26 | P a g e
20
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Required
documentary
evidence
CV
per
the
required format
B.E. /
(Branch)
4x2=8
B.Tech
2.3
27 | P a g e
2.4
2
Language Expert
(I) Qualification & Experience : Maximum 1
Marks
i) Any Post Graduation with Recognized diploma or
certificate course in
Translation from Hindi to English and vice versa
with Minimum 10 Years of
Experience : 1.0 Marks
(II) Expertise : Maximum 1 Marks
i) Minimum 2 Years experience of Translation
work from Hindi to English
and Vice versa in Central/ State Government
offices, including Government of
India Undertakings : 1.0 Marks
3
20
Required
Subject Matter Experts (Having a minimum
documentary
experience of 10 years) One CV on each sector to
evidence
be submitted as per the format
Subject Matter Expert having experience in at least 2 consulting projects in the following
domains/ services (Consulting Projects in India in State/ Central Government
department / Quasi Govt./ PSU/Donor Agencies)
3.1
Energy /Power
1
Enclose CV as per
Project/Services
format defined in
1 Project -0.5 Marks
the RFP.
2 Project -0.75 Marks
>2 Project-1.0 Marks
3.2
Finance/ Tax Regulations/ Planning
1
Enclose CV as per
Project/Services
format defined in
1 Project -0.5 Marks
the RFP.
2 Project -0.75 Marks
>2 Project-1.0 Marks
3.3
Panchayat and Rural Development
1
Enclose CV as per
Project/Services
format defined in
2 Project -0.5 Marks
the RFP.
>2 Project-1.0 Marks
3.4
Enclose CV as per
format defined in
the RFP.
3.5
Enclose CV as per
format defined in
the RFP.
3.6
Enclose CV as per
29 | P a g e
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
format defined in
the RFP.
3.7
Enclose CV as per
format defined in
the RFP.
3.8
Enclose CV as per
format defined in
the RFP.
3.9
Urban Development
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Enclose CV as per
format defined in
the RFP.
3.10
Health
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Enclose CV as per
format defined in
the RFP.
3.11
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Enclose CV as per
format defined in
the RFP.
3.12
Enclose CV as per
format defined in
the RFP.
3.13
Enclose CV as per
format defined in
the RFP.
Enclose CV as per
format defined in
the RFP.
Enclose CV as per
format defined in
the RFP.
3.14
3.15
3.16
3.17
30 | P a g e
Enclose CV as per
format defined in
the RFP.
Enclose CV as per
3.18
3.19
3.20
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Governance and policy reforms
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Branding and Promotion related services
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Bid Process Management/ PPP Transaction
Services
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Organization capability
format defined in
the RFP.
1
Enclose CV as per
format defined in
the RFP.
Enclose CV as per
format defined in
the RFP.
Enclose CV as per
format defined in
the RFP.
20
Required
documentary
evidence
A certificate by
Chartered
Accountant along
with Profit &
Loss'
statements,
Balance
Sheet
submitted
with
Income
Tax
returns indicating
sector-specific
turnover
is
required.
A certificate by
Chartered
Accountant /
Company
Secretary
indicating the
Government
Consulting
turnover is
required.
Enclose copy of
ongoing /
completed
work order /
agreement for
consulting/adviso
ry project and
highlight Scope
4.1
5.0
4.2
2.5
4.3
31 | P a g e
4.4
4.5
of Work/ services
with project cost
5.0
Enclose copy of
ongoing /
completed
work order /
agreement and
highlighting the
Scope of Work/
services
2.5
Enclose copy of
ongoing /
completed
work order /
agreement and
highlighting the
Scope of Work/
services in
Jharkhand
Required
documentary
evidence
30 minutes time
will be given for
presentations
15
5.3
Presentation
5.4
a) Understanding of the
assignment
b) Quality of methodology and
work program
Interviews of onsite resources
10
The technical score of this evaluation will be called T_Part1 (maximum 100 marks)
32 | P a g e
30
Submit
updated
compliance and
Attach Factsheets
Enclose copy of
ongoing
/
completed work
order / agreement
Enclose copy of
ongoing
/
completed work
order / agreement
2)
The commercial bids of only technically successful Bidder(s) whose bids have been
awarded 70 or more marks in aggregate by the Committee will be opened. The
evaluation will be carried out if Commercial bids are complete and computationally
correct. Lowest Commercial proposal will be allotted a Commercial score of 100
33 | P a g e
marks. The Commercial score of other Bidder(s) will be computed by measuring the
respective Commercial bids against the lowest proposal.
3)
The bidder with the Highest Technical Marks will be awarded 100 marks and others
bidders will be awarded on percentile basis (e.g.) if the highest technical Marks is 90,
the T1 bidder will get (Tm) 100 marks. A bidder awarded 80 marks will get (80/90) x
100=88.88 Marks.
4)
4.7.
i.
The profile of the bidder along with required certifications that the period of
validity of bids is 180 days from the last date of submission of proposal.
b.
Audited annual financial results (balance sheet and profit & loss statement
showing business in India) of the bidder for the last three financial years.
c.
d.
Power-of-attorney granting the person signing the proposal the right to bind
the bidder as the Constituted attorney of the Directorate.
e.
34 | P a g e
ii.
Technical proposal
a.
b.
c.
d.
e.
f.
g.
iii.
Commercial proposal
a.
b.
4.8.
4.9.
Proposal particulars
Proposal letter
Proposed approach and methodology and services offered
Proposed Project Plan and Implementation Schedule
Schedule of delivery
All relevant document for Technical Evaluation
Annexure for Technical Qualification
Proposal letter
Proposal particulars including priced Bill of Material (BOM) Bidders should
enclose, with their offers, full details of services offered as well as their
latest on-going /completed projects.
The Bidder is allowed to modify or withdraw its submitted proposal any time
prior to the last date prescribed for receipt of bids, by giving a written notice
to the JAPIT.
b.
Subsequent to the last date for receipt of bids, no modification of bids shall
be allowed.
c.
Proposal Forms
a.
b.
For all other cases, the Bidder shall design a form to hold the required
information.
c.
Each Bidder is expected to become fully acquainted with the local conditions
and factors, which may affect the performance of the contract and /or the cost.
b.
The Bidder is expected to know all conditions and factors, which may have any
effect on the execution of the contract after issue of letter of Award as
35 | P a g e
described in the bidding document. The JAPIT shall not entertain any request
for clarification from the Bidder regarding such local conditions.
c.
d.
The Bidder is expected to visit and examine and study the location of Govt.
offices and its surroundings and obtain all information that may be necessary
for preparing the proposal at its own interest and cost.
4.11.
a.
b.
Bidder shall not approach JAPIT officers after office hours and/or outside
JAPIT office premises, from the time of the proposal opening till the time the
Contract is awarded.
The bidder shall meet the criteria for eligibility mentioned in the Tender
document. The bidder must have registration certificate, registration under
Labour Laws Contract Act, valid sales tax registration certificate and valid
service tax registration certificate, whichever is applicable, for this Tender. Any
kind of consortium will not be permitted. However, sub-contracting is
permitted under this for Subject Matter Experts (SMEs) as the need arises.
a.
EMD Envelope
b.
Technical Proposals
c.
Commercial Proposals
d. JAPIT shall inform those Bidders whose proposals are accepted via issuance of
Letter of Acceptance (LoA) in duplicate copy. Bidder shall acknowledge the LoA
and return the duplicate copy duly sealed and signed, within seven days from the
issue of LoA by JAPIT.
e. After acceptance of LoA Performance Security shall be deposited as specified in
this document for signing an Agreement with JAPIT.
f. Special Condition for Awarding the Agreement:
i.
JAPIT will sign the Agreement with Successful Bidder for initially 3 year
period.
ii.
JAPIT may extend the Agreement for another 2 year period as per cost
proposed in the price bid by successful bidder.
4.16. Confidentiality
a. As used herein, the term Confidential Information means any information,
including information created by or for the other party, whether written or oral,
which relates to internal controls, computer or data processing programs,
algorithms, electronic data processing applications, routines, subroutines,
techniques or systems, or information concerning the business or financial affairs
and methods of operation or proposed methods of operation, accounts, transactions,
37 | P a g e
contract.
4.17. Publicity
Any publicity by the bidder containing the name of JAPIT should be done only with the
explicit written permission from JAPIT.
4.18. Execution of Agreement
After acknowledgement of the LoA by the selected bidder, a performance security of 10% of
contract value has to deposit in the form of FDR/TDR/DD/BG of any nationalized /Scheduled
Bank in the name of The CEO, Jharkhand Agency for Promotion of Information Technology,
Ranchi, for a Period of Five year and shall sign the Agreement with in Twenty one days from
the issue of LoA.
JAPIT reserves the right to cancel the contract placed on the selected bidder and
recover expenditure incurred by JAPIT under the following circumstances:a. The selected bidder commits a breach of any of the terms and conditions of the
bid.
b. The bidder goes into liquidation, voluntarily or otherwise.
c. An attachment is levied or continues to be levied for a period of seven days
upon effects of the bid.
d. If the selected bidder fails to complete the assignment as per the time lines
prescribed in the RFP and the extension if any allowed, it will be a breach of
contract. The JAPIT reserves its right to cancel the order in the event of delay
and forfeit the bid security as liquidated damages for the delay.
e. If deductions of account of liquidated damages /Penalty exceeds more than
10% of the total contract price.
f. In case the selected bidder fails to deliver the services as stipulated in the
Consequences of Termination
a. In the event of termination of the Contract due to any cause whatsoever, [whether
consequent to the stipulated term of the Contract or otherwise], JAPIT shall be
entitled to impose any such obligations and conditions and issue any clarifications
as may be necessary to ensure an efficient transition and effective business
continuity of the Service(s) which the Vendor shall be obliged to comply with and
take all available steps to minimize loss resulting from that termination/breach,
and further allow the next successor Vendor to take over the obligations of the
39 | P a g e
Liquidated Damages
a. Notwithstanding JAPIT s right to cancel the order, liquidated damages for late
delivery at 1% (One percent) of the undelivered portion of order value per
week will be charged for every weeks delay in the specified delivery schedule
subject to a maximum of 2% of the value of the order value.
b. Liquidated damages for late installation and GO-Live of CM Dashboard at 1%
(One percent) of the order value per week will be charged for every weeks
delay in commissioning to a maximum of 10% of the value of the order value
for CM Dashboard.
c. Please note that the above LD for delay in delivery and delay in
commissioning are independent of each other and shall be levied as the case
may be.
d. JAPIT reserve its right to recover these amounts by any mode such as
adjusting from any payments to be made by JAPIT to the bidder. Liquidated
damages will be calculated on per week basis.
The cumulative and aggregate limit of Liquidated Damages(LD) for delay in delivery and LD
for delay in commissioning would be limited to maximum of 2% of the total contract value.
The aggregate liability of the Consultant shall in no event exceed the total value of the fee
received under this contract.
4.20.3
Acceptance Tests
The selected bidder in presence of the JAPIT authorized officials will conduct
acceptance test at the site. The test will involve installation and commissioning
and successful operation of the Dashboard application, software, installation
etc. No additional charges shall be payable by the JAPIT for carrying out these
acceptance tests.
4.20.4
40 | P a g e
4.20.5 Penalty
i. The Bidder shall perform its obligations under the agreement entered into
with the JAPIT, in a professional manner.
ii. In the event of failure of maintaining the SLA, penalty should be attract of
the cost of concerned services as per mentioned in SLA would be levied
subject to a maximum of 10% of the total service cost.
iii. JAPIT may recover such amount of penalty from any payment being
released to the Bidder, irrespective of the fact whether such payment is
relating to this contract or otherwise.
iv. If any act or failure by the bidder under the agreement results in failure or
inoperability of systems and if the JAPIT has to take corrective actions to
ensure functionality of its property, the JAPIT reserves the right to impose
penalty, which may be equal to the cost it incurs or the loss it suffers for
such failures.
4.20.6
The JAPIT shall implement all penalty clauses after giving due notice
to the bidder.
The Party raising a dispute shall address to the other Party a notice
requesting an amicable settlement of the dispute within seven (7) days of
receipt of the notice.
In case any dispute between the Parties, does not settle by negotiation in the
manner as mentioned above, the same may be resolved exclusively by
arbitration and such dispute may be submitted by either party for arbitration
41 | P a g e
The Arbitration Notice should accurately set out the disputes between the
parties, the intention of the aggrieved party to refer such disputes to arbitration
as provided herein, the name of the person it seeks to appoint as an arbitrator
with a request to the other party to appoint its arbitrator within 45 days from
receipt of the notice. All notices by one party to the other in connection with
the arbitration shall be in writing and be made as provided in this tender
document.
Each Party shall bear the cost of preparing and presenting its case, and the cost
of arbitration, including fees and expenses of the arbitrators, shall be shared
equally by the Parties unless the award otherwise provides. The Bidder shall
not be entitled to suspend the Service/s or the completion of the job, pending
resolution of any dispute between the Parties and shall continue to render the
Service/s in accordance with the provisions of the Contract/Agreement
notwithstanding the existence of any dispute between the Parties or the
subsistence of any arbitration or other proceedings.
4.20.7 Notices
2.
3.
Terrorist attack, public unrest in work area provided either party shall within 10
days from occurrence of such a cause, notifies the other in writing of such
causes. The bidder or JAPIT shall not be liable for delay in performing his/her
42 | P a g e
obligations resulting from any force majeure cause as referred to and/or defined
above. Any delay beyond 30 days shall lead to termination of contract by
parties and all obligations expressed quantitatively shall be calculated as on
date of termination. Notwithstanding this, provisions relating to indemnity,
confidentiality survive termination of the contract.
4.20.9 Failure to agree with Terms and Conditions of the RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall
constitute sufficient grounds for the annulment of the award, in which event JAPIT
may award the contract to the next best value bidder or call for new proposals from the
interested bidders or invoke the PBG of the most responsive bidder.
4.21. Service Levels
The purpose of Service Level Agreement (hereinafter referred to as SLA) is to clearly
define the levels of services which shall be provided by the successful bidder to the
JAPIT for the duration of this contract. The benefits of this SLA are to:
a.
Trigger a process that applies to successful Bidders and JAPIT when that
service provided falls below an agreed upon threshold, or target level.
b.
Makes explicit the performance expectations that JAPIT has from the
Successful bidder.
The Successful bidder and JAPIT shall regularly review the performance of the
services being provided by the Successful
; Bidder and the effectiveness of SLA.
4.22. Category of SLAs
The following measurements and targets shall be used to track and report performance
on a regular basis. The targets shown in the following paragraphs and tables are
applicable for the duration of the contract for the Penalty shall be calculated on a
quarterly basis.
The penalty for various delays and deficiencies in CM Dashboard design,
implementation and Maintenance services will be as follows:
a.
Within 21 days after the receipt of notification of award of the Contract from
the JAPIT, the successful Bidder shall furnish Contract Performance Guarantee
to the JAPIT, Ranchi, which shall be equal to 10% of Contract Value and shall
;
be in the form of a Bank Guarantee
Bond/DD from a Nationalized Bank in the
Performa given here-in-after in this document valid for period of 5 Years.
2.
3.
44 | P a g e
(a) Exercise all of the powers and functions of his/her Party under this contract,
other than the power to amend this contract and ensure proper
administration and performance of the terms hereof; and
(b) Bind his or her Party in relation to any matter arising out of or in
connection with this Contract.
4.27.
b.
c.
d.
The JAPIT reserves the right to inspect and monitor / assess the progress /performance at any
time during the course of the Contract, after providing due notice to the Selected Bidder. The
JAPIT may demand, and upon such demand being made, the selected bidder shall provide
with any document, data, material or any other information required to assess the progress of
the project. The JAPIT shall also have the right to conduct, either itself or through any another
agency as it may deem fit, an audit to monitor the performance by the Selected Bidder of its
obligations/functions in accordance with the standards committed to or required by the JAPIT
and the Selected Bidder undertakes to cooperate with and provide to the JAPIT/ any
other Consultant/ Agency appointed by the JAPIT, all documents and other details as may be
required by them for this purpose. Any deviations or contravention identified as a result of
such audit/assessment would need to be rectified by the Selected Bidder failing which the
JAPIT may, without prejudice to any other rights that it may have, issue a notice of default.
4.28.
JAPITs Obligations
The JAPIT representative shall interface with the Selected Bidder, to provide the required
information, clarifications, and to resolve any issues as may arise during the execution of the
Contract.
JAPIT shall ensure that timely approval is provided to the selected Bidder, where deemed
necessary, which should include diagram / plans and all specifications related to services
required to be provided as part of the Scope of Work.
4.29.
Information Security
45 | P a g e
The Selected Bidder shall not carry and/or transmit any material, information, layouts,
diagrams, storage media or any other goods/material in physical or electronic form, which
are proprietary to or owned by the JAPIT, out of premises, without prior written
permission from the JAPIT.
The Selected Bidder shall, upon termination of this agreement for any reason, or upon demand
by JAPIT, whichever is earliest, return any and all information provided to the Selected
Bidder by JAPIT, including any copies or reproductions, both hard copy and electronic.
4.30. Indemnity
The Selected Bidder shall execute and furnish to the JAPIT, a Deed of Indemnity in
favour of the JAPIT, in a form and manner acceptable to the JAPIT, indemnifying JAPIT from
and against any costs, loss, damages, expense, claims including those from third parties or
liabilities of any kind how-so-ever suffered including patent, copyright, trademark and trade
secret, arising or incurred inter-alia during and after the Contract period out of:
4.31.
a.
b.
Any breach of any of the terms the Selected Bidders Proposal as agreed, the
Tender and this Contract by the Selected Bidder, its Team or any Agency/
Third Party.
c.
The indemnity shall be to the extent of 10% of project cost in favour of the
JAPIT.
Prices
Prices quoted must be firm and shall not be subject to any upward revision on any account
what-so-ever throughout the period of 4Years.
4.32. Special Conditions of Contract
Amendments of, and Supplements to, Clauses in the General Conditions of Contract.
4.33.
Schedule
46 | P a g e
Sl
1.
Particular
Component I:
Part 1: Advisory Services to Chief
Minister Secretariat (48 months)
2.
Component I:
Part 2: Design, Develop and Prepare a
State Vision Plan for Industrial and
physical Infrastructure Document
incorporating all the sectors being
identified and selected by the
Government of Jharkhand as Key
Sector
and
provide
Vision
implementation assistance and develop
monitoring systems (48 months)
Component
II:
Design
and
implementation of CM Dashboard
Management System (48 months)
Payment
Payment will be made on a monthly basis as
per fee quoted Sl. No. 2 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.
Payment will be made on a monthly basis as
per fee quoted Sl. No. 1 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.
TA/ DA Rules and expense related to travel outside Ranchi shall be reimbursed by Authority
as per rates, terms and conditions as applicable to SeMT ( Consultant, Sr. Consultant,
Proincipal Consultant):
1. The travel expenses of the Onsite resources will be paid extra based on the
actual rate of economy class air-fare in case they are required to travel from
Ranchi to anywhere in India.
2. To claim reimbursement, onsite resources needs to submit the Travel Expense
Claim to the CM Secretariat/ JAPIT along with the relevant bills/ vouchers,
boarding passes, tickets and hotel bills and approval from the authorized
47 | P a g e
approving authority within two weeks from the date of return from the trip.
3. Submission of hotel bills is mandatory with the Travel Expense Claim.
4. For local travel during official visit resources are entitled to engage AC car on a
point to point basis. To claim reimbursement for local travel resources are
required to submit bills and vouchers.
Instruction: The Invoice will be submitted after every Month. The payment will be made within 7 days
after submission of Invoice with attendance sheet verified by nodal officer of CM
secretariat/JAPIT. For the calculation of teams attendance for the team, 22 days per month
will be considered.
The Selected bidder shall satisfactorily perform work as specified under the Tender to the
JAPIT/ CM Secretariat. The requisite payment will be released by JAPIT upon receipt of the
invoice which would be verified from the attendance records within 2 weeks of receipt of the
invoice. Any applicable taxes and duties will be paid by JAPIT.
4.34. Liquidated Damages
Subject to clause for Force Majeure, if the bidder fails to complete the services under
Project scope of work before the scheduled completion date or the extended date or if the
Selected Bidder repudiates the contract before completion of the work, the JAPIT, at its
discretion, may without prejudice to any other right or remedy available to it under the
contract, recover a maximum of 10 percent of the project cost from the Selected Bidder, as
;
Liquidated Damages (LD).
In case it leads to termination, JAPIT shall give thirty days notice to the Selected Bidder of
its intention to terminate the contract and shall so terminate the contract unless during the
thirty days notice period, the Selected Bidder initiates remedial action acceptable to the
JAPIT.
The JAPIT may without prejudice to its right to affect recovery by any other method, deduct
the amount of liquidated damages from any money belonging to the Selected Bidder in its
hands (which includes the JAPIT right to claim such amount against Selected Bidders Bank
Guarantee) or which may become due to the Selected Bidder. Any such recovery or liquidated
damages shall not in any way relieve the Selected Bidder from any of its obligations to
complete the work or from any other obligations and liabilities under the Contract.
4.35. Dispute Resolution
The JAPIT and the Selected Bidder shall make every effort to resolve amicably by direct
informal negotiations, any disagreement or disputes, arising between them under or in
connection with the Contract.
If even after thirty (30) days from the commencement of such direct informal negotiations, the
JAPIT and the Selected Bidder are unable to resolve amicably a contract dispute, either party
may require that the dispute be referred for resolution to the formal mechanism specified in
clauses below.
48 | P a g e
In the case of a dispute or difference arising between the JAPIT and the Selected Bidder
relating to any matter arising out of or connected with this Contract, such dispute or difference
shall be referred to the award of Arbitrator as indicated in this RFP. The award of the
Arbitrator shall be final and binding on the parties.
The Arbitration and Conciliation Act 1996, the rules there under and any statutory
modification or re-enactments thereof, shall apply to the arbitration proceedings.
The venue of arbitration shall be the Ranchi, India.
The JAPIT may terminate this contract, by giving a written notice of termination of minimum
thirty days, to the Selected Bidder, if the Selected Bidder fails to comply with any decision
reached consequent upon arbitration proceedings pursuant to above Clause.
4.36 Continuance of the Contract:
Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be
pending, the parties hereto shall continue to be governed by and perform the work in
accordance with the provisions under the Scope of Work to ensure continuity of operations.
4.37 Conflict of interest
The Bidder shall disclose to JAPIT in writing, all actual and potential conflicts of interest that
exist, arise or may arise (either for the Vendor the Bidders team) in the course of performing
the Service(s) as soon as practical after it becomes aware of that conflict.
4.38. Severance
In the event any provision of the Contract is held to be invalid or unenforceable under the
; Contract shall remain in full force and effect.
applicable law, the remaining provisions of this
4.39.
Governing Language
The Agreement shall be written in English language. Subject to below Clause, such language
versions of the Agreement shall govern its interpretation. All correspondence and other
documents pertaining to the Contract that are exchanged by parties shall be written in English
language only.
4.40.
No Claim Certificate
The Selected Bidder shall not be entitled to make any claim, whatsoever against JAPIT, under
or by virtue of or arising out of, the contract, nor shall JAPIT entertain or consider any such
claim, if made by the Selected Bidder after it has signed a No claim certificate in favour of
JAPIT in such form as shall be required by it after the work is finally accepted.
4.41.
Publicity
The Selected Bidder shall not make or permit to be made a public announcement or media
release about any aspect of this Contract unless the JAPIT first gives its written consent to the
selected bidder.
4.42.
Force Majeure
Force Majeure shall not include any events caused due to acts/omissions of such Party or
49 | P a g e
result from a breach/contravention of any of the terms of the Contract, Proposal and/or the
Tender. It shall also not include any default on the part of a party due to its negligence or
failure to implement the stipulated/proposed precautions, as were required to be taken under
the Contract.
The failure or occurrence of a delay in performance of any of the obligations of either party
shall constitute a Force Majeure event only where such failure or delay could not have
reasonably been foreseen, or where despite the presence of adequate and stipulated safeguards
the failure to perform obligations has occurred. In such an event, the affected party shall
inform the other party in writing within five days of the occurrence of such event. The JAPIT
will make the payments due for Services rendered till the occurrence of Force Majeure.
However, any failure or lapse on the part of the Selected Bidder in performing any obligation
as is necessary and proper, to negate the damage due to projected force majeure events or to
mitigate the damage that may be caused due to the above mentioned events or the failure to
provide adequate disaster management/recovery or any failure in setting up a contingency
mechanism would not constitute force majeure, as set out above.
In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of
performance in order to ensure the continuity of service and implementation of the obligations
of a party under the Contract and to minimize any adverse consequences of Force Majeure.
4.43 Replacement of onsite Resources:
a)
b)
Except as the Client may otherwise agree in writing, no changes shall be made in the
onsite resource.
;
Notwithstanding the above, the substitution
of Onsite resource during contract
execution may be considered only based on the consultants written request and due to
circumstances outside the reasonable control of the Consultant, including but not limited
to death or medical incapacity or left from organization. In such case, the Consultant
shall forth with provide as a replacement, a person of equivalent or better qualifications
and experience, and at the same rate of remuneration.
c)
In case Onsite depute personnel leaves the organization than resignation letter and
relieving letter needs to be submitted with a replacement request for the personnel.
No Assignment
The Selected Bidder shall not transfer any interest, right, benefit or obligation
under the contract without the prior written consent of JAPIT.
c.
Survival
The provisions of the clauses of the Contract in relation to documents, data,
processes, property, Intellectual Property Rights, indemnity, publicity and
confidentiality and ownership survive the expiry or termination of this Contract
and in relation to confidentiality, the obligations continue to apply unless
JAPIT notifies the Selected Bidder of its release from those obligations.
d.
Entire Contract
The terms and conditions laid down in the Tender and all annexures thereto as
also the Proposal and any attachments/annexes thereto shall be read in
consonance with and form an integral part of the Contract. The Contract
supersedes any prior contract, understanding or representation of the Parties on
the subject matter.
e.
Governing Law
This contract shall be governed in accordance with the laws of India.
f.
Jurisdiction of Courts
The High Court of India at, Ranchi , Jharkhand has exclusive jurisdiction to
determine any proceeding in relation to the Contract.
g.
h.
Notices
51 | P a g e
A notice means:
i)
a notice; or
ii)
52 | P a g e
The CEO,
Jharkhand Agency for Promotion of Information Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
Any Party may change the address to which notices are to be directed, by giving a
notice to the other party in the manner specified above. A notice served on a
Representative is taken to be notice to that Representatives Party.
i.
Waiver
o Any waiver of any provision of this Contract is ineffective unless it is in writing
and signed by the Party waiving its rights.
o A waiver by either Party in respect of a breach of a provision of this Contract by
the other Party is not a waiver in respect of any other breach of that or any other
provision.
o The failure of either Party to enforce at any time any of the provisions of this
Contract shall not be interpreted as a waiver of such provision.
j.
Modification
Any modification of the Contract shall be in writing and signed by an authorized
representative of each Party.
k.
Taxes
JAPIT shall pay service and other applicable taxes to Bidder, if any, imposed on the
services under this contract.
53 | P a g e
l.
Application
These General Conditions shall apply to the extent that provisions in other parts of the
Contract do not supersede them.
54 | P a g e
Component I Part 1:
Consulting and Advisory Services provided to Chief Minister Secretariat
Consulting agency needs to deploy agreed resources on site at Secretariat, Ranchi,
Jharkhand from the day one of the start of the project.
All resources (onsite team) need to carry their own laptops, charger and data card with
internet connection.
The sitting space and furniture will be provided to the onsite team at Secretariat,
Ranchi, Jharkhand by CM Secretariat.;
Printer and consumables such as cartridge and paper etc. will be provided to the onsite
team by CM Secretariat.
The consultancy agency shall deploy additional resources, in case need arise, on
written request of employer. The payment for additional deployment shall be made on
pre- agreed rate card.
.
The following services are required by the Consulting Agency through their Onsite Support
Personnel.
Consulting agency will work under the Chief Minister Secretariat through a Minimum Team
of 5 consultants (One Senior Consultant, Two Middle Level Consultants and Two Junior
Level Consultants)to provide Advisory Services to CM Secretariat and assist in preparation
of concepts note, new idea, Strategy, Business plan and Policy making on best practices
adopted by various government organization nationally and internationally.
1. Assisting in Government reforms, policy and planning (but not limited to)
- Identification of new reform opportunities
- Periodic report on reforms undertaken by various State and Central governments
- Assist the government in framing economic policies
- Drafting of reforms policy
- Drafting of reforms strategy for different units/organizations
- Evaluation of reforms undertaken
- Drafting whitepaper on government reforms
- Advising the government to articulate its reform policy
55 | P a g e
The above team will be supported by Sector / Subject Matter Experts who will be provided on
need basis. The list of sectors where expert advisory or implementation of programs identified
at the CM secretariat are given below.
1
Energy /Power
Urban Development
10
Health
11
12
13
14
15
Tourism
16
17
18
19
20
The subject matter experts must have at least 10 years of relevant professional
experience and CVs are to be furnished as per the attached format.
Services of these Subject Matter Experts will be provided either at CM Secretariat OR
various Government Departments in Ranchi by being on-site OR from the selected
consulting organization respective offices.
57 | P a g e
In addition to this, note the following a) These Subject Matter Experts (SMEs) will provide Back end support to Onsite
consulting Team in their respective field from the day one of the deployment of
onsite team.
b) The Subject Matter Experts (SMEs) will advise and provide consultancy in
Dashboard Implementation for various scheme.
2) Consulting and Advisory Services provided to CM Secretariat through Experts
On Site
a) CM Secretariat / JAPIT hold the discretion to call to Experts onsite as per
requirement basis to Ranchi or anywhere in India.
b) CM Secretariat / JAPIT will inform successful bidder 10 days in advance to schedule
the visit of Expert to Ranchi or anywhere in India.
c) The man-day cost of SME will be calculated based on the man-month rate quoted for
the Consultants in Table B of the Annexure III of financial proposal. For clarity, the
applicable man-month rate for SMEs will commensurate with the years of experience
and will be equal to rate of one of the three categories (i.e. Senior Level Consultant,
Mid-Level Consultant and Junior Level Consultant) as per the years of experience of
the individual SME. Cost related to travel and stay will be paid as per actual by
JAPIT.
d) The qualification and experience of Experts will be as per criteria mentioned in this
Tender document.
e) The CVs provided under Experts in this
bid and approved by CM Secretariat/ JAPIT
will be final.
f) In case the proposed Expert is not available than an Expert with an equal or higher
qualification and experience needs to be deployed after approval from CM Secretariat/
JAPIT.
General Scope of Work:
2) The final interview of proposed onsite team will be done by CM Secretariat/
JAPIT.
3) In case CM Secretariat/ JAPIT does not find the proposed candidates satisfactory
after the personnel interview than Consulting Agency will be required to change
the candidates with equivalent or better qualifications and experience.
4) The Consulting agency will deploy same resources on site whos CV proposed in
the Bid and have cleared the interview.
5) The Resource CV provided for Onsite Staffing cant be change without prior
approval from CM Secretariat/ JAPIT.
Component I Part 2:
Phase I: Preparation of State Vision Plan document for Industrial and physical
Infrastructure (06 months)
58 | P a g e
With a view to provide advisory / execution services for State Vision plan document and its
execution, Consulting agency will provide the following services through an on-site team of 5
consultants (One Senior Consultant, Two Middle Level Consultants and Two Junior
Level Consultants)
Identify Indicators: Identify social and economic indicators and indices that are
essential for achieving inclusive growth and development in the State and will ensure
achievement of the Vision targets.
Current state assessment: Identify key programmes, projects, schemes, policies and
initiatives for the phase-wise implementation across key sectors for realizing high
value-added investments and employment-generation projects to yield maximum
financial and social returns; and Develop As-Is understanding of existing regulatory
framework, policy linkages and re-alignment across key sectors
Gap assessment: Conduct gap analysis while comparing the current situation of the
projects, programs, policies, tasks and policies in order to derive an estimated budget
for the implementation of vision plan; and Highlight challenges and opportunities
based on the gap analysis
Alternate Strategies: Develop alternate strategies to address gap.
List of projects: Identify social, economic, infra projects. Innovation and Optimize
existing Government schemes.
Assess Public Finances: assess the position of public finances in the state and
compute and forecast its trajectory for 2022.
Economic/ Financial Mode: Identify innovative and flexible economic / financial
models that can be used to finance of the vision: debt financing, pooling, management
contracts and public private partnerships.
Action Plan: Develop short, medium and long-term implementation steps, milestones
59 | P a g e
All the above modules shall work hand in hand to achieve various objectives of the
Dashboard. It is envisaged that the Jharkhand Dashboard could benefit the Government
of Jharkhand in the following ways:
Benefits of the State at a Glance Module:
A holistic view of the State of Affairs in the individual Departments in the form of a
balanced scorecard like view on a timely basis
Well defined Key Performance Indicators which will act as true indicators.
Quantification of performance standards and benchmarking with respect to the
similar sectors
Help identify the bottlenecks in the system with a comprehensive drill-down facility
and use appropriate tools to identify the real constraints
60 | P a g e
Scenario Analysis
Variations (targets vs. Actual) analysis
61 | P a g e
How many issues are open in the utilities department for each district etc?
Forward Looking Analysis Bring out some patterns/insights which will eventually provide some
Data Exploration and Adhoc Analysis The system should have provision to perform
adhoc analysis to be able to answer adhoc questions. This analysis should be easy to perform
and should provide capability to slice and dice data across multiple dimensions to be able to
provide the answer.
62 | P a g e
The proposed software should have a seamless integration with other solution components
like ETL, BI and analytics
The BI application needs to have the BI capabilities like Drill down, Slice and Dice,
Multi-Dimensional Analysis, Ad-Hoc analysis, Auto charting and interactive reporting
The tool should provide analytical capabilities such to the end users correlations , regression,
unstructured text analysis, visualization, decision tree and enhanced forecasting etc.It would
be preferred if the proposed solution is being used for a similar requirement for any of the
Government department in India
The proposed software needs to have capability to extend or integrate with components
like advanced and unstructured data analytics as may be required in the future
It would be preferred if the proposed application can be extended / scaled to manage big
data needs as it may be required in the future
The proposed application needs to have capability to integrate with multiple different
databases and operating systems.
users to access reports, receive alerts to update
The proposed BI solution should allow the
report over web, on the network and on mobile devices
The proposed solution should have capability to generate graphical reports using charts
like pie charts, bar charts, line charts, bubble charts, tile charts, speedometers etc.
The solution should provide central metadata repository to manage flow and traceability
of data and structures
The solution should provide native access to leading RDBMS like Oracle, SQL Server,
Sybase, MYSQL and specific data access application to access SAP modules
The tool should be rich in the set of in-built transformations and functions that should
include predefined table and column-level transformations including slowly changing
dimensions - type II.
The tool should support targets which are normalized or de-normalized. The tool should
provide specific functionality to support either of these two design approaches.
The tool should provide pre-build functionalities for the following for Mathematical
transformations, financial transformations and statistical computations
The proposed BI solution should be able to provide basic analytical capabilities like corelation, time series forecasting etc.
Additional Features:
The tool should provide Geographical map views to provide a quick understanding of
geospatial data.
63 | P a g e
The tool should have the ability to use in memory analysis to enable users to conduct fast,
thorough exploration and analysis
The tool should be capable of read and write of comments/annotations on reports and
tablets to aid in collaboration
The solution should provide single integrated metadata and admin interface across data
integration , data quality, Business Intelligence and Analytics
The solution should have pre-built libraries for standardization of India specific data such as
village name, district name, agriculture commodity name, industry types, scheme names
etc.
The solution should be capable of using use fuzzy matching for standardizing and for
detecting duplicates if required. E.g. same district data got uploaded twice etc.
The solution should enable parsing demographic data into atomic level
The solution should have india specific vocabulary libraries, grammar rule libraries,
standardization rules and libraries, regular expression libraries etc.
64 | P a g e
The Component II shall be executed in the following phases Phase I: Implementation (0 to 12 Months)
The Implementation phase would include the following sub-phases:
Identification and Analysis
Design and Development
Testing and deployment
Identification and Analysis
Identification of Schemes / Programs / Departments for performance monitoring
o Identification of 8-10 schemes / programs as per CMs requirements of KPI
based monitoring
o Identification of 5-7 Key departments as per CMs requirements of KPI based
monitoring
o Identification of state level KPIs as per the CMs requirement
Identification and Definition of KPIs for each of the above identified areas
Identification and analysis of the reporting /dashboards / Alerts / What-If-Analysis
related requirements
Identification and analysis of the sources of data as required to enable the identified
KPIs
Analysis of the type and level of integration required to source data from the
applications
Creation and submission of detailed Business Requirement Definition document
covering all the stated initiatives
KEY STAKEHOLDERS
The key stakeholders and their key responsibilities in given in the table below:
S. No.
1
4
66 | P a g e
Stakeholder
Chief Minister Secretariat
JAPIT
Consulting cum
Implementing
Agency
Key Responsibilities
Evaluate Frame and Issue Guidelines, Key Policy
maker for decisions regarding the project, monitor
and assess progress and support the designated agency
in getting technical/financial assistance
Appoint Dedicated Nodal officer(s) to closely work
with CM dashboard team to discuss and provide the
functional
and technical requirement, Provide timely
inputs and concurrence on KPIs, Provide access rights
on existing database server, Provide data in predefined format and frequency
Overall
planning,
coordination,
monitoring,
evaluation
and guidance
for
successful
implementation
of
the
project,
Provide
Infrastructure and other support to the Designated
Agency, Take appropriate steps for legal changes
required in implementing the project etc.
Overall Implementation Owner of the Project,
Receive and manage funds to ensure timely fund
flow to agencies involved, Coordinate and facilitate
interactions between the project implementation
partners, Department of IT, CMO, SWAN and SDC
operator etc.
Facilitate integration of the existing ICT
enabled/e-Governance services, wherever possible,
into the Project etc.
Conceptualization and planning of the project,
will design an efficient and effective end to end
service delivery process for each of the Dashboard,
Prepare the Design of the Dashboard (Functional
67 | P a g e
Construct
In the Construct Stage the following activities shall take place:
Deployment
The deployment stage includes the following activities:
The Operate and Review Stage is required for operating the envisaged solution, delivering
the benefits and instigating a culture of continuous improvement. The post implementation
consultancy requirement involved in the project is as follows:
68 | P a g e
1.
All information provided in this proposal and in the attachments is true and correct to the
best of our knowledge and belief.
2.
We shall make available any additional information if required to verify the correctness
of the above statement.
3.
Certified that the period of validity of bids is 180 days from the last date of submission
of proposal, and
4.
5.
We the Bidders are not under a Declaration of Ineligibility for corrupt or fraudulent
practices or blacklisted by any of the Government agencies.
6.
Jharkhand Agency for Promotion of Information Technology, Ranchi may contact the
following person for further Information regarding this tender:
a. Name and full address of office, Contact No., Email ID, Company
Name b. Name and full address of office, Contact No., Email ID,
Company Name
7.
We are submitting our Eligibility Criteria proposal bid documents and technical bid
documents
69 | P a g e
a. In soft format in form of a CD/DVD clearly hyperlinking all the relevant scanned
documents and highlighting relevant portions of the document for ease of evaluation.
This is in addition to the paper documents in hard copy format to be submitted by the
bidders and needs to be handed over along with bids.
b. The hard copy format is also similarly indexed, flagged and highlighted at relevant
places.
Yours sincerely,
Signature
Full name of signatory
Designation
Name of the bidder (firm etc.)
70 | P a g e
Jharkhand Agency for Promotion of Information Technology, Ranchi, including signing and
submission of all documents and providing information and responses to clarifications /
enquiries etc. as may be required by Jharkhand Agency for Promotion of Information
Technology, Ranchi or any governmental authority, representing us in all matters before
Jharkhand Agency for Promotion of Information Technology, Ranchi, and generally dealing
with JAPIT in all matters in connection with our Proposal for the said Project. We hereby
agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.
For
---------------------
(Signature)
(Name, Title and Address)
Accept
(Attested signature of
Mr._____________________________) (Name, Title and
Address of the Attorney)
71 | P a g e
Notes:
-
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a resolution / power of attorney in favour of the
Person executing this Power of Attorney for the delegation of power hereunder on behalf
of the executants(s).
72 | P a g e
3
4
5
73 | P a g e
Description
Onsite resource support for Personnel as
per requirement mentioned under section Onsite Resource Personnel given under
Technical Evaluation Criteria for
for 4 years for Component I: Part 1 (X)
Onsite resource support for Personnel as
per requirement mentioned under section Onsite Resource Personnel given under
Technical Evaluation Criteria for
for 4 years for Component I: Part 2(Y)
Design, Development, Implementation and
Training for Dashboard Management
System including Subject Matter Expert
support at back-end for 4 Years for
Component II (Z)
Total Amount (X+Y+Z) exclusive of all
taxes in figures
Total Amount (X+Y+Z) exclusive of all
taxes in words
Cost (INR)
Criteria (A2)
Man-month rate for Two Junior
Junior
Level Level
Consultants
Consultant as per each
for
Component
requirement
Part 1and
mentioned
under I:
Component
4
48
Section 4.6.3- Onsite I: Part 2
Resource Personnel
given
under
Technical Evaluation
Criteria (A3)
Grand total in INR exclusive of all taxes in figure (A1+A2+A3)
Grand total in INR exclusive of all taxes in words (A1+A2+A3)
1. All quoted prices should be exclusive of all taxes and duties prevailing on the date of
proposal submission. The applicable taxes and duties will be paid by JAPIT additionally.
2.
the applicable man-month rate for SMEs will commensurate with the years of experience
and will be equal to rate of one of the three categories (i.e. Senior Level Consultant, Mid
Level Consultant and Junior Level Consultant) as per the years of experience of the
individual SME
3.
The cost related to travel, lodging, boarding for SMEs will be paid as per actual by
JAPIT.
74 | P a g e
4.
The selected bidder will transfer of any software and source code thereof created under
this engagement and shall provide the requisite training to concerned stakeholders for use
of the dashboard.
2.
3.
Component I:
Part 2: Design, Develop and Prepare a
State Vision Plan for Industrial and
physical Infrastructure Document
incorporating all the sectors being
identified and selected by the
Government of Jharkhand as Key
Sector
and
provide
Vision
implementation assistance and develop
monitoring systems (48 months)
Component
II:
Design
and
implementation of CM Dashboard
Management System (48 months)
Payment
Payment will be made on a monthly basis as
per fee quoted Sl. No. 2 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.
Payment will be made on a monthly basis as
per fee quoted Sl. No. 1 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.
20%
6.
75 | P a g e
Component I (a): Support CMs Secretariat with key experts having sectoral depth
Consulting agency will deploy agreed resources on site at Secretariat, Ranchi, Jharkhand
from the day one of the project (48 months)
1. Assisting in Government reforms and policy making
(Identification of new reform opportunities; Drafting of
reforms policy strategy & whitepapers, policy initiatives,
Policy advocacy, creation of state governments policy agenda,
Formulating policy implementation strategies, Assessing
regulatory policies etc.)
3. Assisting in Planning Advisory (Baseline review reports,
Gap analysis, Assisting in data collation and analysis for
planning, Development planning, Capacity building, Change
Management etc.)
4. IT, e-Governance and mobile-governance (Enterprise
architecture development, Monitoring and evaluation of egovernance and m-governance projects, Drafting new egovernance and m-governance opportunities etc.)
5. Finance (Advising Chief Minister Secretariat in budgeting,
Gap analysis, Periodic reports on government income and
expenditure etc.)
76 | P a g e
Component I (b) : Design, Develop and Prepare a State Vision Document incorporating
all the sectors being identified and selected by the Government of Jharkhand as Key
Sectors
Phase I: Preparation of state
vision document (06 months)
Identify Indicators
Gap assessment
Alternate Strategies
Resource Mobilization
List of projects
Forecast
for
Infrastructure
Demand,
Identification and Prioritization of Projects
Economic/
Model
Action Plan
Vision document
Financial
Monitoring System
77 | P a g e
8.
9.
10.
Phase II:
Implementation (12
to 48 Months)
Implementation
support as per the
state objective in
coordination with
all
the
stakeholders
Since the price proposal is in INR, JAPIT shall not consider any upward
variation/fluctuation on account of any foreign exchange at any time during the currency
of the contract.
Prices are valid for a period of 180 Days from date of submission of Bid.
Other than what is given above, the bidder is expected to account for any other
deliverable to make the implementation successful and will be considered for commercial
evaluation.
JAPIT reserves the right to increase or decrease the no. of resources / scope proposed
in the project as per the same rate indicated in the proposal.
11.
12.
78 | P a g e
79 | P a g e
of claim on us addressed to (name of Bank along with branch address) and delivered at
our above branch that shall be deemed to have been duly authorised to receive the said
notice of claim.
7. It shall not be necessary for JAP-IT to proceed against the said Bidder before
proceeding against the bank and the Guarantee herein contained shall be enforceable
against the bank, notwithstanding any other security which JAP-IT may have obtained
or obtained from the said Bidder, shall at the time when proceedings are taken against
the bank hereunder, be outstanding or unrealised.
8. We _____________________Bank lastly undertake not to revoke this guarantee during its
currency except with the previous express consent of JAP-IT in writing and agree that
any change in the constitution of the Bank or the said Bidder shall not discharge our
liability hereunder.
9. The Bank declares that it has the power to issue this guarantee and the
undersigned have full powers to do so on behalf of the Bank.
Date ________ day of ____________2014
For
Bank
Note: A covering letter of confirmation is also to be given by the bank along with this
bank guarantee.
81 | P a g e
To,
CEO, JAP-IT
Engineers Hostel-II, Dhurwa, Near Goal Chakkar
Ranchi, Jharkhand 834004
Dear Sir,
I / We . ....... ...... ....... ....... ....... hereby confirm that our firm has not been banned or
Designation ..................
Seal
82 | P a g e
Whereas M/s _________. a company formed under ____________ (specify the applicable
selected M/s ___________ (hereinafter referred to as the Bidder) for the Agreement by CEO,
JAPIT, Ranchi as more specifically defined in the aforementioned Document including
statement of work and the Agreement executed between the CEO, JAPIT, Ranchi and
Bidder. The Agreement requires the Bidder to furnish an unconditional and irrevocable Bank
Guarantee
for
an
amount
of
Rs._____
/-
(Rupees
Whereas, the Bidder approached the Guarantor and the Guarantor has agreed to provide a
Guarantee being these presents:
Now this Deed witnessed that in consideration of the premises, we, _______Bank hereby
guarantee as follows:
1. The Bidder shall implement the Project, in accordance with the terms and subject to
the conditions of the Agreement, and fulfil its obligations there under
83 | P a g e
2. We, the Guarantor, shall, without demur, pay to CEO, JAPIT, Ranchi, an amount not
exceeding Rs. _______________ (Rupees _________________________________
only) within 7 (seven) days of receipt of a written demand therefore from CEO,
JAPIT, Ranchi stating that the Bidder has failed to fulfil its obligations as stated in
Clause 1 above.
3. The above payment shall be made by us without any reference to the Bidder or any
other person and irrespective of whether the claim of the CEO, JAPIT, Ranchi is
disputed by the Bidder or not.
4. The Guarantee shall come into effect from______ (Start Date) and shall continue to be
in full force and effect till the earlier of its expiry at 1700 hours Indian Standard Time
on ________ (Expiry Date) (both dates inclusive) or till the receipt of a claim, from
the Jharkhand Agency for Promotion of Information Technology, Ranchi, Government
of Jharkhand under this Guarantee, which is one month after the expiry of
performance guarantee, whichever is earlier. Any demand received by the Guarantor
from CEO, JAPIT, Ranchi prior to the Expiry Date shall survive the expiry of this
Guarantee till such time that all the moneys payable under this Guarantee by the
Guarantor to CEO, JAPIT, Ranchi.
5. In order to give effect to this Guarantee, CEO, JAPIT, Ranchi shall be entitled to treat
the Guarantor as the principal debtor and the obligations of the Guarantor shall not be
affected by any variations in the terms and conditions of the Agreement or other
documents by CEO, JAPIT, Ranchi or by the extension of time of performance
granted to the Bidder or any postponement for any time of the power exercisable by
CEO, JAPIT, Ranchi against the Bidder, or forebear or enforce any of the terms and
conditions of the Agreement and we shall not be relieved from our obligations under
this Guarantee on account of any such variation, extension, forbearance or omission on
the part of CEO, JAPIT, Ranchi or any indulgence by CEO, JAPIT, Ranchi to the
Bidder to give such matter or thing whatsoever which under the law relating to sureties
would but for this provision have effect of so relieving us.
6. This Guarantee shall be irrevocable and shall remain in full force and effect until all
our obligations under this guarantee are duly discharged.
7. The Guarantor has power to issue this guarantee and the undersigned is duly
authorized to execute this Guarantee pursuant to the power granted under
______________.
In witness, whereof the Guarantor has set its hands hereunto on the day, month and year first
here-in-above written.
Signed and Delivered by ____________ Bank by the hand of Shri_______________
its _____and authorised office.
Proposed Position
Name Of Firm
Name Of Expert
Date Of Birth
Education
Membership In
Professional
Associations
7. Countries Of Work
Experience
Languages
Citizenship:
6.
Languages
English
Hindi
Speaking
Good
Good
Reading
Good
Good
Writing
Good
Good
8. Employment Record
From:
To:
Employer:
Position Held
From:
Employer:
Position Held
To:
From:
Employer:
Position Held
To:
From:
Employer:
Position Held
To:
From:
Employer:
Position Held
To:
From:
Employer:
Position Held
To:
Position Held
9. Work Undertaken That Best Illustrates Capability To Handle The Tasks Assigned
Project
Name
85 | P a g e
Year
Location
Client
Main Project
Features
Positions
Held
Activities
Performed
Project
Name
Year
Location
Client
Main Project
Features
Positions
Held
Activities
Performed
Project
Name
Year
Location
Client
Main Project
Features
Positions
Held
Activities
Performed
Project
Name
Year
Location
Client
Main Project
Features
Positions
Held
Activities
Performed
Note: The consent from Onsite Personnel proposed under this assignment should submit with
declaration to work under this project for at least 3 years.
Experts contact information: (e-mail., phone)
Certification:
86 | P a g e
87 | P a g e
Information Sought
Name and address of the bidding Company
Year of Establishment
Date of registration
88 | P a g e
Details to be Furnished
Section No.
Page No.
RFP Clause
Query
Remarks
2
.
N
Note: Bidder will send its query only in prescribed format above by email and Excel file only.
89 | P a g e
1.
GENERAL
1.1. This pre-bid contract Agreement (hereinafter called the Integrity Pact) is made
on
.................. day of the month ........ 20 ... between, the Government of Chhattisgarh acting
t h r o u g h
S h r i .
( D e s i g n a t i o n
o f
t h e
o f f i c e r , Department) Government of Chhattisgarh (hereinafter called
the "TENDERING AUTHORITY", which expression shall mean and include, unless the
context otherwise requires, his successors in the office and assigns) and the First Party,
proposes to procure (name of the
Stores/Equipment/Work/Service) and M/s ..................................... represented by Shri
................................................................ (hereinafter called the "BIDDER/SeIIer", which
expression shall mean and include, unless the context otherwise requires, his successors
an permitted assigns) and the Second Party, is willing to offer/ has offered.
1.2. WHEREAS the BIDDER is a Private Company/Public Company/ Government
Undertaking/ Partnership firm, constituted in accordance with the relevant law in the
a Ministry/Department of the Government,
matter and the TENDERING AUTHORITY is
performing its function on behalf of the Government of Chhattisgarh.
2.
OBJECTIVES
NOW, THEREFORE, the TENDERING AUTHORITY and the BIDDER agree to enter into this
pre-contract agreement, hereinafter referred to as Integrity Pact, to avoid all forms of
corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the Contract to be entered
into with a view to:2.1. Enabling the TENDERING AUTHORITY to obtain the desired
Stores/Equipment/Work/Service at a competitive price in conformity with the
defined specifications by avoiding the high cost and the distortionary impact of corruption
on public procurement, and
2.2. Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing any corrupt practices and the TENDERING AUTHORITY will commit to
prevent corruption, in ay form, by its official by following transparent procedures.
3. COMMITMENTS OF THE TENDERING AUTHORITY The
TENDERING AUTHORITY commits itself to the following:90 | P a g e
3.2. The TENDERING AUTHORITY will, during the pre-contract stage, treat BIDDERs alike,
and will provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that particular
BIDDER in comparison to the other BIDDERs.
3.3. All the officials of the TENDERING AUTHORITY will report the appropriate Government
office any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.In case any such preceding misconduct on the part of
such official(s) is reported by the BIDDER to the TENDERING AUTHORITY with the full and
verifiable facts and the same prima fade found to be correct by the TENDERING
AUTHORITY, necessary
disciplinary proceedings, or any other action as deemed, fit, including criminal proceedings
may be initiated by the TENDERING AUTHORITY and such a person shall be debarred
from further dealings related to the contract process. In such a case while an enquiry is
being conducted by the TENDERING AUTHORITY the proceedings under the contract would
not be stalled.
4. COMMITMENTS OF BIDDERS
The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means an illegal activities during any stage of its bid or during any pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commit itself to the following:4.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the TENDERING
AUTHORITY, connected directly or indirectly with the biding process, or to any person,
organization or third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the contract.
4.2. The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage, or inducement
to any official of the TENDERING AUTHORITY or otherwise in procuring the Contract of
forbearing to do or having done any act in relation to the obtaining or execution of the
91 | P a g e
contract or any other contract with the Government for showing or forbearing to show
favour or dis-favour to any person in relation to the contract or any other contract with the
Government.
4.3. The BIDDER further confirms and declares to the TENDERING AUTHORITY that the
BIDDER in the original Manufacture/Integrator/Authorized government sponsored
exportentity of the stores and has not engaged any individual or firm or company
whether Indian or foreign to intercede, facilitate or in any way to recommend to the
TENDERING AUTHORITY or any of its functionaries, whether officially or unofficially to
the award of the contract to the BIDDER, nor has any amount been paid, promised or
intended to be paid to any such individual, firm or company in respect of any such
intercession, facilitation or recommendation.
4.4. The BIDDER, either while presenting the bid or during pre-contract negotiations or
before
signing the contract, shall disclose any payment he has made, is committed to or intends to
make
to officials of the TENDERING AUTHORITY or their family members, agents, brokers or any
other intermediaries in connection with the contract and the details of services agreed
upon for such payments.
4.5. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the
bidding process, bid evaluation, contracting
and implementation of the contract.
4.6. The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
4.7. The BIDDER shall not use improperly, for purpose of competition or personal gain, or
pass on to others, any information provided by the TENDERING AUTHORITY as part of
the business relationship, regarding plans, technical proposal and business details,
including information contained in any electronic data carrier. The BIDDER also
undertakes to exercise due and adequate care lest any such information is divulged.
4.8. The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
4.9. The BIDDER shall not instigate or cause to instigate any third person to commit any
ofthe acts mentioned above.
5. PREVIOUS TRANSGRESSION
5.1. The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact with any other company in any country
92 | P a g e
in respect of any corrupt practices envisaged hereunder or with any Public Sector
Enterprise in India or any Government Department in India that could justify BIDDER's
exclusion from the tender process.
5.2. If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified
from the tender process or the contract, if already awarded, can be terminated for such
reason.
6.EARNEST MONEY (SECURITY DEPOSIT)
6.1. Every BIDDER while submitting commercial bid, shall deposit an amount as specified in
RFP as Earnest Money/Security Deposit, with the TENDERING AUTHORITY through any of
the following instruments:
(i) Bank Draft or a Pay Order in favour of ..............................
(ii) A confirmed guarantee by an Indian Nationalised Bank, promising payment of the
guaranteed sum to the ...... .
( T E N D E R I N G A U T H O R I T Y ) - - - - - - - - - - - - on
demand within three working days without any demur whatsoever and without seeking
any reasons whatsoever. The demand for payment by the TENDERING AUTHORITY shall
be treated as conclusive proof of payment.
(iii) Any other mode or through any other instrument (to be specified in the RFP).
6.2. The Earnest Money/Security Deposit shall be valid upto a period of five years or the
6.3. In the case of successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions
for violation shall be applicable for forfeiture of Performance Bond in case of a decision by
the TENDERING AUTHORITY to forfeit the same without assigning any reason for imposing
sanction for violation of this Pact.
6.4. No interest shall be payable by the TENDERING AUTHORITY to the BIDDER on Earnest
Money/Security Deposit for the period of its currency.
93 | P a g e
(ii) To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage) and/or
Security Deposit/Performance Bond (after the contract is signed), as decided by
the TENDERING AUTHORITY and the TENDERING AUTHORITY shall not be required to
assign any reason therefore.
(iii)To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv)To recover all sums already paid by the TENDERING AUTHORITY, and in case of the
Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate
while in case of a BIDDER from a country other than India with interest thereon at 2%
higher than the LIBOR. If any outstanding payment is due to the BIDDER from the
TENDERING AUTHORITY in connection with any other contract such outstanding payment
could also be utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by the
TENDERING AUTHORITY, along with interest.
(vi)To cancel all or any other contracts with the BIDDER and the BIDDER shall be liable to pay
compensation for any loss or damage to the TENDERING AUTHORITY resulting from such
cancellation/rescission and the TENDERING AUTHORITY shall be entitled to deduct the
amount so payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the Government of
Chhattisgarh for a minimum period of five years, which may be further extended at the
discretion of the TENDERING AUTHORITY.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or
agent or broken with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the TENDERING AUTHORITY with the BIDDER, the same shall not be
opened.
(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is closely related to any of the officers of the
TENDERING AUTHORITY, or alternatively, if any close relative of an officer of the
TENDERING AUTHORITY has financial interest/stake in the BIDDER's firm, the same shall
be disclosed by the BIDDER at the time of filling of tender. Any failure to disclose the interest
involved shall entitle the TENDERING AUTHORITY to rescind the contract without payment
of any compensation to the BIDDER.
The term 'close relative' for this purpose would mean spouse whether residing with
the Government servant or not, but not include a spouse separated from the
Government servant by a decree or order of a competent court; son or daughter or step son
or step daughter and wholly dependent upon Government servant, but does not include a
94 | P a g e
child or step child who is no longer in any way dependent upon the Government servant
or of whose custody the Government servant has been deprived of by or under any law; any
other person related, whether by blood or marriage, to the Government servant or to the
Government servant's wife or husband and wholly dependent upon Government servant.
(xi)The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the TENDERING
AUTHORITY, and if he does so, the TENDERING AUTHORITY shall be entitled forthwith to
rescind the contract and all other contracts with the BIDDER. The BIDDER shall be liable to
pay compensation for any loss or damage to the TENDERING AUTHORITY resulting from
such rescission and the TENDERING AUTHORITY shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
7.2. The decision of the TENDERING AUTHORITY to the effect that a breach of the
provisions of this pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the Monitor(s) appointed for the purposes of
this Pact.
8. FALL CLAUSE
8.1. The BIDDER undertakes that he has not supplied/is not supplying similar
product/systems or subsystems at a price lower than that offered in the present bid in
respect of any other Department of the Government of Chhattisgarh or PSU and if it is found
at any stage that similar product/systems or
sub
systems was supplied by the BIDDER to any
other Department of the Government of Chhattisgarh or a PSU at a lower price, then that
very price, with due allowance for elapsed time, will be applicable to the present case and
the difference in the cost would be refunded by the BIDDER to the TENDERING AUTHORITY,. if
the contract has already been concluded.
9. INDEPENDENT MONITORS
9.1. The TENDERING AUTHORITY will appoint Independent Monitors (hereinafter referred
to as Monitors) for this Pact.
9.2. The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
9.3. The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
9.4. Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings. The Monitor shall
be under contractual obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.
95 | P a g e
9.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so inform the Authority designated by the TENDERING AUTHORITY.
9.6. The Monitor will submit a written report to the designated Authority of TENDERING
AUTHORITY/Secretary in the Department/within 8 to 10 weeks from the date of reference or
intimation to him by the TENDERING AUTHORITY/BIDDER and, should the occasion arise,
submit proposals for correcting problematic situations
13. VALIDITY
13.1. The validity of this Integrity Pact shall be from the date of its signing and extend up to
5 years or the complete execution of the contract to the satisfaction of both the
TENDERING AUTHORITY and the BIDDER/Seller whichever is later. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of
the contract.
13.2. If one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact shall remain valid. In such case, the parties will strive to come to an agreement to their
original intentions.
14. The parties hereby sign this Integrity
Pact at .................................. on.........................
TENDERING AUTHORITY
Name of the Officer
Designation
96 | P a g e
BIDDER
Witness
Witness
1)
1)
--------------------------------------------------
2)
2)
--------------------------------------------------
97 | P a g e
INSTITUTE
Location
OF
MANAGEMENT
AHMEDABAD
AHMEDABAD
INDIAN
INSTITUTE
BANGALORE
INDIAN
INSTITUTE
OF
MANAGEMENT
BANGALORE
OF
MANAGEMENT
3
4
KOLKATA
XAVIER LABOUR RELATION INSTITUTE
KOLKATA
JAMSHEDPUR
DELHI
INDIAN
6
7
INSTITUTE
OF
MANAGEMENT
LUCKNOW
MANAGEMENT DEVELOPMENT INSTITUTE
INDIAN
INSTITUTE
OF
MANAGEMENT
8
9
LUCKNOW
GURGAON
KOZHIKODE
KOZHIKODE
INDIAN
INSTITUTE OF MANAGEMENT
INDORE
S.P.JAIN INSTITUTE OF
INDORE
MANAGEMENT &
10
11
RESEARCH
INDIAN INSTITUTE OF FOREIGN TRADE (IIFT)
MUMBAI
NEW DELHI
12
GHAZIABAD
13
MUMBAI
14
NATIONAL
INSTITUTE
OF INDUSTRIAL
MUMBAI
15
ENGINEERING
MUDRA INSTITUTE OF COMMUNICATION
AHMEDABAD
16
BHUBANESHWAR
NEW DELHI
SHAILESH J MEHTA SCHOOL OF
MANAGEMENT
K.J. SOMAIYA INSTITUTE OF MANAGEMENT STUDIES
& RESEARCH
NATIONAL
INSTITUTE OF AGRICULTURAL
20
MUMBAI
MUMBAI
HYDERABAD
21
EXTENSION
MANAGEMENT
VINOD GUPTA
SCHOOL OF MANAGEMENT
KHARAGPUR
22
MANIPAL
S No.
Location
23
GOA
98 | P a g e
BHARATHIDASAN INSTITUTE OF
MANAGEMENT
24
25
26
27
(BIM)
SYDENHM
TIRUCHIRAPPALLI
INSTITUTE OF MANAGEMENT
MUMBAI
NEW DELHI
STUDIES
& RESEARCH
INDIAN INSTITUTE
OF TECHNOLOGY DELHI
INDIAN INSTITUTE OF FOREST
MANAGEMENT
PRIN. L.N. WELINGKAR INST OF MANAGEMENT
DEVELOPMENT &
BHOPAL
28
29
MUMBAI
RESEARCH
INDIAN INSTITUTE OF SOCIAL WELFARE &
BUSINESS MANAGEMENT
LOYOLA
INSTITUTE
OF BUSINESS
KOLKATA
30
CHENNAI
ADMINISTRATION
NIRMA
UNIVERSITY,
31
32
INSTITUTE
OF
AHMEDABAD
RANCHI
MANAGEMENT
XAVIER INSTITUTE OF SOCIAL SERVICE
BALAJI INSTITUTE OF MODERN MANAGEMENT (BIMM)
33
34
PUNE
BANARAS HINDU
UNIVERSITY
LALBAHADURSHASTRI
VARANASI
INSTITUTE
OF
35
36
MANAGEMENT
ALLIANCE BUSINESS ACADEMY
NEW DELHI
BANGALORE
37
38
INDIAN SCHOOL OF
MINES
IFIM BUSINESS SCHOOL
DHANBAD
BANGALORE
39
40
41
42
FORE SCHOOL OF
MANAGEMENT
AMITY BUSINESS
SCHOOL
COLLEGE OF MANAGEMENT STUDIES
(GITAM)
INSTITUTE OF PUBLIC ENTERPRISE
NEW DELHI
NOIDA
VISAKHAPATNAM
HYDERABAD
STUDIES
INSTITUTE FOR TECHNOLOGY & MANAGEMENT
45
99 | P a g e
COCHIN
NAVI MUMBAI
PUNE
S No.
Location
UNIVERSITY
46
47
CHENNAI
HYDERABAD
MANAGEMENT &
48
49
ENTREPRENEURSHIP
PSG INSTITUTE OF MANAGEMENT
BANGALORE
COIMBATORE
50
51
MUMBAI EDUCATIONAL
TRUST
ASIA PACIFIC INSTITUTE OF MANAGEMENT
MUMBAI
NEW DELHI
RESEARCH
JAIPURIA INSTITUTE OF MANAGEMENT
PUNE
LUCKNOW
54
NAVI MUMBAI
ANNAUNIVERSITY-DEPARTMENTOF
MANAGEMENT
55
56
STUDIES
KIIT SCHOOL OF MANAGEMENT
CHENNAI
BHUBANESHWAR
57
KOCHI
BANGALORE
GHAZIABAD
LUDHIANA
INTEGRATED
61
62
KOLKATA
NAGPUR
63
DELHI
64
65
66
67
100 | P a g e
INSTITUTE OF INTERNATIONAL
GREATER NOIDA
PONDICHERRY
PUNE
GREATER NOIDA
S No.
Location
68
BUSINESS
NEW DELHI
69
70
MOHALI
SECUNDERABAD
71
NEW DELHI
72
GHAZIABAD
73
P.E.S INSTITUTIONS
BANGALORE
74
75
INSTITUTEOFHEALTHMANAGEMENT
RESEARCH
M.S. PATEL INSTITUTE OF MGT. STUDIES
JAIPUR
VADODARA
BHUBANESHWAR
101 | P a g e
Location
IIT
IIT
Kharagpur
Bombay
IIT
IIT
Kanpur
Delhi
IIT
BITS
Madras
Pilani
IIT
IT-BHU
Roorkee
Varanasi
IIT
College of Engg, Anna Univ
Guwahati
Chennai
12
ISM Univ
Jadavpur Univ, Faculty of Engg
Dhanbad
Calcutta
13
BIT Mesra
1
2
3
4
5
6
7
8
9
10
11
14
Ranchi
DCE
Delhi
NIT
Trichy
NIT
Warangal
Chandigarh
18
NIT
Suratkal
19
Coimbatore
Howrah
Patiala
Allahabad
NSIT
Delhi
VNIT
Nagpur
15
16
17
20
21
22
23
24
102 | P a g e
S No.
Location
25
IIIT
Hyderabad
26
Pune
27
IIIT
Allahabad
28
NIT
Rourkela
29
30
Kanpur
Jaipur
31
SVNIT
Surat
32
NIT
Calicut
33
MANIT
Bhopal
34
VJTI
Mumbai
35
36
College of Engineering
Manipal Inst of Technology
Visakhapatnam
Manipal
37
38
NIT
Coimbatore Inst of Tech
39
VIT
Vellore
40
NIT
Jamshedpur
41
JNTU
Hyderabad
42
NIT
Durgapur
43
RVCE
Bangalore
44
Mumbai
45
DA-IICT
Gandhinagar
MIT
Pune
47
UVCE
Bangalore
48
Chennai
49
Hyderabad
46
103 | P a g e
Kurukshetra
Coimbatore
S No.
Location
50
Ahmedabad
51
College of Engineering
Thiruvananthapuram
52
Mumbai
53
NIT
Hamirpur
54
Bangalore
Chennai
56
57
Bangalore
Coimbatore
58
59
SASTRA
National Institute of Engg
Thanjavur
Mysore
60
Bangalore
61
62
Hyderabad
Sivakasi
55
63
Hyderabad
Kakinada
65
SJ College of Engineering
Mysore
66
NIT
Jalandhar
67
Bangalore
68
Chennai
69
Karunya University
Coimbatore
70
Nagpur
71
Erode
72
73
NIT
SGS Inst of Tech & Sc
Raipur
Indore
74
NIT
Patna
64
104 | P a g e
S No.
75
Location
IIIT
Bangalore
105 | P a g e