CM Dashboard Jharkhand RFP

March 20, 2018 | Author: Ashish Jaiswal | Category: Request For Proposal, Business, Business (General)


Comments



Description

REQUEST FOR PROPOSAL (RFP) for Selection of Consulting Firm for (a)strengthening of CM’s Secretariat in the office of Hon’ble 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: [email protected] 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 NOTICE INVITING TENDER FOR Selection of Consulting Firm for (a) strengthening of CM’s Secretariat in the office of Hon’ble Chief Minister of Jharkhand by value add services (b) developing and implementing State Vision Plan (c) developing a robust dashboard for information system No. 01/CEO/JAPIT/CM-Office/CS/2015 Ranchi, Dated DD /MM/YYYY Jharkhand Agency for Promotion of Information Technology (JAPIT), the nodal agency of Department of Information Technology, Government of Jharkhand invites technical and financial proposals from reputed management consultancy firms of national and international repute in e-Governance consulting (in sealed cover), for setting up CM Secretariat in the office of Hon’ble Chief Minister’s of Jharkhand, as detailed in the Scope of Work in this RFP. The document can be downloaded from the website www.jharkhand.gov.in.in response to this tender shall be deemed to have been done after careful study and examination of this document with full understanding of its implications. This section provides general information about the Issuer, important dates and addresses and the overall eligibility criteria for the parties. The tender document cost of Rs.20,000/- is to be submitted vide crossed demand draft on any Nationalized bank/ Scheduled Bank in favour of The CEO, Jharkhand Agency for Promotion of Information Technology (JAPIT),Ranchi. 3 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: [email protected] Website: www.japit.gov.in 1.2 Address for Bid Submission and Correspondence 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: [email protected] Website: www.japit.gov.in 3|P a g e but without being under any obligation to do so. hereinafter referred to as JAPIT. Each Bidder should conduct its own investigations and analysis and should check the accuracy. amend or supplement the information in this RFP document. their employees and advisors make no representation or warranty and shall incur no liability under any law. reliability and completeness of the information in this RFP document and where necessary obtain independent advice from appropriate sources. JAPIT may. their employees or advisors to consider the business/investment objectives. This RFP document does not purport to contain all the information each Bidder may require.DISCLAIMER The information contained in this Request for Proposal (hereinafter referred to as "RFP") document provided to the Bidders. Ranchi. 4|P a g e . This RFP document may not be appropriate for all persons. statute. in its absolute discretion. reliability or 3 completeness of the RFP document. rules or regulations as to the accuracy. JAPIT. update. by the Jharkhand Agency for Promotion of Information Technology. financial situation and particular needs of each Bidder who reads or uses this RFP document. or any of their employees or advisors. The purpose of this RFP document is to provide the Bidder(s) with information to assist in the formulation of Proposals. and it is not possible for the JAPIT. 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. Tel: 0651-2400001 Fax: 0651-2401040 Email: japit_doit@rediffmail. Name of the Work 3 Name of the issuer of this tender 4 Date of issue of tender document Date for sending Pre Bid Query Pre Bid Meeting 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. Ranchi-834004.gov. 01/CEO/JAPIT/CM-Office/CS/2015 Selection of Consulting Firm for (a) strengthening of CM’s Secretariat in the office of Hon’ble 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. Dhurwa .com Website: www. 22/07/2015 at 5:00 pm To be informed later To be informed later The CEO. Ranchi as per address of Communication mentioned below. No.in .jharkhand. Near Golchakkar.1 FACT SHEET S. Engineers hostel 1. refer the instructions for attending prebid meeting) 06/07/2015 on JAPIT website 20/07/2015 up to 4:00 pm.com Website: www.gov. Near Golchakkar. 1 2 Basic Requirement Tender No.M 02/07/2015 at 2:00pm at office of IT Secretary Chamber. Ranchi Ground Floor. Ranchi Ground Floor.in 19/06/2015 29/06/2015 till 5 P. Jharkhand Agency for Promotion of Information Technology. 3 (Pls. Project Bhawan. Dhurwa . Jharkhand Agency for Promotion of Information Technology. Ranchi-834004.jharkhand. Tel: 0651-2400001 Fax: 0651-2401040 Email: japit_doit@rediffmail. Engineers hostel 1. gov. 6|P a g e . Engineers hostel 1. Tel: 0651-2400001 Fax: 0651-2401040 3 Email: [email protected]/. Project Bhawan. 20. Basic Requirement Specific Requirement (b) Opening of Bids Chamber of Secretary IT.000/.gov.jharkhand. Rs. Ranchi Ground Floor.jharkhand. Ranchi Ground Floor. Dhurwa. No. Engineers hostel 1.in. in this case. 3rd floor.S. Dhurwa . Ranchi-834004. The entire Bid process will be through e-tendering. Near Golchakkar.gov.jharkhandtenders. Dhurwa . The tender may be downloaded from www. JAPIT “ payable at Ranchi Rs. the bidders are required to submit the tender cost in the form of a demand draft (details mentioned in above para) along with the Proposal.com Website: www. The date of opening of the commercial bids will be intimated to the qualified Bidders before the due date through Email or Telephone. Ranchi-834004. Twenty thousand only) through Demand Draft from any Nationalized Bank in favour of “CEO.( Rs.00.(Rupees Twenty Lakhs only) either in form of Demand Draft or Bank Guarantee in favour of CEO. JAPIT payable at Ranchi RFP can be purchased from the following address: The CEO. However.in 17 Validity of Proposal 18 19 Method of Selection Bid Submission Proposals must remain valid 180 days after the Submission date Quality and Cost Based Selection(QCBS) Bidders must submit an original and One additional copies of each proposal along with one number of non-editable CD Note: 1. Jharkhand Agency for Promotion of Information Technology. 20. Near Golchakkar.in Downloaded from www. Ranchi-834004 13 Address of Communication 14 Cost of Tender Document 15 Earnest Money Deposit (EMD) 16 Contact /Address Information on the outer envelope should also include : < Name of the RFP >& “DO NOT OPEN BEFORE < insert the date & time > Jharkhand Agency for Promotion of Information Technology. Proposals that are received after the deadline WILL NOT be considered in this procurement process 3 7|P a g e .2. 3. Please visit JAPIT website mentioned in document regularly for the same. date and venue mentioned in the Fact Sheet. JAPIT reserve the right to change any schedule of bidding process. Proposals must be received not later than time. 600 km and that of the state highway at 2. 2. airways. 90 percent of its cooking coal deposits.2. quartz and ceramics. India’s first iron and steel factory in Jamshedpur and many others. Koel and Suvarnarekha rivers. 8|P a g e .35 percent which is below the national average. The broad objectives were to provide IT inputs to Governments Departments. Barakar. The industrial city of Ranchi is its capital while Jamshedpur is the largest and the biggest industrial city in the state. The state is characterized by a good network of roads. It is also well connected by roads with the length of its national highway at 1. Agencies and to assist them in computerization and networking. Uttar Pradesh and Jharkhand to the west. While river Ganges is one of the most important rivers flowing through Jharkhand. Despite these challenges. Jharkhand is one the most industrialized regions in India. nature has been given utmost prominence in every sphere of life and culture in Jharkhand.780) well below the national average (INR 33.1 ABOUT JHARKHAND The state of Jharkhand. bauxite. Owing to its abundant mineral resources. it accounts for 35. Jharkhand accounted for more than 70 percent of Bihar’s domestic product before the state was bifurcated. km. and West Bengal to the east. railways. JAP-IT geared up for implementing the projects assigned to them and succeeded in disseminating the strides made by DOIT. A mineral rich state. in the area of IT. The rivers of Jharkhand play an important role in the socio-economic aspects of the society.714 sq. the state shares its border with the states of Bihar to the north. Jharkhand’s progress on building infrastructure is commendable.5 percent of the country's known coal reserves. the state also hosts some of the country’s major industrial units such as Bokaro steel plant. is located in the eastern part of India. which is the largest steel plant in Asia. 22 percent of its iron ore. 40 3 90 percent of its mica and huge deposits of percent of its copper. Being a tribe dominated state.711 km.731) and Net Domestic Product growth rate of 6. trade organizations and financial institutions in public and private sector. telecommunication. With an area of 79. Despite this. power and water systems. It was carved out as India’s 28th state out of the southern part of Bihar on 15 November 2000.2 ABOUT JAPIT Jharkhand Agency for Promotion of Information Technology (JAP-IT) was conceptualized to accelerate the growth of Information Technology in Jharkhand and implement the policies of the State Govt. irrigation networks also come from Damodar. among the leading IT players of the country and thereby attracting them in the state of Jharkhand. Jharkhand through participation in various exhibitions. it is still one of the most backward states in India with its per capita Net State Domestic Product (INR 22. popularly known as Vananchal (meaning land of woods). Odisha to the south. With above objectives. Due to its huge reserves of forests and natural resources. BACKGROUND INFORMATION 2. to co-ordinate with investors and industry. seminars etc. 3.2. The bidder must also possess the technical know-how and the financial wherewithal that would be required to successfully provide the services for “Selection of Consulting Firm for (a) strengthening of CM’s Secretariat in the office of Hon’ble Chief Minister of Jharkhand by value add services (b) developing and implementing State Vision Plan (c) developing a robust dashboard for information system” and support services sought by the CEO. as detailed in the Scope of Work in this RFP. The invitation to proposal is open to all bidders who qualify the eligibility criteria as given below: 3 9|P a g e . strength and capability in providing the services necessary to meet the requirements as described in the tender documents.3 ABOUT THIS REQUEST FOR PROPOSAL (RFP) Jharkhand Agency for Promotion of Information Technology (JAPIT). The bids must be complete in all respect and should cover the entire scope of work as stipulated in the Tender document. ELIGIBILITY CRITERIA The bidder must possess the requisite experience. Jharkhand Agency for Promotion of Information Technology (JAPIT). The successful bidder will be provided covered services under this RFP for 4 years initially period and may be extended for another 2 years period. the nodal agency of Department of Information Technology. for the entire period of the contract. Government of Jharkhand in the state of Jharkhand invites technical and financial proposals from reputed management consultancy firms of national and international repute in Management consulting (in sealed cover). for setting up CM Secretariat in the office of Hon’ble Chief Minister of Jharkhand.Ranchi. Infrastructure/ PPP Transaction advisory The bidder should submit completed / on-going / work order copy (Highlight scope of work / services clearly) with summary sheet for experience in different sector. Health. Copy of Completion Certificate by Client along with Work Order in case of Completed Work. Aviation and sector defined in the scope of work) with any Donner Agency / Departments of State Government / Central Government or PSU/ Semi Government organizations / Quasi Governments organizations in India. 20 Crore should be from Government consulting services in India in each of the last 3 financial years (FY11-12. OR Certificate from the statutory auditor Out of the total annual turnover of the company a minimum of Rs. 1 Basic Requirement Bidder Turnover 2 Bidder Turnover from Consulting Services 3 3. OR Certificate from the statutory auditor The bidder should have done at least 2(Two) consulting project of at least 12 months duration worth Rs. FY13-14) The bidder should have been engaged as a Consultant for at least 10 different Sectors (e. Copy of Work Order & Client’s Certificate in case of On-going projects.SNo. FY1213. Extracts from the audited Balance sheet and Profit & Loss Account. in each of the following three areas: i.g.3 Energy. Education. s/w and networking equipment) out of which Rs. 50 Crore should be from consulting services in India (other than sale and implementation of h/w. . 1 crore with Departments of State Government / Central Government or PSU/ Semi Government organizations / Quasi Governments organizations in India in last 5 year. FY11-12 and FY12-13) Extracts from the audited Balance sheet and Profit & Loss Account.100 Crore from Indian operations over the last three financial years (FY1011. Copy of Completion Certificate by Client along with Work Order in case of Completed Work.1 3.2 10 | P a g e Specific Requirement Documents required The bidder should have a minimum average Annual turnover of Rs. Copy of Work Order & Client’s Certificate in case of On-going projects. Basic Requirement Specific Requirement ii. Experience and certification in management and should attested by appropriate authority.E./B. and operating for the last 10 years in Business Consulting as of March 31. 1.) on the rolls of the company. 3.0 Crore as a consultant with any Departments of State Government / Central Government or PSU/ Semi Government organizations / Quasi Governments in India. Six Sigma. as on 31st March 2014 Solution Provider should have office in India and provide free upgrades and updates as part of its AMC Enclose copy of ongoing / completed work order / agreement for consulting/advisory project and highlight Scope of Work/ services. or a partnership firm registered under the relevant and prevailing law relating to partnership in India.SNo.Tech with any certification in Management like PMP. Documents required The bidder should have done at least 1 project for Preparation of Vision document of State Government in India Government / Central Government or PSU/ Semi Government organizations / 3 Quasi Governments in India. Copy of Work Order & Client’s Certificate in case of On-going projects.Registration Certificates . Self-declaration proof and address .Service Tax Registration Summary Sheet including Name.3 3. Copy of Completion Certificate by Client along with Work Order in case of Completed Work. The bidder is required to submit documentary evidence (Purchase order or Completion Certificate)/Final Deliverable. 2014 The company should have at least 200 full time Consulting professionals(at least an MBA or equivalent OR B.4 4 Legal Entity 5 Bidder Consulting Capacity 6 Solution Provider for CM Dashboard if different from Bidder 11 | P a g e Strategy Formulation and implementation support and Policy Framing for Government/PSU The bidder should have monitored the implementation of at least 1 (one) IT software project worth Rs. . Qualification. The bidder should be a Business Entity shall mean a company registered in India under the Companies Act 1956. Prince 2 etc.Certificates of incorporation . 7 Basic Requirement Authorized Representative from Bidder EMD 8 Blacklisting 6 12 | P a g e Specific Requirement Documents required A power of attorney / Board resolution in the name of the person signing the bid.SNo. Twenty Lakhs only (Rs.00. as part of its proposal. A Self Certified letter by an authorized signatory . Ranchi A self-certified letter by the authorized signatory of the bidder that the bidder has not been blacklisted by any Central / State Government (Central/State Government and Public Sector) or under a declaration of ineligibility for corrupt or fraudulent practices as of date of Bid 3 Submission must be submitted on original letter head of the bidder with signature and stamp Original Power of attorney / Board resolution copy Attach original Bank Draft/ Guarantee. The bidder should furnish. in favour of The CEO. The EMD should be in the form of a Demand Draft/ Bank Guarantee issued by a Nationalized / Scheduled Bank. 20. Jharkhand Agency for Promotion of Information Technology (JAPIT).000/-). an Earnest Money Deposit (EMD) of Rs. contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of the JAPIT. General (a) Scanned copies of the following documents to be up-loaded in. affidavits as required in Technical Qualification Criteria. d) Uploaded documents should be digitally singed by the bidders 3 e) All information supplied by Bidders may be treated as contractually binding on the Bidders. e-Procurement helpline No. on successful award of the assignment by the JAPIT on the basis of this RFP. Any notification of preferred bidder status by the JAPIT shall not give rise to any enforceable rights by the Bidder. pdf format only on the website http://jharkhandtenders. which will be sent though registered post or speed post or delivered by hand.4. (i) Bank Demand Draft or Bank Guarantee towards EMD.gov. This shall be binding to all parties. undertakings.1. (ii) Bank Demand Draft towards Tender fee. : 0651-2400178 13 | P a g e . f) No commitment of any kind. Bids without digital signature will not be accepted. The bidders’ are also required to submit the hardcopy (seal and signed) of the technical bid documents latest by the last date and time of submission of online bids.gov. h) This RFP supersedes and replaces any previous public documentation & communications. INSTRUCTIONS TO THE BIDDERS 4. and Bidders should place no reliance on such communications. (iv) Certificates. JAP-IT will accept the online bid documents as authentic and final. The JAPIT may cancel this public procurement at any time prior to a formal written contract being executed by or on behalf of the JAPIT. (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. (iii) Technical Qualification information and supporting documents as specified in Technical Evaluation Criteria. g) Bidders have to submit their bids online in electronic format with digital Signature. The successful bidder has to provide the originals to the concerned authority on receipt of such a letter. In case of any discrepancies in the submitted documents (hard copy).in in financial bid envelop/folder.in in Technical bid envelop/folder. (v) Required annexure as mentioned in the RFP (b) Scanned copies of the following documents to be up-loaded on the website http://jharkhandtenders. requirements and other Bidders are advised to study all instructions. 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. The two (2) authorized representative of interested organization may attend pre-bid conference at their own cost after registering by making payment of Rs. Failure to comply with the requirements of this paragraph may render the Proposal non-compliant and the Proposal may be rejected. i.000/.(Rs. Include all supporting documentations specified in this RFP Pre-Bid Meeting & Clarifications 3 4. d. in the favour of CEO. ii. c. terms. Submission of the bid / proposal shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.3. to avoid last minute technical glitches/errors preventing successful uploading of bid within specified time frame i) Compliant Tenders / Completeness of Response a.Note: Bidders are advised to familiarize themselves adequately with the Jharkhand Government e-procurement systems. 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. Bidders are requested to submit the e-mail address and mobile no. of one authorised person for all communications along with the registration. in form of DD.3. appendices and other information in the RFP documents carefully. 14 | P a g e . b. e. Bidders are advised to study all instructions. payable at Ranchi. 20. well in advance. iii. JAPIT shall hold a pre-bid meeting with the prospective bidders on Date & time and Address mentioned in Fact Sheet of this document. Comply with all requirements as set out within this RFP. forms.1 Bidders Queries a. Pre-bid queries of only those bidders will be responded who have registered themselves on or before response of pre-bid queries is released. forms. requirements. Twenty Thousand Only) non-refundable. b. Submit the forms as specified in this RFP and respond to each element in the order as set out in this RFP. Bidders must: 4. JAPIT. h. At any time prior to the last date for receipt of bids. e. c. the ‘JAPIT’ reserves the right to hold or reschedule the Pre-Bid meeting. 2. Any such corrigendum shall be deemed to be incorporated into this RFP. whether at its own initiative or in response to a clarification requested by a prospective Bidder. In order to provide prospective Bidders reasonable time for taking the corrigendum into account. JAPIT may. 4.2 Responses to Pre-Bid Queries and Issue of Corrigendum a. However. JAPIT shall not be responsible for ensuring that the bidder’s queries have been received by them. 6. modify the RFP Document by a corrigendum. 4. The queries should necessarily be submitted in the following format: S. The purpose of the meeting is to provide Bidders information regarding the RFP. Bidders must confirm their participation in advance.gov. project requirements. JAPIT makes no representation or warranty as to the completeness or accuracy of any response made in good faith.jharkhand. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the JAPIT website www. and opportunity to seek clarification regarding any aspect of the RFP and the project. 5. (Section & Page Number(s)) Clarification(s) Points of Clarification 1. Any requests for clarifications post the indicated date and time may not be entertained by the JAPIT. 15 | P a g e .f. However.3. extend the last date for the receipt of Proposals. for any reason. Failure to attend pre-bid meeting lead to the non-participation of the bidder 3 i. JAPIT will endeavour to provide timely response to the queries. RFP Document Reference(s) Content of RFP requiring No. b. nor does JAPIT undertake to answer all the queries that have been posed by the bidders.in d. The Officer notified by the CEO. g. at its discretion. JAPIT may. 3. 4. mentioned above.1 Right to Terminate the Process a) JAPIT may terminate the RFP process at any time and without assigning any reason. b) The bidder may also download the RFP documents from the website www. In such case. b) This RFP does not constitute an offer by JAPIT.00. c) EMD amount is interest free and will be refundable to the unsuccessful bidders without any accrued interest on it. in the form of a Demand Draft OR Bank Guarantee (in the format specified in Annexure IV) issued by any nationalized/ Scheduled bank in favour of CEO JAPIT.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. of successful bidder would be returned upon submission of Performance Bank Guarantee as per the format provided in Appendix IV.000/. Proposals received without or with inadequate RFP Document fees shall be rejected. d) The bid / proposal submitted without EMD. JAPIT payable at Ranchi from any scheduled commercial banks. for the amount mentioned above. 3 4. 4. will be summarily rejected. 20. .gov. JAPIT make no commitments. that this process will result in a business transaction with anyone.drawn in favour of CEO.3 Earnest Money Deposit (EMD) a) Bidders shall submit.4. The bidders’ participation in this process may result JAPIT selecting the bidder to engage towards execution of the contract.jharkhand. express or implied. EMD of Rs. e) The EMD may be forfeited: 16 | P a g e i) If a bidder withdraws its bid during the period of bid validity. if the bidder fails to sign the contract in accordance with this RFP.in. along with their Bids. the demand draft of RFP document fees should be submitted along with Proposal.000/-(Rupees Twenty Lakhs) only.4. Key Requirements of the Bid 4. 20.4. payable at Ranchi. and should be valid for 180 Days from the due date of the tender / RFP. b) EMD of all unsuccessful bidders would be refunded by JAPIT within 60 Days of the bidder being notified as being unsuccessful. The EMD. ii) In case of a successful bidder. vi) In case of any discrepancy observed by JAPIT in the contents of the submitted original paper bid documents with respective copies. Technical Proposal and Commercial Proposal (As mentioned in previous paragraph) should be covered in separate sealed envelopes super-scribing “EMD”. Eligibility Criteria & Technical Proposal . iv) The original proposal/bid shall be prepared in indelible ink. E-mail ID and fax number of the bidder to enable the Bid to be returned unopened in case it is declared "Late". v) All pages of the bid including the duplicate copies. Please Note that Prices should not be indicated in the Technical Proposal but should only be indicated in the Commercial Proposal. In case of any discrepancy observed by JAPIT in the contents of the CDs and original 17 | P a g e .4 Submission of Responses a. shall be initialled and stamped by the person or persons who sign the bid.4. Any deficiency in the documentation may result in the rejection of the Bid.< RFP Reference Number > and the wordings ““DO NOT OPEN BEFORE <Date and 3 Time> ii) The outer envelope thus prepared should also indicate clearly the name. b. Technical Proposal and Commercial Proposal should be put in another single sealed envelope clearly marked “Response to RFP for < Name of the assignment > .4. "Technical Proposal" and “Commercial Proposal” respectively. Commercial Proposal . The bidders should submit their responses as per the format given in this RFP in the following manner i. address. except as necessary to correct errors made by the bidder itself. telephone number. Each copy of each bid should also be marked as "Original" OR "Copy" as the case may be. vii) Bidder must ensure that the information furnished by him in respective CDs is identical to that submitted by him in the original paper bid document.(1 Original) in third envelope.(1 Original + 1 Copies) in second envelope. iii. i) The three envelopes containing copies of EMD. the information furnished on original paper bid document will prevail over others. iii) All the pages of the proposal must be sequentially numbered and must contain the list of contents with page numbers. The Response to EMD. c. EMD and Bid Document Fees : Original DD/ Bank Guarantee for EMD and Original DD for Tender Document fees in first envelope ii. It shall contain no interlineations or overwriting. Any such corrections must be initialled by the person (or persons) who sign(s) the proposals. No correspondence will be entertained on this matter. and in negotiating a definitive contract or all such activities related to the bid process. 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. translation of the same in English language is3to be duly attested by the Bidders. b) The Proposal Evaluation Committee constituted by the JAPIT shall evaluate 18 | P a g e . 4.5.4. d) JAPIT reserve the right to modify and amend any of the abovestipulated condition/criterion depending upon project priorities vis-à-vis urgent commitments. the English translation shall govern. regardless of the conductor outcome of the bidding process. 4. b) The bids submitted by telex/telegram/ fax/e-mail etc. JAPIT will in no case be responsible or liable for those costs.5.1 Proposal Preparation Costs The bidder shall be responsible for all costs incurred in connection with participation in the RFP process. including.paper bid documents. in providing any additional information required by JAPIT to facilitate the evaluation process. a) Bids received after the due date and the specified time (including the extended period if any) for any reason whatsoever. No further correspondence on the subject will be entertained.5.5.2 Language The Proposal should be filled by the bidders in English language only. Evaluation process a) JAPIT will constitute a Proposal Evaluation Committee to evaluate the responses of the bidders. shall not be entertained and shall be returned unopened. the information furnished on original paper bid document will prevail over the soft copy. preparation of proposal.6. costs incurred in conduct of informative and other diligence activities. 4. For purposes of interpretation of the documents. Preparation and Submission of Proposal 4. shall not be considered. but not limited to. c) JAPIT shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. participation in meetings/discussions/presentations.3Late Bids 4. If any supporting documents submitted are in any language other than English. conditional offers and partial offers submitted v. No correspondence will be entertained outside the process of evaluation with the Committee. 19 | P a g e . 4. 3 4. With incomplete information. ii. Submitted without the documents requested in the checklist vi.the responses to the RFP and all supporting documents / documentary evidence. Received without the Letter of Authorization (Power of Attorney) iii. may lead to rejection c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the RFP shall be final. in the presence of such of those Bidders or their representatives who may be present at the time of opening. Are found with suppression of details iv.6. Have non-compliance of any of the clauses stipulated in the RFP vii.1 Tender Opening The Proposals submitted up to date and time mentioned in this RFP document by Proposal evaluation committee authorized by JAPIT. f) Each of the responses shall be evaluated as per the criterions and requirements specified in this RFP. subjective.2 Tender Validity The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of submission of Tender.6. With lesser validity period ii) All responsive Bids will be considered for further processing as below. 4. Are not submitted in as specified in the RFP document. If Proposals. i. d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their proposals. Inability to submit requisite supporting documents / documentary evidence. The representatives of the bidders should be advised to carry the identity card or a letter of authority from the tendering firms to identify their bonafide for attending the opening of the proposal. e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on the basis of any deviations.6.3 Tender Evaluation i) Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-responsive. who comply with all the Terms and Conditions of the Tender. his proposal will be rejected. . The JAPIT may conduct clarification meetings with each or any bidder to discuss any matters. execution/ implementation of the project including management period. and whether the bids are generally in order. Any bids found to be non-responsive for any reason or not meeting the minimum levels of the performance or eligibility criteria specified in various sections of this Tender Document will be rejected and will not be considered further. • If the Bidder does not accept the correction of the errors. i.Proposal evaluation Committee will prepare a list of responsive bidders. 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. whether any computational errors have been made. Bids received would be assigned scores based on the parameters defined in the table below. the scope of the evaluation committee also covers taking any decision with regard to the Tender Document. Preliminary Examination of Pre-qualification/ Eligibility Criteria documents: The Pre-qualification document will be examined to determine whether the bidder meets the eligibility criteria. d. a) Evaluation committee will examine the bids to determine whether they are complete. technical or otherwise. If there is a discrepancy between words and figures. e. All eligible bids will be considered for further evaluation by a Committee according to the Evaluation process define in this RFP document. Proposal shall be opened in the3 presence of bidders representatives who intend to attend at their cost. c. Evaluation of document: A detailed evaluation of the bids shall be carried out in order to determine whether the bidders are competent enough and whether the technical aspects are substantially responsive to the requirements set forth in the Tender Document. ii. All supporting document submitted in support of Eligibility and Technical Evaluation matrix should comply the following:• 20 | P a g e Supporting document is to be submitted in hard copies in quality print. Further. whether the documents have been properly signed and whether the bids are generally in order. Proposal document shall be evaluated as per the following steps. the unit price shall prevail and the total price shall be corrected. the amount in words will prevail. b. whether the proposal is complete in all respects. The decision of the Committee will be final in this regard. The bidders’ representatives who are present shall sign a register giving evidence of their attendance. 0 Marks 1.75 Marks >2 Project-1. JAPIT may declare the ‘Most Preferred Bidder’ as the ‘Successful Bidder’ for the agreement. then the technical evaluation score of the solution provider will be considered for Part 2 ./ PSU/Donor Agencies The organization shall have executed at least 1 Consulting/Advisory Services projects (ongoing/completed) in the following domains/ services (other than advisory/ consulting in only IT related matters). SL. QCBS (Quality and Cost Based Selection): Proposals will be evaluated as given below and the Bidders obtaining highest marks for their offering shall be declared as the Preferred Bidders. Upon acceptance of the Price of the ‘Most Preferred Bidder’ with or without further negotiations.1 Energy/Power PrEnergy/Poweroject/Services 1 Project -0.• Supporting document should clearly indicate value of the completed/on-going project and scope of work/ services should be clearly highlighted.75 Marks >2 Project-1.0 1.Consulting Maximu m marks 䔠 Required documentary evidence 1 Consulting Projects in India in State/ Central 25 Government department / Quasi Govt. • In case of Bidder is having Non Disclosure Agreement (NDA) with their client no such experience will be counted (if agreement copy not submitted). The Technical Evaluation Criteria consists of 2 parts. The project must be executed from FY 2005-06 to2014-15 1. and Part 2 – CM Dashboard Solution is of 50 marks. Bidders failing to comply any of the above then the Bid will be summarily rejected. Criteria Technical Evaluation Criteria – Part 1 . Part 1 – Consulting is of 100 marks.5 Marks 2 Project -0.5 Marks 2 Project -0. Project value should be 50 lakhs or more.2 Finance & Tax Regulations and Planning Project/Services 1 Project -0.0 Marks 1.N O.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 . If the CM Dashboard solution provider is different from the Bidder. iii.CM Dashboard Solution. 0 阰# 1.5 Infrastructure road and Transport Project/Services 1 Project -0.0 1.75 Marks >2 Project-1.3 Panchayat and Rural Development Project/Services 1 Project -0.0 1.1.4 Agriculture.6 Mineral Resources and Mining Project/Services 1 Project -0.5 Marks 2 Project -0.0 1.0 Marks 1.5 Marks 2 Project -0.7 Skill Development and Livelihood promotion Project/Services 1 Project -0.0 Marks 1.8 Drinking water & sanitation Project/Services 1 Project -0.0 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 .75 Marks >2 Project-1.0 Marks 1.75 Marks >2 Project-1.0 1.75 Marks >2 Project-1.0 Marks 1.5 Marks 2 Project -0. Food & Public Distribution 1 Project -0. Irrigation.5 Marks 1.5 Marks 2 Project -0.75 Marks >2 Project-1.0 Marks 1.5 Marks 2 Project -0. 0 Marks 1.0 Marks 1.12 Social Welfare Project/Services 1 Project -0.5 Marks 2 Project -0.0 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 .9 Urban Development Project/Services 1 Project -0.75 Marks >2 Project-1.5 Marks 2 Project -0.0 1.0 Marks 1.2 Project -0.5 Marks 2 Project -0.0 1.5 Marks 2 Project -0.75 Marks >2 Project-1.75 Marks >2 Project-1.75 Marks >2 Project-1.0 Marks 1.75 Marks >2 Project-1.10 Health Project/Services 1 Project -0.75 Marks >2 Project-1.5 Marks 2 Project -0.13 Education (Primary/Higher/Technical) Project/Services 1 Project -0.0 1.0 Marks 1.11 Information Technology/ eGovernance/ Citizen services and Biotechnology 阀Ϻ Project/Services 1 Project -0.0 1.0 Marks 1. 0 1.0 1.18 Governance and Policy Reforms Project/Services 1 Project -0.75 Marks >2 Project-1.0 Marks 1.0 䔠 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 .17 Culture & Sports Project/Services 1 Project -0.0 1.5 Marks 2 Project -0.0 Marks 1. Industry and MSME Sector development 1 Project -0.0 Marks 1.75 Marks >2 Project-1.0 1.14 Commerce.75 Marks >2 Project-1.5 Marks 2 Project -0.15 Tourism Project/Services 1 Project -0.1.0 Marks 1.5 Marks 2 Project -0.5 Marks 2 Project -0.19 Branding and promotion related services Project/Services 1 Project -0.5 Marks 2 Project -0.75 Marks >2 Project-1.75 Marks >2 Project-1.75 Marks >2 Project-1.16 Forest/Environment/Irrigation Project/Services 1 Project -0.5 Marks 2 Project -0.0 1.0 Marks 1. 22 Preparation of State economy development roadmap and assistance in implementation Project/Services 1 Project -0.0 1.75 Marks >2 Project-1.0 Marks 1.23 Ease of doing business or regulatory reforms with the state Govt.21 Preparation of State vision plan Document Project/Services PPP Consulting/Advisory Services Project/Services 1 Project -0.5 Marks 2 Project -0.75 Marks 1.20 Bid Process Management/ PPP Transaction services Project/Services 1 Project -0.75 Marks >2 Project-1.0 Marks 1.0 Marks 1.75 Marks 櫐 >2 Project-1.0 Marks 1.5 Marks 2 Project -0.5 Marks 2 Project -0.25 Advisory services to Chief Minister and Secretariat 1 Project -0.5 Marks 2 Project -0.75 Marks >2 Project-1.75 Marks >2 Project-1.24 Experiencing in implementing of performance monitoring dash board and PMU support Project/Services 1 Project -0.0 1.0 1.0 Marks 1. in India Project/Services 1 Project -0.1.5 Marks 2 Project -0.0 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 .5 Marks 2 Project -0.0 1.0 1. >2 Project-1.0 Marks 2 2.1 2.2 Onsite Resource Personnel Advisory Services to Chief Minister Secretariat Senior Level Consultant (I)Consulting Experience : Maximum 3.0 Marks Consultant with more than 10 years experience having mandatory expertise in India in State/ Central Government department / Quasi Govt./ PSU/Donor Agencies (a) Government Reforms, (b) National/ State Level Policy Making and (c) Planning and expertise on at least two of the following domains: i) Energy/ Power ii) Infrastructure iii) Panchayat and Rural Development iv) Urban Utilities v) Agriculture, Food and Public Distribution vi) Mining 鑰͵ vii) Social Sector a) India in State/ Central Government department / Quasi Govt./ PSU/Donor Agencies Project Experience 5 Assignments -0.5 Marks 6-10 Assignments- 1.0 Marks >10 Assignments-2.0 Marks b)International Government/PSU/Quasi Government Project Experience 1 Assignments -0.5 Marks >1 Assignments-1.0Marks (II) Qualification : Maximum 1.0 Marks i) Full time post graduate diploma in management from IIM or MBA from top 15 colleges as per Annexure-XI : 0.5 Marks ii) B.E/ B.Tech from top 15 colleges as per Annexure-XII with Full time post graduate diploma in management from IIM or MBA from top 15 colleges as per Annexure-XI: 1.0 Marks (III) Years of Experience: Maximum 2.0 Marks i) 10 Years: 1.0 Marks i) 11-15 Years : 2.0Marks....................Age- Max 50 yrs. Middle Level Consultant (2) 26 | P a g e 20 6 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 (I) Consulting/ Implementation Experience : Maximum 2.0 Marks Consultant with more than 7 years of experience having expertise in IT /ITeS consulting and implementation who has executed minimum 3 assignments IT/ ITeS project implementation/ managementIndia 3 Assignments -1.0 Marks 3-5 Assignments- 1.5 Marks >10 Assignments-2.0 Marks (II) Qualification : Maximum 1.0 Marks i) B.E/B.Tech from top 50 colleges as per Annexure-XII with Full time post graduate diploma in management from IIM or MBA from top 25 colleges as per Annexure-XI Institute : 0.5Marks ii) B.E/ B.Tech from top 25 colleges as per Annexure-XII with Full time post graduate diploma in management from IIM or MBA from top 25 colleges as per Annexure-XI : 1.0 Marks 2.3 (III) Years of Experience: Maximum- 1.0 Marks i) 7 Years: 0.5 Marks ii)>7 Years: 1.0 Marks iii) >10 -: 1.0 Marks (Maximum Age 40 Years) Junior Level Consultant – 2 positions, 2 marks each (a)IT /ITeS consulting and implementation Expert and technical in-charge of dashboard Education Qualification: MBA/PGDBM/BE/BTECH/MCA (I) Consulting/ Implementation Experience : Maximum 1.0 Marks Experience: Minimum 7 years He/she should have - Participated in execution of consulting assignments at National or State level (minimum 3 Projects) - Two Projects in IT/ ITeS Project Implementation/ Management - One Project in National /State Level eGovernance /IT Investment/ IT SEZ Policy Making 27 | P a g e 4 IT/ ITeS project implementation/ managementIndia 3 Assignments -0.5 Marks >4 Assignments- 1.0 Marks (II) Qualification : Maximum 1.0 Marks i) B.E/B.Tech from top 50 colleges as per Annexure-XII with Full time post graduate diploma in management from IIM or MBA from top 25 colleges as per Annexure-XI Institute : 0.5Marks ii) B.E/ B.Tech from top 25 colleges as per Annexure-XII with Full time post graduate diploma in management from IIM or MBA from top 25 colleges as per Annexure-XI : 1.0 Marks (b)Finance Expert Education Qualification: MBA /PGDBM (I) Consulting/ Implementation Experience : Maximum 1.0 Marks 玀 Experience : Minimum 7 years The candidate should have - experience of in financial modelling, market analysis, risk analysis and to forecast revenue streams for various projects. - experience of at least three successful PPP projects (signing of concession agreement) IT/ ITeS project implementation/ managementIndia 3 Assignments -0.5 Marks >4 Assignments- 1.0 Marks (II) Qualification : Maximum 1.0 Marks i) B.E/B.Tech from top 50 colleges as per Annexure-XII with Full time post graduate diploma in management from IIM or MBA from top 25 colleges as per Annexure-XI Institute : 0.5Marks ii) B.E/ B.Tech from top 25 colleges as per Annexure-XII with Full time post 28 | P a g e 1 Energy /Power 1 Enclose CV as per ◌ͻ ؐ Project/Services format defined in 1 Project -0. 2 Project -0.5 Marks the RFP.0 Marks (II) Expertise : Maximum 1 Marks i) Minimum 2 Year’s experience of Translation work from Hindi to English and Vice versa in Central/ State Government offices. 3.0 Marks 1 Enclose CV as per format defined in the RFP. 2 Project -0. Irrigation.0 Marks 3.3 Panchayat and Rural Development 1 Enclose CV as per Project/Services format defined in 2 Project -0.5 Marks >2 Project-1.6 Mineral Resources and Mining 1 Enclose CV as per 29 | P a g e .5 Infrastructure road and Transport Project/Services 2 Project -0.0 Marks 3.75 Marks >2 Project-1.5 Marks the RFP.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 : 1.4 Agriculture.0 Marks 1 Enclose CV as per format defined in the RFP.0 Marks 3. Food & Public Distribution Project/Services 2 Project -0. 3.5 Marks the RFP.graduate diploma in management from IIM or MBA from top 25 colleges as per Annexure-XI : 1.2 Finance/ Tax Regulations/ Planning 1 Enclose CV as per Project/Services format defined in 1 Project -0.75 Marks >2 Project-1.0 Marks 2. >2 Project-1. including Government of India Undertakings : 1.5 Marks >2 Project-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. 3.5 Marks >2 Project-1. 3. 1 Enclose CV as per .15 3.13 Education (Primary/ Secondary/ Higher/ Technical) Project/Services 2 Project -0.5 Marks >2 Project-1.5 Marks >2 Project-1.5 Marks >2 Project-1.0 Marks Cultural & Sports 1 Enclose CV as per format defined in the RFP.0 Marks Tourism Project/Services 2 Project -0. Industry and MSME sector development 2 Project -0.5 Marks >2 Project-1.12 Social Sector Welfare Project/Services 2 Project -0.11 Information Technology / eGovernance / Citizen services and Biotechnology ◌ͻ ؐ Project/Services 2 Project -0.7 Skill Development and Livelihood promotion Project/Services 2 Project -0.0 Marks 1 Enclose CV as per format defined in the RFP.8 Drinking water & sanitation Project/Services 2 Project -0.16 3. 1 Enclose CV as per format defined in the RFP. 3.5 Marks >2 Project-1.0 Marks Commerce .5 Marks >2 Project-1. 3. 3.0 Marks 1 Enclose CV as per format defined in the RFP.0 Marks 1 Enclose CV as per format defined in the RFP.0 Marks 1 Enclose CV as per format defined in the RFP.9 Urban Development Project/Services 2 Project -0.0 Marks format defined in the RFP.14 3. Enclose CV as per format defined in the RFP.0 Marks 1 Enclose CV as per format defined in the RFP.5 Marks >2 Project-1.10 Health Project/Services 2 Project -0.5 Marks >2 Project-1.0 Marks 1 Enclose CV as per format defined in the RFP. 3.17 30 | P a g e 1 1 Enclose CV as per format defined in the RFP.0 Marks Forest/ Environment/ Irrigation Project/Services 2 Project -0.5 Marks >2 Project-1.Project/Services 2 Project -0. 3.5 Marks >2 Project-1. 3. 0 Marks Governance and policy reforms Project/Services 2 Project -0.20 4 Project/Services 2 Project -0. Balance Sheet submitted with Income Tax returns’ indicating sector-specific turnover is required.5 Marks >2 Project-1. 20 Required documentary evidence A certificate by Chartered Accountant along with ‘Profit & Loss' statements.5 Marks >2 Project-1.0 Marks Organization capability format defined in the RFP.5 marks for each project max 2 projects) 5 31 | P a g e . 2. 1 Enclose CV as per format defined in the RFP.0 marks Rs.0 marks 5. 1 Enclose CV as per format defined in the RFP. 2012-13) Rs. Enclose copy of ongoing / completed work order / agreement for consulting/adviso ry project and highlight Scope 4.0 marks Rs.0 Marks Branding and Promotion related services Project/Services 2 Project -0.5 marks Rs.0 4. 2012-13) Rs.19 3.2 Annual Turnover from Government Consulting Business as evident from Copy of the statutory auditor/ company secretary of the company for last three financial years ( FY 2010-11.1 Annual Turnover as evident from Copy of the audited profit and loss account of the company showing average annual turnover of the company for last three financial years ( FY 2010-11. 21-30 Cr: 2. 1 Enclose CV as per format defined in the RFP.5 marks 2.0 Marks Bid Process Management/ PPP Transaction Services Project/Services 2 Project -0. 2011-12.0 marks Rs.5 4. A certificate by Chartered Accountant / Company Secretary indicating the Government Consulting turnover is required.3.5 Marks >2 Project-1.18 3. 20 Cr : 1. 401 Cr and Above : 5. 31-40 Cr : 2.0 crore with any Departments of State Government / Central Government or PSU/ Semi Government organizations / Quasi Governments organizations in India in last 5 years in each of the following 5 areas: (0. 100 Cr : 1. 2011-12. 201 Cr and 400 Cr : 3. 101 Cr – 200 Cr : 2.3 Projects of minimum contract value of Rs.0 marks ◌ͻ ؐ Rs.5 Marks >2 Project-1. Panchayat and Rural Development/Agriculture/ Health/Social Welfare/ Education The organization shall have experience in IT / eGovernance implementation Projects to the assignment on Dashboard Management System / MIS / Scheme Management projects (completed/ ongoing) in Government/ quasiGovernment/ PSUs (minimum 1) in India. business license reform etc.5 marks of Work/ services with project cost 5. Private sector development (investment promotion campaign.0 Enclose copy of ongoing / completed work order / agreement and highlighting the Scope of Work/ services 2. Technology transformation (e-Governance.5 marks 瓀 2 projects: 2. Cleansing and Transformation-2 marks 32 | P a g e 30 Submit updated compliance and Attach Factsheets .3 Presentation 5 5.) b.0 Marks in total Consulting/ Advisory/ IT projects (completed/ ongoing) implementation in any Government department /Quasi Government/ PSU in Jharkhand 1 project: 1.0 marks 3 projects or more: 2. Single window implementation etc. Finance/ Tax policy d.4.5 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 5 Presentation and Approach Methodology 15 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) Technical Evaluation Criteria – Part 2 – CM Dashboard 1 Compliance to Functional Specifications – 10 marks 1. Data Access.) e. Infrastructure or PPP transaction advisory c.5 a. For every additional 1 Project 1 Marks will be awarded upto to Maximum 5. 1 Project will be awarded 1 Marks.4 4. g. Departmental Analysis -2 marks 4. Data cleansing and Data standardization solution – 5 marks The technical score of this evaluation will be called – T_Part2 (maximum 50 marks) Evaluation of Commercial Bid: 1) Computation of Technical Score The final Technical score will be the average of technical score from part 1 and part2. Forward looking Analysis -2 Marks 5.63) If mandatory technical features are not complied to. Experience in implementing the proposed solution should have been implemented in implemented in Indian State/ Central Government department / Quasi Govt. If T_Part1 = 80 and T_part2 = 40 then Technical Score = (80+40)/1. Lowest Commercial proposal will be allotted a Commercial score of 100 33 | P a g e . Role based Dashboard.5 = 80 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. upto a maximum of 5 marks 2 3 The solution should have been implemented for “ CM Dashboard” project in other Indian States: 1 State – 2 marks 2 or more States. e. Scorecards and reports-2 marks 3. Additional features : 9 marks (1 mark for each additional feature on page 62. Data Exploration and Adhoc analysis – 2 marks Compliance to Technical Specifications – 20 marks 1.2. The evaluation will be carried out if Commercial bids are complete and computationally correct.5 marks ◌ͻ ؐ 5 Enclose copy of ongoing / completed work order / agreement 5 Enclose copy of ongoing / completed work order / agreement 4 Present understanding of the CM Dashboard project 10 Presentation and its implementation – 5 marks during technical Demo of the CM Dashboard solution underlying evaluation ETL. Mandatory features : 11 marks 2./ PSU/Donor Agencies: 2 Projects – 2 marks 1 mark for each additional project. total marks given to Compliance to Technical Specifications will be 0. Audited annual financial results (balance sheet and profit & loss statement showing business in India) of the bidder for the last three financial years.7. c. A copy of the Tender Document. 4) Computing the final (“T1-L1”) marks: i) The composite score is a weighted average of the Technical and Commercial Scores.30) * 100 Thus the composite (T1 – L1) marks shall be out of a maximum of 100 marks. Reference list of major clients d. The responsive Bidder(s) will be ranked in descending order according to the composite (T1 – L1) marks. 4. The ratio of Technical and Commercial score is 70:30 respectively. The Commercial score of other Bidder(s) will be computed by measuring the respective Commercial bids against the lowest proposal. the T1 bidder will get (Tm) 100 marks. i. all pages duly-signed by the authorized signatory towards acceptance of the terms and conditions of the Tender Document. 34 | P a g e . Power-of-attorney granting the person signing the proposal the right to bind the bidder as the ‘Constituted attorney of the Directorate’. These evaluation criteria will be weighted by JAPIT management and applied to Bidder responses to determine which Bidder is the Most Preferred Bidder for JAPIT.g. The highest-ranking Bidder as per the composite (T1 – L1) marks will be selected.88 Marks. which is calculated based on the above formula. A bidder awarded 80 marks will get (80/90) x 100=88. The composite (T1 – L1) marks will be derived using the following formula: T1 & L1 evaluation Technical Marks (TM) = Bidders actual Technical Score (ATS) / Highest Technical Score (HTS) Commercial Marks (CM) = Lowest Commercial Score (LCS) / Bidders actual Commercial Score (ACS) Composite (T1 – L1) marks = (TM * 0.) if the highest technical Marks is 90.marks.70 + CM * 0. 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. Prequalification and Technical Proposal Prequalification/Eligibility Criteria: Pre-qualification document as per eligibility criteria specified under Section -3 above along with the following documentations: a. 3) The bidder with the Highest Technical Marks will be awarded 100 marks and others bidders will be awarded on percentile basis (e. b. e. which may have any effect on the execution of the contract after issue of letter of Award as 35 | P a g e . The Bidders cannot withdraw 疰 the proposal in the interval between the last date for receipt of bids and the expiry of the proposal validity period specified in the Proposal.8. by giving a written notice to the JAPIT. Such withdrawal may result in the forfeiture of its EMD from the Bidder. e. c.ii. the Bidder shall use the form to provide relevant information. the Bidder shall design a form to hold the required information. Technical proposal a. For all other cases. b. b. 4. g. b. 4. If the form does not provide space for any required information. c. Each Bidder is expected to become fully acquainted with the local conditions and factors. Local Conditions a. c. Proposal Forms a. b. iii. space at the end of the form or additional sheets shall be used to convey the required information. b. Wherever a specific form is prescribed in the Proposal document. 4. full details of services offered as well as their latest on-going /completed projects.9. JAPIT shall not be bound by any printed conditions or provisions in the Bidder’s Proposal Forms. packaging document or delivery challan. d. f. Modification and withdrawal of Bids a. 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.10. Commercial proposal a. which may affect the performance of the contract and /or the cost. no modification of bids shall be allowed. with their offers. The Bidder is expected to know all conditions and factors. Subsequent to the last date for receipt of bids. The Bidder is allowed to modify or withdraw its submitted proposal any time prior to the last date prescribed for receipt of bids. Opening of Proposal First.14. registration under Labour Laws Contract Act. 4. However. whichever is applicable.described in the bidding document. Any kind of consortium will not be permitted. including that for financial adjustment to the contract awarded under the bidding document will be entertained by the JAPIT. 4. It is the Bidder’s responsibility that such factors have been properly investigated and considered before submitting the proposal. Ranchi a. Any effort by a Bidder to influence the proposal evaluation. Sequence of opening is as follows: 36 | P a g e . and if found. No claim. for this Tender. the envelope containing Earnest Money Deposit (EMD) will be opened. c. Contacting the Jharkhand Agency for Promotion of Information Technology. from the time of the proposal opening till the time the Contract is awarded. sub-contracting is permitted under this for Subject Matter Experts (SMEs) as the need arises. 4. Bidder shall not approach JAPIT officers after office hours and/or outside JAPIT office premises.13. proposal comparison or contract award decisions may result in the rejection of the proposal. The Bidder is expected to visit and examine and study the location of Govt. that the bidder has furnished all the documents in the prescribed manner. what-soever.12. d. offices and its surroundings and obtain all information that may be necessary for preparing the proposal at its own interest and cost. Eligibility Criteria ◌ͻ ؐ The bidder shall meet the criteria for eligibility mentioned in the Tender document.11. The JAPIT shall not entertain any request for clarification from the Bidder regarding such local conditions. Tentative Schedule of Events Tentative schedule of events regarding this tender shall be as per the dates and time given in the Section-1: Fact Sheet. valid sales tax registration certificate and valid service tax registration certificate. b. Neither any change in the time schedule of the contract nor any financial adjustments arising there-of shall be permitted by the JAPIT on account of failure of the Bidder to know the local laws / conditions. The bidder must have registration certificate. The commercial proposal would be opened in presence of technically short-listed bidders. 4. The Evaluation Committee or its authorized representative will open the tenders. then the second envelope containing Technical Proposal will be opened. Special Condition for Awarding the Agreement: i. accounts. e. The JAPIT may at its discretion. JAPIT may extend the Agreement for another 2 year period as per cost proposed in the price bid by successful bidder. JAPIT will sign the Agreement with Successful Bidder for initially 3 year period. JAPIT shall inform those Bidders whose proposals did not meet the eligibility criteria or were considered non-responsive. whether written or oral. algorithms. informing that their Commercial Proposals will be returned unopened after completing the selection process. or information concerning the business or financial affairs and methods of operation or proposed methods of operation. As used herein. electronic data processing applications. Technical Proposals c. Bidder shall acknowledge the LoA and return the duplicate copy duly sealed and signed. Commercial Proposals 4. visit the office of the Bidder any-time before the signing of Agreement. which relates to internal controls. The JAPIT reserves the right to ask for a technical elaboration/clarification in the form of a technical presentation from the Bidder on the already submitted Technical Proposal at any point of time before opening the Commercial Proposal. f. EMD Envelope b. 4. Confidentiality a.15. computer or data processing programs.16. techniques or systems. routines. The bidder’s name. 37 | P a g e . JAPIT shall simultaneously notify those Bidders who qualify for the Evaluation process as described in this Tender Document. c. the total amount of each proposal and other such details as the Tendering Authority may consider appropriate. The notification may be sent by mail or fax. transactions. After acceptance of LoA Performance Security shall be deposited as specified in this document for signing an Agreement with JAPIT. including information created by or for the other party. Deciding Award of Contract a. the Proposal Price. within seven days from the issue of LoA by JAPIT. informing the date and time set for opening of Commercial Proposals. JAPIT shall inform those Bidders whose proposals are accepted via issuance of Letter of Acceptance (LoA) in duplicate copy. will be announced and recorded by the JAPIT at the opening of bid. subroutines. b. ii. The Bidder shall furnish the required information to JAPIT and its appointed representative on the date asked for.a. at no cost to the JAPIT. the term “Confidential Information” means any information. ◌ͻ ؐ d. and any Attachment or Annexure hereof. At all time of the performance of the services. the Bidder shall abide by all applicable security rules. Duration of the contract: The CONTRACT shall initially valid for a period of Four (4) year from the date of signing of Agreement. The Bidder should note that before any of its employees or assignees is given access to the Confidential Information. standards.17. The Bidder should not disclose to any other party and keep confidential the terms and conditions of this Contract agreement. JAPIT may extend the Agreement for another two (2) years period with an incremental rate as mutually agreed by JAPIT& successful bidder. Ranchi. policies. guidelines and procedures. or any client of either party. Jharkhand Agency for Promotion of Information Technology. each such employee and assignees shall agree to be bound by the terms no less onerous than those contained under this tender and such rules.18. except such information which is in the public domain at the time of its disclosure or thereafter enters the public domain other than as a result of a breach of duty on the part of the party receiving such information. The Bidders shall note that the confidential information will be used only for the purposes of this tender and shall not be disclosed to any third party for any reason what-soever. 4. Execution of Agreement After acknowledgement of the LoA by the selected bidder. any amendment hereof. for a Period of Five year and shall sign the Agreement with in Twenty one days from the issue of LoA. 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.20. guidelines and procedures by its employees or agents. 4. c.19. Terms and Conditions: Applicable Post Award of Contract 38 | P a g e . The obligations of confidentiality under this section shall survive rejection of the 皠 contract. 4. d. 4. any information related to this tender. e. policies.proposed transactions or security procedures of either party or any of its affiliates. b. with the same degree of care as it would treat its own confidential information. standards. The Bidder shall keep confidential. It is the express intent of the parties that all the business process and methods used by the Bidder in rendering the services hereunder are the Confidential Information of the Bidder. Publicity Any publicity by the bidder containing the name of JAPIT should be done only with the explicit written permission from JAPIT. 4. The bidder goes into liquidation. In this event. d.20. which JAPIT may have to incur in executing the balance contract.1 Termination Clause i) Right to Terminate the Process JAPIT reserves the right to cancel the contract placed on the selected bidder and recover expenditure incurred by JAPIT under the following circumstances:a. h. e. if for any reason. An attachment is levied or continues to be levied for a period of seven days upon effects of the bid. the selected bidder is bound to make good the additional expenditure. g. After award of the contract. If the selected bidder fails to complete the assignment as per the time lines prescribed in the RFP and the extension if any allowed. JAPIT reserves the right to recover any dues payable by the selected Bidder from any amount outstanding to the credit of the selected bidder. if the selected bidder does not perform satisfactorily or delays execution of the contract. c. 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. including the pending bills and/or invoking the bank guarantee under this contract. and further allow the next successor Vendor to take over the obligations of the 39 | P a g e . 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. JAPIT reserves the right to get the balance contract executed by another party of its choice by giving one month notice for the same. voluntarily or otherwise. b. it will be a breach of contract. The selected bidder commits a breach of any of the terms and conditions of the bid. This clause is applicable. cost and responsibility of the selected bidder. II) 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]. In case the selected bidder fails to deliver the services as stipulated in the ◌ͻ ؐ delivery schedule. JAPIT reserves the right to procure the same or similar services from alternate sources at the risk. f. If deductions of account of liquidated damages /Penalty exceeds more than 10% of the total contract price. the contract is cancelled. installation etc.3 Acceptance Tests The selected bidder in presence of the JAPIT authorized officials will conduct acceptance test at the site. 4. c. 4.20. Notwithstanding JAPIT s right to cancel the order. d. 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 week’s delay in commissioning to a maximum of 10% of the value of the order value for CM Dashboard. software. securities furnished.4 Audit by Third Party JAPIT at its discretion may appoint third party for auditing the activities of onsite services and operations of entire services provided to the JAPIT.2 Liquidated Damages a. No additional charges shall be payable by the JAPIT for carrying out these acceptance tests. 4. 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. 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. enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available JAPIT under law or otherwise. liquidated damages for late delivery at 1% (One percent) of the undelivered portion of order value per week will be charged for every week’s delay in the specified delivery schedule subject to a maximum of 2% of the value of the order value. The test will involve installation and commissioning and successful operation of the Dashboard application. c. 40 | P a g e . b. The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of the Contract that are expressly or by implication intended to come into or continue in force on or after such termination. 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. Liquidated damages will be calculated on per week basis.20. Nothing herein shall restrict the right of JAPIT to invoke the JAPIT Guarantee and other guarantees. The aggregate liability of the Consultant shall in no event exceed the total value of the fee received under this contract.erstwhile Vendor in relation to the execution/continued execution of the scope of the Contract. b.20. which may be equal to the cost it incurs or the loss it suffers for such failures.  ؐ If the Bidder fails to ◌ͻ complete the due performance of the contract in accordance with the specification and conditions of the offer document.20. the JAPIT reserves the right to impose penalty. JAPIT may recover such amount of penalty from any payment being released to the Bidder. The matter shall then be resolved between them and the agreed course of action documented within a further period of 15 days. • Matter will be referred for negotiation between Officer nominated by JAPIT and the Authorized Official of the Bidder. irrespective of the fact whether such payment is relating to this contract or otherwise.4. ii. The Bidder shall perform its obligations under the agreement entered into with the JAPIT. 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 shall implement all penalty clauses after giving due notice to the bidder. In case any dispute between the Parties. does not settle by negotiation in the manner as mentioned above. the JAPIT reserves the right either to cancel the order or to recover a suitable amount as deemed reasonable as Penalty / Liquidated Damage for non-performance. iv. the same may be resolved exclusively by arbitration and such dispute may be submitted by either party for arbitration 41 | P a g e . iii.20. in a professional manner. In the event of failure of maintaining the SLA.6  JAPIT may impose penalty to the extent of damage to its any equipment. 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. if the damage was due to the actions directly attributable to the staff of Bidder. Dispute Resolution Mechanism The Bidder and the JAPIT shall endeavour their best to amicably settle all disputes arising out of or in connection with the Contract in the following manner: • 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.5 Penalty i. 4. Arbitration shall be held in Ranchi and conducted in accordance with the provisions of Arbitration and Conciliation Act. or transmitted by pre-paid registered post or courier. The bidder or JAPIT shall not be liable for delay in performing his/her 42 | P a g e . such as: 1. including fees and expenses of the arbitrators. Notice or other communications given or required to be given under the contract shall be in writing and shall be faxed/e-mailed followed by handdelivery with acknowledgement thereof. droughts. earthquakes and epidemics. Natural phenomenon. 1996 or any statutory modification or re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the two arbitrators shall jointly appoint the third or the presiding arbitrator. Acts of any government. including but not limited to war. Each Party shall bear the cost of preparing and presenting its case. which is beyond the control of the selected bidder or JAPIT as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the contract.20. declared or undeclared priorities. 4. 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.20. notifies the other in writing of such causes. 2. quarantines and embargos. The “Arbitration Notice” should accurately set out the disputes between the parties. shall be shared equally by the Parties unless the award otherwise provides.7 Notices ꯀ. 4. 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. the intention of the aggrieved party to refer such disputes to arbitration as provided herein. 3.8 Force Majeure Force Majeure is herein defined as any cause. Any notice or other communication shall be deemed to have been validly given on date of delivery if hand delivered & if sent by registered post than on expiry of seven days from the date of posting. including but not limited to floods. public unrest in work area provided either party shall within 10 days from occurrence of such a cause. and the cost of arbitration. Terrorist attack. The Bidder shall not be entitled to suspend the Service/s or the completion of the job. 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.within 20 days of the failure of negotiations. Bidder and the effectiveness of SLA. in part or whole. b. 43 | P a g e . The replacement of resource by bidder will be allowed (with penalty) only in case. provisions relating to indemnity. 4. at the discretion of JAPIT and at the risk and cost of the selected Bidder. then the contract will be liable for termination. Notwithstanding this. 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’.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. 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. The benefits of this SLA are to: a. confidentiality survive termination of the contract. implementation and Maintenance services will be as follows: a. the resource leaves the organization by submitting resignation with the present employer or physically unfit.obligations resulting from any force majeure cause as referred to and/or defined above.21. 4. a penalty at the rate of 0. Category of SLAs The following measurements and targets shall be used to track and report performance on a regular basis. Replacement of resources shall generally not be allowed. but limited to the 2% of the overall contract value If the services are not completed even within this eight-week period.01% per week of the corresponding contract value will be levied for a maximum period of eight weeks. or target level. Makes explicit the performance expectations that JAPIT has from the Successful bidder. 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.22. The penalty for various delays and deficiencies in CM Dashboard design. Trigger a process that applies to successful Bidder’s and JAPIT when that service provided falls below an agreed upon threshold. Penalty for delay in execution of project: If the successful bidder does not complete the project within the stipulated period given in the Scope of Work. 4.20. The Successful bidder and JAPIT shall regularly review the performance of the services being provided by the Successful ꯀ. 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. Each Representative shall have the authority to: . nothing shall be done by the Selected Bidder in contravention of any law. The proceeds of the performance guarantees shall be payable to the Purchaser as compensation for any loss / penalties resulting from the Suppliers failure to complete its obligations under the contract.4. working days and Holidays of CG State Government. including any warranty obligations under the Contract. A situation will be considered an emergency on a case-by-case basis and will be decided by the Nodal Officer. stowaways. The Resource has to follow the working hours. which shall be equal to 10% of Contract Value and shall ꯀ. there-under or any amendment thereof governing inter-alia customs. (ii) The Resources should be stationed in Ranchi for the entire project period. the successful Bidder shall furnish Contract Performance Guarantee to the JAPIT. The performance guarantee will be discharged by the purchaser and returned to the Supplier within 60 days following the date of completion of the Suppliers performance obligations. Statutory Requirements During the tenure of this contract. foreign exchange etc. Except in case of emergencies. (vi) Leave cannot be claimed as an employee’s right. act and/ or rules/regulations. Leave Policy (i) The objective of this policy is to ensure that employees are able to balance work and professional life without compromising work continuity and discipline. (iii) Resource shall get prior approval of JAPIT/ CM Secretariat before leaving Ranchi. Contract administration a.26. 4. 4. 3. Ranchi.24. all leave will be granted subject to organization’s requirements. and shall keep JAPIT indemnified in this regard. 4. Within 21 days after the receipt of notification of award of the Contract from the JAPIT.23. 44 | P a g e Either party may appoint any individual / organization as its authorized representative through a written notice to the other party. (iv) Leave entitlement and computation will be effective from date of start of project. 2. 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. (v) An employee can avail maximum 22 leaves per year on pro-rata basis. Contract Performance Security 1.25. 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. Inspection and Periodic Audit ꯀ. A committee comprising of representatives from the JAPIT and the Selected Bidder shall meet on a quarterly basis to discuss any issues / bottlenecks being encountered. Information Security 45 | P a g e . where deemed necessary. c.27. to provide the required information.(a) Exercise all of the powers and functions of his/her Party under this contract. 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. the JAPIT representative would act as an interface with the nominated representative of the Selected Bidder. clarifications.28. The Selected Bidder shall comply with any instructions that are given by the JAPIT representative during the course of this contract in relation to the performance of its obligations under the terms of this contract and the Tender. The Selected Bidder shall be bound by all undertakings and representations made by the authorized representative of the Selected Bidder and any covenants stipulated hereunder. The JAPIT may demand. with respect to this contract. material or any other information required to assess the progress of the project. The JAPIT shall also have the right to conduct. The Selected Bidder shall draw the minutes of these meetings and circulate to the JAPIT. The JAPIT reserves the right to inspect and monitor / assess the progress /performance at any time during the course of the Contract. For the purpose of execution or performance of the obligations under this Contract. either itself or through any another agency as it may deem fit. the selected bidder shall provide with any document. and to resolve any issues as may arise during the execution of the Contract. and upon such demand being made. b. issue a notice of default. 4. data. other than the power to amend this contract and ensure proper administration and performance of the terms hereof. after providing due notice to the Selected Bidder. for and on their behalf. 4. without prejudice to any other rights that it may have. d.29. 4. and (b) Bind his or her Party in relation to any matter arising out of or in connection with this Contract. Right of Monitoring. JAPIT shall ensure that timely approval is provided to the selected Bidder. JAPIT’s Obligations The JAPIT representative shall interface with the Selected Bidder. which should include diagram / plans and all specifications related to services required to be provided as part of the Scope of Work. all documents and other details as may be required by them for this purpose. 31. loss. which are proprietary to or owned by the JAPIT.30. Schedule The payment as specified in financial format Annexure -3 as submitted by Selected Consultant shall be made as below:- 46 | P a g e . c. or upon demand by JAPIT. Any breach of any of the terms the Selected Bidder’s Proposal as agreed. 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.33. and Supplements to. claims including those from third parties or liabilities of any kind how-so-ever suffered including patent. Negligence or wrongful act or omission by the Selected Bidder or it’s team or any Agency/ Third Party in connection with or incidental to this Contract. without prior written permission from the JAPIT. trademark and trade secret. in a form and manner acceptable to the JAPIT. storage media or any other goods/material in physical or electronic form. information.32. 4. Special Conditions of Contract Amendments of. out of premises. the Tender and this Contract by the Selected Bidder. copyright. layouts. a Deed of Indemnity in favour of the JAPIT. Prices ꯀ. The Selected Bidder shall. Indemnity The Selected Bidder shall execute and furnish to the JAPIT. both hard copy and electronic. The indemnity shall be to the extent of 10% of project cost in favour of the JAPIT. damages. arising or incurred inter-alia during and after the Contract period out of: 4. diagrams. expense. or b. including any copies or reproductions. return any and all information provided to the Selected Bidder by JAPIT. a.The Selected Bidder shall not carry and/or transmit any material. whichever is earliest. Clauses in the General Conditions of Contract. upon termination of this agreement for any reason. indemnifying JAPIT from and against any costs. its Team or any Agency/ Third Party. 4. 4. 3 of Summary of Financial Proposal. tickets and hotel bills and approval from the authorized 47 | P a g e . Annexure III. Annexure III. No. 2. on submission of Monthly Progress Reports detailing the work done against the action plan.Sl 1. Particular Component I: Part 1: Advisory Services to Chief Minister Secretariat (48 months) 2. 1 of Summary of Financial Proposal (Table A). Sr. No. 3 of Financial Proposal. Proincipal Consultant): 1. 20% of value in Sl. onsite resources needs to submit the Travel Expense Claim to the CM Secretariat/ JAPIT along with the relevant bills/ vouchers. Payment will be made on a monthly basis as per fee quoted Sl. Annexure III– Mobilization advance on signing of the agreement. No. 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) 3 ꯀ. on submission of Monthly Progress Reports detailing the work done against the action plan. Consultant. terms and conditions as applicable to SeMT ( Consultant. Annexure III – On GoLive of Dashboard Balance 50% of value in Sl. Annexure III. To claim reimbursement. will be payable in equal instalments per month for the remaining months after go live of the CM Dashboard application till completion of 4 years from the start of the project TA/ DA Rules and expense related to travel outside Ranchi shall be reimbursed by Authority as per rates. No. 3 of Summary of Financial Proposal (Table A). 3 of Summary of Financial Proposal. Component I: Part 2: Design. Annexure III – Signoff on Business Requirements Document 20% of value in Sl. No. No. 2 of Summary of Financial Proposal (Table A). 10% of value in Sl. Payment Payment will be made on a monthly basis as per fee quoted Sl. boarding passes. 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. 3. arising between them under or in connection with the Contract. In case it leads to termination. For local travel during official visit resources are entitled to engage AC car on a point to point basis. the JAPIT and the Selected Bidder are unable to resolve amicably a contract dispute. Submission of hotel bills is mandatory with the Travel Expense Claim. 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 Bidder’s Bank Guarantee) or which may become due to the Selected Bidder. 4.34. If even after thirty (30) days from the commencement of such direct informal negotiations. 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. Dispute Resolution The JAPIT and the Selected Bidder shall make every effort to resolve amicably by direct informal negotiations. may without prejudice to any other right or remedy available to it under the contract. 4. any disagreement or disputes. Any applicable taxes and duties will be paid by JAPIT. Liquidated Damages Subject to clause for Force Majeure. Liquidated Damages (LD). 4. either party may require that the dispute be referred for resolution to the formal mechanism specified in clauses below. the JAPIT. The payment will be made within 7 days after submission of Invoice with attendance sheet verified by nodal officer of CM secretariat/JAPIT. 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.approving authority within two weeks from the date of return from the trip. 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. 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 Selected Bidder initiates remedial action acceptable to the JAPIT. 48 | P a g e . recover a maximum of 10 percent of the project cost from the Selected Bidder.35. at its discretion. The Selected bidder shall satisfactorily perform work as specified under the Tender to the JAPIT/ CM Secretariat. The JAPIT may without prejudice to its right to affect recovery by any other method. For the calculation of team’s attendance for the team. Instruction: The Invoice will be submitted after every Month. 22 days per month will be considered. as ꯀ. To claim reimbursement for local travel resources are required to submit bills and vouchers. all actual and potential conflicts of interest that exist. The award of the Arbitrator shall be final and binding on the parties. Governing Language The Agreement shall be written in English language. 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. The JAPIT may terminate this contract. the contract. applicable law. Subject to below Clause. 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. All correspondence and other documents pertaining to the Contract that are exchanged by parties shall be written in English language only. to the Selected Bidder. Force Majeure Force Majeure shall not include any events caused due to acts/omissions of such Party or 49 | P a g e . India. Severance In the event any provision of the Contract is held to be invalid or unenforceable under the ꯀ. The Arbitration and Conciliation Act 1996.38. 4.39.• • • • 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. if the Selected Bidder fails to comply with any decision reached consequent upon arbitration proceedings pursuant to above Clause.37 Conflict of interest The Bidder shall disclose to JAPIT in writing. 4. whatsoever against JAPIT. the rules there under and any statutory modification or re-enactments thereof. 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. the remaining provisions of this 4.41. “No Claim” Certificate The Selected Bidder shall not be entitled to make any claim. 4.36 Continuance of the Contract: Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be pending. shall apply to the arbitration proceedings.40. such language versions of the Agreement shall govern its interpretation. 4. Contract shall remain in full force and effect. such dispute or difference shall be referred to the award of Arbitrator as indicated in this RFP. 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. 4.42. nor shall JAPIT entertain or consider any such claim. The venue of arbitration shall be the Ranchi. by giving a written notice of termination of minimum thirty days. under or by virtue of or arising out of. as were required to be taken under the Contract.44 Validity of Agreement The contract will be initially valid for a period of Four (4) years from the date of signing of the agreement and may be extended up to Two (2) Years. In case of a Force Majeure. In such case. 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. In such an event. as set out above. 뎠. 4. no changes shall be made in the onsite resource. 4. However. The JAPIT will make the payments due for Services rendered till the occurrence of Force Majeure. Proposal and/or the Tender. and at the same rate of remuneration. or where despite the presence of adequate and stipulated safeguards the failure to perform obligations has occurred.45General a. the Consultant shall forth with provide as a replacement. 4. the affected party shall inform the other party in writing within five days of the occurrence of such event. Relationship between the Parties i) Nothing in the Contract constitutes any fiduciary relationship between the 50 | P a g e .result from a breach/contravention of any of the terms of the Contract. including but not limited to death or medical incapacity or left from organization. a person of equivalent or better qualifications and experience. 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. 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. 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. 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. Notwithstanding the above. any failure or lapse on the part of the Selected Bidder in performing any obligation as is necessary and proper. the substitution of Onsite resource during contract execution may be considered only based on the consultant’s written request and due to circumstances outside the reasonable control of the Consultant.43 Replacement of onsite Resources: a) b) Except as the Client may otherwise agree in writing. The Contract supersedes any prior contract. principal and agent. g. Entire Contract ᑠ 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. data. h. Jurisdiction of Courts The High Court of India at. or partnership. property. benefit or obligation under the contract without the prior written consent of JAPIT.JAPIT and Selected Bidder/ Bidder’s Team or any relationship of employer employee. e. b. processes. Intellectual Property Rights. iii) JAPIT will not be under any obligation to the Implementation Agency’s Team except as agreed under the terms of the Contract. d. c. Ranchi . Compliance with Laws The Selected Bidder shall comply with the laws in force in India in the course of performing the Contract. ii) No Party has any authority to bind the other Party in any manner whatsoever except as agreed under the terms of the Contract. Jharkhand has exclusive jurisdiction to determine any proceeding in relation to the Contract. No Assignment The Selected Bidder shall not transfer any interest. the obligations continue to apply unless JAPIT notifies the Selected Bidder of its release from those obligations. f. Survival The provisions of the clauses of the Contract in relation to documents. indemnity. Governing Law This contract shall be governed in accordance with the laws of India. Notices 51 | P a g e . understanding or representation of the Parties on the subject matter. publicity and confidentiality and ownership survive the expiry or termination of this Contract and in relation to confidentiality. between the JAPIT and Selected Bidder. right. approval or other communication required to be in writing under the Contract.A “notice” means: i) a notice. addressed as follows and shall be deemed received two days after mailing or on the date of delivery if personally delivered: - 52 | P a g e . return receipt requested. requests or consent provided for or permitted to be given under this Contract shall be in writing and shall be deemed effectively given when personally delivered or mailed by pre-paid certified/registered mail. or ii) A consent. All notices. Tel: 0651-2400001 Fax: 0651-2401040 Email: [email protected] CEO. imposed on the services under this contract. Jharkhand Agency for Promotion of Information Technology. j. Taxes JAPIT shall pay service and other applicable taxes to Bidder. 53 | P a g e .com To Selected Bidder at: Attn: Address: [Phone:] [Fax:] Any Party may change the address to which notices are to be directed. 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. Modification Any modification of the Contract shall be in writing and signed by an authorized representative of each Party. Ranchi Ground Floor. Engineers hostel 1. Near Golchakkar. Ranchi-834004. k. if any. Dhurwa . 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. ᑠ i. A notice served on a Representative is taken to be notice to that Representative’s Party. by giving a notice to the other party in the manner specified above. Application These General Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them.l. ϯ 54 | P a g e . Assisting in Government reforms. Jharkhand by CM Secretariat. in case need arise. Business plan and Policy making on best practices adopted by various government organization nationally and internationally. 1. The following services are required by the Consulting Agency through their Onsite Support Personnel. • The sitting space and furniture will be provided to the onsite team at Secretariat. will be provided to the onsite team by CM Secretariat.agreed rate card.Evaluation of reforms undertaken . on written request of employer.Assist the government in framing economic policies . charger and data card with internet connection. Ranchi.Periodic report on reforms undertaken by various State and Central governments . The payment for additional deployment shall be made on pre. . Jharkhand from the day one of the start of the project. Strategy. • The consultancy agency shall deploy additional resources. • All resources (onsite team) need to carry their own laptops. • Consulting agency will work under the Chief Minister Secretariat through a Minimum Team of 5 consultants (One Senior Consultant. new idea.날. 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 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.Drafting of reforms policy .Drafting of reforms strategy for different units/organizations . policy and planning (but not limited to) – . • Printer and consumables such as cartridge and paper etc.5.Identification of new reform opportunities .Advising the government to articulate its reform policy 55 | P a g e . Develop and Prepare a State Vision Plan Document for Industrial and physical Infrastructure. Two Middle Level Consultants and Two Junior Level Consultants)to provide Advisory Services to CM Secretariat and assist in preparation of concepts note.Drafting whitepaper on government reforms . SCOPE OF WORK AND CONDITION OF CONTRACT The following are the scope of work covered under this Project and Services Component I: Part 1: Advisory Services to Chief Minister Secretariat (48 months) Part 2:Design. Monitoring and evaluation of e-governance and m-governance projects . Infrastructure Advisory and Public Private Partnership (but not limited to) .Advising in data collation and analysis of financial data .Formulating policy adoption strategies .Policy advocacy .Analysis of PPP projects at state.Advising government on revenue and tax collection .Change Management . Budget reforms and best Budgeting practises .Review of Detailed project reports 56 | P a g e . national and international level .Analysis of policy initiatives at state.Assessing regulatory policies .Formulating e-governance and m-governance policy .Advising government on policy initiatives . Planning (but not limited to)– .Periodic reports on government income and expenditure . IT.Advising Chief Minister Secretariat in Budgeting.Integrated planning .Advising in creation of state government’s policy agenda .Gap analysis ..Structuring of PPP projects . Finance (but not limited to) .Advising government on PPP projects . central and international governments .Framework development 3.Drafting whitepaper on government policy .Assisting in data collation and analysis for planning .Assisting in data collation and analysis to aid in policy making .Advising government articulate its position on different policies .Baseline review reports .Drafting concept notes on PPP .Feasibility reports .Development planning .Advising government on Tax regulation process 5.Formulating policy implementation strategies . e-Governance and mobile-governance (but not limited to) ϯ .Advising government on finance processes .Gap analysis .Capacity building .Advising government on critical matters related to mining and environment 2.Drafting new e-governance and m-governance opportunities .Drafting concept notes .Policy evaluation .Advising on matters related to transition from VAT to GST regime .Enterprise architecture development .Periodic review reports .Advising/ assisting government in articulating its e-governance and m-governance policy 4. Irrigation. 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. The list of sectors where expert advisory or implementation of programs identified at the CM secretariat are given below. 57 | P a g e . Industry and MSME sector development 15 Tourism 16 Forest/ Environment/ Irrigation 17 Cultural & Sports 18 Governance and policy reforms 19 Branding and Promotion related services 20 Bid Process Management/ PPP Transaction Services ϯ 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. Food & Public Distribution 5 Infrastructure road and Transport 6 Mineral Resource and Mining 7 Skill Development and Livelihood promotion 8 Drinking water & sanitation 9 Urban Development 10 Health 11 Information Technology / eGovernance / Citizen services and Biotechnology 12 Social Sector Welfare 13 Education (Primary/ Secondary/ Higher/ Technical) 14 Commerce .The above team will be supported by Sector / Subject Matter Experts who will be provided on need basis. 1 Energy /Power 2 Finance/ Tax Regulations/ Planning 3 Panchayat and Rural Development 4 Agriculture. b) The Subject Matter Experts (SMEs) will advise and provide consultancy in Dashboard Implementation for various scheme.In addition to this. e) The CVs provided under Experts in this ϯ bid and approved by CM Secretariat/ JAPIT will be final. 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. 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. For clarity. 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. Senior Level Consultant. 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. General Scope of Work: 2) The final interview of proposed onsite team will be done by CM Secretariat/ JAPIT. 4) The Consulting agency will deploy same resources on site who’s CV proposed in the Bid and have cleared the interview.e. Component I – Part 2: Phase I: Preparation of State Vision Plan document for Industrial and physical Infrastructure (06 months) 58 | P a g e . 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. 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. 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. 5) The Resource CV provided for Onsite Staffing can’t be change without prior approval from CM Secretariat/ JAPIT. d) The qualification and experience of Experts will be as per criteria mentioned in this Tender document. milestones ꯀЀ and key performance indicators (KPIs) for the same. Innovation and Optimize existing Government schemes. and Highlight challenges and opportunities based on the gap analysis Alternate Strategies: Develop alternate strategies to address gap. Assess and prepare budgetary requirements/funding for identified projects. Implementation assistance and development of monitoring systems (42 months) • • • • Implementation Arrangement: covering institutional structure. Phase II: Preparation of implementation roadmap. pooling. Assess Public Finances: assess the position of public finances in the state and compute and forecast its trajectory for 2022. frame a Vision Document for the state incorporating all the sectors for the state of Jharkhand. private and philanthropic. human resource requirement and programme management systems for a vision management. Identify and design metrics such as accountability. projects. Vision document: Based on the findings. medium and long-term implementation steps. programs. infra projects. 59 | P a g e . schemes. and Develop strategy for targeted communication outreach. 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. 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. management contracts and public private partnerships. Economic/ Financial Mode: Identify innovative and flexible economic / financial models that can be used to finance of the vision: debt financing. Develop a structure to support and implement the Plan. responsibility and timelines to ensure successful implementation. Identification and Prioritization of Projects: Identification of critical infrastructure projects in sectors (pre-identified) to be implemented. Forecast for Infrastructure Demand. and Develop “As-Is” understanding of existing regulatory framework. programs. It will also assess the institutional and human capacity of the concerned government departments and agencies Vision Implementation Roadmap: Preparation of a detailed Vision Implementation Plan for all the identified sectors. Action Plan: Develop short. Resource Mobilization: strategies and plans for mobilization of resources both financial and human from all available sources such as public. and Suggest road map and implementation plan for development of key projects.With a view to provide advisory / execution services for State Vision plan document and its execution. tasks and policies. Demand supply gap and assessment of project future requirements. tasks and policies in order to derive an estimated budget for the implementation of vision plan. economic. policy linkages and re-alignment across key sectors Gap assessment: Conduct gap analysis while comparing the current situation of the projects. policies. Current state assessment: Identify key programmes. List of projects: Identify social. Consulting agency will provide the following services through an on-site team of 5 consultants (One Senior Consultant. Employment etc. iii. Assistance in procurement of required feasibility studies through outsourcing. crime. Transaction Advisory Service for the identified PPP/EPC projects: Identification and conceptualise the projects and its structure. Component II: Design and Implementation of CM dashboard Management System The dashboard Management System shall be comprised of four modules: i. Identification of ‘driver projects’ and ‘linkage projects’. All the above modules shall work hand in hand to achieve various objectives of the Dashboard. ii. Assistance in selection and hiring the SMEs and Ensure the delivery from SMEs. 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. iv. Prioritization of projects based on multi criteria and suggest on implementation strategy and action plan for development of priority projects. roles and responsibility. Development of project funding strategies for timely implementation through Private Sector Participation (PSP). Prepare Job Description. Education. Conducting proactive project marketing to potential investors. related actions and policies. 珰ϱ State at a Glance module for providing overall view of current scenario viz-aviz the vision and mission of the state. Identification of appropriate Subject Matter Experts (SMEs) in consultation with the nodal departments and identify the need for deployment. and assistance in bid process management. challenges.• • • Preparing infrastructure forecast. Monitoring System: Design and develop a robust monitoring system towards monitoring the progress in implementation of the state vision plan. Capacity building including technical expertise: Advice to the concerned departments for key projects. Initiative view module for depicting overall condition of the initiatives. 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 • Creating a transparent appraisal system for the Government employees-by 60 | P a g e . Finalise the bidding documents. Analysis of present legislation and policies pertaining to PSP in various sectors. District Scorecard: For creating the district scorecard to monitor and track performance of districts on the basis of various KPIs and Indexes such as healthcare. Finalisation of project structure and feasibility report. KPIs etc. revenue. Identification of inter sectoral linkages to promote cluster development. deliverable and timeline of SMEs. Capacity building across Departments for effectively project implementation. and Decision support system module for providing parameters and data for taking decisions and actions. Actual) analysis 綀ϱ “Root Cause” and “What-If’ Analysis” Forward looking analysis such as “forecasting of Domestic Wheat consumption” or “forecasting of Child Mortality rate” or “Rollout of schemes etc.” Benefits of “District Scorecards” • • • • • • Evaluation of the district performance against the set “Target KPI”s Identification of the top performers and the bottom performers. and analysis of the reasons for the same Identification of the problems specific to districts e.identification of the Performers and non-performers upto a grass root level Devising a merit based evaluation with a human face to incentivise the people Good Governance through monitoring of Citizen Friendly Performance Indicators of Individual Departments Measures for improving the Fiscal Health of the State • • • Benefits of the ‘Initiative View’ Module: • • • • • Helps identification of critical projects / areas Creation of a real time alert system (Red Alerts for critical items) Helps in taking proactive preparatory measures for an emergency situation Aiding the government in becoming more citizen friendly Facilitating quick and convenient data retrieval from multiple departments • Improvement in coordination and operations of departmental performance benchmarking • Helps in identifying the bottlenecks in the system with a comprehensive drill-down facility and use appropriate tools to identify the real constraints and resolve them • Creating a feedback mechanism to qualify whether a particular strategy is effective or not and to lead to a corrective strategy Benefits of the ‘Decision Support System’ Module: • • • • Scenario Analysis Variations (targets vs. district A is good in crime statistics but not doing very well in revenue generation Analysis of the trends of district performance and taking of corrective actions before it degrades below a certain threshold Measurement of the State overall progress and contribution by districts/ Departments Gap analysis of target KPIs vs Actual performance and root cause for suboptimal performance 61 | P a g e .g. 62 | P a g e . District scorecard should consider predefined KPIs for designing the performance dashboards. Design and build appropriate data transformation and load data marts Role based Dashboards. Perform data quality profiling on the data to understand the completeness and quality of data. Departmental Analysis – Departmental Analysis will constitute of one or more reports for each department which can be called through a link on the “Master Dashboard”. Design and build dashboards for different departmental views. Also provide capability for root-cause Analysis . Solution should cater to drilling into detail if required to understand the underlying reasons. • For Ex: What is actually happening at the department at a higher level? • Which district is having the most healthcare issues. in which areas? • 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 蝀ϱ futuristic view to the CM on the department/scheme/state. Cleansing and Transformation Consolidate data from different departments. Design the data cleansing and standardization plan. 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. For Ex:  Why agriculture revenue is down from a district?  What will the “wheat production next year”  Why the mortality rate is so high in a region? Etc Data Exploration and Adhoc Analysis –The system should have provision to perform adhoc analysis to be able to answer adhoc questions.Component II: Functional Specifications for CM Dashboard Data Access. Scorecards and Reports Analyze the needs for different departments. Design Appropriate Data Marts for creating multiple CM Dashboard views. These reports will contain detailed analysis about the department. Create a metadata dictionary for mapping department data with respective Data Marts. The software and hardware specifications of CM Dashboards must meet the following requirements: Mandatory Features: • • • • • • • • • • • • • The proposed software should have a seamless integration with other solution components like ETL. 63 | P a g e . Auto charting and interactive reporting The tool should provide analytical capabilities such to the end users correlations . Slice and Dice. on the network and on mobile devices The proposed solution should have capability to generate graphical reports using charts like pie charts. line charts.type II. regression. Sybase. 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. receive alerts to update The proposed BI solution should allow the report over web. 鯠Ѐusers to access reports. tile charts. time series forecasting etc. visualization. unstructured text analysis. 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 . bar charts. decision tree and enhanced forecasting etc. Multi-Dimensional Analysis. bubble charts. Bidders are required to propose the hardware and software requirements in the solution. financial transformations and statistical computations The proposed BI solution should be able to provide basic analytical capabilities like corelation. 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. SQL Server. BI and analytics The BI application needs to have the BI capabilities like Drill down. The tool should support targets which are normalized or de-normalized. speedometers etc. Additional Features: • The tool should provide Geographical map views to provide a quick understanding of geospatial data.Component II: Technical Specifications for CM Dashboard The CM dashboard application would be hosted in the State Data Centre and necessary hardware and system software shall be provided by JAPIT.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. Ad-Hoc analysis. scheme names etc. data quality. standardization rules and libraries.g. regular expression libraries etc. same district data got uploaded twice etc. agriculture commodity name. allowing distinct portions of a job to be defined to run conditionally • The solution should have pre-built libraries for standardization of India specific data such as village name. • The solution should enable parsing demographic data into atomic level • The solution should have india specific vocabulary libraries. grammar rule libraries. • The solution should be capable of using use fuzzy matching for standardizing and for detecting duplicates if required.• The tool should have the ability to use in memory analysis to enable users to conduct fast. industry types. 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 . E. Business Intelligence and Analytics • The solution should provide an out-of-the-box transformation to support conditional processing within jobs. • ꯀͻ 64 | P a g e . district name. Logical and Physical) as needed for the application implementation • Development of required dashboards / alerts / what-if scenarios as identified.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 CM’s requirements of KPI based monitoring o Identification of 5-7 Key departments as per CM’s requirements of KPI based monitoring o Identification of state level KPIs as per the CM’s requirement • Identification and Definition of KPI’s 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 鰰Ѐ Design and Development • Designing of Flexible Framework for performance monitoring of Schemes/Activities/Initiatives • Design of Data acquisition strategy as required for performance management of the identified requirements. One may consider development of 40 dashboards as part of the scope • Unit testing of all the developed components Testing & Deployment • Integration testing • Provide the following trainings to the users. Consider 2 trainings of each type as stated below: o Application training to Senior users on usage and access of Dashboards o Application training for Power users to perform analysis o Application administration training 65 | P a g e . For other departments / schemes / initiatives. One may consider direct integration with 4 source systems for pulling the data. deign data standardization and cleansing strategy • Development of ETL and Data acquisition process including incremental data load on a daily basis • Design of data models (Conceptual. the data would be provided by respective owners in pre agreed file formats and on daily basis • Design of the dashboard prototypes • Perform the data quality profiling. Facilitate integration of the existing ICT enabled/e-Governance services. No. Receive and manage funds to ensure timely fund flow to agencies involved. Provide Infrastructure and other support to the Designated Agency.• • Assist users during User Acceptance Testing Deployment of application and Go-Live Phase II: Post Go-Live Support (12 to 48 Months) The scope of post implementation support would include the following: • Level 0 – Provide a telephone contact. Coordinate and facilitate interactions between the project implementation partners. Key Policy maker for decisions regarding the project. Conceptualization and planning of the project. evaluation and guidance for successful implementation of the project. 1 2 3 4 66 | P a g e Stakeholder Chief Minister Secretariat Chief Secretary and Departmental Heads JAPIT Consulting cum Implementing Agency Key Responsibilities Evaluate Frame and Issue Guidelines. wherever possible. SWAN and SDC operator etc. Provide timely inputs and concurrence on KPIs. Overall Implementation Owner of the Project. into the Project etc. Take appropriate steps for legal changes required in implementing the project etc. will design an efficient and effective end to end service delivery process for each of the Dashboard. a mail ID or a portal where users should be able to lodge complaints / issues related to the CM dashboard application • Level 1 – Onsite support for operational support of application. required backups and fixing of bugs / issues • Level 2 – Onsite support for any enhancements / development as required for the application implemented KEY STAKEHOLDERS The key stakeholders and their key responsibilities in given in the table below: S. Department of IT. monitoring. CMO. 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 ꯀͻ functional and technical requirement. Prepare the Design of the Dashboard (Functional . coordination. Provide access rights on existing database server. Provide data in predefined format and frequency Overall planning. identify the legal changes required and assist in drafting and issuance of Government Orders. SWAN operator and any other IT hardware vendor within the project scope The scope of work of consultancy is to achieve objectives as described below: Strategy & Assess The Strategy and Assess Stage will be required to confirm the Government’s needs. Provide training to the concerned stakeholders. Change Management & Training plans. Prepare the Capacity Building. Monitoring the progress. The Strategy and Assess step has the following activities: • Define Objectives of Dashboard View • Analyse and advise the leading practices (consultant is expected to provide the list of relevant KPIs based on best practices) 鲀Ѐ • Identification of priority sectors • Identification of department to be selected • Preparation of Business Requirement Definition document • Preparation of implementation plan and monitoring system • Identification of stakeholders • Identification of Data sources and their respective owners • Identification of performance benchmarks Design The Design Stage will be required to design the transformed process/scenario and to explore and develop the implementation strategies The following activities are involved in designing the Dashboard: • • • • • • Define application architecture KPI Definition – Mapping of KPIs to the source systems Design of Dashboards Creation of Dashboard prototypes Creation of Data Model based on best industry practices o Conceptual Data Model o Logical Data Model o Physical Data Model Design of basic data quality and integrity check during data extraction process 67 | P a g e . Design and Develop the software for the Dashboard. to assess the selected areas of the current environment for improvement opportunities and to agree upon the opportunities for improvement. Coordinate with SDC.Requirement) for implementation. provide managed IT services and handholding services during and after implementation of the Dashboard. • Design of Data acquisition / ETL (Extraction Transformation Loading) process Construct In the Construct Stage the following activities shall take place: • • • • Application installation and setup Development and unit testing of Data Acquisition / Integration / ETL application Development and Unit testing of Dashboards Application integration testing Deployment The deployment stage includes the following activities: • • • • • Training and Enablement of users o Application training to Senior users on usage and access of Dashboards o Application training for Power users to perform analysis o Application administration training Assistance for User Acceptance Testing Removal / correction of bugs as identified Production deployment of the final approved application Provide application access to the end users Post Implementation Operate and Review ꯀͻ 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: • • • • • • Track Benefits and take corrective actions Conduct ongoing live operations and complete post-implementation benefits review Conduct operational review Prepare and launch continuous development programme Renew continuous development programme Provide support for Level 0,1 and 2 as defined in the document above 68 | P a g e ANNEXURE I - PROPOSAL COVERING LETTER (A copy to be enclosed with each parts of proposal) Date:………………….. To, 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: [email protected] Dear Sir, We ………………………….. (Name of the bidder) hereby submit our proposal in response to notice inviting tender date …………….. and tender document no. ……… …………….. and confirm that : 鳐Ѐ 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. We are quoting for all the services mentioned in the tender. 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.) ꯀͻ 70 | P a g e as may be required by Jharkhand Agency for Promotion of Information Technology. development. Title and Address of the Attorney) 71 | P a g e . acting as ______ (Designation and the name of the firm). _________ (Name of the Person(s)). Installation and annual support for Dashboard Management System and Onsite Consulting and advisory services to CM Secretariat as per agreement with JAPIT. vide Invitation for Tender (Tender Document) Document dated ____ . representing us in all matters before Jharkhand Agency for Promotion of Information Technology. 鴠Ѐ Jharkhand Agency for Promotion of Information Technology. all such acts. deeds and things necessary in connection with or incidental to our Proposal for award of Agreement “Selection of Consulting Firm for (a) strengthening of CM’s Secretariat in the office of Hon’ble Chief Minister of Jharkhand by value add services (b) developing and implementing State Vision Plan (c) developing a robust dashboard for information system” involving the deliverables including Design. we _________ (name and registered office address of the Bidder) do hereby constitute. as Authorized Signatory and whose signature is attested below. Ranchi.ANNEXURE II: FORMAT FOR POWER OF ATTORNEY (To be provided in original as part of Technical Proposal (Envelope – 2) on stamp paper of value required under law duly signed by ‘lead bidder’ for the tender) Dated: ___________ POWER OF ATTORNEY To Whomsoever It May Concern Know all men by these presents. Ranchi. For --------------------- (Signature) (Name. and generally dealing with JAPIT in all matters in connection with our Proposal for the said Project._____________________________) (Name. including signing and submission of all documents and providing information and responses to clarifications / enquiries etc. as our attorney. Ranchi or any governmental authority. appoint and authorize Mr. to do in our name and on our behalf. 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. Title and Address) Accept (Attested signature of Mr. domiciled at ___________ (Address). We hereby agree to ratify all acts. issued by The CEO. 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.Notes: - To be executed by the Bidder - The mode of execution of the Power of Attorney should be in accordance with the procedure. 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). wherever required. if any. - Also. ꯀͻ 72 | P a g e . Near Golchakkar. Dhurwa. Ranchi-834004. The rates are quoted in the prescribed format given below: 鵰Ѐ Summary of Financial Proposal (Table A) Sl. Engineers hostel 1. No.ANNEXURE III-FINANCIAL PROPOSAL FORMAT To be returned in original along with the Proposals (ENVELOP .C) Tender Document No. XXXXXXXXXXXXXXX To CEO Jharkhand Agency for Promotion of Information Technology. 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) . Ranchi Ground Floor. Tel: 0651-2400001 Fax: 0651-2401040 Email: japit_doit@rediffmail. I/We hereby submit our Proposal for the “Selection of Consulting Firm for (a) strengthening of CM’s Secretariat in the office of Hon’ble Chief Minister of Jharkhand by value add services (b) developing and implementing State Vision Plan (c) developing a robust dashboard for information system” mentioned in the Tender document within the time specified and in accordance with the special Terms and Conditions as well as Scope of work. Development. 1 2 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.com Sir. All quoted prices should be exclusive of all taxes and duties prevailing on the date of proposal submission. 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.6. boarding for SMEs will be paid as per actual by JAPIT.Onsite Component Resource Personnel I: Part 2 given under Technical Evaluation ꯀͻ 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. lodging.3.Onsite I: Part 2 Resource Personnel given under Technical Evaluation Criteria (A1) Man-month rate for Two Middle Level Middle Level Consultant as per Consultants each for requirement Component mentioned under I: Part 1and 4 48 Section 4.Break up of onsite resource support for Personnel for 4 years (Table B) Applicable ManTotal of Number of Description component Number month (Column 3 X resources man-months (1) (2) rate Column 4 X (3) (4) (5) Column 5) Man-month rate for One Senior Senior Level Level Consultant Consultant as per each for Component requirement Part 1and mentioned under I: Component 2 48 Section 4. The cost related to travel. The applicable taxes and duties will be paid by JAPIT additionally. Senior Level Consultant.6.e. Mid Level Consultant and Junior Level Consultant) as per the years of experience of the individual SME 3.3.3. 74 | P a g e .6.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. 2. 10% of value in Sl. Component I: Part 2: Design. No. 3 of Financial Proposal. No. 3 of Summary of Financial Proposal. Component I: Part 1: Advisory Services to Chief Minister Secretariat (48 months) 2. 5. Ѐ 鷀20% of value in Sl. 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. The payment term shall be as follows Sl Particular 1. 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. No. 3 of Summary of Financial Proposal (Table A). on submission of Monthly Progress Reports detailing the work done against the action plan. The work plan for the assignment shall be as follows 75 | P a g e . Payment will be made on a monthly basis as per fee quoted Sl. 1 of Summary of Financial Proposal (Table A).4. No. Annexure III – On GoLive of Dashboard Balance 50% of value in Sl. Annexure III – Mobilization advance on signing of the agreement. No. 2 of Summary of Financial Proposal (Table A). on submission of Monthly Progress Reports detailing the work done against the action plan. 3 of Summary of Financial Proposal. will be payable in equal instalments per month for the remaining months after go live of the CM Dashboard application till completion of 4 years from the start of the project 6. No. Annexure III. Annexure III. Annexure III – Signoff on Business Requirements Document 20% of value in Sl. Annexure III. 3. Gap analysis. Ranchi. Gap analysis. strategy. Feasibility reports) 76 | P a g e The agency will work under the Chief Minister Secretariat to provide Advisory Services to CM Secretariat and assist • in preparation of concepts note.) 5. Periodic reports on government income and expenditure etc. Infrastructure and Public Private Partnership (Advising government on PPP projects. Assessing regulatory policies etc. Assisting in Planning Advisory (Baseline review reports. new ideas. Capacity building. IT.) ꯀͻ 6.) 4. Drafting concept notes on PPP. Change Management etc. Formulating policy implementation strategies. Drafting of reforms policy strategy & whitepapers. Development planning.) 3. creation of state government’s policy agenda. Assisting in Government reforms and policy making (Identification of new reform opportunities. Drafting new egovernance and m-governance opportunities etc. Finance (Advising Chief Minister Secretariat in budgeting. Jharkhand from the day one of the project (48 months) 1. Assisting in data collation and analysis for planning. policy initiatives. Structuring of PPP projects. Policy advocacy. Monitoring and evaluation of egovernance and m-governance projects. e-Governance and mobile-governance (Enterprise architecture development.Component I (a): Support CM’s Secretariat with key experts having sectoral depth Consulting agency will deploy agreed resources on site at Secretariat. business plan and policy making on best practices adopted by various government organization nationally and internationally • seamless interaction with the departments .  Initiative view module for depicting overall condition of the initiatives.Component I (b) : Design. and  Decision support system module for providing parameters and data for taking decisions and actions. Implementation assistance and development of monitoring systems (42 months)  Implementation Arrangement  Gap assessment  Vision Implementation Roadmap  Alternate Strategies  Resource Mobilization  List of projects   Assess Public Finances Forecast for Infrastructure Demand. 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  Current state assessment Phase II: Preparation of implementation roadmap. Identification and Prioritization of Projects  Economic/ Model  Transaction Advisory Service for the identified PPP/EPC projects  Action Plan  Capacity building including technical expertise  Vision document Financial 鸐Ѐ  Monitoring System Component II: Design and Implementation of CM dashboard Management System (48 months) The dashboard Management System shall be comprised of three modules:  State at a Glance module for providing overall view of current scenario viz-a-viz the vision and mission of the state. 77 | P a g e . challenges. KPIs etc. Other than what is given above. 9. 8. In case the contract is extended for another 2 years. JAPIT reserves the right to increase or decrease the no. SWAN operator. 11. 10. the bidder is expected to account for any other deliverable to make the implementation successful and will be considered for commercial evaluation. of resources / scope proposed in the project as per the same rate indicated in the proposal. JAPIT shall not consider any upward ꯀͻ variation/fluctuation on account of any foreign exchange at any time during the currency of the contract. the rates for year 5 and 6 will be increased based on the mutually agreed terms between JAPIT and successful bidder.  Design of Reporting Framework  Computer Basic & Application Training  Design Framework for Performance monitoring of Department  Identification of 5-8 key departments and eventually adding all  Web based reporting by departments and monitoring of Department KPIs  Computer Basic & Application Training to the end-users  Identification of State specific KPIs to monitor the overall performance of Jharkhand  Mapping of all Departments to arrive at the State’s performance 7.Phase I: Design (0 to 12 Months)  Designing of Flexible Framework for performance monitoring of Schemes/Activities/Initiatives  Identification of 8-10 such schemes/programs as per CMs Requirement and gradually add more  Development of web based portal and mapping to KPIs  Hosting of the Solution in the server  Coordinating with SDC. 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. Prices are valid for a period of 180 Days from date of submission of Bid. The Consumer Price Index (CPI) and Cost Inflation Index (CII) of India for last 4 years will be taken as base for the increment for 5th&6th Year with a maximum capping of 15% increase. 12. The man-month rates quoted will include annual escalation. Signature of the bidder with seal 78 | P a g e . the Bidder is required to furnish to JAP-IT an unconditional and irrevocable Bank Guarantee for an amount of INR 50. uccessors and assigns. In favour of Chief Executive Officer. a n d h a v i n g o n e o f i t s b r a n c h e s a t Raipur ( h e r e i n a f t e r referred to as “the Guarantor”) which expression shall unless it be repugnant to the subject or context thereof include its heirs. __ Bank hereby agree. administrators. undertake and guarantee as follows: 79 | P a g e . Jharkhand Agency for Promotion of information and technology (JAP-IT). we. Whereas Name of the bidder ________________________ Ltd.. Ranchi. successors and assigns) has submitted its Proposal for Selection of Consulting Agency for providing Advisory services and implementation of Hon’ble Chief Minister’s Dashboard in Jharkhand vide Invitation for Tender Document No dated issued by JAP-IT Government of Jharkhand (hereinafter referred to as “the Project”). a Company / partnership 鹠Ѐ firm /proprietorship concern registered under the __________(name of the relevant act/law under which incorporated) having its registered office at _ ______________ (hereinafter called “Bidder” which expression shall unless it be repugnant to the subject or context here of include its executors. administrators. 000 (INR Fifty lakhs only) as Earnest Money Deposit and the Guarantor has at the request of the Bidder agreed to provide such Guarantee being these presents: Now this Deed witnessed that in consideration of the premises. Jharkhand (hereinafter referred to as “JAP-IT”) which expression shall unless it be repugnant to the subject or context thereof include its heirs. Dhurwa. executors.ANNEXURE-IV-BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT (To be provided in original as part of Q ualification Bid (Envelope – B)on stamp paper of value required under law duly signed by authorized representative of Bank) This Deed of Guarantee executed at_____________________ by ______ /____________ (Name of the Nationalised/ Scheduled Bank) having its Head / Registered office at . administrators. Government of Jharkhand. executors. having its office at Engineers Hostel-II. declare. Near Goal Chakkar. Whereas in terms of the Invitation for Tender Document No _______________dated _______ (hereinafter referred to as Tender Document) issued by JAP-IT. 00. successors and assigns. . unconditionally and without reservation guarantee the due and faithful fulfilment and compliance of the terms and conditions of the tender by the said Bidder and unconditionally and irrevocably undertake to pay forthwith to JAP-IT JAP-IT an amount not exceeding INR 50... A letter from JAP-IT stating that the Bidder is in default in the due and faithful fulfilment and compliance with the terms and conditions contained in the tender shall be final. Tribunal.. recourse. addressed as aforesaid... notwithstanding any differences between JAP-ITJAP-ITand the said Bidder and/or any dispute between JAP-IT and the Bidder pending before any Court. We .. Subject to clause 1 above. This Guarantee shall remain in full force and effect for a period of 180 (One hundred and Eighty) days from the(Proposal Due Date). 2. in respect of the forfeiture of the Earnest Money Deposit and the amount due and payable under this Guarantee. reservation.. Arbitrator or any other authority. 5.. contest or protest and without reference to the Bidder..00 (INR Fifty lakhs only) without any demur.. act or omission on the part of JAP-IT or any indulgence by JAP-IT to the said Bidder or of any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability. 4.. any claim for payment under this Guarantee shall be in the form of a written declaration by JAP-IT...000. Bank further agree that JAP-IT shall be the sole judge as regards the determination as to whether the Bidder is in default of due and ꯀͻ terms and conditions contained in the faithful fulfilment and compliance of the Tender and the decision of JAP-IT in this regard shall be final and binding on us. if the Bidder has failed to comply with and fulfil all or any of the terms and conditions contained in the tender. JAP-IT shall have the full liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any other terms and conditions of the said Tender document or to extend the time frame for completion of bidding process or the period of fulfilment and compliance with the terms and conditions contained in the said Tender document by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Tender document or the securities available to JAP-IT and the bank shall not be released from its liability under these presents by any exercise by JAP-IT of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance.1..... 3. Any notice by way of request. We undertake to make the payment on receipt of your notice 80 | P a g e .. conclusive and binding on the Bank...00. demand or otherwise hereunder shall be sent by courier or by registered mail to the Bank. We as primary obligor hereby irrevocably. 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. notwithstanding any other security which JAP-IT may have obtained or obtained from the said Bidder. 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.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. 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. shall at the time when proceedings are taken against the bank hereunder. 8. be outstanding or unrealised. 7. Date ________ day of ____________2014 Signature of the Issuing / Authority with seal CORPORATE SEAL 麰Ѐ 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 . ...................................... ...............................DECLARATION FOR NOT BLACK LISTED (To be provided in original as part of Techno-Commercial Proposal (Envelope – B)) Date ..ANNEXURE-V............ Date: Designation . Ref......... Dhurwa........... JAP-IT Engineers Hostel-II........... Seal 82 | P a g e ........................: Tender No................. To.. Signature of Bidder . ...................................... ... Near Goal Chakkar Ranchi... Place: Name ...... hereby confirm that our firm has not been banned or 窀ϱ blacklisted by any government organization/Financial institution/Court /Public sector Unit /Central Government..... CEO.......... ....... Jharkhand– 834004 Dear Sir......... I / We ..... .................... Engineers hostel 1. executors. _______Bank hereby guarantee as follows: 1. Ranchi as more specifically defined in the aforementioned Document including statement of work and the Agreement executed between the CEO. and fulfil its obligations there under 83 | P a g e . we. The Agreement requires the Bidder to furnish an unconditional and irrevocable Bank Guarantee for an amount of Rs. Dhurwa . executors. in accordance with the terms and subject to the conditions of the Agreement. and selected M/s ___________ (hereinafter referred to as the Bidder) for the Agreement by CEO. administrators. Ranchi. consequent to conduct and completion of a competitive bidding process in accordance with the letter of requirements document No._____ /- (Rupees ____________________________________only) by way of security for guaranteeing the due and faithful compliance of its obligations under the Agreement. having its office at Ground Floor. Ranchi” which expression shall unless it be repugnant to the subject or context thereof include its heirs. JAPIT. Ranchi. 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. Ranchi (hereinafter called “CEO. administrators. JAPIT. a company formed under ____________ (specify the applicable Ґͼ law) and having its registered office at ____________ has been. successors and assigns). JAPIT. successors and assigns. Ranchi and Bidder._______________ dated __/__/2014 issued by CEO. Whereas. Near Golchakkar. Whereas M/s _________. The Bidder shall implement the Project. In favour of The CEO of Jharkhand Agency for Promotion of Information Technology. JAPIT.ANNEXURE VI -DRAFT PERFORMANCE GUARANTEE (To be issued by a Bank) This Deed of Guarantee executed at ————————— by ———————— (Name of the Bank) having its Head/Registered office at —————————————— (hereinafter referred to as “the Guarantor”) which expression shall unless it be repugnant to the subject or context thereof include its heirs. Ranchi.2. 7. In witness. whichever is earlier. CEO. JAPIT. extension. the Guarantor. In order to give effect to this Guarantee. Ranchi against the Bidder. Ranchi or any indulgence by CEO. JAPIT. Authorised Signatory ____________Bank 84 | P a g e . Ranchi. JAPIT. Any demand received by the Guarantor from CEO. Ranchi is disputed by the Bidder or not. JAPIT. shall. We. 5. 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. Government of Jharkhand under this Guarantee. pay to CEO. 3. whereof the Guarantor has set its hands hereunto on the day. JAPIT. 4. 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. _______________ (Rupees _________________________________ only) within 7 (seven) days of receipt of a written demand therefore from CEO. 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. which is one month after the expiry of performance guarantee. month and year first here-in-above written. 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. JAPIT. Ranchi. an amount not exceeding Rs. JAPIT. without demur. forbearance or omission on the part of CEO. The Guarantor has power to issue this guarantee and the undersigned is duly authorized to execute this Guarantee pursuant to the power granted under ______________. 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. 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. 6. Ranchi stating that the Bidder has failed to fulfil its obligations as stated in Clause 1 above. JAPIT. Signed and Delivered by ____________ Bank by the hand of Shri_______________ its _____and authorised office. 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. This Guarantee shall be irrevocable and shall remain in full force and effect until all our obligations under this guarantee are duly discharged. 3. 5. Languages English Hindi Speaking Good Good Reading Good Good Writing Good Good 8. Countries Of Work Experience Languages Citizenship: 6. 2. Work Undertaken That Best Illustrates Capability To Handle The Tasks Assigned Project Name 85 | P a g e . 4.ANNEXURE VII: CURRICULUM VITAE (CV) OF KEY PERSONNEL AND SUBJECT MATTER EXPERT 1. Proposed Position Name Of Firm Name Of Expert Date Of Birth Education Membership In Professional Associations 7. 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. 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 ◌ͼ ِ Note: The consent from Onsite Personnel proposed under this assignment should submit with declaration to work under this project for at least 3 years. Expert’s contact information: (e-mail………………….. phone……………) Certification: 86 | P a g e . I. as the authorized representative of the firm submitting this Proposal for the {name of project and contract}. the undersigned. if engaged. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal. Date: [Signature of expert or authorized representative of the firm] Day/Month/Year 鈀Ѐ Full name of authorized representative: _______________________________________ 87 | P a g e . I confirm that I will be available to carry out the assignment for which my CV has been submitted in accordance with the consulting arrangements and schedule set out in the Proposal. Or [If CV is signed by the firm’s authorized representative and the written agreement Attached] (v) I. certify to the best of my knowledge and belief that (i) This CV correctly describes my qualifications and experience (ii) I am not employed by the Executing or the Implementing Agency (iii) I was not part of the team who wrote the Scope of Work for this consulting services assignment (iv) I certify that I have been informed by the firm that it is including my CV in the Proposal for the {name of project and contract}. certify that I have obtained the consent of the named resource to submit his/her CV. and that I have obtained a written representation from the expert that s/he will be available to carry out the assignment in accordance with the implementation arrangements and schedule set out in the Proposal. and Mobile 鈀Ѐ Number of Contact Person 88 | P a g e Details to be Furnished . email.) 3 Year of Establishment 4 Date of registration 5 ROC Reference No. Phone nos. Address. etc. 6 Details of company registration 7 Details of registration with appropriate authorities for service tax 8 Name.ANNEXURE VIII: PARTICULARS OF THE BIDDERS SI No. 1 Information Sought Name and address of the bidding Company 2 Incorporation status of the firm (public limited / private limited. No. Page No.ANNEXURE IX: FORMAT OF SENDING PRE-BID QUERIES Ref: RFP Notification no <xxx> dated <dd/mm/yy> Name of the Bidder <<…………………………………………………………………………………. N 鈀Ѐ Note: Bidder will send its query only in prescribed format above by email and Excel file only.>> Contact Number and Address of the Bidder <<………………………………………………………………………………………………… ………………>> Sr. RFP Clause Query Remarks 2 . 89 | P a g e .………. 1 Section No. ........ 3.... between.. hereinafter referred to as Integrity Pact... This pre-bid contract Agreement (hereinafter called the Integrity Pact) is made on ... to avoid all forms of corruption by following a system that is fair.. unless the context otherwise requires. by its official by following transparent procedures................... his successors an permitted assigns) and the Second Party.1. 2.. GENERAL 1.. ( D e s i g n a t i o n o f t h e o f f i c e r . which expression shall mean and include......... which expression shall mean and include... day of the month ......... is willing to offer/ has offered.. constituted in accordance with the relevant law in the 鈀Ѐa Ministry/Department of the Government..... the TENDERING AUTHORITY and the BIDDER agree to enter into this pre-contract agreement...... Department) Government of Chhattisgarh (hereinafter called the "TENDERING AUTHORITY".....2.2.................. (hereinafter called the "BIDDER/SeIIer".. 20 .1...... proposes to procure (name of the Stores/Equipment/Work/Service) and M/s . matter and the TENDERING AUTHORITY is performing its function on behalf of the Government of Chhattisgarh....ANNEXURE X: PRE-CONTRACT INTEGRITY PACT 1... 1. and 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.. unless the context otherwise requires... the Government of Chhattisgarh acting t h r o u g h S h r i . WHEREAS the BIDDER is a Private Company/Public Company/ Government Undertaking/ Partnership firm........... represented by Shri . in ay form.. THEREFORE. 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.. COMMITMENTS OF THE TENDERING AUTHORITY The TENDERING AUTHORITY commits itself to the following:90 | P a g e .. 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.. OBJECTIVES NOW...... his successors in the office and assigns) and the First Party.. connected directly or indirectly with the biding process. reward. 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. COMMITMENTS OF BIDDERS The BIDDER commits itself to take all measures necessary to prevent corrupt practices. consideration. The TENDERING AUTHORITY undertakes that no official of the TENDERING AUTHORITY. 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. brokerage. any material or immaterial benefit or other advantage. In such a case while an enquiry is being conducted by the TENDERING AUTHORITY the proceedings under the contract would not be stalled. commission. treat BIDDERs alike. reward. any bribe. will demand. any bribe.2. 4. directly or through intermediaries. directly or through intermediaries. offered or promised to give. connected directly or indirectly with the contract. reward. 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 . 3. 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. contracting or implementation process related to the contract. consideration. evaluation.3. The TENDERING AUTHORITY will. consideration. fees. necessary disciplinary proceedings. or to any person. gift. bid evaluation. commission. 4. The BIDDER further undertakes that it has not given. fit. during the pre-contract stage. any material or immaterial benefit or other advantage. The BIDDER will not offer. favour or any material or immaterial benefit or any other advantage from the BIDDER. gift.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.1. favour. favour. 3. either for themselves or for any person.2. contracting and implementation of the contract. brokerage or inducement to any official of the TENDERING AUTHORITY.1. or any other action as deemed. including criminal proceedings may be initiated by the TENDERING AUTHORITY and such a person shall be debarred 鈀Ѐ from further dealings related to the contract process. organization or third party related to the contract in exchange for an advantage in the bidding process. fees. organization or third party related to the contract in exchange for any advantage in the bidding. take promise for or accept. gift. directly or indirectly any bribe.3. 9. The BIDDER shall not instigate or cause to instigate any third person to commit any ofthe acts mentioned above. 4. 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. promised or intended to be paid to any such individual.8. any information provided by the TENDERING AUTHORITY as part of the business relationship. The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.1. 5. agents. PREVIOUS TRANSGRESSION 5. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. is committed to or intends to make to officials of the TENDERING AUTHORITY or their family members. or pass on to others. 4. including information contained in any electronic data carrier.4. fairness and progress of the 鈀Ѐbidding process. shall disclose any payment he has made. for purpose of competition or personal gain. The BIDDER shall not use improperly. 4. bid evaluation. 4.7. nor has any amount been paid. regarding plans. facilitation or recommendation. firm or company in respect of any such intercession. brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. 4. whether officially or unofficially to the award of the contract to the BIDDER. The BIDDER.3. 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 . either while presenting the bid or during pre-contract negotiations or before signing the contract.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. technical proposal and business details. facilitate or in any way to recommend to the TENDERING AUTHORITY or any of its functionaries.5. contracting and implementation of the contract. The BIDDER will not accept any advantage in exchange for any corrupt practice. unfair means and illegal activities. The BIDDER will not collude with other parties interested in the contract to impair the transparency. 4. 4.6. .. SANCTIONS FOR VIOLATIONS 7.. 5. wherever required:(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER.. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the TENDERING AUTHORITY to take all or any one of the following actions. promising payment of the guaranteed sum to the ..on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever.4.. If the BIDDER makes incorrect statement on this subject...... However.... 7.. Every BIDDER while submitting commercial bid.2..... No interest shall be payable by the TENDERING AUTHORITY to the BIDDER on Earnest Money/Security Deposit for the period of its currency....... (iii) Any other mode or through any other instrument (to be specified in the RFP). the proceedings with the other BIDDER(s) would continue. (ii) A confirmed guarantee by an Indian Nationalised Bank.. can be terminated for such reason. 6. The demand for payment by the TENDERING AUTHORITY shall be treated as conclusive proof of payment. if already awarded. 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. ..1.. with the TENDERING AUTHORITY through any of the following instruments: (i) Bank Draft or a Pay Order in favour of ....2... whichever is later.. 93 | 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.....1. 6.. ( T E N D E R I N G A U T H O R I T Y ) . 6. BIDDER can be disqualified from the tender process or the contract. 6. The Earnest Money/Security Deposit shall be valid upto a period of five years or the 鈀Ѐ complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and TENDERING AUTHORITY. shall deposit an amount as specified in RFP as Earnest Money/Security Deposit....3.EARNEST MONEY (SECURITY DEPOSIT) 6.... including warranty period. Any failure to disclose the interest involved shall entitle the TENDERING AUTHORITY to rescind the contract without payment of any compensation to the BIDDER. if already signed. the same shall not be opened. (v) To encash the advance bank guarantee and performance bond/warranty bond. in order to recover the payments. is closely related to any of the officers of the TENDERING AUTHORITY. either directly or indirectly. (iv)To recover all sums already paid by the TENDERING AUTHORITY. (ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the TENDERING AUTHORITY with the BIDDER. which may be further extended at the discretion of the TENDERING AUTHORITY. The term 'close relative' for this purpose would mean spouse whether residing with the Government servant or not. (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. if any close relative of an officer of the TENDERING AUTHORITY has financial interest/stake in the BIDDER's firm. son or daughter or step son or step daughter and wholly dependent upon Government servant. without giving any compensation to the BIDDER. as decided by the TENDERING AUTHORITY and the TENDERING AUTHORITY shall not be required to assign any reason therefore. along with interest. the same shall be disclosed by the BIDDER at the time of filling of tender. (iii)To immediately cancel the contract. (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. 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. but not include a spouse separated from the Government servant by a decree or order of a competent court. (x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER. or alternatively. if furnished by the BIDDER. 鈀Ѐ (vii) To debar the BIDDER from participating in future bidding processes of the Government of Chhattisgarh for a minimum period of five years. but does not include a 94 | P a g e . already made by the TENDERING AUTHORITY. 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.(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). 1. will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the TENDERING AUTHORITY. However. 95 | P a g e .. the TENDERING AUTHORITY shall be entitled forthwith to rescind the contract and all other contracts with the BIDDER. The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently. 8. The TENDERING AUTHORITY will appoint Independent Monitors (hereinafter referred to as Monitors) for this Pact. to the Government servant or to the Government servant's wife or husband and wholly dependent upon Government servant. 9. INDEPENDENT MONITORS 9. FALL CLAUSE 8. whether and to what extent the parties comply with the obligations under this Pact. directly or indirectly. 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. Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement. 7. 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.1. The task of the Monitors shall be to review independently and objectively. 9.2. 9. whether by blood or marriage. any other person related. 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鈀 sub systems was supplied by the BIDDER to any Ѐ other Department of the Government of Chhattisgarh or a PSU at a lower price.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. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality. with due allowance for elapsed time. with any employee of the TENDERING AUTHORITY. including minutes of meetings. then that very price.2.4. 9. and if he does so.3. if the contract has already been concluded. the BIDDER can approach the Monitor(s) appointed for the purposes of this Pact. (xi)The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions. .... 13. the place of performance and jurisdiction shall be the seat of the TENDERING AUTHORITY.6...9.. the remainder of this Pact shall remain valid.. LAW AND PLACE OF JURISDICTION This Pact is subject to Indian Law... TENDERING AUTHORITY Name of the Officer Designation 96 | P a g e BIDDER ... 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. he will so inform the Authority designated by the TENDERING AUTHORITY.5..... submit proposals for correcting problematic situations 10...1.. 14.. In case BIDDER is unsuccessful.. 9. 13.. As soon as the Monitor notices. or has reason to believe...2... should the occasion arise... FACILITATION OF INVESTIGATION In case of any allegation of violation of any provisions of this Pact or payment of commission.. this Integrity Pact shall expire after six months from the date of the signing of the contract.. the TENDERING AUTHORITY or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information of the relevant documents and shall extend all possible help for the purpose of such examination. 12....... OTHER LEGAL ACTIONS The actions stipulated in this Integrity Pact鈀 are Ѐ without prejudice to any other legal action that may follow in accordance with the provisions of the any other law in force relating to any civil or criminal proceedings. a violation of this Pact...... 11.... VALIDITY 13. The parties hereby sign this Integrity Pact at .... the parties will strive to come to an agreement to their original intentions. on.... 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... If one or several provisions of this Pact turn out to be invalid... In such case.... Witness Witness 1) 1) -------------------------------------------------- 2) 2) -------------------------------------------------- 鈀Ѐ 97 | P a g e . PAI MANAGEMENT INSTITUTE (TAPMI) MANIPAL S No. Name of the Institute INDIAN INSTITUTE Location OF MANAGEMENT 1 AHMEDABAD AHMEDABAD INDIAN INSTITUTE 2 BANGALORE INDIAN INSTITUTE OF MANAGEMENT BANGALORE OF MANAGEMENT 3 4 KOLKATA XAVIER LABOUR RELATION INSTITUTE KOLKATA JAMSHEDPUR 5 FACULTY OF MANAGEMENT STUDIES 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. SOMAIYA INSTITUTE OF MANAGEMENT STUDIES & RESEARCH NATIONAL INSTITUTE OF AGRICULTURAL 20 MUMBAI MUMBAI HYDERABAD 21 EXTENSION MANAGEMENT VINOD GUPTA SCHOOL OF MANAGEMENT KHARAGPUR 22 T.ANNEXURE XI: LIST OF TOP 75 MANAGEMENT COLLEGES S No.A.P.J. Name of the Institute Location 23 GOA INSTITUTE OF MANAGEMENT GOA 98 | P a g e .JAIN INSTITUTE OF INDORE MANAGEMENT & 10 11 RESEARCH INDIAN INSTITUTE OF FOREIGN TRADE (IIFT) MUMBAI NEW DELHI 12 鈀Ѐ INSTITUTE OF MANAGEMENT TECHNOLOGY GHAZIABAD 13 NARSEE MONJEE INSTITUTE OF MANAGEMENT MUMBAI 14 NATIONAL INSTITUTE OF INDUSTRIAL MUMBAI 15 ENGINEERING MUDRA INSTITUTE OF COMMUNICATION AHMEDABAD 16 XAVIER INSTITUTE OF MANAGEMENT BHUBANESHWAR INTERNATIONAL MANAGEMENT INSTITUTE (IMI) 17 18 19 NEW DELHI SHAILESH J MEHTA SCHOOL OF MANAGEMENT K. 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. 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 鈀ЀINSTITUTE 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 SCHOOL OF COMMUNICATION & MANAGEMENT 43 44 STUDIES INSTITUTE FOR TECHNOLOGY & MANAGEMENT 45 BHARATI VIDYAPEETH DEEMED 99 | P a g e COCHIN NAVI MUMBAI PUNE .N. L. 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. S No.E.COLLEGE OF MANAGEMENT STUDIES.S.I. NAVI MUMBAI ANNAUNIVERSITY-DEPARTMENTOF MANAGEMENT 55 56 STUDIES KIIT SCHOOL OF MANAGEMENT CHENNAI BHUBANESHWAR 57 RAJAGIRI COLLEGE OF SOCIAL SCIENCES KOCHI 鈀Ѐ ACHARYA INSTITUTE OF MANAGEMENT & SCIENCE 58 59 60 INSTITUTE OF MANAGEMENT STUDIES (IMS) PUNJAB COLLEGE OF TECHNICAL EDUCATION EASTERN INSTITUTE FOR BANGALORE GHAZIABAD LUDHIANA INTEGRATED 61 62 LEARNING IN MANAGEMENT (EIILM) TIRPUDE COLLEGE OF SOCIAL WORK KOLKATA NAGPUR 63 JAGAN INSTITUTE OF MANAGEMENT STUDIES DELHI 64 65 66 67 ACCURATE INSTITUTE OF MANAGEMENT & TECHNOLOGY PONDICHERRY UNIVERSITY VAIKUNTH MEHTA NATIONAL INSTITUTE OF COOPERATIVE NIILM CENTRE FOR MANAGEMENT STUDIES FORTUNE 100 | P a g e INSTITUTE OF INTERNATIONAL GREATER NOIDA PONDICHERRY PUNE GREATER NOIDA . Name of the Institute Location UNIVERSITY 46 47 INSTITUTE FOR FINANCIAL MANAGEMENT& RESEARCH OSMANIA UNIVERSITY XAVIER INSTITUTE OF 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 DESOCIETY'S INSTITUTE OF MANAGEMENT DEVELOPMENT & 52 53 RESEARCH JAIPURIA INSTITUTE OF MANAGEMENT PUNE LUCKNOW 54 S. STUDIES JAIPUR VADODARA REGIONAL COLLEGE OF MANAGEMENT BHUBANESHWAR 鈀Ѐ 101 | P a g e .S INSTITUTIONS BANGALORE 74 75 INSTITUTEOFHEALTHMANAGEMENT RESEARCH M.S.E. Name of the Institute Location 68 BUSINESS NEW DELHI 69 70 GIAN JYOTI INSTITUTE OF MANAGEMENT & TECHNOLOGY SIVA SIVANI INSTITUTE OF MANAGEMENT MOHALI SECUNDERABAD 71 SKYLINE BUSINESS SCHOOL NEW DELHI 72 BLS INSTITUTE OF MANAGEMENT GHAZIABAD 73 P.S No. PATEL INSTITUTE OF MGT. Shibpur Coimbatore Howrah Thapar Inst of Engg & Tech Motilal Nehru National Inst of Tech Patiala Allahabad NSIT Delhi VNIT Nagpur 15 16 17 20 21 22 23 24 102 | P a g e . Name of the Institute 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.ANNEXURE XII: LIST OF TOP 75 ENGINEERING COLLEGES S No. Faculty of Engg Dhanbad Calcutta 13 BIT Mesra 1 2 3 4 5 6 7 8 9 10 11 14 鈀Ѐ Ranchi DCE Delhi NIT Trichy NIT Warangal PEC University of Technology Chandigarh 18 NIT Suratkal 19 PSG College of Technology Bengal Engg & Sc Univ. Name of the Institute Location 25 IIIT Hyderabad 26 Govt College of Engineering Pune 27 IIIT Allahabad 28 NIT Rourkela 29 30 Harcourt Butler Tech Institute MNIT 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 ICT Mumbai University Mumbai 45 DA-IICT Gandhinagar MIT Pune 47 UVCE Bangalore 48 SSN College of Engg Chennai 49 UCE.S No. Osmania University Hyderabad 46 103 | P a g e 鈀Ѐ Kurukshetra Coimbatore . Name of the Institute Location 50 Nirma Univ of Science & Tech Ahmedabad 51 College of Engineering Thiruvananthapuram 52 Sardar Patel Coll of Engg Mumbai 53 NIT Hamirpur 54 PES Inst of Technology SRM Institute of Sc & Tech Bangalore Chennai 56 57 BMS College of Engineering Amrita Inst of Tech & Sc Bangalore Coimbatore 58 59 SASTRA National Institute of Engg Thanjavur Mysore 60 Bangalore Inst of Tech Bangalore 61 62 Chaitanya Bharathi Inst of Tech MEPCO Schlenk Engg College Hyderabad Sivakasi 55 鈀Ѐ 63 ICFAI Inst of Sc & Tech JNTU Hyderabad Kakinada 65 SJ College of Engineering Mysore 66 NIT Jalandhar 67 MS Ramaiah Inst of Tech Bangalore 68 Satyabhama Engg College Chennai 69 Karunya University Coimbatore 70 Sri Ramdeobaba KN Engg College Nagpur 71 Kongu Engg College Erode 72 73 NIT SGS Inst of Tech & Sc Raipur Indore 74 NIT Patna 64 104 | P a g e .S No. 75 Name of the Institute Location IIIT Bangalore .S No. 105 | P a g e .
Copyright © 2024 DOKUMEN.SITE Inc.