Você está na página 1de 105

REQUEST FOR PROPOSAL (RFP)

for
Selection of Consulting Firm for
(a)strengthening of CMs Secretariat in the
office of Honble Chief Minister of Jharkhand
by value add services (b) developing and
implementing State Vision Plan (c) developing a
robust dashboard for information system
Jharkhand Agency for Promotion of Information
Technology
(JAPIT)
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com

1|P a g e

Table of Contents
NOTICE INVITING TENDER .................................................................................................. 3
DISCLAIMER ............................................................................................................................ 4
1FACT SHEET........................................................................................................................... 5
2 BACKGROUND INFORMATION ........................................................................................ 8
3. ELIGIBILITY CRITERIA ................................................................................................... ..9
4. INSTRUCTIONS TO THE BIDDERS ................................................................................ 13
5. SCOPE OF WORK AND CONDITION OF CONTRACT ................................................. 55
ANNEXURE I - PROPOSAL COVERING LETTER ............................................................. 69
ANNEXURE II: FORMAT FOR POWER OF ATTORNEY.................................................. 71
ANNEXURE III-FINANCIAL PROPOSAL FORMAT ......................................................... 73
ANNEXURE IV BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT--79
ANNEXURE V: -DECLARATION FOR NOT BLACK LIST------------------------------------82
ANNEXURE VI: DRAFT PERFORMANCE GUARANTEE ................................................83
ANNEXURE VII: CURRICULUM VITAE (CV) OF KEY PERSONNEL AND SUBJECT
MATTER EXPERT -----------------------------------------------------------------------------------85
ANNEXURE VIII: PERTICULARS OF THE BIDDERS ......................................................88
ANNEXURE IX: FORMAT OF SENDING PRE-BID
QUERIES .........................................89
9
ANNEXURE X: PRE CONTRACT INTEGRETY PACT ......................................................90
ANNEXURE XI: LIST OF TOP 75 MANAGEMENT COLLEGES ......................................98
ANNEXURE XII: LIST OF TOP 75 ENGINEERING COLLAGES ......................................102

2|P a g e

NOTICE INVITING TENDER


FOR
Selection of Consulting Firm for (a) strengthening of CMs Secretariat in the office of
Honble Chief Minister of Jharkhand by value add services (b) developing and
implementing State Vision Plan (c) developing a robust dashboard for information
system
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 Honble Chief Ministers 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: japit_doit@rediffmail.com
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: japit_doit@rediffmail.com
Website: www.japit.gov.in

3|P a g e

DISCLAIMER

The information contained in this Request for Proposal (hereinafter referred to as "RFP")
document provided to the Bidders, by the Jharkhand Agency for Promotion of Information
Technology, Ranchi, hereinafter referred to as JAPIT, or any of their employees or advisors, is
provided to the Bidder(s) on the terms and conditions set out in this RFP document and all
other terms and conditions subject to which such information is provided.
The purpose of this RFP document is to provide the Bidder(s) with information to assist in the
formulation of Proposals. This RFP document does not purport to contain all the information
each Bidder may require. This RFP document may not be appropriate for all persons, and it is
not possible for the JAPIT, their employees or advisors to consider the business/investment
objectives, financial situation and particular needs of each Bidder who reads or uses this RFP
document. Each Bidder should conduct its own investigations and analysis and should check
the accuracy, reliability and completeness of the information in this RFP document and where
necessary obtain independent advice from appropriate sources.
JAPIT, their employees and advisors make no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability or
3

completeness of the RFP document.


JAPIT may, in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this RFP document.

4|P a g e

1 FACT SHEET
S. No.
1
2

Basic Requirement
Tender No.
Name of the Work

Name of the issuer of this


tender

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. 01/CEO/JAPIT/CM-Office/CS/2015
Selection of Consulting Firm for (a) strengthening of
CMs Secretariat in the office of Honble Chief
Minister of Jharkhand by value add services (b)
developing and implementing State Vision Plan (c)
developing a robust dashboard for information system
The CEO,
Jharkhand Agency for Promotion of Information
Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
Website: www.jharkhand.gov.in
19/06/2015
29/06/2015 till 5 P.M
02/07/2015 at 2:00pm at office of IT Secretary
Chamber, Project Bhawan, Ranchi as per address of
Communication mentioned below.
3
(Pls. refer
the instructions for attending prebid meeting)
06/07/2015 on JAPIT website
20/07/2015 up to 4:00 pm.
22/07/2015 at 5:00 pm
To be informed later

To be informed later
The CEO,
Jharkhand Agency for Promotion of Information
Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
Website: www.jharkhand.gov.in

S. No.

Basic Requirement

Specific Requirement

(b)

Opening of Bids

Chamber of Secretary IT, 3rd floor, Project Bhawan,


Dhurwa, 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, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Rs. 20,000/- ( Rs. Twenty thousand only) through
Demand Draft from any Nationalized Bank in
favour of CEO, JAPIT payable at Ranchi
Rs. 20,00,000/- (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,
Jharkhand Agency for Promotion of Information
Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
3
Email: japit_doit@rediffmail.com
Website: www.jharkhand.gov.in
Downloaded from www.jharkhand.gov.in. However,
in this case, 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.
The entire Bid process will be through e-tendering.
The tender may be downloaded from
www.jharkhandtenders.gov.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.

The date of opening of the commercial bids will be intimated to the qualified Bidders
before the due date through Email or Telephone.

6|P a g e

2.

JAPIT reserve the right to change any schedule of bidding process. Please visit JAPIT
website mentioned in document regularly for the same.

3.

Proposals must be received not later than time, date and venue mentioned in the Fact
Sheet. Proposals that are received after the deadline WILL NOT be considered in
this procurement process

7|P a g e

2. BACKGROUND INFORMATION
2.1 ABOUT JHARKHAND
The state of Jharkhand, popularly known as Vananchal (meaning land of woods), is located in
the eastern part of India. It was carved out as Indias 28th state out of the southern part of Bihar
on 15 November 2000. With an area of 79,714 sq. km, the state shares its border with the states
of Bihar to the north, Uttar Pradesh and Jharkhand to the west, Odisha to the south, and West
Bengal to the east. Owing to its abundant mineral resources, the state also hosts some of the
countrys major industrial units such as Bokaro steel plant, which is the largest steel plant in
Asia; Indias first iron and steel factory in Jamshedpur and many others. The industrial city of
Ranchi is its capital while Jamshedpur is the largest and the biggest industrial city in the state.
The rivers of Jharkhand play an important role in the socio-economic aspects of the society.
While river Ganges is one of the most important rivers flowing through Jharkhand, irrigation
networks also come from Damodar, Barakar, Koel and Suvarnarekha rivers. Being a tribe
dominated state, nature has been given utmost prominence in every sphere of life and culture in
Jharkhand.
Jharkhand is one the most industrialized regions in India. A mineral rich state, it accounts for
35.5 percent of the country's known coal reserves, 90 percent of its cooking coal deposits, 40
3 90 percent of its mica and huge deposits of
percent of its copper, 22 percent of its iron ore,
bauxite, quartz and ceramics. Due to its huge reserves of forests and natural resources,
Jharkhand accounted for more than 70 percent of Bihars domestic product before the state was
bifurcated. Despite this, it is still one of the most backward states in India with its per capita
Net State Domestic Product (INR 22,780) well below the national average (INR 33,731) and
Net Domestic Product growth rate of 6.35 percent which is below the national average. Despite
these challenges, Jharkhands progress on building infrastructure is commendable. The state is
characterized by a good network of roads, railways, airways, telecommunication, power and
water systems. It is also well connected by roads with the length of its national highway at
1,600 km and that of the state highway at 2,711 km.
2.2 ABOUT JAPIT

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. in the area of IT. The broad objectives were to provide IT inputs to
Governments Departments, Agencies and to assist them in computerization and networking, to
co-ordinate with investors and industry, trade organizations and financial institutions in public
and private sector. With above objectives, JAP-IT geared up for implementing the projects
assigned to them and succeeded in disseminating the strides made by DOIT, Jharkhand through
participation in various exhibitions, seminars etc. among the leading IT players of the country
and thereby attracting them in the state of Jharkhand.
8|P a g e

2.3 ABOUT THIS REQUEST FOR PROPOSAL (RFP)


Jharkhand Agency for Promotion of Information Technology (JAPIT), the nodal agency of
Department of Information Technology, 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 Honble Chief Minister of Jharkhand, as detailed in the Scope
of Work in this RFP. 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.
3. ELIGIBILITY CRITERIA
The bidder must possess the requisite experience, strength and capability in providing the
services necessary to meet the requirements as described in the tender documents. 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 CMs Secretariat in the office of Honble Chief Minister of Jharkhand
by value add services (b) developing and implementing State Vision Plan (c) developing a
robust dashboard for information system and support services sought by the CEO,
Jharkhand Agency for Promotion of Information Technology (JAPIT),Ranchi, for the entire
period of the contract. The bids must be complete in all respect and should cover the entire
scope of work as stipulated in the Tender document. The invitation to proposal is open to all
bidders who qualify the eligibility criteria as given below:

9|P a g e

SNo.
1

Basic
Requirement
Bidder
Turnover

Bidder
Turnover from
Consulting
Services

3.1

3.2

10 | P a g e

Specific Requirement

Documents required

The bidder should have a


minimum average Annual
turnover of Rs.100 Crore
from Indian operations over the
last three financial years (FY1011, FY11-12 and FY12-13)

Extracts from the audited


Balance sheet and Profit & Loss
Account; OR Certificate from the
statutory auditor

Out of the total annual turnover


of the company a minimum of
Rs. 50 Crore should be from
consulting services in India
(other
than
sale
and
implementation
of h/w, s/w and networking
equipment) out of which Rs. 20
Crore
should
be
from
Government consulting services
in India in each of the last 3
financial years (FY11-12, FY1213, FY13-14)
The bidder should have been
engaged as a Consultant for at
least 10 different Sectors (e.g.
Education,
Health,3
Energy,
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.

Extracts
from the audited
Balance sheet and Profit & Loss
Account; 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. 1 crore with
Departments
of
State
Government
/
Central
Government or PSU/ Semi
Government
organizations /
Quasi
Governments
organizations in India in last 5
year, in each of the following
three areas:
i.
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.
Copy of Completion Certificate
by Client along with Work Order
in case of Completed Work.
Copy of Work Order & Clients
Certificate in case of On-going
projects.

Copy of Completion Certificate


by Client along with Work Order
in case of Completed Work.
Copy of Work Order & Clients
Certificate in case of On-going
projects.

SNo.

Basic
Requirement

Specific Requirement
ii.

3.3

3.4

Legal Entity

Bidder
Consulting
Capacity

Solution
Provider for
CM
Dashboard if
different from
Bidder

11 | P a g e

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. 1.0 Crore as a
consultant with any Departments
of State Government / Central
Government or PSU/ Semi
Government organizations /
Quasi Governments in India.

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.
The bidder should be a
Business Entity shall mean a
company registered in India
under the Companies Act 1956,
or a partnership firm registered
under the relevant and prevailing
law relating to partnership in
India, and operating for the last
10 years in Business Consulting
as of March 31, 2014
The company should have at
least 200 full time Consulting
professionals(at least an MBA or
equivalent OR B.E./B.Tech with
any certification in Management
like PMP, Six Sigma, Prince 2
etc.) on the rolls of the company,
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.
Copy of Completion Certificate
by Client along with Work Order
in case of Completed Work.
Copy of Work Order & Clients
Certificate in case of On-going
projects.
The bidder is required to submit
documentary evidence (Purchase
order
or
Completion
Certificate)/Final Deliverable.

- Certificates of incorporation
- Registration Certificates
- Service Tax Registration

Summary Sheet including Name,


Qualification, Experience and
certification in management and
should attested by appropriate
authority.

Self-declaration
proof

and

address

SNo.

Basic
Requirement
Authorized
Representative
from Bidder
EMD

Blacklisting

12 | P a g e

Specific Requirement

Documents required

A power of attorney / Board


resolution in the name of the
person signing the bid.
The bidder should furnish, as
part of its proposal, an Earnest
Money Deposit (EMD) of Rs.
Twenty
Lakhs
only
(Rs.
20,00,000/-). The EMD should
be in the form of a Demand
Draft/ Bank Guarantee issued by
a Nationalized / Scheduled
Bank, in favour of The CEO,
Jharkhand Agency for Promotion
of
Information
Technology
(JAPIT), 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.

A Self Certified letter by an


authorized signatory

4. INSTRUCTIONS TO THE BIDDERS

4.1.

General
(a) Scanned copies of the following documents to be up-loaded in. pdf format only on
the website http://jharkhandtenders.gov.in in Technical bid envelop/folder.
(i) Bank Demand Draft or Bank Guarantee towards EMD.
(ii) Bank Demand Draft towards Tender fee.
(iii) Technical Qualification information and supporting documents as specified in
Technical Evaluation Criteria.
(iv) Certificates, undertakings, affidavits as required in Technical Qualification
Criteria.
(v) Required annexure as mentioned in the RFP
(b) Scanned copies of the following documents to be up-loaded on the website
http://jharkhandtenders.gov.in in financial bid envelop/folder.
(i) Duly filled in & Digitally signed BOQ (Will be available online in the portal)
(ii) Financial Bid proposal as in Annexure 3
c) Uploaded documents of successful bidder will be verified with the original before
signing the agreement. The successful bidder has to provide the originals to the
concerned authority on receipt of such a letter, which will be sent though registered post
or speed post or delivered by hand.
d) Uploaded documents should be digitally singed by the bidders
3

e) All information supplied by Bidders may be treated as contractually binding on the


Bidders, on successful award of the assignment by the JAPIT on the basis of this RFP.
f) No commitment of any kind, contractual or otherwise shall exist unless and until a
formal written contract has been executed by or on behalf of the JAPIT. Any
notification of preferred bidder status by the JAPIT shall not give rise to any
enforceable rights by the Bidder. 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.
g) Bidders have to submit their bids online in electronic format with digital Signature.
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. In case of any discrepancies in
the submitted documents (hard copy), JAP-IT will accept the online bid documents
as authentic and final. This shall be binding to all parties.

h) This RFP supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.
e-Procurement helpline No. : 0651-2400178
13 | P a g e

Note: Bidders are advised to familiarize themselves adequately with the Jharkhand
Government e-procurement systems, well in advance, to avoid last minute technical
glitches/errors preventing successful uploading of bid within specified time frame

i) Compliant Tenders / Completeness of Response


a. Bidders are advised to study all instructions, forms, terms, requirements and other
Bidders are advised to study all instructions, forms, requirements, appendices and
other information in the RFP documents carefully. 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.
b. Failure to comply with the requirements of this paragraph may render the Proposal
non-compliant and the Proposal may be rejected. Bidders must:

4.3.

i.

Comply with all requirements as set out within this RFP.

ii.

Submit the forms as specified in this RFP and respond to each element in
the order as set out in this RFP.

iii.

Include all supporting documentations specified in this RFP

Pre-Bid Meeting & Clarifications


3

4.3.1

Bidders Queries

a. JAPIT shall hold a pre-bid meeting with the prospective bidders on Date & time
and Address mentioned in Fact Sheet of this document.
b. The two (2) authorized representative of interested organization may attend
pre-bid conference at their own cost after registering by making payment of
Rs. 20,000/- (Rs. Twenty Thousand Only) non-refundable, in form of DD, in
the favour of CEO, JAPIT, payable at Ranchi. For the bidder who has down
loaded the RFP shall have to submit the RFP document charges along with its
offer document in case it has not participated in Pre bid conference.
c. Pre-bid queries of only those bidders will be responded who have registered
themselves on or before response of pre-bid queries is released.
d. Bidders are requested to submit the e-mail address and mobile no. of one
authorised person for all communications along with the registration.
e. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach
to JAPIT by email (Excel File only) on or before last date for sending pre-bid
queries mentioned in Fact Sheet of this document through the e-mail of only
authorized representative of the bidder.
14 | P a g e

f. The queries should necessarily be submitted in the following format:

S.

RFP Document Reference(s) Content of RFP requiring

No. (Section & Page Number(s))

Clarification(s)

Points

of

Clarification

1.
2.
3.
4.
5.
6.

g. JAPIT shall not be responsible for ensuring that the bidders queries have been
received by them. Any requests for clarifications post the indicated date and time
may not be entertained by the JAPIT.
h. Bidders must confirm their participation in advance. Failure to attend pre-bid
meeting lead to the non-participation of the bidder
3

i. The purpose of the meeting is to provide Bidders information regarding the RFP,
project requirements, and opportunity to seek clarification regarding any aspect of
the RFP and the project. However, the JAPIT reserves the right to hold or reschedule the Pre-Bid meeting.
4.3.2

Responses to Pre-Bid Queries and Issue of Corrigendum

a. The Officer notified by the CEO, JAPIT will endeavour to provide timely response
to the queries. However, JAPIT makes no representation or warranty as to the
completeness or accuracy of any response made in good faith, nor does JAPIT
undertake to answer all the queries that have been posed by the bidders.
b. At any time prior to the last date for receipt of bids, JAPIT may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the RFP Document by a corrigendum.
c. The Corrigendum (if any) & clarifications to the queries from all bidders will be
posted on the JAPIT website www.jharkhand.gov.in
d. Any such corrigendum shall be deemed to be incorporated into this RFP.
e. In order to provide prospective Bidders reasonable time for taking the corrigendum
into account, JAPIT may, at its discretion, extend the last date for the receipt of
Proposals.
15 | P a g e

4.4.

Key Requirements of the Bid

4.4.1 Right to Terminate the Process

a) JAPIT may terminate the RFP process at any time and without assigning any
reason. JAPIT make no commitments, express or implied, that this process will
result in a business transaction with anyone.
b) This RFP does not constitute an offer by JAPIT. The bidders participation in this
process may result JAPIT selecting the bidder to engage towards execution of the
contract.
4.4.2 RFP Document Fees

a) RFP document can be purchased at the address & dates provided in the Fact sheet
by submitting a non-refundable bank demand draft of Rs. 20,000/- drawn in favour
of CEO, JAPIT payable at Ranchi from any scheduled commercial banks.
b) The bidder may also download the RFP documents from the website
www.jharkhand.gov.in. In such case, the demand draft of RFP document fees
should be submitted along with Proposal. Proposals received without or with
inadequate RFP Document fees shall be rejected.
3

4.4.3 Earnest Money Deposit (EMD)


a) Bidders shall submit, along with their Bids, EMD of Rs. 20,00,000/-(Rupees
Twenty Lakhs) only, 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, 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, for the amount
mentioned above, of successful bidder would be returned upon submission of
Performance Bank Guarantee as per the format provided in Appendix IV.
c) EMD amount is interest free and will be refundable to the unsuccessful bidders
without any accrued interest on it.
d) The bid / proposal submitted without EMD, mentioned above, will be summarily
rejected.
e) The EMD may be forfeited:

16 | P a g e

i)

If a bidder withdraws its bid during the period of bid validity.

ii)

In case of a successful bidder, if the bidder fails to sign the contract in


accordance with this RFP.

4.4.4 Submission of Responses


a. The bidders should submit their responses as per the format given in this RFP in
the following manner
i. EMD and Bid Document Fees : Original DD/ Bank Guarantee for EMD
and Original DD for Tender Document fees in first envelope
ii. Eligibility Criteria & Technical Proposal - (1 Original + 1 Copies) in
second envelope.
iii. Commercial Proposal - (1 Original) in third envelope.
b.

The Response to EMD, Technical Proposal and Commercial Proposal (As


mentioned in previous paragraph) should be covered in separate sealed envelopes
super-scribing EMD, "Technical Proposal" and Commercial Proposal
respectively. Each copy of each bid should also be marked as "Original" OR
"Copy" as the case may be.

c.

Please Note that Prices should not be indicated in the Technical


Proposal but should only be indicated in the Commercial Proposal.

i)

The three envelopes containing copies of EMD, Technical


Proposal and Commercial Proposal should be put in another single sealed envelope
clearly marked Response to RFP for < Name of the assignment > - < 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, address, telephone number, E-mail ID and fax number of the bidder to
enable the Bid to be returned unopened in case it is declared "Late".

iii)

All the pages of the proposal must be sequentially numbered and must
contain the list of contents with page numbers. Any deficiency in the
documentation may result in the rejection of the Bid.

iv)

The original proposal/bid shall be prepared in indelible ink. It shall


contain no interlineations or overwriting, except as necessary to correct errors
made by the bidder itself. Any such corrections must be initialled by the person (or
persons) who sign(s) the proposals.

v)

All pages of the bid including the duplicate copies, shall be initialled
and stamped by the person or persons who sign the bid.

vi)

In case of any discrepancy observed by JAPIT in the contents of the


submitted original paper bid documents with respective copies, the information
furnished on original paper bid document will prevail over others.

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. In
case of any discrepancy observed by JAPIT in the contents of the CDs and original

17 | P a g e

paper bid documents, the information furnished on original paper bid document
will prevail over the soft copy.
4.4.5

Authentication of Bids
A Proposal should be accompanied by a power-of-attorney in the name of the
signatory of the Proposal as per Annexure mentioned in this RFP.

4.5.

Preparation and Submission of Proposal

4.5.1 Proposal Preparation Costs


The bidder shall be responsible for all costs incurred in connection with
participation in the RFP process, including, but not limited to, costs incurred in
conduct of informative and other diligence activities, participation in
meetings/discussions/presentations, preparation of proposal, in providing any
additional information required by JAPIT to facilitate the evaluation process, and
in negotiating a definitive contract or all such activities related to the bid process.
JAPIT will in no case be responsible or liable for those costs, regardless of the
conductor outcome of the bidding process.
4.5.2 Language
The Proposal should be filled by the bidders in English language only. If any
supporting documents submitted are in any language other than English, translation
of the same in English language is3to be duly attested by the Bidders. For purposes
of interpretation of the documents, the English translation shall govern.
4.5.3Late Bids

4.6.

a)

Bids received after the due date and the specified time
(including the extended period if any) for any reason whatsoever, shall not
be entertained and shall be returned unopened.

b)

The bids submitted by telex/telegram/ fax/e-mail etc. shall not


be considered. No correspondence will be entertained on this matter.

c)

JAPIT shall not be responsible for any postal delay or non-receipt/


non-delivery of the documents. No further correspondence on the subject
will be entertained.

d)

JAPIT reserve the right to modify and amend any of the abovestipulated condition/criterion depending upon project priorities vis--vis
urgent commitments.

Evaluation process

a) JAPIT will constitute a Proposal Evaluation Committee to evaluate the responses of


the bidders.
b)
The Proposal Evaluation Committee constituted by the JAPIT shall evaluate
18 | P a g e

the responses to the RFP and all supporting documents / documentary evidence.
Inability to submit requisite supporting documents / documentary evidence, may lead
to rejection
c) The decision of the Proposal Evaluation Committee in the evaluation of responses to
the RFP shall be final. No correspondence will be entertained outside the process of
evaluation with the Committee.
d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek
clarifications on their proposals.
e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on
the basis of any deviations.
f) Each of the responses shall be evaluated as per the criterions and requirements
specified in this RFP.

4.6.1 Tender Opening


The Proposals submitted up to date and time mentioned in this RFP document by
Proposal evaluation committee authorized by JAPIT, in the presence of such of those
Bidders or their representatives who may be present at the time of opening.
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.
3

4.6.2 Tender Validity


The offer submitted by the Bidders should be valid for minimum period of 180 days
from the date of submission of Tender.

4.6.3 Tender Evaluation


i) Initial Bid scrutiny will be held and incomplete details as given below will be treated
as non-responsive. If Proposals;
i. Are not submitted in as specified in the RFP document.
ii. Received without the Letter of Authorization (Power of Attorney)
iii. Are found with suppression of details
iv. With incomplete information, subjective, conditional offers and partial offers
submitted
v. Submitted without the documents requested in the checklist
vi. Have non-compliance of any of the clauses stipulated in the RFP
vii. With lesser validity period
ii) All responsive Bids will be considered for further processing as below.
19 | P a g e

Proposal evaluation Committee will prepare a list of responsive bidders, who comply
with all the Terms and Conditions of the Tender. All eligible bids will be considered
for further evaluation by a Committee according to the Evaluation process define in
this RFP document. The decision of the Committee will be final in this regard.
a) Evaluation committee will examine the bids to determine whether they are
complete, whether any computational errors have been made, and whether the bids
are generally in order.
b) Arithmetical errors will be rectified on the following basis:

If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected.

If the Bidder does not accept the correction of the errors, his proposal will
be rejected. If there is a discrepancy between words and figures, the
amount in words will prevail.

b.

The JAPIT may conduct clarification meetings with each or any bidder to
discuss any matters, technical or otherwise.

c.

Further, the scope of the evaluation committee also covers taking any decision
with regard to the Tender Document, execution/ implementation of the project
including management period.

d.

Proposal shall be opened in the3 presence of bidders representatives who intend


to attend at their cost. The bidders representatives who are present shall sign a
register giving evidence of their attendance.

e.

Proposal document shall be evaluated as per the following steps.

i.

Preliminary Examination of Pre-qualification/ Eligibility Criteria


documents: The Pre-qualification document will be examined to determine
whether the bidder meets the eligibility criteria, whether the proposal is
complete in all respects, whether the documents have been properly signed 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.

ii.

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. Bids received would be assigned scores based on the
parameters defined in the table below. 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.

Supporting document should clearly indicate value of the completed/on-going


project and scope of work/ services should be clearly highlighted.

In case of Bidder is having Non Disclosure Agreement (NDA) with their


client no such experience will be counted (if agreement copy not submitted).
Bidders failing to comply any of the above then the Bid will be summarily
rejected.

iii.

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, JAPIT may declare the Most Preferred Bidder as the Successful
Bidder for the agreement.

The Technical Evaluation Criteria consists of 2 parts. Part 1 Consulting is of 100 marks, and
Part 2 CM Dashboard Solution is of 50 marks. If the CM Dashboard solution provider is
different from the Bidder, then the technical evaluation score of the solution provider will be
considered for Part 2 - CM Dashboard Solution.

SL.N
O.

Criteria

Technical Evaluation Criteria Part 1 - Consulting


Maximu
m marks

Required
documentary
evidence

Consulting Projects in India in State/ Central


25
Government department / Quasi Govt./ 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). Project value should be 50 lakhs or more. The project must be
executed from FY 2005-06 to2014-15

1.1

Energy/Power
PrEnergy/Poweroject/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.2

Finance & Tax Regulations and Planning


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

21 | P a g e

Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor

1.3

Panchayat and Rural Development


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.4

Agriculture, Irrigation, Food & Public Distribution


1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.5

Infrastructure road and Transport


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.6

Mineral Resources and Mining


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.7

Skill Development and Livelihood promotion


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.8

Drinking water & sanitation


Project/Services
1 Project -0.5 Marks

1.0

22 | P a g e

y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement
for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing /
completed
work order /
agreement
for
consulting/adviso
ry project and
highlight Scope
of Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work

2 Project -0.75 Marks


>2 Project-1.0 Marks

1.9

Urban Development
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.10

Health
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.11

Information Technology/ eGovernance/ Citizen


services and Biotechnology

Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.12

Social Welfare
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.13

Education (Primary/Higher/Technical)
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

23 | P a g e

order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
Consulting/adviso
ry project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
Consulting/adviso
ry project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
Consulting/adviso
ry project and
highlight Scope of
Work/ services

1.14

Commerce, Industry and MSME Sector


development
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.15

Tourism
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0

1.0

1.16

Forest/Environment/Irrigation
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.17

Culture & Sports


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.18

Governance and Policy Reforms


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.19

Branding and promotion related services


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

24 | P a g e

Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor

1.20

Bid Process Management/ PPP Transaction services


Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.21

Preparation of State vision plan Document


Project/Services
PPP Consulting/Advisory Services
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.22

Preparation of State economy development


roadmap and assistance in implementation
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks

>2 Project-1.0 Marks

1.0

1.23

Ease of doing business or regulatory reforms with


the state Govt. in India
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.24

Experiencing in implementing of performance


monitoring dash board and PMU support
Project/Services
1 Project -0.5 Marks
2 Project -0.75 Marks
>2 Project-1.0 Marks

1.0

1.25

Advisory services to Chief Minister and Secretariat


1 Project -0.5 Marks
2 Project -0.75 Marks

1.0

25 | P a g e

y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work
order / agreement
for
consulting/advisor
y project and
highlight Scope of
Work/ services
Enclose copy of
ongoing
/
completed work

>2 Project-1.0 Marks

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

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

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

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

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

graduate diploma in management from IIM or


MBA from top 25 colleges as
per Annexure-XI : 1.0 Marks

2.4

2
Language Expert
(I) Qualification & Experience : Maximum 1
Marks
i) Any Post Graduation with Recognized diploma or
certificate course in
Translation from Hindi to English and vice versa
with Minimum 10 Years of
Experience : 1.0 Marks
(II) Expertise : Maximum 1 Marks
i) Minimum 2 Years experience of Translation
work from Hindi to English
and Vice versa in Central/ State Government
offices, including Government of
India Undertakings : 1.0 Marks
3
20
Required
Subject Matter Experts (Having a minimum
documentary
experience of 10 years) One CV on each sector to
evidence
be submitted as per the format
Subject Matter Expert having experience in at least 2 consulting projects in the following
domains/ services (Consulting Projects in India in State/ Central Government
department / Quasi Govt./ PSU/Donor Agencies)
3.1
Energy /Power
1
Enclose CV as per

Project/Services
format defined in
1 Project -0.5 Marks
the RFP.
2 Project -0.75 Marks
>2 Project-1.0 Marks
3.2
Finance/ Tax Regulations/ Planning
1
Enclose CV as per
Project/Services
format defined in
1 Project -0.5 Marks
the RFP.
2 Project -0.75 Marks
>2 Project-1.0 Marks
3.3
Panchayat and Rural Development
1
Enclose CV as per
Project/Services
format defined in
2 Project -0.5 Marks
the RFP.
>2 Project-1.0 Marks
3.4

Agriculture, Irrigation, Food & Public Distribution


Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.5

Infrastructure road and Transport


Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.6

Mineral Resources and Mining

Enclose CV as per

29 | P a g e

Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

format defined in
the RFP.

3.7

Skill Development and Livelihood promotion


Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.8

Drinking water & sanitation


Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.9

Urban Development
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.10

Health
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.11

Information Technology / eGovernance / Citizen


services and Biotechnology

Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.12

Social Sector Welfare


Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks

Enclose CV as per
format defined in
the RFP.

3.13

Education (Primary/ Secondary/ Higher/ Technical)


Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Commerce , Industry and MSME sector
development 2 Project -0.5 Marks
>2 Project-1.0 Marks
Tourism
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Forest/ Environment/ Irrigation
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Cultural & Sports

Enclose CV as per
format defined in
the RFP.

Enclose CV as per
format defined in
the RFP.
Enclose CV as per
format defined in
the RFP.

3.14

3.15

3.16

3.17

30 | P a g e

Enclose CV as per
format defined in
the RFP.

Enclose CV as per

3.18

3.19

3.20

Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Governance and policy reforms
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Branding and Promotion related services
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Bid Process Management/ PPP Transaction
Services
Project/Services
2 Project -0.5 Marks
>2 Project-1.0 Marks
Organization capability

format defined in
the RFP.
1

Enclose CV as per
format defined in
the RFP.

Enclose CV as per
format defined in
the RFP.

Enclose CV as per
format defined in
the RFP.

20

Required
documentary
evidence
A certificate by
Chartered
Accountant along
with Profit &
Loss'
statements,
Balance
Sheet
submitted
with
Income
Tax
returns indicating
sector-specific
turnover
is
required.
A certificate by
Chartered
Accountant /
Company
Secretary
indicating the
Government
Consulting
turnover is
required.
Enclose copy of
ongoing /
completed
work order /
agreement for
consulting/adviso
ry project and
highlight Scope

4.1

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, 2011-12, 2012-13)
Rs. 100 Cr : 1.0 marks

Rs. 101 Cr 200 Cr : 2.0 marks


Rs. 201 Cr and 400 Cr : 3.0 marks
Rs. 401 Cr and Above : 5.0 marks

5.0

4.2

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, 2011-12, 2012-13)
Rs. 20 Cr : 1.5 marks
Rs. 21-30 Cr: 2.0 marks
Rs. 31-40 Cr : 2.5 marks

2.5

4.3

Projects of minimum contract value of Rs. 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: (0.5 marks for each
project max 2 projects)

31 | P a g e

4.4

4.5

a. Private sector development (investment


promotion campaign, business
license reform etc.)
b. Infrastructure or PPP transaction advisory
c. Finance/ Tax policy
d. Technology transformation (e-Governance,
Single window implementation
etc.)
e. 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.
1 Project will be awarded 1 Marks. For every
additional 1 Project 1 Marks will
be awarded upto to Maximum 5.0 Marks in total
Consulting/ Advisory/ IT projects (completed/
ongoing) implementation in any
Government department /Quasi Government/ PSU
in Jharkhand
1 project: 1.5 marks

2 projects: 2.0 marks


3 projects or more: 2.5 marks

of Work/ services
with project cost

5.0

Enclose copy of
ongoing /
completed
work order /
agreement and
highlighting the
Scope of Work/
services

2.5

Enclose copy of
ongoing /
completed
work order /
agreement and
highlighting the
Scope of Work/
services in
Jharkhand
Required
documentary
evidence
30 minutes time
will be given for
presentations

Presentation and Approach Methodology

15

5.3

Presentation

5.4

a) Understanding of the
assignment
b) Quality of methodology and
work program
Interviews of onsite resources

10

The technical score of this evaluation will be called T_Part1 (maximum 100 marks)

Technical Evaluation Criteria Part 2 CM Dashboard


1

Compliance to Functional Specifications 10


marks
1. Data Access, Cleansing and Transformation-2
marks

32 | P a g e

30

Submit
updated
compliance and
Attach Factsheets

2. Role based Dashboard, Scorecards and


reports-2 marks
3. Departmental Analysis -2 marks
4. Forward looking Analysis -2 Marks
5. Data Exploration and Adhoc analysis 2
marks
Compliance to Technical Specifications 20 marks
1. Mandatory features : 11 marks
2. Additional features : 9 marks (1 mark for
each additional feature on page 62,63)
If mandatory technical features are not complied to,
total marks given to Compliance to Technical
Specifications will be 0.
Experience in implementing the proposed solution
should have been implemented in implemented in
Indian State/ Central Government department /
Quasi Govt./ PSU/Donor Agencies:
2 Projects 2 marks
1 mark for each additional project, upto a maximum
of 5 marks

The solution should have been implemented for


CM Dashboard project in other Indian States:
1 State 2 marks
2 or more States- 5 marks

Enclose copy of
ongoing
/
completed work
order / agreement

Enclose copy of
ongoing
/
completed work
order / agreement

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, 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.
e.g,
If T_Part1 = 80 and T_part2 = 40 then Technical Score = (80+40)/1.5 = 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. The
evaluation will be carried out if Commercial bids are complete and computationally
correct. Lowest Commercial proposal will be allotted a Commercial score of 100

33 | P a g e

marks. The Commercial score of other Bidder(s) will be computed by measuring the
respective Commercial bids against the lowest proposal.
3)

The bidder with the Highest Technical Marks will be awarded 100 marks and others
bidders will be awarded on percentile basis (e.g.) if the highest technical Marks is 90,
the T1 bidder will get (Tm) 100 marks. A bidder awarded 80 marks will get (80/90) x
100=88.88 Marks.

4)

Computing the final (T1-L1) marks:


i) The composite score is a weighted average of the Technical and Commercial
Scores. The ratio of Technical and Commercial score is 70:30 respectively. 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 * 0.70 + CM * 0.30) * 100
Thus the composite (T1 L1) marks shall be out of a maximum of 100 marks.
The responsive Bidder(s) will be ranked in descending order according to the
composite (T1 L1) marks, which is calculated based on the above formula. The
highest-ranking Bidder as per the composite (T1 L1) marks will be selected. 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.

4.7.
i.

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.

The profile of the bidder along with required certifications that the period of
validity of bids is 180 days from the last date of submission of proposal.

b.

Audited annual financial results (balance sheet and profit & loss statement
showing business in India) of the bidder for the last three financial years.

c.

Reference list of major clients

d.

Power-of-attorney granting the person signing the proposal the right to bind
the bidder as the Constituted attorney of the Directorate.

e.

A copy of the Tender Document, all pages duly-signed by the authorized


signatory towards acceptance of the terms and conditions of the Tender
Document.

34 | P a g e

ii.

Technical proposal
a.
b.
c.
d.
e.
f.
g.

iii.

Commercial proposal
a.
b.

4.8.

4.9.

Proposal particulars
Proposal letter
Proposed approach and methodology and services offered
Proposed Project Plan and Implementation Schedule
Schedule of delivery
All relevant document for Technical Evaluation
Annexure for Technical Qualification

Proposal letter
Proposal particulars including priced Bill of Material (BOM) Bidders should
enclose, with their offers, full details of services offered as well as their
latest on-going /completed projects.

Modification and withdrawal of Bids


a.

The Bidder is allowed to modify or withdraw its submitted proposal any time
prior to the last date prescribed for receipt of bids, by giving a written notice
to the JAPIT.

b.

Subsequent to the last date for receipt of bids, no modification of bids shall
be allowed.

c.

The Bidders cannot withdraw


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. Such withdrawal may result in the forfeiture of its
EMD from the Bidder.

Proposal Forms
a.

Wherever a specific form is prescribed in the Proposal document, the Bidder


shall use the form to provide relevant information. If the form does not provide
space for any required information, space at the end of the form or additional
sheets shall be used to convey the required information.

b.

For all other cases, the Bidder shall design a form to hold the required
information.

c.

JAPIT shall not be bound by any printed conditions or provisions in the


Bidders Proposal Forms, packaging document or delivery challan.

4.10. Local Conditions


a.

Each Bidder is expected to become fully acquainted with the local conditions
and factors, which may affect the performance of the contract and /or the cost.

b.

The Bidder is expected to know all conditions and factors, which may have any
effect on the execution of the contract after issue of letter of Award as

35 | P a g e

described in the bidding document. The JAPIT shall not entertain any request
for clarification from the Bidder regarding such local conditions.
c.

It is the Bidders responsibility that such factors have been properly


investigated and considered before submitting the proposal. No claim, what-soever, including that for financial adjustment to the contract awarded under the
bidding document will be entertained by the JAPIT. 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.

d.

The Bidder is expected to visit and examine and study the location of Govt.
offices and its surroundings and obtain all information that may be necessary
for preparing the proposal at its own interest and cost.

4.11.

Contacting the Jharkhand Agency for Promotion of Information


Technology, Ranchi

a.

Any effort by a Bidder to influence the proposal evaluation, proposal


comparison or contract award decisions may result in the rejection of the
proposal.

b.

Bidder shall not approach JAPIT officers after office hours and/or outside
JAPIT office premises, from the time of the proposal opening till the time the
Contract is awarded.

4.12. Eligibility Criteria

The bidder shall meet the criteria for eligibility mentioned in the Tender
document. The bidder must have registration certificate, registration under
Labour Laws Contract Act, valid sales tax registration certificate and valid
service tax registration certificate, whichever is applicable, for this Tender. Any
kind of consortium will not be permitted. However, sub-contracting is
permitted under this for Subject Matter Experts (SMEs) as the need arises.

4.13. 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.

4.14. Opening of Proposal


First, the envelope containing Earnest Money Deposit (EMD) will be opened,
and if found, that the bidder has furnished all the documents in the prescribed
manner, then the second envelope containing Technical Proposal will be
opened. The commercial proposal would be opened in presence of technically
short-listed bidders. The Evaluation Committee or its authorized representative
will open the tenders. Sequence of opening is as follows:
36 | P a g e

a.

EMD Envelope

b.

Technical Proposals

c.

Commercial Proposals

4.15. Deciding Award of Contract


a. 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. The Bidder
shall furnish the required information to JAPIT and its appointed representative on
the date asked for, at no cost to the JAPIT. The JAPIT may at its discretion, visit the
office of the Bidder any-time before the signing of Agreement.
b. JAPIT shall inform those Bidders whose proposals did not meet the eligibility
criteria or were considered non-responsive, informing that their Commercial
Proposals will be returned unopened after completing the selection process. JAPIT
shall simultaneously notify those Bidders who qualify for the Evaluation process as
described in this Tender Document, informing the date and time set for opening of
Commercial Proposals. The notification may be sent by mail or fax.
c. The bidders name, the Proposal Price, the total amount of each proposal and other
such details as the Tendering Authority may consider appropriate, will be
announced and recorded by the JAPIT at the opening of bid.

d. JAPIT shall inform those Bidders whose proposals are accepted via issuance of
Letter of Acceptance (LoA) in duplicate copy. Bidder shall acknowledge the LoA
and return the duplicate copy duly sealed and signed, within seven days from the
issue of LoA by JAPIT.
e. After acceptance of LoA Performance Security shall be deposited as specified in
this document for signing an Agreement with JAPIT.
f. Special Condition for Awarding the Agreement:
i.

JAPIT will sign the Agreement with Successful Bidder for initially 3 year
period.

ii.

JAPIT may extend the Agreement for another 2 year period as per cost
proposed in the price bid by successful bidder.

4.16. Confidentiality
a. As used herein, the term Confidential Information means any information,
including information created by or for the other party, whether written or oral,
which relates to internal controls, computer or data processing programs,
algorithms, electronic data processing applications, routines, subroutines,
techniques or systems, or information concerning the business or financial affairs
and methods of operation or proposed methods of operation, accounts, transactions,
37 | P a g e

proposed transactions or security procedures of either party or any of its affiliates,


or any client of either party, 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. 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.
b. The Bidder shall keep confidential, any information related to this tender, with the
same degree of care as it would treat its own confidential 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.
c. At all time of the performance of the services, the Bidder shall abide by all
applicable security rules, policies, standards, guidelines and procedures. The
Bidder should note that before any of its employees or assignees is given access to
the Confidential Information, 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, policies, standards, guidelines and procedures by its employees or agents.
d. The Bidder should not disclose to any other party and keep confidential the terms
and conditions of this Contract agreement, any amendment hereof, and any
Attachment or Annexure hereof.
e. The obligations of confidentiality under this section shall survive rejection of the

contract.
4.17. Publicity
Any publicity by the bidder containing the name of JAPIT should be done only with the
explicit written permission from JAPIT.
4.18. Execution of Agreement
After acknowledgement of the LoA by the selected bidder, a performance security of 10% of
contract value has to deposit in the form of FDR/TDR/DD/BG of any nationalized /Scheduled
Bank in the name of The CEO, Jharkhand Agency for Promotion of Information Technology,
Ranchi, for a Period of Five year and shall sign the Agreement with in Twenty one days from
the issue of LoA.

4.19. Duration of the contract:


The CONTRACT shall initially valid for a period of Four (4) year from the date of signing of
Agreement. JAPIT may extend the Agreement for another two (2) years period with an
incremental rate as mutually agreed by JAPIT& successful bidder.
4.20. Terms and Conditions: Applicable Post Award of Contract
38 | P a g e

4.20.1 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. The selected bidder commits a breach of any of the terms and conditions of the
bid.
b. The bidder goes into liquidation, voluntarily or otherwise.
c. An attachment is levied or continues to be levied for a period of seven days
upon effects of the bid.
d. If the selected bidder fails to complete the assignment as per the time lines
prescribed in the RFP and the extension if any allowed, it will be a breach of
contract. The JAPIT reserves its right to cancel the order in the event of delay
and forfeit the bid security as liquidated damages for the delay.
e. If deductions of account of liquidated damages /Penalty exceeds more than
10% of the total contract price.
f. In case the selected bidder fails to deliver the services as stipulated in the

delivery schedule, JAPIT reserves


the right to procure the same or similar
services from alternate sources at the risk, cost and responsibility of the
selected bidder.
g. After award of the contract, if the selected bidder does not perform
satisfactorily or delays execution of the contract, JAPIT reserves the right to
get the balance contract executed by another party of its choice by giving one
month notice for the same. In this event, the selected bidder is bound to make
good the additional expenditure, which JAPIT may have to incur in executing
the balance contract. This clause is applicable, if for any reason, the contract is
cancelled.
h. JAPIT reserves the right to recover any dues payable by the selected Bidder
from any amount outstanding to the credit of the selected bidder, including the
pending bills and/or invoking the bank guarantee under this contract.
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], JAPIT shall be
entitled to impose any such obligations and conditions and issue any clarifications
as may be necessary to ensure an efficient transition and effective business
continuity of the Service(s) which the Vendor shall be obliged to comply with and
take all available steps to minimize loss resulting from that termination/breach,
and further allow the next successor Vendor to take over the obligations of the

39 | P a g e

erstwhile Vendor in relation to the execution/continued execution of the scope of


the Contract.
b. Nothing herein shall restrict the right of JAPIT to invoke the JAPIT Guarantee
and other guarantees, securities furnished, enforce the Deed of Indemnity and
pursue such other rights and/or remedies that may be available JAPIT under law
or otherwise.
c. 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.
4.20.2

Liquidated Damages
a. Notwithstanding JAPIT s right to cancel the order, liquidated damages for late
delivery at 1% (One percent) of the undelivered portion of order value per
week will be charged for every weeks delay in the specified delivery schedule
subject to a maximum of 2% of the value of the order value.
b. Liquidated damages for late installation and GO-Live of CM Dashboard at 1%
(One percent) of the order value per week will be charged for every weeks
delay in commissioning to a maximum of 10% of the value of the order value
for CM Dashboard.
c. Please note that the above LD for delay in delivery and delay in
commissioning are independent of each other and shall be levied as the case
may be.
d. JAPIT reserve its right to recover these amounts by any mode such as
adjusting from any payments to be made by JAPIT to the bidder. Liquidated
damages will be calculated on per week basis.

The cumulative and aggregate limit of Liquidated Damages(LD) for delay in delivery and LD
for delay in commissioning would be limited to maximum of 2% of the total contract value.
The aggregate liability of the Consultant shall in no event exceed the total value of the fee
received under this contract.
4.20.3

Acceptance Tests
The selected bidder in presence of the JAPIT authorized officials will conduct
acceptance test at the site. The test will involve installation and commissioning
and successful operation of the Dashboard application, software, installation
etc. No additional charges shall be payable by the JAPIT for carrying out these
acceptance tests.

4.20.4

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.

40 | P a g e

4.20.5 Penalty
i. The Bidder shall perform its obligations under the agreement entered into
with the JAPIT, in a professional manner.
ii. In the event of failure of maintaining the SLA, penalty should be attract of
the cost of concerned services as per mentioned in SLA would be levied
subject to a maximum of 10% of the total service cost.
iii. JAPIT may recover such amount of penalty from any payment being
released to the Bidder, irrespective of the fact whether such payment is
relating to this contract or otherwise.
iv. If any act or failure by the bidder under the agreement results in failure or
inoperability of systems and if the JAPIT has to take corrective actions to
ensure functionality of its property, the JAPIT reserves the right to impose
penalty, which may be equal to the cost it incurs or the loss it suffers for
such failures.

4.20.6

JAPIT may impose penalty to the extent of damage to its any


equipment, if the damage was due to the actions directly attributable to
the staff of Bidder.

The JAPIT shall implement all penalty clauses after giving due notice
to the bidder.

If the Bidder fails to


complete
the due performance of the contract in
accordance with the specification and conditions of the offer
document, 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.

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.

Matter will be referred for negotiation between Officer nominated by


JAPIT and the Authorized Official of the Bidder. The matter shall then be
resolved between them and the agreed course of action documented within
a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the
manner as mentioned above, the same may be resolved exclusively by
arbitration and such dispute may be submitted by either party for arbitration
41 | P a g e

within 20 days of the failure of negotiations. Arbitration shall be held in Ranchi


and conducted in accordance with the provisions of Arbitration and
Conciliation Act, 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.

The Arbitration Notice should accurately set out the disputes between the
parties, the intention of the aggrieved party to refer such disputes to arbitration
as provided herein, the name of the person it seeks to appoint as an arbitrator
with a request to the other party to appoint its arbitrator within 45 days from
receipt of the notice. All notices by one party to the other in connection with
the arbitration shall be in writing and be made as provided in this tender
document.

Each Party shall bear the cost of preparing and presenting its case, and the cost
of arbitration, including fees and expenses of the arbitrators, shall be shared
equally by the Parties unless the award otherwise provides. The Bidder shall
not be entitled to suspend the Service/s or the completion of the job, pending
resolution of any dispute between the Parties and shall continue to render the
Service/s in accordance with the provisions of the Contract/Agreement
notwithstanding the existence of any dispute between the Parties or the
subsistence of any arbitration or other proceedings.
4.20.7 Notices

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, or transmitted by pre-paid registered
post or courier. 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.
4.20.8 Force Majeure
Force Majeure is herein defined as any cause, 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, such as:
1.

Natural phenomenon, including but not limited to floods, droughts, earthquakes


and epidemics.

2.

Acts of any government, including but not limited to war, declared or


undeclared priorities, quarantines and embargos.

3.

Terrorist attack, public unrest in work area provided either party shall within 10
days from occurrence of such a cause, notifies the other in writing of such
causes. The bidder or JAPIT shall not be liable for delay in performing his/her

42 | P a g e

obligations resulting from any force majeure cause as referred to and/or defined
above. Any delay beyond 30 days shall lead to termination of contract by
parties and all obligations expressed quantitatively shall be calculated as on
date of termination. Notwithstanding this, provisions relating to indemnity,
confidentiality survive termination of the contract.
4.20.9 Failure to agree with Terms and Conditions of the RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall
constitute sufficient grounds for the annulment of the award, in which event JAPIT
may award the contract to the next best value bidder or call for new proposals from the
interested bidders or invoke the PBG of the most responsive bidder.
4.21. Service Levels
The purpose of Service Level Agreement (hereinafter referred to as SLA) is to clearly
define the levels of services which shall be provided by the successful bidder to the
JAPIT for the duration of this contract. The benefits of this SLA are to:
a.

Trigger a process that applies to successful Bidders and JAPIT when that
service provided falls below an agreed upon threshold, or target level.

b.

Makes explicit the performance expectations that JAPIT has from the
Successful bidder.

The Successful bidder and JAPIT shall regularly review the performance of the
services being provided by the Successful
; Bidder and the effectiveness of SLA.
4.22. Category of SLAs

The following measurements and targets shall be used to track and report performance
on a regular basis. The targets shown in the following paragraphs and tables are
applicable for the duration of the contract for the Penalty shall be calculated on a
quarterly basis.
The penalty for various delays and deficiencies in CM Dashboard design,
implementation and Maintenance services will be as follows:
a.

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, a penalty at the rate of 0.01% per week of
the corresponding contract value will be levied for a maximum period of eight
weeks, but limited to the 2% of the overall contract value If the services are not
completed even within this eight-week period, then the contract will be liable
for termination, in part or whole, at the discretion of JAPIT and at the risk and
cost of the selected Bidder.

Replacement of resources shall generally not be allowed. The replacement of resource


by bidder will be allowed (with penalty) only in case, the resource leaves the
organization by submitting resignation with the present employer or physically unfit.
43 | P a g e

4.23. 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.
(ii) The Resources should be stationed in Ranchi for the entire project period. The
Resource has to follow the working hours, working days and Holidays of CG State
Government.
(iii) Resource shall get prior approval of JAPIT/ CM Secretariat before leaving Ranchi.
(iv) Leave entitlement and computation will be effective from date of start of project.
(v) An employee can avail maximum 22 leaves per year on pro-rata basis.
(vi) Leave cannot be claimed as an employees right. Except in case of emergencies,
all leave will be granted subject to organizations requirements. A situation will be
considered an emergency on a case-by-case basis and will be decided by the Nodal
Officer.

4.24. Contract Performance Security


1.

Within 21 days after the receipt of notification of award of the Contract from
the JAPIT, the successful Bidder shall furnish Contract Performance Guarantee
to the JAPIT, Ranchi, which shall be equal to 10% of Contract Value and shall
;
be in the form of a Bank Guarantee
Bond/DD from a Nationalized Bank in the
Performa given here-in-after in this document valid for period of 5 Years.

2.

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.

3.

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, including any warranty obligations under the
Contract.

4.25. Statutory Requirements


During the tenure of this contract, nothing shall be done by the Selected Bidder in
contravention of any law, act and/ or rules/regulations, there-under or any amendment thereof
governing inter-alia customs, stowaways, foreign exchange etc. and shall keep JAPIT
indemnified in this regard.
4.26. Contract administration
a.

44 | P a g e

Either party may appoint any individual / organization as its authorized


representative through a written notice to the other party. Each Representative
shall have the authority to:

(a) Exercise all of the powers and functions of his/her Party under this contract,
other than the power to amend this contract and ensure proper
administration and performance of the terms hereof; and
(b) Bind his or her Party in relation to any matter arising out of or in
connection with this Contract.

4.27.

b.

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, with respect to this contract, for and on their
behalf.

c.

For the purpose of execution or performance of the obligations under this


Contract, the JAPIT representative would act as an interface with the
nominated representative of the Selected Bidder. 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.

d.

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. The Selected Bidder shall draw the minutes of these meetings and
circulate to the JAPIT.
Right of Monitoring, Inspection and Periodic Audit
;

The JAPIT reserves the right to inspect and monitor / assess the progress /performance at any
time during the course of the Contract, after providing due notice to the Selected Bidder. The
JAPIT may demand, and upon such demand being made, the selected bidder shall provide
with any document, data, material or any other information required to assess the progress of
the project. The JAPIT shall also have the right to conduct, either itself or through any another
agency as it may deem fit, an audit to monitor the performance by the Selected Bidder of its
obligations/functions in accordance with the standards committed to or required by the JAPIT
and the Selected Bidder undertakes to cooperate with and provide to the JAPIT/ any
other Consultant/ Agency appointed by the JAPIT, all documents and other details as may be
required by them for this purpose. Any deviations or contravention identified as a result of
such audit/assessment would need to be rectified by the Selected Bidder failing which the
JAPIT may, without prejudice to any other rights that it may have, issue a notice of default.
4.28.

JAPITs Obligations

The JAPIT representative shall interface with the Selected Bidder, to provide the required
information, clarifications, and to resolve any issues as may arise during the execution of the
Contract.
JAPIT shall ensure that timely approval is provided to the selected Bidder, where deemed
necessary, which should include diagram / plans and all specifications related to services
required to be provided as part of the Scope of Work.
4.29.

Information Security

45 | P a g e

The Selected Bidder shall not carry and/or transmit any material, information, layouts,
diagrams, storage media or any other goods/material in physical or electronic form, which
are proprietary to or owned by the JAPIT, out of premises, without prior written
permission from the JAPIT.
The Selected Bidder shall, upon termination of this agreement for any reason, or upon demand
by JAPIT, whichever is earliest, return any and all information provided to the Selected
Bidder by JAPIT, including any copies or reproductions, both hard copy and electronic.
4.30. Indemnity
The Selected Bidder shall execute and furnish to the JAPIT, a Deed of Indemnity in
favour of the JAPIT, in a form and manner acceptable to the JAPIT, indemnifying JAPIT from
and against any costs, loss, damages, expense, claims including those from third parties or
liabilities of any kind how-so-ever suffered including patent, copyright, trademark and trade
secret, arising or incurred inter-alia during and after the Contract period out of:

4.31.

a.

Negligence or wrongful act or omission by the Selected Bidder or its team or


any Agency/ Third Party in connection with or incidental to this Contract; or

b.

Any breach of any of the terms the Selected Bidders Proposal as agreed, the
Tender and this Contract by the Selected Bidder, its Team or any Agency/
Third Party.

c.

The indemnity shall be to the extent of 10% of project cost in favour of the
JAPIT.
Prices

Prices quoted must be firm and shall not be subject to any upward revision on any account
what-so-ever throughout the period of 4Years.
4.32. Special Conditions of Contract
Amendments of, and Supplements to, Clauses in the General Conditions of Contract.
4.33.

Schedule

The payment as specified in financial format Annexure -3 as submitted by Selected Consultant


shall be made as below:-

46 | P a g e

Sl
1.

Particular
Component I:
Part 1: Advisory Services to Chief
Minister Secretariat (48 months)

2.

Component I:
Part 2: Design, Develop and Prepare a
State Vision Plan for Industrial and
physical Infrastructure Document
incorporating all the sectors being
identified and selected by the
Government of Jharkhand as Key
Sector
and
provide
Vision
implementation assistance and develop
monitoring systems (48 months)
Component
II:
Design
and
implementation of CM Dashboard
Management System (48 months)

Payment
Payment will be made on a monthly basis as
per fee quoted Sl. No. 2 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.
Payment will be made on a monthly basis as
per fee quoted Sl. No. 1 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.

10% of value in Sl. No. 3 of Summary of


Financial Proposal (Table A), Annexure III
Mobilization advance on signing of the
agreement.
20% of value in Sl. No. 3 of Summary of
Financial Proposal, Annexure III Signoff
on Business Requirements Document
20% of value in Sl. No. 3 of Summary of
Financial Proposal, Annexure III On GoLive of Dashboard
Balance 50% of value in Sl. No. 3 of
Financial Proposal, Annexure III, 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, terms and conditions as applicable to SeMT ( Consultant, Sr. Consultant,
Proincipal Consultant):
1. The travel expenses of the Onsite resources will be paid extra based on the
actual rate of economy class air-fare in case they are required to travel from
Ranchi to anywhere in India.
2. To claim reimbursement, onsite resources needs to submit the Travel Expense
Claim to the CM Secretariat/ JAPIT along with the relevant bills/ vouchers,
boarding passes, tickets and hotel bills and approval from the authorized
47 | P a g e

approving authority within two weeks from the date of return from the trip.
3. Submission of hotel bills is mandatory with the Travel Expense Claim.
4. For local travel during official visit resources are entitled to engage AC car on a
point to point basis. To claim reimbursement for local travel resources are
required to submit bills and vouchers.
Instruction: The Invoice will be submitted after every Month. The payment will be made within 7 days
after submission of Invoice with attendance sheet verified by nodal officer of CM
secretariat/JAPIT. For the calculation of teams attendance for the team, 22 days per month
will be considered.
The Selected bidder shall satisfactorily perform work as specified under the Tender to the
JAPIT/ CM Secretariat. The requisite payment will be released by JAPIT upon receipt of the
invoice which would be verified from the attendance records within 2 weeks of receipt of the
invoice. Any applicable taxes and duties will be paid by JAPIT.
4.34. Liquidated Damages
Subject to clause for Force Majeure, if the bidder fails to complete the services under
Project scope of work before the scheduled completion date or the extended date or if the
Selected Bidder repudiates the contract before completion of the work, the JAPIT, at its
discretion, may without prejudice to any other right or remedy available to it under the
contract, recover a maximum of 10 percent of the project cost from the Selected Bidder, as
;
Liquidated Damages (LD).
In case it leads to termination, JAPIT shall give thirty days notice to the Selected Bidder of
its intention to terminate the contract and shall so terminate the contract unless during the
thirty days notice period, the Selected Bidder initiates remedial action acceptable to the
JAPIT.
The JAPIT may without prejudice to its right to affect recovery by any other method, deduct
the amount of liquidated damages from any money belonging to the Selected Bidder in its
hands (which includes the JAPIT right to claim such amount against Selected Bidders Bank
Guarantee) or which may become due to the Selected Bidder. Any such recovery or liquidated
damages shall not in any way relieve the Selected Bidder from any of its obligations to
complete the work or from any other obligations and liabilities under the Contract.
4.35. Dispute Resolution
The JAPIT and the Selected Bidder shall make every effort to resolve amicably by direct
informal negotiations, any disagreement or disputes, arising between them under or in
connection with the Contract.
If even after thirty (30) days from the commencement of such direct informal negotiations, the
JAPIT and the Selected Bidder are unable to resolve amicably a contract dispute, either party
may require that the dispute be referred for resolution to the formal mechanism specified in
clauses below.
48 | P a g e

In the case of a dispute or difference arising between the JAPIT and the Selected Bidder
relating to any matter arising out of or connected with this Contract, such dispute or difference
shall be referred to the award of Arbitrator as indicated in this RFP. The award of the
Arbitrator shall be final and binding on the parties.
The Arbitration and Conciliation Act 1996, the rules there under and any statutory
modification or re-enactments thereof, shall apply to the arbitration proceedings.
The venue of arbitration shall be the Ranchi, India.
The JAPIT may terminate this contract, by giving a written notice of termination of minimum
thirty days, to the Selected Bidder, if the Selected Bidder fails to comply with any decision
reached consequent upon arbitration proceedings pursuant to above Clause.
4.36 Continuance of the Contract:
Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be
pending, the parties hereto shall continue to be governed by and perform the work in
accordance with the provisions under the Scope of Work to ensure continuity of operations.
4.37 Conflict of interest
The Bidder shall disclose to JAPIT in writing, all actual and potential conflicts of interest that
exist, arise or may arise (either for the Vendor the Bidders team) in the course of performing
the Service(s) as soon as practical after it becomes aware of that conflict.
4.38. Severance
In the event any provision of the Contract is held to be invalid or unenforceable under the
; Contract shall remain in full force and effect.
applicable law, the remaining provisions of this
4.39.

Governing Language

The Agreement shall be written in English language. Subject to below Clause, such language
versions of the Agreement shall govern its interpretation. All correspondence and other
documents pertaining to the Contract that are exchanged by parties shall be written in English
language only.
4.40.

No Claim Certificate

The Selected Bidder shall not be entitled to make any claim, whatsoever against JAPIT, under
or by virtue of or arising out of, the contract, nor shall JAPIT entertain or consider any such
claim, if made by the Selected Bidder after it has signed a No claim certificate in favour of
JAPIT in such form as shall be required by it after the work is finally accepted.
4.41.

Publicity

The Selected Bidder shall not make or permit to be made a public announcement or media
release about any aspect of this Contract unless the JAPIT first gives its written consent to the
selected bidder.
4.42.

Force Majeure

Force Majeure shall not include any events caused due to acts/omissions of such Party or
49 | P a g e

result from a breach/contravention of any of the terms of the Contract, Proposal and/or the
Tender. It shall also not include any default on the part of a party due to its negligence or
failure to implement the stipulated/proposed precautions, as were required to be taken under
the Contract.
The failure or occurrence of a delay in performance of any of the obligations of either party
shall constitute a Force Majeure event only where such failure or delay could not have
reasonably been foreseen, or where despite the presence of adequate and stipulated safeguards
the failure to perform obligations has occurred. In such an event, the affected party shall
inform the other party in writing within five days of the occurrence of such event. The JAPIT
will make the payments due for Services rendered till the occurrence of Force Majeure.
However, any failure or lapse on the part of the Selected Bidder in performing any obligation
as is necessary and proper, to negate the damage due to projected force majeure events or to
mitigate the damage that may be caused due to the above mentioned events or the failure to
provide adequate disaster management/recovery or any failure in setting up a contingency
mechanism would not constitute force majeure, as set out above.
In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of
performance in order to ensure the continuity of service and implementation of the obligations
of a party under the Contract and to minimize any adverse consequences of Force Majeure.
4.43 Replacement of onsite Resources:
a)
b)

Except as the Client may otherwise agree in writing, no changes shall be made in the
onsite resource.
;
Notwithstanding the above, the substitution
of Onsite resource during contract

execution may be considered only based on the consultants written request and due to
circumstances outside the reasonable control of the Consultant, including but not limited
to death or medical incapacity or left from organization. In such case, the Consultant
shall forth with provide as a replacement, a person of equivalent or better qualifications
and experience, and at the same rate of remuneration.
c)

In case Onsite depute personnel leaves the organization than resignation letter and
relieving letter needs to be submitted with a replacement request for the personnel.

4.44 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.
4.45General
a. Relationship between the Parties

i) Nothing in the Contract constitutes any fiduciary relationship between the


50 | P a g e

JAPIT and Selected Bidder/ Bidders Team or any relationship of employer


employee, principal and agent, or partnership, between the JAPIT and Selected
Bidder.
ii) No Party has any authority to bind the other Party in any manner whatsoever
except as agreed under the terms of the Contract.
iii) JAPIT will not be under any obligation to the Implementation Agencys Team
except as agreed under the terms of the Contract.
b.

No Assignment

The Selected Bidder shall not transfer any interest, right, benefit or obligation
under the contract without the prior written consent of JAPIT.
c.

Survival
The provisions of the clauses of the Contract in relation to documents, data,
processes, property, Intellectual Property Rights, indemnity, publicity and
confidentiality and ownership survive the expiry or termination of this Contract
and in relation to confidentiality, the obligations continue to apply unless
JAPIT notifies the Selected Bidder of its release from those obligations.

d.

Entire Contract

The terms and conditions laid down in the Tender and all annexures thereto as
also the Proposal and any attachments/annexes thereto shall be read in
consonance with and form an integral part of the Contract. The Contract
supersedes any prior contract, understanding or representation of the Parties on
the subject matter.
e.

Governing Law
This contract shall be governed in accordance with the laws of India.

f.

Jurisdiction of Courts
The High Court of India at, Ranchi , Jharkhand has exclusive jurisdiction to
determine any proceeding in relation to the Contract.

g.

Compliance with Laws


The Selected Bidder shall comply with the laws in force in India in the course
of performing the Contract.

h.

Notices

51 | P a g e

A notice means:
i)

a notice; or

ii)

A consent, approval or other communication required to be in writing under the


Contract. All notices, 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,
return receipt requested, 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

The CEO,
Jharkhand Agency for Promotion of Information Technology, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa , Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com

To Selected Bidder at:


Attn:
Address:
[Phone:]
[Fax:]

Any Party may change the address to which notices are to be directed, by giving a
notice to the other party in the manner specified above. A notice served on a
Representative is taken to be notice to that Representatives Party.

i.

Waiver
o Any waiver of any provision of this Contract is ineffective unless it is in writing
and signed by the Party waiving its rights.
o A waiver by either Party in respect of a breach of a provision of this Contract by
the other Party is not a waiver in respect of any other breach of that or any other
provision.
o The failure of either Party to enforce at any time any of the provisions of this
Contract shall not be interpreted as a waiver of such provision.

j.

Modification
Any modification of the Contract shall be in writing and signed by an authorized
representative of each Party.

k.

Taxes
JAPIT shall pay service and other applicable taxes to Bidder, if any, imposed on the
services under this contract.

53 | P a g e

l.

Application
These General Conditions shall apply to the extent that provisions in other parts of the
Contract do not supersede them.

54 | P a g e

5. 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, Develop and Prepare a State Vision Plan Document for Industrial and physical
Infrastructure, 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,
Jharkhand from the day one of the start of the project.
All resources (onsite team) need to carry their own laptops, charger and data card with
internet connection.
The sitting space and furniture will be provided to the onsite team at Secretariat,
Ranchi, Jharkhand by CM Secretariat.;
Printer and consumables such as cartridge and paper etc. will be provided to the onsite
team by CM Secretariat.
The consultancy agency shall deploy additional resources, in case need arise, on
written request of employer. The payment for additional deployment shall be made on
pre- agreed rate card.
.
The following services are required by the Consulting Agency through their Onsite Support
Personnel.

Consulting agency will work under the Chief Minister Secretariat through a Minimum Team
of 5 consultants (One Senior Consultant, Two Middle Level Consultants and Two Junior
Level Consultants)to provide Advisory Services to CM Secretariat and assist in preparation
of concepts note, new idea, Strategy, Business plan and Policy making on best practices
adopted by various government organization nationally and internationally.
1. Assisting in Government reforms, policy and planning (but not limited to)
- Identification of new reform opportunities
- Periodic report on reforms undertaken by various State and Central governments
- Assist the government in framing economic policies
- Drafting of reforms policy
- Drafting of reforms strategy for different units/organizations
- Evaluation of reforms undertaken
- Drafting whitepaper on government reforms
- Advising the government to articulate its reform policy
55 | P a g e

- Advising government on policy initiatives


- Policy advocacy
- Advising in creation of state governments policy agenda
- Drafting whitepaper on government policy
- Assisting in data collation and analysis to aid in policy making
- Formulating policy adoption strategies
- Formulating policy implementation strategies
- Analysis of policy initiatives at state, central and international governments
- Advising government articulate its position on different policies
- Drafting concept notes
- Policy evaluation
- Assessing regulatory policies
- Advising government on critical matters related to mining and environment
2. Planning (but not limited to)
- Baseline review reports
- Gap analysis
- Periodic review reports
- Assisting in data collation and analysis for planning
- Development planning
- Capacity building
- Change Management
- Integrated planning
- Framework development
3. IT, e-Governance and mobile-governance (but not limited to)

- Enterprise architecture development


- Monitoring and evaluation of e-governance and m-governance projects
- Drafting new e-governance and m-governance opportunities
- Formulating e-governance and m-governance policy
- Advising/ assisting government in articulating its e-governance and m-governance
policy
4. Finance (but not limited to)
- Advising on matters related to transition from VAT to GST regime
- Advising Chief Minister Secretariat in Budgeting, Budget reforms and best Budgeting
practises
- Advising in data collation and analysis of financial data
- Gap analysis
- Periodic reports on government income and expenditure
- Advising government on revenue and tax collection
- Advising government on finance processes
- Advising government on Tax regulation process
5. Infrastructure Advisory and Public Private Partnership (but not limited to)
- Advising government on PPP projects
- Drafting concept notes on PPP
- Analysis of PPP projects at state, national and international level
- Structuring of PPP projects
- Feasibility reports
- Review of Detailed project reports
56 | P a g e

The above team will be supported by Sector / Subject Matter Experts who will be provided on
need basis. The list of sectors where expert advisory or implementation of programs identified
at the CM secretariat are given below.
1

Energy /Power

Finance/ Tax Regulations/ Planning

Panchayat and Rural Development

Agriculture, Irrigation, Food & Public Distribution

Infrastructure road and Transport

Mineral Resource and Mining

Skill Development and Livelihood promotion

Drinking water & sanitation

Urban Development

10

Health

11

Information Technology / eGovernance / Citizen services and Biotechnology

12

Social Sector Welfare

13

Education (Primary/ Secondary/ Higher/ Technical)

14

Commerce , 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

The subject matter experts must have at least 10 years of relevant professional
experience and CVs are to be furnished as per the attached format.
Services of these Subject Matter Experts will be provided either at CM Secretariat OR
various Government Departments in Ranchi by being on-site OR from the selected
consulting organization respective offices.
57 | P a g e

In addition to this, note the following a) These Subject Matter Experts (SMEs) will provide Back end support to Onsite
consulting Team in their respective field from the day one of the deployment of
onsite team.
b) The Subject Matter Experts (SMEs) will advise and provide consultancy in
Dashboard Implementation for various scheme.
2) Consulting and Advisory Services provided to CM Secretariat through Experts
On Site
a) CM Secretariat / JAPIT hold the discretion to call to Experts onsite as per
requirement basis to Ranchi or anywhere in India.
b) CM Secretariat / JAPIT will inform successful bidder 10 days in advance to schedule
the visit of Expert to Ranchi or anywhere in India.
c) The man-day cost of SME will be calculated based on the man-month rate quoted for
the Consultants in Table B of the Annexure III of financial proposal. For clarity, the
applicable man-month rate for SMEs will commensurate with the years of experience
and will be equal to rate of one of the three categories (i.e. Senior Level Consultant,
Mid-Level Consultant and Junior Level Consultant) as per the years of experience of
the individual SME. Cost related to travel and stay will be paid as per actual by
JAPIT.
d) The qualification and experience of Experts will be as per criteria mentioned in this
Tender document.
e) The CVs provided under Experts in this
bid and approved by CM Secretariat/ JAPIT
will be final.
f) In case the proposed Expert is not available than an Expert with an equal or higher
qualification and experience needs to be deployed after approval from CM Secretariat/
JAPIT.
General Scope of Work:
2) The final interview of proposed onsite team will be done by CM Secretariat/
JAPIT.
3) In case CM Secretariat/ JAPIT does not find the proposed candidates satisfactory
after the personnel interview than Consulting Agency will be required to change
the candidates with equivalent or better qualifications and experience.
4) The Consulting agency will deploy same resources on site whos CV proposed in
the Bid and have cleared the interview.
5) The Resource CV provided for Onsite Staffing cant be change without prior
approval from CM Secretariat/ JAPIT.
Component I Part 2:
Phase I: Preparation of State Vision Plan document for Industrial and physical
Infrastructure (06 months)

58 | P a g e

With a view to provide advisory / execution services for State Vision plan document and its
execution, Consulting agency will provide the following services through an on-site team of 5
consultants (One Senior Consultant, Two Middle Level Consultants and Two Junior
Level Consultants)

Identify Indicators: Identify social and economic indicators and indices that are
essential for achieving inclusive growth and development in the State and will ensure
achievement of the Vision targets.
Current state assessment: Identify key programmes, projects, schemes, policies and
initiatives for the phase-wise implementation across key sectors for realizing high
value-added investments and employment-generation projects to yield maximum
financial and social returns; and Develop As-Is understanding of existing regulatory
framework, policy linkages and re-alignment across key sectors
Gap assessment: Conduct gap analysis while comparing the current situation of the
projects, programs, policies, tasks and policies in order to derive an estimated budget
for the implementation of vision plan; and Highlight challenges and opportunities
based on the gap analysis
Alternate Strategies: Develop alternate strategies to address gap.
List of projects: Identify social, economic, infra projects. Innovation and Optimize
existing Government schemes.
Assess Public Finances: assess the position of public finances in the state and
compute and forecast its trajectory for 2022.
Economic/ Financial Mode: Identify innovative and flexible economic / financial
models that can be used to finance of the vision: debt financing, pooling, management
contracts and public private partnerships.
Action Plan: Develop short, medium and long-term implementation steps, milestones

and key performance indicators (KPIs)


for the same; Assess and prepare budgetary
requirements/funding for identified projects; and Develop strategy for targeted
communication outreach.
Vision document: Based on the findings, frame a Vision Document for the state
incorporating all the sectors for the state of Jharkhand.

Phase II: Preparation of implementation roadmap, Implementation assistance and


development of monitoring systems (42 months)

Implementation Arrangement: covering institutional structure, human resource


requirement and programme management systems for a vision management. 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; Develop a structure to support and implement the
Plan; Identify and design metrics such as accountability, responsibility and timelines
to ensure successful implementation; and Suggest road map and implementation
plan for development of key projects, programs, tasks and policies.
Resource Mobilization: strategies and plans for mobilization of resources both
financial and human from all available sources such as public, private and
philanthropic.
Forecast for Infrastructure Demand, Identification and Prioritization of
Projects:
Identification of critical infrastructure projects in sectors (pre-identified) to be
implemented; Demand supply gap and assessment of project future requirements;

59 | P a g e

Preparing infrastructure forecast; Identification of inter sectoral linkages to promote


cluster development; Identification of driver projects and linkage projects;
Development of project funding strategies for timely implementation through Private
Sector Participation (PSP); Analysis of present legislation and policies pertaining to
PSP in various sectors; Prioritization of projects based on multi criteria and suggest on
implementation strategy and action plan for development of priority projects.
Transaction Advisory Service for the identified PPP/EPC projects: Identification
and conceptualise the projects and its structure; Assistance in procurement of required
feasibility studies through outsourcing; Finalisation of project structure and feasibility
report; Finalise the bidding documents; Conducting proactive project marketing to
potential investors; and assistance in bid process management.
Capacity building including technical expertise: Advice to the concerned
departments for key projects, related actions and policies; Capacity building across
Departments for effectively project implementation; Identification of appropriate
Subject Matter Experts (SMEs) in consultation with the nodal departments and
identify the need for deployment, Prepare Job Description, roles and responsibility,
deliverable and timeline of SMEs; Assistance in selection and hiring the SMEs and
Ensure the delivery from SMEs.
Monitoring System: Design and develop a robust monitoring system towards
monitoring the progress in implementation of the state vision plan.

Component II: Design and Implementation of CM dashboard Management System


The dashboard Management System shall be comprised of four modules:
i.
ii.
iii.
iv.

State at a Glance module for providing


overall view of current scenario viz-aviz the vision and mission of the state,
Initiative view module for depicting overall condition of the initiatives,
challenges, KPIs etc. and
Decision support system module for providing parameters and data for taking
decisions and actions.
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,
crime, revenue, Education, Employment etc.

All the above modules shall work hand in hand to achieve various objectives of the
Dashboard. It is envisaged that the Jharkhand Dashboard could benefit the Government
of Jharkhand in the following ways:
Benefits of the State at a Glance Module:

A holistic view of the State of Affairs in the individual Departments in the form of a
balanced scorecard like view on a timely basis

Well defined Key Performance Indicators which will act as true indicators.
Quantification of performance standards and benchmarking with respect to the
similar sectors

Help identify the bottlenecks in the system with a comprehensive drill-down facility
and use appropriate tools to identify the real constraints

Creating a transparent appraisal system for the Government employees-by

60 | P a g 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. Actual) analysis

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 KPIs


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.g. 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

Component II: Functional Specifications for CM Dashboard


Data Access, Cleansing and Transformation
Consolidate data from different departments. Perform data quality profiling on the data to
understand the completeness and quality of data. Design the data cleansing and standardization
plan. Design Appropriate Data Marts for creating multiple CM Dashboard views. Create a
metadata dictionary for mapping department data with respective Data Marts. Design and build
appropriate data transformation and load data marts
Role based Dashboards, Scorecards and Reports
Analyze the needs for different departments. Design and build dashboards for different
departmental views. Solution should cater to drilling into detail if required to understand the
underlying reasons.
District scorecard should consider predefined KPIs for designing the performance
dashboards.
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. These reports will
contain detailed analysis about the department.

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

futuristic view to the CM on the department/scheme/state.


Also provide capability for root-cause
Analysis . 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. This analysis should be easy to perform
and should provide capability to slice and dice data across multiple dimensions to be able to
provide the answer.

62 | P a g e

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. Bidders are required to propose
the hardware and software requirements in the solution.
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, BI and analytics
The BI application needs to have the BI capabilities like Drill down, Slice and Dice,
Multi-Dimensional Analysis, Ad-Hoc analysis, Auto charting and interactive reporting
The tool should provide analytical capabilities such to the end users correlations , regression,
unstructured text analysis, visualization, decision tree and enhanced forecasting etc.It would
be preferred if the proposed solution is being used for a similar requirement for any of the
Government department in India
The proposed software needs to have capability to extend or integrate with components
like advanced and unstructured data analytics as may be required in the future
It would be preferred if the proposed application can be extended / scaled to manage big
data needs as it may be required in the future
The proposed application needs to have capability to integrate with multiple different
databases and operating systems.
users to access reports, receive alerts to update
The proposed BI solution should allow the
report over web, on the network and on mobile devices
The proposed solution should have capability to generate graphical reports using charts
like pie charts, bar charts, line charts, bubble charts, tile charts, speedometers etc.
The solution should provide central metadata repository to manage flow and traceability
of data and structures
The solution should provide native access to leading RDBMS like Oracle, SQL Server,
Sybase, MYSQL and specific data access application to access SAP modules
The tool should be rich in the set of in-built transformations and functions that should
include predefined table and column-level transformations including slowly changing
dimensions - type II.
The tool should support targets which are normalized or de-normalized. The tool should
provide specific functionality to support either of these two design approaches.
The tool should provide pre-build functionalities for the following for Mathematical
transformations, financial transformations and statistical computations
The proposed BI solution should be able to provide basic analytical capabilities like corelation, time series forecasting etc.

Additional Features:

The tool should provide Geographical map views to provide a quick understanding of
geospatial data.

63 | P a g e

The tool should have the ability to use in memory analysis to enable users to conduct fast,
thorough exploration and analysis

The tool should be capable of read and write of comments/annotations on reports and
tablets to aid in collaboration

The solution should provide single integrated metadata and admin interface across data
integration , data quality, Business Intelligence and Analytics

The solution should provide an out-of-the-box transformation to support conditional


processing within jobs, 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, district name, agriculture commodity name, industry types, scheme names
etc.

The solution should be capable of using use fuzzy matching for standardizing and for
detecting duplicates if required. E.g. same district data got uploaded twice etc.

The solution should enable parsing demographic data into atomic level

The solution should have india specific vocabulary libraries, grammar rule libraries,
standardization rules and libraries, regular expression libraries etc.

64 | P a g e

The Component II shall be executed in the following phases Phase I: Implementation (0 to 12 Months)
The Implementation phase would include the following sub-phases:
Identification and Analysis
Design and Development
Testing and deployment
Identification and Analysis
Identification of Schemes / Programs / Departments for performance monitoring
o Identification of 8-10 schemes / programs as per CMs requirements of KPI
based monitoring
o Identification of 5-7 Key departments as per CMs requirements of KPI based
monitoring
o Identification of state level KPIs as per the CMs requirement
Identification and Definition of KPIs for each of the above identified areas
Identification and analysis of the reporting /dashboards / Alerts / What-If-Analysis
related requirements
Identification and analysis of the sources of data as required to enable the identified
KPIs
Analysis of the type and level of integration required to source data from the
applications
Creation and submission of detailed Business Requirement Definition document
covering all the stated initiatives

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 direct integration with 4 source systems for
pulling the data. For other departments / schemes / initiatives, 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, 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, Logical and Physical) as needed for the
application implementation
Development of required dashboards / alerts / what-if scenarios as identified. 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

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, 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. No.
1

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, Key Policy
maker for decisions regarding the project, monitor
and assess progress and support the designated agency
in getting technical/financial assistance
Appoint Dedicated Nodal officer(s) to closely work
with CM dashboard team to discuss and provide the

functional
and technical requirement, Provide timely
inputs and concurrence on KPIs, Provide access rights
on existing database server, Provide data in predefined format and frequency
Overall
planning,
coordination,
monitoring,
evaluation
and guidance
for
successful
implementation
of
the
project,
Provide
Infrastructure and other support to the Designated
Agency, Take appropriate steps for legal changes
required in implementing the project etc.
Overall Implementation Owner of the Project,
Receive and manage funds to ensure timely fund
flow to agencies involved, Coordinate and facilitate
interactions between the project implementation
partners, Department of IT, CMO, SWAN and SDC
operator etc.
Facilitate integration of the existing ICT
enabled/e-Governance services, wherever possible,
into the Project etc.
Conceptualization and planning of the project,
will design an efficient and effective end to end
service delivery process for each of the Dashboard,
Prepare the Design of the Dashboard (Functional

Requirement) for implementation, Design and


Develop the software for the Dashboard, Prepare
the Capacity Building, Change Management &
Training plans, identify the legal changes required
and assist in drafting and issuance of Government
Orders, Monitoring the progress, Provide training
to the concerned stakeholders, provide managed IT
services and handholding services during and after
implementation of the Dashboard.
Coordinate with SDC, 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 Governments needs, to assess
the selected areas of the current environment for improvement opportunities and to agree upon
the opportunities for improvement.
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)

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 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

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: japit_doit@rediffmail.com
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 :

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.)

70 | P a g e

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, we _________ (name and registered office address of the
Bidder) do hereby constitute, appoint and authorize Mr. _________ (Name of the Person(s)),
domiciled at ___________ (Address), acting as ______ (Designation and the name of the
firm), as Authorized Signatory and whose signature is attested below, as our attorney, to do in
our name and on our behalf, 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 CMs Secretariat in the office of Honble Chief Minister of Jharkhand
by value add services (b) developing and implementing State Vision Plan (c) developing a
robust dashboard for information system involving the deliverables including Design,
development, 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 ____ , issued by The CEO,

Jharkhand Agency for Promotion of Information Technology, Ranchi, including signing and
submission of all documents and providing information and responses to clarifications /
enquiries etc. as may be required by Jharkhand Agency for Promotion of Information
Technology, Ranchi or any governmental authority, representing us in all matters before
Jharkhand Agency for Promotion of Information Technology, Ranchi, and generally dealing
with JAPIT in all matters in connection with our Proposal for the said Project. We hereby
agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.
For

---------------------

(Signature)
(Name, Title and Address)
Accept
(Attested signature of
Mr._____________________________) (Name, Title and
Address of the Attorney)
71 | P a g e

Notes:
-

To be executed by the Bidder

The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.

Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a resolution / power of attorney in favour of the
Person executing this Power of Attorney for the delegation of power hereunder on behalf
of the executants(s).

72 | P a g e

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, Ranchi
Ground Floor, Engineers hostel 1,
Near Golchakkar, Dhurwa, Ranchi-834004.
Tel: 0651-2400001
Fax: 0651-2401040
Email: japit_doit@rediffmail.com
Sir,
I/We hereby submit our Proposal for the Selection of Consulting Firm for (a)
strengthening of CMs Secretariat in the office of Honble Chief Minister of Jharkhand
by value add services (b) developing and implementing State Vision Plan (c) developing
a robust dashboard for information system mentioned in the Tender document within
the time specified and in accordance with the special Terms and Conditions as well as Scope
of work. The rates are quoted in the prescribed format given below:

Summary of Financial Proposal (Table A)


Sl. No.

3
4
5
73 | P a g e

Description
Onsite resource support for Personnel as
per requirement mentioned under section Onsite Resource Personnel given under
Technical Evaluation Criteria for
for 4 years for Component I: Part 1 (X)
Onsite resource support for Personnel as
per requirement mentioned under section Onsite Resource Personnel given under
Technical Evaluation Criteria for
for 4 years for Component I: Part 2(Y)
Design, Development, Implementation and
Training for Dashboard Management
System including Subject Matter Expert
support at back-end for 4 Years for
Component II (Z)
Total Amount (X+Y+Z) exclusive of all
taxes in figures
Total Amount (X+Y+Z) exclusive of all
taxes in words

Cost (INR)

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 4.6.3- 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 4.6.3- Onsite Component
Resource Personnel I: Part 2
given
under
Technical Evaluation

Criteria (A2)
Man-month rate for Two Junior
Junior
Level Level
Consultants
Consultant as per each
for
Component
requirement
Part 1and
mentioned
under I:
Component
4
48
Section 4.6.3- Onsite I: Part 2
Resource Personnel
given
under
Technical Evaluation
Criteria (A3)
Grand total in INR exclusive of all taxes in figure (A1+A2+A3)
Grand total in INR exclusive of all taxes in words (A1+A2+A3)

1. All quoted prices should be exclusive of all taxes and duties prevailing on the date of
proposal submission. The applicable taxes and duties will be paid by JAPIT additionally.
2.

the applicable man-month rate for SMEs will commensurate with the years of experience
and will be equal to rate of one of the three categories (i.e. Senior Level Consultant, Mid
Level Consultant and Junior Level Consultant) as per the years of experience of the
individual SME

3.

The cost related to travel, lodging, boarding for SMEs will be paid as per actual by
JAPIT.

74 | P a g e

4.

The selected bidder will transfer of any software and source code thereof created under
this engagement and shall provide the requisite training to concerned stakeholders for use
of the dashboard.

5. The payment term shall be as follows


Sl
Particular
1.
Component I:
Part 1: Advisory Services to Chief
Minister Secretariat (48 months)

2.

3.

Component I:
Part 2: Design, Develop and Prepare a
State Vision Plan for Industrial and
physical Infrastructure Document
incorporating all the sectors being
identified and selected by the
Government of Jharkhand as Key
Sector
and
provide
Vision
implementation assistance and develop
monitoring systems (48 months)
Component
II:
Design
and
implementation of CM Dashboard
Management System (48 months)

Payment
Payment will be made on a monthly basis as
per fee quoted Sl. No. 2 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.
Payment will be made on a monthly basis as
per fee quoted Sl. No. 1 of Summary of
Financial Proposal (Table A), Annexure III,
on submission of Monthly Progress Reports
detailing the work done against the action
plan.

10% of value in Sl. No. 3 of Summary of


Financial Proposal (Table A), Annexure III
Mobilization advance on signing of the
agreement.

20%

of value in Sl. No. 3 of Summary of


Financial Proposal, Annexure III Signoff
on Business Requirements Document
20% of value in Sl. No. 3 of Summary of
Financial Proposal, Annexure III On GoLive of Dashboard

Balance 50% of value in Sl. No. 3 of


Financial Proposal, Annexure III, 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.

The work plan for the assignment shall be as follows

75 | P a g e

Component I (a): Support CMs Secretariat with key experts having sectoral depth
Consulting agency will deploy agreed resources on site at Secretariat, Ranchi, Jharkhand
from the day one of the project (48 months)
1. Assisting in Government reforms and policy making
(Identification of new reform opportunities; Drafting of
reforms policy strategy & whitepapers, policy initiatives,
Policy advocacy, creation of state governments policy agenda,
Formulating policy implementation strategies, Assessing
regulatory policies etc.)
3. Assisting in Planning Advisory (Baseline review reports,
Gap analysis, Assisting in data collation and analysis for
planning, Development planning, Capacity building, Change
Management etc.)
4. IT, e-Governance and mobile-governance (Enterprise
architecture development, Monitoring and evaluation of egovernance and m-governance projects, Drafting new egovernance and m-governance opportunities etc.)
5. Finance (Advising Chief Minister Secretariat in budgeting,
Gap analysis, Periodic reports on government income and
expenditure etc.)

6. Infrastructure and Public Private Partnership (Advising


government on PPP projects, Drafting concept notes on PPP,
Structuring of PPP projects, 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, new
ideas,
strategy,
business plan and
policy making on
best
practices
adopted by various
government
organization
nationally
and
internationally
seamless interaction
with the departments

Component I (b) : Design, Develop and Prepare a State Vision Document incorporating
all the sectors being identified and selected by the Government of Jharkhand as Key
Sectors
Phase I: Preparation of state
vision document (06 months)
 Identify Indicators


Current state assessment

Phase II: Preparation of implementation


roadmap,
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,
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

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,
 Initiative view module for depicting overall condition of the initiatives, challenges,
KPIs etc. and
 Decision support system module for providing parameters and data for taking
decisions and actions.

77 | P a g e

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, SWAN operator.
 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 States performance
7.

8.
9.

10.

Phase II:
Implementation (12
to 48 Months)
 Implementation
support as per the
state objective in
coordination with
all
the
stakeholders

Since the price proposal is in INR, JAPIT shall not consider any upward

variation/fluctuation on account of any foreign exchange at any time during the currency
of the contract.
Prices are valid for a period of 180 Days from date of submission of Bid.
Other than what is given above, the bidder is expected to account for any other
deliverable to make the implementation successful and will be considered for commercial
evaluation.
JAPIT reserves the right to increase or decrease the no. of resources / scope proposed
in the project as per the same rate indicated in the proposal.

11.
12.

The man-month rates quoted will include annual escalation.


In case the contract is extended for another 2 years, the rates for year 5 and 6 will be
increased based on the mutually agreed terms between JAPIT and successful bidder. 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.

Signature of the bidder with seal

78 | P a g e

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 , 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, executors, administrators,
successors and assigns;
In favour of Chief Executive Officer, Jharkhand Agency for Promotion of information
and technology (JAP-IT), Government of Jharkhand, having its office at Engineers Hostel-II,
Dhurwa, Near Goal Chakkar, Ranchi, Jharkhand (hereinafter referred to as JAP-IT) which
expression shall unless it be repugnant to the subject or context thereof include its
heirs, executors, administrators, uccessors and assigns;
Whereas Name of the bidder ________________________ Ltd., a Company / partnership

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, successors and assigns) has submitted its
Proposal for Selection of Consulting Agency for providing Advisory services and
implementation of Honble Chief Ministers Dashboard in Jharkhand vide
Invitation for Tender Document No
dated issued by JAP-IT Government of
Jharkhand (hereinafter referred to as the Project).
Whereas in terms of the Invitation for Tender Document No _______________dated _______
(hereinafter referred to as Tender Document) issued by JAP-IT, the Bidder is required to
furnish to JAP-IT an unconditional and irrevocable Bank Guarantee for an amount of INR
50, 00, 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, we, __ Bank hereby agree,
declare, undertake and guarantee as follows:

79 | P a g e

1. We as primary obligor hereby irrevocably, 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 50,00,000.00 (INR Fifty lakhs
only) without any demur, reservation, recourse, contest or protest and without
reference to the Bidder, if the Bidder has failed to comply with and fulfil all or any of
the terms and conditions contained in the tender. 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, conclusive and binding on the Bank, in
respect of the forfeiture of the Earnest Money Deposit and the amount due and payable
under this Guarantee.
2. This Guarantee shall remain in full force and effect for a period of 180 (One
hundred and Eighty) days from the(Proposal Due Date).
3. Subject to clause 1 above, any claim for payment under this Guarantee shall be in
the form of a written declaration by JAP-IT.
4. We ...................... 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
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,
notwithstanding any differences between JAP-ITJAP-ITand the said Bidder and/or any
dispute between JAP-IT and the Bidder pending before any Court, Tribunal, Arbitrator
or any other authority.
5. 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, 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. Any notice by way of request,
demand or otherwise hereunder shall be sent by courier or by registered mail to the Bank,
addressed as aforesaid. We undertake to make the payment on receipt of your notice
80 | P a g e

of claim on us addressed to (name of Bank along with branch address) and delivered at
our above branch that shall be deemed to have been duly authorised to receive the said
notice of claim.
7. It shall not be necessary for JAP-IT to proceed against the said Bidder before
proceeding against the bank and the Guarantee herein contained shall be enforceable
against the bank, notwithstanding any other security which JAP-IT may have obtained
or obtained from the said Bidder, shall at the time when proceedings are taken against
the bank hereunder, be outstanding or unrealised.
8. We _____________________Bank lastly undertake not to revoke this guarantee during its
currency except with the previous express consent of JAP-IT in writing and agree that
any change in the constitution of the Bank or the said Bidder shall not discharge our
liability hereunder.
9. The Bank declares that it has the power to issue this guarantee and the
undersigned have full powers to do so on behalf of the Bank.
Date ________ day of ____________2014

Signature of the Issuing / Authority with seal


CORPORATE SEAL

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

ANNEXURE-V- DECLARATION FOR NOT BLACK LISTED


(To be provided in original as part of Techno-Commercial Proposal
(Envelope B)) Date .........

To,
CEO, JAP-IT
Engineers Hostel-II, Dhurwa, Near Goal Chakkar
Ranchi, Jharkhand 834004
Dear Sir,

Ref.: Tender No.

I / We . ....... ...... ....... ....... ....... hereby confirm that our firm has not been banned or

blacklisted by any government organization/Financial institution/Court /Public sector


Unit /Central Government.

Signature of Bidder ...................................................................................... Place:

Name .......................................................................................................... Date:

Designation ..................

Seal

82 | P a g e

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, executors, administrators, successors and assigns;
In favour of The CEO of Jharkhand Agency for Promotion of Information Technology,
Ranchi, having its office at Ground Floor, Engineers hostel 1, Near Golchakkar, Dhurwa ,
Ranchi (hereinafter called CEO, JAPIT, Ranchi which expression shall unless it be
repugnant to the subject or context thereof include its heirs, executors, administrators,
successors and assigns);

Whereas M/s _________. a company formed under ____________ (specify the applicable

law) and having its registered office at ____________


has been, consequent to conduct and

completion of a competitive bidding process in accordance with the letter of requirements


document

No._______________ dated __/__/2014 issued by CEO, JAPIT, Ranchi, and

selected M/s ___________ (hereinafter referred to as the Bidder) for the Agreement by CEO,
JAPIT, Ranchi as more specifically defined in the aforementioned Document including
statement of work and the Agreement executed between the CEO, JAPIT, Ranchi and
Bidder. The Agreement requires the Bidder to furnish an unconditional and irrevocable Bank
Guarantee

for

an

amount

of

Rs._____

/-

(Rupees

____________________________________only) by way of security for guaranteeing the due


and faithful compliance of its obligations under the Agreement.

Whereas, the Bidder approached the Guarantor and the Guarantor has agreed to provide a
Guarantee being these presents:

Now this Deed witnessed that in consideration of the premises, we, _______Bank hereby
guarantee as follows:
1. The Bidder shall implement the Project, in accordance with the terms and subject to
the conditions of the Agreement, and fulfil its obligations there under
83 | P a g e

2. We, the Guarantor, shall, without demur, pay to CEO, JAPIT, Ranchi, an amount not
exceeding Rs. _______________ (Rupees _________________________________
only) within 7 (seven) days of receipt of a written demand therefore from CEO,
JAPIT, Ranchi stating that the Bidder has failed to fulfil its obligations as stated in
Clause 1 above.
3. The above payment shall be made by us without any reference to the Bidder or any
other person and irrespective of whether the claim of the CEO, JAPIT, Ranchi is
disputed by the Bidder or not.
4. The Guarantee shall come into effect from______ (Start Date) and shall continue to be
in full force and effect till the earlier of its expiry at 1700 hours Indian Standard Time
on ________ (Expiry Date) (both dates inclusive) or till the receipt of a claim, from
the Jharkhand Agency for Promotion of Information Technology, Ranchi, Government
of Jharkhand under this Guarantee, which is one month after the expiry of
performance guarantee, whichever is earlier. Any demand received by the Guarantor
from CEO, JAPIT, Ranchi prior to the Expiry Date shall survive the expiry of this
Guarantee till such time that all the moneys payable under this Guarantee by the
Guarantor to CEO, JAPIT, Ranchi.
5. In order to give effect to this Guarantee, CEO, JAPIT, Ranchi shall be entitled to treat
the Guarantor as the principal debtor and the obligations of the Guarantor shall not be
affected by any variations in the terms and conditions of the Agreement or other
documents by CEO, JAPIT, Ranchi or by the extension of time of performance
granted to the Bidder or any postponement for any time of the power exercisable by
CEO, JAPIT, Ranchi against the Bidder, or forebear or enforce any of the terms and
conditions of the Agreement and we shall not be relieved from our obligations under
this Guarantee on account of any such variation, extension, forbearance or omission on
the part of CEO, JAPIT, Ranchi or any indulgence by CEO, JAPIT, Ranchi to the
Bidder to give such matter or thing whatsoever which under the law relating to sureties
would but for this provision have effect of so relieving us.
6. This Guarantee shall be irrevocable and shall remain in full force and effect until all
our obligations under this guarantee are duly discharged.
7. The Guarantor has power to issue this guarantee and the undersigned is duly
authorized to execute this Guarantee pursuant to the power granted under
______________.
In witness, whereof the Guarantor has set its hands hereunto on the day, month and year first
here-in-above written.
Signed and Delivered by ____________ Bank by the hand of Shri_______________
its _____and authorised office.

Authorised Signatory ____________Bank


84 | P a g e

ANNEXURE VII: CURRICULUM VITAE (CV) OF KEY PERSONNEL AND SUBJECT


MATTER EXPERT
1.
2.
3.
4.
5.

Proposed Position
Name Of Firm
Name Of Expert
Date Of Birth
Education

Membership In
Professional
Associations
7. Countries Of Work
Experience
Languages

Citizenship:

6.

Languages
English
Hindi

Speaking
Good
Good

Reading
Good
Good

Writing
Good
Good

8. Employment Record
From:
To:
Employer:
Position Held
From:
Employer:
Position Held

To:

From:
Employer:
Position Held

To:

From:
Employer:
Position Held

To:

From:
Employer:
Position Held

To:

From:
Employer:
Position Held

To:

Position Held
9. Work Undertaken That Best Illustrates Capability To Handle The Tasks Assigned
Project
Name
85 | P a g e

Year

Location
Client
Main Project
Features
Positions
Held
Activities
Performed
Project
Name
Year
Location
Client
Main Project
Features
Positions
Held
Activities
Performed
Project
Name
Year
Location
Client
Main Project
Features
Positions
Held
Activities
Performed
Project
Name
Year
Location
Client
Main Project
Features
Positions
Held
Activities
Performed

Note: The consent from Onsite Personnel proposed under this assignment should submit with
declaration to work under this project for at least 3 years.
Experts contact information: (e-mail., phone)
Certification:
86 | P a g e

I, the undersigned, 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}. 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 firms authorized representative and the written agreement
Attached]
(v) I, as the authorized representative of the firm submitting this 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.
I understand that any wilful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
Date:
[Signature of expert or authorized representative of the firm] Day/Month/Year

Full name of authorized representative: _______________________________________

87 | P a g e

ANNEXURE VIII: PARTICULARS OF THE BIDDERS


SI
No.
1

Information Sought
Name and address of the bidding Company

Incorporation status of the firm (public limited /


private limited, etc.)

Year of Establishment

Date of registration

ROC Reference No.

Details of company registration

Details of registration with appropriate authorities


for service tax

Name, Address, email, Phone nos. and Mobile

Number of Contact Person

88 | P a g e

Details to be Furnished

ANNEXURE IX: FORMAT OF SENDING PRE-BID QUERIES


Ref: RFP Notification no <xxx> dated <dd/mm/yy>

Name of the Bidder


<<..>>

Contact Number and Address of the Bidder <<


>>
Sr. No.
1

Section No.

Page No.

RFP Clause

Query

Remarks

2
.
N

Note: Bidder will send its query only in prescribed format above by email and Excel file only.

89 | P a g e

ANNEXURE X: PRE-CONTRACT INTEGRITY PACT

1.

GENERAL

1.1. This pre-bid contract Agreement (hereinafter called the Integrity Pact) is made
on
.................. day of the month ........ 20 ... between, the Government of Chhattisgarh acting
t h r o u g h
S h r i .
( D e s i g n a t i o n
o f
t h e
o f f i c e r , Department) Government of Chhattisgarh (hereinafter called
the "TENDERING AUTHORITY", which expression shall mean and include, unless the
context otherwise requires, his successors in the office and assigns) and the First Party,
proposes to procure (name of the
Stores/Equipment/Work/Service) and M/s ..................................... represented by Shri
................................................................ (hereinafter called the "BIDDER/SeIIer", which
expression shall mean and include, unless the context otherwise requires, his successors
an permitted assigns) and the Second Party, is willing to offer/ has offered.
1.2. WHEREAS the BIDDER is a Private Company/Public Company/ Government
Undertaking/ Partnership firm, constituted in accordance with the relevant law in the
a Ministry/Department of the Government,
matter and the TENDERING AUTHORITY is
performing its function on behalf of the Government of Chhattisgarh.

2.

OBJECTIVES

NOW, THEREFORE, the TENDERING AUTHORITY and the BIDDER agree to enter into this
pre-contract agreement, hereinafter referred to as Integrity Pact, to avoid all forms of
corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the Contract to be entered
into with a view to:2.1. Enabling the TENDERING AUTHORITY to obtain the desired
Stores/Equipment/Work/Service at a competitive price in conformity with the
defined specifications by avoiding the high cost and the distortionary impact of corruption
on public procurement, and
2.2. Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing any corrupt practices and the TENDERING AUTHORITY will commit to
prevent corruption, in ay form, by its official by following transparent procedures.
3. COMMITMENTS OF THE TENDERING AUTHORITY The
TENDERING AUTHORITY commits itself to the following:90 | P a g e

3.1. The TENDERING AUTHORITY undertakes that no official of the TENDERING


AUTHORITY, connected directly or indirectly with the contract, will demand, take promise
for or accept, directly or through intermediaries, any bribe, consideration, gift, reward,
favour or any material or immaterial benefit or any other advantage from the BIDDER,
either for themselves or for any person, organization or third party related to the contract
in exchange for an advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.

3.2. The TENDERING AUTHORITY will, during the pre-contract stage, treat BIDDERs alike,
and will provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that particular
BIDDER in comparison to the other BIDDERs.
3.3. All the officials of the TENDERING AUTHORITY will report the appropriate Government
office any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.In case any such preceding misconduct on the part of
such official(s) is reported by the BIDDER to the TENDERING AUTHORITY with the full and
verifiable facts and the same prima fade found to be correct by the TENDERING
AUTHORITY, necessary
disciplinary proceedings, or any other action as deemed, fit, including criminal proceedings
may be initiated by the TENDERING AUTHORITY and such a person shall be debarred

from further dealings related to the contract process. In such a case while an enquiry is
being conducted by the TENDERING AUTHORITY the proceedings under the contract would
not be stalled.
4. COMMITMENTS OF BIDDERS
The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means an illegal activities during any stage of its bid or during any pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commit itself to the following:4.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the TENDERING
AUTHORITY, connected directly or indirectly with the biding process, or to any person,
organization or third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the contract.
4.2. The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage, or inducement
to any official of the TENDERING AUTHORITY or otherwise in procuring the Contract of
forbearing to do or having done any act in relation to the obtaining or execution of the
91 | P a g e

contract or any other contract with the Government for showing or forbearing to show
favour or dis-favour to any person in relation to the contract or any other contract with the
Government.
4.3. The BIDDER further confirms and declares to the TENDERING AUTHORITY that the
BIDDER in the original Manufacture/Integrator/Authorized government sponsored
exportentity of the stores and has not engaged any individual or firm or company
whether Indian or foreign to intercede, facilitate or in any way to recommend to the
TENDERING AUTHORITY or any of its functionaries, whether officially or unofficially to
the award of the contract to the BIDDER, nor has any amount been paid, promised or
intended to be paid to any such individual, firm or company in respect of any such
intercession, facilitation or recommendation.
4.4. The BIDDER, either while presenting the bid or during pre-contract negotiations or
before
signing the contract, shall disclose any payment he has made, is committed to or intends to
make
to officials of the TENDERING AUTHORITY or their family members, agents, brokers or any
other intermediaries in connection with the contract and the details of services agreed
upon for such payments.
4.5. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the
bidding process, bid evaluation, contracting
and implementation of the contract.
4.6. The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
4.7. The BIDDER shall not use improperly, for purpose of competition or personal gain, or
pass on to others, any information provided by the TENDERING AUTHORITY as part of
the business relationship, regarding plans, technical proposal and business details,
including information contained in any electronic data carrier. The BIDDER also
undertakes to exercise due and adequate care lest any such information is divulged.
4.8. The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
4.9. The BIDDER shall not instigate or cause to instigate any third person to commit any
ofthe acts mentioned above.

5. PREVIOUS TRANSGRESSION
5.1. The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact with any other company in any country
92 | P a g e

in respect of any corrupt practices envisaged hereunder or with any Public Sector
Enterprise in India or any Government Department in India that could justify BIDDER's
exclusion from the tender process.
5.2. If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified
from the tender process or the contract, if already awarded, can be terminated for such
reason.
6.EARNEST MONEY (SECURITY DEPOSIT)
6.1. Every BIDDER while submitting commercial bid, shall deposit an amount as specified in
RFP as Earnest Money/Security Deposit, with the TENDERING AUTHORITY through any of
the following instruments:
(i) Bank Draft or a Pay Order in favour of ..............................
(ii) A confirmed guarantee by an Indian Nationalised Bank, promising payment of the
guaranteed sum to the ...... .
( T E N D E R I N G A U T H O R I T Y ) - - - - - - - - - - - - on
demand within three working days without any demur whatsoever and without seeking
any reasons whatsoever. The demand for payment by the TENDERING AUTHORITY shall
be treated as conclusive proof of payment.
(iii) Any other mode or through any other instrument (to be specified in the RFP).
6.2. The Earnest Money/Security Deposit shall be valid upto a period of five years or the

complete conclusion of the contractual obligations to the complete satisfaction of both


the BIDDER and TENDERING AUTHORITY, including warranty period, whichever is later.

6.3. In the case of successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions
for violation shall be applicable for forfeiture of Performance Bond in case of a decision by
the TENDERING AUTHORITY to forfeit the same without assigning any reason for imposing
sanction for violation of this Pact.
6.4. No interest shall be payable by the TENDERING AUTHORITY to the BIDDER on Earnest
Money/Security Deposit for the period of its currency.

7. SANCTIONS FOR VIOLATIONS


7.1. 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, wherever required:(i) To immediately call off the pre contract negotiations without assigning any reason or
giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s)
would continue.

93 | P a g e

(ii) To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage) and/or
Security Deposit/Performance Bond (after the contract is signed), as decided by
the TENDERING AUTHORITY and the TENDERING AUTHORITY shall not be required to
assign any reason therefore.
(iii)To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv)To recover all sums already paid by the TENDERING AUTHORITY, and in case of the
Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate
while in case of a BIDDER from a country other than India with interest thereon at 2%
higher than the LIBOR. If any outstanding payment is due to the BIDDER from the
TENDERING AUTHORITY in connection with any other contract such outstanding payment
could also be utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by the
TENDERING AUTHORITY, along with interest.
(vi)To cancel all or any other contracts with the BIDDER and the BIDDER shall be liable to pay
compensation for any loss or damage to the TENDERING AUTHORITY resulting from such
cancellation/rescission and the TENDERING AUTHORITY shall be entitled to deduct the
amount so payable from the money(s) due to the BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of the Government of
Chhattisgarh for a minimum period of five years, which may be further extended at the
discretion of the TENDERING AUTHORITY.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or
agent or broken with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the TENDERING AUTHORITY with the BIDDER, the same shall not be
opened.
(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is closely related to any of the officers of the
TENDERING AUTHORITY, or alternatively, if any close relative of an officer of the
TENDERING AUTHORITY has financial interest/stake in the BIDDER's firm, the same shall
be disclosed by the BIDDER at the time of filling of tender. Any failure to disclose the interest
involved shall entitle the TENDERING AUTHORITY to rescind the contract without payment
of any compensation to the BIDDER.
The term 'close relative' for this purpose would mean spouse whether residing with
the Government servant or not, but not include a spouse separated from the
Government servant by a decree or order of a competent court; son or daughter or step son
or step daughter and wholly dependent upon Government servant, but does not include a

94 | P a g e

child or step child who is no longer in any way dependent upon the Government servant
or of whose custody the Government servant has been deprived of by or under any law; any
other person related, whether by blood or marriage, to the Government servant or to the
Government servant's wife or husband and wholly dependent upon Government servant.
(xi)The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the TENDERING
AUTHORITY, and if he does so, the TENDERING AUTHORITY shall be entitled forthwith to
rescind the contract and all other contracts with the BIDDER. The BIDDER shall be liable to
pay compensation for any loss or damage to the TENDERING AUTHORITY resulting from
such rescission and the TENDERING AUTHORITY shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
7.2. The decision of the TENDERING AUTHORITY to the effect that a breach of the
provisions of this pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the Monitor(s) appointed for the purposes of
this Pact.
8. FALL CLAUSE
8.1. The BIDDER undertakes that he has not supplied/is not supplying similar
product/systems or subsystems at a price lower than that offered in the present bid in
respect of any other Department of the Government of Chhattisgarh or PSU and if it is found
at any stage that similar product/systems or
sub
systems was supplied by the BIDDER to any

other Department of the Government of Chhattisgarh or a PSU at a lower price, then that
very price, with due allowance for elapsed time, will be applicable to the present case and
the difference in the cost would be refunded by the BIDDER to the TENDERING AUTHORITY,. if
the contract has already been concluded.
9. INDEPENDENT MONITORS
9.1. The TENDERING AUTHORITY will appoint Independent Monitors (hereinafter referred
to as Monitors) for this Pact.
9.2. The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.

9.3. The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
9.4. Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings. The Monitor shall
be under contractual obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.

95 | P a g e

9.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so inform the Authority designated by the TENDERING AUTHORITY.
9.6. The Monitor will submit a written report to the designated Authority of TENDERING
AUTHORITY/Secretary in the Department/within 8 to 10 weeks from the date of reference or
intimation to him by the TENDERING AUTHORITY/BIDDER and, should the occasion arise,
submit proposals for correcting problematic situations

10. FACILITATION OF INVESTIGATION


In case of any allegation of violation of any provisions of this Pact or payment of
commission, 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.

11. LAW AND PLACE OF JURISDICTION


This Pact is subject to Indian Law, the place of performance and jurisdiction shall be the
seat of the TENDERING AUTHORITY.

12. OTHER LEGAL ACTIONS


The actions stipulated in this Integrity Pact
are
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.

13. VALIDITY
13.1. The validity of this Integrity Pact shall be from the date of its signing and extend up to
5 years or the complete execution of the contract to the satisfaction of both the
TENDERING AUTHORITY and the BIDDER/Seller whichever is later. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of
the contract.
13.2. If one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact shall remain valid. In such case, the parties will strive to come to an agreement to their
original intentions.
14. The parties hereby sign this Integrity
Pact at .................................. on.........................
TENDERING AUTHORITY
Name of the Officer
Designation
96 | P a g e

BIDDER

Witness

Witness

1)

1)

--------------------------------------------------

2)

2)

--------------------------------------------------

97 | P a g e

ANNEXURE XI: LIST OF TOP 75 MANAGEMENT COLLEGES


S No.

Name of the Institute


INDIAN

INSTITUTE

Location
OF

MANAGEMENT

AHMEDABAD
AHMEDABAD
INDIAN
INSTITUTE

BANGALORE
INDIAN
INSTITUTE

OF

MANAGEMENT
BANGALORE

OF

MANAGEMENT

3
4

KOLKATA
XAVIER LABOUR RELATION INSTITUTE

KOLKATA
JAMSHEDPUR

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.P.JAIN INSTITUTE OF

INDORE
MANAGEMENT &

10
11

RESEARCH
INDIAN INSTITUTE OF FOREIGN TRADE (IIFT)

MUMBAI
NEW DELHI

12

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.J. SOMAIYA INSTITUTE OF MANAGEMENT STUDIES
& RESEARCH
NATIONAL
INSTITUTE OF AGRICULTURAL

20

MUMBAI
MUMBAI
HYDERABAD

21

EXTENSION
MANAGEMENT
VINOD GUPTA
SCHOOL OF MANAGEMENT

KHARAGPUR

22

T.A. PAI MANAGEMENT INSTITUTE (TAPMI)

MANIPAL

S No.

Name of the Institute

Location

23

GOA INSTITUTE OF MANAGEMENT

GOA

98 | P a g e

BHARATHIDASAN INSTITUTE OF
MANAGEMENT
24
25
26
27

(BIM)
SYDENHM

TIRUCHIRAPPALLI
INSTITUTE OF MANAGEMENT
MUMBAI
NEW DELHI

STUDIES
& RESEARCH
INDIAN INSTITUTE
OF TECHNOLOGY DELHI
INDIAN INSTITUTE OF FOREST
MANAGEMENT
PRIN. L.N. WELINGKAR INST OF MANAGEMENT
DEVELOPMENT &

BHOPAL

28
29

MUMBAI
RESEARCH
INDIAN INSTITUTE OF SOCIAL WELFARE &
BUSINESS MANAGEMENT
LOYOLA
INSTITUTE
OF BUSINESS

KOLKATA

30

CHENNAI
ADMINISTRATION
NIRMA
UNIVERSITY,

31
32

INSTITUTE

OF
AHMEDABAD
RANCHI

MANAGEMENT
XAVIER INSTITUTE OF SOCIAL SERVICE
BALAJI INSTITUTE OF MODERN MANAGEMENT (BIMM)

33
34

PUNE
BANARAS HINDU
UNIVERSITY
LALBAHADURSHASTRI

VARANASI
INSTITUTE

OF

35
36

MANAGEMENT
ALLIANCE BUSINESS ACADEMY

NEW DELHI
BANGALORE

37
38

INDIAN SCHOOL OF
MINES
IFIM BUSINESS SCHOOL

DHANBAD
BANGALORE

39
40
41
42

FORE SCHOOL OF
MANAGEMENT
AMITY BUSINESS
SCHOOL
COLLEGE OF MANAGEMENT STUDIES
(GITAM)
INSTITUTE OF PUBLIC ENTERPRISE

NEW DELHI
NOIDA
VISAKHAPATNAM
HYDERABAD

SCHOOL OF COMMUNICATION &


MANAGEMENT
43
44

STUDIES
INSTITUTE FOR TECHNOLOGY & MANAGEMENT

45

BHARATI VIDYAPEETH DEEMED

99 | P a g e

COCHIN
NAVI MUMBAI
PUNE

S No.

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.I.E.S.COLLEGE OF MANAGEMENT STUDIES,

NAVI MUMBAI

ANNAUNIVERSITY-DEPARTMENTOF
MANAGEMENT
55
56

STUDIES
KIIT SCHOOL OF MANAGEMENT

CHENNAI
BHUBANESHWAR

57

RAJAGIRI COLLEGE OF SOCIAL SCIENCES

KOCHI

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

S No.

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.E.S INSTITUTIONS

BANGALORE

74
75

INSTITUTEOFHEALTHMANAGEMENT
RESEARCH
M.S. PATEL INSTITUTE OF MGT. STUDIES

JAIPUR
VADODARA

REGIONAL COLLEGE OF MANAGEMENT

BHUBANESHWAR

101 | P a g e

ANNEXURE XII: LIST OF TOP 75 ENGINEERING COLLEGES


S No.

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, Faculty of Engg

Dhanbad
Calcutta

13

BIT Mesra

1
2
3
4
5
6
7
8
9
10
11

14

Ranchi

DCE

Delhi

NIT

Trichy

NIT

Warangal

PEC University of Technology

Chandigarh

18

NIT

Suratkal

19

PSG College of Technology


Bengal Engg & Sc Univ, 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

S No.

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, Osmania University

Hyderabad

46

103 | P a g e

Kurukshetra
Coimbatore

S No.

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

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

105 | P a g e

Você também pode gostar