29.08.2015 Views

RFP - DOITC Rajasthan - Government of Rajasthan

RFP - DOITC Rajasthan - Government of Rajasthan

RFP - DOITC Rajasthan - Government of Rajasthan

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

e-mail: eproc@rajasthan.gov.in<br />

Address : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur<br />

10. Please note that a pre-bid meeting <strong>of</strong> prospective bidders, who have purchased the tender/<br />

bidding document, is scheduled as per the details specified in Notice Inviting Tender (NIT)<br />

below. The objective <strong>of</strong> this meeting is to address the queries <strong>of</strong> the prospective bidders<br />

related to the Project/ Bidding document.<br />

11. No contractual obligation whatsoever shall arise from the <strong>RFP</strong>/ bidding process unless and<br />

until a formal contract is signed and executed between the tendering authority and the<br />

successful bidder(s).<br />

12. DoIT&C disclaims any factual/ or other errors in this document (the onus is purely on the<br />

individual bidders to verify such information) and the information provided herein are<br />

intended only to help the bidders to prepare a logical bid-proposal.<br />

Page 7 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

CHAPTER-1: PROJECT PROFILE<br />

1. Project Background<br />

The <strong>Government</strong> <strong>of</strong> India (GoI) has embarked upon an ambitious initiative to provide a Unique<br />

Identification (UID) to every resident <strong>of</strong> India and has constituted the Unique Identification<br />

Authority <strong>of</strong> India (UIDAI) for this purpose. The timing <strong>of</strong> this initiative coincides with the<br />

increased focus <strong>of</strong> the GoI on social inclusion and development through massive investments in<br />

various social sector programs, and transformation in public services delivery through e-<br />

Governance programs. The UID has been envisioned as a means for residents to easily and<br />

effectively establish their identity, to any agency, anywhere in the country, without having to<br />

repeatedly produce identity documentation to agencies. More details on the UIDAI and the<br />

strategy overview can be found on the website: http://www.uidai.gov.in<br />

The widespread implementation <strong>of</strong> the UID project needs the reach and flexibility to enroll<br />

residents across the country. To achieve this, the UIDAI has partnered with a variety <strong>of</strong> agencies<br />

and service providers (acting as Registrars, District Registrars and Enrolling Agencies) to enroll<br />

residents for UID. By participating in enrolling residents, registrars, District Registrar and<br />

enrolment agencies across the country would be part <strong>of</strong> a truly historic exercise, one which can<br />

make our welfare systems far more accessible and inclusive <strong>of</strong> the poor, and also permanently<br />

transform service delivery in India.<br />

<strong>Government</strong> <strong>of</strong> <strong>Rajasthan</strong> is committed towards the success <strong>of</strong> the Unique Identification (UID)<br />

project and has designated Department <strong>of</strong> IT&C as the Registrars for the UID project. The<br />

administrative head <strong>of</strong> the revenue districts (District Collectors/ Magistrates) <strong>of</strong> <strong>Rajasthan</strong> have<br />

been identified as the District Registrars <strong>of</strong> the UID project who will be in charge <strong>of</strong> the<br />

enrolment process in their respective revenue districts.<br />

2. Project Monitoring through MIS application<br />

State as a registrar has already started or is in process <strong>of</strong> starting enrolments in districts <strong>of</strong><br />

<strong>Rajasthan</strong>. In order to properly monitor the project implementation and to ensure close<br />

coordination with districts and UIDAI, Registrar has developed an MIS application for UID<br />

project.<br />

The MIS application for <strong>Rajasthan</strong> UID project includes the following functionalities (Illustrative):<br />

Page 9 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

<br />

<br />

<br />

<br />

<br />

Admin Module to enable user creation, post creation and mapping with users, Role<br />

Based Access Control, Audit trails, reports etc.<br />

Provide User Screen for Master Data Creation facility, Mapping to designation with<br />

services etc.<br />

User Management facility to create various users etc.<br />

Role based selective view <strong>of</strong> MIS dashboard / Graphical snapshots<br />

MIS Reports: Printing/View facility available for various reports:<br />

3. Stakeholders<br />

The tentative list <strong>of</strong> the stakeholders <strong>of</strong> the RUID project is as follows:<br />

1. <strong>Government</strong> <strong>of</strong> <strong>Rajasthan</strong><br />

2. District Administration<br />

3. UIDAI<br />

4. Citizens/ Residents<br />

Page 10 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

S.NO. Eligibility Criteria Required Supporting Documents<br />

7.<br />

The Bidder Company should not currently have been blacklisted by any<br />

<strong>Government</strong> Department/PSU or under a declaration <strong>of</strong> ineligibility for<br />

fraudulent or corrupt practices or inefficient/ineffective performance.<br />

<br />

If Work completion certificate is not available, the Bidder needs to<br />

submit a Client certificate specifying the current status <strong>of</strong> the project<br />

alongwith payment released till the Date <strong>of</strong> Bid submission.<br />

Self Declaration on Original Company Letter Head as per Annexure-6<br />

Page 12 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

CHAPTER-3: SCOPE OF WORK (SoW) AND DELIVERABLES<br />

The project Technical Support Services for <strong>Rajasthan</strong> UID Project will be provided by deploying a<br />

project technical support unit (PTSU) which will actively interact with all the stakeholders <strong>of</strong> the<br />

project and ensure a smooth implementation. PTSU will provide proactive assistance to DOIT&C,<br />

GoR in successful implementation <strong>of</strong> RUID technical projects in the State for a period <strong>of</strong> 18<br />

months. Based on the performance <strong>of</strong> the selected Bidder, the period <strong>of</strong> contract can be extended<br />

further for another one (01) year on same terms and conditions.<br />

This Project technical support unit (PTSU) would provide required expertise and support for<br />

project execution. PTSU will provide Technical support in development and maintenance <strong>of</strong> MIS,<br />

SRDH, KYR+ and other required s<strong>of</strong>tware applications.<br />

The Project technical support unit would be required “On Job Basis” to perform various standard<br />

tasks <strong>of</strong> the project implementation.<br />

A. Broad responsibilities <strong>of</strong> PTSU would include, but not be limited to, the following:<br />

1. Current State Assessment <strong>of</strong> the various applications developed by department<br />

a. Detailed assessment <strong>of</strong> the current state <strong>of</strong> development and functionality <strong>of</strong> the webbased<br />

RUID MIS application, SRDH application and KYR+ application already<br />

developed by DoIT&C<br />

b. Assess the state <strong>of</strong> involvement and needs <strong>of</strong> the district administration and enrolment<br />

agencies.<br />

c. Plan the strategy for successful implementation <strong>of</strong> the project ensuring 100% success<br />

including the detailed implementation and roll-out plan<br />

d. Assessment <strong>of</strong> data capturing, storage and retrieval methodology for MIS and SRDH<br />

applications.<br />

2. Master Data Creation and maintenance<br />

a. Coordinate with all districts and enrolment agencies for populating the pre-required<br />

fields <strong>of</strong> the master data <strong>of</strong> RUID MIS application<br />

b. Create master data templates for all users<br />

c. Follow-up with district nodal <strong>of</strong>ficers and EA’s for feeding district enrolment and other<br />

data in pre-requite format<br />

d. Responsible to update Master Data based on data received from districts and EA’s ,<br />

wherever required<br />

Page 13 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

3. Undertaking UID Data Management, Data Seeding, Data Centre Operations and<br />

Development <strong>of</strong> Aadhaar Enabled Departmental Applications<br />

a. Coordinate with various EA’s to regularly collect and update resident enrolment data in<br />

SRDH.<br />

b. Process all data received from EA’s and CIDR and update SRDH and MIS portals.<br />

c. UID data <strong>of</strong> residents will be stored logically in data centre hosted at DoIT&C <strong>of</strong>fice<br />

campus. Team will be required to create and manage this very large database and link<br />

it with various databases <strong>of</strong> State. All the datacentre operations will be undertaken by<br />

this team to manage this data and associated applications.<br />

d. State needs to take pilots to showcase the utility <strong>of</strong> Aadhaar. Team will undertake<br />

seeding <strong>of</strong> data for these schemes.<br />

e. Team needs to develop aadhaar enabled applications for various departments. Scope<br />

<strong>of</strong> these applications will be decided as and when required. Please note that team will<br />

undertake development <strong>of</strong> these applications under guidance <strong>of</strong> registrar, concerned<br />

department and UIDAI. It will be responsibility <strong>of</strong> team to coordinate with all the<br />

stakeholders to come out with a successful application.<br />

4. IT Support and Maintenance<br />

a. Carryout customization <strong>of</strong> the applications as per the new requirements <strong>of</strong> GoR<br />

b. Carryout activities for the inclusion <strong>of</strong> new features/functionalities in the applications<br />

as per the new requirements <strong>of</strong> GoR.<br />

c. Conduct testing and UAT from time to time when new features/functionalities are<br />

released<br />

d. Undertake necessary enhancement <strong>of</strong> the security related features as per the<br />

recommendation <strong>of</strong> the Security auditor<br />

e. Application maintenance including regular backups, troubleshooting, bug fixing etc.<br />

f. Day-to-Day Technical Support to various Departments for using Aadhaar<br />

5. Project Monitoring<br />

a. Preparation <strong>of</strong> Project Monitoring Templates<br />

b. Develop and establish a suitable project monitoring framework to monitor progress <strong>of</strong><br />

various activities. It will also include generation <strong>of</strong> project progress reports as and<br />

when required<br />

c. Design the strategy for effective rollout and monitoring as per requirement<br />

d. Review regular progress assessment reports (related to districts, EA’s, NSR’s, Nodal<br />

Officers etc.) for successful implementation <strong>of</strong> the RUID project with qualitative inputs<br />

and flagging <strong>of</strong>f any deviation/ issues that would need to be looked into<br />

Page 14 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

e. Report on the quality <strong>of</strong> implementation by the districts and EA’s and certify whether<br />

the project is in line with the requirements and timelines finalized for every<br />

stakeholder.<br />

f. Interface with all stakeholders as required for supporting the Registrar in project<br />

implementation<br />

g. To coordinate with various stakeholders <strong>of</strong> the project during the implementation and<br />

operation & maintenance phase<br />

h. Project Monitoring Status Report/ exceptional reports in duly approved predefined<br />

formats on a frequency decided by DoIT&C<br />

i. Project evaluation, assessment and propose improvements in various processes to<br />

expedite the progress <strong>of</strong> the projects<br />

j. Provide technical support to the State on all technological issues related to the project<br />

6. Organize Training<br />

a. Identify training needs for various stakeholders, prepare a training plan for master<br />

trainers and training calender as mutually agreed with DOIT&C<br />

b. Develop Training methodology for various applications.<br />

c. Responsible to conduct Training sessions and hands-on training programs for Master<br />

Trainers (atleast 9 Training sessions over a period <strong>of</strong> 18 months for a batch size <strong>of</strong> 15<br />

participants)<br />

d. Conduct regular workshops in coordination with DoIT&C<br />

e. Facilitate DOIT&C in conducting User Training to various stakeholders as and when<br />

required which would include distribution <strong>of</strong> Training Kits, Maintenance <strong>of</strong> participant<br />

Records, follow-up with Line departments on participant / absentee details etc.<br />

7. Setting up <strong>of</strong> Technical Help Desk (Infrastructure to be supplied by DOIT&C)<br />

a. Design the framework for establishment <strong>of</strong> the help desk for the project<br />

b. Respond all user queries issue over telephone<br />

c. Guide user through the application over the phone<br />

8. Other Activities<br />

a. Any other tasks assigned by the purchaser as assigned from time-to-time<br />

B. Resource requirement for project technical support services<br />

a. To undertake above activities the bidder has to provide minimum resources as defined<br />

in the following tables and having requisite qualification and experience as mentioned<br />

in Annexure 1.<br />

b. The bidder needs to submit one CV againt each job description .<br />

Page 15 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

Table 1: Project Technical Support Unit Resource Requirement<br />

S.No. Job Headcount Required On Job<br />

Basis Not less than<br />

1. Project Management 1<br />

2. Database Administration 1<br />

3. S<strong>of</strong>tware Architecture 1<br />

4. S<strong>of</strong>tware Development 3<br />

5. Project Information assistance 3<br />

a. Purchaser foresees a need to deploy above mentioned resources for project period<br />

with an option to deploy additional resources if required in future.<br />

b. Headcount for PTSU is being envisaged initially for updating and maintaining SRDH,<br />

KYR+ application, MIS portal and processing UID Data. Around 5 UID based applications<br />

(assuming 5 manmonth effort each) will also be taken up by this team. However if<br />

requirement for more applications is envisaged, additional resources may be<br />

demanded from the bidder.<br />

c. The Additional Resources can be deployed for a period <strong>of</strong> 3 months to 18 months as<br />

per requirement <strong>of</strong> purchaser. The bidder may be required to provide additional<br />

resources at the job-month rate as derived as per Chapter 5 (Special Conditions <strong>of</strong> the<br />

Bid), at any time during the contract period.<br />

d. The Bidder needs to submit one pr<strong>of</strong>ile each for project management, database<br />

administration, s<strong>of</strong>tware architecture and 03 pr<strong>of</strong>iles for S<strong>of</strong>tware Development with<br />

bid as per format in Annexure 2. These resources will be interviewed in technical bid<br />

evaluation round and marks will be allotted for each resource. If selected, the Bidder<br />

will not be allowed to replace the candidate pr<strong>of</strong>iles for any resource as submitted<br />

along with the Technical Bids and will deploy selected candidates. However, in<br />

exceptional situation bidder may replace atmost two resources with due permission <strong>of</strong><br />

purchaser.<br />

e. Successful bidder will be required to submit one pr<strong>of</strong>ile each for the job <strong>of</strong> project<br />

information assistance , once work order has been issued. The Purchaser will organize<br />

a face-to-face Interview process at DOIT&C, Jaipur for selection <strong>of</strong> the resources before<br />

final deployment <strong>of</strong> the resources. The resources who have performed satisfactorily in<br />

the interview process, will only be selected for deployment.<br />

f. To ensure early selection and deployment <strong>of</strong> resources, the Bidder would be<br />

responsible to align sufficient number <strong>of</strong> resources, who can be interviewed by the<br />

Department for suitability <strong>of</strong> their deployment. If the proposed candidate does not<br />

meet the minimum requirement <strong>of</strong> the Interview procedure, the bidder needs to<br />

submit additional CVs within five (05) days for further interview / selection.<br />

Page 16 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

g. The final selection <strong>of</strong> the candidates will be based on sole discretion <strong>of</strong> the Selection<br />

Committee <strong>of</strong> DOIT&C.<br />

h. The Bidder needs to bear the expenses incurred towards attending the Interview at<br />

DOIT&C, Jaipur.<br />

i. If found suitable during the Interview process, the Bidder will be responsible for<br />

deployment <strong>of</strong> the selected resources within 20 Days from the Date <strong>of</strong> work<br />

order/order to deploy resource. If the selected resources are not deployed within the<br />

prescribed time limit (i.e. 20 days from the Date <strong>of</strong> issuance <strong>of</strong> work order), it may lead<br />

to LD as mentioned in section 5.4.5<br />

j. The Bidder would be responsible to provide fully loaded Laptop (windows operating<br />

system, antivirus solution, Micros<strong>of</strong>t <strong>of</strong>fice suit), data card, pen drive, mobiles etc. for<br />

all the Resources on the project. Resources involved in development should also have<br />

preinstalled liscenced development environment (both dotnet and J2EE) and all<br />

required s<strong>of</strong>twares required for development related work/project management.<br />

k. Purchaser will provide seating space along with necessary furniture and printing facility<br />

to all the resources deployed by the bidder.<br />

l. All the resources will be stationed at DoIT&C, Jaipur.<br />

m. Project manager will be single point <strong>of</strong> contact for purchaser with regard to project. He<br />

will be responsible toward successful project execution and performance <strong>of</strong> resources.<br />

Page 17 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

C. Project Deliverables<br />

The Bidder will be responsible to undertake various project related tasks as mentioned in scope<br />

above. As part <strong>of</strong> the project deliverables, the Bidder needs to prepare and submit the<br />

following documents as per the frequency mentioned in the table below:<br />

Sl No. Deliverable Frequency<br />

1. Quarterly Progress Report 5 th working day <strong>of</strong> Every Quarter<br />

2. Project Documents (Requirement<br />

Gathering Document with regard to<br />

additional functionaities / amendments,<br />

Enhancement <strong>of</strong> Design Document, UAT<br />

Test Cases, User Manual, Admin Manual<br />

etc.)<br />

3. FRS and design documents <strong>of</strong><br />

applications to be developed<br />

4. User docs for applications and Training<br />

modules for training purpose<br />

As per requirement<br />

As per requirement<br />

As per requirement<br />

1. The Project manager will be responsible to ensure review and finalization <strong>of</strong> the documents /<br />

deliverables before submission to the Officer-In-Charge, DOIT&C<br />

2. The Purchaser will review the performance <strong>of</strong> the team deployed at DOIT&C, completion <strong>of</strong><br />

various tasks assigned to the teams, documents submitted by the Bidder and provide approval<br />

on the project deliverables.<br />

Page 18 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

CHAPTER-4: BIDDING PROCESS<br />

4.1 Preparation <strong>of</strong> <strong>RFP</strong> Document<br />

4.1.1 Earnest Money Deposit (EMD)<br />

4.1.1.1 Every bidder, if not exempted, participating in the bid must furnish the earnest money<br />

deposit as specified in the Notice Inviting Tender (NIT).<br />

4.1.1.2 <strong>Government</strong> <strong>of</strong> <strong>Rajasthan</strong> and Union <strong>Government</strong> undertakings, corporations,<br />

companies; autonomous bodies managed or controlled by <strong>Government</strong> are not required<br />

to submit the EMD. Receipt <strong>of</strong> EMD or Registration certificate or Certificate that the<br />

bidder is a <strong>Government</strong> undertaking/ Corporation/ Company as mentioned above shall<br />

necessarily accompany the sealed bid without which the bid shall be rejected forthwith.<br />

4.1.1.3 EMD will be taken @ 0.5% (Half percent) <strong>of</strong> the total estimated project cost from the<br />

S.S.I. units <strong>of</strong> <strong>Rajasthan</strong>.<br />

4.1.1.4 Form <strong>of</strong> EMD: The bidder shall furnish, as part <strong>of</strong> the Technical Bid, an Earnest Money<br />

Deposit in the form <strong>of</strong> Banker’s Cheque / DD issued by the Nationalized / Scheduled<br />

commercial Bank, drawn in favour <strong>of</strong> “Secretary and Commissioner, DoIT&C” payable at<br />

“Jaipur” as specified in NIT. A Bank having at least one branch at Jaipur should issue the<br />

Demand Draft.<br />

EMD may also be deposited as Cash through treasury Challan deposited under head<br />

"8443 Civil Deposits – 103 – Security Deposits".<br />

4.1.1.5 The Earnest money lying with the department/ <strong>of</strong>fice in respect <strong>of</strong> other bidder awaiting<br />

approval or rejection or on account <strong>of</strong> contracts being completed will not be adjusted<br />

towards earnest money for the fresh bidders. The earnest money may however, be<br />

taken into consideration in case bids are re-invited.<br />

4.1.1.6 Refund <strong>of</strong> EMD: Earnest Money <strong>of</strong> unsuccessful bidders will be returned as promptly as<br />

possible (after the completion <strong>of</strong> bid evaluation process leading to the selection <strong>of</strong> L1<br />

Bidder and placement <strong>of</strong> Letter <strong>of</strong> Intent / Work Order). In case <strong>of</strong> best / successful<br />

bidder, the EMD, if feasible, may also be adjusted in arriving at the amount <strong>of</strong> the<br />

Performance Security Deposit.<br />

4.1.1.7 The Earnest Money will be forfeited on account <strong>of</strong> one or more <strong>of</strong> the following reasons:<br />

a) The Bidder withdraws or modifies the <strong>of</strong>fer after opening <strong>of</strong> tender but before<br />

acceptance <strong>of</strong> tender<br />

b) Bidder does not respond to requests for clarification <strong>of</strong> his bid<br />

c) Bidder fails to co-operate during the bid evaluation process, and<br />

d) In case <strong>of</strong> a successful Bidder, the said Bidder fails:<br />

To sign the Contract in stipulated time period; or<br />

To furnish Performance Security in stipulated time period<br />

Page 19 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

To commence the work as per purchase order within the time prescribed<br />

4.1.1.8 The successful bidder would be required to sign the agreement and furnish the<br />

performance security. The EMD <strong>of</strong> the successful bidder may be adjusted in the<br />

Performance Security by depositing the difference amount <strong>of</strong> Performance Security or<br />

Alternatively EMD could be refunded back by taking fresh Performance Security.<br />

4.1.1.9 Any Bid submitted without the earnest money deposit will be summarily rejected.<br />

4.1.1.10 No interest will be paid by DoIT&C on the Earnest Money Deposit.<br />

4.1.2 Sale <strong>of</strong> Tender/ <strong>RFP</strong> Document<br />

The download <strong>of</strong> <strong>RFP</strong> Document shall commence with the issue <strong>of</strong> NIT and shall be<br />

stopped as specified in NIT. The complete <strong>RFP</strong> Document is also placed on the<br />

websites as specified in the NIT. The prospective bidders are permitted to download<br />

the bid document from any <strong>of</strong> the specified websites but must pay the cost <strong>of</strong><br />

tender/ <strong>RFP</strong> Document and e-tender processing fee while submitting the bids to the<br />

department.<br />

Tender fee may be submitted in cash or DD/Bankers Cheque in favour <strong>of</strong> secretary<br />

and commissioner, DoIT&C payable at Jaipur.<br />

e-tender processing fee may be submitted in form <strong>of</strong> DD/Bankers Cheque in favour<br />

<strong>of</strong> Managing Director, RISL payable at Jaipur.<br />

Page 20 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.2 Clarifications and Amendments <strong>of</strong> <strong>RFP</strong> Document<br />

4.2.1 Pre-Bid Meeting:<br />

4.2.1.1 The bidder or its <strong>of</strong>ficial representative (not more than two representatives per bidder)<br />

is invited to attend the pre-bid meeting as per the details specified in NIT. The objective<br />

<strong>of</strong> this meeting is to address the queries <strong>of</strong> the prospective bidders related to the<br />

Project/ <strong>RFP</strong> Document.<br />

4.2.1.2 Only the bidders / firms, who have deposited the requisite tender Cost, are allowed to<br />

attend the pre-bid conference/ meeting and submit their pre-bid queries in the specified<br />

format (Annexure 3) and schedule. Bidders having submitted the required tender Cost<br />

are welcome to attend the pre-bid meeting, even if they do not have any specific<br />

queries. Tendering authority shall respond to the queries <strong>of</strong> only those bidders who<br />

have submitted the required fees till the day <strong>of</strong> pre-bid meeting.<br />

4.2.1.3 As a result <strong>of</strong> discussions in the pre-bid conference, if modifications in the <strong>RFP</strong><br />

Document, specifications <strong>of</strong> services are considered necessary, they may be done by<br />

issuing an addendum/ corrigendum and the final <strong>RFP</strong> will be uploaded on the<br />

eProcurement Portal and intimation mail will be sent to all prospective bidders who<br />

have purchased the Tender Document<br />

4.2.1.4 The tendering authority reserves the right not to respond to any/ all queries raised or<br />

clarifications sought if, in their opinion and at their sole discretion, they consider that it<br />

would be inappropriate to do so or do not find any merit in it.<br />

Page 21 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.2.2 Amendment <strong>of</strong> <strong>RFP</strong> Document<br />

4.2.2.1 To give prospective Bidders reasonable time in which to take a Corrigendum/<br />

Addendum into account in preparing their Bids, the tendering authority may, at its<br />

discretion, extend the deadline for the submission <strong>of</strong> the Bids.<br />

4.2.2.2 Any change in date <strong>of</strong> submission and opening <strong>of</strong> bids would be published in appropriate<br />

manner including the websites mentioned in the NIT.<br />

4.2.3 Clarifications to the Bid Document<br />

4.2.3.1 A prospective bidder requiring any clarification on the Tender documents may notify the<br />

Purchaser through email as specified in the NIT and should reach before the specified<br />

Date and Time <strong>of</strong> Pre-Bid meeting as specified in the NIT.<br />

4.2.3.2 Purchaser will only accept bidder queries sent through email as per the Template in<br />

“Annexure-3” on or before the date and time specified in NIT<br />

4.2.3.3 Purchaser would provide clarifications to those bidders whose representatives are<br />

present during the pre – bid meeting only. DoIT&C would prepare and upload the<br />

corrigendum and final <strong>RFP</strong> based on modifications (if any) as specified in the NIT<br />

4.2.3.4 DoIT&C will not entertain or respond to bidders’ queries and clarifications received after<br />

the next working day at 5 PM <strong>of</strong> the pre–bid meeting<br />

4.3 Submission and Opening <strong>of</strong> Bids<br />

4.3.1 Cost <strong>of</strong> Bidding<br />

4.3.1.1 The Bidder shall bear all costs associated with the preparation and submission <strong>of</strong> its Bid,<br />

and the tendering authority shall not be responsible or liable for those costs, regardless<br />

<strong>of</strong> the conduct or outcome <strong>of</strong> the bidding process. The last date and time for submission<br />

<strong>of</strong> bid is as per Notice Inviting Tender.<br />

4.3.2 Purchaser, website and eMail for Bid submission / correspondence<br />

4.3.2.1 Purchaser: Secretary and Commissioner; Department <strong>of</strong> IT & C; <strong>Government</strong> <strong>of</strong><br />

<strong>Rajasthan</strong><br />

4.3.2.2 Website:- http://eproc.rajasthan.gov.in, www.doitc.rajasthan.gov.in<br />

4.3.2.3 Email for correspondence: uid@rajasthan.gov.in<br />

4.3.3 Language <strong>of</strong> Bids<br />

4.3.3.1 The Bid prepared & submitted by the Bidder and all subsequent correspondence and<br />

documents related to the bid and as submitted by the bidder, shall be written only in<br />

English language. Also, any printed literature furnished by the Bidder written in other<br />

language (other than English / Hindi) must be accompanied by an English / Hindi<br />

translation in which case, for purposes <strong>of</strong> interpretation <strong>of</strong> the bid, the appropriate<br />

translation by the Purchaser shall govern.<br />

Page 22 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.3.4 Documents comprising the Bid<br />

a) A Single stage-Two envelope/ cover system shall be followed for the eBid -<br />

Technical bid (including the pre-qualification & technical documents)<br />

Commercial bid<br />

b) The technical bid shall include the following documents -<br />

S. No. Documents Type Document Format<br />

1. Covering Letter – Technical Bid On bidder’s letter head duly signed by<br />

authorized signatory<br />

Fee Details<br />

2. Tender Fee Scanned copy <strong>of</strong> Fee Receipt/DD/Banker<br />

Cheque<br />

3. e-Tender Processing Fee Scanned copy <strong>of</strong> DD/Banker Cheque<br />

4. EMD Scanned copy <strong>of</strong> Challan/DD/ Banker’s<br />

Cheque<br />

Pre-Qualification Documents<br />

5. Tender Form As per Annexure-4<br />

6. Bidder’s Authorisation Certificate As per Annexure-5<br />

7. Self-Declaration – No Blacklisting As per Annexure-6<br />

8. Certificate <strong>of</strong> Conformity/ No As per Annexure-7<br />

Deviation<br />

9. Technical Bid covering Letter As per Annexure-10<br />

10. Firm registration certificate Copy <strong>of</strong> Supporting document as detailed in<br />

<strong>RFP</strong> (Chapter Two : Eligibility criteria)<br />

11. Pro<strong>of</strong> for being in operation for last Copy <strong>of</strong> Supporting document as detailed in<br />

three years<br />

12. Minimum turnover pro<strong>of</strong> and Positive<br />

net worth pro<strong>of</strong><br />

<strong>RFP</strong> (Chapter Two : Eligibility criteria)<br />

Copy <strong>of</strong> Supporting document as detailed in<br />

<strong>RFP</strong> (Chapter Two : Eligibility criteria)<br />

13. Service Tax Registration Certificate Copy <strong>of</strong> Supporting document as detailed in<br />

<strong>RFP</strong> (Chapter Two : Eligibility criteria)<br />

14. PAN Number pro<strong>of</strong> Copy <strong>of</strong> Supporting document as detailed in<br />

<strong>RFP</strong> (Chapter Two : Eligibility criteria)<br />

15. Experience <strong>of</strong> executing projects <strong>of</strong><br />

desired value as per <strong>RFP</strong><br />

Copy <strong>of</strong> Supporting document as detailed in<br />

<strong>RFP</strong> (Chapter Two : Eligibility criteria)<br />

Technical Bid Documents<br />

16. One Resume for each Key Job (Project As per format in Annexure-2<br />

Management-01,<br />

Database<br />

Administratioin -01, S<strong>of</strong>tware<br />

Architecture -01, s<strong>of</strong>tware<br />

development -03)<br />

Page 23 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

c) Commercial bid shall include the following documents: -<br />

S. No. Documents Type Document Format<br />

1. Covering Letter – Financial Bid On bidder’s letter head duly signed<br />

by authorized signatory<br />

2. Financial/ Price Bid As per BoQ (.XLS) on eProc website<br />

d) The bidder should ensure that all the required documents, as mentioned in this bidding<br />

document, are submitted along with the bid and in the prescribed format only. Non-submission<br />

<strong>of</strong> the required documents or submission <strong>of</strong> the documents in a different format/ contents may<br />

lead to the rejections <strong>of</strong> the bid proposal submitted by the bidder.<br />

e) Post-bid clarifications, if any, will be sought only once. Hence, bidders are advised to prepare and<br />

submit the bid accordingly and ensure that all the required documents are in place. Also,<br />

clarifications shall be sought only for the bid/ documents submitted and no new documents shall<br />

be accepted.<br />

4.3.5 Alternative Bids<br />

Alternative bids shall not be considered at all<br />

4.3.6 Bid Prices and Discounts<br />

4.3.6.1 The bid prices quoted by the bidder will comprise <strong>of</strong> the Rate quoted for whole scope <strong>of</strong><br />

work mentioned in <strong>RFP</strong> and as per the financial bid format (Annexure 8)<br />

4.3.6.2 Bidders are asked to carefully compute these rates as payments would be computed on<br />

the basis <strong>of</strong> these rates<br />

4.3.6.3 All the prices should be quoted only in Indian Rupees (INR) Currency<br />

4.3.6.4 The prices, once <strong>of</strong>fered, must remain fixed and must not be subject to escalation for<br />

any reason whatsoever within the period <strong>of</strong> contract. A proposal submitted with an<br />

adjustable price quotation or conditional proposal may be rejected as non-responsive<br />

4.3.6.5 The price should include all duties and taxes except service tax. Service tax shall be paid<br />

separately on actual basis on prevailing rates.<br />

Page 24 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.3.7 Period <strong>of</strong> Validity <strong>of</strong> Bids<br />

4.3.7.1 Bids shall remain valid for the Period as specified in the NIT from the date <strong>of</strong> bid<br />

submission as prescribed by the Tendering Authority. A Bid valid for a shorter period<br />

shall be rejected and treated as non-responsive.<br />

4.3.7.2 In exceptional circumstances, the Tendering Authority may solicit the Bidder’s consent<br />

to an extension <strong>of</strong> the period <strong>of</strong> validity. The request and the responses thereto shall be<br />

made in writing.<br />

4.3.8 Format and Signing <strong>of</strong> Bid<br />

4.3.8.1 The Technical bid and financial bid in PDF form shall be submitted on the website<br />

http://eproc.rajasthan.gov.in<br />

4.3.8.2 The bid shall be clearly typed as per the prescribed formats and shall be digitally signed<br />

by a person duly authorized to sign on behalf <strong>of</strong> the bidder, in token <strong>of</strong> acceptance <strong>of</strong> all<br />

the terms and conditions <strong>of</strong> the <strong>RFP</strong> Document.<br />

4.3.9 Deadline for the submission <strong>of</strong> Bids<br />

4.3.9.1 Bids must be submitted on the website http://eproc.rajasthan.gov.in no later than the<br />

date and time indicated in the NIT.<br />

4.3.9.2 Normally, the date <strong>of</strong> submission and opening <strong>of</strong> bids would not be extended. However,<br />

in exceptional circumstances or when the <strong>RFP</strong> Document is required to be substantially<br />

modified as a result <strong>of</strong> discussions in pre-bid conference and the time with the<br />

prospective bidders for preparation <strong>of</strong> bids appears insufficient, the date may be<br />

extended by Tendering Authority and addendum / corrigendum will be published and<br />

uploaded on the website.<br />

4.3.10 Delayed/ Late Bids<br />

4.3.10.1 The tendering authority shall not consider any bid that arrives after the deadline for<br />

submission <strong>of</strong> bids as indicated in the NIT. Any bid received by the tendering authority<br />

after the deadline for submission <strong>of</strong> bids shall be declared as late and will not be<br />

considered.<br />

4.3.11 Receipt <strong>of</strong> Tenders/ Bids<br />

4.3.11.1 Bids received by modes other than submission on http://eproc.rajasthan.gov.in website<br />

shall not be considered.<br />

4.3.12 Withdrawal, Substitution, and Modification <strong>of</strong> Bids<br />

4.3.12.1 A Bidder may withdraw, substitute, or modify its bid before freezing the bid document<br />

on e-tendering portal.<br />

4.3.13 Bid Opening<br />

4.3.13.1 The tendering authority shall conduct the bid opening at the date and time specified in<br />

the NIT.<br />

Page 25 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.3.13.2 All the bids received up to the specified time and date shall be opened by the members<br />

<strong>of</strong> the designated Procurement Committee after entering their corresponding<br />

credentials (login id and digital signatures) http://eproc.rajasthan.gov.in in the website.<br />

4.3.13.3 The representative <strong>of</strong> the bidder, who is present, shall sign a register evidencing their<br />

attendance. Financial bids will remain unopened and will be held in the custody <strong>of</strong> the<br />

Tendering Authority until the time <strong>of</strong> opening <strong>of</strong> the Financial Bids.<br />

4.3.13.4 The “Technical Bid” shall be opened first. The bids containing “Financial Bid” shall be<br />

opened later on the date and time intimated to the bidders who qualify in the<br />

evaluation <strong>of</strong> technical bids. The details <strong>of</strong> deposit <strong>of</strong> tender Cost, e-tendering fee and<br />

EMD with each bid shall be read out loudly.<br />

4.3.13.5 The financial bids <strong>of</strong> bidders who qualified in technical evaluation shall be opened at the<br />

notified time, date and place by the members <strong>of</strong> the designated Procurement<br />

Committee in the presence <strong>of</strong> the bidders or their representatives who choose to be<br />

present.<br />

4.3.13.6 The names <strong>of</strong> the firms, the rates given by them and conditions put, if any, shall be read<br />

out and recorded in tender opening register<br />

4.4 Evaluation and Comparison <strong>of</strong> Bids<br />

4.4.1 Evaluation <strong>of</strong> Technical Bids<br />

4.4.1.1 The Tendering Authority will examine the Technical bids to determine whether they are<br />

complete, Complete Tender / <strong>RFP</strong> document and its supporting have been properly<br />

signed, the required EMD, Tender Cost & e-tendering fee is enclosed, and the bids are in<br />

order and complete in all the respects<br />

4.4.1.2 Any bid found to be non-responsive for any reason or not meeting the minimum<br />

eligibility criteria as specified in Chapter-2 <strong>of</strong> the <strong>RFP</strong> document will be rejected by the<br />

Tendering Authority and will not be included for further consideration i.e. Financial Bid<br />

Evaluation process<br />

4.4.1.3 The Tender inviting authority may seek bonafide clarifications from the tenderer relating<br />

to the tender and supporting documents submitted by them during the evaluation <strong>of</strong><br />

the tender. During the initial examination the following factors shall be considered:<br />

<br />

<br />

<br />

Whether the tenderer met the eligibility criteria laid down in the tender document<br />

Whether the initial documents are duly signed<br />

Whether the tender is substantially responsive to the technical specifications said<br />

out in the <strong>RFP</strong> Document including the qualification <strong>of</strong> the manpower to be supplied<br />

4.4.1.4 For all responsive bids, resumes submitted for following job will be called for interview<br />

and evaluated.<br />

a. Project Management -01<br />

b. Database Administration -01<br />

Page 26 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

c. S<strong>of</strong>tware Architecture -01<br />

d. S<strong>of</strong>tware Development - 03<br />

4.4.1.5 Following marking scheme will be used for evaluating technical bid <strong>of</strong> a bidder.<br />

a. 20 marks each will be for Project Management, Database Adminstration and<br />

S<strong>of</strong>tware Architechture While 10 marks each will be for S<strong>of</strong>tware development<br />

i.e. total 90<br />

b. While evaluating a resource during interview marks will be given for a resource’s<br />

educational background, past experience, capacity to take initiatives, problem<br />

solving aptitude, zeal to learn and work etc.<br />

c. 10 marks will be for company experience and understanding <strong>of</strong> project<br />

a. 05 marks for handling large volume (preferably >= 1 TB) <strong>of</strong> digital data<br />

b. 05 marks for prior experience <strong>of</strong> UID project<br />

4.4.1.6 Bidder whose aggregate technical score is greater than 70 will be treated as technically<br />

qualified bidder.<br />

4.4.1.7 Post completion <strong>of</strong> the Technical evaluation process, the purchaser will declare the<br />

technically qualified Bidders and intimate the non-qualified bidders alongwith the<br />

reason for disqualification through eMail.<br />

4.4.2 Evaluation <strong>of</strong> Financial Bids<br />

4.4.2.1 The Purchase Officer shall prepare a comparative statement in tabular form and its<br />

report on evaluation <strong>of</strong> financial bids submitted by the technically qualified bidders. The<br />

financial <strong>of</strong>fers shall be evaluated and marked L 1, L2, L3 etc. L1 being lowest <strong>of</strong>fer and<br />

then others in ascending order<br />

4.4.2.2 The evaluation shall include all costs and all taxes and duties applicable to the bidder as<br />

per law <strong>of</strong> the Central / State <strong>Government</strong>/ Local Authorities.<br />

4.4.2.3 Conditional bids are liable to be rejected.<br />

4.4.2.4 The bid with lowest Financial (L1) i.e. “lowest price quoted” and as mentioned in the<br />

Financial Bid Table (as per Annexure 8) will be considered as the Successful bid i.e.<br />

Lowest Bid (L1 Bid)<br />

4.4.2.5 It shall be ensured that the <strong>of</strong>fer recommended for sanction is justifiable looking to the<br />

prevailing market rates <strong>of</strong> the services required to be procured.<br />

Page 27 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.4.2.6 In case <strong>of</strong> same lowest financial bid quoted by different bidders, the tendering authority<br />

reserves the right to give the work-order to the bidder (with same lowest values) on the<br />

basis <strong>of</strong> the following criteria:<br />

<br />

<br />

<br />

4.4.3 Confidentiality<br />

First Preference would be given to the Bidder, which are registered in the State <strong>of</strong><br />

<strong>Rajasthan</strong><br />

Second preference would be provided to the bidders, which have a local registered<br />

<strong>of</strong>fice in Jaipur (Need Supporting evidence for Pro<strong>of</strong> <strong>of</strong> Address w.e.f. 31 st March<br />

2011)<br />

In case both the above criteria are met, then the Purchaser shall have the right to<br />

award the contract to the Bidder that having highest Turnover<br />

4.4.3.1 Information relating to the examination, evaluation, comparison, and post qualification<br />

<strong>of</strong> bids, and recommendation <strong>of</strong> contract award, shall not be disclosed to bidders or any<br />

other persons not <strong>of</strong>ficially concerned with such process until publication <strong>of</strong> the<br />

Contract award.<br />

4.4.3.2 Any attempt by a bidder to influence the tendering authority or other <strong>of</strong>ficials in the<br />

examination, evaluation, comparison, and post qualification <strong>of</strong> the bids or Contract<br />

award decisions may result in the rejection <strong>of</strong> his bid.<br />

4.4.4 Correction <strong>of</strong> Errors<br />

4.4.4.1 Price Bids determined to be responsive will be checked by the Tendering Authority for<br />

any errors. If there is a discrepancy between the quoted rate in figures and the quoted<br />

rate in words, the rate in words will take precedence. Arithmetic errors will be rectified<br />

on the following basis. If there is a discrepancy between the unit rate and the total cost<br />

that is obtained by multiplying the unit rate and quantity, the unit rate multiplied by<br />

quantity shall prevail and the total cost will be corrected. If there is a discrepancy<br />

between the total bid amount and the sum <strong>of</strong> various costs, the sum <strong>of</strong> the various costs<br />

shall prevail and the total bid amount will be corrected.<br />

4.4.4.2 The amount stated in the Form <strong>of</strong> Financial Bid will be adjusted by the Tendering<br />

Authority in accordance with the above-mentioned point for the correction <strong>of</strong> errors<br />

and, shall be considered as binding upon the bidder. If the bidder does not accept the<br />

corrected amount <strong>of</strong> bid, its bid will be rejected, and the EMD shall be forfeited.<br />

4.4.5 Price Negotiation<br />

No price negotiation shall be held by the purchaser with a bidder with respect to a bid<br />

submitted by him.<br />

4.4.6 Disqualification<br />

Tendering authority may at its sole discretion and at any time during the processing <strong>of</strong> bid,<br />

disqualify any bidder/ bid from the bid process if the bidder: -<br />

Page 28 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

i. Has not submitted the bid in accordance with the <strong>RFP</strong> document.<br />

ii. Does not meet the minimum eligibility criteria as mentioned in the <strong>RFP</strong><br />

document.<br />

iii. During validity <strong>of</strong> the bid or its extended period, if any, increases his quoted prices<br />

iv. Has imposed conditions in his bid<br />

v. Has made misleading or false representations in the forms, statements and<br />

supportings submitted in pro<strong>of</strong> <strong>of</strong> the eligibility requirements.<br />

vi. Has submitted the bid after due date and time.<br />

vii. Is found to have a record <strong>of</strong> poor performance such as abandoning work, not<br />

properly completing the contract, inordinately delaying completion, being<br />

involved in litigation or financial failures, etc.<br />

viii. Has submitted bid which is not accompanied by required documentation and<br />

Earnest Money Deposit (EMD).<br />

ix. Has failed to provide clarifications related thereto, when sought.<br />

x. Has submitted more than one bid. This will cause disqualification <strong>of</strong> all bids<br />

submitted by such bidders including forfeiture <strong>of</strong> the EMD.<br />

xi. Who is found to canvass, influence or attempt to influence in any manner for the<br />

qualification or selection process, including without limitation, by <strong>of</strong>fering bribes<br />

or other illegal gratification shall be disqualified from the process at any stage.<br />

Page 29 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

Note: Bidders may specifically note that while processing the bid documents, if it found<br />

expressly or implied, that some bidders may have compounded in any manner whatsoever<br />

or otherwise joined to form a cartel resulting in delay/ holding up the processing <strong>of</strong> bids<br />

then the bidders so involved are liable to be disqualified for the contract as well as for a<br />

further period <strong>of</strong> two years from participation in any <strong>of</strong> the bids floated by any department,<br />

Govt. <strong>of</strong> <strong>Rajasthan</strong>. It may also be clarified that if need arises then Tendering authority<br />

would go in for appointment <strong>of</strong> outside party(s) to undertake the work under the<br />

captioned bid.<br />

4.4.7 Tendering authority’s Right to Accept / Reject any or all <strong>of</strong> the Bids<br />

4.4.7.1 The tendering authority reserves the right to accept or reject any bid, and to annul<br />

(cancel) the bidding process and reject all Bids at any time prior to Contract award,<br />

without thereby incurring any liability to the bidders.<br />

4.5 Award <strong>of</strong> Contract<br />

4.5.1 Acceptance <strong>of</strong> the Tender/ Bid and Notification <strong>of</strong> Award<br />

4.5.1.1 Prior to the expiration <strong>of</strong> the period <strong>of</strong> bid validity, the tendering authority shall notify<br />

the successful bidder, in writing, that its bid has been accepted.<br />

4.5.1.2 The tendering authority shall award the Contract to the bidder whose <strong>of</strong>fer has been<br />

determined to be the best bid and is substantially responsive to the <strong>RFP</strong> document,<br />

provided further that the bidder is determined to be qualified to perform the Contract<br />

satisfactorily.<br />

4.5.1.3 The acceptance <strong>of</strong> the bid may also be placed on website <strong>of</strong> DoIT&C for general<br />

information to all.<br />

Page 30 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.5.1.4 The EMD <strong>of</strong> the bidders whose bids could not be accepted shall be refunded soon after<br />

the agreement with the successful bidder is executed and his performance security<br />

deposit is obtained. Until a formal Contract is prepared and executed, the notification <strong>of</strong><br />

award shall constitute a binding Contract.<br />

4.5.2 Signing <strong>of</strong> Contract<br />

4.5.2.1 Promptly after notification <strong>of</strong> award, the tendering authority shall send to the successful<br />

bidder the Contract Agreement.<br />

4.5.2.2 Within Fifteen (15) days <strong>of</strong> receipt <strong>of</strong> the Letter <strong>of</strong> Intent/ Work Order from the<br />

tendering authority, the successful bidder shall sign, date, and return the Contract<br />

Agreement to the tendering authority.<br />

4.5.3 Performance Security Deposit (PSD)<br />

4.5.3.1 The selected bidder shall carry out the services in conformity with general pr<strong>of</strong>essionally<br />

and technically accepted norms relevant to such assignments that are required for the<br />

project and which are to the entire satisfaction <strong>of</strong> the Tendering Authority<br />

4.5.3.2 In the event <strong>of</strong> any deficiency in services, the selected bidder shall where possible,<br />

promptly re-provide the services at no additional fees to DoIT&C<br />

4.5.3.3 Successful bidder shall have to deposit the requisite Performance Security Deposit prior<br />

to signing <strong>of</strong> agreement<br />

4.5.3.4 The selected bidder shall furnish to DoIT&C a performance security amounting to five<br />

percent (5%) <strong>of</strong> the total order value valid for the entire contract period (with a grace<br />

period <strong>of</strong> three months) in form <strong>of</strong> unconditional and irrevocable Demand Draft / KVP /<br />

Cash / Bankers Cheque / Cash through Treasury Challan deposited under head “8843-<br />

Civil Deposit 103-Security Deposit” / Post <strong>of</strong>fice savings bank Pass Books / Defence<br />

Savings Certificates or any other saving instruments under National Saving schemes for<br />

promotion <strong>of</strong> small saving issued by post <strong>of</strong>fice in <strong>Rajasthan</strong>, if the same can be pledged<br />

under the relevant rules. They shall be accepted at their standard value at the time <strong>of</strong><br />

tender and formally transferred in the name <strong>of</strong> Purchase Officer before submission <strong>of</strong><br />

Tenders with the sanction <strong>of</strong> Head Post Master<br />

4.5.3.5 The selected bidder can also submit the Performance Bank Guaranty issued by a<br />

Nationalized / Schedule Commercial Bank payable at Jaipur valid for the entire contract<br />

period (with a grace period <strong>of</strong> three months) for an amount <strong>of</strong> 50% <strong>of</strong> the Performance<br />

Security Deposit in lieu <strong>of</strong> Cash / demand draft / Bankers Cheque / receipted copy <strong>of</strong><br />

challan in appropriate cases towards Performance Bank Guaranty. The Performance<br />

Bank Guarantee shall be submitted as per the format specified in Annexure-9<br />

4.5.3.6 Failure <strong>of</strong> the selected bidder to comply with the requirements shall constitute sufficient<br />

grounds for the annulment <strong>of</strong> the award and forfeiture <strong>of</strong> the Performance Security<br />

4.5.3.7 No interest will be paid by DoIT&C on the Performance security deposit<br />

Page 31 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

4.5.4 Forfeiture <strong>of</strong> Performance Security Deposit<br />

Forfeiture <strong>of</strong> Performance Security Deposit: Security amount in full or part may be forfeited<br />

in the following cases:<br />

4.5.4.1 When the terms and conditions <strong>of</strong> contract is breached / infringed<br />

4.5.4.2 If the Bidder fails to carry out the work satisfactorily<br />

4.5.4.3 When contract is being terminated due to non-performance <strong>of</strong> the Successful Bidder<br />

4.5.4.4 Notice <strong>of</strong> reasonable time will be given in case <strong>of</strong> forfeiture <strong>of</strong> security deposit. The<br />

decision <strong>of</strong> the Purchase Officer in this regard shall be final<br />

4.5.5 Release <strong>of</strong> Performance Security<br />

4.5.5.1 The security / performance Security deposited at the time <strong>of</strong> signing <strong>of</strong> the contract will<br />

be returned back after 1 month <strong>of</strong> successful completion <strong>of</strong> the contract / project<br />

period/closure <strong>of</strong> project.<br />

4.5.6 Reservation <strong>of</strong> Rights<br />

To take care <strong>of</strong> unexpected circumstances, DOIT&C shall reserve the rights for the following:<br />

4.5.6.1 Extend the closing date for submission <strong>of</strong> the bid proposals.<br />

4.5.6.2 Amend the bidding requirements at any time prior to the closing date, with the<br />

amendment being notified to prospective bidders.<br />

4.5.6.3 Seek information from or negotiate with one or more <strong>of</strong> the bidders on any issue at any<br />

time and to continue to negotiate with one or more <strong>of</strong> the bidders.<br />

4.5.6.4 Discontinue negotiations at any time with any bidder.<br />

4.5.6.5 Allow a bidder to change its Technical proposal if the same opportunity is given to all<br />

bidders.<br />

4.5.6.6 To accept any bid not necessarily the lowest, reject any bid without assigning any<br />

reasons and accept bid for all or anyone or more <strong>of</strong> the articles for which bid has been<br />

invited or distribute items <strong>of</strong> stores to more than one bidder.<br />

4.5.6.7 Terminate or abandon the bidding procedure or the entire project whether before or<br />

after the receipt <strong>of</strong> bid proposals.<br />

4.5.6.8 Seek the advice <strong>of</strong> external consultants to assist DoIT&C in the evaluation or review <strong>of</strong><br />

proposals.<br />

4.5.6.9 Make enquiries <strong>of</strong> any person, company or organization to ascertain information<br />

regarding the bidder and its proposal.<br />

4.5.6.10 Reproduce for the purposes <strong>of</strong> the procedure the whole or any portion <strong>of</strong> the proposal<br />

despite any copyright or other intellectual property right that may subsist in the<br />

proposal.<br />

Note: Direct or indirect canvassing on the part <strong>of</strong> the bidder or his representative would lead to<br />

disqualification.<br />

Page 32 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

A. General Conditions <strong>of</strong> the Bid<br />

1) Relation between the Parties<br />

CHAPTER-5: TERMS AND CONDITIONS OF THE BID<br />

The Successful Bidder, subject to this Contract, has complete charge <strong>of</strong> Personnel<br />

performing the Services and shall be fully responsible for the Services performed by<br />

them or on their behalf<br />

2) Law Governing Contract<br />

This Contract, its meaning and interpretation, and the relation between the Parties<br />

shall be governed by the Applicable Law and as per the terms and condition <strong>of</strong> the<br />

<strong>RFP</strong><br />

3) Authorized representative<br />

Any action required or permitted to be taken, and any document required or<br />

permitted to be executed, under this Contract by the purchaser or the Successful<br />

Bidder may be taken or executed by the <strong>of</strong>ficials as specified below:<br />

<br />

<br />

For the purchaser : Secretary and Commissioner, DOIT&C, GoR<br />

For the Successful Bidder: The Authorized signatory <strong>of</strong> the Successful Bidder<br />

4) Confidential Information<br />

a) As used herein, the term “confidential Information” means any information, including<br />

information created by or for the other party, whether written or oral, which relates to<br />

internal controls, computer or data processing programs, algorithms, electronic data<br />

processing applications, routing, Security and IP Policy, subroutines, techniques or<br />

systems or information concerning the business or financial affairs and methods <strong>of</strong><br />

operation or proposed methods <strong>of</strong> operation, accounts, transactions, proposed<br />

transactions or security procedures <strong>of</strong> either party or any <strong>of</strong> its affiliates, or any client <strong>of</strong><br />

either party, except such information which is in the public domain at the time <strong>of</strong> its<br />

disclosure or thereafter enters the public domain other than as a result <strong>of</strong> a breach <strong>of</strong><br />

duty on the part <strong>of</strong> the party receiving such business process and methods used by the<br />

bidder in rendering the services.<br />

b) At all times during the performance <strong>of</strong> the Services, the parties shall abide by all<br />

applicable security rules, policies, standards, guidelines and procedure. The receiving<br />

party should note that before any <strong>of</strong> its employees or assignees is given access to the<br />

Confidential Information, each employee and assignees shall agree to be bound by the<br />

term <strong>of</strong> this agreement and such rules, policies, standards, guidelines and procedure by<br />

its employees or agents.<br />

Page 33 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

c) The receiving party should not disclose to any other party and keep confidential the<br />

terms and conditions <strong>of</strong> this contract agreement, any amendment there<strong>of</strong>, and any<br />

attachment or annexure here<strong>of</strong>.<br />

d) The obligations <strong>of</strong> confidentiality under this section shall survive rejections <strong>of</strong> the<br />

contract.<br />

5) Loss <strong>of</strong> Revenue to the Tendering Authority<br />

a) The bidder shall be vicariously liable to indemnify the Tendering Authority in case <strong>of</strong> any<br />

misuse <strong>of</strong> data/ information by the bidder, deliberate or otherwise, which comes into<br />

the knowledge <strong>of</strong> the Tendering Authority during the performance or prevalence <strong>of</strong> the<br />

contract.<br />

6) Currency <strong>of</strong> Payment<br />

a) Payment shall be made in Indian Rupees only.<br />

7) Contract Amendments<br />

a) No variation in or modification <strong>of</strong> the terms <strong>of</strong> the Contract shall be made except by<br />

written amendment signed by both the parties i.e. the Bidder and the Tendering<br />

Authority.<br />

8) Notification <strong>of</strong> award<br />

a) Prior to the expiration <strong>of</strong> the period <strong>of</strong> the bid validity, the Tendering Authority will<br />

notify the successful bidder in writing that its bid has been accepted.<br />

b) The notification <strong>of</strong> award will constitute the formation <strong>of</strong> contract.<br />

c) Upon the successful bidder's furnishing <strong>of</strong> performance security, the Tendering<br />

Authority will notify each unsuccessful bidder and will discharge their EMD.<br />

9) Period <strong>of</strong> Contract<br />

The Contract / Project Period shall commence from the date <strong>of</strong> issue <strong>of</strong> work order<br />

and up till 18 months <strong>of</strong> Project Management Consulting Services, which can be<br />

extended further for another One (01) year based on the same terms and conditions<br />

and satisfactory performance <strong>of</strong> the Bidder. However, this Extension will be sole<br />

discretion <strong>of</strong> DOIT&C.<br />

Page 34 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

10) Force Majeure<br />

a) Notwithstanding the provisions <strong>of</strong> contract, the bidder shall not be liable for forfeiture<br />

<strong>of</strong> its performance security, or termination for default, if and to the extent that, its delay<br />

in performance or other failure to perform its obligations under the contract is the result<br />

<strong>of</strong> an event <strong>of</strong> Force Majeure.<br />

b) For Purposes <strong>of</strong> this clause, "Force Majeure "means an event beyond the control <strong>of</strong> the<br />

bidder and not involving the bidder's fault or negligence and not foreseeable. Such<br />

events may include but are not restricted to acts <strong>of</strong> the purchaser either in its sovereign<br />

or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine<br />

restrictions and freight embargoes.<br />

c) If a Force Majeure situation arises, the bidder shall promptly notify the purchaser in<br />

writing <strong>of</strong> such conditions and the cause there<strong>of</strong>. Unless otherwise directed by the<br />

purchaser in writing the bidder shall continue to perform its obligations under the<br />

contract as far as is reasonably practical and shall seek all prevented by the force<br />

majeure event.<br />

11) Termination for insolvency<br />

a) The purchaser may at any, by giving 15 days prior, written notice to the bidder,<br />

terminate the contract, without compensation to the bidder, if the bidder becomes<br />

bankrupt or otherwise insolvent provided that such termination will not prejudice or<br />

affect any right <strong>of</strong> action or remedy which has accrued or will accrue thereafter to the<br />

purchaser.<br />

12) Termination for Convenience<br />

a) The purchaser, may, by giving 30 days prior, written notice sent to the bidder, terminate<br />

the contract, in whole or in part at any time for its convenience. The notice <strong>of</strong><br />

termination shall specify that termination is for the Purchaser's convenience, the extent<br />

to which performance <strong>of</strong> work under the Contract is terminated and the date upon<br />

which such termination becomes effective.<br />

13) Payment upon termination<br />

Upon termination <strong>of</strong> this Contract, the Purchaser shall make the following payments<br />

due to the Successful Bidder (after <strong>of</strong>fsetting against these payments any amount<br />

that may be due from the Successful Bidder to the Purchaser):<br />

(a) Remuneration for Services satisfactorily performed prior to the effective date <strong>of</strong><br />

termination;<br />

(b) Reimbursable expenditures pursuant to clause for expenditures actually<br />

prior to the effective date <strong>of</strong> termination; and<br />

incurred<br />

(c) Except in the case <strong>of</strong> termination pursuant to, “By the Successful Bidder” here<strong>of</strong>,<br />

reimbursement <strong>of</strong> any reasonable cost incident to the prompt and orderly<br />

termination <strong>of</strong> the Contract.<br />

Page 35 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

14) Use <strong>of</strong> Contract Documents and Information<br />

a) The bidder shall not, without the purchaser's prior written consent, disclose the<br />

contract, or any provision there<strong>of</strong>, or any specification, plan, drawing, pattern, sample<br />

or information furnished by or on behalf <strong>of</strong> the purchaser in connection therewith, to<br />

any person other than a person employed by the bidder performance <strong>of</strong> the contract.<br />

Disclosure to any such employed person shall be made in confidence and shall extend<br />

only so far, as may be necessary for purposes <strong>of</strong> such performance.<br />

b) The bidder shall not, without the purchaser's prior written consent, make use <strong>of</strong> any<br />

document or information enumerated in this document except for purposes <strong>of</strong><br />

performing the contract.<br />

c) Any document, other than the contract itself, shall remain the property <strong>of</strong> the Purchaser<br />

and shall be returned (in all copies) to the purchaser on completion <strong>of</strong> the Bidder's<br />

performance under the contract, if so required by the purchaser.<br />

15) Arbitration<br />

a) In the case <strong>of</strong> dispute arising upon or in relation to or in connection with the contract<br />

between the Purchaser and the Supplier, which has not been settled amicably, any party<br />

can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation Act,<br />

1996. Such disputes shall be referred to an Arbitral Tribunal consisting <strong>of</strong> 3 (three)<br />

arbitrators, one each to be appointed by the Purchaser and the Supplier, the third<br />

arbitrator shall be chosen by the two arbitrators so appointed by the parties and shall<br />

act as Presiding Arbitrator. In case <strong>of</strong> failure <strong>of</strong> the two arbitrators, appointed by the<br />

parties to reach a consensus regarding the appointment <strong>of</strong> the third arbitrator within a<br />

period <strong>of</strong> 30 days from the date <strong>of</strong> appointment <strong>of</strong> the two arbitrators, the Presiding<br />

arbitrator shall be appointed by Principal Secretary, IT&C. The Arbitration and<br />

Conciliation Act, 1996 and any statutory modification or re-enactment there<strong>of</strong>, shall<br />

apply to these arbitration proceedings.<br />

b) Arbitration proceedings shall be held in India at Jaipur and the language <strong>of</strong> the<br />

arbitration proceedings and that <strong>of</strong> all documents and communications between the<br />

parties shall be English.<br />

c) The decision <strong>of</strong> the majority <strong>of</strong> arbitrators shall be final and binding upon both parties.<br />

The expenses <strong>of</strong> the arbitrators as determined by the arbitrators shall be shared equally<br />

by the Purchaser and the Supplier. However, the expenses incurred by each party in<br />

connection with the preparation, presentation shall be borne by the party itself. All<br />

arbitration awards shall be in writing and shall state the reasons for the award.<br />

Page 36 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

B. Terms <strong>of</strong> Payment<br />

1) Terms <strong>of</strong> Payments<br />

a) The payment will be made on quarterly basis based upon acceptance <strong>of</strong> the Project<br />

Deliverables submitted by the selected Bidder<br />

b) The Bidder needs to submit the invoice in triplicate<br />

c) The Selected bidder shall submit the requisite Project deliverables as per the frequency<br />

mentioned under Section 3.10 in this <strong>RFP</strong> Document<br />

d) If the deliverables submitted / work performed by the selected bidder is not as per the<br />

Scope <strong>of</strong> Work / requirement <strong>of</strong> the project, payments shall not be released to the<br />

Selected Bidder. This is without prejudicing the Purchaser’s right to levy any Penalties as<br />

per <strong>RFP</strong>. In such case, the payment will be released to the Selected Bidder only after it<br />

re-submits the deliverable / performs work and which is accepted by the Purchaser<br />

e) Penalty and LD, if any, shall be deducted from the due payments<br />

C. Conditions relating to E-Procurement<br />

1) Bidders are advised to visit the http://www.eproc.rajasthan.gov.in and follow the<br />

guidelines for registration and submission <strong>of</strong> e-tender for the bid<br />

2) It is advised that bidders should submit their bids well in advance <strong>of</strong> the last date <strong>of</strong> bid<br />

submission. DOIT&C shall not be liable for any problems faced by the bidder during<br />

submission at the last moment. Extension <strong>of</strong> deadline / permission to include bids not<br />

submitted on the website because <strong>of</strong> above mentioned reasons will not be considered<br />

3) Bidders should register on the site http://www.eproc.rajasthan.gov.in and follow the<br />

process prescribed for e-tendering. Bids should be submitted online. Bids submitted in<br />

physical copy (Offline method) will not be considered for evaluation and will be rejected<br />

4) For financial bids, bidders should download “Financial Bid Format” uploaded on the<br />

website as a part <strong>of</strong> the bid and fill details without any modification to the template<br />

5) Any tampering/ change made in the downloaded “Financial Bid Format” format will not be<br />

accepted by the website while uploading<br />

6) Bidder needs to have a valid class 2 or class 3 digital signature certificate to participate in<br />

the e-tendering process<br />

7) Bidder needs to digitally sign all the documents which are submitted as a part <strong>of</strong> their bid.<br />

8) DOIT&C will not be responsible for the rejection <strong>of</strong> bids in case <strong>of</strong> non compliance to e-<br />

tendering process<br />

9) Bidders need to upload all the documents as given in the technical cover <strong>of</strong> the tender<br />

(Details are also given in Annexure 2 <strong>of</strong> the tender document uploaded)<br />

10) Any corrigendum will be published on the website http://eproc.rajasthan.gov.in and will be a<br />

part <strong>of</strong> this bid. Bidders should look on this website regularly for updates, details related to<br />

the bid<br />

Page 37 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

11) Bids shall be opened online however bidder may choose to attend the bid opening at the<br />

DOIT&C <strong>of</strong>fice<br />

12) Bidders should submit their EMD, tender document fee and e-tender processing fee as<br />

given in NIT<br />

13) Bidders should be careful while uploading the necessary documents on the website.<br />

Documents related to technical cover shall only be uploaded in the technical cover and<br />

related to financial bids shall be uploaded in the financial cover<br />

14) For filling the financial bid refer to Instruction for filling Financial Bid in e-tendering portal<br />

given in the Annexure 8, Financial bid format.<br />

15) Other Terms <strong>of</strong> Conditions<br />

a) The bidder shall not assign or sub-let his contract or any substantial part there<strong>of</strong> to any<br />

other agency<br />

b) The bidder shall pay the expenses <strong>of</strong> stamp duty for execution <strong>of</strong> agreement<br />

c) If a bidder imposes conditions which are in addition to or in conflict with the conditions<br />

mentioned herein, his bid is liable to summary rejection. In any case none <strong>of</strong> such<br />

conditions will be deemed to have been accepted unless specifically mentioned in the<br />

letter <strong>of</strong> acceptance <strong>of</strong> bid issued by the Purchase Officer<br />

d) Any bid received by the Purchase Authority after the deadline for submission <strong>of</strong> bids will<br />

be rejected & not to be considered and may be returned unopened to the bidder.<br />

D. Special Conditions <strong>of</strong> the Bid<br />

1) Price Validity<br />

a) The quoted rate will remain unchanged during the entire contract period. However the<br />

Contract may be extended further for another One (01) Year on the basis <strong>of</strong> same terms<br />

and conditions.<br />

2) In-house development model<br />

<br />

<br />

<br />

<br />

The selected Resources will be deployed at DOIT&C,Jaipur.<br />

The Resource has to follow the working hours, working days and public Holidays <strong>of</strong><br />

<strong>Government</strong> <strong>of</strong> <strong>Rajasthan</strong>. However resource shall be available on a holiday if so is<br />

required by the purchaser. No extra payments will be made for working on<br />

extended hours / Saturdays / Sundays / Holidays to meet the committed/required<br />

time schedules<br />

For special events like Site Visit, Non-availability <strong>of</strong> Bio-metric application etc, the<br />

resources would be responsbile to submit written application and take approval<br />

from OIC for that particular days.<br />

Resource shall get prior approval <strong>of</strong> purchaser before leaving headquarter, even if<br />

it is on a holiday<br />

Page 38 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

3) Penalty<br />

Maximum 20% <strong>of</strong> quarterly payment may be deducted in penalty for a quarter. An<br />

upper cap <strong>of</strong> 15% <strong>of</strong> total project purchase order can be levied as penalty in complete<br />

project duration.<br />

a) Penalty for replacement / Exit <strong>of</strong> a resource<br />

<br />

<br />

<br />

<br />

Replacement <strong>of</strong> resources shall generally not be allowed. The replacement <strong>of</strong><br />

resource by bidder will be allowed (with penalty) only in case, the resource leaves<br />

the organization by submitting resignation with the present employer.<br />

In case <strong>of</strong> failure to meet the standards <strong>of</strong> the purchaser, (which includes<br />

efficiency, cooperation, discipline and performance) bidder may be asked to<br />

replace the resource without any penalty for replacement/exit.<br />

The replaced resource will be accepted by the purchaser (DoIT&C) only if he fulfills<br />

the minimum eligibility criteria as per <strong>RFP</strong> and is found suitable to the satisfaction<br />

<strong>of</strong> the purchaser. The outgoing resource should complete the knowledge transfer<br />

with the replaced resource as per the satisfaction <strong>of</strong> the purchaser (DoIT&C). The<br />

bidding firm shall be allowed 15 days to replace the resource.<br />

The penalty per resource would be imposed in case <strong>of</strong> exit/replacement <strong>of</strong><br />

resource from the project within below mentioned period starting from the date <strong>of</strong><br />

deployment <strong>of</strong> respective resource:<br />

1. Within 6 Month: Rs. 30,000 (Rupees Thirty Thousand Only) per resource<br />

2. After 6 Months and upto 1 Year: Rs. 20,000 (Rupees Ten Thousand) per<br />

Resource<br />

3. After 1 Year: Rs. 10,000 (Rupees Ten Thousand) per Resource<br />

<br />

Purchaser is free to relieve any resource (apart from minimum committed<br />

numbers) at any time (beyond minimum committed period) during contract period<br />

without any penalty by serving 15 days advance notice to supplier.<br />

b) Penalty for Short Supply <strong>of</strong> Resources / Absence<br />

<br />

<br />

In the case <strong>of</strong> short supply <strong>of</strong> resources / absence (apart from <strong>Government</strong><br />

Holidays) <strong>of</strong> a resource during project period, no payment will be made for the<br />

days a resource is absent (Per day payment will be calculated by dividing job month<br />

rate divided by 20)<br />

In addition a penalty as calculated in subsection 5 below (Penalty per day (for non<br />

supply or absence above allowed leave <strong>of</strong> a resource)) per working day per<br />

resource will be levied on such absence / shortage <strong>of</strong> supply without prior approval<br />

from OIC<br />

Page 39 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

<br />

Penalty would be deducted from the applicable payments. All applicable penalties<br />

will be in addition to liquidated damages as described in Section below.<br />

c) Penalty for non submission <strong>of</strong> deliverables<br />

<br />

4) Liquidity Damages<br />

A penalty <strong>of</strong> Rs 5000/- per deliverable will be imposed in case firm fails to submit<br />

deliverables as defined in <strong>RFP</strong><br />

In case <strong>of</strong> delay in commencement <strong>of</strong> services (Deployment within the prescribed time limit<br />

i.e. 20 days from the Date <strong>of</strong> issuance <strong>of</strong> work order) <strong>of</strong> all the resources as mentioned in<br />

the <strong>RFP</strong> document, liquidated damages (LD) shall be imposed on the basis <strong>of</strong> following<br />

percentages, calculated on the basis <strong>of</strong> calculated Job-Month rate <strong>of</strong> specific resource<br />

category (s) multiplied by 18 months:<br />

No Condition LD %<br />

a. Delay <strong>of</strong> less than or equal to 5 Calendar Days 2.5 %<br />

b. Delay exceeding 5 Calendar Days but less than equal to 10<br />

Calendar Days<br />

c. Delay exceeding 10 Calendar Days but less than equal to 15<br />

Calendar Days<br />

d. Delay exceeding 15 Calendar Days but less than equal to 20<br />

Calendar Days<br />

5.0 %<br />

7.5 %<br />

10.0 %<br />

a. LD would be imposed, if the Bidder does not deploy a resource within stipulated<br />

time period<br />

b. Fraction <strong>of</strong> a day in reckoning period in supplies shall be eliminated if it is less than<br />

half a day<br />

c. If the Successful Bidder requires an extension <strong>of</strong> time in completion <strong>of</strong> contractual<br />

supply on account <strong>of</strong> occurrence <strong>of</strong> any hindrance, he shall apply in writing to the<br />

authority, which has placed the supply order, for the same immediately on<br />

occurrence <strong>of</strong> the hindrance but not after the stipulated date <strong>of</strong> completion <strong>of</strong><br />

supply<br />

d. Delivery period may be extended with or without liquidated damages if the delay is<br />

on account <strong>of</strong> hindrances beyond the control <strong>of</strong> the bidder.<br />

e. Also Liquidated Damages would be deducted from the quarterly due payment.<br />

Page 40 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

5) Methodology to be followed for Rate calculation for deployment <strong>of</strong> resources/ additional<br />

resources (if required) or decrease in number <strong>of</strong> resources (if required)<br />

a. Job-Unit Calculation Method:<br />

Job<br />

Number <strong>of</strong><br />

Resources<br />

Weightage<br />

<strong>of</strong> the<br />

Resource<br />

Total<br />

Weightage<br />

Deployment<br />

Period<br />

(In Months)<br />

Total<br />

Job-units<br />

N W i N x W i T MU<br />

Project<br />

Management<br />

1 3.5 3.5 18 63<br />

Database<br />

Administration<br />

1 3 3 18 54<br />

S<strong>of</strong>tware<br />

Architecture<br />

1 3 3 18 54<br />

S<strong>of</strong>tware<br />

Development<br />

3 1.75 5.25 18 94.5<br />

Project Information<br />

assistance<br />

3 1 3 18 54<br />

Total Number <strong>of</strong> Resources to<br />

Total Job Units (∑MU)=<br />

be Deployed (∑N) =9<br />

319.5<br />

Total<br />

Quot<br />

ed<br />

Value<br />

V<br />

<br />

<br />

<br />

Working Days per Month (D) = 20 Days<br />

Job-month rate <strong>of</strong> resource / additional resource= [(Total Quoted Value /Total Job<br />

Units) x Weight <strong>of</strong> the Staff] = [(V / ∑MU) x W i ]<br />

Penalty per day (for non supply or absence above allowed leave <strong>of</strong> a resource) = (Jobmonth<br />

rate <strong>of</strong> resource/20) * 0.2<br />

6) Sample example for calculation <strong>of</strong> Job-month rate <strong>of</strong> additional resource:<br />

If any Bidder submits Financial Bid for Rs. 60,00,000 /- as the Total Quoted Value, the Job-<br />

Month Rate would be calculated for an “Project Management” as mentioned below:<br />

[(V / ∑MU) x W i ] = [(6000000/319.5) x 3.5] = Rs. 65,727.69 /-<br />

Page 41 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

7) Sample example for calculating penalty per day :<br />

Let job month for above resource is Rs. 65,727.69 /-<br />

So Penalty per day = (65,727.69 / 20 ) * 0.2 = Rs. 657.27<br />

Page 42 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

ANNEXURE-1<br />

QUALIFICATION AND EXPERIENCE OF THE RESOURCES REQUIRED FOR TASK<br />

Sl.<br />

N<br />

o.<br />

Job<br />

1. Project<br />

Management<br />

2. Database<br />

Administration<br />

3. S<strong>of</strong>tware<br />

Architecture<br />

Essential<br />

Qualifications<br />

Full time B.E. / B.Tech (in IT /<br />

Computer Science / Computer<br />

Engg) / MCA and Full time MBA<br />

from recognized institutes<br />

At least 7 Year <strong>of</strong> total<br />

experience in IT Consulting and<br />

Project Management<br />

At least 2 years relevant<br />

experience <strong>of</strong> Project<br />

Management in Application<br />

Development, Customization<br />

and Implementation in a CMMI<br />

Level 3 Firm<br />

Full time B.E. / B. Tech (in IT /<br />

Computer Science / Computer<br />

Engg ) / MCA from recognized<br />

Institutes<br />

<br />

<br />

Atleast 5 year total experience<br />

in s<strong>of</strong>tware development field<br />

At Least 2 years <strong>of</strong> experience<br />

as DBA in a CMMI Level 3 Firm<br />

Full time B.E. / B. Tech (in IT /<br />

Computer Science / Computer<br />

Engg ) / MCA from recognized<br />

Institutes<br />

<br />

Atleast 5 year total experience<br />

in s<strong>of</strong>tware development field<br />

<br />

<br />

<br />

Desirable/Additional<br />

Experience in Project<br />

Management / IT<br />

Consulting / S<strong>of</strong>tware<br />

Development and<br />

implementation <strong>of</strong><br />

eGovernance<br />

initiatives is desirable<br />

MSCE / MCP / SQL<br />

Server certification<br />

desirable<br />

Experience in handling<br />

very large databases<br />

Hands-on experience<br />

on MS SQL Server<br />

2008 R2 Database<br />

Platform (Installation,<br />

Configuration,<br />

Performance Tuning,<br />

Troubleshooting,<br />

Backup/ Restore, Data<br />

Migration, Query<br />

Processing etc.)<br />

Experience in<br />

designing and coding<br />

for handling very large<br />

databases<br />

Page 43 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

Sl.<br />

N<br />

o.<br />

Job<br />

<br />

Qualifications<br />

At Least 2 years <strong>of</strong> experience<br />

as s<strong>of</strong>tware architect in a CMMI<br />

Level 3 Firm<br />

4. S<strong>of</strong>tware<br />

Development<br />

Full time B.E. / B. Tech (in IT /<br />

Computer Science / Computer<br />

Engg ) / MCA from recognized<br />

Institutes<br />

<br />

Experience in coding<br />

for handling large<br />

databases<br />

<br />

At Least 3 years <strong>of</strong> experience<br />

as s<strong>of</strong>tware developer<br />

Pr<strong>of</strong>icient in Java for Two<br />

resources<br />

<br />

Pr<strong>of</strong>icient in DotNet for One<br />

resources<br />

5. Information<br />

Assistance<br />

<br />

<br />

<br />

Any Full time Graduate and<br />

Certification course in<br />

Computer / Application<br />

S<strong>of</strong>tware etc.<br />

At Least 2 year <strong>of</strong> experience in<br />

using MS Office tools.<br />

Atleast one resource (out <strong>of</strong><br />

three) should be pr<strong>of</strong>icient in<br />

typing in hindi.<br />

Experience in Data<br />

Entry with minimum<br />

typing speed <strong>of</strong><br />

minimum 20 words<br />

per minute<br />

Pr<strong>of</strong>iciency in MS<br />

Office Tools (exposure<br />

towards, Word, Excel)<br />

Page 44 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

ANNEXURE-2<br />

CURRICULUM VITAE FOR PROPOSED JOBS<br />

Proposed Job [One resource shall be nominated for each position]:<br />

(Please write whether applied for Project Management / S<strong>of</strong>tware Development /S<strong>of</strong>tware<br />

Architecture/ Project Information Assistance )<br />

Name <strong>of</strong> Firm [Insert name <strong>of</strong> firm proposing the staff]: _______________<br />

Name <strong>of</strong> Staff [Insert full name]: _________________<br />

Date <strong>of</strong> Birth: _________<br />

Nationality: ________<br />

Education [Indicate college/university and other specialized education <strong>of</strong> staff member, giving<br />

names <strong>of</strong> institutions, degrees obtained, and dates <strong>of</strong> obtainment]: ___________________<br />

Membership <strong>of</strong> Pr<strong>of</strong>essional Associations: ____________<br />

Other Training [Indicate significant training since degree]: ________<br />

Languages [For Hindi and English language indicate pr<strong>of</strong>iciency: good, fair, or poor in speaking,<br />

reading, and writing]: _____________<br />

Employment Record [Starting with present position, list in reverse order every employment held<br />

by staff member since graduation, giving for each employment (see format here below): dates <strong>of</strong><br />

employment (Exact dates), name <strong>of</strong> employing organization, positions held.]:<br />

____________________________<br />

From [Year]: To [Year]: ________ to _______ (Exact Dates)<br />

Employer: __________<br />

Positions held: ____________<br />

Page 45 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

Detailed Tasks Assigned<br />

[List all tasks to be<br />

performed under this<br />

assignment]<br />

Work Undertaken that Best Illustrates Capability to Handle the<br />

Tasks Assigned<br />

[Among the assignments in which the staff has been involved,<br />

indicate the following information for those assignments that best<br />

illustrate staff capability to handle the tasks listed under point 11.]<br />

Name <strong>of</strong> assignment or project:<br />

Year:<br />

Location:<br />

Client:<br />

Main project features:<br />

Positions held:<br />

Activities performed:<br />

Certification:<br />

I, the undersigned, certify that to the best <strong>of</strong> my knowledge and belief, this CV correctly describes<br />

me, my qualifications, and my experience. I understand that any wilful misstatement described<br />

herein may lead to my disqualification or dismissal, if engaged.<br />

Page 46 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

ANNEXURE-3<br />

PRE-BID QUERIES FORMAT<br />

Name <strong>of</strong> the Company/Firm:<br />

Tender Cost Receipt No. __________________Dated____________for Rs. ________________/-<br />

Name <strong>of</strong> Person(s) Representing the Company/ Firm:<br />

Name <strong>of</strong> Person Designation Email-ID(s) Tel. Nos. & Fax Nos.<br />

Company/Firm Contacts:<br />

Contact Person(s) Address for<br />

Correspondence<br />

Email-ID(s)<br />

Tel. Nos. & Fax Nos.<br />

Query / Clarification Sought:<br />

S.No.<br />

<strong>RFP</strong> Page<br />

No.<br />

<strong>RFP</strong><br />

No.<br />

Rule<br />

Rule Details Query/ Suggestion/<br />

Clarification<br />

Note: - Queries must be strictly submitted only in the prescribed format (.XLS/<br />

.XLSX/DOC/DOCX/.PDF). Queries not submitted in the prescribed format will not be considered/<br />

responded at all by the tendering authority. Also, kindly attach the coloured scanned copy <strong>of</strong> the<br />

receipt towards the submission <strong>of</strong> the bid document fee.<br />

Page 47 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

1) Addressed to:<br />

Name <strong>of</strong> the Tendering Authority<br />

Address<br />

ANNEXURE-4<br />

Application FORM / Covering Letter<br />

Secretary and Commissioner<br />

Telephone 0141- 5101313, 2229394<br />

Department <strong>of</strong> IT & C<br />

IT Building, Tilak Marg, C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

Tele Fax 0141-2228701<br />

Email<br />

uid@rajasthan.gov.in (clearly mention the NIT no. in<br />

the subject <strong>of</strong> the mail)<br />

2) Firm Details:<br />

Name <strong>of</strong> Firm<br />

Name <strong>of</strong> Authorized Signatory,<br />

Designation and Endorsed Signature<br />

Registered Office Address<br />

Address <strong>of</strong> the Firm<br />

Year <strong>of</strong> Establishment<br />

Type <strong>of</strong> Firm<br />

Put Tick( ) mark<br />

Telephone Number(s)<br />

Public Limited<br />

Private<br />

Limited<br />

Partnership<br />

Email Address/ Web Site Email: Web-Site:<br />

Fax No.<br />

Mobile Number<br />

Certification/Accreditation/Affiliation,<br />

if Any<br />

Mobile:<br />

Proprietary<br />

Firm<br />

3) The requisite tender Cost amounting to Rs. ________/- (Rupees ) has been<br />

deposited vide receipt no. _______ dated ___________.<br />

4) The requisite EMD amounting to Rs. ________/- (Rupees < in words >) has been deposited<br />

vide Banker’s Cheque/ DD No. ___________ dated ___________.<br />

5) We agree to abide by all the terms and conditions mentioned in this form issued by the<br />

Tendering Authority and also the further conditions <strong>of</strong> the said notice given in the attached<br />

sheets (all the pages <strong>of</strong> which have been signed by us in token <strong>of</strong> acceptance <strong>of</strong> the terms<br />

mentioned therein along with stamp <strong>of</strong> the firm).<br />

Date:<br />

Name & Seal <strong>of</strong> the firm: ________________________<br />

Authorized Signatory: ___________________________<br />

Page 48 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

ANNEXURE-5<br />

BIDDER’S AUTHORIZATION CERTIFICATE<br />

To,<br />

Secretary and Commissioner,<br />

Department <strong>of</strong> IT & C<br />

IT Building, Tilak Marg, C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

I/ We hereby declare/ certify that is hereby<br />

authorized to sign relevant documents on behalf <strong>of</strong> the company/ firm in dealing with Tender/<br />

NIT reference No. ______________________ dated _________. He/ She is also authorized to<br />

attend meetings & submit technical & commercial information/ clarifications as may be required<br />

by you in the course <strong>of</strong> processing the Bid. For the purpose <strong>of</strong> validation, his/ her verified<br />

signatures are as under.<br />

Thanking you,<br />

Name <strong>of</strong> the Bidder: -<br />

Authorised Signatory: -<br />

Seal <strong>of</strong> the Organization: -<br />

Date:<br />

Place:<br />

Verified Signature:<br />

Page 49 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

ANNEXURE-6<br />

SELF-DECLARATION – NO BLACKLISTING<br />

To,<br />

Secretary and Commissioner,<br />

Department <strong>of</strong> IT & C<br />

IT Building, Tilak Marg, C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

In response to the Tender/ NIT Ref. No. _____________________________ dated ___________<br />

for , as an Owner/ Partner/ Director <strong>of</strong><br />

________________________________________, I/ We hereby declare that presently our<br />

Company/ firm ___________________, at the time <strong>of</strong> bidding, is having unblemished record and<br />

is not declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular<br />

period <strong>of</strong> time by any State/ Central government/ PSU/ UT.<br />

If this declaration is found to be incorrect then without prejudice to any other action that may<br />

be taken, my/ our security may be forfeited in full and our bid, to the extent accepted, may be<br />

cancelled.<br />

Thanking you,<br />

Name <strong>of</strong> the Bidder: -<br />

Authorised Signatory: -<br />

Seal <strong>of</strong> the Organization: -<br />

Date:<br />

Place:<br />

Page 50 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

ANNEXURE-7<br />

CERTIFICATE OF CONFORMITY/ NO DEVIATION<br />

To,<br />

Secretary and Commissioner,<br />

Department <strong>of</strong> IT & C<br />

IT Building, Tilak Marg, C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

This is to certify that, I/ we have thoroughly read the tender/ <strong>RFP</strong> Document and by signing this<br />

certificate, we hereby submit our token <strong>of</strong> acceptance to all the tender terms & conditions<br />

without any deviations.<br />

I/ We also certify that the price I/ we have quoted is inclusive <strong>of</strong> all the cost factors involved in<br />

the end-to-end implementation and execution <strong>of</strong> the project, to meet the desired Standards set<br />

out in the Tender/ <strong>RFP</strong> Document.<br />

Thanking you,<br />

Name <strong>of</strong> the Bidder: -<br />

Authorised Signatory: -<br />

Seal <strong>of</strong> the Organization: -<br />

Date:<br />

Place:<br />

Page 51 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

(Cover Letter on Bidder’s Letter Head)<br />

To,<br />

Secretary and Commissioner,<br />

Department <strong>of</strong> IT & C<br />

ANNEXURE-8<br />

FINANCIAL BID FORMAT<br />

IT Building, Tilak Marg, C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

Reference: NIT No. :___________________________________ Dated:__________<br />

Dear Sir,<br />

We, the undersigned bidder, Having read & examined in detail, the <strong>RFP</strong> Document, the receipt<br />

<strong>of</strong> which is hereby duly acknowledged, I/ we, the undersigned, <strong>of</strong>fer to supply/ work as<br />

mentioned in the Scope <strong>of</strong> the work in conformity with the said <strong>RFP</strong> Document for the same.<br />

I / We undertake that the prices are in conformity with the requirements. The quote/ price are<br />

inclusive <strong>of</strong> all cost likely to be incurred for executing this work. The prices are inclusive <strong>of</strong> all<br />

type <strong>of</strong> govt. taxes/duties except service tax.<br />

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract<br />

performance guarantee as prescribed in the bid document.<br />

Until a formal contract is prepared and executed, this bid, together with your written<br />

acceptance there<strong>of</strong> and your notification <strong>of</strong> award shall constitute a binding Contract between<br />

us.<br />

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the<br />

information contained in the bid is true and correct to the best <strong>of</strong> our knowledge and belief.<br />

We understand that you are not bound to accept the lowest or any bid you may receive.<br />

We agree to all the terms & conditions as mentioned in the bid document and submit that we<br />

have not submitted any deviations in this regard.<br />

Date:<br />

Authorized Signatory<br />

Name:<br />

Designation:<br />

Page 52 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

Financial Bid Format<br />

The Bidders needs to submit their Financial Proposal at e-procurement website as per the below mentioned templates:<br />

NOTE: Following is template only. Bidders should only mention financial rates in BOQ and upload same on e-procurement website<br />

Tender Inviting Authority: Secretary & Commissioner, DoIT&C, Govt. <strong>of</strong> <strong>Rajasthan</strong><br />

Name <strong>of</strong> Work: <strong>RFP</strong> for selection <strong>of</strong> agency for providing Technical Support Services for <strong>Rajasthan</strong> UID Project<br />

NIT Ref. No.:<br />

Bidder<br />

Name :<br />

SCHEDULE OF WORKS<br />

Region No. Description <strong>of</strong> work Qty. Unit RATE In Figures To be entered by the<br />

Bidder<br />

Rs. P<br />

AMOUNT<br />

Rs. P<br />

1 Whole work as per Scope<br />

defined in <strong>RFP</strong><br />

Figures<br />

Words<br />

1 No. 0.00 Rupees only 0.00<br />

Total in Figures 0.00<br />

Total in Words<br />

Rupees only<br />

Page 53 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

(To be stamped in accordance with Stamp Act)<br />

ANNEXURE-9<br />

PERFORMANCE BANK GUARANTEE<br />

To,<br />

Secretary and Commissioner,<br />

Department <strong>of</strong> IT & C<br />

IT Building, Tilak Marg, C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

1. Against contract vide advance acceptance <strong>of</strong> the Tender covering “Tender/ NIT Reference<br />

No. _____________ dated ________ and Project Titled _____________________”<br />

(hereinafter called the said 'contract') entered into between <br />

(hereinafter called the Purchaser) and _________________ (hereinafter called the Bidder)<br />

this is to certify that at the request <strong>of</strong> the Bidder we _____________ Bank Ltd., are holding<br />

in trust in favour <strong>of</strong> the Purchaser, the amount <strong>of</strong> Rs.____________________ (Rupees in<br />

words) to indemnify and keep indemnified the Purchaser against any loss or damage that<br />

may be caused to or suffered by the Purchaser by reason <strong>of</strong> any breach by the Bidder <strong>of</strong> any<br />

<strong>of</strong> the terms and conditions <strong>of</strong> the said contract and/ or in the performance there<strong>of</strong>.<br />

2. We agree that the decision <strong>of</strong> the Purchaser, whether breach <strong>of</strong> any <strong>of</strong> the terms and<br />

conditions <strong>of</strong> the said contract and/ or in the performance there<strong>of</strong> has been committed by<br />

the Bidder and the amount <strong>of</strong> loss or damage that has been caused or suffered by the<br />

Purchaser shall be final and binding upon us and the amount <strong>of</strong> the said loss or damage shall<br />

be unconditionally paid by us forthwith on demand and without demur to the Purchaser.<br />

3. We __________________________________ Bank Ltd, further agree that the guarantee<br />

herein contained shall remain in full force and effect during the period that would be taken<br />

for satisfactory performance and fulfilment in all respects <strong>of</strong> the said contract by the Bidder<br />

i.e. till _________________ hereinafter called the said date and that if any claim accrues or<br />

arises against us _________________ Bank Ltd, by virtue <strong>of</strong> this guarantee before the said<br />

date, the same shall be enforceable against us<br />

__________________________________________ Bank Ltd, notwithstanding the fact that<br />

the same is enforced within six months after the said date, provided that notice <strong>of</strong> any such<br />

claim has been given to us _________________ Bank Ltd, by the Purchaser before the said<br />

date. Payment under this letter <strong>of</strong> guarantee shall be made promptly upon our receipt <strong>of</strong><br />

notice to that effect from the Purchaser.<br />

4. It is fully understood that this guarantee is effective from the date <strong>of</strong> the said contract and<br />

that we _________________ Bank Ltd, undertake not to revoke this guarantee during its<br />

currency without the consent in writing <strong>of</strong> the Purchaser.<br />

5. We undertake to pay to the Purchaser any money so demanded notwithstanding any<br />

Page 54 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

dispute or disputes raised by the Bidder in any suit or proceeding pending before any court<br />

or Tribunal relating thereto our liability under this present bond being absolute and<br />

unequivocal.<br />

6. The payment so made by us under this bond shall be a valid discharge <strong>of</strong> our liability for<br />

payment there under and the Bidder shall have no claim against us for making such<br />

payment.<br />

7. We __________________________________ Bank Ltd, further agree that the Purchaser<br />

shall have the fullest liberty, without affecting in any manner our obligations hereunder to<br />

vary any <strong>of</strong> the terms and conditions <strong>of</strong> the said contract or to extend time <strong>of</strong> performance<br />

by the Bidder from time to time or to postpone for any time or from time to time any <strong>of</strong> the<br />

powers exercisable by the Purchaser against the said Bidder and to forebear or enforce any<br />

<strong>of</strong> the terms and conditions relating to the said contract and we, _________________ Bank<br />

Ltd., shall not be released from our liability under this guarantee by reason <strong>of</strong> any such<br />

variation or extension being granted to the said Bidder or for any forbearance by the<br />

Purchaser to the said Bidder or for any forbearance and or omission on the part <strong>of</strong> the<br />

Purchaser or any other matter or thing whatsoever, which under the law relating to sureties,<br />

would, but for this provision have the effect <strong>of</strong> so releasing us from our liability under this<br />

guarantee.<br />

8. This guarantee will not be discharged due to the change in the constitution <strong>of</strong> the Bank or<br />

the Bidder.<br />

WITNESS NO. 1<br />

Authorised Bank Representative<br />

-------------------------- ------------------------<br />

(Signature)<br />

Full name and <strong>of</strong>ficial<br />

Address (in legible letters)<br />

(Signature)<br />

Full name, designation and<br />

address (in legible letters)<br />

with Bank stamp<br />

WITNESS NO. 2<br />

-------------------------- Attorney as per power <strong>of</strong><br />

(Signature)<br />

Full name and <strong>of</strong>ficial<br />

Attorney No.............<br />

Dated………………….<br />

Address (in legible letters)<br />

Page 55 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

Date:<br />

ANNEXURE-10<br />

COVERING LETTER FOR TECHNICAL BID<br />

[Signature <strong>of</strong> staff member or authorized representative <strong>of</strong> the staff] Day/Month/Year<br />

Full name <strong>of</strong> authorized representative:<br />

To,<br />

Secretary and Commissioner,<br />

Department <strong>of</strong> Information Technology and Communication,<br />

IT Building, IT Building, Tilak Marg, C-Scheme, Jaipur<br />

<strong>Rajasthan</strong><br />

Reference. <strong>RFP</strong> No. …………………Dated……………….<br />

Sir,<br />

We, the undersigned, <strong>of</strong>fer to provide the consulting services for the above in accordance with<br />

your Request<br />

for Proposal dated ________, and our proposal. We are hereby submitting our proposal, which<br />

includes this Technical proposal and Financial Proposal submitted through eProcurement Portal.<br />

Our proposal is binding upon us. We understand that you are not bound to accept any Proposal<br />

you receive.<br />

We hereby <strong>of</strong>fer to provide the Services at the quoted rates mentioned in the Financial Bid.<br />

We do hereby undertake, that, in the event <strong>of</strong> acceptance <strong>of</strong> our bid, the Services shall be<br />

provided as stipulated in the schedule to the Bid document and that we shall perform all the<br />

incidental services.<br />

We enclose herewith the complete Technical Bid as required by you. This includes: This Bid<br />

Letter and Bid Particulars.<br />

Page 56 <strong>of</strong> 57


Selection <strong>of</strong> agency for providing technical support services for <strong>Rajasthan</strong> UID project<br />

We agree to abide by our <strong>of</strong>fer for a period <strong>of</strong> 180 days from the date fixed for opening <strong>of</strong> the<br />

Technical Bids and that we shall remain bound by a communication <strong>of</strong> acceptance within that<br />

time.<br />

We have carefully read and understood the terms and conditions <strong>of</strong> the <strong>RFP</strong> and the conditions<br />

<strong>of</strong> the Contract applicable to this <strong>RFP</strong> and we do hereby undertake to provide services as per<br />

these terms and conditions.<br />

Certified that the Bidder is a Company and the person signing the tender is the duly constituted<br />

attorney. Bid Security (Earnest Money) for an amount equal to Rs.________________ is<br />

enclosed in the cover containing the letter for Technical Bid.<br />

We do hereby undertake, that, until a formal contract is prepared and executed, this bid,<br />

together with your written acceptance there<strong>of</strong> or placement <strong>of</strong> letter <strong>of</strong> intent awarding the<br />

contract, shall constitute a binding contract between us.<br />

Dated this<br />

DD/MM/YYYY (Signature) (In the capacity <strong>of</strong>)<br />

Duly authorized to sign the Tender Response for and on behalf <strong>of</strong>: (Name and Address <strong>of</strong><br />

Company) Seal/Stamp <strong>of</strong> bidder<br />

Witness Signature: Witness Name:<br />

Witness Address:<br />

Page 57 <strong>of</strong> 57

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!