CM Dashboard Jharkhand RFP

Embed Size (px)

DESCRIPTION

rfp

Citation preview

  • 1 | P a g e

    REQUEST FOR PROPOSAL (RFP)

    for

    Selection of Consulting Firm for (a)strengthening of CMs Secretariat in the

    office of Honble Chief Minister of Jharkhand by value add services (b) developing and

    implementing State Vision Plan (c) developing a robust dashboard for information system

    Jharkhand Agency for Promotion of Information

    Technology

    (JAPIT)

    Ground Floor, Engineers hostel 1,

    Near Golchakkar, Dhurwa , Ranchi-834004.

    Tel: 0651-2400001

    Fax: 0651-2401040

    Email: [email protected]

  • 92 | P a g e

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

    ANNEXURE IX: FORMAT OF SENDING PRE-BID QUERIES ....................................... ..89

    ANNEXURE X: PRE CONTRACT INTEGRETY PACT .................................................... ..90

    ANNEXURE XI: LIST OF TOP 75 MANAGEMENT COLLEGES .................................... ..98 ANNEXURE XII: LIST OF TOP 75 ENGINEERING COLLAGES .................................... ..102

  • 33 | P a g e

    NOTICE INVITING TENDER FOR

    Selection of Consulting Firm for (a) strengthening of CMs Secretariat in the office of

    Honble Chief Minister of Jharkhand by value add services (b) developing and

    implementing State Vision Plan (c) developing a robust dashboard for information

    system

    No. 01/CEO/JAPIT/CM-Office/CS/2015

    Ranchi, Dated DD /MM/YYYY Jharkhand Agency for Promotion of Information Technology (JAPIT), the nodal agency of

    Department of Information Technology, Government of Jharkhand invites technical and

    financial proposals from reputed management consultancy firms of national and international

    repute in e-Governance consulting (in sealed cover), for setting up CM Secretariat in the

    office of Honble Chief Ministers of Jharkhand, as detailed in the Scope of Work in this RFP.

    The document can be downloaded from the website www.jharkhand.gov.in.in response to this

    tender shall be deemed to have been done after careful study and examination of this

    document with full understanding of its implications. This section provides general

    information about the Issuer, important dates and addresses and the overall eligibility criteria

    for the parties. The tender document cost of Rs.20,000/- is to be submitted vide crossed

    demand draft on any Nationalized bank/ Scheduled Bank in favour of The CEO,

    Jharkhand Agency for Promotion of Information Technology (JAPIT),Ranchi.

    1.1 Issuer

    The CEO

    Jharkhand Agency for Promotion of Information Technology, Ranchi

    Ground Floor, Engineers hostel 1,

    Near Golchakkar, Dhurwa, Ranchi-834004.

    Tel: 0651-2400001

    Fax: 0651-2401040

    Email: [email protected]

    Website: www.japit.gov.in

    1.2 Address for Bid Submission and Correspondence The CEO

    Jharkhand Agency for Promotion of Information Technology, Ranchi

    Ground Floor, Engineers hostel 1,

    Near Golchakkar, Dhurwa, Ranchi-834004.

    Tel: 0651-2400001

    Fax: 0651-2401040

    Email: [email protected]

    Website: www.japit.gov.in

  • 34 | P a g e

    DISCLAIMER

    The information contained in this Request for Proposal (hereinafter referred to as "RFP")

    document provided to the Bidders, by the Jharkhand Agency for Promotion of Information

    Technology, Ranchi, hereinafter referred to as JAPIT, or any of their employees or advisors, is

    provided to the Bidder(s) on the terms and conditions set out in this RFP document and all

    other terms and conditions subject to which such information is provided.

    The purpose of this RFP document is to provide the Bidder(s) with information to assist in the

    formulation of Proposals. This RFP document does not purport to contain all the information

    each Bidder may require. This RFP document may not be appropriate for all persons, and it is

    not possible for the JAPIT, their employees or advisors to consider the business/investment

    objectives, financial situation and particular needs of each Bidder who reads or uses this RFP

    document. Each Bidder should conduct its own investigations and analysis and should check

    the accuracy, reliability and completeness of the information in this RFP document and where

    necessary obtain independent advice from appropriate sources.

    JAPIT, their employees and advisors make no representation or warranty and shall incur no

    liability under any law, statute, rules or regulations as to the accuracy, reliability or

    completeness of the RFP document.

    JAPIT may, in its absolute discretion, but without being under any obligation to do so, update,

    amend or supplement the information in this RFP document.

  • 35 | P a g e

    1 FACT SHEET

    S. No. Basic Requirement Specific Requirement

    1 Tender No. No. 01/CEO/JAPIT/CM-Office/CS/2015

    2 Name of the Work Selection of Consulting Firm for (a) strengthening of

    CMs Secretariat in the office of Honble Chief

    Minister of Jharkhand by value add services (b)

    developing and implementing State Vision Plan (c)

    developing a robust dashboard for information system

    3 Name of the issuer of this

    tender

    The CEO,

    Jharkhand Agency for Promotion of Information

    Technology, Ranchi

    Ground Floor, Engineers hostel 1,

    Near Golchakkar, Dhurwa , Ranchi-834004.

    Tel: 0651-2400001

    Fax: 0651-2401040

    Email: [email protected]

    Website: www.jharkhand.gov.in

    4 Date of issue of tender

    document

    19/06/2015

    5 Date for sending Pre Bid

    Query

    29/06/2015 till 5 P.M

    6 Pre Bid Meeting 02/07/2015 at 2:00pm at office of IT Secretary

    Chamber, Project Bhawan, Ranchi as per address of

    Communication mentioned below.

    (Pls. refer the instructions for attending pre-

    bid meeting)

    7 Publishing of pre-bid

    queries response

    06/07/2015 on JAPIT website

    8 Last Date for Submission of

    Bids

    20/07/2015 up to 4:00 pm.

    9 Date of Opening of Pre-

    qualification Bids

    22/07/2015 at 5:00 pm

    10 Date of Technical

    presentations

    & interviews

    To be informed later

    11 Date of Commercial Bid

    opening

    To be informed later

    12(a)

    Place of Submission

    The CEO,

    Jharkhand Agency for Promotion of Information

    Technology, Ranchi

    Ground Floor, Engineers hostel 1,

    Near Golchakkar, Dhurwa , Ranchi-834004.

    Tel: 0651-2400001

    Fax: 0651-2401040

    Email: [email protected]

    Website: www.jharkhand.gov.in

  • 36 | P a g e

    S. No. Basic Requirement Specific Requirement

    (b)

    Opening of Bids

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

    Dhurwa, Ranchi-834004

    Information on the outer envelope should also

    include : < Name of the RFP >& DO NOT OPEN

    BEFORE < insert the date & time >

    13 Address of Communication Jharkhand Agency for Promotion of Information

    Technology, Ranchi

    Ground Floor, Engineers hostel 1,

    Near Golchakkar, Dhurwa , Ranchi-834004.

    14 Cost of Tender Document Rs. 20,000/- ( Rs. Twenty thousand only) through

    Demand Draft from any Nationalized Bank in

    favour of CEO, JAPIT payable at Ranchi

    15 Earnest Money Deposit

    (EMD)

    Rs. 20,00,000/- (Rupees Twenty Lakhs only) either in

    form of Demand Draft or Bank Guarantee in favour of

    CEO, JAPIT payable at Ranchi

    16 Contact /Address RFP can be purchased from the following address:

    The CEO,

    Jharkhand Agency for Promotion of Information

    Technology, Ranchi

    Ground Floor, Engineers hostel 1,

    Near Golchakkar, Dhurwa , Ranchi-834004.

    Tel: 0651-2400001

    Fax: 0651-2401040

    Email: [email protected]

    Website: www.jharkhand.gov.in

    Downloaded from www.jharkhand.gov.in. However,

    in this case, the bidders are required to submit the

    tender cost in the form of a demand draft (details

    mentioned in above para) along with the Proposal.

    The entire Bid process will be through e-tendering.

    The tender may be downloaded from

    www.jharkhandtenders.gov.in

    17 Validity of Proposal Proposals must remain valid 180 days after the

    Submission date

    18 Method of Selection Quality and Cost Based Selection(QCBS)

    19 Bid Submission Bidders must submit an original and One

    additional copies of each proposal along with one

    number of non-editable CD

    Note: 1. The date of opening of the commercial bids will be intimated to the qualified Bidders

    before the due date through Email or Telephone.

  • 37 | P a g e

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

    3. Proposals must be received not later than time, date and venue mentioned in the Fact

    Sheet. Proposals that are received after the deadline WILL NOT be considered in

    this procurement process

  • 38 | P a g e

    2. BACKGROUND INFORMATION

    2.1 ABOUT JHARKHAND

    The state of Jharkhand, popularly known as Vananchal (meaning land of woods), is located in

    the eastern part of India. It was carved out as Indias 28th state out of the southern part of Bihar

    on 15 November 2000. With an area of 79,714 sq. km, the state shares its border with the states

    of Bihar to the north, Uttar Pradesh and Jharkhand to the west, Odisha to the south, and West

    Bengal to the east. Owing to its abundant mineral resources, the state also hosts some of the

    countrys major industrial units such as Bokaro steel plant, which is the largest steel plant in

    Asia; Indias first iron and steel factory in Jamshedpur and many others. The industrial city of

    Ranchi is its capital while Jamshedpur is the largest and the biggest industrial city in the state.

    The rivers of Jharkhand play an important role in the socio-economic aspects of the society.

    While river Ganges is one of the most important rivers flowing through Jharkhand, irrigation

    networks also come from Damodar, Barakar, Koel and Suvarnarekha rivers. Being a tribe

    dominated state, nature has been given utmost prominence in every sphere of life and culture in

    Jharkhand.

    Jharkhand is one the most industrialized regions in India. A mineral rich state, it accounts for

    35.5 percent of the country's known coal reserves, 90 percent of its cooking coal deposits, 40

    percent of its copper, 22 percent of its iron ore, 90 percent of its mica and huge deposits of

    bauxite, quartz and ceramics. Due to its huge reserves of forests and natural resources,

    Jharkhand accounted for more than 70 percent of Bihars domestic product before the state was

    bifurcated. Despite this, it is still one of the most backward states in India with its per capita

    Net State Domestic Product (INR 22,780) well below the national average (INR 33,731) and

    Net Domestic Product growth rate of 6.35 percent which is below the national average. Despite

    these challenges, Jharkhands progress on building infrastructure is commendable. The state is

    characterized by a good network of roads, railways, airways, telecommunication, power and

    water systems. It is also well connected by roads with the length of its national highway at

    1,600 km and that of the state highway at 2,711 km.

    2.2 ABOUT JAPIT

    Jharkhand Agency for Promotion of Information Technology (JAP-IT) was conceptualized to

    accelerate the growth of Information Technology in Jharkhand and implement the policies of

    the State Govt. in the area of IT. The broad objectives were to provide IT inputs to

    Governments Departments, Agencies and to assist them in computerization and networking, to

    co-ordinate with investors and industry, trade organizations and financial institutions in public

    and private sector. With above objectives, JAP-IT geared up for implementing the projects

    assigned to them and succeeded in disseminating the strides made by DOIT, Jharkhand through

    participation in various exhibitions, seminars etc. among the leading IT players of the country

    and thereby attracting them in the state of Jharkhand.

  • 39 | P a g e

    2.3 ABOUT THIS REQUEST FOR PROPOSAL (RFP)

    Jharkhand Agency for Promotion of Information Technology (JAPIT), the nodal agency of

    Department of Information Technology, Government of Jharkhand in the state of Jharkhand

    invites technical and financial proposals from reputed management consultancy firms of

    national and international repute in Management consulting (in sealed cover), for setting up

    CM Secretariat in the office of Honble Chief Minister of Jharkhand, as detailed in the Scope

    of Work in this RFP. The successful bidder will be provided covered services under this RFP

    for 4 years initially period and may be extended for another 2 years period.

    3. ELIGIBILITY CRITERIA The bidder must possess the requisite experience, strength and capability in providing the

    services necessary to meet the requirements as described in the tender documents. The bidder

    must also possess the technical know-how and the financial wherewithal that would be

    required to successfully provide the services for Selection of Consulting Firm for (a)

    strengthening of CMs Secretariat in the office of Honble Chief Minister of Jharkhand

    by value add services (b) developing and implementing State Vision Plan (c) developing a

    robust dashboard for information system and support services sought by the CEO,

    Jharkhand Agency for Promotion of Information Technology (JAPIT),Ranchi, for the entire

    period of the contract. The bids must be complete in all respect and should cover the entire

    scope of work as stipulated in the Tender document. The invitation to proposal is open to all

    bidders who qualify the eligibility criteria as given below:

  • 310 | P a g e

    SNo. Basic

    Requirement

    Specific Requirement Documents required

    1 Bidder

    Turnover

    The bidder should have a

    minimum average Annual

    turnover of Rs.100 Crore

    from Indian operations over the

    last three financial years (FY10-

    11, FY11-12 and FY12-13)

    Extracts from the audited

    Balance sheet and Profit & Loss

    Account; OR Certificate from the

    statutory auditor

    2 Bidder

    Turnover from

    Consulting

    Services

    Out of the total annual turnover

    of the company a minimum of

    Rs. 50 Crore should be from

    consulting services in India

    (other than sale and

    implementation

    of h/w, s/w and networking

    equipment) out of which Rs. 20

    Crore should be from

    Government consulting services

    in India in each of the last 3

    financial years (FY11-12, FY12-

    13, FY13-14)

    Extracts from the audited

    Balance sheet and Profit & Loss

    Account; OR

    Certificate from the

    statutory auditor

    3 3.1 The bidder should have been

    engaged as a Consultant for at

    least 10 different Sectors (e.g.

    Education, Health, Energy,

    Aviation and sector defined in

    the scope of work) with any

    Donner Agency

    / Departments of State

    Government / Central

    Government or PSU/ Semi

    Government organizations /

    Quasi Governments

    organizations in India.

    The bidder should submit

    completed / on-going / work

    order copy (Highlight scope of

    work / services clearly) with

    summary sheet for experience in

    different sector.

    Copy of Completion Certificate

    by Client along with Work Order

    in case of Completed Work.

    Copy of Work Order & Clients

    Certificate in case of On-going

    projects.

    3.2 The bidder should have done at

    least 2(Two) consulting project

    of at least 12 months duration

    worth Rs. 1 crore with

    Departments of State

    Government / Central

    Government or PSU/ Semi

    Government organizations /

    Quasi Governments

    organizations in India in last 5

    year, in each of the following

    three areas:

    i. Infrastructure/ PPP Transaction advisory

    Copy of Completion Certificate

    by Client along with Work Order

    in case of Completed Work.

    Copy of Work Order & Clients

    Certificate in case of On-going

    projects.

  • 311 | P a g e

    SNo. Basic

    Requirement

    Specific Requirement Documents required

    ii. Strategy Formulation and implementation support

    and Policy Framing for

    Government/PSU

    3.3 The bidder should have

    monitored the implementation of

    at least 1 (one) IT software

    project worth Rs. 1.0 Crore as a

    consultant with any Departments

    of State Government / Central

    Government or PSU/ Semi

    Government organizations /

    Quasi Governments in India.

    Enclose copy of ongoing /

    completed work order /

    agreement for

    consulting/advisory project and

    highlight Scope of Work/

    services.

    Copy of Completion Certificate

    by Client along with Work Order

    in case of Completed Work.

    Copy of Work Order & Clients

    Certificate in case of On-going

    projects.

    3.4 The bidder should have done at

    least 1 project for Preparation of

    Vision document of State

    Government in India

    Government / Central

    Government or PSU/ Semi

    Government organizations /

    Quasi Governments in India.

    The bidder is required to submit

    documentary evidence (Purchase

    order or Completion

    Certificate)/Final Deliverable.

    4 Legal Entity The bidder should be a

    Business Entity shall mean a

    company registered in India

    under the Companies Act 1956,

    or a partnership firm registered

    under the relevant and prevailing

    law relating to partnership in

    India, and operating for the last

    10 years in Business Consulting

    as of March 31, 2014

    - Certificates of incorporation

    - Registration Certificates

    - Service Tax Registration

    5 Bidder

    Consulting

    Capacity

    The company should have at

    least 200 full time Consulting

    professionals(at least an MBA or

    equivalent OR B.E./B.Tech with

    any certification in Management

    like PMP, Six Sigma, Prince 2

    etc.) on the rolls of the company,

    as on 31st March 2014

    Summary Sheet including Name,

    Qualification, Experience and

    certification in management and

    should attested by appropriate

    authority.

    6 Solution

    Provider for

    CM

    Dashboard if

    different from

    Bidder

    Solution Provider should have

    office in India and provide free

    upgrades and updates as part of

    its AMC

    Self-declaration and address

    proof

  • 312 | P a g e

    SNo. Basic

    Requirement

    Specific Requirement Documents required

    6 Authorized

    Representative

    from Bidder

    A power of attorney / Board

    resolution in the name of the

    person signing the bid.

    Original Power of attorney /

    Board resolution copy

    7 EMD The bidder should furnish, as

    part of its proposal, an Earnest

    Money Deposit (EMD) of Rs.

    Twenty Lakhs only (Rs.

    20,00,000/-). The EMD should

    be in the form of a Demand

    Draft/ Bank Guarantee issued by

    a Nationalized / Scheduled

    Bank, in favour of The CEO,

    Jharkhand Agency for Promotion

    of Information Technology

    (JAPIT), Ranchi

    Attach original Bank Draft/

    Guarantee.

    8 Blacklisting A self-certified letter by the

    authorized signatory of the

    bidder that the bidder has

    not been blacklisted by any

    Central / State Government

    (Central/State Government

    and Public Sector) or under a

    declaration of ineligibility for

    corrupt or fraudulent

    practices as of date of Bid

    Submission must be submitted

    on original letter head of the

    bidder with signature and stamp

    A Self Certified letter by an

    authorized signatory

  • 3

    13 | P a g e

    4. INSTRUCTIONS TO THE BIDDERS

    4.1. General

    (a) Scanned copies of the following documents to be up-loaded in. pdf format only on

    the website http://jharkhandtenders.gov.in in Technical bid envelop/folder.

    (i) Bank Demand Draft or Bank Guarantee towards EMD. (ii) Bank Demand Draft towards Tender fee. (iii) Technical Qualification information and supporting documents as specified in

    Technical Evaluation Criteria.

    (iv) Certificates, undertakings, affidavits as required in Technical Qualification Criteria.

    (v) Required annexure as mentioned in the RFP

    (b) Scanned copies of the following documents to be up-loaded on the website http://jharkhandtenders.gov.in in financial bid envelop/folder.

    (i) Duly filled in & Digitally signed BOQ (Will be available online in the portal) (ii) Financial Bid proposal as in Annexure 3

    c) Uploaded documents of successful bidder will be verified with the original before

    signing the agreement. The successful bidder has to provide the originals to the

    concerned authority on receipt of such a letter, which will be sent though registered post

    or speed post or delivered by hand.

    d) Uploaded documents should be digitally singed by the bidders

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

    Bidders, on successful award of the assignment by the JAPIT on the basis of this RFP.

    f) No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of the JAPIT. Any

    notification of preferred bidder status by the JAPIT shall not give rise to any

    enforceable rights by the Bidder. The JAPIT may cancel this public procurement

    at any time prior to a formal written contract being executed by or on behalf of the

    JAPIT. g) Bidders have to submit their bids online in electronic format with digital Signature.

    Bids without digital signature will not be accepted. The bidders are also required

    to submit the hardcopy (seal and signed) of the technical bid documents latest by

    the last date and time of submission of online bids. In case of any discrepancies in

    the submitted documents (hard copy), JAP-IT will accept the online bid documents

    as authentic and final. This shall be binding to all parties.

    h) This RFP supersedes and replaces any previous public documentation & communications, and Bidders should place no reliance on such communications.

    e-Procurement helpline No. : 0651-2400178

  • 3

    14 | P a g e

    Note: Bidders are advised to familiarize themselves adequately with the Jharkhand Government e-procurement systems, well in advance, to avoid last minute technical

    glitches/errors preventing successful uploading of bid within specified time frame

    i) Compliant Tenders / Completeness of Response

    a. Bidders are advised to study all instructions, forms, terms, requirements and other Bidders are advised to study all instructions, forms, requirements, appendices and

    other information in the RFP documents carefully. Submission of the bid /

    proposal shall be deemed to have been done after careful study and examination of

    the RFP document with full understanding of its implications.

    b. Failure to comply with the requirements of this paragraph may render the Proposal non-compliant and the Proposal may be rejected. Bidders must:

    i. Comply with all requirements as set out within this RFP.

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

    iii. Include all supporting documentations specified in this RFP

    4.3. Pre-Bid Meeting & Clarifications

    4.3.1 Bidders Queries

    a. JAPIT shall hold a pre-bid meeting with the prospective bidders on Date & time and Address mentioned in Fact Sheet of this document.

    b. The two (2) authorized representative of interested organization may attend

    pre-bid conference at their own cost after registering by making payment of

    Rs. 20,000/- (Rs. Twenty Thousand Only) non-refundable, in form of DD, in

    the favour of CEO, JAPIT, payable at Ranchi. For the bidder who has down

    loaded the RFP shall have to submit the RFP document charges along with its

    offer document in case it has not participated in Pre bid conference.

    c. Pre-bid queries of only those bidders will be responded who have registered

    themselves on or before response of pre-bid queries is released.

    d. Bidders are requested to submit the e-mail address and mobile no. of one

    authorised person for all communications along with the registration.

    e. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to JAPIT by email (Excel File only) on or before last date for sending pre-bid

    queries mentioned in Fact Sheet of this document through the e-mail of only

    authorized representative of the bidder.

  • 3

    15 | P a g e

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

    S. RFP Document Reference(s) Content of RFP requiring Points of

    No. (Section & Page Number(s)) Clarification(s) Clarification

    1.

    2.

    3.

    4.

    5.

    6.

    g. JAPIT shall not be responsible for ensuring that the bidders queries have been received by them. Any requests for clarifications post the indicated date and time

    may not be entertained by the JAPIT.

    h. Bidders must confirm their participation in advance. Failure to attend pre-bid meeting lead to the non-participation of the bidder

    i. The purpose of the meeting is to provide Bidders information regarding the RFP, project requirements, and opportunity to seek clarification regarding any aspect of

    the RFP and the project. However, the JAPIT reserves the right to hold or re-

    schedule the Pre-Bid meeting.

    4.3.2 Responses to Pre-Bid Queries and Issue of Corrigendum

    a. The Officer notified by the CEO, JAPIT will endeavour to provide timely response to the queries. However, JAPIT makes no representation or warranty as to the

    completeness or accuracy of any response made in good faith, nor does JAPIT

    undertake to answer all the queries that have been posed by the bidders.

    b. At any time prior to the last date for receipt of bids, JAPIT may, for any reason, whether at its own initiative or in response to a clarification requested by a

    prospective Bidder, modify the RFP Document by a corrigendum.

    c. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the JAPIT website www.jharkhand.gov.in

    d. Any such corrigendum shall be deemed to be incorporated into this RFP.

    e. In order to provide prospective Bidders reasonable time for taking the corrigendum into account, JAPIT may, at its discretion, extend the last date for the receipt of

    Proposals.

  • 3

    16 | P a g e

    4.4. Key Requirements of the Bid

    4.4.1 Right to Terminate the Process

    a) JAPIT may terminate the RFP process at any time and without assigning any reason. JAPIT make no commitments, express or implied, that this process will

    result in a business transaction with anyone.

    b) This RFP does not constitute an offer by JAPIT. The bidders participation in this process may result JAPIT selecting the bidder to engage towards execution of the

    contract.

    4.4.2 RFP Document Fees

    a) RFP document can be purchased at the address & dates provided in the Fact sheet by submitting a non-refundable bank demand draft of Rs. 20,000/- drawn in favour

    of CEO, JAPIT payable at Ranchi from any scheduled commercial banks.

    b) The bidder may also download the RFP documents from the website www.jharkhand.gov.in. In such case, the demand draft of RFP document fees

    should be submitted along with Proposal. Proposals received without or with

    inadequate RFP Document fees shall be rejected.

    4.4.3 Earnest Money Deposit (EMD)

    a) Bidders shall submit, along with their Bids, EMD of Rs. 20,00,000/-(Rupees Twenty Lakhs) only, in the form of a Demand Draft OR Bank Guarantee (in the

    format specified in Annexure IV) issued by any nationalized/ Scheduled bank in

    favour of CEO JAPIT, payable at Ranchi, and should be valid for 180 Days from

    the due date of the tender / RFP.

    b) EMD of all unsuccessful bidders would be refunded by JAPIT within 60 Days of the bidder being notified as being unsuccessful. The EMD, for the amount

    mentioned above, of successful bidder would be returned upon submission of

    Performance Bank Guarantee as per the format provided in Appendix IV.

    c) EMD amount is interest free and will be refundable to the unsuccessful bidders without any accrued interest on it.

    d) The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.

    e) The EMD may be forfeited:

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

    ii) In case of a successful bidder, if the bidder fails to sign the contract in accordance with this RFP.

  • 3

    17 | P a g e

    4.4.4 Submission of Responses

    a. The bidders should submit their responses as per the format given in this RFP in the following manner

    i. EMD and Bid Document Fees : Original DD/ Bank Guarantee for EMD and Original DD for Tender Document fees in first envelope

    ii. Eligibility Criteria & Technical Proposal - (1 Original + 1 Copies) in second envelope.

    iii. Commercial Proposal - (1 Original) in third envelope.

    b. The Response to EMD, Technical Proposal and Commercial Proposal (As mentioned in previous paragraph) should be covered in separate sealed envelopes

    super-scribing EMD, "Technical Proposal" and Commercial Proposal

    respectively. Each copy of each bid should also be marked as "Original" OR

    "Copy" as the case may be.

    c. Please Note that Prices should not be indicated in the Technical Proposal but should only be indicated in the Commercial Proposal.

    i) The three envelopes containing copies of EMD, Technical Proposal and Commercial Proposal should be put in another single sealed envelope

    clearly marked Response to RFP for < Name of the assignment > - < RFP

    Reference Number > and the wordings DO NOT OPEN BEFORE

    ii) The outer envelope thus prepared should also indicate clearly the name, address, telephone number, E-mail ID and fax number of the bidder to

    enable the Bid to be returned unopened in case it is declared "Late".

    iii) All the pages of the proposal must be sequentially numbered and must contain the list of contents with page numbers. Any deficiency in the

    documentation may result in the rejection of the Bid.

    iv) The original proposal/bid shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors

    made by the bidder itself. Any such corrections must be initialled by the person (or

    persons) who sign(s) the proposals.

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

    vi) In case of any discrepancy observed by JAPIT in the contents of the submitted original paper bid documents with respective copies, the information

    furnished on original paper bid document will prevail over others.

    vii) Bidder must ensure that the information furnished by him in respective CDs is identical to that submitted by him in the original paper bid document. In

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

  • 3

    18 | P a g e

    paper bid documents, the information furnished on original paper bid document

    will prevail over the soft copy.

    4.4.5 Authentication of Bids

    A Proposal should be accompanied by a power-of-attorney in the name of the

    signatory of the Proposal as per Annexure mentioned in this RFP.

    4.5. Preparation and Submission of Proposal

    4.5.1 Proposal Preparation Costs

    The bidder shall be responsible for all costs incurred in connection with

    participation in the RFP process, including, but not limited to, costs incurred in

    conduct of informative and other diligence activities, participation in

    meetings/discussions/presentations, preparation of proposal, in providing any

    additional information required by JAPIT to facilitate the evaluation process, and

    in negotiating a definitive contract or all such activities related to the bid process.

    JAPIT will in no case be responsible or liable for those costs, regardless of the

    conductor outcome of the bidding process.

    4.5.2 Language

    The Proposal should be filled by the bidders in English language only. If any

    supporting documents submitted are in any language other than English, translation

    of the same in English language is to be duly attested by the Bidders. For purposes

    of interpretation of the documents, the English translation shall govern.

    4.5.3Late Bids

    a) Bids received after the due date and the specified time (including the extended period if any) for any reason whatsoever, shall not

    be entertained and shall be returned unopened.

    b) The bids submitted by telex/telegram/ fax/e-mail etc. shall not be considered. No correspondence will be entertained on this matter.

    c) JAPIT shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. No further correspondence on the subject

    will be entertained.

    d) JAPIT reserve the right to modify and amend any of the above-stipulated condition/criterion depending upon project priorities vis--vis

    urgent commitments.

    4.6. Evaluation process

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

    b) The Proposal Evaluation Committee constituted by the JAPIT shall evaluate

  • 3

    19 | P a g e

    the responses to the RFP and all supporting documents / documentary evidence.

    Inability to submit requisite supporting documents / documentary evidence, may lead

    to rejection

    c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the RFP shall be final. No correspondence will be entertained outside the process of

    evaluation with the Committee.

    d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their proposals.

    e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on the basis of any deviations.

    f) Each of the responses shall be evaluated as per the criterions and requirements specified in this RFP.

    4.6.1 Tender Opening

    The Proposals submitted up to date and time mentioned in this RFP document by

    Proposal evaluation committee authorized by JAPIT, in the presence of such of those

    Bidders or their representatives who may be present at the time of opening.

    The representatives of the bidders should be advised to carry the identity card or a

    letter of authority from the tendering firms to identify their bonafide for attending the

    opening of the proposal.

    4.6.2 Tender Validity

    The offer submitted by the Bidders should be valid for minimum period of 180 days

    from the date of submission of Tender.

    4.6.3 Tender Evaluation

    i) Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-responsive. If Proposals;

    i. Are not submitted in as specified in the RFP document. ii. Received without the Letter of Authorization (Power of Attorney) iii. Are found with suppression of details iv. With incomplete information, subjective, conditional offers and partial offers

    submitted

    v. Submitted without the documents requested in the checklist vi. Have non-compliance of any of the clauses stipulated in the RFP vii. With lesser validity period

    ii) All responsive Bids will be considered for further processing as below.

  • 3

    20 | P a g e

    Proposal evaluation Committee will prepare a list of responsive bidders, who comply

    with all the Terms and Conditions of the Tender. All eligible bids will be considered

    for further evaluation by a Committee according to the Evaluation process define in

    this RFP document. The decision of the Committee will be final in this regard.

    a) Evaluation committee will examine the bids to determine whether they are complete, whether any computational errors have been made, and whether the bids

    are generally in order.

    b) Arithmetical errors will be rectified on the following basis:

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

    prevail and the total price shall be corrected.

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

    amount in words will prevail.

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

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

    including management period.

    d. Proposal shall be opened in the presence of bidders representatives who intend to attend at their cost. The bidders representatives who are present shall sign a

    register giving evidence of their attendance.

    e. Proposal document shall be evaluated as per the following steps.

    i. Preliminary Examination of Pre-qualification/ Eligibility Criteria documents: The Pre-qualification document will be examined to determine

    whether the bidder meets the eligibility criteria, whether the proposal is

    complete in all respects, whether the documents have been properly signed and

    whether the bids are generally in order. Any bids found to be non-responsive

    for any reason or not meeting the minimum levels of the performance or

    eligibility criteria specified in various sections of this Tender Document will be

    rejected and will not be considered further.

    ii. Evaluation of document: A detailed evaluation of the bids shall be carried out in order to determine whether the bidders are competent enough and whether

    the technical aspects are substantially responsive to the requirements set forth

    in the Tender Document. Bids received would be assigned scores based on the

    parameters defined in the table below. All supporting document submitted in

    support of Eligibility and Technical Evaluation matrix should comply the

    following:-

    Supporting document is to be submitted in hard copies in quality print.

  • 21 | P a g e

    Supporting document should clearly indicate value of the completed/on-going project and scope of work/ services should be clearly highlighted.

    In case of Bidder is having Non Disclosure Agreement (NDA) with their client no such experience will be counted (if agreement copy not submitted).

    Bidders failing to comply any of the above then the Bid will be summarily

    rejected.

    iii. QCBS (Quality and Cost Based Selection):

    Proposals will be evaluated as given below and the Bidders obtaining highest

    marks for their offering shall be declared as the Preferred Bidders. Upon

    acceptance of the Price of the Most Preferred Bidder with or without further

    negotiations, JAPIT may declare the Most Preferred Bidder as the Successful

    Bidder for the agreement.

    The Technical Evaluation Criteria consists of 2 parts. Part 1 Consulting is of 100 marks, and

    Part 2 CM Dashboard Solution is of 50 marks. If the CM Dashboard solution provider is

    different from the Bidder, then the technical evaluation score of the solution provider will be

    considered for Part 2 - CM Dashboard Solution.

    Technical Evaluation Criteria Part 1 - Consulting

    SL.N

    O.

    Criteria Maximu

    m marks

    Required

    documentary

    evidence

    1 Consulting Projects in India in State/ Central

    Government department / Quasi Govt./ PSU/Donor

    Agencies

    25

    The organization shall have executed at least 1 Consulting/Advisory Services projects

    (ongoing/completed) in the following domains/ services (other than advisory/ consulting in

    only IT related matters). Project value should be 50 lakhs or more. The project must be

    executed from FY 2005-06 to2014-15

    1.1 Energy/Power

    PrEnergy/Poweroject/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.2 Finance & Tax Regulations and Planning

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

  • #

    22 | P a g e

    y project and

    highlight Scope of

    Work/ services

    1.3 Panchayat and Rural Development

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed

    work order /

    agreement for

    consulting/adviso

    ry project and

    highlight Scope

    of Work/ services

    1.4 Agriculture, Irrigation, Food & Public Distribution

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed

    work order /

    agreement for

    consulting/adviso

    ry project and

    highlight Scope

    of Work/ services

    1.5 Infrastructure road and Transport

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed

    work order /

    agreement for

    consulting/adviso

    ry project and

    highlight Scope

    of Work/ services

    1.6 Mineral Resources and Mining

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed

    work order /

    agreement for

    consulting/adviso

    ry project and

    highlight Scope

    of Work/ services

    1.7 Skill Development and Livelihood promotion

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.8 Drinking water & sanitation

    Project/Services

    1 Project -0.5 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

  • 23 | P a g e

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.9 Urban Development

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.10 Health

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.11 Information Technology/ eGovernance/ Citizen

    services and Biotechnology

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    Consulting/adviso

    ry project and

    highlight Scope of

    Work/ services

    1.12 Social Welfare

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    Consulting/adviso

    ry project and

    highlight Scope of

    Work/ services

    1.13 Education (Primary/Higher/Technical)

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    Consulting/adviso

    ry project and

    highlight Scope of

    Work/ services

  • 24 | P a g e

    1.14 Commerce, Industry and MSME Sector

    development

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.15 Tourism

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.16 Forest/Environment/Irrigation

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.17 Culture & Sports

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.18 Governance and Policy Reforms

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.19 Branding and promotion related services

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

  • 25 | P a g e

    y project and

    highlight Scope of

    Work/ services

    1.20 Bid Process Management/ PPP Transaction services

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.21 Preparation of State vision plan Document

    Project/Services

    PPP Consulting/Advisory Services

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.22 Preparation of State economy development

    roadmap and assistance in implementation

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.23 Ease of doing business or regulatory reforms with

    the state Govt. in India

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.24 Experiencing in implementing of performance

    monitoring dash board and PMU support

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

    order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    1.25 Advisory services to Chief Minister and Secretariat

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    1.0 Enclose copy of

    ongoing /

    completed work

  • 26 | P a g e

    >2 Project-1.0 Marks order / agreement

    for

    consulting/advisor

    y project and

    highlight Scope of

    Work/ services

    2 Onsite Resource Personnel 20 Required

    documentary

    evidence

    Advisory Services to Chief Minister Secretariat CV per the

    required format

    B.E. / B.Tech

    (Branch)

    2.1 Senior Level Consultant

    (I)Consulting Experience : Maximum 3.0 Marks

    Consultant with more than 10 years experience

    having mandatory expertise in

    India in State/ Central Government department /

    Quasi Govt./ PSU/Donor Agencies (a) Government

    Reforms, (b)

    National/ State Level Policy Making and (c)

    Planning and expertise on at least

    two of the following domains:

    i) Energy/ Power

    ii) Infrastructure

    iii) Panchayat and Rural Development

    iv) Urban Utilities

    v) Agriculture, Food and Public Distribution

    vi) Mining

    vii) Social Sector

    a) India in State/ Central Government department /

    Quasi Govt./ PSU/Donor Agencies

    Project Experience

    5 Assignments -0.5 Marks

    6-10 Assignments- 1.0 Marks

    >10 Assignments-2.0 Marks

    b)International Government/PSU/Quasi

    Government Project Experience

    1 Assignments -0.5 Marks

    >1 Assignments-1.0Marks

    (II) Qualification : Maximum 1.0 Marks

    i) Full time post graduate diploma in management

    from IIM or MBA from top

    15 colleges as per Annexure-XI : 0.5 Marks

    ii) B.E/ B.Tech from top 15 colleges as per

    Annexure-XII with Full time post

    graduate diploma in management from IIM or

    MBA from top 15 colleges as

    per Annexure-XI: 1.0 Marks

    (III) Years of Experience: Maximum 2.0 Marks

    i) 10 Years: 1.0 Marks

    i) 11-15 Years : 2.0Marks....................Age- Max 50

    yrs.

    6

    2.2 Middle Level Consultant (2) 4x2=8

  • -

    27 | P a g e

    (I) Consulting/ Implementation Experience :

    Maximum 2.0 Marks

    Consultant with more than 7 years of experience

    having expertise in IT /ITeS

    consulting and implementation who has executed

    minimum 3 assignments

    IT/ ITeS project implementation/ management-

    India

    3 Assignments -1.0 Marks

    3-5 Assignments- 1.5 Marks

    >10 Assignments-2.0 Marks

    (II) Qualification : Maximum 1.0 Marks

    i) B.E/B.Tech from top 50 colleges as per

    Annexure-XII with Full time post

    graduate diploma in management from IIM or

    MBA from top 25 colleges as

    per Annexure-XI Institute : 0.5Marks

    ii) B.E/ B.Tech from top 25 colleges as per

    Annexure-XII with Full time post

    graduate diploma in management from IIM or

    MBA from top 25 colleges as

    per Annexure-XI : 1.0 Marks

    (III) Years of Experience: Maximum 1.0 Marks

    i) 7 Years: 0.5 Marks

    ii)>7 Years: 1.0 Marks

    iii) >10 -: 1.0 Marks (Maximum Age 40 Years)

    2.3 Junior Level Consultant 2 positions, 2 marks

    each

    (a)IT /ITeS consulting and implementation Expert

    and technical in-charge of dashboard

    Education Qualification:

    MBA/PGDBM/BE/BTECH/MCA

    (I) Consulting/ Implementation Experience :

    Maximum 1.0 Marks

    Experience: Minimum 7 years

    He/she should have

    - Participated in execution of consulting

    assignments at National or State

    level (minimum 3 Projects)

    - Two Projects in IT/ ITeS Project Implementation/

    Management

    - One Project in National /State Level e-

    Governance /IT Investment/ IT SEZ Policy Making

    4

  • 28 | P a g e

    IT/ ITeS project implementation/ management-

    India

    3 Assignments -0.5 Marks

    >4 Assignments- 1.0 Marks

    (II) Qualification : Maximum 1.0 Marks

    i) B.E/B.Tech from top 50 colleges as per

    Annexure-XII with Full time post

    graduate diploma in management from IIM or

    MBA from top 25 colleges as

    per Annexure-XI Institute : 0.5Marks

    ii) B.E/ B.Tech from top 25 colleges as per

    Annexure-XII with Full time post

    graduate diploma in management from IIM or

    MBA from top 25 colleges as

    per Annexure-XI : 1.0 Marks

    (b)Finance Expert

    Education Qualification: MBA /PGDBM

    (I) Consulting/ Implementation Experience :

    Maximum 1.0 Marks

    Experience : Minimum 7 years

    The candidate should have

    - experience of in financial modelling, market

    analysis, risk analysis and to forecast revenue

    streams for various projects.

    - experience of at least three successful PPP

    projects (signing of concession agreement)

    IT/ ITeS project implementation/ management-

    India

    3 Assignments -0.5 Marks

    >4 Assignments- 1.0 Marks

    (II) Qualification : Maximum 1.0 Marks

    i) B.E/B.Tech from top 50 colleges as per

    Annexure-XII with Full time post

    graduate diploma in management from IIM or

    MBA from top 25 colleges as

    per Annexure-XI Institute : 0.5Marks

    ii) B.E/ B.Tech from top 25 colleges as per

    Annexure-XII with Full time post

  • 29 | P a g e

    graduate diploma in management from IIM or

    MBA from top 25 colleges as

    per Annexure-XI : 1.0 Marks

    2.4 Language Expert

    (I) Qualification & Experience : Maximum 1

    Marks

    i) Any Post Graduation with Recognized diploma or

    certificate course in

    Translation from Hindi to English and vice versa

    with Minimum 10 Years of

    Experience : 1.0 Marks

    (II) Expertise : Maximum 1 Marks

    i) Minimum 2 Years experience of Translation

    work from Hindi to English

    and Vice versa in Central/ State Government

    offices, including Government of

    India Undertakings : 1.0 Marks

    2

    3 Subject Matter Experts (Having a minimum

    experience of 10 years) One CV on each sector to

    be submitted as per the format

    20 Required

    documentary

    evidence

    Subject Matter Expert having experience in at least 2 consulting projects in the following

    domains/ services (Consulting Projects in India in State/ Central Government

    department / Quasi Govt./ PSU/Donor Agencies)

    3.1 Energy /Power

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.2 Finance/ Tax Regulations/ Planning

    Project/Services

    1 Project -0.5 Marks

    2 Project -0.75 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.3 Panchayat and Rural Development

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.4 Agriculture, Irrigation, Food & Public Distribution

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.5 Infrastructure road and Transport

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.6 Mineral Resources and Mining 1 Enclose CV as per

  • 30 | P a g e

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    format defined in

    the RFP.

    3.7 Skill Development and Livelihood promotion

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.8 Drinking water & sanitation

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.9 Urban Development

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.10 Health

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.11 Information Technology / eGovernance / Citizen

    services and Biotechnology

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.12 Social Sector Welfare

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.13 Education (Primary/ Secondary/ Higher/ Technical)

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.14 Commerce , Industry and MSME sector

    development 2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.15 Tourism

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.16 Forest/ Environment/ Irrigation

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.17 Cultural & Sports 1 Enclose CV as per

  • 31 | P a g e

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    format defined in

    the RFP.

    3.18 Governance and policy reforms

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.19 Branding and Promotion related services

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    3.20 Bid Process Management/ PPP Transaction

    Services

    Project/Services

    2 Project -0.5 Marks

    >2 Project-1.0 Marks

    1 Enclose CV as per

    format defined in

    the RFP.

    4 Organization capability 20 Required

    documentary

    evidence

    4.1 Annual Turnover as evident from Copy of the

    audited profit and loss account

    of the company showing average annual turnover of

    the company for last three

    financial years ( FY 2010-11, 2011-12, 2012-13)

    Rs. 100 Cr : 1.0 marks

    Rs. 101 Cr 200 Cr : 2.0 marks

    Rs. 201 Cr and 400 Cr : 3.0 marks

    Rs. 401 Cr and Above : 5.0 marks

    5.0 A certificate by

    Chartered

    Accountant along

    with Profit &

    Loss'

    statements,

    Balance Sheet

    submitted with

    Income Tax

    returns indicating

    sector-specific

    turnover is

    required.

    4.2 Annual Turnover from Government Consulting

    Business as evident from

    Copy of the statutory auditor/ company secretary of

    the company for last three

    financial years ( FY 2010-11, 2011-12, 2012-13)

    Rs. 20 Cr : 1.5 marks

    Rs. 21-30 Cr: 2.0 marks

    Rs. 31-40 Cr : 2.5 marks

    2.5 A certificate by

    Chartered

    Accountant /

    Company

    Secretary

    indicating the

    Government

    Consulting

    turnover is

    required.

    4.3 Projects of minimum contract value of Rs. 2.0 crore

    with any Departments of

    State Government / Central Government or PSU/

    Semi Government

    organizations / Quasi Governments organizations in

    India in last 5 years in

    each of the following 5 areas: (0.5 marks for each

    project max 2 projects)

    5 Enclose copy of

    ongoing /

    completed

    work order /

    agreement for

    consulting/adviso

    ry project and

    highlight Scope

  • 32 | P a g e

    a. Private sector development (investment

    promotion campaign, business

    license reform etc.)

    b. Infrastructure or PPP transaction advisory

    c. Finance/ Tax policy

    d. Technology transformation (e-Governance,

    Single window implementation

    etc.)

    e. Panchayat and Rural Development/Agriculture/

    Health/Social Welfare/

    Education

    of Work/ services

    with project cost

    4.4 The organization shall have experience in IT /

    eGovernance implementation

    Projects to the assignment on Dashboard

    Management System / MIS / Scheme

    Management projects (completed/ ongoing) in

    Government/ quasi-

    Government/ PSUs (minimum 1) in India.

    1 Project will be awarded 1 Marks. For every

    additional 1 Project 1 Marks will

    be awarded upto to Maximum 5.0 Marks in total

    5.0 Enclose copy of

    ongoing /

    completed

    work order /

    agreement and

    highlighting the

    Scope of Work/

    services

    4.5 Consulting/ Advisory/ IT projects (completed/

    ongoing) implementation in any

    Government department /Quasi Government/ PSU

    in Jharkhand

    1 project: 1.5 marks

    2 projects: 2.0 marks

    3 projects or more: 2.5 marks

    2.5 Enclose copy of

    ongoing /

    completed

    work order /

    agreement and

    highlighting the

    Scope of Work/

    services in

    Jharkhand

    5 Presentation and Approach Methodology 15 Required

    documentary

    evidence

    5.3 Presentation

    a) Understanding of the assignment

    b) Quality of methodology and work program

    5 30 minutes time

    will be given for

    presentations

    5.4 Interviews of onsite resources 10

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

    Technical Evaluation Criteria Part 2 CM Dashboard

    1 Compliance to Functional Specifications 10

    marks

    1. Data Access, Cleansing and Transformation-2 marks

    30 Submit updated

    compliance and

    Attach Factsheets

  • 33 | P a g e

    2. Role based Dashboard, Scorecards and reports-2 marks

    3. Departmental Analysis -2 marks 4. Forward looking Analysis -2 Marks 5. Data Exploration and Adhoc analysis 2

    marks

    Compliance to Technical Specifications 20 marks

    1. Mandatory features : 11 marks 2. Additional features : 9 marks (1 mark for

    each additional feature on page 62,63)

    If mandatory technical features are not complied to,

    total marks given to Compliance to Technical

    Specifications will be 0.

    2 Experience in implementing the proposed solution

    should have been implemented in implemented in

    Indian State/ Central Government department /

    Quasi Govt./ PSU/Donor Agencies:

    2 Projects 2 marks

    1 mark for each additional project, upto a maximum

    of 5 marks

    5 Enclose copy of

    ongoing /

    completed work

    order / agreement

    3 The solution should have been implemented for

    CM Dashboard project in other Indian States:

    1 State 2 marks

    2 or more States- 5 marks

    5 Enclose copy of

    ongoing /

    completed work

    order / agreement

    4 Present understanding of the CM Dashboard project

    and its implementation 5 marks

    Demo of the CM Dashboard solution underlying

    ETL, Data cleansing and Data standardization

    solution 5 marks

    10 Presentation

    during technical

    evaluation

    The technical score of this evaluation will be called T_Part2 (maximum 50 marks)

    Evaluation of Commercial Bid: 1) Computation of Technical Score

    The final Technical score will be the average of technical score from part 1 and part2.

    e.g,

    If T_Part1 = 80 and T_part2 = 40 then Technical Score = (80+40)/1.5 = 80

    2) The commercial bids of only technically successful Bidder(s) whose bids have been awarded 70 or more marks in aggregate by the Committee will be opened. The

    evaluation will be carried out if Commercial bids are complete and computationally

    correct. Lowest Commercial proposal will be allotted a Commercial score of 100

  • 34 | P a g e

    marks. The Commercial score of other Bidder(s) will be computed by measuring the

    respective Commercial bids against the lowest proposal.

    3) The bidder with the Highest Technical Marks will be awarded 100 marks and others bidders will be awarded on percentile basis (e.g.) if the highest technical Marks is 90,

    the T1 bidder will get (Tm) 100 marks. A bidder awarded 80 marks will get (80/90) x

    100=88.88 Marks.

    4) Computing the final (T1-L1) marks:

    i) The composite score is a weighted average of the Technical and Commercial

    Scores. The ratio of Technical and Commercial score is 70:30 respectively. The

    composite (T1 L1) marks will be derived using the following formula:

    T1 & L1 evaluation

    Technical Marks (TM) = Bidders actual Technical Score (ATS) / Highest Technical Score (HTS)

    Commercial Marks (CM) = Lowest Commercial Score (LCS) / Bidders actual Commercial Score (ACS)

    Composite (T1 L1) marks = (TM * 0.70 + CM * 0.30) * 100 Thus the composite (T1 L1) marks shall be out of a maximum of 100 marks.

    The responsive Bidder(s) will be ranked in descending order according to the

    composite (T1 L1) marks, which is calculated based on the above formula. The

    highest-ranking Bidder as per the composite (T1 L1) marks will be selected. These

    evaluation criteria will be weighted by JAPIT management and applied to Bidder

    responses to determine which Bidder is the Most Preferred Bidder for JAPIT.

    4.7. Prequalification and Technical Proposal

    i. Prequalification/Eligibility Criteria:

    Pre-qualification document as per eligibility criteria specified under Section -3

    above along with the following documentations:

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

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

    c. Reference list of major clients

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

    e. A copy of the Tender Document, all pages duly-signed by the authorized signatory towards acceptance of the terms and conditions of the Tender

    Document.

  • 35 | P a g e

    ii. Technical proposal

    a. Proposal particulars b. Proposal letter c. Proposed approach and methodology and services offered d. Proposed Project Plan and Implementation Schedule e. Schedule of delivery f. All relevant document for Technical Evaluation g. Annexure for Technical Qualification

    iii. Commercial proposal

    a. Proposal letter b. Proposal particulars including priced Bill of Material (BOM) Bidders should

    enclose, with their offers, full details of services offered as well as their

    latest on-going /completed projects.

    4.8. Modification and withdrawal of Bids

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

    to the JAPIT.

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

    c. The Bidders cannot withdraw the proposal in the interval between the last date for receipt of bids and the expiry of the proposal validity period

    specified in the Proposal. Such withdrawal may result in the forfeiture of its

    EMD from the Bidder.

    4.9. Proposal Forms

    a. Wherever a specific form is prescribed in the Proposal document, the Bidder shall use the form to provide relevant information. If the form does not provide

    space for any required information, space at the end of the form or additional

    sheets shall be used to convey the required information.

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

    c. JAPIT shall not be bound by any printed conditions or provisions in the Bidders Proposal Forms, packaging document or delivery challan.

    4.10. Local Conditions

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

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

  • 36 | P a g e

    described in the bidding document. The JAPIT shall not entertain any request

    for clarification from the Bidder regarding such local conditions.

    c. It is the Bidders responsibility that such factors have been properly investigated and considered before submitting the proposal. No claim, what-so-

    ever, including that for financial adjustment to the contract awarded under the

    bidding document will be entertained by the JAPIT. Neither any change in the

    time schedule of the contract nor any financial adjustments arising there-of

    shall be permitted by the JAPIT on account of failure of the Bidder to know the

    local laws / conditions.

    d. The Bidder is expected to visit and examine and study the location of Govt. offices and its surroundings and obtain all information that may be necessary

    for preparing the proposal at its own interest and cost.

    4.11. Contacting the Jharkhand Agency for Promotion of Information

    Technology, Ranchi

    a. Any effort by a Bidder to influence the proposal evaluation, proposal comparison or contract award decisions may result in the rejection of the

    proposal.

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

    Contract is awarded.

    4.12. Eligibility Criteria

    The bidder shall meet the criteria for eligibility mentioned in the Tender

    document. The bidder must have registration certificate, registration under

    Labour Laws Contract Act, valid sales tax registration certificate and valid

    service tax registration certificate, whichever is applicable, for this Tender. Any

    kind of consortium will not be permitted. However, sub-contracting is

    permitted under this for Subject Matter Experts (SMEs) as the need arises.

    4.13. Tentative Schedule of Events

    Tentative schedule of events regarding this tender shall be as per the dates and

    time given in the Section-1: Fact Sheet.

    4.14. Opening of Proposal

    First, the envelope containing Earnest Money Deposit (EMD) will be opened,

    and if found, that the bidder has furnished all the documents in the prescribed

    manner, then the second envelope containing Technical Proposal will be

    opened. The commercial proposal would be opened in presence of technically

    short-listed bidders. The Evaluation Committee or its authorized representative

    will open the tenders. Sequence of opening is as follows:

  • 37 | P a g e

    a. EMD Envelope

    b. Technical Proposals

    c. Commercial Proposals

    4.15. Deciding Award of Contract

    a. The JAPIT reserves the right to ask for a technical elaboration/clarification in the form of a technical presentation from the Bidder on the already submitted Technical

    Proposal at any point of time before opening the Commercial Proposal. The Bidder

    shall furnish the required information to JAPIT and its appointed representative on

    the date asked for, at no cost to the JAPIT. The JAPIT may at its discretion, visit the

    office of the Bidder any-time before the signing of Agreement.

    b. JAPIT shall inform those Bidders whose proposals did not meet the eligibility criteria or were considered non-responsive, informing that their Commercial

    Proposals will be returned unopened after completing the selection process. JAPIT

    shall simultaneously notify those Bidders who qualify for the Evaluation process as

    described in this Tender Document, informing the date and time set for opening of

    Commercial Proposals. The notification may be sent by mail or fax.

    c. The bidders name, the Proposal Price, the total amount of each proposal and other such details as the Tendering Authority may consider appropriate, will be

    announced and recorded by the JAPIT at the opening of bid.

    d. JAPIT shall inform those Bidders whose proposals are accepted via issuance of Letter of Acceptance (LoA) in duplicate copy. Bidder shall acknowledge the LoA

    and return the duplicate copy duly sealed and signed, within seven days from the

    issue of LoA by JAPIT.

    e. After acceptance of LoA Performance Security shall be deposited as specified in this document for signing an Agreement with JAPIT.

    f. Special Condition for Awarding the Agreement:

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

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

    4.16. Confidentiality

    a. As used herein, the term Confidential Information means any information, including information created by or for the other party, whether written or oral,

    which relates to internal controls, computer or data processing programs,

    algorithms, electronic data processing applications, routines, subroutines,

    techniques or systems, or information concerning the business or financial affairs

    and methods of operation or proposed methods of operation, accounts, transactions,

  • 38 | P a g e

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

    or any client of either party, except such information which is in the public domain

    at the time of its disclosure or thereafter enters the public domain other than as a

    result of a breach of duty on the part of the party receiving such information. It is

    the express intent of the parties that all the business process and methods used by

    the Bidder in rendering the services hereunder are the Confidential Information of

    the Bidder.

    b. The Bidder shall keep confidential, any information related to this tender, with the same degree of care as it would treat its own confidential information. The Bidders

    shall note that the confidential information will be used only for the purposes of

    this tender and shall not be disclosed to any third party for any reason what-so-

    ever.

    c. At all time of the performance of the services, the Bidder shall abide by all applicable security rules, policies, standards, guidelines and procedures. The

    Bidder should note that before any of its employees or assignees is given access to

    the Confidential Information, each such employee and assignees shall agree to be

    bound by the terms no less onerous than those contained under this tender and such

    rules, policies, standards, guidelines and procedures by its employees or agents.

    d. The Bidder should not disclose to any other party and keep confidential the terms and conditions of this Contract agreement, any amendment hereof, and any

    Attachment or Annexure hereof.

    e. The obligations of confidentiality under this section shall survive rejection of the contract.

    4.17. Publicity Any publicity by the bidder containing the name of JAPIT should be done only with the

    explicit written permission from JAPIT.

    4.18. Execution of Agreement

    After acknowledgement of the LoA by the selected bidder, a performance security of 10% of

    contract value has to deposit in the form of FDR/TDR/DD/BG of any nationalized /Scheduled

    Bank in the name of The CEO, Jharkhand Agency for Promotion of Information Technology,

    Ranchi, for a Period of Five year and shall sign the Agreement with in Twenty one days from

    the issue of LoA.

    4.19. Duration of the contract:

    The CONTRACT shall initially valid for a period of Four (4) year from the date of signing of

    Agreement. JAPIT may extend the Agreement for another two (2) years period with an

    incremental rate as mutually agreed by JAPIT& successful bidder.

    4.20. Terms and Conditions: Applicable Post Award of Contract

  • 39 | P a g e

    4.20.1 Termination Clause

    i) Right to Terminate the Process

    JAPIT reserves the right to cancel the contract placed on the selected bidder and

    recover expenditure incurred by JAPIT under the following circumstances:-

    a. The selected bidder commits a breach of any of the terms and conditions of the bid.

    b. The bidder goes into liquidation, voluntarily or otherwise.

    c. An attachment is levied or continues to be levied for a period of seven days upon effects of the bid.

    d. If the selected bidder fails to complete the assignment as per the time lines prescribed in the RFP and the extension if any allowed, it will be a breach of

    contract. The JAPIT reserves its right to cancel the order in the event of delay

    and forfeit the bid security as liquidated damages for the delay.

    e. If deductions of account of liquidated damages /Penalty exceeds more than 10% of the total contract price.

    f. In case the selected bidder fails to deliver the services as stipulated in the delivery schedule, JAPIT reserves the right to procure the same or similar

    services from alternate sources at the risk, cost and responsibility of the

    selected bidder.

    g. After award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, JAPIT reserves the right to

    get the balance contract executed by another party of its choice by giving one

    month notice for the same. In this event, the selected bidder is bound to make

    good the additional expenditure, which JAPIT may have to incur in executing

    the balance contract. This clause is applicable, if for any reason, the contract is

    cancelled.

    h. JAPIT reserves the right to recover any dues payable by the selected Bidder from any amount outstanding to the credit of the selected bidder, including the

    pending bills and/or invoking the bank guarantee under this contract.

    II) Consequences of Termination

    a. In the event of termination of the Contract due to any cause whatsoever, [whether consequent to the stipulated term of the Contract or otherwise], JAPIT shall be

    entitled to impose any such obligations and conditions and issue any clarifications

    as may be necessary to ensure an efficient transition and effective business

    continuity of the Service(s) which the Vendor shall be obliged to comply with and

    take all available steps to minimize loss resulting from that termination/breach,

    and further allow the next successor Vendor to take over the obligations of the

  • 40 | P a g e

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

    the Contract.

    b. Nothing herein shall restrict the right of JAPIT to invoke the JAPIT Guarantee and other guarantees, securities furnished, enforce the Deed of Indemnity and

    pursue such other rights and/or remedies that may be available JAPIT under law

    or otherwise.

    c. The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of the Contract that are expressly or by

    implication intended to come into or continue in force on or after such termination. 4.20.2 Liquidated Damages

    a. Notwithstanding JAPIT s right to cancel the order, liquidated damages for late

    delivery at 1% (One percent) of the undelivered portion of order value per

    week will be charged for every weeks delay in the specified delivery schedule

    subject to a maximum of 2% of the value of the order value.

    b. Liquidated damages for late installation and GO-Live of CM Dashboard at 1% (One percent) of the order value per week will be charged for every weeks

    delay in commissioning to a maximum of 10% of the value of the order value

    for CM Dashboard.

    c. Please note that the above LD for delay in delivery and delay in commissioning are independent of each other and shall be levied as the case

    may be.

    d. JAPIT reserve its right to recover these amounts by any mode such as adjusting from any payments to be made by JAPIT to the bidder. Liquidated

    damages will be calculated on per week basis.

    The cumulative and aggregate limit of Liquidated Damages(LD) for delay in delivery and LD

    for delay in commissioning would be limited to maximum of 2% of the total contract value.

    The aggregate liability of the Consultant shall in no event exceed the total value of the fee received under this contract.

    4.20.3 Acceptance Tests

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

    4.20.4 Audit by Third Party

    JAPIT at its discretion may appoint third party for auditing the activities of

    onsite services and operations of entire services provided to the JAPIT.

  • 41 | P a g e

    4.20.5 Penalty

    i. The Bidder shall perform its obligations under the agreement entered into with the JAPIT, in a professional manner.

    ii. In the event of failure of maintaining the SLA, penalty should be attract of the cost of concerned services as per mentioned in SLA would be levied

    subject to a maximum of 10% of the total service cost.

    iii. JAPIT may recover such amount of penalty from any payment being released to the Bidder, irrespective of the fact whether such payment is

    relating to this contract or otherwise.

    iv. If any act or failure by the bidder under the agreement results in failure or inoperability of systems and if the JAPIT has to take corrective actions to

    ensure functionality of its property, the JAPIT reserves the right to impose

    penalty, which may be equal to the cost it incurs or the loss it suffers for

    such failures.

    JAPIT may impose penalty to the extent of damage to its any equipment, if the damage was due to the actions directly attributable to

    the staff of Bidder.

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

    If the Bidder fails to complete the due performance of the contract in accordance with the specification and condi