initiativejkit.nic.in/notices/epds_rfp.pdf · 2013. 3. 14. · website: jkit.nic.in request for...
TRANSCRIPT
Jammu & Kashmir e Governance Agency
Civil Secretariat Jammu/Srinagar
Tel/ Fax (Jammu): 0191-2544636/ 0191-2566055
Tel/ Fax (Srinagar):0194-2452269/ 0194-2450523
Website: jkit.nic.in
Request for Proposal
For Selection of Data Digitization Vendor (DDV) for
Data Digitization of Ration Cards in Public
Distribution System of Jammu and Kashmir State
Doc Version : 1.1
Prepared by : SeMT, Information Technology Department, Government of J&K
Date : 31st August 2012
Initiative
2
CONTENTS Abbreviations: ............................................................................................................................................. 3 1. Introduction and Overview ................................................................................................................ 3
1.1 Background ................................................................................................................................. 3 1.2 Invitation for Bids ........................................................................................................................ 3 1.3 Key Events & Dates ................................................................................................................... 4
2. Data Digitization - Methodology ....................................................................................................... 4 2.1 Scope and Responsibility Matrix .............................................................................................. 5
2.1.1 Scope and Responsibility Matrix of DDV ........................................................................ 5 2.1.2 Scope and Responsibility Matrix of CA&PD Department ................................................. 7 2.1.3 Scope and Responsibility Matrix of NIC-Jammu & Kashmir ........................................... 8
3. Payment Schedule ............................................................................................................................. 8 4. Service Level Agreement (SLA) ....................................................................................................... 9
4.1 Service Level Agreement for Data Digitization Accuracy ..................................................... 9 4.2 Service Level Agreement for Data Digitization Timelines .................................................. 10
5. General Information, Terms and Conditions ................................................................................ 10 5.1 Cost of proposal: ...................................................................................................................... 11 5.2 Eligibility criteria: ....................................................................................................................... 11 5.3 Pre-bid conference: .................................................................................................................. 11 5.4 EMD:........................................................................................................................................... 12 5.5 Proposal Opening and Evaluation: ........................................................................................ 12 5.6 Award of Contract ..................................................................................................................... 13 5.7 Notification of Award ................................................................................................................ 13 5.8 Signing of Contract ................................................................................................................... 13 5.9 Failure to agree with the Terms & Conditions of the RFP/Contract ................................. 14 5.10 Performance Bank Guarantee ................................................................................................ 14 5.11 Liquidation Damages ............................................................................................................... 15 5.12 Exit Management: .................................................................................................................... 15 5.13 Termination of Contract ........................................................................................................... 16 5.14 Resolution of disputes ............................................................................................................. 17 5.15 Force Majeure ........................................................................................................................... 17
6. Annexures ......................................................................................................................................... 18 6.1 Annexure-A ............................................................................................................................... 18 6.2 Annexure-B ............................................................................................................................... 19 6.3 Annexure-C ............................................................................................................................... 21 6.4 Annexure-D ............................................................................................................................... 22 6.5 Annexure-E ............................................................................................................................... 24 6.6 Annexure-F ................................................................................................................................ 25
3
Abbreviations:
ITD Information Technology Department, Gov. of J&K
JaKeGA Jammu & Kashmir e-Governance Agency
Data Digitization Vendor
(DDV)
Any partnership firm where the J&K State Subject has >=51%
stake
RFP Request for Proposal
1. Introduction and Overview
1.1 Background
Department of Consumer Affairs and Public Distribution (CA&PD) Government of
Jammu and Kashmir (GoJK) intends to implement computerization of ration cards in
Public Distribution System (PDS) in the State of Jammu and Kashmir. CA&PD
Department has decided to implement the software of PDS developed by National
Informatics Centre (NIC).
Offers are invited from eligible bidders for data digitization of the existing ration cards
records in Urdu (UNICODE) & English languages both in the State of Jammu and
Kashmir.
1.2 Invitation for Bids
This invitation is to tender for:
Appointment of Data Digitization Vendor (DDV) for Data Digitization of Ration
Cards in Public Distribution System of Jammu and Kashmir State.
Bidders are advised to study the RFP document carefully. Submission of RFP shall be
deemed to have been done after careful study and examination of the tender document
with full understanding of its implications.
Sealed offers prepared in accordance with the procedures enumerated in this RFP
should be submitted to the office of CEO JaKeGA, Civil Secretariat, Srinagar, not later
than the date and time laid down in Section 1.3, at the address given below: -
Chief Executing Officer, JaKeGA
2nd Floor, New Block Secretariat, Srinagar - 190 001
4
1.3 Key Events & Dates
The schedules of activities for the purpose of RFP are outlined below: -
# Key Activities Date
1. Start date for issue of RFP 01-09-2012
2. Last date for submission of written queries by bidders
07-09-2012
3. Pre-bid conference 10-09-2012
4. Response to bidder Queries 12-09-2012
5. Last date for issue of RFP 13-09-2012
6. Last date of submission of Proposal (RFP)
24-09-2012
7. Date of opening the Technical Bids + presentation (if required)
25-09-2012
8. Date of opening the Commercial Bids 25-09-2012
Note:
1. The department shall not be responsible for any postal delay about non-receipt/
non-delivery of the documents.
2. The terms &conditions are tentative and subject to change.
3. The purpose of the pre-bid conference will be to clarify issues and to answer
queries on any matter that may be raised at that stage. The bidder is requested
to submit only relevant queries in writing to reach the office of CEO JaKeGA,
Srinagar not later than the date stated in the schedule in RFP, it may not be
possible at the pre-bid Conference to answer queries received late.
4. Any modification of the RFP document which may become necessary as a result
of the pre-bid conference shall be made by the office of CEO JaKeGA, Civil
Secretariat, Srinagar exclusively through the issue of an addendum/ corrigendum
on our website www.jkit.nic.in.
5. If the above said schedule falls on any gazette holiday then next working day will
be treated as per schedule.
2. Data Digitization - Methodology
The data digitization of the existing ration card data will be done in both Urdu
(Unicode) & English languages through the Software developed by NIC.
5
There are approximately 21 lakh ration cards in the State of Jammu and Kashmir
and the details are annexed as Annexure "A". As there are 22 districts in Jammu
and Kashmir approximately 1 lakh ration cards per district are to be digitized and
the exact number of ration cards varies from district to district. The work of all the
districts is to be completed in 60 days from the date of release of work order
including the tasks like: scanning of beneficiary photograph from the
form/document, hardware installation, data entry, checking, updating, data
backup etc.
The digitization work for all the districts will be carried out simultaneously at the
respective Tehsil Supply Office (TSO) and where it is not possible the same will
be done at the District Food & Supplies Office (DSO).
2.1 Scope and Responsibility Matrix
2.1.1 Scope and Responsibility Matrix of DDV
2.1.1.1 Hardware Infrastructure Requirement
a) Installation of minimum required nos. of high speed scanners/or more,
computers and other required infrastructure for scanning picture of ration
card beneficiary for approximately 1 lakh ration cards per district as per
timelines defined in SLAs.
b) The required no. of computers along with scanners, printers, power
backup etc. should be provided by the vendor for complete scope of
project.
c) Maintenance of hardware & infrastructure installed at TSO/DSO.
d) Computers and other required infrastructure for post data entry
verification by DDV at each TSO/DSO.
e) Installation of minimum 1 computer with required infrastructure for
department staff for checking of the data entry at each TSO/DSO.
f) Installation of required capacity of UPSs and Generators for un-
interrupted power supply.
g) The above items can increase or decrease as per the requirement of the
area to complete the task in specified time limit.
6
2.1.1.2 Other Requirements
DDV shall place the hardware and related infrastructure at TSO/DSO as per detail
mentioned at 2.1.1.1. The space required for scanning shall be provided to DDV by
TSO/DSO.
The other requirements/responsibilities of DDV shall be:
a) Installation of PDS Software (Developed by NIC) on server for scanning the
photographs, managing the scanned images & data entry and training to
TSO/DSO staff.
b) Data entry in master database.
c) Data entry format designed by NIC for data entry of ration cards is enclosed at
Annexure "B" and final data structure shall be provided to the selected
vendors.
d) Manage ration card data & timely backup.
e) Establishment of a centralized helpdesk to manage ration cards provided by
the department and interaction with the department.
f) Providing backup of data to Food & Supplies Department as well as NIC on
DVDs and also keep the backup with them till completion of the project.
g) DDV shall provide first checklist report (Inspector-wise) to the District Food &
Supplies office for verification with proper handing over. TSO/DSO shall return
the same to DDV within 72 hours after checking/verification with the paper
document.
h) DDV shall update the verified checklist and final hardcopy of digitized data in
the prescribed format, softcopy of digitized data on DVDs sent to the
Department.
i) The data digitized will be the property of the department and should not be
copied or supplied to anybody, any infringement in this regard will be serious
and legal action will be taken against the DDV.
j) Proper record of handing over and taking over of the documents shall be
maintained. Any misplace of document shall be treated very seriously and
may lead to termination of contract and penal action.
k) DDV will deploy the staff for arrangement of document required before data
entry.
l) DDV will deploy the staff and infrastructure for verification of post data entry at
the district offices.
m) Maintenance of proper records of data receiving and handing over from/to the
department.
7
2.1.1.3 Recurring Expenditure
a) All expenses related to data digitization shall be borne by DDV.
b) Quality of services and payment terms will be as per SLA (Service Level
Agreement) as per Section 4.
c) Payment to the deployed manpower and all overheads are responsibility of
the DDV.
d) Any other expenditure on implementation of PDS Software/ own developed
software shall be the responsibility of the DDV.
2.1.1.4 Site Preparation Requirement at TSO/DSO.
a) Required space will be provided by the TSO/DSO for data entry of the
documents only. The DDV shall request the department at least one week
before actual start of the work to provide the space. The department shall
provide the minimum space required to install the hardware for DDV & for
department staff and shall be strictly for the data entry period.
b) The other formalities for installing scanners, computers, networking &
other required infrastructure, arrangement of power backup etc. is to be
managed by DDV.
c) Housekeeping and internal security of infrastructure will be managed by
DDV.
2.1.2 Scope and Responsibility Matrix of CA&PD Department
a) Timely arrangement of data in proper order to DDV for data entry.
b) To provide existing ration cards related data to the nodal officer of DDV with
proper handing over and receiving of records.
c) Proper coordination with DDV for completion of work in time.
d) To provide required space on timely basis in district offices for pre-data entry,
data entry of ration cards and post- data entry work.
e) Checking of data entry work by TSO/DSO office on the computers installed by
DDV at TSO/DSO. TSO/DSO shall inform DDV for those data entry which are
not-correct, mistakes, image not clear etc. so that the data entry is done again
by DDV.
f) Proof checking of checklist report (Inspector-wise) received from DDV and its
8
verification viz-a-viz with the paper document within 72 hours. Any delay on
checking part will not be penalized to DDV.TSO/DSO shall calculate the error
%age as per formula mentioned at SLA 4.1 and mention the same on checklist
report.
g) The TSO/DSO will maintain the backup at Tehsil/District office and will send a
copy to Head Office.
h) The TSO/DSO will send the report regarding the digitizing progress to JaKeGA
on weekly basis.
2.1.3 Scope and Responsibility Matrix of NIC-Jammu & Kashmir
a) Providing PDS Software, training and ensuring that the application provided
to the DDV is free from bugs, to avoid any late corrective actions.
b) Creating Central Database on receipt of data from the department.
c) Providing of database structure to DDVs.
d) Managing the PDS application.
3. Payment Schedule
1. An advance payment of 10% would be made to the DDV on account of
mobilization charges.
2. 50% of the payment would be released when DDV supplies the pre-final
checklist & final checklist (as per formats prescribed) to Tehsil Supply Office
(TSO) / District Food & Supplies Office (DSO) of respective district and TSO/DSO
sends the acceptance of pre-final checklist to CA&PD Department, J&K and
JaKeGA for the release.
3. TSO/DSO shall check the pre-final checklist from departmental staff and handed
over the same to DDV for updation. TSO/DSO shall calculate the error %age as
per formula mentioned at SLA 4.1 and mention the same on checklist report.
4. DDV shall update the data as per the error reported in the checklist and send the
final checklist report to TSO/DSO and CA&PD Department, J&K.
5. 30% of the payment would be released when TSO/DSO sends the Acceptance
Certificate of corrected/ authenticated data to CA&PD Department, J&K and
JaKeGA. Part Acceptance Certificate shall not be considered for this release.
6. DDV shall supply the required DVDs containing the scanned images and backup
of database along with the final hardcopy to CA&PD Department and JaKeGA
9
for release of payment.
7. Payment will be made as per detail below:
# Description Payment Amount (Rs)
1 Mobilization Advance 10% of Q1
2 On submission of pre-final checklist to the
TSO/DSO
50% of Q1
3 On submission of corrected data and final
Hardcopy with backup of data in DVDs
30% of Q1
4 On Completion of project of data
digitization of Ration cards of state
10% of Q1
Note: Q1 is Bill amount as per agreement
8. DDV will submit the bills once in a month. The payment will be made within 30
days after receipt of bills.
9. Payment deduction will be as per the Service Level Agreement (SLA) defined in
Section 4 in detail.
4. Service Level Agreement (SLA)
4.1 Service Level Agreement for Data Digitization Accuracy
Following is the chart, which shows the metrics for the Data Digitization Accuracy.
Accuracy shall be calculated from the pre-final checklist report (Inspector- wise)
submitted to TSO/DSO. TSO/DSO shall verify the checklist report from the paper
document and mark the mistakes with red pen on the checklist report. The following
formula shall be used to calculate the error %age:
No. of fields on the checklist report - say F
Total field size length of each record - say T
Average size of each field of record - say A
No. of mistakes counted in - say X
the checklist report (Inspector-wise)
No. of records in the checklist report - say Y
Error %age = 4 * ( X / Y ) * ( A / T) * 100
On the basis of the error %age reported by TSO/DSO, the payment shall be
released to DDV as per details below:-
10
SERVICE LEVEL AGREEMENT FOR DATA DIGITIZATION ACCURACY
#
Service
Metrics
Parameters
Baseline
Metric Payment
1 Accuracy of
Data Entry
> = 95% 100% of the payment
>=90 <95% 2% deduction as penalty
>=85 <90% 5% deduction as penalty
<85% 50% deduction as penalty
4.2 Service Level Agreement for Data Digitization Timelines
Following is the chart, which shows the metrics for the Data Digitization Timelines. If the
DDV perform as per the base line metrics, then payment is to be made to the DDV as
per details below:-
# Service
Metrics
Parameters
Baseline Breach
Metric Payment Metric Payment
1 Data
Digitization
of all
Districts
60
Days
100% of
the
payment
due
1 week delay 2% deduction of the payment due
2 weeks delay 6% deduction of the payment due
3 weeks delay 10% deduction of the payment due
4 weeks delay 25% deduction of the payment due
Delay by > 4
weeks
Cancellation of order and forfeiting
of EMD and no payment for the
work done
5. General Information, Terms and Conditions
The department / JaKeGA reserves the right to withdraw/ cancel/ modify any
action to this invitation without any prior notice. Notwithstanding anything
contained in this document, department / JaKeGA reserves the right to accept or
reject any request/proposal, or to annul the Tender process or reject all
11
requests/proposals, at any time without any liability or any obligation for such
rejection or annulment, without assigning any reasons thereof.
Further DIC registered companies in J&K are entitled to benefits offered by DIC to
industry on production of relevant documents.
5.1 Cost of proposal:
1. The RFP document is available for sale against payment of Rs.2000/-
(Rupees Two thousand) through demand draft in favor of JaKeGA, payable at
Srinagar. Bidders can download the RFP document from website
www.jkit.nic.in & payment of document can be submitted with pre-
qualification bid.
2. The tender document is not transferable to any other bidder.
3. The Bidder will bear all the cost associated with the preparation and
submission of proposal.
4. The tender should be purchased/downloaded up-to the last date of issue. The
receipt of payment issued by JaKeGA /Draft (if downloaded) is to be attached
with Pre-bid document.
5.2 Eligibility criteria:
The proprietor/ Owner/ Major Partner of the company/ firm/ agency must be a J&K
State Subject holder and incase of multiple ownership, the majority of holders of
proprietorship should be J&K state subjects.
Further the bidder must be a registered company in the J&K State with proven past
experience in digitization domain.
5.3 Pre-bid conference:
1. The pre-bid conference, tentative schedule to occur as per the key events in
this RFP at the office of CEO JaKeGA, Srinagar. However the location of pre-
bid conference can be changed by the department. The Bidder designated
representatives are invited to attend the pre-bid conference at their own cost,
however, the parties who have not purchased the tender shall not be allowed
in the pre-bid conference
2. Any modification of the RFP document which may become necessary as a
result of pre-bid conference shall be put on the website www.jkit.nic.in
12
5.4 EMD:
1. Bidder shall submit along with their bids, EMD of Rs 5.00 lacs in the form of
demand draft on a nationalized or scheduled bank in favor of CEO JaKeGA,
payable at Jammu/Srinagar. The DD shall be enclosed with the pre-bid
proposal Performa as per Annexure "D".
2. The EMD would be refunded to all unsuccessful bidders after the placement
of order to the selected DDV.
3. The EMD of successful bidder will be kept with the department till the bidder
is working with the department.
4. The EMD will be forfeited if the DDV is unable to provide the services as per
SLA.
5.5 Proposal Opening and Evaluation:
1. The bid shall consist of three packets to be submitted with covering letter as per
Annexure "E". The first packet will contain pre-bid qualification criteria with EMD.
The second packet will contain technical requirement of the bid. The third packet
will contain financial bid as per annexure "F".
a. Pre-qualification bid: Pre-qualification bid should contain all the
details as per this RFP with covering letter as per annexure "E" and
EMD and also RFP document fee of Rs.2000/-.
b. Technical bid: Technical bid should be submitted with proper
covering letter as per annexure "E" and consists of following:-
i. All pages of the RFP signed and stamped by the bidder
ii. Details of the company
iii. Understanding of the project requirement.
iv. Implementation Methodology
v. Project Plan
vi. Implementation Schedule.
vii. Project team structure, size and capability
viii. Help desk facility, if any
ix. Quality standard maintained by the company.
c. Financial bid: The financial bid should consist of prices as per the
format in annexure "F".
2. On the tender opening day the pre-bid will be opened and the committee will
check all the documents, whether EMD has been furnished, documents have
been properly signed and whether the bids are generally in order.
13
3. Only those bidders who will qualify in the pre-bid qualification will be eligible for
opening of Technical bid.
4. The technical bid evaluation will be carried out as per the scoring method
defined in annexure "C".
5. The bidder who will score 60% or more in technical bid evaluation will be eligible
in financial bid.
6. The bid will be awarded to L1 bidder. Government may offer the work to other
bidders who agree to work on the L1 rate. This would be done in case the
Government feels that the L1 bidder will not be able to finish the work in
stipulated time frame. The contract may be awarded to multiple bidders to
accomplish the task in desired timeframe.
5.6 Award of Contract
After evaluation of all accepted proposals by the evaluation committee, a contract may
be awarded to the successful Bidder whose proposal meets the requirements of this
RFP i.e. the bid submitted by him is able to qualify technically as explained in this RFP
and has the lowest value for the financial bid, hence providing the best value to the
Department. The department can decide to award the work to more than one DDV to
complete the work of digitization of the entire state in time at the minimum rate
received in the bid.
IT Department / JaKeGA reserves the right to accept or reject any Bid, and to annul the
bidding process and reject all Bids at any time prior to award of Contract, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation to
inform the affected Bidder or Bidders.
5.7 Notification of Award
The acceptance of a tender, subject to contract, will be communicated in writing at the
address supplied by the bidder in the bid document. Any change of address of the
Bidder, should therefore be promptly notified to JaKeGA.
5.8 Signing of Contract
The Bidder/Bidders shall be required to enter into a contract (Master Service
Agreement) in the form provided in the Proposal document, incorporating all
agreements between the bidder & JaKeGA, including any agreements reached during
14
the negotiation process, if any with the Authorized Representative/Committee, within
five (5) days of the award of the contract or within such extended period, as may be
specified by the Authorized Representative, JaKeGA.
This contract shall be on the basis of this document, the bid of the bidder, the letter of
intent and such other terms and conditions as may be determined by the authorized
representative of JaKeGA to be necessary for the due performance of the work, as
envisaged herein and in accordance with the Bid and the acceptance thereof.
5.9 Failure to agree with the Terms & Conditions of the RFP/Contract
Failure of the successful bidder to agree with the terms & conditions of the RFP/
contract shall constitute sufficient grounds for the annulment of the award, in which
event JaKeGA may make the award to the next best value bidder or call for new bids.
5.10 Performance Bank Guarantee
1. The successful bidder shall at his own expense deposit with organization, within
five (5) days of the date of notice of award of the contract or prior to signing of
the contract whichever is earlier, an unconditional and irrevocable Performance
Bank Guarantee (PBG) from a Nationalized bank acceptable to Authorized
Representative, JaKeGA, payable on demand, for the due performance and
fulfillment of the contract by the Bidder.
2. The performance guarantee shall be denominated in the currency of the contract
and shall be by bank guarantee.
3. This Performance Bank Guarantee will be for an amount of 20% of contract
value. All charges whatsoever such as premium, commission etc. with respect to
the performance Bank Guarantee shall be borne by the Vendor.
4. The Performance Bank Guarantee shall be valid up to 3 months after completion
of the entire project.
5. The Performance Bank Guarantee may be discharged / returned by the
organization upon being satisfied that there has been due performance of the
obligations of the vendor under the contract. However, no interest shall be
payable on the Performance Bank Guarantee.
6. In the event of the bidder being unable to service the contract for whatever
reason, the JaKeGA would revoke the PBG. Notwithstanding and without
15
prejudice to any rights whatsoever of the organization under the Contract in the
matter, the proceeds of the PBG shall be payable to the organization as
compensation for any loss resulting from the Bidder's failure to complete its
obligations under the Contract. The Client shall notify the Bidder in writing of the
exercise of its right to receive such compensation within 14 days, indicating the
contractual obligation(s) for which the Bidder is in default.
7. The Client shall also be entitled to make recoveries from the Bidder's bills,
performance bank guarantee, or from any other amount due to him, the
equivalent value of any payment made to him due to inadvertence, error,
collusion, misconstruction or misstatement.
5.11 Liquidation Damages
In the event Bidder fails to provide the Services in accordance with the Service
Standard, Bidder shall be liable for penalty as per the terms and conditions of
Service Level Agreements (SLAs) to be agreed between the Bidder and the
administration of JaKeGA.
Due to the criticality of the availability of the information, the solution should
consider reliability, redundancy in hardware configuration and fail safe design. No
data loss/ interface failure is permitted and any recovery procedure should take into
consideration this factor.
JaKeGA is entitled to withhold (deduct) from the purchase price or the Performance
Bank Guarantee the liquidated damages that have become due.
5.12 Exit Management:
At the time of expiry of Contract period, the vendor needs to ensure a complete
knowledge transfer by their Personnel to the CA&PD department.
The vendor shall handover the following:
a. Any confidential information or data to the CA&PD department
b. Return to the CA&PD department all documents taken by DDV for digitization
16
work
c. DDV shall supply the required DVDs containing the scanned images and backup
of database along with the final hardcopy to CA&PD Department
Once the exit management process is over and the exit form is signed by the
vendor and CA&PD Department, the financial closure process would be initiated.
5.13 Termination of Contract
The department may, without prejudice to any other remedy for breach of contract, by
written notice of default sent to the bidder, terminate the contract in whole or part:
1. If the bidder, in the judgment of the department has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
“Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value of influence the action of a public official in the
procurement process or in contract execution.
“Fraudulent practice”: a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
purchaser, and includes collusive practice among Bidders (prior to or after
bid submission) designed to establish bid prices at artificial noncompetitive
levels and to deprive the purchaser of the benefits of free and open
competition.
2. If the bidder does not start performing the contract within 15 days after signing of
contract.
3. If the bidder stop performing the contract or withdraw the activity to perform the
contract.
4. If the bidder breach any terms & conditions of the contract or do not perform the
contract in whole or part.
5. If the bidder does not follow the written instructions given by the department from
time to time.
6. If the bidder does not perform the contract up to the satisfactory level even after
regular feedback from the department.
7. In the event that the bidder shall cease conducting business.
17
8. In any other event that is detrimental to the working of the department and if the
breach of the contract take place.
5.14 Resolution of disputes
1. JaKeGA/CA&PD Department and the selected Bidder shall make every effort to
resolve amicably by direct informal negotiation any disagreement or dispute
arising between them under or in connection with the Contract.
2. If, after thirty (30) days from the commencement of such informal negotiations,
JaKeGA/CA&PD Department and the selected Bidder have been unable to
amicably resolve dispute, either party may require that the dispute be referred for
resolution to the formal mechanisms, which may include, but are not restricted to,
conciliation mediated by a third party acceptable to both, or in accordance with
the Arbitration and Conciliation Act, 1996.
5.15 Force Majeure
The successful Bidder shall not be liable for forfeiture of its implementation guarantee,
performance security, liquidated damages, or termination of contract, if and to the extent
that it’s delay in performance or other failure to perform its obligations under the
contract is the result of an event of force majeure.
For the purpose of this clause, “Force Majeure” means an event beyond the control of
the bidder and not involving the successful bidder fault or negligence, and not
foreseeable. Such events may include, but are not restricted to, acts of the JaKeGA /
CA&PD Department in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and freight embargoes.
If a force majeure situation arises, the bidder shall promptly notify the CEO JaKeGA in
writing of such condition and the cause thereof. Unless otherwise directed by CEO
JaKeGA in writing, the Bidder shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.
18
6. Annexures
6.1 Annexure-A
# District Name No. of TSOs Approx. No. of Ration
Cards
1 Doda 5 76559
2 Jammu 21 317971
3 Kathua 5 129448
4 Kishtwar 5 46308
5 Poonch 4 69930
6 Rajouri 7 108368
7 Ramban 4 54593
8 Reasi 5 50929
9 Samba 2 77647
10 Udhampur 5 103154
11 Anantnag 21 131324
12 Budgam 13 113472
13 Bandipore 6 54716
14 Baramulla 17 155915
15 Ganderbal 4 42847
16 Kargil 10 27011
17 Kupwara 20 97201
18 Kulgam 13 61215
19 Leh 3 26884
20 Pulwama 18 76400
21 Shopian 7 38252
22 Srinagar 34 206059
TOTAL 229 2066203
19
6.2 Annexure-B
The Data Entry is to be done using the PDS software provided by the
Department and the format is as below:
20
Note: Fields with are dropdown boxes.
21
6.3 Annexure-C
ANNEXURE-C: TECHNICAL BID EVALUATION CRITERIA
Indicative Criteria for Bid Evaluation (Technical)
Criteria Description Weight age
1 No. of digitization projects successfully
completed
30*
2 Average Turnover of past 3 years 25*
3 No. of years of Experience of the
Company
25*
4 Capacity of the bidder in terms of
Infrastructure and number of
resources/manpower availability
20*
TOTAL 100
Note:
a) * Points will be awarded on pro rata basis with highest turnover /experience
/capacity of a bidder being benchmark.
b) Minimum 60 marks are required in technical bid evaluation for consideration of
financial bid opening.
c) The score given by the Evaluation Committee will stand final and no
representation in this regard will be entertained and Department decision will be
final and binding on all the bidders.
22
6.4 Annexure-D
ANNEXURE-D: TECHNICAL BID PROPOSAL PROFORMA
Form – 1.1:General Information of the Principal Bidder
Name of the company
Address of Registered Office Location
Street
City
Pin code
Telephone / Facsimile
Other (URL etc.)
Year of Incorporation Photocopy of Certificate of Incorporation must be attached
Legal Status Public Ltd. Co/Private Ltd. Co./ Partnership firm etc.
Technological Collaborations
Name of the contact
Contact’s designation
Contact’s Phone No.
Details of EMD furnished D.D. No.
Amount
Date
Bank and Branch
ANNEXURE-D: TECHNICAL BID PROPOSAL PROFORMA
Form – 1.2:Total Experience in field of Data Entry:
Total number of relevant projects in data entry field
Total Projects Successfully Completed
Total Projects Under Progress
Total Unsuccessful / Failed Projects
ANNEXURE-D: TECHNICAL BID PROPOSAL PROFORMA
Form – 1.3: Experience and track record in the field of Data Entry:
Name of the Assignment
Sector (Govt. OR Private)
Name of the client
Location of the Project
Start date and End date (attach completion certificate)
Name of the Key personnel associated with the project
Total number of staff and the duration of the project in man months
23
Approximate value of services (desirable)
Narrative description of the project Attach details in separate sheet
References
Name and location of the reference site
Contact Person / Designation
Contact person’s address, telephone number and e-mail
Any other relevant information
ANNEXURE-D: TECHNICAL BID PROPOSAL PROFORMA
Form – 1.4:Details of Staff:
Name of the Bidder
Total no. of professional staff as on 01-09-2012
Total no. of Data Entry Operators as on 01-09-2012
Total no. of Data Entry Operators
Permanent Temporary Contractual
ANNEXURE-D: TECHNICAL BID PROPOSAL PROFORMA
Form – 1.5:Particulars of Turnover:
Name of the Bidder
Financial Year
Turnover from Data digitization
Others – Turnover/ Income
Total Turnover Income
Net Profit
2009-10
2010-11
2011-12
Note:
1. Please attach audited Balance Sheets to support figures provided above. 2. DDV can add multiple sheets in case the details are more
24
6.5 Annexure-E
CEO JaKeGA Date/Month/Year Civil Secretariat, J&K Srinagar. Dear Sir, Ref: Tender for Selection of Data Digitization Vendor (DDV) for Data Digitization of Ration Cards in Public Distribution System of Jammu and Kashmir State Having examined the RFP document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to take up the work of Data Digitization of Ration Cards of CA&PD Department, Jammu and Kashmir using the software supplied by the Department and agree to all the terms and conditions specified in RFP. Following envelope are enclosed for the said tender:
# DESCRIPTION OF ENVELOPE ENVELOPE NO
1 TECHNICAL BID EMD & Document fee ITD/CAPD/RFP/ DD-MM-YY/T-BID
2 FINANCIAL-BID ITD/CAPD/RFP/ DD-MM-YY/F-BID
3 CONSOLIDATED PACKET CONTAINING ITEMS SR. NO. 1 TO 2
ITD/CAPD/RFP/DD-MM-YY
All the pages of the bid are duly stamped and signed. The details specified in the format are substantiated with support document as required. We agree for un-conditional acceptance of all the terms and conditions in the bid document. The tender is submitted for your kind consideration. Sincerely yours (Signature) (In the capacity of) Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of Company) Seal / Stamp of bidder Witness Signature: Witness Name: Witness Address: CERTIFIED AS TO AUTHORISED SIGNATORIES I, certify that I am ……………… of the ………….., and that ………………………………. Who signed the above Bid is authorized to bind the corporation by authority of its governing body.(Authority) Date (Seal here)
25
6.6 Annexure-F
CEO JaKeGA Date: 2nd Floor, New Block Secretariat, Srinagar. Dear Sir, Ref: Quotation of financial bid. Having examined the tender document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to take up the work of Data Digitization of Ration Cards CA&PD Department, Jammu and Kashmir using the software supplied by the Department. As desired the Quote (in Rs.) is as below: -
# Description Value (in Rs.) Q2
1 Data Digitization per ration card including installation of required hardware, scanning of image from ration card, data entry, checking, updating, providing of final printout and softcopy database etc.
(Value to be filled up by bidder)
*The quoted price should be all inclusive
I agree that I will not require to be paid more than the above mentioned value for data digitization of ration card. Submitted for your kind consideration. Sincerely yours (Signature) (In the capacity of) Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of Company) Seal / Stamp of bidder Witness Signature: Witness Name: Witness Address: CERTIFIED AS TO AUTHORISED SIGNATORIES I, certify that I am …………… of the ………….. , and that ………………………………. Who signed the above Bid is authorized to bind the corporation by authority of its governing body.(Authority) Date (Seal here)