maharashtra maritime board, request for proposal...maharashtra maritime board, home department...
TRANSCRIPT
Maharashtra Maritime Board,
Home Department
(Ports and Transport)
Government of Maharashtra
Request for Proposal
for
Selection of Banks for providing e-ticketing facility for ferry services in Maharashtra,
India
December 2019
1. Bid Notice
Online Tenders (e-Tender) for the following work are invited by the Maharashtra Maritime
Board (MMB) on the Government of Maharashtra's Tender Information System Portal
http://mahatenders.gov.in as per the Tender Schedule published on the Web portal from
suitable scheduled banks having required experience. The details can be viewed online
and downloaded directly from Government of Maharashtra e-Tendering portal
http://mahammb.maharashtra.gov.in from 21st December 2019 at 1700Hrs. (IST) onwards.
Tender Reference No. MMB/Traffic/Tender
Name of Work Selection of Banks for providing e-ticketing facility for ferry services in Maharashtra, India
Cost of blank Tender
Document and Mode
of Payment
INR. 3000/- (Rupees Three Thousand only) (Non-Refundable)
inclusive of GST(18%) to be paid through Net Banking, during
downloading of Tender Document
EMD Amount and
Mode of Payment
INR. 50,000/- (Rupees Fif ty Thousand only) to be paid
through Online Payment modes i.e. Net Banking, during
submission of Tender Document
Venue for opening of
Tender
Office of the Maharashtra Maritime Board at the above address.
Contact person for
information relating
to tender
Capt. Sanjay Sharma, Chief Port Officer, MMB
Email id : [email protected]
e-Tendering helpline 24X7 Help Desk Number: 0120 - 4200462, 0120 - 4001002
Mobile No.88262 46593, Email- [email protected]
Sd/-
CHIEF EXECUTIVE OFFICER
MAHARASHTRA MARITIME BOARD
1.1. e-Tender Schedule
Sr. No. Activity Date Time (Hrs.)
1. Publishing Date 21/12/2019 1700
2. Document Download Start Date 21/12/2019 1700
3. Bid Submission Start Date 8/12/2019 1700
4. Seek Clarification Start Date 21/12/2019 1700
5. Document Download End Date 20/01/2020 1700
6. Seek Clarification End Date 6/01/2019 1500
7. Pre Bid Meeting Date 6/01/2019 1500
8. Bid Submission Closing Date 20/01/2020 1700
9. Bid Opening Date 22/01/2020 1100
10. Presentation Date 29/01/2020 1100
NOTE:
a) All eligible/ interested Bidders are required to be enrolled on portal
https://mahatenders.gov.in before downloading tender documents and participate in
e-tendering.
b) Dates mentioned here are scheduled dates for Bid Opening Activities. Any change
in the date of opening of technical and financial tenders shall be notified in
"Corrigendum" section on eTendering Portal before opening of the same.
c) The Chief Executive Officer, Maharashtra Maritime Board reserves right to accept or
reject any or all tenders without giving any reasons thereof.
d) The detailed tender notice is available on our website
https://mahammb.maharashtra.gov.in
Disclaimer
The information contained in this Request for Proposal document or subsequently provided to
Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Authority or
any of their employees or advisors, is provided to Bidder(s) on the terms and conditions set out in
this RFP and such other terms and conditions subject to which such information is provided.
This RFP is not an agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide the Bidders with
information that may be useful to them in preparing and submitting their proposal pursuant to the
Bidding Documents including this RFP (the "Bid"). This RFP includes statements, which reflect
various assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that each
Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the
Authority, its employees or advisors to consider the investment objectives, financial situation and
particular needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in the Bidding Documents may not be complete, accurate,
adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis
and should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments, statements and information contained in this RFP and obtain
independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not intended to be an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. The Authority accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP
and any assessment, assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way by participating in this Bidding Process.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in
this RFP.
The Authority may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint
the Successful Bidder or Concessionaire, as the case may be, for the Project and the Authority
reserves the right to reject all or any of the Bidders or Bids without assigning any reason
whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of
its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Authority or
any other costs incurred in connection with or relating to its Bid. All such costs and expenses will
remain with the Bidder and the Authority shall not be liable in any manner whatsoever for the
same or for any other costs or other expenses incurred by a Bidder in preparation or submission
of the Bid, regardless of the conduct or outcome of the Bidding Process.
INSTRUCTIONS TO BIDDERS RELATED TO E-TENDERING GENERAL INSTRUCTIONS:
The bidders are requested to familiarize themselves with the use of the e-Tendering portal of
Government of Maharashtra well in advance.
To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender and
subsequently purchase the Tender Document and its supporting documents, kindly visit following
e-Tendering website of Government of India: https://mahatenders.gov.in
The Contractors participating first time for e-Tenders on GoM e-tendering portal will have to
complete the Online Registration Process for the e-Tendering portal. A link for enrolment of new
bidders has been provided on
https://mahatenders.gov.in/nicgep/app?page=BiddersManualKit&service=page
All bidders interested in participating in the online e-Tendering process are required to procure
Digital e-Token having 2 certificates inside it, one for Signing/Verification purpose and another for
Encryption/Decryption purpose. The tender should be prepared & submitted online using
individual’s Digital e-Token.
e-Tendering Tool Kit for Bidders (detailed Help documents, designed for bidders) has been
provided on e-Tendering website in order to guide them through different stages involved during e-
Tendering such as online procedure for Tender Document, Bid Preparation, Bid Submission.
(https://mahatenders.gov.in/nicgep/app?page=DSCInfo&service=page )
Similarly, Bidders will have to pay Earnest Money Deposit through online modes of payment only.
This payment will not be accepted by the department modes such as Cash, Cheque or Demand
Draft. Bidders who are using SB MOPS other banks Internet Banking are requested to make
online payment four days in advance. For online Payment related issues, Kindly send email with
Bank Reference Number to this email ID [email protected]. You may also contact 022-
27560149 for clarifications.
If any assistance is required regarding e-Tendering (registration/upload/download) please contact
GoM e-Tendering Help Desk
For any technical related queries please call at 24 x 7 Help Desk Number
0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787.
International Bidders are requested to prefix 91 as country code. Note- Bidders are requested to
kindly mention the URL of the Portal and Tender Id in the subject while emailing any issue along
with the Contact details. For any issues/ clarifications relating to the tender(s) published kindly
contact the respective Tender Inviting Authority.
Tel : 0120-4200462, 0120-4001002, 0120-4001002, 0120-6277787
E-Mail : support-eproc {at}nic{dot}in
Maharashtra Maritime Board is soliciting proposal from Scheduled Banks capable of
providing web-based ticketing system (e-ticketing) in support for MMB’s ferry services. The
scope shall include but not limited to providing web-based system capable of booking,
accounting, analyzing the passenger trends, compatible with existing MMB accounting
system, ability to handle diversion and required hardware at the sites.
MMB existing ferry operations: Presently there are 43 ferry services operating under MMB and has fleet of approximately
150 ferry boats. In year 2018-19, 20 million passengers used the MMB ferry services. The
passenger traffic is set to grow with introduction of new routes.
2. General Scope of the Tender
The scope of work for providing E-Ticketing System (“Project”) for ferry services in Maharashtra
is as briefed below:-
2.1. E-Ticketing facility infrastructure (including software system and hardware)
2.1.1. Supply and maintain portable hand held e-ticketing system
2.1.2. Mobile-app for online ticket booking and ferry tracking
2.1.3. Web based online ferry ticket booking portal
2.2. Data storage and maintenance of the software/portal/system
2.3. Toll-free customer service
2.4. Integrated with existing MMB web Portal
2.5. Comprehensive real time reporting of data such as revenue, number of tickets, exportable to Microsoft Excel and Access
2.6. Detailed reporting (e.g. attendees, conversion rate)
2.7. Training of MMB designated personnel and ferry boat operators for the portal
2.8. The E-ticketing facility to have the following features:- 2.8.1. Easy registration system
2.8.2. Passenger Information system like ferry route, Schedule, booking & cancellations facilities, etc.
2.8.3. Ferry services Schedule with start and end times
2.8.4. Multiple payment modes like credit/debit cards, online payments such as internet banking, e-payment etc.
2.8.5. Issue refunds, including partial refunds in case of cancellation of ferry tickets
2.8.6. Confirmation email (receipt and ticket details) to passenger
2.9. E-Wallet System (Where in the ferry operators will pay levy to MMB in advance)
2.10. Financial management system which shall include
2.10.1. Central accounting module:
2.10.1.1. Payments Accounting Module/Sub-system (Treasury section)
2.10.1.2. Receipts Accounting Module/Sub-System (Treasury section)
2.10.1.3. Daily Receipts and payments
2.10.1.4. Cross Verification (Daily Sheets) (Accounting Section).
2.10.1.5. Bank Reconciliation.
2.10.1.6. Investment Module.
2.10.1.7. Liability module.
2.10.1.8. Suspense (Advances) Module
2.10.2. Receipts Accounting Module
2.10.3. Payment Accounting Module (PAM)
2.10.3.1. Real-time settlement system including electronic fund transfer
2.10.3.2. Payment Memo Approval
2.10.3.3. Payment
2.10.3.4. Daily-sheet preparation/posting
2.10.3.5. Posting in Bills/Budget Ledgers
2.10.3.6. Consolidation into Classified Register
2.10.3.7. Trial Balance Preparation
2.10.4. Daily Receipts and Payments Cross-tally
2.11. MIS Reports on
2.11.1. Number of trips
2.11.2. Cancelled trips
2.11.3. Refund Settlement Report
2.11.4. Class wise passenger report
2.11.5. Earning per trip
2.11.6. Total Commuters and revenue per Route
2.11.7. ROI route wise, trip wise
2.11.8. Daily passenger usage
2.11.9. Revenue Statistics by Fare/trips/routes
The above list is indicative but not limited.
3. Duration
3.1. The e-ticketing facility shall be developed and ready to use within 3 months from date of
signing of the agreement. The operations and maintenance (O&M) period for the e-
ticketing facility by the selected bidder shall be 5 years commencing the date of signing of
the agreement.
3.2. On expiry of the O&M period, the e-ticketing facility including software system and all
hardware shall be handed over to MMB, in operational condition.
3.3. The effective date of contract shall be date of signing of contract and shall continue, unless
terminated earlier in accordance with the provisions hereof, for a period of 5 years.
3.4. MMB would eventually decide on one of the following options for managing the Project
beyond the Contract Period.
a) The selected bidder shall transfer the e-ticketing facility (including all software
system and hardwires) to MMB and MMB shall manage the operations on its own.
(Or)
b) MMB shall float fresh tender to appoint an agency for undertaking the O&M of the
e-ticketing facility (software & Hardware).
3.5. In the eventuality that no such alternate arrangements are in place for O&M of Project at
the end of the Contract period, the selected Bidder will be required to continue delivering
O&M services as per the terms and conditions of this Agreement, even beyond the
Contract period. Such extension of O&M service shall not exceed by 1 year till alternate
arrangements are in place for O&M of the Project.
3.6. The decision to extend the Contract with the selected Bidder (if applicable) shall be
communicated in advance.
4. General terms and conditions
4.1. The Tender/application fee for the Request for Proposal (RFP) is INR 3 , 0 0 0 / (Indian
Rupees Three Thousand only) to be paid through Online Payment Modes i.e. Net Banking/
debit card and shall be non-refundable.
4.2. The applicant shall also have to deposit Earnest Money Deposit (EMD) of INR 50,000
(Indian Rupees Fifty Thousand only) to be paid through Net Banking. The EMD of the
Successful Bidder will be retained by MMB (without interest) till submission of the
performance guarantee. The EMD of unsuccessful applicants shall be returned (also
without interest) within 30 days from the issue of Letter of Award to the Successful Bidder.
5. Performance Guarantee
5.1. The Successful Bidder (as defined in clause 6.3) shall submit, within 7 (seven) days from
the date of Letter of Award, required performance guarantee for amount equal to INR
1,25,000 (Rupees One lakh twenty five thousand only). The performance guarantee shall
be in the form of Demand Draft/ Cheque of the scheduled bank.
5.2. In the event of the Successful Bidder’s failure to discharge its obligations under the
Agreement, the Performance Guarantee shall be forfeited.
5.3. The Bidders are expected to carry out their own surveys, investigations and other detailed
examination at their own cost before submitting their Bids.
5.4. MMB reserves the right to reject any or all of the Bids without assigning any reasons
thereof and the decision of MMB would be final and binding on the Bidders.
5.5. The performance guarantee shall be returned (without interest) after successful completion
of the tenure of the Project as mentioned in clause 3 of this RFP.
6. Tender evaluation
6.1. The bidder shall meet the minimum qualification criteria as given in clause 6.2 to be
considered for further evaluation process.
6.2. Minimum qualification criteria
6.2.1. The bidder shall be a scheduled bank registered with Reserve Bank of India.
6.2.2. NBFC’s are not be allowed for this tendering process.
6.2.3. Bidders in consortium are not allowed.
6.2.4. The Bidders shall not be blacklisted by any Government Agency in India/ Abroad at
the time of due date of Submission of Bid.
6.2.5. The bidder should executed at least two (2) e-ticketing project with any government
agency in India.
6.2.6. Bidder should be certified for SEI CMMI Level 3 and ISO 27001
6.2.7. The bidder should have minimum net-worth of INR 4,000 crores
6.2.8. The bidder not satisfying the minimum qualification criteria shall be disqualified.
6.3. Bid Evaluation Criteria (Marks 100)
The bidder satisfying the minimum qualification criteria shall be further evaluated based on
the parameters set up in clauses below.
Serial
No. Head Total Marks
1. Number of similar Projects More than 6 projects 50 marks
3 - 6 projects 45 marks
2 projects 35 marks
2. Evaluation based on
Presentation.
Minimum 35 marks to be
scored
50 marks
“Project” means providing E-Ticketing System (including software and hardware facilities)
along with O&M services.
Note: The bidder should obtain the minimum score for each of the category
stipulated in the table above or will be disqualified.
The bidder achieving the highest score will be declared as successful bidder and shall be
invited for negotiations. However, in the event of two or more Bidders securing the same
composite score, then Authority (MMB) reserves the right to:
a) Declare among the bidders who have secured exactly the same score as successful
bidder, or
b) Adopt any other method as decided by MMB for selection of successful bidder.
The CEO, MMB, however, reserves the right to reject any or all the bids received, without
assigning any reasons and any liability to MMB.
7. Preparation and Submission of Bid
7.1. Language
The Bid and all related correspondence and documents should be written in the English
language.
7.2. Format and Submission of Bid
Each Bid shall have to be prepared and submitted in accordance with provisions of this tender
document. The Bid shall comprise of 2 (two) submissions:
Submission 1: Technical Qualification Submission 2: Presentation
7.3. Enrollment on Portal
All Interested bidders are required to be enrolled on portal before downloading tender
documents and participate in e-tendering and familiarize themselves with the use of the e-
Tendering portal
7.4. Others
7.4.1. All or any one of the Bids may be rejected by MMB.
7.4.2. Originals must be produced for verification, whenever required by MMB.
7.4.3. The Bidder shall not put any counter conditions. Any counter offer as well as any alterations in the work/ scope of work, as specified in the tender, shall disqualify the bidder forthwith.
7.4.4. The Bid shall be prepared, signed and submitted only by such person whose name the Request for Proposal (RFP) documents have been purchased.
Submission 1: Technical Qualification
The submission 1: Technical Qualification shall contain the followings:
a) The Earnest Money Deposit (EMD) of INR.50,000 /- (Indian Rupees Fifty Thousand only) to
be paid through Net Banking submission. Also the Tender Document fee of INR. 3,000/-
(Indian Rupees Three Thousand only) to be paid through Net Banking on downloading
the tender document.
b) Technical qualification in the prescribed format along with Annexures and supporting
documents relevant to the information asked in any of the Annexures, should be
uploaded on e-Tender web portal. Following is an indicative list of documents to be
uploaded;
I. Letter of Proposal – Annexure - I II. Bidder details – Annexure-II
III. Certified true copy of the incorporation certificate of the organization
IV. Audited financial statements for last three years
V. Audited statement of the Net-worth
VI. Copy of Permanent Account Number
VII. Copy of GST Certificate
VIII. Completion certificates along with work-orders for Similar Projects (i.e. the e-ticketing system for Government organization along with O&M services)
IX. SEI CMMI Certification or equivalent
X. Anti-Blacklisting Certificate on Stamp paper of INR 100/- (as per format prescribed
in Annexure‐V)
XI. Undertaking (as per format prescribed in Annexure‐ VI) XII. The description of working of e-ticketing system shall be provided as attached in
Annexure- IV.
c) Power of Attorney for signing of Bid in the format at Annexure‐ III;
Submission 2: Presentation
The submission 2: Presentation shall contain the followings:
a) The bidder shall submit the soft copy of the presentation in CD, during the date of presentation and shall not submit it with submission 1. Only those qualifying the criteria as stated in clause 6.2 shall be invited for presentation, on the date mentioned in Schedule.
b) The bidder shall make presentation to MMB. The presentation shall be judged on both technical and dashboard features of the software. The technical parameters shall consider aspects like, Real-time data system, Compatibility, Disaster and contingency management plan, Scalability etc. The dash board features shall consider the aesthetics and user friendly features of the software. The bidder shall be required to show a demo of the software.
c) The presentation also shall contain the detailed description of the e-ticketing facility (software & hardware) and descriptions of the allied facilities (For e.g., ticketing machines, data storage, training manuals, etc.).
8. Opening and evaluation of Bids
8.1. Incomplete Bids submitted with qualifying conditions or bids with conditions at variance
with the Terms and Conditions of this notice shall be liable to be rejected. For clarifications
the documents mentioned in the clause 7 (Submission 1: Technical Submission) shall be
dully signed and follow the chronology mentioned in the clause.
8.2. If the Bidder does not meet the minimum qualification as specified in clause 6.2 and the bid
evaluation criteria (refer clause 6.3), then the Bidder shall be disqualified from the Bidding
Process and the Bid Security of such Bidder shall be returned.
8.3. After the evaluation of the bid, the qualified bidders have to make presentation to the
authority as stated in clause 6.3 and 7 (submission 2) of this RFP.
8.4. The Successful Bidder shall be issued the Letter of Award within seven (7) days from the
date of presentation as indicated in schedule.
8.5. The Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return
the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy
of the LOA duly signed by the Selected Bidder is not received by the stipulated date, MMB
may, unless it consents to extend time for submission thereof, appropriate the Bid Security
of such Bidder as Damages on account of failure of the Selected Bidder to acknowledge
the LOA, and the next eligible Bidder may be considered.
9. Signing of Agreement
Within Thirty (30) days from the date of issuance of the Letter of Award and on compliance of
terms & conditions of the LOA, by the successful bidder, a formal agreement shall be
entered into, between MMB and the Successful Bidder. The date of commencement of
contract shall be mentioned in the Agreement.
10. Obligations of the successful bidder:
10.1. Prior to signing of the agreement, bidder shall produce the performance guarantee to the
MMB within 7 days of issuance of LOA.
10.2. Bidder shall demonstrate the capability of the software through practical demonstration of
the software within one month from signing of the agreement.
10.3. The successful bidder shall maintain, replace, and procure all the assets of the Project for
smooth operations of the e-ticketing system throughout the contract period.
10.4. Shall procure all the required licenses, permissions etc., as required for implementation of
the software.
10.5. No data sharing with the third party.
10.6. Services, functions or responsibilities not specifically described in the contract are an
inherent, necessary or customary part of the Services or are required for proper
performance or provision of the Services, they shall be deemed to be included within the
scope of the work to be delivered, as if such Services, functions or responsibilities were
specifically described in the agreement.
10.7. The IPR rights of the software shall be transferred to the MMB on or before expiry of the
contract period.
10.8. The bidder shall provide the backup data as and when required by the MMB.
10.9. Procure all the hardware and software assets including perpetual software license with
software assurance in the name of MMB.
10.10. Commercial Obligation
a. Settlement of accounts T+1 basis.
b. No transaction charges to boat/ferry operators, passengers and MMB officials for
the software.
c. Integrity of data to be maintained.
d. Zero downtime for the system with contingency plan
11. Indemnity to MMB
11.1. Except as otherwise expressly provided, neither MMB nor its servants, agents, nominees,
shall have any liability or responsibility whatsoever to whomsoever for loss or damage to
the equipment and/or loss or damage to the property of successful bidder and/or its sub-
contractors, irrespective of how much loss or damage is caused unless caused by willful
and gross negligence of MMB and/or its servants, agents, nominees, assignees.
11.2. The successful bidder shall protect, defend, indemnify and hold harmless MMB from and
against such loss or damage and any suit, claim or expense resulting there from.
11.3. Neither MMB nor its servants, agents, nominees, assignees, sub-contractors shall have
any liability or responsibility whatsoever for injury to, illness, or death of any employee of
the successful bidder irrespective of how such injury, illness or death is caused unless
caused by willful and gross negligence of MMB and/or its servants, agents, nominees,
assignees. The successful bidder shall protect, defend, indemnify and hold harmless MMB
from and against such loss or damage and any suit, claim or expense resulting there from.
11.4. The e-ticketing system will be implemented in phased manner and MMB cannot assure the
number of system users.
12. Termination
12.1. MMB reserves the right to terminate the agreement anytime during the period of contract,
in the event of the selected bidder/consortium has:
a) abandoned the contract;
b) failed to maintain the e-ticketing facility to the satisfaction of MMB;
c) failed to rectify the defects and deficiencies pointed out by MMB within the time limit
set forth for rectifying such defects and deficiencies;
d) neglected or failed to observe and perform all or any of the terms, acts, matters or
things under this contract, to be observed and performed by the contractor;
e) acted in any manner to the detrimental interest, reputation, name or prestige of
MMB;
f) become untraceable;
g) been declared insolvent/bankrupt;
h) Without authority, acted in violation of the terms and conditions of this contract and
has committed breach of the terms of contract in the best judgment of MMB.
i) If the data of MMB is disclosed to the third entity.
12.2. The contract shall also stand terminated, if any winding-up proceedings are initiated
against the selected bidder.
12.3. In the event of termination, for the reasons mentioned above, the company/consortium
shall not have any right to claim any compensation on account of such termination. On
termination of such Contract, MMB shall have the right to appropriate the Performance
Guarantee and recover the amount due and payable by the Selected Bidder, as per the
conditions of the Agreement.
13. Dispute Resolution
All disputes and differences whatsoever arising between the parties out of or relating to the
construction, meaning and operation or effect of this Tender and consequent Contract or the
breach thereof shall be mutually settled. However, in case no such mutual settlement is arrived
at, the matter shall be settled by arbitration in accordance with the provision of arbitration of the
Indian Arbitration & Conciliation Act, 1996 and any statutory modification or re-enactment
thereof and the Rules made there under and for the time being in force. The venue of arbitration
shall be at Mumbai unless otherwise agreed by Maharashtra Maritime Board.
14. Applicable law
The contract arising out of this tender shall be interpreted in accordance with the Law of India in
Mumbai Jurisdiction only.
15. Miscellaneous
MMB, in its sole discretion and without incurring any obligation or liability, reserves the right, at any
time, to:
a) Suspend and/or cancel the Selection Process and/or amend and/or supplement the
Selection Process or modify the dates or other terms and conditions relating thereto;
b) Consult with any Bidder in order to receive clarification or further information;
c) Retain any information and/or evidence submitted by, on behalf of and/or in relation to
any bidder; and/or
d) Independently verify, disqualify, reject and/or accept any and all submissions or other
information and/or evidence submitted by or on behalf of any bidder.
16. Annexure – I
(On letter head of the Bidder)
To
Chief Executive Officer (CEO),
Maharashtra Maritime Board (MMB)
Indian Mercantile Chambers,
3rd Floor, Ramjibhai Kamani Marg,
Ballard Estate, Mumbai - 400001.
Subject: Selection of Banks for providing e-ticketing facility for ferry services in Maharashtra, India
Sir,
1. Being duly authorized to represent and act for and on behalf of (herein the
Bidder), and having studied and fully understood all the information provided in this
Request for Proposal (RFP), I…………………….. the undersigned hereby apply as a
Bidder for the “Selection of Banks for providing e-ticketing facility for ferry services
in Maharashtra, India” according to the terms and conditions of the offer made by
Maharashtra Maritime Board.
2. Maharashtra Maritime Board is hereby authorized to conduct any inquiries/ investigation to
verify the statements, documents and information submitted in connection with the Bid.
3. This Bid is made with full understanding that:
a) MAHARASHTRA MARITIME BOARD reserves the right to reject or accept any
Bid, modify/ cancel the bidding process, and/or reject all or any of the Bids.
b) MAHARASHTRA MARITIME BOARD shall not be liable for any of the above
actions and shall be under no obligation to inform the Bidder of the same.
c) In case our offer is accepted and if we fail to pay the amount in the manner
specified by MAHARASHTRA MARITIME BOARD, the amount of Earnest Money
and any further installments paid by us under this offer shall stand absolutely
forfeited by MAHARASHTRA MARITIME BOARD.
4. I, the undersigned do hereby declare that the statements made, and the information
provided in the duly completed Bid forms enclosed are complete, true and correct in
every aspect.
5. We have read the terms and conditions of the offer detailed in the Request for Proposal
and are willing to abide by them unconditionally.
6. The offer made by us is valid for 120 days from the Bid Submission Date. We
understand that MAHARASHTRA MARITIME BOARD may require us to extend the
validity of the bid for such period as may be determined by MAHARASHTRA MARITIME
BOARD at its discretion.
Name:
For and on behalf of
(Name of Bidder)
17. Annexure - II
(Bidder details)
1. Particulars of the Bidder
a) Name:
b) Country of Incorporation I Nationality (as applicable):
c) Address of the corporate headquarters and its branch office(s), if
any, in India (as applicable):
d) Date of incorporation and/or commencement of business (as applicable):
e) The following documents are to be provided:
i. Certificate of Incorporation
ii. Audited Annual reports of last 3 financial years:
iii. Tax returns of last 3 financial years
iv. Copy of Permanent Account Number:
v. Copy of GST Registration number
vi. Statutory auditor certificate for turnover
vii. List of the eligible projects
viii. Certificates of eligible experience
2. Details of Authorized signatory of the Bidder
a) Name:
b) Designation (as applicable):
c) Address:
d) Telephone No./ Fax no.:
e) Email
3. Net worth Details (as applicable)
Year Net Worth (INR in Crores)
4. Details of person employment dealing with such operations/service:
a) Name:
b) Designation (as applicable):
c) Address:
d) Telephone No./ Fax no.:
e) Email
f) Number of years with the firm
g) Total number of years of experience
h) Details of previous employment starting with current employment
Signature of the Authorized Signatory
of the Bidder Full Name
Designation (as applicable)
Name of the Company (as
applicable) Address
Date
18. Annexure‐III
(On non‐judicial stamp paper of INR 100)
Power of Attorney for signing of Bid
Know all persons by these presents, [We …………………………………………….. (name of
the company) incorporated under the laws of India and having its registered office at [ ] “Company”] do hereby irrevocably constitute, nominate, appoint and authorize Mr. /Ms
(name), …………………… son/daughter/wife of ……………………………… and presently
residing at …………………., who is presently employed with us and holding the position of
……………………………. , as our true and lawful attorney (hereinafter referred to as the
“Attorney”) to do in our name and on our behalf, all such acts, deeds, matters and things as
are necessary or required in connection with or incidental to submission of our Bid for “Selection
of Banks for providing e-ticketing facility for ferry services in Maharashtra, India” pursuant
to the RFP dated [__] (“RFP”) issued by the (the “Authority”) and for our
selection as Successful Bidder including but not limited to signing and submission of all Bids
and other documents and writings, participate in pre-bid conferences and other conferences
and providing information/responses to the Authority, representing us in all matters before the
Authority, signing and execution of all contracts including the Concession/License Agreement
and undertakings consequent to acceptance of our Bid, and generally dealing with the Authority in
all matters in connection with or relating to or arising out of our Bid for the said Project and/or
upon award thereof to us and/or till the entering into of the Concession Agreement with the
Authority.
AND
we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deed, matters and
things lawfully done or caused to be done by our said Attorney pursuant to and in exercise
of the powers conferred by this Power of Attorney and that all acts, deeds and things done
by our said Attorney in exercise of the powers hereby conferred shall and shall always be
deemed to have been done by us.
Capitalized terms not defined herein shall have the meaning assigned to them under
the RFP. IN WITNESS WHEREOF, ………………………….,
THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………., 2….. For ……………………….. (Signature) (Name, Title and Address)
Witnesses:
(Notarized)
Accepted
…………………………… (Signature)
(Name, Title and Address of the Attorney)
Notes:
1. The Power of Attorney for signing of Bid must be submitted in original
2. The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
3. Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/ power of attorney in favor of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.
4. For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Applicants from
countries that have signed the Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming Appostille certificate.
19. Annexure-IV (Description of E-ticketing facility)
(Write Description here………………………………………………………………..)
WE FURTHER ACKNOWLEDGE AND AGREE THAT:
a) This offer is valid for a period of 120 days from the Bid Submission Date or such
extended date as may be determined by MAHARASHTRA MARITIME BOARD.
b) I/We have read and understood the terms and conditions of the Request for
Proposal and documents and hereby unequivocally and unconditionally accept the
same.
c) I/We understand that you are not bound to accept any proposal you receive. d) In case our offer is accepted and if we fail to fulfill our scope of work, the amount of
Performance Security under this offer shall stand absolutely forfeited by
MAHARASHTRA MARITIME BOARD.
e) The decision of MAHARASHTRA MARITIME BOARD concerning this transaction shall be
final and binding on us.
We hereby declare that the information stated hereinabove is complete and correct and any
error or omission therein, accidental or otherwise, will be sufficient justification for
MAHARASHTRA MARITIME BOARD to reject our Bid and/or to cancel the award.
Signature of the Authorized Signatory of the Bidder Full Name
Designation (as applicable)
Name of the Company (as
applicable) Address
Date
20. Annexure‐V
ANTI BLACKLISTING CERTIFICATE
(On a stamp paper of INR 100/-)
I M/s. ……………… (Name of the Bidder), (the names and addresses of the registered office)
hereby certify and confirm that we or any of our promoter/s / director/s are not barred by
Government of India (GoI) / any other entity of GoI or blacklisted by any state government/
department / local government / agency in India or from abroad from participating in Project/s,
as on the (Bid Submission Date).
We further confirm that we are aware that our application for the captioned project would be
liable for rejection in case any material misrepresentation is made or discovered with regard to
the requirements of this RFP at any stage of the Bidding Process or thereafter during the
agreement period.
Dated:
Name and seal of the Bidder:
Sign of the authorised person:
Name of the designation of authorised person:
21. Annexure‐VI
Undertaking
It is certified that the information furnished here in and as per the document submitted is true
and correct and nothing has been concealed or tampered with. We have gone through all the
conditions of RFP and are liable to any punitive action for furnishing false information /
documents.
Dated:
Name and seal of the Bidder:
Sign of the authorised person:
Name of the designation of authorised person: