rfp for web based entitlement services in the office of ...aghr.cag.gov.in/tenders/account/rfp for...
TRANSCRIPT
1
RFP for Web based Entitlement Services in the
Office of Principal Accountant General (A&E),
Haryana Chandigarh
2
INTRODUCTION
Office of Principal Accountant General (A&E), Haryana, Chandigarh is in the
process of developing a Web based entitlement services to improve the quality of
services being provided to the stakeholders. Some of the services like IT enabled
services have become very basic minimum services in today’s connected world
where all the stakeholders have access to internet, mobile phones, media etc.
Important Information:
1 Tender Inviting Authority Designation and Address
Deputy Accountant General
(Administration), Office of
Principal Accountant General
(A&E), Haryana, Chandigarh.
2. a) Name of the Work 1. Complaint and Grievance
Redressal and feedback
mechanism.
2. SMS based services to
Pensioners/GPF Subscribers.
3. Web based entitlement
services.
b) RFP reference -
c) Place of execution Chandigarh
3. a)RFP Document availability The RFP document can be
downloaded from website:
www.aghry.gov.in
4. Publication of Tender Notice -
3
5. Earnest Money Deposit Rs. 4,50,000/- (Four Lakh and fifty thousand Only) the Payment for EMD can be made via Demand Draft in favour of ‘The Pay & Accounts Officer, Office of Accountant General (A&E), Punjab, Chandigarh’.
6. Last date and time for submission of Tender 03.05.2019
7. Date and Time of Opening of Technical bid 06.05.2019
8. Date and Time of Opening of Commercial Bid To be intimated later on
Eligibility Criteria: Please refer to the pg. 12-14 of the Tender Document.
Two Bid System i.e. Stage-1 Technical Bid;
Stage-2 commercial Bid
The bidders are required to submit the hard copy
of technical bid along with duly signed and
stamped tender document downloaded from the
website to be submitted in the office of Deputy
Accountant General (Admn), Office of Principal
Accountant General (A&E),
Haryana,Chandigarh.
Tenders received after due date and time will be summarily rejected.
Any bid not conforming to the prescribed format will be summarily rejected
4
TABLE OF CONTENTS
Clause
No.
DESCRIPTION
Page
No.
1. Objective of providing web based services 6
2. Scope of Work 7
3. Required Infrastructure 7-8
4. Key points to solution 8-9
5. Ease of access 10
6. Methodology 10-11
7. Training 11
8. Office of Principal Accountant General (A&E), Haryana Reserves the right to vary quantities at the time of award of work
11
9. Eligibility Criteria for Bidders 12-14
10. Validity of Rates 15
11. Timelines for completion of job 15
12. Sub-Contracting/Consortium 15
13. Risk and Cost Recovery 15
14. Forfeiture of EMD 15
15. General Instructions 16-17
16. Contents of Bids 17
17. Performance Guarantee 18
18. Schedule of Tender 18-19
19. Procedure for Submission of Bid 19
5
20.
Evaluation of Bids
20
21. Penalty Clause 21
22. Right to negotiate 21
23. Release of Order 21
24. Payment Terms 21
25. Indemnity 22
26. Termination of Job 22
27. Risk Purchase 23
28. Loss of document 23
29. Execution of job 23
30. Force Majeure 24
31. Arbitration Clause 24
32. Jurisdiction 25
33. General Terms & Conditions 25
34. Applicable Law 26
Business Details (Annexure-„A‟) 28-32
Technical Bid Proforma (Technical Details) 33
Documents Detail (Annexure-B) 34-36
Bidders Particulars (Annexure-T1) 37-38
Bid Form (Annexure-T2) 38
Bid Letter (Annexure-C1) 39-42
6
1. Objectives of Web based entitlement Services
Entitlement functions in the Principal Accountant General office provide public service directly to
the employees of Haryana State Government. The entitlement functions include maintaining of the
Pension and GPF of State Government employees. As in today’s world expectations of stakeholders
have increased because of Internet, Mobile Phones, Media etc, as such the need to provide IT enabled
services to the stakeholders has become a necessity. In order to improve the quality of services being
provided to the stakeholder the following broad aspects have been framed to meet client expectations:
(i) Grievance Redressal and Feedback mechanisms
(ii) SMS based Services
(iii) Website based services
(i) Grievance Redressal and Feedback mechanisms: This includes the following:
(a) Dedicated Grievance Cell and personnel
(b) Various means of Feedback systems, dedicated email and number facility on the website etc
(ii)SMS based Services: The following services may be provided.
(a) Monthly SMS to all GPF Subscribers informing opening balance, monthly credits/debits, closing
balance etc.
(b)Pull SMS Service where subscribers can retrieve their GPF data and status of GPF Final Payment
& Pension authority by sending an SMS to dedicated toll free number.
(c) Intimation of case of receipt, processing, completion and dispatch to the Pensioners & GPF
subscribers.
(iii) Website based services:
A. Facility to download/view pensioner’s copy of Pension Payment Order(PPO), Gratuity Payment
Order(GPO), Commutation Payment Order (CPO), GPF Final payment authority, Service details etc.
through a Desktop Publishing(DTP)*/Password based authentication.
B. Regular updation of the details on the website preferably on a daily basis wherever possible.
C. The office should have facility to update details through intermediary server instead of through
NIC/others.
*Desktop publishing can generate layout and produce typography quality text and images
7
D. Provision to download/view facility for GPF Account Statements, Missing Credit details, Monthly
Opening Balance/Closing Balance etc.
E. Facility to register for SMS Services.
F. Facility to give detail of missing GPF credits & settle/clear through website.
G.Facility to have more information about Pension case
H.Creation of utility for having feed back from stakeholders
2. SCOPE OF WORK
Entitlement functions in the Principal Accountant General office provide public service directly to the
employees of Haryana State Government. The entitlement functions include maintenance of the
Pension and GPF of State Government employees. As in today’s world expectations of stakeholders
have increased because of Internet, Mobile Phones, Media etc, as such the need to provide IT enables
services to the stakeholders has become a necessity. In order to improve the quality of services being
provided to the stakeholder the following broad aspects have been framed to meet expectations of
stakeholders.
(a) SMS enablement for the GPF Section:
The Data from the main production server will be pushed to one intermediary Server to be installed by
vendor in the premises of this office and will deploy the new application software on the intermediary
server to send SMS of the pre determined events to GPF Subscribers.
(b) SMS enablement for the SAI Pension Section:
The Data from the main production server will be pushed to one intermediary Server. The vendor will
deploy the new application software on the intermediary server to send SMS of the pre determined
events to Pensioners.
(c) Web enablement for the GPF Services:
The Users will login through the website and get linked to the above intermediary servers. Based on
their LOGIN Credentials, they will be able to access their respective data of GPF in read only format.
(d) Web enablement for the SAI pension services
The Users will login through the website and get linked to the above intermediary servers. Based on
their LOGIN Credentials, they will be able to access their respective data of Pension in read only
format.
(3) Infrastructure needed:
8
Intermediary server will have 64 GB RAM and 4*1TB HDD. The server will be having
continuous Redundant Power supplies so that the server can be made available for
continuous operations. Static IP will be required to enable Web access on our
existing leased line. Hardware firewall is needed to protect unauthorized access to
the network. The SMS Enablement PACK has been obtained from C-DAC. Vendor
will provide utility to make it compatible with the existing facility obtained from
C-DAC.
(f) Dedicated Phone Number for Pull SMS:
For SAI Pension and GPF a Dedicated Phone number at this office will be provided
to pull SMS when sent by subscriber, the data to be sent to that subscriber’s
mobile Just like 139 (Railway Enquiry). Utility is to be created by vendor for
submitting queries by the stake holders and solutions are to be generated from
intermediately server.
4.Key Points of Solution
4.1. There should be provision for access management control through user
name and password
4.2. Software shou ld have opt ion of applying mult ip le t h e me s for
the interface.
4.3. Department should be able to customize the interface of proposed
solution as per its requirement. Bidder needs to submit multiple designs
of interface.
4.4. Software should have facility of website like browsing for creating user
friendly interface.
4.5. Proposed system should have adaptive viewer with which should be
compatible with old system on flash and new systems on HTML5
platform. Specifications provided above must be adhered.
4.6. The successful Bidder shall develop CMS (Content Management
System) to link existing DMS (Pension), DMS (GPF), SAI, VLC server
existing in this office to meet the requirement of stake holders for
Pension and GPF messages and web based services and for seeking their
9
feedback for the purpose of RTI replies. Successful Bidder shall
handover the complete software solution to run the web based application
smoothly with the source code and the Intellectual Proprietary Rights (IPR)
including copyrights of the entire software solution. Interface of
intermediary server and exiting servers is to be provided as well as Network
connectivity amongst these servers. The utility for up-dating the data on
Content Management Server from SAI Pension Server and VLC Server is to
created by vendor and training to staff for managing above services will also
be imparted by the vendor company. Utility to have a backup of the entire
system will also be provided by the vendor.
4.7. CMS should have well established online support system in terms
of Forums / Blogs in order to provide independence to Bidder for taking
support at any time. Bidder should provide link for such forum/blog in
compliance. This is a must condition from support perspective.
4.8. The offered CMS should have open data portability and should have ready
API SDK for enabling Archive to integrate CMS with any other application in
future.
4.9. Complete Software Requirement Specifications (SRS) for the entire project
is required to be made available by the successful Bidder, technology used for
implementation is required to be clearly elaborated. Details of Operating
System, Application Server, DBMS and other platform requirements are also
required to be clearly specified.
4.10. Solution offering delivery of source code for providing above services to
the Office of Principal Accountant General (A&E), Haryana and having no
restriction on user licenses should be preferred
4.11. Allows Versioning: Users can upload multiple versions of the same file
4.12. Deliverables: RAW Image, TIFF image, Cleaned Image and PDF.
4.13. Vendor will provide onsite support for smooth functioning of the
entire system for atleast a period of 1 year from the dated of
completion of project.
10
5. Ease Of Access:
a) The level of effort required to find, access to use should be very minimal by using
various Browse options.
b) Faster Search & Retrieval: Users can search for any item via a single field
interface i.e. by inserting value in Google like single field.
c) CMS should provide search results to stake holders.
d) Proposed Software should provide link to update from existing data source i.e.
SAI Pension, VLC and DMS. It should provide utility to fetch reports from above
data to stake holders.
e) It should be possible to implement solution in high availability mode in order to
ensure business continuity. Bidder should implement solution at the Office of
Principal Accountant General (A&E), Haryana in high avail ability mode.
f) Proposed solution should have at least 3 live references in Central / State Govt.
/ PSUs / Autonomous bodies in India. Bidder to produce live Internet URLs /
give Contact Details of these references, which can be validated by Office of
Principal Accountant General (A&E), Haryana committee.
6. Methodology
The Bidder shall be required to independently arrive at the methodology,
based on globally acceptable standards and best practices, suitable for the
Office of Principal Accountant General (A&E), Haryana by providing
state-of-art technology.
The system should necessarily integrate the following features for smooth
functioning :-
The system should allow collection of information along the hierarchy.
The system should allow reviewing, commenting and approving by various
11
personnel in the hierarchy. The system should support movement of information
across and with in department.
The bidder should also have to give the blue print/methodology with the
capacity details, technology along-with Hardware/Software along-with detail of
manpower to be used for developing above services. The bidder should have to
submit the Technical Solution to the Office of Principal Accountant
General (A&E), Haryana for providing above services.
7. Training:
a) The selected bidder will maintain and give support for atleast one year after the
completion of the job. Office of Principal Accountant General (A&E), Haryana
Technical Team should also be given training of all the application
software/utilities developed by the selected bidder during the project.
Also, adequate training to the staff of the Office of Principal Accountant
General(A&E), Haryana shall be provided by the company free of charge on the
following:-
b) G e n e r a t i o n / u p l o a d i n g d a t a f r o m e x i s t i n g s e r v e r o f S A I
P e n s i o n t o t h e i n t e r m e d i a r y s e r v e r . A r c h i v a l a n d t a k i n g
b a c k u p o f C M S .
8. Office of Principal Accountant General (A&E), Haryana reserves the right
to vary quantities at the time of award of work.
a. The Office of Principal Accountant General (A&E), Haryana reserves the
right to accept or reject any or all bids without assigning any reason.
b. The Office of Principal Accountant General (A&E), Haryana reserves the
right to add more parties at any point of time as per requirement.
c. The Office of Principal Accountant General (A&E), Haryana office will
be at any point of time, be free to visit the premises where the job is
being executed to ensure that the process is followed as specified in
12
the tender. Any fault by the tenderer is liable for the cancellation of
the order/imposing suitable penalty.
9. Eligibility Criteria for Bidders:
9.1 Bidders General Qualifications:
i. This tender is open to all firms/companies from within India, who are eligible to
do business under relevant Indian laws as in force at the time of bidding.
ii. Firm/company declared by the Office of Principal Accountant General (A&E),
Haryana to be ineligible to participate for corrupt, fraudulent or any other
unethical business practices shall not be eligible during the period for which such
ineligibility is declared.
iii. Breach of general or specific instructions for bidding, general and special
conditions of contract with the Office of Principal Accountant General (A&E),
Haryana may attract a proceeding to declare a firm/company ineligible for a
certain period or certain number of consecutive tender calls.
9.2. Minimum Eligibility Criteria:
Sr. No.
Clause
Document Required
1. The Company / Agency must be registered in India under the Companies Act, 1956 having its registered office in India for the last five years as on date of submission of physical bid.
Attested copy of the Certificate of incorporation.
2. The Bidder should have at least ISO 9001:2000 regarding development of software and applications.
Attested Copy of Certificate must be attached.
3. The Company/Agency must have experience in the field of providing web based services last four financial years ( 2015-16, 2016-17, 2017-18, 2018-19).
Copy of Work Order / Client Certificate / citations to validate the experience over last 4 financial years.
13
4. The Company/Agency must have successfully executed 3 purchase orders in the last three preceeding years in a State/Central Government/ PSU/Registered Companies/ Registered Educational Institutions. Out of three orders:
One order must be of minimum 25 Lakh OR Two orders must be of minimum 15 lakh each. OR Three orders must be of minimum 10 lakh each.
Work Order along-with Completion Certificate/ Client Certificate/ Project, satisfactory execution & payment recd. etc.
5. The Company/Agency should have average Turnover of Rs. 1 Crore (Rs. One Crore) in last 3 Financial Years ( 2016-17, 2017-18, 2018-19)
Audited Balance sheet and Profit & Loss account statement of the Bidder for each of the last 3 audited financial years.
Certificate duly
signed by Company Secretary of the Bidder confirming the positive net-worth for the last three financial years.
6. The Bidder should have positive net worth (measured as paid-up capital plus free reserves) and should be a profit making company before tax in each of the last three audited financial years (2016-17, 2017-18, 2018-19).
Audited Balance sheet and Profit & Loss account statement of the Bidder for each of the last 3 audited financial years.
Certificate duly
signed by Company Secretary of the Bidder confirming the positive net-worth for the last three financial years.
7. The Bidder should have all necessary licenses, permissions, consents, NOCs, Approvals as required under law for carrying out its business. The Bidder should have currently valid Goods & Service Tax Registration Certificate and PAN No.
Copies of Goods & Service Tax Certificate & PAN No. Undertaking be provided by the bidder that he has all the requisite approvals/ NOCs etc., as required under law to carry out its business.
14
8. The Company/Agency should be an
individual organization/partnership firms.
Consortium shall not be allowed.
Certificate from the
current authorized
signatory of the
Company. 9. The Signatory signing the Bid on behalf of
the Bidder should be duly authorized by the
Board of Directors of the Bidding
Company/partner in the case of partnership firm/proprietor in the case of proprietorship
firm to sign the Bid on their behalf.
A Certificate from the
Company Secretary of the
Bidder certifying that the
Bid signatory is authorized by the Board
of Directors of the Company to do so, with acceptance of board resolution, resolutions
number and date/ partner in case of partnership firm/proprietor in the
case of proprietorship
firm to sign the Bid on
their behalf.
10. EMD should have been submitted. The Payment for EMD Rs. 4,50,000/- (Rupees Four Lakh and fifty Thousand only) can be made via Demand Draft in favor of ‘The Pay and Accounts Officer, Office of the Accountant General (A&E), Punjab, Chandigarh”
11. Selected company should not have been black listed for the last five years by any Government entity in India (Centre / State organizations/ Departments/ Institutions.) for breach of any applicable law or violation of regulatory prescriptions or breach of agreement as on date of submission of Bid.
Certificate from the current authorized signatory of the company
Any Bid failing to meet the above stated Qualification criteria shall be summarily rejected and will not be considered for Financial Evaluation.
15
10. Validity of Rates:
The Rates must be valid for the period of one year from the date of opening of
bid. Any offer falling short of the validity period is liable for rejection.
11. Timelines for completion of job:
The bidder must have to complete the said job maximum within 3 Months
from the date of issuance of work order.
12. Sub-Contracting/Consortium:
No consortium/sub-contract shall be allowed. The bidder cannot sublet the ob
or part of job to others company for the said job.
13. Risk and Cost Recovery:
In the event of non-execution of the assigned job in time, the EMD/Security
shall be forfeited. Further, if the Office of Principal Accountant General
(A&E), Haryana has to get the same or part of it done from any other bidder
because of failure to complete the job in full or part by the successful
bidder, the difference in payment may be made from this EMD/Security
deposit. The Office of Principal Accountant General (A&E), Haryana against
EMD/Security can also make any other adjustment or default on the part of
bidder.
14. Forfeiture of Earnest Money Deposit (EMD)
The Earnest Money Deposit will be forfeited in the following cases, in addition
to the conditions specified in the earlier clauses:
i. If the bidder withdraws the Bid for any reason
after the award of work.
ii. If the bidder whose Bid has been accepted, fails to execute the
Agreement and/or fail to submit the PBG within the time stipulated by
the Office of Principal Accountant General (A&E), Haryana; and
iii. If the bidder adopts unfair practices to influence the outcomes of the
Bid process.
16
15. General Instructions:
1. The bidder will execute an appropriate agreement, on the agreed
terms & conditions with the Office of Principal Accountant General (A&E),
Haryana and also furnish Performance Bank Guarantee Security Deposit @ 10%
of the total project value valid for one year from the date of award of work.
In case of extension of contract, the validity of performance bank guarantee
shall be extended accordingly.
2. The Office of Principal Accountant General (A&E), Haryana will deal with the
bidder directly and no middlemen/agents/ commission agents etc. should be
asked by the firm to represent their cause.
3. The successful Bidder shall develop CMS (Content Management System)/DMS
(Data Management System) specific to the needs of Office of Principal
Accountant General (A&E), Haryana. The CMS is required to be developed
using open source technologies only. The successful Bidder shall handover the
complete software solution to the Office of Principal Accountant General
(A&E), Haryana with the source code and the Intellectual Property Rights (IPR)
including copyrights of the entire software solution. CMS should have well
established online support system in terms of Forums / Blogs in order to
provide independence to Bidder for taking support at any time. Bidder should
provide link for such forum/blog in compliance. This is a must condition from
support perspective. The successful Bidder will hand over all the
documentation and its source code to the Office of Principal Accountant
General (A&E), Haryana. The Bidder shall provide training of CMS to the
Office of Principal Accountant General (A&E), Haryana staff.
4. The modules of CMS/DMS are required to be capable of multiple accesses
with security features and facility for updation/versioning.
5. CMS provided by the successful Bidder is required to be platform
independent and capable of archival, management and retrieval as per
the requirements of the tender document.
17
6. CMS provided by the successful Bidder is required to ensure seamless
integration with the existing workflow based system or any other
database of the Office of Principal Accountant General (A&E), Haryana.
7. The successful Bidder may be asked to make provisions for
additional reports based on search parameters.
8. The successful bidder is required to comply with the requirements of all the
Acts, Rules and Regulations framed by the State Government/ Central
Government relating to contract work and the Office of Principal Accountant
General (A&E), Haryana will not be responsible for any breach thereof.
9. Licensed copy of the application software and database design as may be
developed by the firm or its employees for and during execution of the work
shall vest in Office of Principal Accountant General (A&E), Haryana and the firm
shall execute necessary documents for the same and also get an assignment
from its employees, in favour of Office of Principal Accountant General (A&E),
Haryana.
16. Contents of Bid
The Bids prepared by the Bidder shall comprise of the following two
components:
16.1 Technical Bid comprising the following are to be filled as per the formats
provided in the Tender Document.
i) Proforma for Bidder’s particulars – Annexure ‘A’.
ii) Documents Detail – Annexure “B‟.
iii) Earnest Money
iv) Bidders Particulars(Annexure-T1)
v) Bid Form (Annexure-T2)
vi) Bidder must also enclose the required documents as defined in Pre-
Qualification Criteria (Clause8).
18
16.2 Commercial Bid
Commercial bid for providing web based services (Annexure-C1).
17. Performance Guarantee
Within 15 days after award of order, the successful Bidder shall have to furnish
Performance Guarantee @ 10% of the total project value valid for 13 months. In
case of extension of contract, the validity of performance bank guarantee shall
be extended accordingly. In the event of non-execution of said job in time,
this deposit shall be forfeited. Further, if the Office of Principal Accountant
General (A&E), Haryana has to get the same or part of it from any other bidder
because of failure to complete in full or part by the successful bidder, the
difference in payment may be made from this Performance Guarantee. The
Office of Principal Accountant General (A&E), Haryana can also make any other
adjustment against Performance Guarantee on default on the part of bidder.
The Performance Guarantee shall be returned only after the specified period
and clearance of all dues/payments. No interest will be payable on the
Performance Guarantee deposited by the Office of Principal Accountant General
(A&E), Haryana. The EMD will be returned on submission of Bank Guarantee
within 30 days.
18. Schedule of Tender:
a. Availability of Bid Document: The tender documents is available at
www.aghry.gov.in from 13.04.2019.
b. Submission of Bids: Bids should be submitted Upto 04:00 PM by 03.05.2019.
c. Opening of Technical Bids: On 06.05.2019 at 11:00 AM at Conference
Hall, Office of Principal Accountant General (A&E), Haryana, Chandigarh.
d. The bidders or their authorized representatives may be present, if they so
desire.
19
e. Advice to the Bidders:
Bidders are advised to study this tender document carefully before participating. It shall be deemed that submission of Bid by the bidder has been done after their careful study and examination of the tender Document with full understanding to its implications.
f. Period of Validity of Offer: Offer should remain valid for one year after the date of opening of the technical bids as prescribed by the Office of Principal Accountant General (A&E), Haryana. If the validity of the offer is extended, the validity of EMD will also have to be extended. An offer valid for a shorter period may be rejected by Office of Principal Accountant General (A&E), Haryana as non-responsive.
g. Language of the Bid Proposal: The Language of the bid proposal as prepared by the Bidders shall be English and all further correspondence and documents related to the bid proposal exchange with the Office of Principal Accountant General (A&E), Haryana shall be English.
19. Procedure for Submission of Bid:
The Bids should be submitted physically in two parts i.e. Technical Bid and Commercial Bid as per the format given in the tender document available on the portal upto the due date & time.
a. Technical bid (stage 1): - The Technical Bid format as given in the Tender shall be filled, signed and stamped on all pages. Errors, if any shall be attested by the Bidders. The Technical Bid shall not contain any indications of the Price otherwise the Bid will be summarily rejected. The bidders shall submit the details offered against the tender requirement. The technical bid should be submitted physically as per schedule along-with the duly signed and stamped tender document downloaded from the website be submitted up to 03.05.2019 by 4:00 PM at O/o Principal Accountant General (A&E), Haryana, Plot No. 4 & 5, Sector 33B, Chandigarh to the Deputy Accountant General (Administration), O/o Principal Accountant General (A&E), Haryana.
b. Price Bid Form (Stage 2):-The price bid should be submitted
physically in sealed envelop. All the Price items as asked in the
Tender shall also be filled in the Price Bid Format as given in the
Tender. The Prices quoted shall be only in INDIAN RUPEES (INR) only.
The tender is liable for rejection if Price Bid contains conditional
offers.
Mode of Submission of Bids:-The Bids shall be submitted physically at the Office of Principal Accountant General (A&E), Haryana to Deputy Accountant General (Administration) strictly as specified in the Tender document.
20
20. Evaluation of Bids:
An evaluation committee will evaluate the bids of all the bidders both technically and commercially as per the following schedule/pattern.
i) Only Technical bid shall be opened on the day of opening of the bids as per schedule.
ii) Conditional bids shall be summarily rejected.
iii) The Technical bids:-The documents furnished by each bidder with its Technical Bid will be examined to see whether the qualifications and specific requirements mentioned in the tender document are fulfilled.
iv) The Commercial Bids of those bidders who satisfy the parameters
laid out in the Technical Bid will only be opened. The place, date
and time of the opening of the Commercial Bids shall be notified
separately. The commercial bid shall be evaluated for successful
Bidders.
Further, i) the technical evaluation takes a total of 70 points
ii) Financial evaluation takes a total of 30 points
Scores for the technical evaluation
Evaluation criteria Maximum Attainable points
Technical score specification(Assess whether proposed bid meets tender specifications
15
Organizational Capability & Experience(marks to be awarded on evidence of bidder having undertaken similar projects, market experience, knowledge of development of web based services, roaming reputation, references)
15
Team experience (assess level of relevant qualification and experience (atleast 5 years)
10
Approach and methodology (marks awarded for detailed steps shown to fulfil the objectives, timeframe
30
Bidders who score more than 49 points and above, will be shortlisted
for Financial evaluation.
Financial evaluation: The Financial proposal will only be evaluated
after the Technical evaluation has been completed. The evaluation
of the Financial proposal will be based on pro-rating the bid price
21
against the lowest quoted price. This means that company which
has the lowest price (amongst those which qualified for financial
evaluation) will get the maximum score of 30 points. The weighted
financial score will be calculated as shown below and then summed
up with the technical score to get the total combined score.
Financial score= (Lowest bid price/Evaluated Bidder’s price)x30
21. Penalty Clause:
The bidder shall be liable for deduction of payment in case of delay/non-completion of assigned job in stipulated time from the date of issuance of work order as per details given hereunder:-
i)No payment will be deducted for first 15 days from the start of job.
ii)After 15 days, in case of any delay in the execution of the work by the successful Bidder, it will be open to the office of Principal Accountant General (A&E), Haryana to impose a penalty @ upto 10% of the amount of work not performed during the aforementioned time. In such an event, the successful Bidder will also be required to complete the remaining work
22. Right to negotiate:
The negotiation, if required, shall be carried out by the
Committee of Office of Principal Accountant General (A&E), Haryana,
Chandigarh at that point of time.
23. Release of Order:
After Acceptance of Bid Proposal by the Committee of Office of
Principal Accountant General (A&E), Haryana, Chandigarh formal
purchase order will be released in favour of the successful bidder. No
dispute can be raised by any Bidder whose Bid has been rejected and
no claims will be entertained or paid on this account.
The bidder is expected to examine all the instructions, forms, terms
& conditions and specifications in the indenting document. Further to
furnish all the information required by the indenting document or
submission of a bid in every respect will be at bidders risk and may
result in rejection of the bid.
24. Terms of Payment:
22
1. 1 0 0 % p a y me n t w i l l b e r e l e a s e d o n successful completion
of work.
2. The successful Bidder will pay all the applicable taxes.
3. Payments under the contract will be made only in Indian currency.
25. INDEMNITY
a. The Company/Agency will indemnify the Office of Principal
Accountant General (A&E), Haryana, Chandigarh of all legal
obligations of its professionals deployed for the Office of
Principal Accountant General (A&E), Haryana, Chandigarh
projects.
b. Office of Principal Accountant General (A&E), Haryana,
Chandigarh and its Clients also stand absolved of any liability
on account of death or injury sustained by the Agency staff
during the performance of this empanelment and also for any
damages or compensation due to any dispute between the agency
and its staff.
c. O f f i c e of Principal Accountant General (A&E), Haryana,
Chandigarh will not be responsible for any violation of IPRs by the
Company/Agency in the discharge of work assigned by Office of
Principal Accountant General (A&E), Haryana.
26. TERMINATION OFJOB
a. Termination for Insolvency
The Office of Principal Accountant General (A&E), Haryana, Chandigarh may at any time terminate the work order / contract by giving written notice of four weeks to the agency, without any compensation to the agency, if the agency becomes bankrupt or otherwise insolvent.
b.Termination for default
a. Default is said to have occurred
If the agency fails to deliver any or all of the services within the time
period(s) specified in the work order or any extension thereof granted by the
Office of Principal Accountant General (A&E), Haryana, Chandigarh.
If the agency fails to perform any other obligation(s) under the contract
/work order.
23
b. If the agency, in either of the above circumstances, does not take
remedial steps within a period of 7 days after receipt of the default notice
from the Office of Principal Accountant General (A&E), Haryana,
Chandigarh (or takes longer period in spite of what the Office of Principal
Accountant General (A&E), Haryana, Chandigarh may authorize in writing),
the Office of Principal Accountant General (A&E), Haryana, Chandigarh
may terminate the contract / work order in whole or in part. In addition to
above, the Office of Principal Accountant General (A&E), Haryana,
Chandigarh may at its discretion also take the following actions.
c. The Office of Principal Accountant General (A&E), Haryana, Chandigarh
may transfer upon such terms and in such manner, as it deems appropriate
work order for similar service to other agency and the defaulting agency will
be liable to compensate the Office of Principal Accountant General (A&E),
Haryana, Chandigarh for any extra expenditure involved towards support
service to complete the scope of work totally.
27. RISK PURCHASE:
If the selected bidder is not able to fulfill its obligations under the
contract, which includes non-completion of the work, the Office of
Principal Accountant General (A&E), Haryana, Chandigarh reserves the
right to select another bidder to accomplish the work. Any costs,
damages etc. resulting out of the same shall have to be borne by the
selected bidder.
28. LOSS OFDOCUMENT:
In case of loss or damage to the Hardware/data/documents/record
,the bidder shall be liable for deduction of payment maximum of the
40% of the contract value as per discretion of the Office of Principal
Accountant General (A&E), Haryana, Chandigarh.
29. Execution of Job:
Bidder will be given 1 week’s time to start the work from the date of
award of work. Technology used for Front- end, Middle-tier and End
24
Output are also required to be clearly elaborated. Details of
operational hardware, software, application system are to be
submitted to the Office of Principal Accountant General (A&E),
Haryana, Chandigarh.
30. FORCEMAJEURE
a. Force majeure clause will mean and be limited to the
following in the execution of the contract / purchase orders placed
by the Office of Principal Accountant General (A&E), Haryana,
Chandigarh: -
War /hostilities.
Riot or Civil commotion
Earthquake, flood, tempest, lightning or other natural physical disaster.
Restriction imposed by the statuary authority, which prevent or
delay the execution of the order by the statuary authority.
b. The bidder will advise The Office of Principal Accountant
General (A&E), Haryana, Chandigarh in writing, duly certified by the
local Chamber of Commerce, the beginning and the end of the above
causes of delay, within seven days of the occurrence and cessation
of the force majeure conditions. In the event of a delay lasting for
more than one month, if arising out of clauses of force majeure, the
Office of Principal Accountant General (A&E), Haryana, Chandigarh
reserve the right to cancel the order without any obligation to
compensate the agency in any manner for what so ever reason.
31. ARBITRATION
All disputes of differences, including the claims for damages and
compensation whatsoever, arising between the parties, out of or
relating to the construction, meaning, operation or effect of this
agreement or the breach thereof shall be settled amicably.
However, if the parties are not able to resolve them amicably within
a period of 15 (fifteen) days, the same shall be resolved by
arbitration in accordance with the Arbitration and Conciliation Act,
1996. The dispute may be referred to arbitration which in this case
shall be Principal Accountant General (A&E), Haryana Chandigarh.
The Arbitration and Conciliation Act 1996 or any statutory
modification thereof shall apply to the arbitration proceedings and
25
the venue for the arbitration proceedings shall be Chandigarh and
shall be carried out in English language.
32. JURISDICTION
The Punjab and Haryana High Court, Chandigarh will have the exclusive jurisdiction in regard to the matter arising out of this agreement.
33. GENERAL TERMS &CONDITIONS
The Bidder shall perform the services and carry out its obligations under
the Contract with due diligence and efficiency, in accordance with
generally accepted techniques and practice used in the industry and with
professional engineering and training/consulting standards recognized by
national/international professional bodies and shall observe sound
management, technical and engineering practices. It shall employ
appropriate advanced technology and safe and effective equipment,
machinery, material and methods. The Bidder shall always act, in respect
of any matter relating to this Contract, as faithful advisors to the Office
of Principal Accountant General (A&E), Haryana, Chandigarh and shall, at
all times, support and safeguard the Office of Principal Accountant
General (A&E), Haryana, Chandigarh legitimate interests in any dealings
with Third parties.
a. The Office of Principal Accountant General (A&E), Haryana,
Chandigarh reserves the right to assess the performance of the bidder
prior to commencement or in between the work progress. The assessment
may cover all areas related to the assigned work order, especially
methodology, manpower, infrastructure etc. The Office of Principal
Accountant General (A&E), Haryana, Chandigarh reserves the right to
cancel the work order assigned to the bidder at any time which includes
the time after the completion of assigned work without assigning any
reason for the same. In case the work order is cancelled then the costs
incurred will be borne by the bidder and under no circumstances the
bidder shall be eligible for any payment or damages from the Office of
Principal Accountant General (A&E), Haryana, Chandigarh.
26
b. The selected bidder shall not, without the prior written consent
of Office of Principal Accountant General (A&E), Haryana, Chandigarh
disclose the Contract, or any provision thereof, or any specification, plan,
drawing, pattern, sample of information furnished by or on behalf of The
Office of Principal Accountant General (A&E), Haryana, Chandigarh in
connection therewith, to any person other than a person employed by
the Bidder in the Performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only
so far as may be necessary for purpose of such performance.
c. The selected bidder or his employees will not disclose the
content of data/record/ documents, the details related to Office of
Principal Accountant General (A&E), Haryana, Chandigarh, to any
person. The selected bidder should not also disclose these above
things to any of its existing or future clients either in softcopy of
hard copy form.
d. The selected bidder shall indemnify the Office of Principal
Accountant General (A&E), Haryana, Chandigarh against all third
party claims of infringement of patent, trademark/copyright or
industrial design rights arising from the use of the supplied
software/ hardware/ manpower etc. and related series or any
part thereof.
e. The selected bidder shall not outsource the works assigned to any
other bidder under any circumstances. This violation will attract
forfeiture of EMD/Security deposit and cancellation of work order.
The cost incurred on executing the work order through alternate
sources will also be recovered from the outstanding bills or by raising
claims.
f. Alternations if any in the tender should be attested properly
by the bidder, failing which the tender is liable to be rejected.
34. APPLICABLE LAW
27
a) The bidder shall be governed by the laws and procedures established within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.
b) All disputes in this connection shall be settled in jurisdiction of the Punjab & Haryana High Court.
c) The Office of Principal Accountant General (A&E), Haryana, Chandigarh reserves the right to cancel this bid or modify the requirement without assigning any reasons. The purchaser will not be under obligation to give clarifications for the same.
d) The Office of Principal Accountant General (A&E), Haryana, Chandigarh reserves the right that the work can be allocated to any of the qualifying vendors.
e) The Office of Principal Accountant General (A&E), Haryana,
Chandigarh also reserves the right to relax any of the terms & conditions
of the bid.
f) The Office of Principal Accountant General (A&E), Haryana, Chandigarh, without assigning any further reason can reject any bid(s), found deficit in any manner.
g) The Office of Principal Accountant General (A&E), Haryana, Chandigarh also reserves the right to award works/supply order
on quality/technical basis,which depends on quality/capability of the system and infrastructure.
28
BUSINESS DETAILS
(Annexure-‘A’)
S.No
Required Details Remarks
1.
Legal Name of the Company:
2.
Type of Business:
Corporation Individual
Sole
Proprietorship
Joint Venture
Partnership
Limited Liability Partnership
Other
3.
Company Identification No. (CIN)
4.
Business Address: City
District
State
Zip
Code
Telephone
Nos.: Contact
e-mail:
5.
Registered Address of the Company: Address:
City
District State Zip Code Contact Person:
Telephone Nos.:
Contact e-mail:
Company Website
URL:
6.
PAN No. of bidder TAN No.
of bidder
GSTIN of bidder
7.
Has the firm transacted business under any other previous names ?
If yes, under which name business transacted
Yes No
29
8. Ownership of the Company/Firm: Whether Company owned or controlled
by parent company?
If yes, complete the following:
Legal Name of the parent company
Full address of the parent company
City
District
State
Pin Code
Yes No
9. Relationship with the parent company Subsidiary Division
10. Date of ownership
11. Shareholding Pattern of Company:
Percentage of shares held by the parent
company
Other majority shareholders in the Indian
Company
Details of Board of Directors
12. Name of Bid and Contract Signing Authority–I
Name, Designation, Contact No. Email:
Power of Attorney or resolution of
Board of Directors through which
authorized as signatory
Authority – II
Name
Designation
Contact
No. Email:
Power of Attorney or resolution of Board
as signatory
30
13.
Memorandum of Association and Articles of Association of the
Company
Bye Laws and certificates of
registration(in case of registered
firm)
14.
Whether MOA of Bidding Company allows entering into the bid of
respective services ? If yes, indicate
the relevant clause.
B. COMPANY’S FINANCIALDETAILS
1.
Authorized Capital of the Company
2.
Paid up Capital of the Company
3.
Turnover of the Company for the last three years
4.
Net worth of the company for last
three years
5.
Profit of the company for last three years
6.
Customer references
7.
Past 1 – 3 year supply record
8.
Quality certificates received, if any
9.
Customer approval letters if any
10.
Awards and recognition received, if any
11.
After sales support mechanism
31
C. COMPANY’S LEGAL DETAILS
1.
In the past five years prior to the date
of this application, has this entity or
any principal of the entity been
deemed to be in default on any
contract or been forcefully terminated
from any contract ? If yes, state the
names of the entity, relationship to
form and the circumstances.
(Submit affidavit)
Yes No
2.
Whether an undertaking (Affidavit) submitted that the bidder has not
been blacklisted/ debarred by any
Central/State Government
Department/Organization.
Yes No
3.
Whether an undertaking (Affidavit) submitted to the effect that there has
been no litigation with any
Government Department/Organization
on account of similar services.
Yes No
4.
Whether the entity has undergone legal proceedings/arbitration
proceedings in the past three years.
If yes, Submit details
Yes No
D. Bank details:
Bank Name
:
Branch :
Bank Account No. :
Type of Bank Account
:
IFSC Code :
32
E. Technical Information about Bidder Company:
1. Present installed capacity(per day) for Providing web based services in Govt/PSU/reputed pvt. organizations
2. Capacity Utilization
3. Experience in Providing web based services in Govt/PSU/reputed pvt. organizations
F. Detail of Technical trained Manpower.
Sr. No.
Level of the Employee
Qualification
Years of Exp.
G. Any other details:
Date: Signature of Bidder (with seal)
Name:
Status/Designation:
33
TECHNICAL BID PROFORMA
Part – II: Technical Details
Date: Place Authorized Signatory
(Name & designation)
Seal
S. No. Description
Detailed Information to be furnished
by the Bidder on a
separate sheet (Y/N)
1.
Details of Server(s) (with configuration and OS) the Bidder intends to install.
2. Details of the SAN Server(s) the Bidder Intends to install.
3. Details of the Computers, Hardware, Equipment, the Bidder intends to install.
4. Details of Networking proposed to be established by the Bidder.
5. Number of technical persons proposed to be engaged by the Bidder for providing web based/SMS based services
6. Detailed methodology with stage wise information about the processes, procedures and methods proposed to be employed by the Bidder for providing a complete solution of the entire project with work flow chart.
7. Risk analysis and its management for the project.
8. Maintenance and technical support services the Bidder intends to provide for providing web based/SMS based services.
34
Document Detail to be attached with Pre-qualification Bid
Annexure ‘B’
Sr. No.
Description
Document Required Define Page No.
1. The Company / Agency must be registered in India under the Companies Act 1956 having its registered office in India for the last five years as on date of submission of bid
Attested copy of the Certificate of Incorporation.
2. The Bidder should have at least ISO 9001:2000
Attested Copy of Certificate must be attached.
3. The Company/Agency must have experience in providing web based/SMS based services for the last four financial years (2015-16, 2016-17, 2017-18, 2018-1p).
Copy of Work Order / Client Certificate / citations to validate the experience over last 4 financial years.
4. The Company/Agency must have Successfully executed 3 purchase orders in the last three preceding years in a State/CentralGovernment/ PSU/Registered Companies/ Registered Educational Institutions. Out of three orders: One order must be of minimum 25 lac.
OR Two orders must be of minimum 15 Lakh each.
or Three orders must be of minimum 10 lac each.
Work Order along- with Completion Certificate/ Client Certificate/ Project citations/ satisfactory execution & payment recd. Etc.
35
5. The Company/Agency should have average Turnover of Rs. one Crore in last 3 Financial Years (2016-17, 2017- 18,2018-19)
Audited Balance sheet and Profit & Loss account statement of the Bidder for each of the last 3 audited financial years.
Certificate duly
signed by Company Secretary of the Bidder confirming the positive net- worth for the last three f i n a n c i a l years.
6. The Bidder should have positive net worth (measured as paid-up capital plus free reserves) and should be a profit making company before tax in each of the last three audited financial years (2016-17, 2017-18, 2018-19).
Auidted Balance sheet
and Profit &Loss
account statement of
the Bidder for each
of the last 3 audited
financial years.
Certificate duly signed by Company Secretary of the Bidder confirming the positive net- worth for the last three financial years.
7. The Bidder should have all necessary licenses, permissions, consents, NOCs, approvals as required under law for carrying out its business. The Bidder should have currently valid Goods and Service Tax Registration Certificate, Goods and Service Tax Identification Number and PAN No.
Copies of Goods and Service Tax Certificate; GSTIN& PAN No. Undertaking be provided by the bidder that he has all the requisite approvals/ NOCs etc., as required under law to carry out its business.
8. The Company/Agency should be an
individual organization. Consortium shall
not be allowed.
Certificate from the current authorized signatory of the Company.
36
9. The Signatory signing the Bid on behalf of the Bidder should be duly authorized by the Board of Directors of the Bidding Company/partner in the case of partnership f irm/proprietor in the case of proprietorship firm to sign the Bid on their behalf.
A Certificate from the Company Secretary of the Bidder certifying that the Bid signatory is authorized by the Board of Directors of the Company to do so, with acceptance of board resolution, resolutions number and date/ partner in case of partnership firm/proprietor in the case of proprietorship firm to sign the Bid on their behalf.
10. EMD should have been submitted.
The Payment for EMD Rs. 4,50,000/- (Rupees Four Lakh fifty Thousand only) can be made through Demand Draft in favour of “Pay and Accounts Officer, office of Accountant General (A&E), Punjab, Chandigarh”
11. Selected company should not have been black listed from the last five years by any Government entity in India (Centre / State organizations/ Departments/ Institutions.) for breach of any applicable law or violation of regulatory Prescriptions or breach of agreement as on date of submission of Bid.
Certificate from the current authorized signatory of the company
36
Annexure-T1
BIDDERS PARTICULARS**
BIDDERS SHOULD FURNISH ANSWERS TO ALL THE QUESTIONS BELOW. (as eligibility criteria mention at clause 8)
BIDDERS MAY PLEASE NOTE THAT IF THE ANSWERS SO FURNISHED ARE NOT
CLEAR AND/OR ARE EVASIVE, THE ENTRY WILL BE LIABLE TO BE IGNORED.
1. Tender No. CCC/Tender/Web Services/.. 2. Please indicate:-
Name & full address of your Bankers.
3. Business name and Constitution of the firm.
Is the firm registered under**:-
(a) The Indian Companies Act, 1956 (b) The India Partnership Act, 1932 (Please also
give name of partners) (c) Any act, if not who are the owners. (Please give full names and address).
4. Do you agree to Sole Arbitration by Deputy Accountant General
(Administration), Office of Principal Accountant General (A&E), Haryana or by some other person appointed by him/her? (Your acceptance or non-acceptance of this clause will not influence the decision of the tender. It should, however, be noted that on omission to answer the above question will deem as an acceptance of the Clause).
5. For Partnership firms state whether they are registered or not registered under
Indian Partnership Act, 1932. Should the answer to this question by a Partnership firm be in the affirmative, please state further:-
(a) Whether by the Partnership agreement, authority to refer disputes
concerning the business of the partnership to arbitration has been conferred on the partner who has signed the tender.
(b) If the answer to (a) is in the negative, whether there is any general power
of attorney executed by all the partners of the firm authorizing the partners who signed the tender to refer dispute concerning business of the partnership to arbitration.
If the answer to either (a) or (b) is in the affirmative furnish a copy of
either the partnership agreement or the general power of attorney as the case
maybe.
37
N.B.
i. Please attach to the tender a copy of either document on which reliance is
placed for authority of partners or the partners signing the tender to refer disputes to arbitration. The copy should be attested by a Notary Public or its execution should be admitted by Affidavit on a property stamped paper by all the partners.
ii. Where authority to refer disputes to arbitration has not
been given to the partners signing the tender the tenders must be signed by every partner of the firm.
6. Here state specifically that whether the price tendered by you is to the best of your knowledge and belief, not more than the price usually charged by you for the job of the same nature. If not state the reasons thereof, if any, also indicate the margins of difference.
7. Please confirm that you have read all the instructions
carefully and have complied with accordingly.
** As per eligibility criteria.
Signature of Witness: Signature of Bidder
Full name & address of
Witness in Block letters (1) Full name and address of the persons
Signing (In BLOCK letters)
(2) **Whether signing as Proprietor/Partner
Constituted Attorney/duly authorized by the Company.
Date: (seal)
Place:
38
(Enclose with Technical Bid) Annexure-T2 BID FORM
To
Date: / /
Deputy Accountant General (Administration)
Office of Principal Accountant General (A&E), Haryana,Chandigarh.
Sir,
Having examined the Bidding Documents of Tender No. CCC/Tender/Web services/ …….., we, the undersigned, offer for creating utilities for web based services in the Office of Principal Accountant General (A&E), Haryana, Chandigarh in conformity with the said Bidding Documents for same as may be ascertained in accordance with the Schedule of Prices provided in the Commercial Bid.
We undertake, if our bid is accepted, we will supply the material/complete the job as per the schedule defined by the Office of Principal Accountant General (A&E), Haryana. If our bid is accepted we will submit a bank guarantee for Rs. from a Scheduled Bank for the due Performance of the Contract within 15 days of receipt of order. The said bank guarantee will be valid up to 20 .We agree to abide by this bid for a period up to 20
from the date fixed for bid opening and it shall remain binding upon us and
may be accepted at any time before expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Control between us.
We understand that you are not bound to accept the lowest or any bid you may receive. We also understand that you have the right to vary the quantities and/or split the total order among the Bidders.
Dated Day of 2019
Signature & Seal (in the Capacity of)
Only Authorized to sign bid for and on behalf of __________________
39
(Commercial Bid) Annexure –C1 BID LETTER
To
Deputy Accountant General (Administration)
Office of Principal Accountant General (A&E), Haryana CHANDIGARH. Ref: Tender No. CCC/Tender/Web Services/… dated
Sir/Madam,
We declare:
40
1. As the Office of Principal Accountant General (A&E), Haryana has to execute
the job of c r e a t i n g u t i l i t y f o r we b b a se d s e r v i c e s work. We
hereby offer the following rates for the same:
Sr.
No.
Description
Rate
1.
Web enablement for the GPF Services:
The Users will login through the
intermediary servers. Based on their LOGIN
Credentials, they will be able to access
their respective data of GPF in read only
format.
2.
Web enablement for the SAI pension
services
The Users will login through
intermediary servers. Based on their
LOGIN Credentials, they will be
able to access their respective data of
Pension in read only format.
3. Infrastructure needed:
Intermediary server will have `64 GB RAM
and 4*1TB HDD. The server will be having
continuous Redundant Power supplies so
that the server can be made available for
continuous operations. Static IP will be
required to enable Web access on our
existing leased line. Hardware firewall is
needed to protect unauthorized access to
the network. The SMS Enablement PACK has
been obtained from C-DAC. Vendor will
provide utility to make it compatible with
the existing facility obtained from C-DAC.
41
4. Dedicated Phone Number for Pull
SMS:
For SAI Pension and GPF a Dedicated Phone
number at this office will be provided to
pull SMS when sent by subscriber, the data
to be sent to that subscriber’s mobile Just
like 139 (Railway Enquiry). Utility is to be
created by vendor for submitting querries
by the stake holders and solutions are to be
generated from intermediary server.
1. We agree to execute the work of providing web based services in the Office of Principal Accountant General (A&E), Haryana Chandigarh as per defined scope of work of the tender.
2. The prices quoted will be valid till the completion of project.
3. We agree to abide by our offer upto one year from the date fixed for opening of the Tenders and that we shall remain bound by a communication of acceptance within that time.
4. We hereby certify that we have read and understood the terms and conditions of the tender and the conditions of the Contract applicable to the tender and we do hereby undertake to execute as per these terms and conditions.
5. Certified that the Bidder is:
A sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor.
OR
A partnership firm, and the person signing the tender is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney.
OR
A company and the person signing the tender is the constituted attorney.
NOTE: Delete whatever is not applicable as per eligibility criteria
mention at clause 9. All corrections/deletions should invariably be duly attested by the person authorized to sign the tender document.
42
6. We do hereby undertake that until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the Contract shall constitute a binding Contract between us.
Dated: this day of 2019
Signature of Bidder
Details of enclosures Full Name: _________________
Full address:_________________
Telephone No.________________
E-mail:__________________________
Fax No. ______________________