Request For Proposal (RFP) Document: Directorate of Municipal Administration
Request For Proposal (RFP) Document: Directorate of Municipal Administration
Request For Proposal (RFP) Document: Directorate of Municipal Administration
FOR
1
1|Page
URBAN DEVELOPMENT AND HOUSING DEPARTMENT,
GOVT. OF JHARKHAND
2|Page
2 DISCLAIMER
The information contained in the Request for Proposal document (“RFP”) or subsequently
provided to Bidders, whether verbally or in documentary or any other form by or on behalf of
the "DIRECTORATE OF MUNICIPAL ADMINISTRATION, URBAN DEVELOPMENT & HOUSING
DEPARTMENT, GOVERNMENT OF JHARKHAND (UD&HD)” or any of their employees or
advisers, is provided to Bidders on the terms and conditions set out in this RFP and such other
terms and conditions subject to which such information is provided.
Though adequate care has been taken in the preparation of this RFP Document,
the Bidder should satisfy himself that the Document is complete in all respects. Intimation of
discrepancy, if any, should be given to the below mentioned officer immediately on or before
the due date specified in the ‘Schedule of Bidding Procedure'. If no intimation is received by
the Office within the stipulated time, it shall be deemed that the Request for Proposal
Document is complete and final in all respects.
This RFP is neither an agreement nor an offer by the Department through the
Directorate of Municipal Administration (DMA) to the prospective Bidders or any other
person. The purpose of this RFP is to provide interested parties with information that may be
useful to them in the formulation of their proposal for engagement of work of pursuant to this
RFP. This RFP includes statements, which reflects various assumptions and assessments
arrived at by the Department in relation to the Implementation of Integrated Public Grievance
Management System. Neither DMA, nor do their employees, make any representation or
warranty as to the accuracy, reliability or completeness of the information in this RFP and it is
not possible for DMA to consider the investment objectives, financial situation and particular
needs of each party who reads or uses this RFP. Some of the prospective Agencies may have a
better knowledge of the Programme than others. Each prospective bidder should conduct his
own investigations and analysis and check the accuracy, reliability and completeness of the
information in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Agencies is on a wide range of matters,
some of which may depend 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 DMA accepts no responsibility for the
accuracy or otherwise for any interpretation or opinion on law expressed herein.
The DMA, and 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 the RFP or otherwise, including the accuracy, adequacy, correctness,
reliability or completeness of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of the RFP or arising in any way in this
Selection Process for the Programme.
Jurisdiction for any Suit/Claim from the Agencies or from anybody with regard
to RFP is only at Ranchi, Jharkhand.
DMA also accepts no liability of any nature whether resulting from negligence
3|Page
or otherwise whatsoever causes arising from reliance of any participating bidder upon the
statements contained in this RFP.
DMA reserves the right to reject any or all of the Proposals submitted in
response to this Request for Proposal at any stage without assigning any reasons whatsoever.
The DMA may in its absolute discretion, but without being under any obligation
to do so, update, amend or supplement the information, assessment or assumption contained
in the RFP.
DMA shall have no liability for non-receipt of any communication from the
bidder to DMA and vice-versa due to postal delays or otherwise.
The issue of this RFP does not imply that DMA is bound to select and shortlist
the Agencies for Empanelment or award work to the empanelled Agencies, as the case may be,
for the programme.
The bidder shall bear all its costs associated with or relating to the preparation
and submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be
required by DMA or any other costs incurred in connection with or relating to its Proposal. All
such costs and expenses will remain with the Agency and DMA shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses incurred by a
Agency in preparation for submission of the Proposal, regardless of the conduct or outcome of
the Empanelment Process.
Sd/-
Director Municipal Administration
Urban Development & Housing Department
4|Page
TABLE OF CONTENTS
Section I: Introduction……………………………………………………………………………..…………..………6
Period of Contract………………………………………………………………………………………………….13
Signing of Contract…………………………………………………………………………………………………13
5|Page
SECTION 1: INTRODUCTION
1.1 Background
The citizens today have higher expectations from the Government and
they want the ability to interact effectively and efficiently with the Government. The
Government on the other hand has to achieve better citizen service delivery standards
in a cost effective way. This emerges with the need of an efficient system of grievance
handling system.
Bidders are encouraged to inform themselves fully about the assignment and the local
conditions before submitting the Proposal by paying a visit or sending written queries
to DMA, and attending a Pre-Bid Conference on the date and time specified in this RFP.
Submission of bid shall be deemed to have been done after careful study and
examination of the RFP document with full understanding of its implications. The
response to this RFP should be full and complete in all respects.
6|Page
Failure to furnish all information required by the RFP documents or submission of a
proposal not substantially responsive to the RFP documents in every respect will be at
the bidder's risk and may result in rejection of the bidder’s Proposal.
1.4 Sale of RFP Documents
Each Application must be accompanied by a security of Rupees One Lakh only (Rs.
100000/-). The EMD shall be in Indian Rupees and in the form of Demand Draft from
any of the Nationalized Banks/Schedule Bank in favor of Director, Municipal
Administration, payable at Ranchi. The EMD of unsuccessful Agency/Bidder shall be
refunded within 30 days after finalization of selection process by Directorate,
Municipal Administration (UD&HD). EMD of the successful Agency/Bidder will be
refunded on request after six month of the successful completion of work without any
interest. However, the Earnest Money will be forfeited on account of one or more of the
following reasons:
o Agency/Bidder withdraws its proposal during the selection process.
o Agency/Bidder does not respond to requests for clarification of its proposal.
o Agency/Bidder fails to provide required information during the evaluation
process or is found to be non-responsive or provides false information in support
of its qualification.
1.6 Validity of the Proposal
The Proposal shall be valid for a period of not less than 120 days from the Proposal
Due Date (the “PDD”).
DMA, UD&HD, Jharkhand reserves the right to accept or reject any or all proposals,
and to annul the selection process and reject all proposals at any time prior to the
award of contract, without thereby incurring any liability or any obligation in any
form to the affected agencies/bidders on any grounds.
1.7 Communication and Address
7|Page
Section2: Instruction to Bidders
2.1.1 The objectives, scope of services, deliverables and other requirements relating to this
consultancy are specified in this RFP. In case a bidding firm possesses the requisite
experience and capabilities required for undertaking the Consultancy, it may
participate in the selection process either individually (the “Sole Firm”) or as lead
member of a consortium of firms (the “Lead Member”) in response to this invitation. In
case of consortium the lead bidder should be registered in India. The term “Bidder”
means the Sole Firm or the Lead Member, as the case may be. The manner in which the
Proposal is required to be submitted, evaluated and accepted is explained in this RFP.
2.1.2 Bidders are advised that the selection of Consultant shall be on the basis of an
evaluation by DMA through the Selection Process specified in this RFP. Bidders shall be
deemed to have understood and agreed that no explanation or justification for any
aspect of the Selection Process will be given and that DMA decisions are without any
right of appeal whatsoever.
2.1.3 The Bidder shall submit its Proposal in the form and manner specified in this RFP. The
Technical proposal and the Financial Proposal shall be submitted in the format
specified in RFP. Upon selection, the Bidder shall be required to enter into an
agreement with DMA in the format specified in this RFP.
8|Page
2.3 Eligibility Conditions for Bidders
2.3.1 The “Bidder” as used in the tender document shall mean the sole firm or lead bidder
which may be Company/Society/Partnership Firm, which has responded to the RFP.
It is further clarified that the individual signing the tender or other documents
in connection with the tender must certify whether he signs as:
▪ A "Sole Proprietor" of the firm or constituted attorney of such sole
proprietor.
▪ A partner of the firm if it be a partnership / consortium, in which case he
must have authority to refer to arbitration disputes concerning the
business of the partnership either by virtue of the partnership
agreement or a power of attorney. In the alternative, the tender should
be signed by all the partners Or any one of authorized signatory,
supported by documental evidence of authorization /board resolution.
▪ Constituted attorney of the firm, if it is a company registered in India
under Company’s Act or else registered partnership/ HUF firm.
2.3.2 The bidder should be well versed in Web Technologies using Open Source Platforms.
The Vendor should have designed/developed and implemented efficient Integrated
Software Solutions especially PGMS.
2.3.3 The bidder should have at least 6 months experience of successfully running call centre
based complaint management system. Self declaration regarding currently running
setup as on date of submission of proposal is required to be attached.
2.3.4 The bidder should be centralized in one location and should have both efficient and
effective control mechanism.
2.3.5 The bidder should have average annual turnover of Rs. one Crore in last two financial
years i.e. 2018-19 and 2019-20.
2.3.6 The bidder should furnish copy of work order and a certificate from its clients to whom
services have been provided in the past.
2.3.7 The bidder should submit a Power of Attorney as per the format at FORM I however,
such Power of Attorney would not be required if the Bid document is signed by a
Partner or Director (on the Board of Directors) of the Bidder.
2.3.8 The applicant should have worked in past with IT Dept./ any other dept. of Govt. of
Jharkhand in some relevant capacity.
9|Page
a) Made a complete and careful examination of the RFP
b) Received all relevant information requested from DMA
c) Accepted the risk of inadequacy, error or mistake in the information provided in the
RFP or furnished by or on behalf of DMA or relating to any of the matters
d) Agreed to be bound by the undertaking provided by it under and in terms hereof.
All clarifications that are received on or before the date mentioned in RFP will be addressed
by DMA in Pre‐bid Meeting. DMA shall aggregate and consider all such clarifications, without
specifying the source of clarifications. Only clarifications and suggestions that are considered
positively requiring modifications to RFP, response will be communicated to all the
Participating Agencies who are present for the pre‐bid meeting and entered their contact
details in the ‘Attendance Register for Pre‐Bid Meeting. No communication or reply will be
sent to the concerned or all Participating Agencies in case of repetition of clarifications.
2.8 Language
All communications and information should be provided in writing and in English
language only
2.9.1 It is proposed to have a Three Envelope system for Proposal for this tender.
The submission of Proposal by the agency in response to the RFP would require to be
in Three separate Envelops as indicated below:
o Envelop I‐ Technical Proposal
o Envelop II‐ Tender Fee and the Security Deposit
o Envelop III- Financial Proposal-Form 7
10 | P a g e
o Average Turnover- FORM 5
o CVs of all Key Personnel- (only one CV proposed for each position)- FORM6
Scanned Copy of Demand Draft towards cost of Tender Fee and the Security Deposit in
accordance with the provisions specified in this RFP document.
2.9.2 The interested Agency/Bidder has to furnish the attested copies of requisite
documents and other statutory instruments along with their technical proposal:
o Cost towards RFP Document and Earnest Money Deposit (EMD) as applicable.
o Copy of Certificate of Registration
o Copy of PAN Card
o Copy of Service Tax Registration Certificate
o Company/Agency Profile as per the prescribed format
o Documentary evidence regarding engagement letter or letters from the clients
served in similar assignments.
The Financial Proposal shall be submitted by post and signed in the formats at
FORM 7 (the “Financial Proposal”) clearly indicating the total cost of the Software as
service in both figures and words, in Indian Rupees, and signed by the Authorized
Signatory of the Bidder. While submitting the Financial Proposal, the Bidder shall
ensure the following:-
• All the costs associated with the assignment shall be included in the Financial
Proposal. These shall normally cover all the service prices of a call
centre/management consultancy as prescribed in Task I & II.
• The total amount indicated in the Financial Proposal shall be without any
condition attached or subject to any assumption, and shall be final and binding.
• The Financial Proposal shall take into account all expenses including tax
liabilities. All payments to consultants shall be subject to deduction of taxes at
source as per Applicable Laws.
11 | P a g e
2.13 Pre Bid Meeting
Directorate of Municipal Administration (DMA) will conduct a pre-bid meeting
for all potential bidders to clarify the objectives/scope of the project as per the date
and time mentioned in RFP.
• The interested bidders should confirm their participation and must submit their
queries through post or email <director.ma.goj@gmail.com> in writing prior to the
Pre-Bid Conference. Queries should be received as date mentioned in the RFP before
the date of pre-bid meeting. Those received after the set time limit shall not be
considered in the pre bid conference.
• If required, appropriate corrigendum to this RFP document would also be put up on
the website. Such corrigendum, if issued, would form part of this RFP and the bidders
would be advised to prepare their bid document in accordance with such corrigendum.
• DMA will not entertain any further clarifications regarding the RFP document after the
pre-bid conference.
• It is at the sole discretion of DMA and it reserves right not to consider any
opinion/condition of the participating firm if it is found unacceptable.
• Only one representative of bidder’s would be allowed to attend the pre-bid conference.
• It also reserves the right to postpone or to cancel the invitation and pre-bid conference
2.14 Payment
The payments during the contract shall be on account payments only. The
adjustments of advance payment against final payment due to the bidder will be
subject to the fulfillment by the Bidder of all its liabilities and obligations under the
contract.
2.14.1 TASK-I: Cost of providing software as service by the bidder for Public grievances
management system (PGMS). The department assumes that PGMS should be a holistic
solution to the client including following:-
12 | P a g e
2.15.2 For release of these payments, the bidder shall present pre-receipted monthly
bills in triplicate for the payment due to him along with all necessary
supporting documents. The payment to the bidder shall be made on monthly
basis.
2.15.3 For the payment for departmental obligation of TASK II, payment will be made
soon after the submission of bill to the department by the successful bidder.
2.18.1 Prior to the expiration of the period of bid validity, the department will notify
the successful bidder in writing by registered letter or fax/mail to confirm that its bid
has been accepted.
2.18.2 The notification of award will constitute the formation of the contract.
2.19.1 At the same time the department notifies the successful bidder that its bid has
been accepted, the department will send the bidder the Contract Form incorporating
all agreements between the parties.
2.19.2 Within 15 days of receipt of the Contract Form, the successful Bidder shall sign
with date the contract form and return it to the department.
13 | P a g e
2.21 Completion of Contract
The contract shall terminate on the completion of services as specified in the Terms of
References of Contract.
Section III: Criteria for Evaluation
3.1.2 The scoring criteria for evaluation of Technical Proposals (ST) is as follows:
3.1.3 In the second stage, the Technical Proposal will be evaluated on the basis of Bidder’s
Power Point Presentation before the committee of Directorate.
The scoring criteria for evaluation of Power Point Presentation (SP) is as follows:
1 Presentation on Software design & application 20
development
2 Adequacy and quality of Proposed approach, 10
methodology and work plan in terms of TOR
3 Call centre quality/Office infrastructure 10
4 Management Ability 10
14 | P a g e
3.2. Short listing of Bidders
DMA shall pre qualify the bidders and shortlist for financial evaluation on the basis of
Technical qualification and Power point Presentation.
3.3.1 For financial evaluation, the total Lump-sum cost of the assignment indicated in the
Financial Proposal, including all applicable taxes, shall be considered.
3.3.2 DMA will determine whether the Financial Proposals are complete, unqualified and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and
reflecting the total cost of services. Omissions, if any, in costing any item shall not
entitle the Consultant to be compensated and the liability to fulfill its obligations as per
the TOR within the total quoted price shall be that of the Consultant. The lowest
Financial Quote (FM) will be given a financial score (SF) of 100 points. The financial
scores of other proposals will be computed as follows:
Where TW, PW and SW are weights assigned to the Technical Proposal, Power
Point Presentation and Financial Proposal, which shall be 50%, 30% and 20%
respectively.
3.4.2 The Selected Bidder shall be the Bidder with the highest combined score (S). The
second highest Bidder shall be kept in reserve and may be invited in its discretion for
negotiations in case the first-ranked Bidder withdraws, or fails to comply with the
requirements specified in this RFP, as the case may be.
15 | P a g e
3.6 Fraud and Corrupt Practices
The Participating Bidders and their respective officers, employees, and advisers shall
observe the highest standard of ethics during the selection Process. Not with standing
anything to the contrary contained herein, the DMA may reject a Proposal without
being liable in any manner whatsoever to the bidder if it determines that the bidder
has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or any other practice restricted or
prohibited by law in the selection Process.
The following terms shall have the meaning hereinafter respectively assigned to them:-
• “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected
with the selection Process;
• “fraudulent practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
selection Process;
• “Coercive practice” means impairing or harming or threatening to impair or
harm, directly or indirectly, any person or property to influence any person’s
participation or action in the selection Process;
• “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by the DMA with the objective of
canvassing, lobbying or in any manner influencing or attempting to influence
the selection Process; and
• “Restrictive practice” means forming a cartel or arriving at any understanding
or arrangement among Participating Agencies with the objective of restricting
or manipulating a full and fair competition in the selection Process.
16 | P a g e
Terms of Reference(TOR)
1. Definition
In this Contract, the following terms shall be interpreted as indicated:
2. Background
17 | P a g e
The citizens today have higher expectations from the Government and
they want the ability to interact effectively and efficiently with the Government. The
Government on the other hand has to achieve better citizen service delivery standards
in a cost effective way. This emerges with the need of an efficient system of grievance
handling system.
3. Objective
3.1 The PGMS will provide citizens, a direct access to the Urban Development &
Housing Department, Govt. of Jharkhand. It will be a shared system for
grievance handling for all Urban Local Bodies and agencies thereby reducing
redundancy, operational overheads & costs.
3.2 Provide centralized help-desk for guidance/information to citizens on various
services offered by the Department. Set up a single access point having
sufficient number of trained staff to reply to the citizens’ queries received
through telephonic call.
3.3 To provide centralized system through which citizens may resister all
grievances and action taken on them by various ULBs/Offices of the
department.
3.4 Centralized monitoring of all grievances of various offices of department can be
done effectively with proper escalation mechanism through a web based public
grievance management system.
3.5 To enable online (web based) or call based response system by ULBs/offices of
department against the grievances received from the citizens.
3.6 Analysis of grievance and queries and hence long-term solutions to the
problems of the citizens.
3.7 Generate a database to identify weak spots of governance to provide long-term
solution, and systemic policy improvement for the problems of citizens, to
ensure that the Government is more accountable to the citizens.
18 | P a g e
4.1.7 Do all outbound communications via various media with Citizen and offices -
Revert to citizen via Call & email for detailed information queries received.
4.1.8 Do all outbound communications via various media with Department
Officials as required.
4.1.9 To do the Social Media handling of the departmental PGMS Portal.
4.1.10 To act as Project management team for DMA and coordinate with all offices
nodal officer and Action Taking Staff.
4.1.11 Maintenance Support
5. Reporting
The successful bidder will work under the direct supervision of Director, Municipal
Administration, or a person appointed by the Director.
6. Needs
The call center works on working hours basis. The call center in future will also work
as a helpdesk to the citizens of all Urban Local Bodies.
Citizen can call from any landline, wireless or Mobile phone and can
register their grievance related to Urban Local Bodies services . The system issues a
Grievance Unique Number (GUN) to the calling citizen for future reference and follow-
ups. The integrated Government call center solution provides citizens with more
personalized service, faster problem resolution and easier access to knowledgeable
help.
19 | P a g e
7.2 To set up a single access point having sufficient number of trained staff to
reply to the citizen’s queries received through any of the above communication
modes.
7.3 To design a system that enable offline and online (Web based) public
grievance registration and information dissemination.
7.4 To generate a database of queries and grievances of the citizens to enable
analysis to identify weak spots of governance to provide long-term solutions
to the problems of citizens.
The new system PGMS is expected to address the shortcoming of the existing system
with an integrated system to handle both servicing of information needs of citizens
and redresses of public grievances.
It will be used by the citizens as Grievance redressal mechanism.
Different types of grievances have different time frames for disposal. These time
limits will have to be put in to the system and grievances not settled within
prescribed time should automatically go to the next level and soon, so that calls not
closed satisfactorily within the set time limit are brought to the notice of higher
authorities and reviewed. The timeframe for disposal of various types of grievances
will have to be collected by the bidder from departments /agencies. The system
should also generate statistics on grievances so that department could make
procedural and policy corrections/ changes. Large number of grievances against a
particular service generally indicates systemic problems which can be investigated by
the department /agency concerned for taking remedial action.
8.2 The PGMS should be integrated with call facilities and should have
following functionalities:
8.3.1 A simple web application form, with support to contact information and supporting
to upload the relevant audio/image complain details.
8.3.2 Brochure should also be provided in webpage so that any visitors/users may easly
know about this public grievances management system.
8.3.3 Complaint should get an instant SMS alert on his given mobile numbers, with a
complaint number that will be the complaint number of complainant.
8.3.4 Complainant should have an option to track the live status of their complains.
8.3.5 Complainant should also be able to view/add clarifications at later stage with
progress in their complains.
8.3.6 Complaint should also receive an OTP(One time Password) for verification of their
mobile no. before launching a complaint.
8.3.7 Complainant should also be able to mark themselves as anonymous user in case they
want to hide their information.
8.3.8 Complainant should be able to write the complaint in English as well as Hindi font.
8.3.9 Complainant should also receive SMS & Email, at the time of:
• If complaint launched/Closed
• If complaint is assign to long term by related department
• If complaint is acknowledged and closed
• If complaint is reopened
8.3.10 Suggestion option for public to give suggestions.
8.3.11 Different ways to filter the grievances.
8.3.12 Print option for each report on portal.
8.3.13 Automatic colour change on pending and assigned grievances after a particular time
period.
8.3.14 User friendly dashboard with all different types of report.
8.3.15 Live updates section of grievances for admin panel.
8.3.16 One click reminder section to department / team member, for those grievances in
which no updates has been added by the related department.
8.3.17 Smart search option for the grievances details.
21 | P a g e
8.3.18 Smart report option to filter all the data’s.
8.3.19 In department management page, option to add team member /edit department
information.
8.3.20 Option to manage/edit message templates.
8.3.21 Speech to text Option.
22 | P a g e
PROPOSAL SUBMISSION FORMATS
FORM -1
Accepted
…………………………………………
(Signature)
(Name, Title and Address of the Attorney)
Witnesses:
1. __________________________ 2. _________________________
Notes:
To be executed on Rs 100/= stamp paper
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
23 | P a g e
FORM -2
[Location, Date]
FROM:
TO:
Director,
Municipal Administration,
3rd floor FFP Building,
Dhurwa Ranchi JHARKHAND
PHONE NO.-0651-2243297
Dear Sir,
I/We the undersigned, offer to provide the services in respect to your Request
for Proposal. I/We are hereby submitting our Proposal which includes this Technical Proposal
sealed under a separate envelope. Our proposal is valid for acceptance for minimum 120 Days
and we confirm that this proposal will remain binding upon us and may be accepted by you at
any time before this expiry date.
I/We accept all terms, conditions and stipulations of the RFP unconditionally
and hereby declare that all the information’s and statements made in this proposal are true
and accept that any of our misrepresentation contained in it, may lead to our disqualification
from the selection process in addition to imposition of penalty as deemed fit by DMA.
I/We hereby declare that our company has not been debarred / black listed by
any Government / Semi Government organizations. I further certify that I am the competent
authority in my company authorized me to make this declaration and signatory authority on
behalf of the organization.
Yours sincerely,
24 | P a g e
FORM -3
(Company/Firm Seal)
25 | P a g e
FORM -4
26 | P a g e
FORM -5
1 2018-2019
2 2019-2020
* Note: Please attach copies of the annual audited financial statement certified by the
Chartered Accountant in support of the information provided above.
27 | P a g e
FORM -6
Format of Curriculum Vitae (CV) for Proposed Key Professional
1. Proposed Position:
2. Name of Firm:
3. Name of Staff:
4. Profession:
5. Date of Birth:
6. Years with Firm/Entity:
7. Nationality:
8. Membership in Professional Societies:
9. Detailed Tasks Assigned
Key Qualifications:
[Give an outline of staff member s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations.]
Education:
[Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, names of employing organizations, titles of
positions held, and locations of assignments. For experience in last ten years, also give types of
activities performed and department references, where appropriate.]
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and
writing]
(Speaking, Reading and Writing in local language is mandatory)
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describes me, my qualifications, and my experience.
Date:
28 | P a g e
FORM -6 (A)
KEY PROFESSIONALS
4
5
6
7
29 | P a g e
Form 7: Financial Proposal
(On the letterhead of the organization/ Firm)
[Location, Date]
FROM:
Director,
Municipal Administration,
3rd floor , FFP Building,
Dhurwa Ranchi JHARKHAND
Subject: Financial Proposal
Dear Sir,
I/We, herewith enclose the Financial Proposal for selection of my/our firm as bidder
for PGMS for all Urban Local Bodies of Jharkhand.
I/We accept all terms, conditions and stipulations of the RFP unconditionally and
hereby declare that all the information’s and statements made in this proposal are true and
accept that any of our misrepresentation contained in it, may lead to our disqualification from
the selection process in addition to imposition of penalty as deemed fit by DMA.
I/We agree that this offer shall remain valid for a period of 120 (one hundred and
twenty) days from the Proposal Due Date or such further period as may be mutually agreed
upon.
Financial Proposal
S. No Particulers Amount (Rs.) Amount (Rs. In
words)
1 (a) Monthly charges for software as
services as defined in TASK I & II. (For
all Components)
(b) The monthly charges per telecaller
(for further requirement beyond
minimum 4 demanded at present)
Total (a+b)