RFP - Jharkhand VTS
RFP - Jharkhand VTS
RFP - Jharkhand VTS
Government of Jharkhand
Cost of document: INR Ten Thousand only (Rs. 10,000/- Non-Refundable) per Bid
towards the cost of Bid document.
Note: - The bidder shall deposit the tender document fee of Rs 10,000/- (Rupee Ten
Thousand) by making online payment at e-payment link on website of Department of
Mines and Geology, Jharkhand.
(http://portal.jharkhandminerals.gov.in/portal/pms/PMSPayMiningFeeOuter.aspx).
The receipt of online payment of tender document fee should be included in proposal.
SD/-
Director Mines
Contents
1 About Department of Mines and Geology 2
2 Definitions 3
3 Objective and Scope of Work 5
3.1 Project Description 5
3.2 Project Objective 5
3.3 Scope of project 5
3.3.1 Vehicle Tracking Application Software 6
3.3.2 IT Infrastructure Setup 7
3.3.3 Application Integration 7
3.3.4 Operations & Maintenance 7
3.3.5 Management Dashboard and Analytics 8
3.3.6 Training 8
3.3.7 Manpower Deployment 8
3.3.8 Pilot Demonstration 9
3.4 Functional Requirements for Vehicle Tracking Solution 10
3.5 Functional testing of VTS 23
3.6 Requirements for the GPS Kit before Go Live phase 24
3.7 Others 24
3.8 Roles and Responsibilities of key stakeholders 25
3.8.1 Role of DMG 25
3.8.2 Role of System Integrator 25
3.8.3 Role of Vehicle Owners 26
3.8.4 Role of Empanelled VTD Vendor 26
4 Response to Tender Document 28
4.1 Preparation of Tender Document 28
4.1.1 Cost Incurred for Tender Document Preparation 28
4.1.2 Language of Proposal 28
4.1.3 Proposal Validity 28
4.1.4 Lack of Information to Bidder 28
4.2 Clarifications & Amendments 28
4.2.1 Pre-Bid Conference 28
4.2.2 Amendment of RFP Document 29
4.3 Document Comprising the Bidder’s Proposal 29
4.3.1 Technical Proposal 30
4.3.2 Commercial Proposal 30
4.3.3 Cost of the RFP Document 31
4.3.4 Bid Security/EMD 32
4.3.5 Power Of Attorney 32
4.4 Bid Submission 32
4.4.1 Bid submission Date & Time 32
4.4.2 Address for Communication and Bid Submission 32
4.4.3 Late Bid 33
4.4.4 Right to Accept and Reject Any or All Bids 33
5 Bid Opening and Evaluation Process 34
5.1.1 Pre-Qualification (PQ) Criteria 34
5.1.2 Evaluation of Technical Proposals 35
i
Request for Proposal
July 2018
ii
Request for Proposal
July 2018
Disclaimer
All information contained in this Request for Proposal (RFP) Document is in good interest
and faith. This is not an agreement and is not an offer or invitation to enter into an
agreement of any kind with any party.
Though adequate care has been taken in the preparation of this RFP Document, the
interested firms shall satisfy itself that the document is complete in all respects. The
information is not intended to be exhaustive. Interested Bidders are required to make
their own enquiries and assumptions wherever required.
Department of Mines and Geology (DMG) reserves the right to reject any or all of the
proposals submitted in response to this RFP Document at any stage without assigning
any reasons whatsoever. DMG also reserves the right to withhold or withdraw the
process at any stage with intimation to all who submitted the RFP Document response.
DMG reserves the right to change/ modify/amend any or all of the provisions of this RFP
Document. Such changes would be posted on DMG’s website.
Neither DMG nor its employees and associates will have any liability to any prospective
respondent interested to apply or any other person under the law of contract, to, the
principles of restitution or unjust enrichment or otherwise for any loss, expense or
damage which may arise from or be incurred or suffered in connection with anything
contained in this RFP Document, any matter deemed to form part of this RFP Document,
the award of the Assignment, the information and any other information supplied by or
on behalf of DMG or their employees and bidder or otherwise arising in any way from
the selection process for the Assignment.
Information provided in this document or imparted to any respondent as part of the RFP
Document process is confidential to DMG and shall not be used by the respondent for
any other purpose, distributed to, or shared with any other person or organization.
1
Request for Proposal
July 2018
2
Request for Proposal
July 2018
2 Definitions
In this document, the following terms shall have following respective meanings-
2.1. “Authorized Representative” shall mean any person/agency authorized by
either of the parties.
2.2. “Acceptance” means the DMG’s Quality certification after verification of the
work done by the agency.
2.3. “Bidder” means any firm offering the service(s) and/ or materials asked for in
the RFP. The word Bidder, when used in the pre-award period shall be
synonymous with Bidder, and when used after intimation of successful bidder
shall mean the successful bidder, also called ‘Vendor or Bidder’, with whom
DMG signs the Contract.
2.4. “Contract” means the Agreement to be signed by the Successful Bidder and
DMG.
2.5. “Documentary evidence” means any matter expressed or described upon any
substance by means of letters, figures or marks intended to be used for the
recording of that matter and produced before a court.
2.6. “Gov. / GoJ/ Government/ Govt. of Jharkhand” shall mean Government of
Jharkhand.
2.7. “Go Live” means completion of work as per the RFP/ Work order issued to
selected bidder and successful completion of Preliminary Acceptance Testing
(PAT), Unit Acceptance Testing (UAT), Integration Testing, Final Acceptance
Testing (FAT) and deployment / delivery of the solution as per the requirement
of RFP/ Work Order issued.
2.8. “Incidental services” shall mean for the purpose of the project activities which
have dependencies on the activities mentioned in the scope of work for the
bidder, for example coordination with different stakeholders, logistic support as
required etc.
2.9. “IT Infrastructure” shall inter alia mean computer systems, computer hardware,
peripherals, servers, storage, local area network and software, data network
connectivity and such additional equipment or facilities or services as may be
provided for effective delivery of Project Services.
2.10. “Law” shall mean any Act, notification, byelaw, rules and regulations, directive,
ordinance, order or instruction having the force of law enacted or issued by the
Government of India or State Government or regulatory authority or political
subdivision of government agency.
2.11. “LoI” means Letter of Intent which shall constitute the intention of the Tenderer
to place the purchase order with the successful bidder.
2.12. “Party” shall mean DMG or Bidder individually and “Parties” shall mean DMG
and Bidder collectively.
2.13. “PBC” means Pre-Bid Conference.
3
Request for Proposal
July 2018
2.14. “Premises” means space/area to be provided by the DMG for Control Centre
for the purpose of hosting of IT Infrastructure.
2.15. “Project” shall mean Design, Development, Operation, and Maintenance of the
Vehicle Tracking Solution for mineral transport vehicle in State of Jharkhand and
delivery of Project Services in the respective areas.
2.16. “Rates/Prices” means prices of services and/or equipment quoted by the Bidder
in the Commercial Bid submitted by him and/or mentioned in the Contract.
2.17. “Rs.” or “Rupees” or “INR” means the lawful currency of the Republic of India.
2.18. “RFP” means this Request for Proposal
2.19. “Services” means the work as mentioned in this document and to be performed
pursuant to the Contract
2.20. “Site” shall mean the location(s) for which the Contract has been issued and
where the service shall be provided as per Agreement
2.21. “Tenderer” shall mean the authority issuing this Request for Proposal (RFP) and
this authority shall be the DMG.
2.22. “Taxes” means any Indian taxes including excise duties, customs duties, value
added tax, sales tax, local taxes, good and service tax (GST), cess and any
impost or surcharge of like nature (whether GoI, GoJ or local) on the goods,
materials, equipment and services incorporated in and forming part of the
Project charged, levied or imposed by any Government Instrumentality, but
excluding any interest penalties and other sums in relation thereto imposed on
any account whatsoever. For the avoidance of doubt, Taxes shall not include
taxes on corporate income.
2.23. “Vehicle Tracking Device (VTD)” means a GPS device to be installed on the
mining vehicles
4
Request for Proposal
July 2018
5
Request for Proposal
July 2018
the project
3. Application Integration with JIMMS and provide configurable alerts
Integration to the system seamlessly in real-time basis.
6
Request for Proposal
July 2018
3.3.1.4. Reporting: The SI shall ensure that the application system should have the
ability to generate periodic reports for parameters required from time to time
by DMG or any other stakeholder as decided by DMG.
3.3.1.5. Documentation: The SI shall prepare and provide to DMG all documentation
including source code of application along with SRS, FRS and all other
related documents as per latest industry standards and should incorporate
necessary version control mechanism. Whenever any major changes are
made in the solution during the life time of project, SI must provide all the
updated documents to DMG. All the updated documentation along with the
source for stable release of the project should be handed over to DMG at
least 3 months prior to contract expiry.
7
Request for Proposal
July 2018
SI shall set-up an OCC at DMG premise for monitoring and all operations activities for
the VTS before Go Live phase. DMG will provide space for OCC to consultant for
conducting the project work. All other infrastructure like internet connection, computer,
printer, telephone etc. shall be arranged by the SI on its own costs. Minimum
requirements for setting up OCC should include Workstations/ Computers (6 Nos),
Printer (2 Nos), Video Wall, EPBX/ IVR, UPS and related accessories including network
equipment. However, SI shall provide higher number of infrastructure, if required to meet
its SLA requirements.
3.3.6 Training
Design & Execution of Training to the stakeholders for successful implementation and
operation.
Indicative Schedule for Training
• All logistic and infrastructure requirement for training including travel of trainer,
projector etc will be borne by the SI. DMG will only provide the training space for
conducting the training.
8
Request for Proposal
July 2018
Note:
a) CVs of the resources are to be provided as per the format provided in Annexure
7.
b) The above mentioned list of resources is not an exhaustive list. The bidder needs
to deploy adequate number of resources meeting the assignment requirement to
ensure execution of the assignment in a time bound manner.
c) Bidder has to ensure to adhere to Service Level Agreement (SLA) defined and
shall increase the number of manpower to achieve it, if required. Bidders may
submit more profiles of personnel who would be deployed in the project.
d) Resources deployed shall be working on the VTS project only and no sharing of
resources with other projects will be allowed
e) The Business Hours for Technical Helpdesk and Control Centre Operators will
be 12 hours, for e.g. 8 AM to 8 PM. The Business Hours will include every day
including weekend.
f) Technical team shall be available onsite/ remote for support as and when
required as per operational requirement.
g) SI will have to arrange for a toll free number at its own cos. Infrastructure for
helpdesk including PC, phone along with call charges will be borne by SI.
h) Department will provide email ID for the helpdesk.
9
Request for Proposal
July 2018
• Design & Customization of the vehicle tracking software with basic features for the
pilot Vehicle tracking of up to 100 vehicles identified for the pilot
• The pilot will be conducted on the bidder’s own hardware infrastructure.
Function Details
Requirement
No.
10
Request for Proposal
July 2018
2 The VTS application will be a web application and will have a public
website with look and feel consistent with Government of
Jharkhand’s other branding exercises. The website will be hosted
at State Data Centre and must be integrated with JIMMS application
software.
Capability to receive and process the data feeds from the on-
3
board devices transmitting data
Capability to create client specific and general business rules like
4
unauthorised stoppage, deviation from routes, speed etc.
5 Facility to provide for installation of devices for mines vehicle owner
7 Provide facility to define rules for alerts and their delivery mode like
SMS, email, pop-up etc.
11
Request for Proposal
July 2018
13 The VTS application should provide the location and history of the
vehicles in the GIS map. The tracking data will be kept live in the
system for at least 6 months. There will be provision to support
archive and restore functions for older data. Alerts/Reporting shall
be available for 1 year in the system
14 The system will store VTS time-related data at the same resolution
received in the live application. The archived data after 6 months
can also be restored using provisions provided in the system.
12
Request for Proposal
July 2018
28 To identify and control the state of users that will have the right to
log into the application and use it.
30 Ability to query and filter users that are currently logged in network,
and control user login counts and login times.
13
Request for Proposal
July 2018
d) Alert Management
14
Request for Proposal
July 2018
15
Request for Proposal
July 2018
41 The bidder shall provide Map Data covering mine sites, check‐posts
and other Point‐of‐Interest locations as required by DMG at least on
1:50000 scale with the following details as selectable layers with
their names superimposed (on selection):
• Geographical Boundaries such as State, District, Block, Taluka
Mine Location / Sites, DMG Check‐posts, RTO Check‐posts
• Name as point data of the Administrative Office
• Routes and Roads including National Highway, State Highway,
Major District Roads, Village Roads etc
• Point data relevant to Origin and Destination as per Transit
pass/ challan
• Group tracking facility to track multiple vehicles simultaneously
on map
• Real time refreshing of data on map and journey replay
42 To develop, deploy a customized web based modular software
application, which would help to fetch the required landscape
information.
43 It should be able to show the tracking of vehicle on map while it is
moving (movement) from one city to another city. The VTS should
have mapping features to visualize the geo‐coordinates
information received from GPS‐device and display it in an
interactive GIS map supporting the latitude, longitude location
records generated by GPS devices. This should include all
possible types of map views like roadmap, satellite, terrain, other
applicable view types, possible hybrid combinations based on
tracing requirements
44 Map server should support rendering of data in multiple formats
such as shape layer, database or any other OGC (Open
Geospatial Consortium) compliant dataset.
45 Map server should support multiple user defined as selectable layer.
16
Request for Proposal
July 2018
g) Device management
17
Request for Proposal
July 2018
• Model number
• Software version
• SIM details
h) Reporting Requirements
18
Request for Proposal
July 2018
19
Request for Proposal
July 2018
• Facility to notify vehicles for safe zones where the vehicles can
opt to stop for necessities like fuel pumps, breakdown service
points, nearby DMG offices / depots etc. according to
delineated plan through geo‐fencing.
• The MIS display dashboard shall have clickable contextual
information related to the metrics being viewed and allows the
user to drilldown on contextual information in form of various
chart types like Bar Charts, Histograms, Line Charts, Heat
Maps, Pie Charts, Grids, Area Charts, Timeline Charts, Bubble
Charts, Radar Charts, Scatter Plots, Doughnut Charts, Pyramid
Charts etc. as required by DMG.
i) Mobile Application
20
Request for Proposal
July 2018
21
Request for Proposal
July 2018
m) Helpdesk Requirement
22
Request for Proposal
July 2018
• The help desk must have feature to log all calls & complaints.
99
• The proposed Helpdesk Management System must be sized to
handle load of minimum 10 concurrent web user sessions.
• The proposed helpdesk solution must have an updateable
knowledge base for technical analysis and further help end-users
to search solutions for previously solved issues.
• The proposed helpdesk solution must support tracking of SLA
(service level agreements) for call requests within the help desk
through service types.
• Helpdesk shall be operative as mentioned in the RFP document
• It should be able to do web based remote management for end-
user & allow analysts to do the desktop sharing for any system
located anywhere, just connected to internet.
• Remote desktop sharing in Help desk tool & all activity should
be automatically logged into the service desk ticket. Remote
desktop support solution must work over internet as well as
intranet.
• The helpdesk solution should have web based reporting to
facilitate ad- hoc reporting to view call request status, reporting
etc.
n) Integration Requirement
It is important that VTS should be able to integrate with JIMMS and other existing and
upcoming systems of other departments such as CM Dashboard, Transportation
Department in the State. The system should support following requirements:
100 System should be able to integrate the feed coming from the
existing JIMMS system. System should be also able to integrate
with other associated services such as SMS, email, CM dashboard
etc. as applicable.
23
Request for Proposal
July 2018
b) To conduct the Functional Testing, the bidder shall have to arrange the required
IT Infrastructure including hardware, software, database or any other
components required for FAT of the developed VTS application.
c) The successful Bidder has to fit 100 GPS devices (in the vehicles identified by
DMG) to test its integration with the central server. As far the acceptability of the
VTS application is concerned, DMG will accept the VTS Application solution only
after the observing and approving demonstration and performance of the GPS
devices being able to communicate with the central Application
3.7 Others
a) All licenses required for installation and operation of the system shall be procured in
the name of DMG by bidder.
b) The Bidder shall be responsible for updating and upgradation (if required) of all
Software for successful operation of the Project during the Contract Period.
Department would be eligible to demand free upgrades as and when they are launch
within the contract period.
c) To conduct the Functional Testing, the bidder shall have to arrange the required IT
Infrastructure including hardware, software, database or any other components
required up to FAT.
d) All the data generated during shall be the property of Department.
e) After the completion of the Contract, all Software and Hardware shall be handed over
to Department at no cost.
f) All the Software, supplied/installed should be IPV6 compatible. SI should be available
for IPV4 to IPV6 migration and initial support even after contract expires.
g) The vendor has in place underpinned License and AMC agreements with the OSDs
/ OEMs for the equipment and software supplied under this project.
h) The VTS application should support integration with different types of Maps, GIS
Maps and the required maps for route navigation (Google maps / Digital maps /
Customized maps licenses) have to be provided by the successful bidder at their
cost. License cost for using the map service of Google or any third party needs to be
provisioned by SI.
i) Developed VTS and web application shall comply with STQC norms and SI will have
2 months to complete the security audit for the same from empanelled agency
j) VTS shall have SSL Security Level (Global) and shall obtain the certificate for same
within 2 months of Go Live phase. In case of any modification or enhancement of
VTS and web application, SI shall ensure that all such changes conform to STQC
24
Request for Proposal
July 2018
norms and are duly certified by the empanelled agency for security audit within one
month.
k) All audit compliances shall remain valid throughout the duration of the project.
l) All websites to be developed shall be compliant with GIGW, i.e. Guidelines for Indian
Government Websites.
25
Request for Proposal
July 2018
g) To ensure that the enlisted VTDs are integrated with the VTS Application,
developed and maintained by SI
h) To produce reports as per the requirements of the DMG.
i) To establish a dispute redressal mechanism for the System Integrator,
empaneled vendors, and users of VTD. DMG may also take suo moto cognizance
of such disputes and its decision will be final for all concerned parties.
j) System integrator shall be responsible for arranging 100 GPS devices to be used
in the Pilot phase. DMG will not be liable to make any payments for arrangement
of the same.
26
Request for Proposal
July 2018
e) The SIM card charges and data charges are to be arranged by empaneled vendor
initially for one year and recovered from vehicle owner/ operator.
f) The Empaneled Vendor shall provide multiple pricing options based on AMC for
the device, duration (1, 2, 3 years) and recurring costs (SIM card charges, data
charges); and same is to be recovered from vehicle owner / operator for smooth
functioning of the project. DMG may issue a format for publication of prices to be
followed by the empanelled by the vendors.
27
Request for Proposal
July 2018
28
Request for Proposal
July 2018
b) Only two representatives from each bidder with necessary authorization letter are
allowed to attend the PBC.
c) Tenderer reserves the right not to respond to any/ all queries raised or
clarifications sought if, in their opinion and at their sole discretion, they consider
that it would be inappropriate to do so or do not find any merit in it.
29
Request for Proposal
July 2018
Bid Prices
Following points need to be considered while indicating prices:
30
Request for Proposal
July 2018
a) The prices quoted should also include, inland transportation, insurance and other
local costs incidental to delivery of the goods and services to their final destination
within the state of Jharkhand as indicated by DMG.
b) Sharing of responsibility (between DMG and the bidder) of procurement of
various types of software shall be as under:
i. The prices quoted shall be inclusive of license software required for actual
running of applications developed (i.e. User level Operating System and
database other software required). The prices shall be inclusive of
licensing cost during the maintenance period also.
ii. The price quoted shall be inclusive of design and development of GPS
based Vehicle Tracking Solution (VTS), Integration of Existing
Applications, Integrated Management Information System (MIS) and
Decision Support System (DSS), Training and operation & maintenance
support for the period of contract. This shall also include the cost of
integration with existing JIMMS and any other DMG or State Government
application modules as required.
iii. Deliverables created by Bidder specifically for DMG and identified as such
in the relevant Scope of Work, the Intellectual Property Right (IPR) of the
same shall be the Exclusive property of DMG, the ownership of the
Application solution and the source code will solely lie with DMG.
iv. While passing on the rights (license) of using any software/software tool,
the Bidder shall ensure that such rights are inclusive of the use of that
software for development in addition to deployment.
v. The software licenses supplied by Bidder shall be genuine, perpetual, full
use and should provide patches, fixes, security updates directly from the
OEM at no additional cost to DMG for the entire period of contract, in case
of product. All the licenses and support should be in the name of DMG
from the date of procurement.
vi. In the event of any claim asserted by a third party of infringement of
copyright, patent, trademark or industrial design rights arising from the
use of the Goods or any part thereof Request for Proposal (RFP), the
Bidder shall act expeditiously to extinguish such claim. If the Bidder fails
to comply and DMG is required to pay compensation to a third party
resulting from such infringement, the Bidder shall be responsible for the
compensation including all expenses, court costs and lawyer fees. DMG
will give notice to the Bidder of such claim, if it is made, without delay
where upon Bidder shall reimburse.
31
Request for Proposal
July 2018
(http://portal.jharkhandminerals.gov.in/portal/pms/PMSPayMiningFeeOuter.aspx). The
receipt of online payment of tender document fee shall be included in proposal.
32
Request for Proposal
July 2018
33
Request for Proposal
July 2018
34
Request for Proposal
July 2018
35
Request for Proposal
July 2018
36
Request for Proposal
July 2018
The following points may be noted for the evaluation of the Commercial Bid-
i. The Bidder who has quoted the least Price Proposal Value shall be given a
Financial Score of 100 marks. The Financial Scores of Bidders shall be computed
as follows:
Financial Score of a Bidder = 100 x [lowest Price Proposal Value quoted (in
INR) / Price Proposal Value quoted by the Bidder (in INR)]
ii. The marks secured based on evaluation of the Price Proposal as per the above
shall be the Financial Score of the Bidder (“Financial Score”)
37
Request for Proposal
July 2018
5.3 Disqualification
The proposal is liable to be disqualified in the following cases or in case bidder fails to
meet the bidding requirements as indicated in this Tender Document–
a) Proposal not submitted in accordance with the procedure and formats prescribed
in this document or treated as non-conforming proposal.
b) The bidder qualifies the proposal with his own conditions.
38
Request for Proposal
July 2018
39
Request for Proposal
July 2018
DMG may also like to reduce or increase the quantity of any item in the Scope of Work
defined in the RFP. Accordingly total contract value may change on the basis of the rates
defined in the financial proposal.
40
Request for Proposal
July 2018
1 Signing of Agreement T1
SI shall also provide training, hand-holding, operations and maintenance support after
that as per the details mentioned in this RFP document.
41
Request for Proposal
July 2018
6.3.2 Penalties
There shall be following two types of penalty:
i) Delay in Implementation
In the event the bidder is unable to complete the assignment in defined time period,
penalty of 0.5% will be charged for each week delay, with maximum limit being 10% of
total amount. If the delay continues beyond 6 weeks, DMG may terminate the Agreement
and may take action as appropriate as per law.
ii) Operational Penalty
The vendor shall adhere to the Service Level Agreement (SLA) parameters during the
project operations and in case of not meeting the SLAs, the corresponding penalties as
defined in Annexure 9 shall apply.
42
Request for Proposal
July 2018
43
Request for Proposal
July 2018
In the event of the bidder being unable to service the contract for whatever reason, DMG
would invoke the Performance Bank Guarantee (PBG). Notwithstanding and without
prejudice to any rights whatsoever of DMG under the contract in the matter, the proceeds
of the PBG shall be payable to DMG as compensation for the bidder’s failure to
perform/comply with its obligations under the contract. DMG shall notify the bidder in
writing of the exercise of its right to receive such compensation, indicating the contractual
obligation(s) for which the bidder is in default.
Before invoking the PBG, the bidder will be given an opportunity to represent before
DMG. The decision of DMG on the representation given by the bidder shall be final and
binding.
6.4.7 Termination
44
Request for Proposal
July 2018
e) If the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
45
Request for Proposal
July 2018
6.5.2 Confidentiality
Except with the prior written consent of the Client, the bidder and the Personnel shall not
at any time communicate to any person or entity any confidential information acquired in
the course of the Services, nor shall the bidder and the Personnel make public the
recommendations formulated in the course of, or as a result of, the Services.
46
Request for Proposal
July 2018
6.6 Confidentiality
Information relating to the examination, clarification and comparison of the proposals
shall not be disclosed to any Bidder or any other persons not officially concerned with
such process until the selection process is over. The undue use by any Bidder of
confidential information related to the process may result in rejection of its Proposal.
During the execution of the project except with the prior written consent of DMG, or its
personnel shall not at any time communicate to any person or entity any confidential
information acquired in the course of the Contract.
6.7 Patents
The Bidder shall indemnify DMG against all third party claims of infringement of patent,
trademark or industrial design and intellectual property rights arising from the use of
equipment and services or any part thereof.
47
Request for Proposal
July 2018
48
Request for Proposal
July 2018
7 Schedule of bidding
The bidding schedule will be as mentioned below-
Pre-Bid Meeting T0 + 12
Issue of LoI T0 + 28
49
Request for Proposal
July 2018
50
Request for Proposal
July 2018
Signature:
Name of the Authorized signatory:
Company Seal:
51
Request for Proposal
July 2018
52
Request for Proposal
July 2018
(Authorized signatory):
Name:
Designation:
Signed this …………………….day of ………………………………………… 20…..
For the entity:
Seal
53
Request for Proposal
July 2018
54
Request for Proposal
July 2018
55
Request for Proposal
July 2018
56
Request for Proposal
July 2018
This Undertaking shall be governed by and construed in accordance with the laws of
Republic of India. Any dispute arising out of or in connection with this Undertaking shall
be referred to the Hon’ble High court of Jharkhand.
…………………………………………………….
Signed by authorized signatory of M/s
……………………………………………..
(The Bidder)
57
Request for Proposal
July 2018
To,
The Director Mines,
Department of Mines and Geology,
Third Floor, Yojana Bhawan,
Nepal House, Doranda, Ranchi, Jharkhand- 834002
Sir,
We hereby offer to provide the Services at the prices and rates mentioned in our
Commercial Bid
We do hereby undertake, that, in the event of acceptance of our bid, the Services shall
be provided as stipulated in the schedule to the Bid document and that we shall perform
all the incidental services.
We enclose herewith the complete Technical Bid as required by you.
We agree to abide by our offer for a period of 180 days from the actual date of opening
of the Technical Bids and that we shall remain bound by a communication of acceptance
within that time.
We have carefully 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
provide services as per these terms and conditions.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your letter of intent awarding the contract, shall constitute a binding contract
between us.
58
Request for Proposal
July 2018
2. Customer Name
8. Project Location
59
Request for Proposal
July 2018
1. Position
applied for
2. Name of the
Resource
Designation in
3. Current
Organization
4. Date of Birth
(dd/mm/yy)
5. Nationality
Total Years of
6. relevant
Experience
No. of Years In
7. Current
Organization
Education Year Degree/Diploma Institution/
(Year in which University
various
8. qualifications
were obtained
must be stated)
9. Other Training
& Certification
Language & Languages Reading Writing Speaking
10. Degree of Known (Excellent/ (Excellent/ (Excellent/
Proficiency Good/ Fair) Good/Fair) Good/Fair)
English
Hindi
Any other
language
11. Country of
Work
Experience
60
Request for Proposal
July 2018
12. Summary of
Experience
13. Skill Sets
From
To
Employer
Position Held
15. Work undertaken that best illustrates capability to handle the tasks assigned
Name of the
Assignment
Year
Location
Client
Main Project
Features
Positions Held
Activities
Performed
61
Request for Proposal
July 2018
To,
The Director Mines,
Department of Mines and Geology,
Third Floor, Yojana Bhawan,
Nepal House, Doranda, Ranchi, Jharkhand- 834002
Sir,
1. We hereby declare
a) that we have domain knowledge in the space of vehicle tracking and associated
works
b) We are equipped with adequate manpower & technology for providing the
Services as per the parameters laid down in the Tender Document
2. We hereby offer to provide the Services at the prices and rates as mentioned below
1 Application Development
2 Quarterly Opex
* - A cannot be more than 10% of D, i.e. total payment at Go Live will be less than or
equal to 10% of the project value.
62
Request for Proposal
July 2018
3. We do hereby undertake, that, in the event of acceptance of our bid, the Services
shall be provided as stipulated in the schedule to the Bid document and that we shall
perform all the incidental services.
We agree to abide by our offer for a period of 180 days from the date of closing of
the Technical Bids and that we shall remain bound by a communication of
acceptance within that time.
We have carefully 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 provide services as per these terms and conditions.
We do hereby undertake, that, until a formal contract is prepared and executed, this
bid, together with your letter of intent awarding the contract, shall constitute a binding
contract between us.
(Signature)
(In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of: (Name and
Address of Company)
63
Request for Proposal
July 2018
b. In addition to above,
64
Request for Proposal
July 2018
The total penalty per month will be capped at 15% of monthly charges for any month. If
the performance based penalty calculated as per above hits the 15% cap for 6
consecutive months, it will be treated as breach of contract and DMG may exercise its
right to terminate this Agreement.
65
Request for Proposal
July 2018
b) does not accept the correction of errors in accordance with the RFP Document; or
c) Having been notified of the acceptance of its Proposal by the DMG during the period
of proposal validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails
or refuses to furnish the Performance Security, in accordance with the RFP.
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of
copies of the Contract Agreement signed by the Bidder and the performance security
issued by the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier
of (i) our receipt of a copy your notification to the Bidder of the name of the successful
Bidder; or (ii) forty-five days after the expiration of the Bidder’s proposal.
Consequently, any demand for payment under this guarantee must be received by us at
the office on or before that date.
66
Request for Proposal
July 2018
Letter of Intent
To,
The Applicant
Dear Sir,
With reference to the above, it is hereby informed that the proposal submitted by your
company …………………………… for providing services of System Integrator for
Design, Development, Operation & Maintenance of the Vehicle Tracking Solution for
Mineral Transporting Vehicles in the State of Jharkhand has been accepted as per the
following details:
1. Price
1 Application Development
2 Quarterly Opex
67
Request for Proposal
July 2018
* - A cannot be more than 10% of D, i.e. total payment at Go Live will be less than or
equal to 10% of the project value.
3. Performance Security
Please furnish a Bank Guarantee (format provided ………………. of the RfP) within 15
days payable at Ranchi, from any Nationalized or scheduled commercial Bank in India
having its office at Jharkhand for an amount equivalent to 10% (ten percent) of the total
contract value towards Performance Security valid for a period of three (3) months over
the duration of the project.
4. Contract
The contract will be signed as per the terms and conditions mentioned in the above RFP.
The date of completion of the contract period i.e.3 Years (Phase I) shall be reckoned
from the date specified in the Contract. Upon satisfactory performance in the Phase I,
DMG may extend the duration for another 2 years termed as Phase II as per the terms
of the above RFP.
You are requested to submit your acceptance of this Letter of Intent over email within
three (03) days from the date of issue of the same.
Yours Faithfully,
Director Mines
Department of Mines and Geology
68
Request for Proposal
July 2018
AGREEMENT
This Agreement (referred to as the “Contract”) entered into on this ……date………..
between the Department of Mines and Geology, Government of Jharkhand represented
by Mr. ……………………, Director Mines, Department of Mines and Geology duly
authorised hereinafter referred to as “DMG”/ Party of the First Part.
AND
……………………., a Company incorporated under the Companies Act 1956 having its
office at……………………………………………………………………. represented by
…………………………………………………………., (hereinafter referred to as the
“System Integrator” which expression shall mean and include its successors, legal heirs,
assigns and representatives etc.) of the Second Part;
WHEREAS
1. The Department invited open Public tender No……………… for “Selection of
System Integrator for Design, Development, Operation & Maintenance of the
Vehicle Tracking Solution for Mineral Transporting Vehicles in the State of
Jharkhand”.
2. The System Integrator participated in the tender and submitted its technical &
commercial proposal for the same.
3. The System Integrator emerged as …<Rank in technical evaluation along with
score>.......and <Rank in commercial evaluation along with score> ….., with
highest final score of …………….
4. According to comparative statement dated ……………. of Technical Score,
Commercial Score and final score of the RFP No. ………………; <Company
Name>……..was selected as successful bidder.
5. Now the System Integrator has come forward to enter into an agreement with the
DMG.
69
Request for Proposal
July 2018
1 Application Development
2 Quarterly Opex
*The price quoted above excludes statutory taxes (e.g. GST, Cess, etc.).
6. Payment terms shall be as follows:
i. Payment to the agency would be made on completion of work by the agency
as per milestones provided below-
Go Live of the application (45 days)
Quarterly Payments, post-Go Live of application
If Go Live phase for the project is achieved after 45 day of Signing of
contract, Department will not be liable to pay any additional payment for the
delay,
If Go Live is achieved before time, Annual Maintenance Contract will start
immediately after that and quarterly payments will be made from the data
Quarterly Payments
Quarterly payments will start post implementation of Go Live phase.
Payment shall be made in Indian Rupee (INR) only.
70
Request for Proposal
July 2018
Director Mines
Witnesses:
1) 1)
2) 2)
71
Request for Proposal
July 2018
PERFORMANCE SECURITY
To,
72
Request for Proposal
July 2018
Arbitrator or any other authority. We agree that the Guarantee herein contained shall be
irrevocable and shall continue to be enforceable either till DMG discharges this guarantee or
till its Expiry date i.e. <Expiry Date> (“Expiry date”), whichever is earlier.
DMG shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee, from time to time to vary it or to extend the time for performance of the
contract by the SI. DMG shall have the fullest liberty without affecting this guarantee, to
postpone from time to time the exercise of any powers vested in them or of any right which
they might have against DMG and to exercise the same at any time in any manner, and either
to enforce or to forebear to enforce any covenants, contained or implied, in the Contract
between DMG and the SI any other course or remedy or security available to DMG. The bank
shall not be relieved of its obligations under these presents by any exercise by DMG of its
liberty with reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of DMG or any other
indulgence shown by DMG or by any other matter or thing whatsoever which under law would
but for this provision have the effect of relieving the Bank.
Performance Security may be extended at our sole discretion from time to time for such
period (not exceeding one year), as may be desired in writing by <Name of SI> on whose
behalf this guarantee has been given.
This guarantee shall be governed by and construed in accordance with the Laws of India and
shall be subject to the exclusive jurisdiction of Indian Courts
Notwithstanding anything contained hereinabove,
a. Our liability under this guarantee is restricted to Rs. <Performance Security
Value> (Rupees <in words> Only)
b. This bank guarantee shall be valid up to <Expiry Date>(expiry date);
c. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only and only if we receive a written demand made in the manner
prescribed in this Guarantee in original at <name of the bank and address>, and
by email to email Id <email id> on or before < claim date> (claim date), all your
right under this guarantee shall be forfeited and we shall be released and
discharged from all liabilities under this guarantee thereafter.
WITNESS_________________________________________________________
1)
2)
73