Directorate General of Information & Public Relations, … · 2017-09-01 · Directorate General of...
Transcript of Directorate General of Information & Public Relations, … · 2017-09-01 · Directorate General of...
Directorate General of Information & Public Relations,
Government of Maharashtra,
Mantralay, Mumbai-400 032
E-Tender Notice No : Govt. Panel/2017
E-Tender Notice
I. The Director General, Directorate General of Information and Public Relations, Mantralay,
Mumbai, is inviting sealed e-tenders from creative / media agencies for inclusion in panels
for activities of
1. Preparation of creative for Audio-visual, Audio and Print advertisement
2. Digital (Web and Social Media)
3. Events, BTL Communication Activities
4. Out of Home Media (Out Door Media)
II. The empaneled agencies will be considered for specific work they have empaneled for. Media
Agencies, fulfilling pre-qualification conditions, will be asked to present their quality of
previous work. Panels for above mentioned activities will be prepared on the basis of the work
their earlier accomplishment in the last three years. An agency can be qualified for one or
more media activity/ies depending on the earlier accomplishment in terms of volume and
nature of work by that agency in the field of particular media activity.
III. For most of the activities there will be three different categories of panels -
1. Category A - Big Agencies
2. Category B - Medium Agencies
3. Category C - Small Agencies
IV. The DGIPR, as far as possible, will select category of panel for any specific activity on the
basis of volume and nature of work of publicity. In exceptional cases the DGIPR, if it is
required, may invite quotation or tender for any specific media activity without considering
the empaneled agencies.
V. The panels will be for two years and may be extended for one more year or till the process of
formulation of new panel is completed.
The e-tender forms and Schedule are available on Government of Maharashtra website
https://maharashtra.etenders.in.
The Director General, Directorate General of Information and Public Relations, Mumbai
reserves the right to accept or reject all e-tenders without giving any reasons.
Date:
Place: Mumbai
Director General
Directorate General of Information
and Public Relations, Mantralay,
Mumbai
TENDER SCHEDULE
Please Note: All bid related activities (Process) like Tender Document Download, Bid
Preparation, and Bid Submission will be governed by the time schedule given under Key Dates
below:
Sr.
No. Activity
Performed
by
Start Expiry
Date Time
(Hrs.) Date
Time
(Hrs.)
1 Online Tender
Release Department
01-09-
2017 10.00
01-09-
2017 18.00
2
Online Tender
Document
Download
Bidders 01-09-
2017 18.01
16-09-
2017 17.00
3
Last Date of
Submission of Pre-
Bid queries Bidders -- --
17-09-
2017 15.00
4 Pre-Bid Meeting Department
06-09-
2017 15.01
06-09-
2017 17.00
5 Technical Bid
Closing Department
16-09-
2017 17.01
18-09-
2017 17.00
6 Bid Submission Bidders 18-09-
2017 17.01
19-09-
2017 17.00
7 Pre-Qualification
Opening Department
19-09-
2017 17.01
20-09-
2017 17.00
Bidders
Presentation
Pre-Bid Meeting will be held on Monday, 06th September, 2017 @ 3.00 p.m. at the place of
Director (Inf.) (Admin.), Directorate General, Information & Public Relations, Madam
Cama Road, Hutatma Rajguru Chowk, Ground Floor, Mantralay Main Building, Mumbai
– 400032.
* Dates mentioned here, are proposed dates for Bid Opening Activities. Exact date of opening
of technical and commercial bids shall be notified in the Press Notice / Corrigendum section of
the website before opening of the same.
NOTICE DETAILS
Tender Reference no. E-Tender Notice No. Govt. Panel/2017
Cost of blank tender document & Mode of
Payment
Estimated Value of Tender
(Rs)
Tender Form
Fee (Rs.)
Average work order of Rs. 50
lakhs but less than 5 crores
Rs. 10,000 Average work order of Rs. 5
crores but less than 20 crores
Average work order of Rs. 20
crores
(Non-Refundable) to be paid through Online
Payment Modes i.e. Net Banking, Debit Card
and Credit Card during Tender Document
Download Stage.
EMD Amount & Mode of Payment
EMD Amount of Rs. 1,00,000/- (Rs. One Lakh
Only) to be paid through Online Payment
Modes i.e. Net Banking, Debit Card, Credit
Card and NEFT/RTGS during Bid Preparation
Stage.
Pre-Bid Queries [email protected] till 17th
September, 2017 @ 12.00 pm
Date ,Time and Place of Pre Bid Meeting
Directorate General, Information & Public
Relations, Madam Cama Road, Hutatma
Rajguru Chowk, Ground Floor, Mantralay
Main Building, Mumbai – 400032. on 06th
September, 2017 @ 3.00 pm
Venue of online opening of tender
Directorate General, Information & Public
Relations, Madam Cama Road, Hutatma
Rajguru Chowk, Ground Floor, Mantralay
Main Building, Mumbai – 400032.
Address for Communication
Sr. Assistant Director (Audio-Visual Section)
Directorate General, Information & Public
Relations, Madam Cama Road, Hutatma
Rajguru Chowk, Ground Floor, Mantralay
Main Building, Mumbai – 400032.
Contact Telephone & Fax Numbers 022-2281 83 21 / 2204 83 41
Fax- 022-2285 36 70
e-Tendering Helpline Support:
Monday to Friday - 09:00 AM - 08:00 PM
Saturday - 09:00 AM - 06:00 PM
Telephone:
020 – 253 155 55
Email: [email protected]
Table of Contents`
1. Panel of Media Agencies for Audio-visual, Audio and Print6
1.1. Scope of Work 1.2. Prequalification Criteria – Audio-Audio-visual, Print and Audio Category A 1.3. Technical Qualification Criteria – Audio-visual, Print and Audio Category A 1.4. Prequalification Criteria – Audio-Audio-visual, Print and Audio Category B 1.5. Technical Qualification Criteria – Audio-visual, Print and Audio Category B 1.6. Prequalification Criteria – Audio-visual, Print and Audio Category C 1.7. Technical Qualification Criteria – Audio-visual, Print and Audio Category C
2. Panel of Agencies for Digital Media (Web and Social Media)
2.1. Scope of Work 2.2. Prequalification Criteria – Social Media Category A 2.3. Technical Qualification Criteria – Social Media Category A 2.4. Prequalification Criteria – Social Media Category B 2.5. Technical Qualification Criteria – Social Media Category B 2.6. Prequalification Criteria – Social Media Category C 2.7. Technical Qualification Criteria – Social Media Category C
3. Panel of Agencies for Events, Exhibition, PR and Communication Media
3.1. Scope of Work 3.2. Prequalification Criteria – Event, Exhibition, PR and Communication Category A 3.3. Technical Qualification Criteria – Event, Exhibition, PR and Communication Category A 3.4. Prequalification Criteria – Event, Exhibition, PR and Communication Category B 3.5. Technical Qualification Criteria – Event, Exhibition, PR and
Communication Category B 3.6. Prequalification Criteria – Event, Exhibition, PR and Communication Category C
3.7. Technical Qualification Criteria – Event, Exhibition, PR and Communication Category C
4. Panel for Out of Home Media Activities
4.1. Scope of Work 4.2. Prequalification Criteria – Out door Activities 4.3. Technical Qualification Criteria – OOH Activities
5. Instructions for Bidder
5.1. General Instructions 5.2. Purchase and Download of Tender Form 5.3. Preparation of bids 5.4. Agreement and Security Deposit 5.5. Duration of the Project: 5.6. Procedure to Select Agency For Panel For Allotting Work 5.7. Dispute and Force Majeure 5.8. Force Majeure
6. Bid Submission Instructions
6.1. Late Proposal and Proposal Validity Period 6.2. Modification and Withdrawal of Proposals
7. Bid Opening
8. Evaluation Process
9. Format for Bank Guarantee for Earnest Money Deposit (EMD)
10. Format to share Bidders and Bidding Firms Particulars
Minimum Qualification Criteria
1. Panel of Media Agencies for Audio-visual, Audio and Print
1.1. Scope of Work
The detailed scope of work includes conceptualization, developing creative ideas, designing,
scripting, developing and production of advertisement, publicity and other resource material,
including but not limited to Audio-visual, audio and print media in different languages.
Audio-visual Media: Video Creative for Television, Cinema Theatre, Outdoor LED
Screen, Outdoor Broadcasting Van, Video Editing, Make-up Services, and any other
Audio-visual media
Audio Media: Audio Creative for Radio, ST Stand audio speaker, Recording/Dubbing
Voiceover, Arranging Background Music for audio-visual creative, and any other audio
media services.
Print Media: Print Creative for News Papers, Magazine, Pamphlets, Leaflets, Brochures,
Invitation cards, Proof Reading of Printing material, Providing Photography Services,
Processing/Editing photographs for use in other media, Typesetting/Designing of
booklets/manuscripts, and any other print media services.
All Other Allied Activities
For the Audio-visual, Audio and Print, following five different panels will be prepared,
categories as follows
• Category A – Big Agencies for Audio-Visual, Audio and Print
• Category B – Medium Agencies for Audio-Visual, Audio and Print
• Category C
o Category C1 – Small Agencies for Audio-Visual
o Category C2 – Small Agencies for Audio
o Category C3 – Small Agencies for Print
1.2. Prequalification Criteria – Audio-visual, Audio and Print, Category A
Sr.No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company registration certificate
(Company should be registered under the
Companies Act, 1956) and should be in
existence at least for the last five years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least a
branch office in Mumbai Metro Region.
Undertaking on the company Letter
Head and a proof of branch office
established in Mumbai.
3
The Agency should have minimum annual
average Work order of Rs.20 Crore for the
last three years (This amount should be
worth of only Advertisements related
activities of creation of Audio-visual
advertisement, Radio advertisement &
Print Advertisement
Audited financial statements (Reports)
for the financial year 2014-15, 2015-16
and 2016-2017. In lieu of published
reports the applicants may submit
financial details certified by a chartered
accountant
1.3. Technical Qualification Criteria – Audio-visual, Audio and Print, Category A
Sr.No. Item Marks
1
Quality of previous work. Bidder has to present minimum 5 best
works in each category
1.Video Creative (Audio-visual) 2. Audio Creative
3. Print Creative 4. Creative for Other Media
15 Marks
2
Quality of public message delivered for Central / State Government
/ Public Sector Undertaking
1.Video Creative (Audio-visual) 2. Audio Creative
3. Print Creative 4. Creative for Other Media
15 Marks
3
The Bidder must have on its pay roll staff (Account Planner, Creative
director/copy writer/visualizer/client service persons) of at least 25
professionally qualified personnel. (Certificate from authorized
person in HR Department of the Bidder for educational background
and designation with names of professionally qualified personnel on
the rolls of the company and their educational degree.)
10 Marks
4 Experience of working with the state government institution with
minimum three accounts in the last three years. 5 Marks
5 The agency should have full time team of Marathi copy writers and
a creative director with expertise in Marathi. 5 Marks
1.4. Prequalification Criteria – Audio-visual, Audio and Print, Category B
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1 Company or proprietorship firm which is in
existence at least for the last three years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least a
branch office in Mumbai Metro Region.
Undertaking on the company Letter
Head and a proof of branch office
established in Mumbai.
3
The Agency should have minimum annual
average work order of Rs.5 Crore but less
than Rs. 20 Crore for the last 3 years This
amount should be worth of only
Advertisements related activities of creation
of AUDIO-VISUAL, Radio advertisement
& Print Advertisement
Audited financial statements
(Reports) for the financial year 2014-
15, 2015-16 and 2016-2017. In lieu of
published reports the Applicants may
submit financial details certified by a
chartered accountant
1.5. Technical Qualification Criteria – Audio-visual, Audio and Print Category B
Sr.No. Item Marks
1
Quality of previous works. Bidder has to present minimum 5 best
works in each category)
1. Video Creative
2. Audio Creative
3. Print Creative
4. Creative for Other Media
15 Marks
2
Quality of public message delivered for Central /State Government /
Public Sector Undertaking
1. Video Creative
2. Audio Creative
3. Print Creative
4. Creative for Other Media
15 Marks
3
The Bidder must have on its pay roll staff (Account Planner, creative
director/copy writer/visualizer/client service persons) of at least 10
professionally qualified personnel. (Certificate from authorized
person in HR Department of the Bidder for educational background
and designation with names of professionally qualified personnel on
the rolls of the company and their educational degree.)
10 Marks
4 Experience of working with the state government institution with
minimum five accounts in the last three years. 5 Marks
5 The agency should have fulltime team of Marathi copy writers and a
creative director with expertise in Marathi. 5 Marks
1.6. Prequalification Criteria – Audio-visual, Audio and Print Category C
Sr.
No. ELIGIBILITY CRITERIA
Documents / Proofs
1
Company or proprietorship firm which is
in existence at least for the last three
years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least a
branch office in Mumbai Metro Region.
Undertaking on the company Letter Head
and a proof of branch office established
in Mumbai.
3
The Agency should have minimum Work
order of Rs.50 Lakh and less than Rs. 5 Cr.
(This amount should be worth of only
Advertisements related activities of creation
of AUDIO-VISUAL or Radio advertisement
or Print Advertisement as applicable. (If any
agency has work order as mentioned above in
activities in more than one media, it can file
separate papers to include in more than one
panel)
Audited financial statements (Reports)
for the financial year 2014-15, 2015-16
and 2016-2017. In lieu of published
reports the Applicants may submit
financial details certified by a chartered
accountant
1.7. Technical Qualification Criteria – Audio-visual, Audio and Print Category C
Sr.No. Item Marks
1
Quality of Previous work & Bidder has to present minimum 3 best
works of applicable category – Video Media and / or Audio Media and
/ or Print Media (As applicable)
20 Marks
2
Quality of public message delivered Central /State Government / Public
Sector Undertaking - Video Media and / or Audio Media and / or Print
Media (As applicable) 20 Marks
3 Experience of working with the state government institution with
minimum three accounts in the last three years. 5 Marks
4 The agency should have fulltime team of Marathi copy writers and a
creative director with expertise in Marathi. 5 Marks
1.8. Rating Criteria
Scope of Work Category A Category B Category C
1. Artwork
2. Booklet Typesetting an Designing
2.1 Cover
2.2 Typesetting Per Page (A4)
Rs. 1 lakh
Rs. 25, 000
Rs. 250
Rs. 75, 000
Rs. 15,000
Rs. 150
Rs.50, 000
Rs.10, 000
Rs. 100
TVC (Movie Ad) Rs. 10 Lakhs Rs. 7.5 Lakhs Rs. 5 Lakhs
Radio
1. Spot
2. Jingle
3. Podcast (5 min-10 min)
Rs. 75, 000
Rs. 1.5 Lakhs
Rs. 75, 000
Rs. 50, 000
Rs. 1 Lakh
Rs. 50, 000
Rs. 40, 000
Rs. 75, 000
Rs. 40, 000
Adaptation
1. Print
2. Radio
3. TVC
5% of Cost
10% of Cost
15% of Cost
5% of Cost
10% of Cost
15% of Cost
5% of Cost
10% of Cost
15% of Cost
Translation
1 Up to 50 Words
2 Above 50 Words (Per 10 words)
Rs.500
Rs. 50
Rs.500
Rs. 50
Rs.500
Rs. 50
*(Note: All prices above are exclusive of GST)
1.9. For all the above panels, experience of creative work is the main criteria for inclusion in
the panels. The agencies should submit its copies of work order where in it has a clear
mention of the job of making ‘Creative’. If the amount for creative work is not
mentioned separately and the total amount is mentioned in the particulars of job
particulars/bill/invoice/work order, then 15% of the total cost as mentioned in the job
particulars/bill/invoice/work order would be treated as the amount for creative work.
There should be a clear mention of the details for creative work.
2. Panel of Agencies for Digital Media (Web and Social Media)
2.1. Scope of Work
Conceptualize, develop and maintain social media platforms including but not limited to
websites, web portals, blogs, micro blogs, microsites, mobile applications.
Develop ways of speedy and efficient delivery/distribution of contents through various
traditional and social media channels.
Multimedia live services including 2 ways broadcast with or without internet live streaming
etc.
Employ social and web services to enable monitoring of all media types including print,
electronic etc.
To formulate and implement a result oriented comprehensive social media promotion strategy for
Government campaign for DGIPR including following activities:
1. The Agency would develop and upload on various social media platforms, creative content
or adapt the already available creative. The content includes, but is not limited to banners,
videos, info graphics, graphics, cartoons, animation etc. The uploaded content need to be
monitored by the said agency on daily basis and the agency should be equipped with
perception/image management team.
1.1. Upload posts on chosen social media platforms.
1.2. Post original blog/ articles related the campaign.
1.3. Select and upload images that increase curiosity amongst people.
1.4. Design creative piece in accordance with campaigns and adapt them to platforms.
1.5. Curate topics on relevant Hash(#) tags on digital platform
1.6. Use influencers from society/ social media and invite them to be endorsers.
1.7. Maintain a rapport with digitally influential people having a large follower base.
1.8. Target influencers for building up a positive mindset amongst policy/ decision makers
1.9. Provide the SMS Gateway for the SMS Marketing / Promotion etc.
1.10. Send bulk SMS and emails to the intended / proposed beneficiaries of the programs
1.11. Voice Campaign
1.11.1. Bulk OBD (Voice Call) push service
1.11.2. Missed call/Toll free/ Virtual Number solution
1.11.3. IVRS Service over missed call/TFN
1.11.4. Upload of voice clips, Voice Broadcast panel.
All listed activities are standalone activities for specific programs / schemes / plans for specific
period and will be executed at the time-to-time intimation.
2. All Other Allied Services
3. The agency shall provide accurate, complete, polite and prompt feedback mechanism to user
via social media platforms. The agency shall gather inputs from users and respond back to his
service request.
3.1. The agency is also expected to track on social media networks for key words related to
business in particular, and respond to them in a big way to initiate positive
conversations on social media sites.
3.2. Tracking conversations, links and blogs about programs and issues / topics relating
thereto.
3.3. Tracking sentiments-Positive, Neutral or Negative.
3.4. Use effective third-party tracking tools to track the progress of each network.
3.5. Reporting any discrepancy in sentiments
3.6. Channelizing and drafting a plan to work out and neutralize negative sentiments
3.7. Submit effectiveness analysis reports to DGIPR on a weekly and/or monthly basis, as
required.
3.8. The employ requisite analytical and software tools to carry out Social Media activities
Conditions
1. Storage of content and data by means of online/offline archival support. The archived
content should be available for at least 180 days to be made available to DGIPR at short
notice
2. Content and activities on social media platforms do not restrict accessibility of the
platform on various mobile devices and different browsers.
3. The agency must mark all electronic content (text, photo, video or otherwise) as copyright
of DGIPR, wherever applicable; and monitor and report unauthorized use. This
responsibility includes but is not limited to the following activities:
3.1. Content sanitization, formatting and uploading
3.2. Use of SEO (Search Engine Optimization) friendly clean permalink structure
3.3. Tagging and categorization of posts and articles
3.4. Feedback mechanism to accept and display hierarchical user comments
3.5. Develop and update the Frequently Asked Questions (FAQ) bank based on user
feedback.
2.2. Prequalification Criteria – Social Media Category A
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company registration certificate
(Company should be registered
under the Companies Act, 1956)
should be in existence at least for
the last five years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at
least a branch office in Mumbai
Metro Region.
Undertaking on the company Letter Head
and a proof of branch office established in
Mumbai.
3
The Agency should have minimum
annual average Work order of Rs.
25 Crore for the last three years
(This amount should be worth of
only Social Media)
Audited financial statements (Reports) for
the financial year 2014-15, 2015-16 and
2016-2017. In lieu of published reports the
Applicants may submit financial details
certified by a chartered accountant
2.3. Technical Qualification Criteria – Social Media Category A
Sr.No. Item Marks
1
Quality of previous work. Bidder has to present minimum 5 best
works in each category
1. Social Media plan
2. Creative for social media
3. Use of influencers
4. SEO activity
15 Marks
2
Quality of public message delivered for (Central /State
Government / Public Sector Undertaking)
1. Social Media plan
2. Creative for social media
3. Use of influencers
4. SEO activity
15 Marks
3
The Bidder must have on its pay roll staff (Digital Media
Strategist, Computer Engineers, Designers, Media Planner etc.)
of at least 25 professionally qualified personnel. (Certificate from
authorized person in HR Department of the Bidder for
educational background and designation with names of
professionally qualified personnel on the rolls of the company
and their educational degree.)
10 Marks
4 Experience of working with the state government institution with
minimum three accounts in the last three years. 5 Marks
5 The agency should have fulltime Marathi content writer with
expertise in Marathi. 5 Marks
2.4. Prequalification Criteria – Social Media Category B
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company or proprietorship firm should
have registration certificate and which
is in existence at least for the last three
years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least a
branch office in Mumbai Metro
Region.
Undertaking on the company Letter
Head and a proof of branch office
established in Mumbai.
3
The Agency should have minimum
annual average work order of Rs.5
Crore but less than Rs. 25 Crore for the
last 3 years (This amount sould be
worth of only Social Media related
activities)
Audited financial statements (Reports)
for the financial year 2014-15, 2015-16
and 2016-2017. In lieu of published
reports the Applicants may submit
financial details certified by a chartered
accountant
2.5. Technical Qualification Criteria – Social Media Category B
Sr.No. Item Marks
1
Quality of previous work Presentation
(Bidder has to present minimum 4 works of each category)
1. Social Media Plan 2. Creative for Social
Media
3. Use of influencers 4. SEO Activity
15 Marks
2
Quality of public message delivered (Central /State
Government / Public Sector Undertaking)
1. Social Media Plan 2. Creative for Social
Media
3. Use of influencers 4. SEO Activity
15 Marks
3
The Bidder must have on its pay roll staff (Digital Media
Strategist, Computer Engineers, Designers, Media Planner
etc.) of at least 10 professionally qualified personnel.
(Certificate from authorized person in HR Department of the
Bidder for educational background and designation with
names of professionally qualified personnel on the rolls of
the company and their educational degree.)
10 Marks
4 Experience of working with the state government institution
with minimum three accounts in the last three years. 5 Marks
5 The agency should have fulltime Marathi content writer with
expertise in Marathi. 5 Marks
2.6. Prequalification Criteria – Social Media Category C
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company or proprietorship firm registration
certificate and should be in existence at least
for the last three years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least a
branch office in Mumbai Metro Region.
Undertaking on the company
Letter Head and a proof of branch
office established in Mumbai.
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
3
The Agency should have minimum Work
order of Rs.50 Lakh and less than Rs. 5 Cr.
(This amount should be worth of only Social
Media related activities)
Audited financial statements
(Reports) for the financial year
2014-15, 2015-16 and 2016-2017.
In lieu of published reports the
Applicants may submit financial
details certified by a chartered
accountant
2.7. Technical Qualification Criteria – Social Media Category C
Sr.No. Item Marks
1
Previous work Presentation (Bidder has to present
minimum 3 works of applicable category)
1. Social Media Plan 2. Creative for Social Media
3. Use of influences 4. SEO Activity
20 Marks
2
Quality of public message delivered (Central /State
Government / Public Sector Undertaking)
1. Social Media Plan 2. Creative for Social
Media
3. Use of influences 4. SEO Activity
20 Marks
3 Experience of working with the state government institution
with minimum five accounts in the last three years. 5 Marks
4 The agency should have fulltime Marathi content writer with
expertise in Marathi. 5 Marks
3 Panel of Agencies for Events, Exhibition, PR and Communication Media
3.1. Scope of Work
To develop, manage and execute events and functions
o Public Functions
o Meetings
o Exhibitions
o Seminars
o Workshops
o Symposium
o Lecture Series
o Cultural Programs
o Road Shows
o Floats
o Communication (BTL) Activities
o PR Activities
o Impact assessment etc.
o Interactive New Age Media
o Providing Services of Emcee/Compare/Anchor/Master of Ceremony
o All Other Media Allied Services
3.2. Prequalification Criteria – Event, Exhibition, PR and Communication Category A
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company registration certificate
(Company should be registered
under the Companies Act, 1956)
should be in existence at least for the
last five years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least
a branch office in Mumbai Metro
Region.
Undertaking on the company Letter Head
and a proof of branch office established in
Mumbai.
3
The Agency should have minimum
annual average Work order of Rs.50
Crores for the last three years (This
amount would be worth of activities
mentioned in the scope of work for
this panel.
Audited financial statements (Reports) for
the financial year 2014-15, 2015-16 and
2016-2017. In lieu of published reports the
Applicants may submit financial details
certified by a chartered accountant
3.3. Technical Qualification Criteria – Event, Exhibition, PR and Communication Category
A
Sr.No. Item Marks
1 Quality of previous work. Bidder has to present their best five
works in any five categories mentioned in the scope of work. 15 Marks
2
Quality of events organized for Central /State Government /
Public Sector Undertaking in the categories mentioned in the
scope of work.
15 Marks
3
The Bidder must have on its pay roll staff (Event Coordinator,
Director, Event Manager, Script / Copy Writer, Production
assistance, Account manager etc.) of at least 25 professionally
qualified personnel. (Certificate from authorized person in HR
Department of the Bidder for educational background and
designation with names of professionally qualified personnel on
the rolls of the company and their educational degree.)
10 Marks
4 Experience of working with the state government institution with
minimum three accounts in the last three years. 5 Marks
5 The agency should have fulltime Marathi content writer with
expertise in Marathi. 5 Marks
3.4. Prequalification Criteria – Event, Exhibition, PR and Communication Category B
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company or proprietorship firm which
is in existence at least for the last three
years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least a
branch office in Mumbai Metro
Region.
Undertaking on the company Letter
Head and a proof of branch office
established in Mumbai.
3
The Agency should have minimum
annual average work order of Rs.5
Crore but less than Rs. 50 Crore for
the last 3 years (This amount sould be
worth of activities mentioned in the
scope of work of this panel.)
Audited financial statements (Reports)
for the financial year 2014-15, 2015-16
and 2016-2017. In lieu of published
reports the Applicants may submit
financial details certified by a chartered
accountant
3.5. Technical Qualification Criteria – Event, Exhibition, PR and Communication Category
B
Sr.No. Item Marks
1
Quality of previous work. Presentation (Bidder has to present their
best five assignments in any three categories mentioned in the scope
of work)
15 Marks
2 Quality of events organized for Central /State Government / Public
Sector Undertaking in the categories mentioned in the scope of work. 15 Marks
3
The Bidder must have on its pay roll staff (Event Coordinator,
Director, Event Manager, Script / Copy Writer, Production assistance,
Account manager etc.) of at least 25 professionally qualified
personnel. (Certificate from authorized person in HR Department of
the Bidder for educational background and designation with names of
professionally qualified personnel on the rolls of the company and
their educational degree.)
10
Marks
4 Experience of working with the state government institution with
minimum five accounts in the last three years. 5 Marks
5 Th The agency should have fulltime Marathi content writer with
expertise in Marathi. 5 Marks
3.6. Prequalification Criteria – Event, Exhibition, PR and Communication Category C
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company or proprietorship firm and
should be in existence at least for the last
three years.
A copy of registration certificate
2
Agency should have an office in
Maharashtra and should have at least a
branch office in Mumbai Metro Region.
Undertaking on the company Letter
Head and a proof of branch office
established in Mumbai.
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
3
The Agency should have minimum Work
order of Rs.50 Lakh and less than Rs. 5 Cr.
(This amount should be worth of activities
mentioned in the scope of work)
Audited financial statements (Reports)
for the financial year 2014-15, 2015-16
and 2016-2017. In lieu of published
reports the Applicants may submit
financial details certified by a chartered
accountant
3.7. Technical Qualification Criteria – Event, Exhibition, PR and Communication Category
C
Sr.No. Item Marks
1 Quality of Previous work. Bidder has to present 3 works in
any three categories mentioned in the scope of work. 20 Marks
2
Quality of three best work done in any categories mentioned
in the scope of work for Central /State Government / Public
Sector Undertaking. 20 Marks
3 Experience of working with the state government institution
with minimum three accounts in the last three years. 5 Marks
4 The agency should have fulltime Marathi content writer with
expertise in Marathi. 5 Marks
4. Panel for Out of Home Media Activities
4.1 Scope of Work
To plan and conceptualize out of home media activities, prepare strategy and develop creative
ideas for the media activities including production and execution of out of home activities other
than mass media:
• Billboards/ hoardings
• Poll Kiosks
• Digital Boards
• Flex Banner at railway station and other public places
• Bus / train panels
• Bus shelters
• Illuminated signage
• Wall paintings
• Display panels
• Displays in Malls
• Display, Broadcast and interact using mobile vans
• Media Activities on Digital Platform
• All Other Out of Home Allied Media Services
4.2 Prequalification Criteria – Outdoor Activities
Sr. No. ELIGIBILITY CRITERIA Documents / Proofs
1
Company registered under the
Companies Act, 1956 or registered
proprietorship / partnership firms and
should be in existence at least for the
last five years and should be a member
of IOAA.
A copy of registration certificate
2
Media owner / authorised* marketer
should have an office in Maharashtra
and should have at least a branch office
in Mumbai Metro Region.
Undertaking on the company Letter
Head and a proof of branch office
established in Mumbai.
3
The Media owner / authorised marketer
should have minimum annual average
Work order of Rs. 5 Crore for the last
three years (This amount should be
worth of activities mentioned in the
scope of work for this panel)
Audited financial statements (Reports)
for the financial year 2014-15, 2015-16
and 2016-2017. In lieu of published
reports the Applicants may submit
financial details certified by a chartered
accountant
(*Non-owners should have authority from the licenced owner of the display property)
4.3 Technical Qualification Criteria – OOH Activities
Sr.No. Item Marks
1
Bidders authorised / owned OOH properties in the state - Name
of cities / No. of hoardings / No. of poll kiosks
20 Marks
2 OOH media provided to Central /State Government / Public
Sector Undertaking in the last three years. 20 Marks
3 Experience of working with the state government institution with
minimum five accounts in the last three years. 5 Marks
4 The agency should have fulltime Marathi content writer with
expertise in Marathi. 5 Marks
5. Instructions for Bidder
5.1. General Instructions
• Consortium is not allowed.
• The bidders are requested to familiarize themselves with the use of the e-Tendering portal
of Government of Maharashtra well in advance.
• To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender and
subsequently purchase the Tender Document and its supporting documents, kindly visit
following e-Tendering website of Government of Maharashtra:
• The Contractors participating first time for e-Tenders on GoM e-tendering portal will have
to complete the Online Registration Process for the e-Tendering portal. A link for
enrollment of new bidders has been provided on
• All bidders interested in participating in the online e-Tendering process are required to
procure Class II or Class III Digital e-Token having 2 certificates inside it, one for
Signing/Verification purpose and another for Encryption/Decryption purpose. The tender
should be prepared & submitted online using individual’s Digital e-Token.
• e-Tendering Tool Kit for Bidders (detailed Help documents, designed for bidders) has
been provided on e-Tendering website in order to guide them through different stages
involved during e-Tendering such as online procedure for Tender Document Purchase,
Bid Preparation, Bid Submission.
• Bidders will have to pay cost of Tender Document through online modes of payment such
as Net Banking, Debit Card and Credit Card during Tender Document Download stage.
This payment will not be accepted by the department through any offline modes such as
Cash, Cheque or Demand Draft.
• Similarly, Bidders will have to pay Earnest Money Deposit through online modes of
payment such as Net Banking, Debit Card, Credit Card and NEFT/RTGS during Bid
Preparation stage. This payment will not be accepted by the department through any
offline modes such as Cash, Cheque or Demand Draft.
• The interested contractors / bidders will have to make online payment (using credit
card/debit card/ net banking) of Rs.1,092/- (inclusive of all taxes) per bid per tender to
online service provider of e-Tendering system (Sify NexTenders) at the time of entering
Online Bid Submission stage of the tender schedule.
• If any assistance is required regarding e-Tendering (registration / upload / download)
please contact GoM e-Tendering Help Desk on number:02025315555 (Pune Helpline),
• Th creative fee is inclusive and assumed to be 15% of the total cost unless specifically
mentioned otherwise.
• Online bidding process consists of following 3 stages
1. Online Tender Document Purchase and Download
2. Online Bid Preparation
3. Online Bid Submission
All of 3 stages are mandatory in order for bidders to successfully complete Online Bidding
Process.
5.2. Purchase and Download of Tender Form
• The tender document will be uploaded / released on Government of Maharashtra, (GOM)
e-tendering website https://maharashtra.etenders.in. Tender document and supporting
documents may be purchased and downloaded from following link of Directorate General
of Information & Public Relations on e-Tendering website of Government of
Maharashtra, https://gad.maharashtra.etenders.in by making payment through Online
Payment Modes i.e. Net Banking, Debit Card and Credit Card.
• If for any reason a bidder fails to make this payment through online modes, system won't
allow the bidder proceed further for next stage resulting in his/her elimination from Online
Bidding Process.
• This payment will not be accepted by the department through any offline modes such as
Cash, Cheque or Demand Draft.
• Subsequently, bid has to be prepared and submitted online ONLY as per the schedule.
• The Tender form will be available online only. Tender forms will not be sold/issued
manually.
• The bidders are required to download the tender document within the prescribed date &
time mentioned in online tender schedule.
• After expiry of the date and time for tender document download, Department will not be
responsible for any such failure on account of bidders for not downloading the document
within the schedule even though they have paid the cost of the tender to the Department.
In such case the cost of the tender paid by the bidders will not be refunded.
5.3 Preparation of bids
• A separate tender has to be filed if an agency would like to be considered for more than
one category.
• The Bid will be prepared and subsequently submitted online only. Bids not submitted
online will not be entertained.
• EMD - Bidders are required to pay Earnest Money Deposit through Online Payment
modes i.e. Net Banking, Debit Card, Credit Card and NEFT/RTGS during Bid Preparation
Stage.
• This payment will not be accepted by the department through any offline modes such as
Cash or Cheque.
• In case EMD is mandatory to all the bidders for a tender, offers made without EMD shall
be rejected. For format kindly refer section 9 of this tender document
5.4 Agreement and Security Deposit
• Successful empaneled agencies will have to execute an agreement immediately from
the date of dispatch of acceptance letter for its inclusion in the panel and also have to
deposit security money (amount will be communicated later) in the form of Bank
Guarantee.
• Security deposit will be returned as and when the panel is ceased.
• The expenses of completing and stamping the agreement shall be paid by the Bidder
and the department shall be furnished free of charge with one executed stamped counter
part of the agreement.
• Forfeiture of Security deposit : security deposit amount in full or part may be forfeited
in the following cases :
• When any term and condition of the contract is breached.
• When the Bidder fails to render services satisfactorily.
• Notice of reasonable time will be given in case of forfeiture of security
deposit. The decision of DGIPR shall be final in this matter.
5.5 Duration of the Project:
The panels will be in existence for three years or till the new panel comes into existence.
5.6 Procedure to Select Agency for Panel for Allotting Work
• The DGIPR will prepare a panel of minimum 3 and maximum 7 agencies in each category.
The fulfillment of only pre-qualification criteria does not mean that the agency will be
included in the panel. The marks obtained in the technical criterion will be taken into
consideration to shortlist inclusion in the panel.
• For any publicity campaign the DGIPR will decide the media, media activity, message
and schedule of the campaign.
• On the basis of this, the DGIPR will decide the category of panel of media activity/ties
• The DGIPR reserves all the right to allot work to empaneled agencies.
• It also reserves the right to decide categories (A, B & C) for inviting proposal for any
media campaign.
• Selection of category will be generally based on
o Quantum of work
o Total estimated cost of the campaign
o Overall nature of the campaign (Strategy to be adopted, Target group- its location,
Socio-Economic Category etc.)
• After selecting the category of empaneled agencies to make creative /media plan for a
campaign, the DGIPR will send RFP (with predetermined cost) to all agencies in that
category to make draft creative /media plan. It will also arrange a briefing on the campaign
for that purpose.
• Based on the briefing agencies will prepare proposal -creative (draft creative in case of
Visual, Audio and Print. Media Plan in case of Social Media, Event and OOH) to present
it to DGIPR/ Committee.
• The DGIPR / Committee will scrutinize the presentation and on the basis of quality of
proposal – draft creative or media plan as is the case, it will select agency / agencies to
award work.
5.7 Dispute and Force Majeure
The DGIPR and the successful bidder shall make every effort to resolve amicably by direct
informal negotiation, any disagreement or dispute arising between them under or in connections
with the Contract.
If the parties fail to resolve their differences by mutual agreement then the dispute shall be
settled as follows:
• In accordance with the Indian Arbitration & Conciliation Act, 1996.
• Arbitration proceedings shall be held at Mumbai and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English and in Marathi.
5.8 Force Majeure
Notwithstanding the provisions of Terms and Conditions of Contract, the successful bidder
shall not be liable for forfeiture, liquidated damages, or termination for default if and to the extent
that the delay in performance or other failure to perform its obligations under the Contract, is the
result of an event of Force Majeure.
For purposed of this clause, “Force Majeure” means an event beyond the control of the
successful bidder and not involving the successful bidder’s fault or negligence and not
foreseeable. Such events may include, but are not restricted to, acts of The DGIPR in its sovereign
capacity, wars or revolutions, fires, foods, epidemics, quarantine restrictions, if a Force Majeure
situation arises, successful bidder shall promptly notify The DGIPR in writing of such condition
and the cause thereof. Unless otherwise directed by DGIPR in writing, the successful bidder shall
continue to perform its obligations under the Contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force Majeure event.
6 Bid Submission Instructions
Complete bidding process will be online (e-Tendering) in two envelope system. Submission of
bids shall be in accordance to the instructions given in the Table below:
Particulars Instructions
Tender Fees,
EMD, Pre-
qualification
Proposal and
Technical
Proposal (If
Applicable to
category)
The Pre-qualification Proposal shall be prepared in accordance
with the requirements specified in this RFP and the formats are
prescribed in this RFP
Each page of the Pre-qualification Proposal should be signed
and stamped by the Authorized Signatory of the Bidder. Pre-
qualification Proposal should be submitted through online bid
submission process only.
The Technical Proposal shall be prepared in accordance with
the requirements specified in this RFP
6.1. Late Proposal and Proposal Validity Period
Proposals received after the due date and the specified time (including the extended period
if any) for any reason whatsoever, shall not be entertained and shall not be opened in the e-
Tendering system. The validity of the proposals submitted before deadline shall be till 180
days from the date of submission of the proposal.
6.2. Modification and Withdrawal of Proposals
No Proposal shall be withdrawn in the interval between the deadline for submission of
proposals and the expiration of the validity period specified by the Bidder on the Proposal
form. Entire EMD shall be forfeited if any of the Bidders withdraw their proposal during
the validity period.
7 Bid Opening
• Total transparency shall be observed and ensured while opening the Proposals/Bids. All
Bids shall be opened in the presence of Bidder’s representatives who choose to attend
the Bid opening sessions on the specified date, time and address.
• DGIPR reserves the rights at all times to postpone or cancel a scheduled Bid opening.
• The prequalification proposals shall be opened and evaluated as per the criteria
mentioned in the RFP. Technical Proposals of bidders who pass the prequalification
criteria shall be opened.
• The Bidder’s representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of Bid opening being declared a holiday
for DGIPR, the bids shall be opened at the same time and location on the next working
day. In addition to that, if there representative of the Bidder remains absent, DGIPR
will continue process and open the bids of the all bidders.
• During Bid opening, preliminary scrutiny of the Bid documents shall be made to
determine whether they are complete, whether required Bid Security has been
furnished, whether the Documents have been properly signed, and whether the bids are
generally in order. Bids not conforming to such preliminary requirements shall be prima
facie rejected. DGIPR has the right to reject the bid after due diligence is done.
8 Evaluation Process
• DGIPR will constitute Tender Evaluation Committee (hereinafter referred to as “TEC”)
to evaluate the bids.
• TEC shall review the prequalification proposal of the Bidders to determine whether the
requirements as mentioned in the RFP are met Incomplete or partial Proposals are liable
for disqualification. All those Bidders, whose prequalification proposal meets the
requirements, shall be selected for opening of the technical proposal.
• All the successful bidders qualified in the pre-qualification will be asked to give
presentation for their earlier accomplishment. On the basis of volume and nature of their
work in the last three years the agency will be recommended for empanelment for one or
more media activity.
• Bids received and found valid will be evaluated to ascertain the best bid in the interest of
DGIPR. The Bidder should take enough care to submit all the information sought by
DGIPR in the desired formats. The bids are liable to be rejected if information is not
provided in desired formats. The proposals shall be evaluated based on the Eligibility
Criteria given in earlier part.
• The Technical Proposals will be opened in front of bidders/authorized representatives of
the bidders present at the stipulated time indicated elsewhere in this document or at such
time informed separately by the DGIPR to all the participating Bidders. After scrutinizing
and evaluation of the Technical Proposals, the eligible bidders will be informed the date
of presenting their details of earlier accomplishment.
List of Documents to be Submitted by the Bidder
1. Application Letter
2. Statement of Facts
3. Power of Attorney
4. Format for Bank Guarantee for Earnest Money Deposit (EMD)
5. Registration Certificate Marking ‘A’
6. Address Details on Company Letter Head Marking ‘B’
7. Audited Statements for Three Years Marking ‘C’
8. Details of Work Done in the Last Three Years Marking ‘D’
9. CV’s of Key personnel Marking ‘E’
10. Documents Showing Experience of Work of State Government marking ‘F’
11. Details of Marathi copywriter/content writer (if applicable) Marking ‘G’
9 Format to share Bidder’s and Bidding Firms Particulars
The Table below provides the format in which general information about the bidder &
Consortium partners must be furnished.
S No Information Details
1. Name of Bidding firm:
2. Address and contact details of Bidding firm:
3. Firm Registration Number and Year of Registration
4. Web Site Address
5. Status of Company/Proprietorship (Public Ltd., Pvt.
Ltd., etc.)
6. GST Registration No.
7. Permanent Account Number (PAN)
8.
Name, Designation and Address of the contact person
to whom all references shall be made regarding this
RFP:
9. Telephone number of contact person:
10. Mobile number of contact person:
11. E-mail address of contact person:
Please submit the relevant proofs for all the details mentioned above along with your Bid
response
Authorized Signatory
Name
Seal
Form-1 : Application Form
To,
The Director General,
Directorate General of Information and Public Relations,
Subject: E-Tender for Surajya Rath Project
Reference : E-Tender Notice Number - AV/MPHULE/2017
1. I/We are submitting this Bid (Proposal) on our own.
2. I/We, the undersigned, having carefully examined the referred RFP, offer to provide the
required services, in full conformity with the said RFP.
3. I/We have read the all the provisions of RFP and confirm that these are acceptable to us.
4. I/We further declare that additional conditions, variations, deviations, if any, found in our
proposal shall not be given effect to.
5. If a Bidder is nominated as Successful Bidder, I/We understand that it is on the basis of the
technical, financial & organizational capabilities and experience of the Bidder taken together.
I/We understand that the basis for our qualification will be the complete Bid documents submitted
along with this letter and that any circumstance affecting our continued eligibility as per RPF or
any circumstance which would lead or have led to our disqualification, shall result in our
disqualification under this Bidding process.
6. I/We agree that if I/We fail to perform according to the conditions / stipulations of the RFP /
Agreement, DGIPR shall be at liberty to take action in accordance with the RFP / Agreement.
7. I/We declare that I/We have disclosed all material information, facts and circumstances, which
would be relevant to and have a bearing on the evaluation of our Bid and selection as Consultant.
8. We do also certify that all the statements made and / or any information provided in our
proposal are true and correct and complete in all aspects.
-------------------------
(Signature)
------------------------
(Name of the Person)
-------------------------
(In the capacity of)
Company Seal
-------------------------
(Name of firm)
Duly authorized to sign Proposal for and on behalf of Lead Bidder
(Fill in block capitals)
-------------------------------------------------------------------------------------------------------------
Statement of Facts
S No Information Details
1. Category of Panel for which Bidder is Applying
2. Name of Bidder
3. Email Address
4. Address
5. Registration Under Which Act/Rule
(Attach registration certificate)
6. GST Registration No.
(Attach GSTIN Certificate)
7. Address of Main Office/Branch Office
(attach Undertaking on Company Letter Head)
8.
Annual Average Work Order
2014-2015
2015-2016
2016-2017
TOTAL
(Attach statements Audited and Certified by a Certified
Chartered Accountant)
9.
Details of Work Done in the last Three Years-
Report in a table certified by Chartered Accountant in
Following Format:
Sr.No.| Name of Client | Details of Media Services
Provided | Date of the work order/Bill/Invoice | Amount
of the work Completed
10.
Number of professionals as mentioned in technical
Qualification Criteria
(Attach CV of Each Personnel)
11.
Experience in terms of No. of years With State
Government Institutions
(Attach relevant Documents)
12.
Does the bidder have on its Payroll Marathi Copy
writer/Content Writer
(If Applicable)
Form 2: Power of Attorney
Know all men by these presents, We ……………………………… …………….. (name of the firm
and address of the registered office) do hereby irrevocably constitute, nominate, appoint and
authorise Mr/Ms (name), ………………………… … son/daughter/wife of ………………..
……………… and presently residing at …………………., who is presently employed with us as
our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on
our behalf, all such acts, deeds and things as are necessary or required in connection with or
incidental to submission of our application for ……………………………………. (“Assignment
Name”) proposed or being developed by the …………………………………… (the “Authority”)
including but not limited to signing and submission of all applications, Bids and other documents
and writings, participate in Pre-Bids and other conferences and providing information/responses
to the Authority, representing us in all matters before the Authority, signing and execution of all
contracts including the Concession Agreement and undertakings consequent to acceptance of our
Bid, and generally dealing with the Authority in all matters in connection with or relating to or
arising out of our Bid for the said Project and/ or upon award thereof to us and/or till the entering
into of the Concession Agreement with the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney
in exercise of the powers hereby conferred shall and shall always be deemed to have been done by
us.
We also declare that we are not blacklisted by any State or Union Government Department or its
undertaking.
We hereby declare that there is no any criminal offence registered against any of bidder member
in any court of law.
IN WITNESS WHEREOF WE, …..…………………………., THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF
...................
For ………………………….. (Signature, name, designation and address)
(In case of Consortium signatures and names of all members of consortium)
Witnesses:
1.
2.
Accepted ……………………………
(Signature)
(Name, Title and Address of the Attorney)
Notes:
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 executants (s)
and when it is so required, the same should be under common seal affixed in accordance with the
required procedure.
Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney in favor
of the person executing this Power of Attorney for the delegation of power hereunder on behalf of
the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is
being issued. However, the Power of Attorney provided by Bidders from countries that have
signed The Hague Legislation Convention 1961 are not required to be legalized by the Indian
Embassy if it carries a conforming Apostille certificate.
Format for Bank Guarantee for Earnest Money Deposit (EMD)
To,
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<Email id>
Whereas <<Name of the bidder>> (hereinafter called 'the Managed Service Provider') has
submitted the bid for Submission of RFP <<RFP Number>> dated <<Date>> for <<Name
of the assignment>> (hereinafter called "the Bid") to <<Purchaser>>.
Know all Men by these presents that we <<… >> having our office at <<Address>>
(hereinafter called "the Bank") are bound unto the << Purchaser >> (hereinafter called
"the Purchaser") in the sum of Rs. <<Amount in figures>> (Rupees <<Amount in
words>> only) for which payment well and truly to be made to the said Purchaser, the
Bank binds itself, its successors and assigns by these presents. Sealed with the Common
Seal of the said Bank this <<Date>>.
The conditions of this obligation are:
1. If the Bidder having its bid withdrawn during the period of bid validity specified by the
Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during
the period of validity of bid
(a) Withdraws his participation from the bid during the period of validity of bid document;
or
(b) Fails or refuses to participate in the subsequent Tender process after having been short
listed;
(c) Fails to submit the Performance Bank Guarantee as specified in the terms and
conditions of the RFP;
We undertake to pay to the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided that in
its demand the Purchaser will note that the amount claimed by it is due to it owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to <<insert date>> and including <<extra time over
and above mandated in the RFP>> from the last date of submission and any demand in
respect thereof should reach the Bank not later than the above date.
NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:
I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>>
(Rupees
<<Amount in words>> only)
II. This Bank Guarantee shall be valid up to <<insert date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this Bank Guarantee that we receive a valid written claim or demand for
payment under this Bank Guarantee on or before <<insert date>>) failing which our
liability under the guarantee will automatically cease. Selection of Managed Service
Provider (MSP) for Implementation, Operations & Maintenance of Integrated Welfare
Board Management System
(Authorized Signatory of the Bank)
Seal:
Date:
Form 4: CV of Key Personnel
(All CVs of Key personnel of bidder members shall be submitted in this format separately. For
Director, separate form is given)
Name
Designation / Field
Experience
(as on 31st August 2017)
Important achievements in field of film productin / markeing/ distribution
Certification:
1. I further undertake that my CV is being proposed for this project by --------- (the applicant)
and I have not given consent to any other Agency to propose my CV for any position for this
project.
2. I the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes my qualifications, my experience and me.
(Signature of the Team Member)
Place----------------------------