I. NOTICE INVITING TENDER AWAS BANDHU, U.P.awas.up.nic.in/Notice Inviting Tender for Web Portal of...
-
Upload
vuongkhuong -
Category
Documents
-
view
219 -
download
3
Transcript of I. NOTICE INVITING TENDER AWAS BANDHU, U.P.awas.up.nic.in/Notice Inviting Tender for Web Portal of...
Page No. 1
I. NOTICE INVITING TENDER
AWAS BANDHU, U.P. Tel : 0522-2627012, Fax : 0522-2612098
E-mail : [email protected]
AWAS BANDHU invites Bids from Experienced
Firms for Design, Development, Implementation
and Maintenance of interactive & integrated Web-
Portal for Development Authorities of Uttar
Pradesh with pilot Implementation at Meerut
Development Authority.
Offers are invited in Two Bid System containing
the Technical and Financial Bids in two separate
sealed envelopes by 12 January, 2012 by 3:00 PM.
For Bid document and further details visit our
website http://awas.up.nic.in
Executive Director
Page No. 2
II. IMPORTANT DATES
Date of Advertisement
21st
December, 2011
Queries of Bidders by e-mail for further
clarifications, if any
30th
December, 2011
Pre-bid Meeting at Awas Bandhu for
Clarifications
5th
January, 2012, at 3:00 PM
Uploading of Revised Bid Document on website
based on the clarifications sought, if any
9th
January, 2012
Last date for Submission of Technical & Financial
Bid
12th
January, 2012, upto 3:00 PM
Opening of Technical Bid
12th
January, 2012, at 4:00 PM
Presentation by Bidders
Date & Time to be Intimated Later
Opening of Financial Bids for Technically
Qualified Bidders
Date & Time to be Intimated Later
Page No. 3
III. INTRODUCTION
In today's era of globalization and continuous paradigm shifts across diverse sectors, it has
indeed become the need of the hour for each sector, including Government, to constantly
upgrade skill set and improve performance and service delivery. Keeping this in mind,
Government of Uttar Pradesh has taken many pro-active initiatives towards improving
service mechanisms to ensure customer satisfaction. Instruments of e-Governance seem
to be a big step in this direction. One such initiative is launching G2C services in all the
Development Authorities and U.P. Housing & Development Board in the State. Awas
Bandhu, a Govt. Agency for Monitoring the Progress of the various Authorities, is acting as
a nodal agency for implementation of this project.
With the advent of Information Technology, it has become imperative for one to ensure
frequent improvement, upgradation and use of advanced technology keeping pace with
the rapid changes taking place around us.
In this backdrop, Meerut Development Authority, intends to automate the delivery of
services, thereby reducing costs and at the same time making it more accessible and
transparent to citizens. The web enabled software package is aimed to provide a seamless
interface between Meerut Development Authority and citizens, thereby reducing human
interface in recording, processing, storage, retrieval and management of information for
the Housing Operations of Meerut Development Authoritiy.
AWAS BANDHU is in process of selecting IT Consultant for Meerut Development
Authority, who will in turn Study in details the various processes at Meerut Development
Authority, which are to be IT enabled to meet out the requirement for catering the G2C
intensive Web Site.
Page No. 4
IV. INSTRUCTIONS TO BIDDERS
1. Invitation For Bids
This “Invitation For Bids” is for Design, Development, implementation and Maintenance of
interactive & integrated Web-Portal for Meerut Development Authority to be used by the
internal users of Meerut Development Authority for capturing the data during processing
and to provide the relevant G2C interface for Public/ Allottees.
2. Due Diligence
The Bidder is expected to and shall be deemed to have examined all instructions, forms,
terms and specifications in this Bid Document. The Bid should be precise, complete and in
the prescribed format as per the requirement of the Bid Document. Failure to furnish all
information required by the Bid Document or submission of false information or
submission of a bid not responsive to the Bid Document in every respect shall result in
rejection of the bid.
AWAS BANDHU shall at its sole discretion be entitled to determine the adequacy /
sufficiency of the information provided by the Bidder.
3. Clarification of Bidding Document
AWAS BANDHU shall make best efforts to respond to any request for clarification of the Bid
Document. Interested bidders are welcome to contact AWAS BANDHU for clarifications/
doubts by email at [email protected] , [email protected].
A meeting for clarifications shall be held at AWAS BANDHU on 5th
January, 2012 at 11.00
A.M., if any bidder requires any clarifications. It is optional for the bidder(s) to attend this
meeting.
The designated contact person for clarifications, if any:
Mr. Anil Tiwari,
Assistant Director,
Awas Bandhu GoUP,
1st
Floor, Janpath Market
Hazaratganj, Lucknow
Phone: 0522-2627021
In response to a clarification requested by a prospective Bidder, AWAS BANDHU may
modify the Bid Document by amending, modifying and or supplementing the same. After
Page No. 5
incorporating the revisions, if any, the revised bid documents shall be uploaded on the
website by 9th
January, 2012.
4. Amendment of Bid Document
At any time before the deadline for submission of bids, AWAS BANDHU may, for any reason,
at its own initiative, modify the Bid Document by amending, modifying and or
supplementing the same. All changes shall be posted on website http://awas.up.nic.in and
prospective Bidders are required to go through the same before submission of bid. All such
amendments shall be binding on them without any further act or deed on AWAS BANDHU’s
part. In the event of any amendment, AWAS BANDHU reserves the right to extend the
deadline for the submission of the bids, in order to allow prospective Bidders reasonable
time in which to take the amendment into account while preparing their bids.
5. Earnest Money Deposit
A. An Earnest money of Rs. 25,000/- (Rupees Twenty Five Thousand only) in the form
of bank draft drawn in favour of AWAS BANDHU, payable at Lucknow shall be
enclosed with the Bid (Envelope-1). Applications without demand draft shall not be
entertained. The EMD shall be non-interest bearing.
B. Earnest Money of successful bidder shall remain with AWAS BANDHU till the
successful completion of the assignment, which shall be refunded on successful
completion of the assignment.
C. Earnest Money of the unsuccessful bidders will be refunded after the completion of
bidding process, except for the selected bidder.
D. Earnest Money shall be forfeited in case of non-performance.
6. Other Terms
A. In the event of any additional information required by AWAS BANDHU other than
that specified in the Bid Document, the Bidder shall duly submit such information in
the prescribed time to AWAS BANDHU.
B. AWAS BANDHU may verify the operation and performance of assignments
completed by the Bidder. AWAS BANDHU will evaluate the information submitted by
the Bidder with regard to Bidder’s capacity to successfully undertake and complete
the assignment.
Page No. 6
C. Modification or Withdrawal of offers is not permissible after its submission.
D. To assist in the scrutiny, evaluation and comparison of offers, AWAS BANDHU may,
at its discretion, ask some or all Bidders for clarification of their offer.
E. The Bidder should abide by the terms and conditions specified in the Bid document.
If Bidders submit conditional offers, they shall be liable for outright rejection.
F. Preliminary Scrutiny
AWAS BANDHU will scrutinize the Technical offers to determine whether they are
complete, whether any errors have been made in the offer, whether required
technical documentation has been furnished, whether the documents have been
properly signed, and whether items are quoted as per the schedule. AWAS BANDHU
may, at its discretion, waive any procedural incompleteness etc. in an offer. This
shall be binding on all Bidders and AWAS BANDHU reserves the right for such
waivers.
G. Award Criteria
Technical Bid will be evaluated to check whether all required information and
documents as specified in the Bid Document are submitted and to ascertain whether
the Bidder meets all Qualifying Criteria. The Bidders whose Technical Bids are found
to be in accordance with the specifications mentioned in the Bid document would be
short-listed, who shall be intimated by E-mail/Telephone, and will be called for a
Technical Presentation.
Evaluation of the bids shall be done by AWAS BANDHU based on the prescribed
Evaluation Criteria as mentioned in the Bid Document. Based on the results of the
evaluation, AWAS BANDHU shall short-list the bidders who score a minimum of 60%
marks.
AWAS BANDHU shall then, by e-mail/telephone, intimate the thus short-listed
bidders for Opening of Financial Bids.
The Bid variable for Financial Bid is minimum fee charged for conducting the above
assignment. The lowest bid for the assignment shall be the basis of selection of
Bidder.
H. The Bid document may be obtained from the office of the Awas Bandhu, 1st Floor,
Janpath Market, Hazratganj, Lucknow on payment of Rs. 5,000/- (Rupees Five
Thousand only) through account payee Demand Draft in favour of Awas Bandhu
payable at Lucknow. The Bid document may also be downloaded from the website
http://awas.up.nic.in and submitted along with the Demand Draft as mentioned
above.
Page No. 7
V. ELIGIBILITY CRITERIA OF BIDDERS
A. The Bidder should be a registered Company or Firm in the business of Information
Technology for last 5 Years.
(The certificate of registration ROC or Registrar of Firms should be attached )
B. The Bidder should be registered with Income Tax and Service Tax Department
(Copy of PAN and Service Tax registration should be attached )
C. The Bidder should have quality certification in Application Software Development and
Maintenance like ISO 9001/ CMM. The Certification should be continued for at least
last three consecutive years.
(Copy of Certificate with proof for continuity should be attached )
D. The Bidder should have a Net Positive cash Accrual in each of last Three Financial
Years.
(Copy of CA Certificate should be attached )
E. The Bidder should have a minimum Average Networth of INR 25.0 Lacs in last Three
Financial Years.
(Copy of CA Certificate should be attached )
F. The Bidder should have a minimum turnover of INR 50.0 Lacs in Software
Development in each of last Three Financial Years.
(Copy of Balance sheet clearly depicting the Software Business or CA certificate
should be attached )
G. The Bidder should have executed minimum 5 jobs of web application development,
valued more than 5.0 Lacs each in last Five years, preferably Government/Semi-
Government organizations.
(List of Customers with order copy, contact person and URL ( if on global IP ) and
Satisfactory Service Certificates of customers should be provided for contact &
verification)
H. The Bidder should have at least 10 Software Professionals on roll.
(List of Professionals with their qualification, experience should be attached)
Page No. 8
VI. EVALUATION METHODOLOGY
The Bidding process shall be a two-stage process. Prior to the detailed evaluation of the
Technical Bids, AWAS BANDHU shall determine whether each bid is:
(a) Complete
(b) Is accompanied by the required information, documents and EMD, and
(c) Is substantially responsive to the requirements set forth in the Bid document.
A substantially responsive Bid is one, which conforms to the requirements, terms,
conditions and specifications of the Bid without any deviation. AWAS BANDHU’s evaluation
in this regard shall be final and binding on all Bidders.
The qualified bidders would be required to make a Technical Presentation to AWAS
BANDHU. The technical presentation will broadly cover the following parameters: -
A. Software Development Works already executed.
(In this section, Bidder has to present a brief of various web based applications
developed, preferably for Government/Semi-Government Organisations, alongwith
the technology used and the current implementation status )
B. Capability to execute the Project in terms of Technology and resources available
(In this part of the presentation Bidder has to present the Manpower and other
resources available within the organization showing the capabilities to implement
solutions in various current prevailing technologies )
C. Domain Understanding and Proposed Solution design
(This part of presentation should clearly exhibit the understanding of requirement
and how with the proposed system bidder is planning to provide solution )
D. Understanding of Web Application Security
(The bidder has to present the precautions to be taken during design and
development of the web application system following the guidelines of CERT-in for
web application security )
E. Proposed integration of SMS solution with the web application
(Since the Solution requirement involves the SMS based information sharing, Bidder
has to present, how the SMS integration shall be taken care in proposed Solution )
Page No. 9
F. Methodology to be used for Development, Implementation, Training and Support
(Keeping in mind the current IT awareness of AWAS BANDHU, Bidder has to present
a complete enablement plan to handle the proposed Solution implementation and
operations )
Evaluation Criterion
The Technical Bids shall be evaluated based on the following criterion
Parameters Criterion Points Max Points
Certification
Minimum ISO 9001 or CMM 3
Additional 2 marks for CMM 4 and 5 marks for
CMM5
15 20
Project Experience
Five Running web applications valued minimum 5
Lacs each.
Additional 5 Points if minimum 2 Jobs are valued
more than 10 Lacs
Additional 10 Points if minimum 2 jobs are valued
more than 50 Lacs
20 30
Solution Feasibility
Understanding of the Domain, Feasibility of
proposed solution, methodology of training, etc
Qualitative in
nature
50
100
Page No. 10
VII. SCOPE OF WORK
Brief About the Functioning of Meerut Development Authority
With the prime objective of Planned Development of the City, the Authority is performing
the following functions :
Land Acquisition : To maintain a Land Bank for execution of various schemes within the
City Master Plan, Development Authority keeps on acquiring Land for development
purposes. The Land Acquisition process has a defined set of procedures to be performed
before taking the possession of the Land.
Planning : Over the acquired Land, Development Authority prepares various plans such as
Zonal Plan, Scheme Plan, Sectoral Plan and Property layout Plan. Through Planning itself,
various Schemes/ Sub-Schemes, Sectors, Property Types/Sub-Types and individual
Property is created. The Property can be Land, Houses, Flats in Apartment, Shops, Office
Space, etc. Planning Department also tags the Land Use of individual Dwelling Unit, which
may be Institutional, Commercial, Residential or utility services.
Construction : To execute the plan prepared by the Planning section and construct the
unit is the responsibility of this activity. The Development Authority has a team of
qualified and experienced engineers to handle this activity. The construction may be done
in-house ( DCU work ) or out sourced to contractors. The division first prepares an
estimate based on the prescribed Schedules ( PWD or others ) and gets the sanctions
before start the execution of the work. Effective Project monitoring is one of the key
areas to control the deviations both time and financial. The allocation of work is generally
done by tender processing amongst the contractors registered under various categories.
Property Disposal : Through Property Disposal activity, the Authority disposes the
property which has been developed or planned to be developed. The Property Disposal
can be done using First Come First Serve, Lottery, Bulk Sale, Auction or Tender. A
notification is published to start the Property Disposal Activity. This notification may be
for demand Survey, based on which various types of properties in a Scheme is planned or
for disposal of property already in hand or planned to be developed.
Once the Property is allotted to any applicant the monitoring of dues and deposits is one
of the prime responsibility in this activity. All the deposits are handled through Banks with
pre-defined Challan formats. For all individual allottee, a separate chart of account is
maintained with all type of dues, deposits, penal on late deposits, etc. Based on this chart
of account, the final costing of individual property is being done.
The process also provides facilities for transfer of property, mutation, registry and
possession for all individual properties.
Page No. 11
Building Map Approval : For monitored development of the City, Development Authority
also has a regulatory power for approving the Building Maps for properties within the
Scheme/City Limit areas. It may be a commercial Plot, Residential Plot or a Group housing.
There a set of defined Laws/ Rules governing the erection of structure over any type of
plots. The owner has to submit a Building Map plan and get the approval. Any deviation
from the rules or constructing a unit without the Approved map is considered as illegal,
which may be compounded or demolished. Development Authority, as a Prescribed
Authority, has power to issue notices or execute the demolition/ compounding orders.
Enforcement : Development Authority has all the powers to take action against any
illegal construction or encroachment within the Master Plan Limits.
Establishment : This section maintains all the records related to the employees of the
Development Authority. The employees may be of Meerut Development Authority/
Centralised Development Authority services/Financial Services/PCS/ IAS posted in Meerut
Development Authority or employees on deputation from any other Government
organization. The records are maintained right from the joining of the employee in
Meerut DevelopmenT Authority till the attrition of the employee. It may be transfers/
posting, promotions, leaves, awards & punishment, loan & advances, etc.
This section shall also maintain the policies and service rules applicable for various
categories of the Employees including the pay policies.
Finance : Finance section handles the budget, Audit and accounting for the organization.
This shall have interfaces to all the other functions as far as the budget and the financial
transactions are concerned.
Stores : The stores at Meerut Development Authority shall be of two types : one is
Engineering Stores and other is General store. The functions includes the procurement,
stocking, issue and return of materials. The responsibility also includes the maintenance
of the Asset details.
Legal : Legal cell of the Authority manages the proceedings for disposing of the legal
cases under execution in any of the courts. It may be the case where the Meerut
Development Authority is defendant or plaintiff.
Brief About the Required Application
1. Objective of proposed web application is to provide the G2C services to the Public.
Major G2C Services are listed below :
a. The Sazara/Khasra details under proposed Land Acquistion/Acquired should be
available on web.
b. All Schemes/ Sectors alongwith the raster images of layout should be on web.
Page No. 12
c. All Tenders issued with a provision of Purchasing and Downloading the Tenders
On-line. Tender results should be made available on web.
d. All notifications for Property Disposal, for whom the Applications are invited
should be available on web.
e. On-line facility to File the Application for Property Allotment using the DA’s
website.
f. Facility to Deposit the Challan online using Bank Transfer, NEFT/ RTGS ( The
Challan may be of any type : Property / Map Approval / Engineering or any other
type )
g. Information about Eligible Applicant and Result of All Lotteries should be
displayed on web
h. Up-to-date Dues and Deposit status of all allottee should be available on web
i. Status of the Map Approval Applications should be available on Web
j. On-line Public Grievance Redressal System.
k. To meet out RTI norms current Salary of all Employees should be on web.
l. SMS services should be integrated for sending SMS confirming all deposits,
allotment, payment, reminders etc.
m. All Layouts, including Group Housing & Private Developers, approved by the
Authority in the Current Financial Year, since April 2011 onwards, should be
available on web
2. To Meet out the requirement as depicted above, all the processes for the back end
operations should be made functional to capture data.
Work to be executed
The work to be executed shall “inter alia” include but not limited to the following :
• Study the System In Detail
• Develop a Web Based Application
• Study the existing infrastructure available with Meerut Development Authority and
suggest for additional requirement.
• Implement the Application and provide training to concerned officers/ staff.
• Provide Maintenance Support for a period of one year.
• Provide User Manual Online on web and a Hard Copy.
• Provide guidance and support for Data Entry using the software to be implemented.
Technology Objectives
While designing the web application, some of the objectives should be kept in mind as far
as the Technology is concerned.
• The Application should be designed using web based n-tier technology.
Page No. 13
• The G2C part of the Application has to be operational 24x7, while the internal
process flow shall be operational during office hours. A cost-effective
implementation scenario has to be designed for implementation of the complete
project.
• The Application shall have to be integrated with SMS delivery gateway.
• The Application should be integrated with a mail delivery system
• The Application should be using Unicode for English/ Hindi languages options.
• On-line context sensitive help should be available.
Target Stakeholders
The Stake holders of the said application system shall be internal within the Government
Setup as :
• Government
• Employees of Meerut Development Authority
• Contractors
• Banks
• Public
Deliverables
Bidder has to handover the Source Code, Patches & Releases (If any ), Application
Software, All content used in the Designing & Development of the Web Application, along
with Technical Documents, User Manual, Installation Guide, and any other document, if
required, for creation of development environment and hosting, launching of the
application to Meerut Development Authority for the purpose of copyright.
The Bidder would also require signing a licensing contract of not disclosing/distributing the
code to anyone as a copy to avoid future vulnerabilities.
Time-Lines
The proposed software development and implementation has to be carried out as per the
schedule mentioned below :
Sr.No. Activity Target Completion
(Incremental Days)
1. System study of existing procedures and SRS
report submission including IT Infrastructure
requirement
30 days
2. Implementation of basic portal with static
information and facility to submit On-line
application and deposits against properties. This
60 days
Page No. 14
shall also cover information about Land
Acquisition and Planning Details.
3. Implementation of other property and related
accounts functions including lottery results,
mutation, registry, Scheme-wise accounting,
refund, etc.
75 days
4. Implementation of Map Approval process
including On-line deposits against Map Approval
dues
90 days
5. Implementation of Payroll and Public Grievance
Redressal system including RTI as per Citizen
Charter
120 days
6 Implementation of Construction monitoring
functions from the work sanction till completion
& release of Property for disposal.
135 days
7. Integration of SMS and Mail services for all
public interfaces including confirmation of
deposits, reminder of dues, confirmation of
approved building plan, etc.
150 days
The number of days mentioned above are target days for achieving the milestone since the
date of Confirmed Order/Agreement.
Page No. 15
VIII. TERMS AND CONDITIONS
1. Time Frame
The entire assignment shall be in 2 parts:
A. The assignment of revamping, designing & development of Web Application to
be completed within 6 months from the date of Letter of Award.
2. Payment Terms
Towards Design, Development and Implementation of the Web Application
• 20% after SRS approval
• Balance on Module-wise implementation
3. Validity
Proposals for technical & financial should remain valid for 3 months from the date of
opening of bids. A bid valid for shorter period shall be rejected as non-responsive.
4. Undertaking
An undertaking from the Bidder stating the compliance with all the conditions of the
Bid and Technical Specifications of the Bidding Document will be required since no
deviation will be acceptable to AWAS BANDHU. Further, the bidder shall have to
provide an undertaking that Key personnel will remain on the assignment till its
completion.
5. Termination of Contract
Meerut Development Authority may terminate the Contract in whole without assigning
any reason if:-
• The qualified Bidder fails to perform any other obligation(s) under the Contract.
• If the Bidder is in material breach of the representations and warranties
contained in this Contract.
The termination of contract shall be made by prior written notice of default sent to the
Bidder. The bidder is not authorized to terminate the agreement before its maturity.
Page No. 16
6. Force Majeure
If the performance as specified in the Letter of Award is prevented, restricted, delayed
or interfered by any unforeseen reasons or eventualities beyond control of the party
affected, then the party affected shall be excused from its performance and provided
the party so affected uses its best efforts to remove such cause of non-performance and
when removed, the party shall continue performance.
7. Performance Guarantee
The selected Bidder will be required to provide a Performance Guarantee of 10% of the
order Value in the form of bank guarantee from a scheduled commercial bank as per the
format. The performance guarantee shall remain valid till at least three months period
beyond the expiry of the contract period along with an invocation period of further 3
months.
8. Penalty
If the bidder fails to carry out the assignment within stipulated time, Meerut
Development Authority will impose a penalty of 2% of the order value of the assignment
for each week delay on the part of the bidder. In case the delay exceeds five weeks,
Meerut Development Authority reserves the right to cancel the order, invoke the
performance guarantee and forfeit the earnest money.
Page No. 17
IX. BIDDING PROCESS
1. Submission of Technical & Financial Bid
The contents of documents to be enclosed with the Technical Bid are defined in
‘Checklist of Documents’ in Section-X. The Technical Bid shall be placed in lacquer sealed
envelope clearly marking "Technical Bid for Design, Development, Implementation and
Maintenance of Web Application”.
2. Submission of Financial Bid
A. The Financial Bid shall be placed in separate sealed envelope clearly marking it as
"Financial Bid for Design, Development, Implementation and Maintenance of
Web Application ".
B. The Financial Quote shall be made by the bidder in the bid format enclosed in
this bid document.
C. The bidder shall include payment of all dues such as taxes & other statutory
dues, not specifically mentioned in the specification but essential for successful
completion of work.
D. The bidder shall not be eligible for any extra charges in respect of such
payments, which although not mentioned in the bid document, are incurred any
time during the assignment. Extra charges, if any, shall be paid by the bidder
only.
3. Authentication of Bid
The original and all pages of the Bid Document shall be signed by a person or persons
duly authorized. The person or persons signing the Bid Document shall initial all pages
of the Bid Document.
4. Validation of Interlineation in Bid Document
Any interlineations, erasures, alterations, additions or overwriting shall be valid only if
the person or persons signing the bid have authenticated the same with
signature/initial.
5. Address for Submission of Bids
Last date for submission of Technical & Financial Bids is 12th
January, 2012 upto
3:00 PM.
Page No. 18
Bids complete in all respect shall be delivered to –
Executive Director,
Awas Bandhu, U.P.
1st
Floor, Janpath Market, Hazratganj
Lucknow-226001 (U.P.)
6. Rejection of Bids
The Bid Document shall be submitted in the form of printed document. Technical OR
Financial Bids submitted by Telex, Fax or Email would not be entertained. Any condition
put forth by the bidder not conforming to the bid requirements shall not be entertained
at all and such bid shall be liable for rejection.
7. Late Bids
Any bid received by AWAS BANDHU after the deadline will be summarily rejected.
AWAS BANDHU shall not be responsible for any postal delay or non-receipt / non-
delivery of the documents. No further correspondence on this subject will be
entertained.
8. Opening of Technical Bids
AWAS BANDHU will open all Technical Bids on 12th
January, 2012 at 4:00 P.M at its
office in the presence of authorized representatives of bidders.
9. Technical Presentation
The Bidders whose Technical Offers are found to be in accordance with the
specifications mentioned in the Bid document would be short-listed and intimated by
E-mail/Telephone, and will be called for a Technical Presentation on Date & Time to be
intimated later.
10. Opening of Financial Bids
Financial Bids would be opened only of the Technically qualified bidders, who shall be
intimated about Date & Time of Opening of Financial Bids, by E-mail/Telephone.. The
Financial Bids would be opened in the presence of authorized representatives of
Technically qualified bidders.
Page No. 19
11. Final Selection of Bidder
The bid variable for Financial Bid is minimum fee charged for the assignment. The bidder
shall give Financial Bid (including taxes as applicable and service tax) net of taxes. The
lowest bid for the above assignment shall be the basis of selection of bidder. Financial
costs including administrative expenses, overheads including travelling, lodging and
fooding, and service charges that the bidder expects for rendering the services should
be a part of the fee. In the event that the lowest bidder withdraws or is not selected for
any reason in the first instance (First round of bidding), AWAS BANDHU may invite all
the remaining bidders to match the financial quote of the aforesaid lowest bidder
(Second round of bidding). If in the second round of bidding, only one bidder matches
the lowest bid, it shall be selected as successful bidder.
If two or more bidder match the said lowest bidder (in the second round of bidding),
then the bidder whose bid was lower as compared to other bidders in the first bidding
shall be selected as successful bidder. AWAS BANDHU shall be under no obligation to
accept the lowest or any other offer received in response to this Bid notice and shall be
entitled to reject any or all offers including those received late or incomplete offers
without assigning any reason whatsoever.
AWAS BANDHU may choose to conduct negotiation or discussion with any or all the
Bidders. The decision of AWAS BANDHU in the evaluation of the Technical and Financial
Bids shall be final and binding on all the parties. AWAS BANDHU reserves the right to
make any changes in the terms and conditions of the Bid. AWAS BANDHU will not be
obliged to meet and have discussions with any of the Bidders and or to listen to any
representations.
12. Award of Contract
AWAS BANDHU has the right to accept any Bid or to reject any Bid or all Bids. AWAS
BANDHU reserves the right to cancel / annul the bidding process and reject all Bids at
any time before the award of the Contract. Only the selection of Bidders will be done by
Awas Bandhu, rest of the activities i.e. Agreement and execution of the work alongwith
the Payments shall be done by Meerut Development Authority.
13. Notification of Award
The Bidder whose Bid has been accepted shall be notified of the award by AWAS
BANDHU. The Bidder shall acknowledge in writing, the receipt of the Letter of Award
and shall send his acceptance to enter into the Contract within 7 days from the receipt
of the Letter of Award.
Page No. 20
14. Signing of Agreement
The Agreement shall be executed between the Selected Bidder and Meerut
Development Authority. The Bidder and Meerut Development Authority shall promptly
and in no event later than 15 days from the date of letter of acceptance of the bidder,
sign the Contract. Meerut Development Authority shall have the right and authority to
negotiate certain terms with the successful Bidder before signing of the Contract. The
signing of the Contract shall amount to award of the Contract and the Bidder shall
initiate the execution of the work as specified in the Contract.
15. Expenses for the Contract
All incidental expenses of the execution of the Contract/Agreement shall be borne solely
by the successful Bidder and such amount shall not be refunded to the successful Bidder
by Meerut Development Authority.
16. Failure to Abide by the Contract
The conditions stipulated in the Contract shall be strictly adhered to and violation of any
of these conditions shall entail immediate termination of the Contract without prejudice
to the rights of Meerut Development Authority with such penalties as specified in the
Bid Document and the Contract.
Page No. 21
X. X. CHECKLIST OF DOCUMENTS
Particulars As per format Enclosed
(Yes/No)
Technical Bid
1 Covering Letter on the Letter Head Annexure I
2 Checklist of Document
3 Earnest Money Draft
4 General Information of Bidder T/1
5 Details of Company T/2
6 Financial Details of Company T/3
7 Applications Developed by Bidder T/4
8 Details of Professionals T/5
9 Undertaking T/6
10 Certificate of Registration of Company/Firm To be enclosed
with T/2
11 PAN & Service Tax Registration Copies To be enclosed
with T/1
12 Copy of Quality Certifications To be enclosed
with T/1
13 Balance Sheet/ CA Certificate To be enclosed
with T/3
14 Copies of Work Orders To be enclosed
with T/4
15 CV of Professionals To be enclosed
with T/5
16 Any Other Document ( Specify )
Financial Bid
1 Format of Financial Bid F/1
Page No. 22
Annexure I
COVERING LETTER ( To be submitted on Letterhead of Bidder )
To,
Executive Director,
Awas Bandhu, U.P.
1st
Floor, Janpath Market, Hazratganj,
Lucknow-226001
Subject : Technical Bid for Design, Development, Implementation and Maintenance of
Web Application
Dear Sir,
We have examined the Bid Document including all annexures. We hereby offer to
undertake the captioned assignment, in conformity with the said Bid Document. We hereby
submit our Technical Bid along with a checklist of documents and the draft of Rs.25,000/-
(Rupees Twenty Five Thousand Only) (bearing no……dated……) towards Earnest Money.
If our Bid is accepted, we undertake to complete the project within the scheduled time
lines. We confirm that our offer for Bid shall remain valid for 3 months from the date of
opening of bids.
We agree that Awas Bandhu is not bound to accept the lowest or any Bid received in the
bidding process.
We hereby confirm that we have not been barred/black-listed by any regulatory / statutory
authority.
Date:
(Signature of the Authorized Signatory)
Place:
(Name & designation of the Authorized Signatory)
Enclosures as above
Name and seal of the company
Page No. 23
Annexure : T/1
GENERAL INFORMATION OF BIDDER ( To be submitted on Letterhead of Bidder )
1 Name of Bidder
2 Address of Registered Office
3 Phone Numbers with STD
4 Fax Number
E-mail address
Website URL
5 Address of Communication during
Project Execution
6 Name of Contact Person(s) with
Contact Number(s)
7 Service Tax Registration Number
8 Income Tax PAN
9 Quality Certification
(Signature of the Authorized Signatory)
Date:
(Name & designation of the Authorized Signatory)
Place:
Name and seal of the company
Page No. 24
Annexure : T/2
DETAILS OF COMPANY ( To be submitted on Letterhead of Bidder )
Description Details (Please attach additional
documents where relevant)
1. General Company Profile
a) Name of Company/ Firm
b) Constitution Company/ PSU/ Partnership Firm
c) Year of Establishment
d) Number of Experience Years in Software
Development
e) Core Business
f) Other Businesses
g) Total Number of Offices in India
2. Staff Competency
h) Number of Core Technical Staff
i) Number of Software Professionals in
JAVA Technology
j) Number of Software Professionals in
DOT NET Technology
3. Company’s Authorisation
k) Company/ Firm Empanelment with U.P.
Govt. nodal agencies
(Signature of the Authorized Signatory)
Date:
(Name & designation of the Authorized Signatory)
Place:
Name and seal of the company
Page No. 25
Annexure : T/3
FINANCIAL DETAILS OF COMPANY ( To be submitted on Letterhead of Bidder )
Financial Year Turn Over
( In Lacs )
Net Cash Accruals
(in Lacs)
Net Worth
(in Lacs)
2008-2009
2009-2010
2010-2011
Average Yearly Turnover : Lacs
Average Networth : Lacs
( Attach Audited Balance sheet/ CA Certificate )
(Signature of the Authorized Signatory)
Date:
(Name & designation of the Authorized Signatory)
Place:
Name and seal of the company
Page No. 26
Annexure : T/4
DETAILS OF WEB APPLICATION DEVELOPED BY THE BIDDER ( To be submitted on Letterhead of Bidder )
• Details of only those assignments of the order value of at least Rs. 5 lakhs be provided
• Details of only those assignments executed within last 5 years and are still Live
Name of Client with Address
Contact Details of Key Person(s) of Client
Organisation
Description of Assignment
Order Number and Date
Value of Assignment
Technology Used
Operative URL ( if on Global IP )
Year of Completion
Is the Application still maintained by your
oganisation
Number of Geo-Location from which
Application is Used
(Attach Separate sheet for each Project Experience )
(Signature of the Authorized Signatory)
Date:
(Name & designation of the Authorized Signatory)
Place:
Name and seal of the company
Page No. 27
Annexure : T/5
DETAILS OF COMPUTER PROFESSIONALS WITH THE COMPANY ( To be submitted on Letterhead of Bidder )
Details of at Least 5 Professionals to be attached, who are proposed to be deployed in this Project
Name
Designation
Qualification
Total Experience
Length of Service in Current Organisation
Field of Expertise
(Attach Separate sheet for each Manpower )
(Signature of the Authorized Signatory)
Date:
(Name & designation of the Authorized Signatory)
Place:
Name and seal of the company
Page No. 28
Annexure : T/6
UNDERTAKING ( To be submitted on Letterhead of Bidder )
I/We declare that I/We have examined the terms and conditions mentioned in the Bid
document and accordingly agree and accept the same for bid filing and further that the
information/documents furnished herewith are true to the best of my/our knowledge and
belief.
I/We further undertake that Mr./Mrs. ................................., (designation) is the key person,
who shall remain with the assignment till its completion.
______________________________________________________________________________
(Signature of the Authorized Signatory)
Date:
(Name & designation of the Authorized Signatory)
Place:
Name and seal of the company
Page No. 29
Annexure : F/1
FORMAT OF FINANCIAL BID ( To be submitted on Letterhead of Bidder )
To,
Executive Director,
Awas Bandhu, U.P.
1st
Floor, Janpath Market, Hazratganj,
Lucknow-226001 (U.P.)
Subject : Financial Bid for Design, Development, Implementation and Maintenance of Web
Application
Dear Sir,
With reference to the Bid Document of the captioned subject, we submit our Financial Bid
(including taxes as applicable and service tax) as under:-
# Particulars Amount ( INR )
1 Design, Development, Implementation and Training
of Web Application ( give Module-wise breakup )
2 Maintenance and Support for a period of One Year
Sub-Total ( 1 + 2)
Service Tax
Total
We hereby confirm that:
• Our offer for the assignment shall remain valid for 3 months from the date of opening of
bids.
• We shall not charge any type of financial costs including service charges, administrative
expenses, overhead charges viz.travelling, boarding & lodging, out of pocket expenses
etc.
• The above offer price is inclusive of all not specifically mentioned in the specifications,
but essential for successful running of the web application
Yours faithfully,
Date :
Place :
(Signature of the Authorized Signatory)
(Name & designation of the Authorized Signatory)
Name and seal of the company.