Office of the Chief Electoral Officer Madhya Pradesh. Proposal Form

Similar documents
TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (A&E) - I MADHYA PRADESH, GWALIOR. Notice Inviting Quotation

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

Indian Institute of Information Technology Pune

RECEIPT. Issued to. Against receipt No. dated. No. dated

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Rs Processing Fees (non-refundable) to be paid online through the e-procurement portal. 10/12/2015, 4:00 PM

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

PEC University of Technology, Chandigarh

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

CHEMELIL SUGAR COMPANY LIMITED

SUPREME COURT OF INDIA Tilak Marg, New Delhi ADMN. MATERIALS (P&S)

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

MECON LIMITED A Government of India Enterprise

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (A&E)- I MADHYA PRADESH, GWALIOR

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

The tender document may be download from the website,www,cdac.in/

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

TENDER. for. Supply, Installation of. UV-VIS-NIR Spectrophotometer with optical cryostat system. Department of Physics, IIT(BHU), Varanasi

BID DOCUMENT BID NO. EC-1/2006

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

THE NATIONAL TREASURY. Republic of South Africa

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

REQUEST FOR PROPOSAL (RFP) FOR

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Standard Bid Document

GOVERNMENT OF PAKISTAN MINISTRY OF RELIGIOUS AFFAIRS AND INTERFAITH HARMONY ******* TENDER NOTICE

TENDER FOR SUPPLY OF HAND BOOK

+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE

NOTICE FOR EMPANELMENT OF SUPPLIERS FOR PURCHASE OF GENERAL STATIONERY ITEMS AT NBSC, LUCKNOW

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

Notice inviting e-bids for Printing and Supply of IEC Material

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

Petroleum Planning & Analysis Cell (PPAC)

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

REQUEST FOR PROPOSAL For Food Plaza for Leasing

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) NOTICE INVITING TENDER FOR SUPPLY OF KHADI DUSTER & FLOOR SWABS

TENDER FORMAT SIGNATURE OF THE TENDERER WITH STAMP

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

SPECIFICATIONS FOR TENDER FOR MINISTRY OF POWER WEB SITE MAINTENANCE AND UPDATION

Section IV. General Conditions of Contract

For Network & Telecom Managed Services

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

TENDER DOCUMENT. Empanelment of Parties for Providing Photography & Videography Services

Website Development Agreement

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

N O T I F I C A T I O N

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S)

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

The last date for submission of the bids is at

Section I: Instruction to Offerors

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

General Manager (IT) LIC Housing Finance Ltd. 45/47, 2nd Floor, Bombay Life Building, V.N. Road, Fort Mumbai

No. 8(47)/II/STPI-HQ/2016 Dated: 05 th May. 2017

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

SHORT TENDER NOTICE FOR DEVELOPMENT AND IMPLEMENTATION DEPOT MAINTENANCE AND MIS SYSTEM

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Biotech Park, Lucknow

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Supply and Installation of A3 Size Scanner

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Transcription:

Office of the Chief Electoral Officer Madhya Pradesh Proposal Form "Selection of State Level Agency for Office of the Chief Electoral Officer, Madhya Pradesh Proposal No.: 08/2015/3/15619 Date- 19th Dec, 2014 Proposal Processing Fee: 1,000/ 1 Last date for Submission of Proposal 15th Jan, 2015 up to 1500 hrs. 2 Opening and scrutiny of Technical proposals of Expression of Interest 16th Jan, 2015 at 1100 hrs. 3. Presentation by technically qualified shortlisted firms 4. Opening and scrutiny of Financial Proposals of Expression of interest of technically qualified shortlisted firms. 19th Jan, 2015 at 1100 hrs. 22nd Jan, 2015 at 1100 hrs. Office of the Chief Electoral Officer, Madhya Pradesh Madhya Pradesh Nirvachan Sadan, Post Box - 1164, 17, Arera Hills, Bhopal Phone-0755-2550488, 2550446, 2551282,2552066 Fax- 0755-2555162 Website- www.ceomadhyapradesh.nic.in, Email- chiefelectoralofficermp@gmail.com 1

INDEX Sr. No. Description Page No. 1 SECTION I: INVITATION FOR PROPOSAL 3 2 SECTION II: INSTRUCTIONS TO SERVICE PROVIDERS 4 SCOPE OF WORK 4 QUALIFICATION CRITERIA 6 PREPARATION AND SUBMISSION OF PROPOSAL 7 OPENING AND EVALUATION OF PROPOSAL 8 AWARD OF WORK 9 3 SECTION III: GENERAL CONDITIONS OF EXPRESSION OF INTEREST 11 4 ANNEXURES ANNEXURE A: Technical Proposal 16 ANNEXURE B: Financial Proposal 19 ANNEXURE-C: Qualification Criteria of Services 20 2

COMPETITIVE PROPOSAL FOR SELECTION OF STATE LEVEL AGENCY (SLA) FOR THE OFFICE OF THE CHIEF ELECTORAL OFFICER (CEO) MADHYA PRADESH SECTION I: INVITATION FOR PROPOSAL Office of the Chief Electoral Officer, Madhya Pradesh invites sealed proposals from Departments/Firms which are Central or State Government or Government undertaking for the appointment as State Level Agency for providing for Electoral Roll and EPIC related activities such as, selection of vendors, supervision of vendor s work such as data entry of claims and objections, Printing of Electoral roll, Preparation of EPIC, Printing of BLO registers, rationalization of Polling Station, Electoral Roll & Integration of Electoral Roll, Voter slip generation and printing, report generation, ERMS upgradation and maintenance, hardware maintenance for the Chief Electoral Officer(CEO), Madhya Pradesh State for the period of five years from the date of award. 2. The Service providers may download the Proposal documents from CEO's website www.ceomadhyapradesh.nic.in and www.tenders.gov.in Processing Fee Rs.1,000 / Last date for Submission of Proposal 15th Jan, 2015 up to 1500 hrs. Opening and scrutiny of Technical proposals of Expression of Interest Presentation by technically qualified shortlisted firms Opening and scrutiny of Financial Proposals of Expression of interest of technically qualified shortlisted firms. Address for communication Validity of Proposal Contact Person 16th Jan, 2015 at 1100 hrs. 19th Jan, 2015 at 1100 hrs. 22nd Jan, 2015 at 1100 hrs. Office of the Chief Electoral Officer, Madhya Pradesh Madhya Pradesh Nirvachan Sadan 17, Arera Hills, Bhopal, Post Box-1164 120 days Mr. S.S. Rawat, Deputy Chief Electoral Officer Madhya Pradesh Phone-0755-2552066 Mobile- 09098797967 3

SECTION II: INSTRUCTIONS TO SERVICE PROVIDERS A. INTRODUCTION 1. Scope of Work: For State Level Agency. (i) Electoral Roll & EPIC Maintain, update and monitor Electoral Roll Management System (ERMS). SLA shall publish tender for vendor selection for the work related to entries of claims and objections, Printing of error free EROLL, error free EPIC preparation and printing, rationalization of polling stations and integration of electoral roll, BLO register, Voter slip generation and printing, and related work as per financial rule of MP Govt. SLA has to evaluation of the IT vendors technically for CEO or DEO/ERO/AERO of Electoral Roll and EPIC Work and do the program management for completion of the task at centre or at district/ero/aero level. Timely selection of vendors with agreement and monitoring of venders for ERoll and EPIC preparation. Vender should be appointed after approval obtained from State Level Committee headed by CEO, MP. Rationalization of Polling Stations, Merging of Supplementary Roll and Integration of Electoral Rolls. Provide Analysis and Report generation as per requirement, control tables updation, search facility, Maintain SMS facility, Daily claims and objection Report with search facility. Prepare CD/DVD for publication through vendors. Software to extract Electoral Roll Database in the desired format as and when instructed by CEO / ECI. All Decision making analysis related to Electoral Roll and EPIC should be prepared as per ECI/CEO directions. All statistical information should be prepared, entered and monitored through various URLs. EPIC and EROLL material testing through authorized firm and submission of report to CEO/DEO. No additional cost shall be paid. (ii) (iii) Maintain and up-gradation of central server. SLA shall maintain and up-grade central server throughout the year. Data security shall be maintained by SLA as per Govt./ECI rules and regulations and under IT Act. Stock register/log Book of each hardware and software components shall be maintained by SLA. SLA shall provide necessary furniture and equipments (Computer, Testing EPIC colour printers, working Printers, UPS, AC, stationery etc.) to their employees. No additional cost will be paid. Website up-gradation and maintenance and implementation of online application. Maintenance of CEO s website as per ECI guidelines with security of data. 4

Uploading Electoral Roll without photo on CEO s Website. Maintain and update search engine and data time to time. Security Audit shall be done by SLA through authorized agencies. No additional cost shall be paid. (iv) Perform IT enabled support activities for the Chief Electoral Officer as and when required. The above list (i) to (iv) is not exhaustive. The SLA will have to undertake and complete each and every task as per the instructions of the Election Commission and/or the Chief Electoral Officer, Madhya Pradesh regarding Electoral Roll, EPIC and Website. RESPONSIBILITIES OF STATE LEVEL AGENCY: As per the Guidelines specified by the Election Commission, the State Level Agency should be an IT organization which is equipped to handle the work with high accuracy with quality and has sufficient number of IT professionals. The State Level Agency should have the capacity to design, develop, support and roll out the tasks of ERMS (Electoral Roll Management System). Agency should have the skills and capability for program management, data management, vendor management, training and planning for logistic support for the activities like preparation of Electors Photo Identity Cards, Photo Electoral Rolls, etc. The State Level Agency should also have handled large databases. SLA will have to implement and supervise the electoral roll revision program at CEO/DEO/ERO level. The State Level Agency with the facility management team at office of CEOMP/districts shall be primarily responsible for providing IT consultancy, technical solutions, timely vendor selection for EPIC and EROLL and roll out support to the office of Chief Electoral Office, District Election Offices and ERO/AERO Offices in implementing and maintaining all election related schemes of EROLL and EPIC and programs announced by ECI/CEO. The State Level Agency shall also be responsible for quality of work and supply of highly qualified and experience manpower. Data security must be maintained by all the technical and non technical staff provided by SLA. Maintain, update and monitor Electoral Roll Management System (ERMS). Maintain Central Server and connectivity with hardware upgradation and Maintenance. Maintain and upgrade CEO s website. SLA is also responsible for vendor selection and agreement with vendors, work in time with, monitoring & testing of material paper, PVC EPIC etc. at all level and reporting. The State Level Agency shall also be responsible to ensure that the standards prescribed by Election Commission of India and CEOMP are strictly adhered with high level of quality parameters in every aspect of the delivery and implementation of all Electoral Roll and EPIC programs. SLA has to remain present at Election Commission of India, New Delhi for attending meetings/demo etc. as per instructions of ECI/CEOMP. No money will be paid additionally. 5

2. Term of SLA State Level Agency will be appointed for 5 years from date of order/agreement. Most probably date of order/agreement will be in the month of June-July, 2015 and Actual work will be started in 1 st August, 2015. 3. Qualification Criteria: a. Service provider should have Government Department/firm, Semi Government or Government under taking either from State or Central Govt. b. The Service provider should have experience in data processing and IT field. Service provider should have expertise in executing similar (Past experience & performance)/expertise in executing similar kind of project (Past experience & performance)/experience of handling IT projects having Consultancy, program management and covering entire SDLC(Software Development life Cycle). The service provider should have submitted experience certificate/competency certification. Work satisfaction certificate should be provided along with the proposal. The necessary documents must be provide (work order, Work completion certificate etc.). c. Strength of permanent and temporary technical and non technical staff should be submitted along with proposal. Specially, permanent technical staff with details name, designation, qualification, mobile, phone, email etc. must be attached. d. Proposed deployment of manpower with requisite experience, educational qualification and certifications must be attached. e. The service provider should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Madhya Pradesh or any of it s PSU in the State of Madhya Pradesh or any other State Government in India or Central Government for the similar kind of project for providing Electoral Roll and management programme. Self Certificate / affidavit mentioning that the service provider is not currently blacklisted by Government of Madhya Pradesh or any of it s PSU in the State of Madhya Pradesh or any other State Government in India or by the Central Government due to engagement in any corrupt & fraudulent practices for the similar kind of project. Self Declaration Should be attached along with proposal. f. Technically qualified shortlisted service provider will show the presentation on capability and quality to handle this project along with all past experiences and documentations. 4. General Criteria Subcontracting will not be allowed for SLA and venders. 5. Amendment of Terms and Conditions a. At any time prior to the deadline for submission of proposal, this office may, for any reason, whether on its own initiative or in response to the clarification requested by a prospective service provider or under the instruction of the CEO modify, change, incorporate or delete certain conditions in the document. b. All prospective service providers who have received the bidding documents will 6

be notified of the amendment in writing, and will be binding on them. c. In order to allow prospective service providers reasonable time to take into consideration the amendments while preparing their proposal, the Tendering authority, at its discretion, may extend the deadline for the submission of proposal. 6. Payment Terms a) The quarterly bill of work done by vendor like Electoral Rolls, EPIC work, BLO register etc. vendor bill submitted to SLA and SLA sent bill to concerned DEO. Payment of actual Electoral Roll/EPIC work will be given by DEO after satisfaction and certification by DEO/ERO/AERO to SLA and SLA make payment to the vendor. Bills will be submitted as per approved rates by State Level Committee chaired by CEO, MP as per order. Payment will be done on the basis of satisfaction of work. b) Payment for SLA s work at State level will be done at CEO office. The payment will be made quarterly basis on submission of bills and certification by CEO/DEO Office. Bills shall be submitted as per approved rates by State Level Committee chaired by CEO, MP. Payment will be done on the basis of satisfaction of work. c) No additional payment shall be paid to SLA for additional working hours/additional equipments for completing said work/task. d) No interest shall be payable for any delay of the bill(s) payment. e) Payment would be done through e-payment and in Indian Rupees. A/c No. details in all respect shall be furnished by service provider. f) All deductable or taxes etc. will be deducted as per provision of respective laws. 7. Agreement a. The successful Service provider has to furnish a agreement as per prescribed format. Cost of Agreement will be bear by the service provider. b. Any loss resulting from the service provider's failure to complete its obligations under the Contract. 8. Contents of Envelopes 1) Proposal contained in three envelopes A, B, C. 2) The envelope shall contain the following documents in absence of which the proposal shall not be considered. 3) Envelope shall be marked as Envelope-A for Technical Proposal for Selection of SLA for the Office of the Chief Electoral Officer, MP. Envelope A contains :- a. Proposal processing fee (non-refundable). b. Details of service provider, to be given in Technical proposal form. c. Original expression of interest document except financial proposal duly filled and signed and sealed on each page by Head of the Govt. firm or authorized government representatives alongwith authority letter. d. Additional supporting documents which fulfill the general and 7

qualification criteria, etc. e. Service provider will submit the CD which contains presentation on capability and quality to handle this project along with all past experiences and documentations. 4) Envelope shall be marked as Envelope-B for Financial Proposal for Selection of SLA for the Office of the Chief Electoral Officer, MP. Submission Financial proposal will be submitted as per prescribed format. Financial proposal should be quoted in Indian Rs inclusive all taxes and levies. Conditional proposal shall not be entertained. 5) Envelope shall be marked as Envelope-C for Proposal for Selection of SLA for the Office of Chief Electoral Officer, Madhya Pradesh. Sealed Envelope-C shall be contained sealed Envelope-A and Envelope-B. 9. Opening of Proposal 1) Proposal received from other than Departments/Firms of Central/State Govt./Semi Govt. Institutions/firms/Central or State Govt. undertaking firms shall be outright rejected. 2) Office of the CEO MP or committee constituted by CEOMP/Govt. of MP will open all proposals (only Technical Proposal at the first instance) in the presence of service providers or his representative who choose to attend, and at the Following address: Office of the Chief Electoral Officer, Madhya Pradesh, 17, Arera Hills, Bhopal. Date of opening and scrutiny of Technical Proposals of Expression of Interest is 16th Jan, 2015 at 1100 hrs. After scrutiny shortlisted firms will be called for presentation. Shortlisted firms will show presentation before the committee on 19th Jan, 2015 at 1100 hrs. 3) Technically qualified service provider will be shortlisted for opening of financial proposal. 4) Financial proposal of only those service providers, who qualify on the basis of evaluation of technical proposal & presentation, will be opened in the presence of qualified service providers on 22nd Jan, 2015 at 1100 hrs. 5) The service provider's representative who is present shall sign an attendance register evidencing their attendance. In the event of the specified date of proposal opening being declared holiday for the tendering Authority, the proposal shall be opened at the appointed time and location on the next working day. 6) The Proposer s names, proposal modifications or withdrawals, financial proposal and the presence or the absence of requisite proposal, security and such other details as CEO, at his discretion, may consider appropriate, will be announced at the time of opening.. 7) Proposal that are not opened and read out at proposal opening shall not be considered for further evaluation, irrespective of the circumstances. Withdrawn proposal will be returned unopened to the Service providers. 10. Clarification of Proposal During evaluation of proposal, CEOMP may, at its discretion, ask the service provider for a clarification of its proposal. The request for a clarification and the response shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted. 8

11. Award Criteria The CEOMP/SLC present will award the contract to the successful service providers whose proposal has been determined as the service provider technically and achieving lowest grand total in financial proposal, provided further that the service provider is determined to be qualified to perform the contract satisfactorily. 12. Area of operation Area of operation will be whole MP State along with the CEO Office, DEO offices and ERO offices. Working Space for operation will be provided by CEOMP. SLA shall be provided necessary furniture and equipment (Computer, Testing EPIC colour printers, working Printers, UPS, AC, stationery etc.) to their employees. If additional equipments shall be required for completing the task within time-limit than No additional cost shall be paid for additional arrangements. 13. CEO's Right to change Manpower & Quantity of equipments CEO reserves the right to change number of manpower and quantity of computer equipments etc. to complete the task within time-limit other than services specified in the schedule of requirement without change in other terms and conditions, at the time of awarding the Contract. No additional/extra charges shall be paid. As and when required more manpower to complete the task, SLA will provided the additional manpower for that time without any extra charges. 14. CEO's Right to Accept / Reject Any or All Proposals CEO reserves the right to accept or reject any proposal, or to annul the proposal selection process and reject all proposal at any time prior to the award of Contracts, without thereby incurring any liability to the affected Service provider or service providers or any obligation to inform the affected proposal or proposals of the grounds for the CEO s action. 15. Extension of Contract a. The contract period is initially for a period of 5 years, which is extendable for a period of upto one year by State Level Committee chaired by the CEOMP based on the performance of the successful service provider. b. After the term of this contract, CEO may consider, granting an extension to the same agency or may terminate the contract & call for fresh proposals. 16. Interpretation of the clauses in the Expression of Interest Document /Contract Document i. In case of any ambiguity in the interpretation of any of the clauses in Document or the Contract Document, CEO s interpretation of the clauses shall be final and binding on all parties. ii. The decision taken by the Committee/CEOMP in the process of expression of interest evaluation will be full and final. 9

17. Copy Rights All applications / Software developed by the SLA for CEO and all other deliverables will be the copy right property of the Office of the Chief Electoral Officer, Madhya Pradesh State and the SLA will have to submit in all respect the same to CEO periodically or as and when required by the CEOMP. 10

SECTION III: GENERAL CONDITIONS OF EXPRESSION OF INTEREST 1. Definitions In this Expression of Interest, the following terms shall be interpreted as indicated: a. The Contract means the agreement entered into between CEO and the Service Provider, as recorded in the Contract Form Signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein; b. "Service provider" means any agency that is participating in the expression of interest process or means who is a successful service provides and to whom the contract has been awarded. c. CEO/CEOMP means Chief Electoral Officer, Madhya Pradesh. d. The Contract Price means the price payable to the Service Provider under the Contract for the full and proper performance of its contractual obligations; e. Day means a working day. 2. Application These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract. 3. Use of Contract Documents and Information a. The Service Provider shall not, without the CEO s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of CEO in connection therewith, to any person other than a person employed by the Service Provider in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. b. Any document, other than the Contract itself, shall remain the property of CEO and shall be returned (in all copies) to CEO on completion of the Service Provider s performance under the Contract if so required by CEO. 11

4. Patent Rights The Service Provider shall indemnify CEO against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof in India. 5. Security Deposit Successful service provider will give security deposit Rs. 1,00,000/- in favor of Chief Electoral Officer, Madhya Pradesh in the form of FDR issued by Nationalised Bank, which will be refundable after successful completion of contract. Any issues regarding security deposit will be decided by CEOMP after receiving due representation. 6. Penalty Clause a. If the Service Provider is not executing the contract to the satisfaction of CEO then CEO may invoke any or all of the following clauses :- i. Recover the cost from bills. ii. Impose a proportionate penalty of the delivered price of the Goods or unperformed services. iii. Terminate the contract without giving any notice. iv. Forfeited the security deposit. b. Delays in deliverables: If the service provider is not complete the work in the given time limit then the penalty@ 1% of total value of work /part of work per week will be levied up to the maximum of 10 weeks. c. Vendor work/monitoring to be done by SLA as per prescribed time schedule by ECI/CEO/DEO/ERO. Any delay shall be penalized as 6(a) and 6(b). d. If vendor not perform the task within time-limit, CEO/DEO reserves the right to complete the work within time limit through some other agencies/firms/local vendors and the additional cost (if any), and liquidated damages shall be bear by SLA and should be deducted by SLA s bills. 7. Termination for Default or Otherwise a. After the term of this contract, CEO may consider, granting an extension to the same agency or may terminate the contract & call for fresh proposals. b. In case of termination of contract the agency will be responsible for transferring all the information to CEOMP and other agencies authorized/indicated by CEOMP. c. The Chief Electoral Officer, Madhya Pradesh will have the right to terminate the contract/agreement at any point of time if the performance of the successful service provider is not satisfactory by giving one week notice. d. CEO may, without prejudice to any other remedy for breach of contract, by one week advance notice of default sent to the service provider, terminate the Contract in whole or part: - if the service provider fails to deliver any or all of the services within the 12

period(s), or within any extension thereof granted by CEO; or - if the service provider fails to perform any other obligation(s) under the Contract. - If the service provider, in the judgment of CEO has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this Clause: In case the service provider fails to complete the work or any part thereof with in the contract period or in case the work is not found in accordance with the prescribed specification and/or approved sample or if the progress of any particular portion of work is found not up to the satisfaction, or the contractor fails to supply the deliverables etc. within the time limit prescribed time to time as per ECI guidelines and CEOMP, the liquidated damages may be charged on the accepted work as per the following: 1) If the delivery of complete Photo electoral rolls, EPIC of all assembly constituencies is delayed from the days as per prescribed time limit by ECI/CEOMP, shall have the power to terminate the contract in respect of the balance supply of Photo electoral rolls. In that event CEOMP/DEO(s) will also have the power to get the above mentioned work completed through some other agency/source and the additional cost, if any, shall be recovered from the service provider. 2) To get the work completed through any other agency, at the risk and cost of the service provider in respect of the incomplete portion of work. 3) The service provider shall be liable to make good any loss, which CEOMP may sustain by reason of higher price, and/or any other administrative expenses incurred on the incomplete portion of work. 4) Testing of EPIC material and paper (of every purchased lot), the applicable fee for testing will be deposited by the service provider. If the quality of paper & EPIC material is not as per the specifications mentioned in the tender/eci guidelines, then the District authorities have the right to examine them by the competent government agency. If the report gives negative opinion or the quality is not as per the standard norms then the SLA will become ineligible for the payment of that work. If two such faults are found then his/her contract is liable for termination. Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. Fraudulent practice: a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Service providers (prior to or after bid submission) designed to establish bid prices at artificial non competitive levels and to deprive the Borrower of the benefits of free and open competition; If the Service Provider fails to conform to the quality requirement laid down/third party inspection/consultants opinion. e. The service provider shall keep accurate and systematic accounts and records in respect of the Services hereunder, in accordance with internationally accepted accounting principles and in such form and detail as will clearly identify all relevant 13

8. Force Majeure time changes and costs, and the bases thereof, and (ii) shall periodically permit the Client or its designated representative, and up to two years from the expiration or termination of this Contract, to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the Client, if so required by the Client. 1) For purposes of this clause, Force Majeure means an event beyond the control of the Service Provider and not involving the Service Provider s fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchase either in its sovereign or contractual capacity, wards or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. 2) If a force Majeure situation arises, the Service Provider shall notify CEO in writing immediate of such conditions and the cause thereof. Unless otherwise directed by CEO in writing, the Service Provider shall continue to perform its obligations under the Contract as far as it reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure. 9. Resolution of Disputes The matter regarding any dispute shall first be sorted out at the level of Chief Electoral Officer, Madhya Pradesh. If the dispute persists to remain unresolved then it will be entertained, heard & finalized as per the provisions of the Arbitration and Conciliation Act, 1996. The appointment of Arbitrator should be finalized by appropriate authority. The Arbitrator decision shall be final and binding on both the parties. 10. Taxes and Duties The rates quoted shall be in Indian Rupees and shall be inclusive of all taxes and levies/octrai etc. No additional payment should be paid. 11. Binding Clause All decisions taken by CEOMP regarding the processing of this tender and award of contract shall be final and binding on all parties concerned. 12. CEOMP, reserves the right To vary, modify, revise, amend or change any of the terms and conditions mentioned above; or 14

To reject any or all the tender/s without assigning any reason whatsoever thereof or may terminate the tender process midway without assigning any reason. 13. The decision regarding acceptance of tender by CEOMP will be full and final. 14. Conditional tenders shall be summarily rejected. 15

Annexure A - Technical Proposal Evaluation criteria of General and Technical proposal will be on the basis of information given below, Experience in IT field, Data Processing and Presentation shown by the service provider. 1. Name of the Service Provider: 2. Category of the Service Provider (Central or State - Govt./Semi Govt./Govt. undertaking) 3. Name of Head of the Organisation/Department/ Chief Executive Officer, Designation, Address and Telephone No., Fax, Email, Mobile number 4. Contacts of the service provider- Proposed Project Head Telephone (O) and (R) Fax Mobile Email 5. Year of Establishment 6. Other branches of the service providers in the state of Madhya Pradesh. (Enclose list if any) 7. Amount of Processing Fee DD/MPTC details Amount (In figures) Amount (In words) Name of Bank & Branch (If any) Serial Number Dated 8 Commercial Tax /VAT/CST no. P F No. Service Tax No. Income tax PAN/GIR NUMBER 16

9. Available Facilities: (a) No. of Officers/Employees on permanent roll Technical (detail shall be attached separately) Non-Technical (detail shall be attached separately) (b) No. of Officers/Employees on Contract or temporary available a) Technical (detail shall be attached separately) b) Non-Technical (detail shall be attached separately) 10. Manpower deployed in other project No. of Officers/Employees on permanent roll Technical (detail shall be attached separately) Non-Technical (detail shall be attached separately) No. of Officers/Employees on contract/temporary available Technical (detail shall be attached separately) Non-Technical (detail shall be attached separately) 11 Available Infrastructure (details given separately) Total Servers Total Computers Laser Printers Colour Printers Plastic card colour printers Data storage capacity Backup facilities No. of UPS/Generators Additional equipments 12. List of major order executed (details to be given with documentary evidence and time period, data volume handled, daily processing volume, work handle on which platform, Software prepared by service provider or work on third party software, total amount paid, date of completion, certificate of satisfaction issued by concerned department/office 17

etc.) 13 Experience Approach & methodology for Electoral and Election management programme at CEO/Expertise in executing similar kind of project (Past experience & performance)/ Experience of handling IT projects having Consultancy, program management and covering entire SDLC (Software development life cycle).(documentary evidence must be attached) PPT must be attached in 5 hard copies and 2 soft copies on CD/DVD. 14 Work in Hand (details to be given) with documentary evidence) and performance certificate of work done. 15 Any other details, which is available with service provider to be submitted All the documents attached with proposal should be properly indexed with page number and flag. (Signature of the authorized Person with Name, Designation, address, email, phone, fax, mobile number and seal along with authority letter signed by competent authority) 18

Annexure B -Financial Proposal Service provider is technically qualified, than financial proposal will be opened and evaluated. The service provider achieving the lowest of grand total of financial proposal will be awarded the assignment. Resources (**) Nos (***) Amount Per year for A (Rs.) [1. Rates should be quoted inclusive all taxes/levies etc. 2. Amount should be quoted 100% for 1 (a), 1(b), 1(c)] A B 1) Manpower to be deployed (Minimum requirement given below) preferably at CEO office (a) Project Officer/Nodal Officer/General 1 Manager (b) Supervisory Officer /Deputy Manager 1 (c) Senior Coordinator 1 (d) Programmer 5 2) Maintenance of central server and other - supporting equipments 3) Infrastructure expenses (Computer, Printers, - UPS, storage devises etc.)(as per manpower engaged) 4)Stationery/Consumables, Security audit(s), - Conveyance, electricity, phone charges etc. Grand Total (Rs.) **Qualification as per Annexure C **Regular organization manpower such as Project Officer/Nodal Officer/General Manager, Supervisory Officer/Deputy Manager, Senior Coordinator, if deployed whole time for the project, will be reimbursed @75% of their salary. **Manpower other than regular will be contractual and should preferably be deployed for a period of 2 years. ***Minimum numbers of manpower and equipment have been indicated. Extra manpower should be indicated if required with justification. No extra charges shall be paid. Note: Service charges for tendering process, vendor selection, supervision, monitoring etc. will be paid not more than 2%. (Signature of the authorized Person with Name, Designation, address, email, phone, fax, mobile number and seal along with authority letter signed by competent authority) 19

DAta Annexure- C - Qualification Criteria of Services Services Required Minimum Qualification Experience in Yrs Project Officer/Nodal Officer/General Minimum BE/BTech/MCA or Minimum 5 years of experience as Independent IT Project Handling Manager equivalent from recognized Supervisory Officer /Deputy Manager Senior Coordinator Programmer university/ Institution Must be graduate from recognized university / Institution. Preferably Graduate with Computer Science. Minimum BE/B.Tech/MCA or equivalent from recognized university/ Institution. Minimum BE/BTech/MCA from recognized university/ Institution Minimum 3 years of experience in IT Project with software handling, control over vendors work and reporting. Minimum 2 years of experience in coordination between technical and nontechnical staff, software handling, material arrangement, reporting etc. Minimum 3 to 4 years of programming experience with SQL server, ASP.Net 3.5 & above, Web services/wcf, Ajax, Javascript/Jquery, (back end Oracle + SQL Server) and bulk data handling. 20