Index
S. No. Details of Tender Documents Page No.
1 e-Bid Document/Form 3-5
2 Chapter – 1 – Overview & General Definitions 6
3 Chapter – 2 – Introduction to Participating Organizations 7-8
4 Chapter – 3 – Existing IT Infrastructure 9-15
5 Chapter – 4 Scope of Work 16-23
6 Chapter – 5 Bidding Process & Evaluation Criteria 24-25
7 Chapter – 6 – General Terms and Conditions 26-30
8 Check list 31
9 Annexure A : Affidavit regarding compliance to Terms & Condition of Bid 32
10 Annexure B : Details of Executives Authorized to sign the bid and deal with the 33
Corporation on behalf of the Bidder
11 Annexure C : Declaration by the Bidder regarding Qualifications 34
12 Annexure D : Compliance with the Code of Integrity and No Conflict of Interest 35
13 Annexure E : Grievance Redressal during Procurement Process 36-38
15 Annexure F : Additional Conditions of Contract 39
14 Financial Bid 40-41
2 Name and Signature of Authorized Signatory of Bidder with seal
Rajasthan State Beverages Corporation Limited
(A Government of Rajasthan Undertaking)
D-Block, First Floor, VittaBhawan, Janpath, Jaipur
(Ph. 0141-2744231, Email - ed.rsbcl@rajasthan.gov.in,CIN-U15511RJ2005SGC020336)
e-Bid Document
e-Tender for providing
Operations, Management and Maintenance Services
for existing Online Application Software
Integrated Excise Management System (IEMS)
of
Excise Department, Rajasthan,
Rajasthan State Beverages Corporation Limited
and
Rajasthan State Ganganagar Sugar Mills
through Single Source Procurement
Date of Publishing of BID : 24/ 12/ 2022at 2.00 PM
Last Date of submission of the Bid : 30/ 12 /2022 at 3.00 PM
Date of opening of the Bid : 30/ 12 /2022 at 5.00 PM
Price of Bid Document : ₹1180 in favour of "RSBCL" Payable at Jaipur
RISL e-Bid Processing Fee : ₹1180 in favour of "MD RISL" Payable at Jaipur
3 Name and Signature of Authorized Signatory of Bidder with seal
Rajasthan State Beverages Corporation Limited
(A Government of Rajasthan Undertaking)
D-Block, First Floor, Vitta Bhawan, Janpath, Jaipur
(Ph. 0141-2744231, Email - ed.rsbcl@rajasthan.gov.in,CIN-U15511RJ2005SGC020336)
e-BID FORM
1. NIB Reference No. 22/2022
2. Procuring Entity Rajasthan State Beverages Corporation Limited
Name of the Tendering Managing Director,
3.
Authority Rajasthan State Beverages Corporation Limited
First Floor, D-Block, Vitta Bhawan, Janpath, Jaipur, Rajasthan
Address and Contact Detail of
4. Fax No. - 0141 – 2744237
the Tendering Authority
Email - ed.rsbcl@rajasthan.gov.in
Providing Operations, Management and Maintenance
(A) Services to be procured Services for Existing Online Application Software i.e.
5.
IEMS of Excise Department, RSBCL and RSGSM
(B) Services As per Tender Documents
6. Name of Bidder
Registered Office Address
7.
Bidder
Phone No.
Fax No.
8. Contact Detail of Bidder
Website
Email Address
TIN No.
GST Registration No.
Registrations with Various
9. Permanent A/c No (PAN)
Acts by Bidder
Service Tax Registration No.
CIN No.
10. Year of Establishment
Type of Company Public Limited Private Limited
11.
(Put Tick (√) mark) Partnership Firm Sole Proprietor
Detail of Authorization
Name
Designation
Detail of Authorized
14. Signatory Mobile No.
(Authorization letter must be
submitted along with Technical Bid)
E-mail Address
Fax No.
Detail of Fee Paid
Tender ₹ _______
Detail Tender Fee & RISL e- Document Fee (_________ only)
15. Tender Process Fee DD/UTR No.
Deposited with Technical Bid Transaction Date
Issuing Bank
4 Name and Signature of Authorized Signatory of Bidder with seal
RISL e-Bid Processing ₹ ______
Fee (_______Only)
DD/UTR No.
Transaction Date
Issuing Bank
(Note:- Without Tender Fee, RISL e-Tender Processing Fee the tender shall not be accepted)
Ihave read the conditions of tender and contract annexed here carefully, and agrees to abide by
all the conditions and have signed all the pages in token of acceptance thereof. As per condition of
the tender document, the rate quoted in the enclosed schedule shall be valid for 30 days from the
day of tender.
I ____________________________________________,
________________________________ {designation} of the bidder company and have been
authorized to sign and submit tender. The authority letter in this regard is enclosed along with
Technical Bid.
Signature of Authorized Signatory…….………………………
Name of Authorized Signatory …………………………………
Designation: ……………….…………………..………………….
(Seal of the bidder firm)
5 Name and Signature of Authorized Signatory of Bidder with seal
Chapter-1
Overview& General Definitions
1.1 Overview
The Executive Director, Rajasthan State Beverages Corporation Limited, Jaipurwishes
to receive onlinebid through Single Source Procurement under Section 31 (c) and (d) of the RTPP
Act, 2012 and Rule 17 of the RTPP Rules, 2013 for providing Operations, Management and
Maintenance Services for existing Online Application Software "Integrated Excise
Management System (IEMS)" of Excise Department, Rajasthan, Rajasthan State
Beverages Corporation Limited (RSBCL) and Rajasthan State Ganganagar Sugar Mills
(RSGSM) by hiring services of technical manpower i.e. Software Developers, Database
Administrator, System Administrator and other support manpower like Project Coordinator, Operators
required for running the IEMS smoothly from January, 2023 to September, 2023 or implementation
of new system IEMS 2.0 whichever is earlier. The complete scope of the work has been described in
Chapter – 4 of this tender document.
1.2 Schedule of Bid Activities :
The bidder may shall its bid online in the prescribed bidding document on
https://eproc.rajasthan.gov.in. The bid document can be also seen on
http://sppp.rajasthan.gov.in & https://excise.rajasthan.gov.in. The schedule for this
purpose is as under:
S. No. Particulars Date Time
1 Cost of the Bid Document ₹1180/- (Non Refundable)
in favour of "RSBCL" Payable at Jaipur
2 RISL e-Bid Processing Fee ₹1180/- (Non Refundable)
in favour of "MD RISL" Payable at
Jaipur
3 Date of Publishing of Bid 24/ 12 / 2022 2.00 PM
4 Last date for submission of bid 30/ 12 / 2022 3.00 PM
5 Opening of bid 30/ 12 / 2022 5.00 PM
6 Name and Signature of Authorized Signatory of Bidder with seal
Chapter-2
Introduction to Participating Organizations
2.1 Excise Department, Government of Rajasthan
The Excise department is second largest tax revenue earning department of state government.
It deals with the administration of the laws and rules relating to manufacture, possession, sale,
import, export and transport of Liquor, intoxicating drugs and collection of revenue from each
of these sources. The department is not only involved in collection of revenue but it works to
prevent illegal trade, trafficking and production of illicit Liquor.
The Excise department is headed by the Excise Commissioner with its Head Quarter situated at
Udaipur with jurisdiction in whole state. At headquarter, Excise Commissioner is assisted by
Additional Commissioner (Administration), Additional Commissioner (Policy), Additional
Commissioner (EPF), Financial Advisor and some other officers. For effective control over field
level functionaries, the state is divided in seven zones - Jaipur, Jodhpur, Udaipur, Ajmer,
Bikaner Bharatpurand Kota each headed by Additional Commissioner.
2.2 RSBCL
RSBCL is a company constituted on February 25, 2005 under the Companies Act, 1956 under
the Excise Policy declared by the Government of Rajasthan for financial year 2005-06. RSBCL
has been provided exclusive rights for pricing, purchasing and selling Indian Made Foreign
Liquor (IMFL), Beer and Foreign Made Foreign Liquor (FMFL)in the State of Rajasthan to the
licensees authorized by Excise Department. The purpose of creation of RSBCL was to provide
proper quality and quantity of liquor at uniform rate, availability of variety of liquor brandsto
the consumers throughout the state. Another important purpose was to remove the middlemen
between manufacturers/supplier and retailers so that Government can avoid revenue leakage.
RSBCL has been working in the business since April 1, 2005. RSBCL carry out its commercial
activities as per its Liquor Sourcing & Pricing Policy and Liquor Sales Policy. RSBCL operate its
activity through its head office situated at Jaipur and 40depots located in all districts of the
state. The head office carry out the supervisory and controlling works and depots provide
sourcing and supply of IMFL, Beer and FMFL to retail licensees approved by the Excise
Department.
2.3 RSGSM
RSGSM was initially incorporated in the year 1945 as “The Bikaner Industrial Corporation Ltd.,
Bikaner” in private sector and privately run from 1945 to 1952. It was leased to the State
Government of Rajasthan for a period of two years.
The State Government purchased the shares of the managing agents and the control of the
Company was taken over by the Govt. of Rajasthan w.e.f. 1st July, 1956. Name of the
Company was changed as ‘The Ganganagar Sugar Mills Ltd.' w.e.f. 21.1.1957 and it was further
changed to ‘Rajasthan State Ganganagar Sugar Mills Ltd.' w.e.f. 14th May, 1993.
The Company has an Integrated Sugar Mill at Shrikaranpur, Kaminpura, Sriganganagar with
cane crushing capacity of 1500 TCD(Ton Crushing Daily) (expandable up to 2500 TCD) , a
Distillery with installed capacity 30KLPD(Kilo Litre Per Day) and power generation plant with
capacity of 4.95 MW. Rectified Spirit is produced from the molasses made available from Sugar
Mill and other States. During the year 2007-08, the state Govt. of Rajasthan announced that
the sugar mills will be shifted from SriganganagarCity and new sugar Mill will be established in
7 Name and Signature of Authorized Signatory of Bidder with seal
the vicinity area of Sriganganagar. The location for new Sugar Factory has been identified at
Kaminpura village on Sriganganagar- Karanpur Road. Out of 149 Bigha land acquired for new
sugar factory , 91 Bigha land has been taken under possession , on which temporary wall has
been constructed. State government’s approval for establishing new Sugar factory has been
received. Sugar Technology mission, New Delhi has prepared Detailed Project Report, which is
being examined by Technical officers.
RSGSM has played a vital role in safeguarding the excise revenue of the State Govt. by way of
successful implementation of the Excise Policy and has earned reasonable rate of return on the
investments made.
8 Name and Signature of Authorized Signatory of Bidder with seal
Chapter-3
Existing IT Infrastructure
The Excise Department, RSBCL and RSGSM (including its Sugar Factory situated in Sri Ganganagar
district of Rajasthan) are carrying out their day-to-day routine official activities through a Web based
Online Software Application called Integrated Excise Management System (IEMS). URL of the
application are https://excise.rajasthan.gov.in, https://excise-lsm@rajasthan.gov.in and
https://excise-tnt@rajasthan.gov.in.
This application is running from State Data Centre (SDC), Jaipur.
3.1 The Stakeholders of the IEMS
Excise
Department
RSGSM RSBCL
RSGSM
Sugar Factory Banks
Licensees Suppliers
IEMS
IFMS
Distilleries, Breweries,
Bottling Plants etc.
E-Gras
Auditors
E-Mitra
Public
3.2 Carried out Online through IEMS by its Stakeholders
3.2.1 Excise Department
Granting & Issuance of License to Entities deal with Excisable Articles i.e. Retail
License for IMFL, Beer, CL, Bhang, Bar, Manufacturing Units, Laboratories etc.
Issuance of all types of Excise Permits for Transportation of Excisable Articles i.e.
IMFL, Beer, FMFL/BIO, CL, Bhang, Spirits etc.
Granting Approval of various types of Import & Export of Spirits
Granting Extension of Validity of various types of Excise Permits
Brands & Labels Approval
Public Grievance Redressal System
Monitoring of Production of Spirits, Liquors (IMFL & CL) and Beer
Online monitoring of EVS's of IMFL
Monitoring of Laboratories
Registering Excise related FIRs and their monitoring
Track & Trace System
9 Name and Signature of Authorized Signatory of Bidder with seal
3.2.2 RSBCL
Inventory Management of RSBCL Depots
Issuance of Order for Supply (OFS)
Issuance of Transfer Out Order (TOO) for Inter-Depot Transfer
Granting Extension of Validity of OFS
Receipt of Stocks at RSBCL Depot
Crediting Amount deposited by Licensee in its ledger
Sale of IMFL, Beer & FMFL to Retail Licensees
Executing Inter-Depot Transfer Transactions
Inactive Stock Penalty Calculation
Online Payment of Excise Fee to Excise Department
Online Payment of VAT to Commercial Taxes Department
Payment to Suppliers through RTGS
Integration with banks for getting real time details of funds deposited by licensees
through Cash, Internet Banking, NEFT and RTGS.
Track & Trace
3.2.3 RSGSM
Mobile Application
Dashboard
Inventory Management of RSGSM Depots
Issuance of Order for Supply (OFS)
Issuance of Transfer Out Order(TOO) for Inter-Depot Transfer
Granting Extension of Validity of OFS
Receipt of Stocks at RSGSM Depot
Online Crediting Amount deposited by Licensee in its ledger
Sale of CL to Retail Licensees
Production and Supply of CL at its Reduction Centers
Financial Accounting
HR & Payroll
Purchase of Packing / Raw Material
Supply Schedule for Packing / Raw Material
Store Management of Finished Goods of RSGSM& Packing material
Payment of CL to supplier on sale basis instead of consignment basis
Tax collect at source (TCS) module as per RSBSCL line
Demurrage calculation module
Supplier rate approval module
Receipt/ Dispatch Module
Integration with Bank for Sharing of Challan Data and confirmation of funds
deposit on real time basis
Integration with Bank for Collecting Payment from Licensee Through Net Banking
on real time basis.
Track & Trace
GST Module
3.2.4 RSGSM Sugar Factory
Main Gate and Security Department
Electricity Bill Management System of colony
Cane Development
Cane Module
Sugar and Byproducts production module
10 Name and Signature of Authorized Signatory of Bidder with seal
Sugar and Byproducts sales module
Power Generation and Sales Module
Store Module of Sugar Factory
Mobile Application for Cane Farmer
Financial Accounting of Sugar Factory
HR-Payroll Module
3.2.5 Manufacturer & Suppliers
Request for Issuance of Order for Supply to RSBCL or RSGSM
Request for Issuance of Order for Inter-depot Transfer to RSBCL or RSGSM
Receiving OFS and TOO approved & issued by RSBCL or RSGSM
Request for Extension of Validity of Excise Department and RSBCL / RSGSM
Getting detail pertaining to Brands :
o Availability of stock at RSBCL / RSGSM Depots
o Sale of stock from RSBCL / RSGSM depots
o All other information pertaining to their brands
Request to Excise Department for Granting Approval for Importing Spirits into its
unit for production of IMFL or CL
Request to Excise Department for Granting Approval for Exporting Spirits from its
unit for production of IMFL or CL
Getting Approval of Import / Export granted by Excise Department
Entering detail of their Invoices, Stock supplied etc.
3.2.6 Retail Licensees
Deposition of Excise Duty and Fee for purchase of liquors through e-GRAS
Generate Challan of RSBCL or RSGSM for Depositing Cash into Authorized Banks of
RSBCL or RSGSM for Purchase of Liquor
Deposit Amount through Internet Banking, VAN & UPI to RSBCL or RSGSM
Retail Off & Retail On licensees enter their day-to-day sale of liquor for maintaining
their Inventory
Generation of Indent for purchase of liquors and beer
3.2.7 Auditors
Auditors of RSBCL have been given access to IEMS for getting information
pertaining to their scope of work required for the purpose of Audit of the RSBCL
and its Depots.
3.2.8 General Public
Register Complaints related with Excise Department
Getting response on registered complaint on the basis of the action taken by the
Excise Department
Get detail of Approved Brands of IMFL, Beer & FMFL with their Rate (MRP)
Availability of IMFL, Beer & FMFL brands at RSBCL Depots
Various types of other information pertaining to Excise Department, RSBCL &
RSGSM
Apply for obtaining Occasional Permit
3.2.9 Prospective Licensees
Request and obtain Bar license.
Request and obtain necessary approval and license for establishing manufacturing
unit of liquors and beer.
11 Name and Signature of Authorized Signatory of Bidder with seal
3.3 Integration of IEMS with Other Organizations / Software
Organization / Software Purpose of Integration
Punjab National Bank Providing detail of Challan created by licensee for RSBCL or
Bank of Baroda RSGSM to Banks
Union Bank of India Getting confirmationfrom Banks regarding amount
ICICI Bank deposited by licensees for purchase of liquor
HDFC Bank Depositing amount by licensees through Internet Banking
AU Bank Depositing amount by Virtual Account No (VAN)
IDBI Bank Depositing amount by UPI
Receiving Excise Duty from Suppliers, Manufacturers and
Licensees
E-GRAS
Getting Confirmation of cash amount deposited through E-
Gras Challan
Sugarcane Farmer in Sri Ganganagar can register for
E-Mitra
Selling Sugarcane to Sugar Factory
For updating payment released by Sugar Factory to
Jan Aadhar Portal
Sugarcane Farmers against purchase of sugarcane.
3.4 Existing IT Infrastructure
3.4.1 About offices of Excise Department, RSBCL & RSGSM
Sufficient IT hardware infrastructure is available inoffices of the Excise Department,
RSBCL and RSGSM for carrying out their works through IEMS. Staff is also conversant
with functioning and operations of existing software processes / modules of IEMS. At
the time of implementation of any new software process / module, proper training is
provided to user concerned by SERVICE PROVIDER.
3.4.2 Datacenter Infrastructure
Presently, IEMS is running from State Data Centre, Jaipur setup and managed by
DoIT&C. Therefore, service provider will have to manage and monitor the server
infrastructures, software application, database according to policies and directions of
the SDC.
In addition, development and staging environment including requisite servers,
hardware and software is setup at Data Centre, Udaipur setup at Excise Department
Head Office. This infrastructure will be also managed and maintained by the service
provider. The existing infrastructure setup at this location is as below:
S.No. Infrastructure Remarks
1. Servers - 05 Nos. These servers have been used for Database, Web, e-
Mail, Report, Testing etc. purposes. Blade, Rack
Mounted & Tower servers are available.
2. Switches HP Procurve 2910 – 2 Nos., Cisco 2950
3. Firewall Firewalls are working in redundant mode.
4. Racks 3 Nos.
5. Internet Leased Line 100 Mbps
6. DG Set – 1 No. 30 KVA
7. Online UPS 15 KVA
12 Name and Signature of Authorized Signatory of Bidder with seal
3.4.3 Software Modules Implemented
3.4.3.1 Excise Department
Licensee Generation
Brand & Label Approval
Issuance of Various Types of Excise Permits
Online Request and Approval for Import &Export of Spirit
Receiving online request from suppliers & manufacturers and Issuance
of Digital Excise Permit (FL-5) for Inter-state transport of IMFL and
Beer
Receiving online request from suppliers & manufacturers and Issuance
Country Liquor Permit
Issuance of Retail Excise Permit for Country Liquor
Online issuance of FIRs under Excise Act and their further monitoring
Distillery Management
Brewery Management Module
Licensee’s Stock Management
EVC System
Public Grievance Redressal
Laboratory Module
Online Occasional Permit
Approval of new Brand & Label and their Renewal
Approval of new Retail On licenses and their Renewal
Issuance of Export Permits
Track & Trace
3.4.3.2 RSBCL
Rate Approval of IMFL, FMFL & Beer brands
Issuance of online digitally signed OFS to suppliers / manufacturers on
their requests received online.
Issuance of online digitally signed Transfer Orders to suppliers /
manufacturers on their requestsreceived online.
Granting Extension in Validity of OFS and TOO on the requests received
online from suppliers / manufacturers.
Entering detail of Invoice raised by suppliers / manufacturers on supply
of liquor to RSBCL against an OFS.
Receipt of Liquor at destined RSBCL depot and taking it into depot
inventory.
Management and maintenance of ledger of licensees who purchase
liquor from RSBCL. The ledger maintains each and every transaction
carried out with licensee.
BatchwiseManagement and maintenance of Liquor Inventory at RSBCL
depots. Ledger of each liquor brand maintains each and every
transaction of that brand from depot.
Accounting Module
Establishment & Payroll
Online challan generation by licensees for depositing cash into
authorized banks of RSBCL.
IEMS has been also integrated with banks for receiving funds through
Internet Banking on real time basis.
IEMS has been also integrated with authorized banks of RSBCL for
giving data of challan to respective bank when a licensee presents a
challan in a bank branch for depositing cash. Thereafter, banks provide
13 Name and Signature of Authorized Signatory of Bidder with seal
confirmation of deposition of cash against that challan on real time
basis to IEMS.
IEMS has been integrated with authorized banks for receiving payments
from licensees through Virtual Account No (VAN) and UPI and receiving
online confirmation from banks.
Real time information received from banks is shown at respective depot
level. Thereafter, by clicking the detail, the amount deposited by
licensee is credited into licensee’s ledger.
Generation of Indent by licensees for purchase of liquors and beer
Then, Invoice-cum-Transport Pass (ITP) is issued online in favour of
licensee and liquor is physically issued.
Management of Inter-Depot, Drain Out, Damage, Distillery Return
Transactions of liquor brands.
Inactive Stock Penalty Calculation
Generation various types of Payment Reports like Supplier, VAT, Excise
Fee, TCS and many more.
Performa Invoice Generation by Licensees
3.4.3.3 RSGSM
Mobile Application
Dashboard
Issuance of online digitally signed OFS to suppliers / manufacturers on
their requests received online.
Granting Extension in Validity of OFS on the requests received online
from suppliers / manufacturers.
Entering detail of Invoice raised by suppliers / manufacturers on supply
of country RSGSM against an OFS.
Receipt of Country Liquor at destined RSGSM depot and taking it into
depot inventory.
Management and maintenance of ledger of licensees who purchase
country liquor from RSGSM. The ledger maintains each and every
transaction carried out with licensee.
Management and maintenance of Liquor Inventory at RSGSM depots.
Ledger of each liquor brand maintains each and every transaction of
that brand from depot.
Online challan generation by licensees for depositing cash into
authorized banks of RSGSM.
IEMS has been also integrated with Bank of Baroda (BOB) for receiving
funds through Internet Banking on real time basis.
IEMS has been also integrated with BOB for giving data of challan to
respective bank when a licensee presents a challan in a bank branch for
depositing cash. Thereafter, bank provide confirmation of deposition of
cash against that challan on real time basis to IEMS.
Real time information received from bank is shown at respective depot
level. Thereafter, by clicking the detail, the amount deposited by
licensee is credited into licensee’s ledger.
Then, Invoiceis issued online in favour of licensee and liquor is
physically issued.
Management of Inter-Depot and Return to Supplier transactions of
liquor brands.
Demurrage Calculation
Generation various types of Payment Reports like Supplier, VAT, Excise
Fee, TCS and many more.
Track & Trace
14 Name and Signature of Authorized Signatory of Bidder with seal
GST Module
3.4.3.4 RSGSM Sugar Factory, Sri Ganganagar
Main Gate and Security Department
Electricity Bill Management System of colony
Cane Development
Cane Module
Sugar and Byproducts production module
Sugar and Byproducts sales module
Power Generation and Sales Module
Store Module of Sugar Factory
Financial Accounting of Sugar Factory
HR-Payroll Module
Mobile Application for Cane Farmers
15 Name and Signature of Authorized Signatory of Bidder with seal
Chapter-4
Scope of Work
4.1. Following activities would be covered under the scope of work :
(a) Providing Managed IT and Facility Management Services i.e. Software Developers,
Database and Network Administrator.
(b) Providing Supporting Operational Manpower like Computer Operators, Project
Coordinators.
(c) Administration, Management and Maintenance of complete IEMS includingall its
related infrastructures.
(d) Carrying out modificationsin the existing software modules of IEMS as and when
required by any of the three organizations i.e. Excise Department, RSBCL and RSGSM.
(e) Carrying out modifications in the existing software modules required / find out in any
type of auditing of the software.
(f) Development and Implementation of new software modules, mobile applications,
software processes, various types of MIS or graphical reportsunder IEMS as and when
required by any of the three organizations.
(g) Carrying out modifications, developing new pages for the public domain of the IEMS.
(h) Integration of IEMS with application software of any other organization or software as
and when required by any of the three organizations.
(i) Providing training on implemented software modules to the officers / staff of any of
the three organizations as and when required by them.
(j) Period of the project will be from January, 2023 to September, 2023 or
implementation of IEMS 2.0 whichever is earlier.
4.2 General Instructions, Conditions
4.2.1. The present domain names of the IEMS https://excise.rajasthan.gov.in, https://excise-
tnt.rajasthan.gov.in and https://excise-lsm.rajasthan.gov.in are hosted in SDC.
4.2.2 Existing software have been written in ASP.Net, ASP.Net MVC and database is on
Oracle 11G.
4.2.3 Existing software modules of IEMS may also require updation / modification as per
necessity therefore, SERVICE PROVIDER shall have to carry out necessary changes as
per requirement of the any of three organizations.
4.2.4 New software modules / reports shall have to be developed on the same or better
standards and / or platform and should be seamlessly integrated with the existing
software and database.
4.2.5 The three departments also have historical data which is accessible through reports
developed in Classic ASP. These reports may be required to modified or developed
afresh if required in future.
4.2.6 Information relevant to general public or information required to be advertised publicly
have been be made available in public domain of IEMS.Public domain is dynamic.
Service Providershall have to modify, manage, maintain this public domain part of
IEMS also. If required by any of the three organizations, Service provider shall have to
modify existing / develop new interface in this public domain part of IEMS also.
16 Name and Signature of Authorized Signatory of Bidder with seal
4.2.7 Service provider has to take over the complete IEMS with its database and related
infrastructure in their existing conditions and working state.
4.2.8 The formats of required MIS, graphical reports would be decided by the concerned
organization.
4.2.9 During the whole contractual period, format of existing MIS, graphical report may be
changed, a new report may also be required at any time as per requirement of the
concerned department.
4.2.10 Report should be able to be exported to MS-Excel and MS-Word file as per their
nature.
4.2.11 All reports should have search, display and print criterions.
4.2.12 Provision for Graphical reports wherever required should also be available in the IEMS.
4.2.13 Letters related to a specific process where ever may require to be generated through
software.
4.2.14 The Source Code as well as the Database structures of all the existing Applications and
database developed by the existing by service providershall be made available to the
Excise Department.
4.2.15 Service Provider shall prepare & provide a user manual of software at each module.
4.2.16 All source codes and database developed, software and hardware licenses,
various types of hardware used under IEMS, contents of websiteand all
types of relevant documents e.g. SRS, System Design, Database Design etc.,
shall be property of the Excise Department, Government of Rajasthan.
4.2.17 Copyright of the application software, database, data, and website contents
would be with Excise Department, Government of Rajasthan.
4.3 Facility Management Services
4.3.1 The service provider shall be required to provide Facility Management Services so as to
manage the entire IT Infrastructure including software, database and all business
related software modules developed, installed and commissioned by him for the
complete contractual period.
4.3.2 Service providershall have to comply with the Minimum Wages, ESI, PF etc. legal
issues pertaining to the manpower provided under the project and shall be solely
responsible. Service providershall have to submit documentary proofs showing
compliance of such obligations on regular basis.
4.3.3 The payment authorities may demand for furnishing any type of information or
documents pertaining to the matter. Failing in furnishing the requisite documents,
payment authorities may withhold the forthcoming monthly payment.
4.3.4 Service provider shall have to submit proof of depositing applicable ESI & PF
contribution of the manpower deputed under the project of the preceding month of
the month whose bill will be submitted for payment. In absence of above documents,
payment authorities shall not release the payment of submitted bill.
4.3.5 If, Service provider fails to comply these legal responsibilities, the payment authorities
will have right to withheld or deduct the amount (penalty, charges etc. if any is
imposed by respective authorities) disputed on these legal issues.
4.3.6 For the purpose, Service provider shall be providing services of following operational
supporting manpower:
17 Name and Signature of Authorized Signatory of Bidder with seal
4.3.6.1 Services of Computer Operators
(a) Present requirement of computer operators in each of the three
organisations is as below:
Name of Organisation No. of Operators Presently Required
Excise Department Zero
RSBCL 55
RSGSM 56
Total Operators 111
(b) The bidder has to quote rate for providing services of computer
operators under skilled category keeping in view of the Latest of the
notification issued by the Government of Rajasthan under Minimum
Wages Act, 1948, ESI and PF etc. rules prevailing at the time of
bidding. The rates quoted in the financial bid shall be deemed inclusive
of ESI & PF Contribution.
(c) The wages of Computer Operators shall be paid according to
prevailing rates of skilled category as per Minimum Wages
ascertained by the Govt. of Rajasthan during the contractual
period. No other increase on wages of computer operators
shall be given.
(d) The minimum qualification of computer operators provided by Service
providershould be graduationhaving experience and skill in using
Windows, MS office, Internet, Email, with Hindi and English typing.
(e) Computer Operator provided by service providershall be working under
supervision of the official staff where he/she will be working.
(f) Scope of the work for computer operator shall be:
To operate the official software for carrying out routine day to day
official work as per rights and privileges assigned.
To enter data into official software given by the office in-charge /
staff.
Computer Operator shall be responsible for entering data carefully
and correctly.
To generate various types of reports from software required by the
office in-charge/ staff.
To generate various checklists required for checking / reconciling
the data.
Typing and printing all types official letters or documents.
Any other related work assigned by office in-charge or staff.
Ensuring computer infrastructure, related peripherals and Internet
connectivity in working order.
In case of any fault in above devices and services, office staff has
to be intimated immediately and take necessary action as directed.
To keep regular watch over the various processes and reports of
the software that these are working correctly.
18 Name and Signature of Authorized Signatory of Bidder with seal
If, any fault / discrepancyare found in the software, depot staff
and concerned Project Coordinator have to be informed
immediately and should have constant follow up to remove the
fault / discrepancy.
Operator would be responsible only for work related to Computer
System and the Software. He would not be responsible for :
Authenticating /Verifying any data or base documents
Making Vouchers or any base documents
Any function other than that related to Computer and
Application Software.
(j) In case, operator of an office proceeds on leave, service of standby
operator shall have to be made available at the respective office for the
leave period of regular operator.
4.3.6.2 Services of Project Coordinator - 04 Nos.
Service Provider would also deploy three experienced Project
Coordinators, one each in one each in Excise Department and RSGSM and
two in RSBCL having minimum following qualifications :-
Should be Graduate or higher
3 Year - experience in administration and management of manpower
Knowledge of Minimum Wages, ESI & PF Acts and Rules
Knowledge of computer which includes MS Office, Email, Internet etc.
Responsibilities of Project Coordinatorswill be as below :-
Coordination between the organizationand service providerfor all the
issues related to this project.
To ensure operator services at each location on every working day.
Arranging standby operator if, regular operator goes on leave.
To prepare and submit shifting of operator from one place to another or
to depute new operator if required.
To solve all teething issues related to the working of the operator at
locations.
To supervise the operators at locations and ensure that daily and timely
deployment of operators at each location.
Organizing periodic trainings to official staff of the organizations and
operators.
Regular monitoring of the software that modules / processes are
working properly. If, any discrepancy is either found or reported by
operator or any official / staff get it resolved at the earliest.
Provide necessary MIS reports from the System to the senior
management of organization as and when required.
Would be responsible for daily co-ordination and teething issues of
every type of users.
19 Name and Signature of Authorized Signatory of Bidder with seal
Undertake tours for carrying out various responsibilities / assignments
under the project in any of the offices of the organization where he will
be working in the state of Rajasthan. Expenditure on tour of Project
Coordinator shall be borne by the SERVICE PROVIDER.
4.3.6.3 Support Manpower for Managing, Maintaining and Administering
Software, Database etc.
SERVICE PROVIDER would depute experienced and skilled manpower
immediately after signing and executing the agreement for the project
commissioning as below for the complete contractual period:
S. Manpower as Nos. Job Responsibilities
No.
1 Database Administrator 01 Responsible for Databases
management and maintenance
Network/System Responsible for management
2. 01
Administrator of servers installed at SDC
3. Software & Mobile App 09 Responsible for Development,
Developers Maintenance related works
ofSoftware and Mobile Apps.
(a) Database Administrator: A dedicated Database Administrator with
responsibilities of complete management, maintenance of Databases
shall have to be provided for the complete contractual period.
Minimum Qualification for Database Administrator
Should have minimum experience of 3 years of managing and
troubleshooting the problems in Oracle Version 10g or higher,
Windows NT / 2000 / XP / 2003 Server LAN / WAN
Certification in Oracle database administration is a must.
Should be able to handle multiple servers and database running
on multiple servsers.
Oracle RAC/failsafe implementation.
Backup and restoration using various tools.
Developed Application in web technology with oracle as a
RDBMS.
(b) Network/SystemAdministrator : A dedicated Network
Administrator with responsibilities of managing, maintaining sever
infrastructure, operating system software, connectivity at
datacenteretc. would be provided by the service provider for the
complete contractual period..
Minimum Qualification for Network/System Administrator
Network administrator should have minimum 3years experience
in network administration (both LAN and WAN).
Experience in managing multiple blade servers
Experience of configuration of backup devices, SAN Switch and
SAN Box
20 Name and Signature of Authorized Signatory of Bidder with seal
In depth knowledge and expertise of installation, configuration
and trouble shooting of Windows servers provided by SDC.
Experience of hosting application software
(c) Software Developers : Four dedicated software developers at
following offices / locations shall have to be provided by the SERVICE
PROVIDER for the complete contractual period:
Resource Tentative Place of
Office Type of Developer
Required Working
Head Office of
Excise
Web Developers 03 Excise Department,
Department
Udaipur
Web Developers 02 Head Office of
RSBCL
Mobile App Developer 01 RSBCL at Jaipur
Web Developers 02 Head Office of
RSGSM at Jaipur&
RSGSM
Mobile App Developer 01 Sugar Factory, Sri
Ganganagar
Each of the Software Developer shall be primarily responsible for
individual organisation specific processes / modules implemented in
IEMS. In addition, all software developers should have knowledge of
software structure / processes of all three organizations so that they
may collectively handle the situation effectively in case, heavy changes
are required in the IEMS.
SERVICE PROVIDER should have make necessary arrangements for
providing in-depth knowledge of software structure, coding, processes
etc. required for management, maintenance, bug management,
development and incorporation of new processes / modules, modifying
existing modules / processes etc. to all the four software developers.
Team of these software developers would be responsible for all issues
related with maintenance and management of IEMS including :
Management and maintenance of the software
bug-management in software.
resolving software / MIS reports discrepancies.
modifying existing processes / modules.
modifying and developing new MIS report formats.
developing and integrating new processes / modules.
Developing and hosting contents on public domain of website.
Carrying out necessary modifications in the software required due
to software auditing if, tendering authority desires so.
Minimum Qualification for Software Developers
Software developer should be MCA or BE
Should have minimum experience of 4 years of development of
online web based software.
Expertise in developing web based software on ASP.NET, ASP.Net
MVC and Oracle.
As, above dedicated technical manpower is proposed to be
hired by the tendering authority for the complete contractual
period, no separate payment on account of any type of
21 Name and Signature of Authorized Signatory of Bidder with seal
modifications in the software, developing or modifying any
type or complex new modules / processes, any type of
modifications in database etc. would be paid to the SERVICE
PROVIDER during the complete contractual period. Above
dedicated technical support is proposed to be hired so that any
type of modifications, new developments ect. in the application
could be carried out.
Above technical experts would be carrying out their duties
under supervision of a designated officer by the three
organisations.
Undertake tours for carrying out various responsibilities / assignments
assigned under the project in any of the offices of the organization
where they will be working in the state of Rajasthan. Expenditure on
tour of these manpower shall be borne by the service provider.
4.3.6.4 Services of Project Manager
Service provider shall depute a Project Manager having the minimum following
qualifications :-
at least BE in Computer Science / Electronics / Computer Engineering /
IT or MCA.
Minimum 10years experience in the field of software development out
of which at least 3 years experience should be as Project Manager.
Should be well versed with:
Oracle database
Windows NT / 2000 / XP / 2003 Server
LAN / WAN
Backup and restoration using various tools.
Development in ASP.Net
Project Manager shall be responsible for :
Overall responsibility for execution and completion of the works assigned
under the project to service provider.
Performing as the Team Leader and Officer Incharge of all the manpower
deputed by the service provider under the project and shall also administer
and manage the manpower deputed under the project.
Coordination with all the three organizations and shall work in consultation
with the OICs deputed by these three organizations.
Should have in depth knowledge of complete IEMS so that he can guide
the other technical manpower for executing related works effectively.
Executing regular training programmes for the staff of the three
organizations in consultation with the respective organization.
Attending meeting related with the project in the three organizations as
and when convened.
Undertake tours for carrying out various responsibilities/ purposes /
assignments under the project in any of the offices of the three
organizations in the state of Rajasthan. Expenditure on tour of Project
Manager shall be borne by the service provider.
The head quarter of Project Manager shall be at Jaipur.
4.4 Delivery period
22 Name and Signature of Authorized Signatory of Bidder with seal
4.4.1 Service provider shall start its services of operations, management and maintenance of
IEMS from date of issuance of the Work Order.
4.4.2 Failing in starting its work of management and maintenance of IEMS within delivery
period, LD as per provisions of tender document shall be imposed.
4.5 Penalty in case of absence of resources where no backup resource is provided will be
deducted from monthly payment as below :-
Sr. No Resource Type Penalty per resource per day
1. Computer Operator Rs 350/-
2. Project Coordinator Rs1000/-
3. Network Administrator Rs2000/-
4. Database Administrator Rs2000/-
5. Software Developer Rs2500/-
23 Name and Signature of Authorized Signatory of Bidder with seal
Chapter-5
BIDDING PROCESS & EVALUATION CRITERIA
5.1 Bidding Process
5.1.1 Documents: The Technical Bid shall comprise the following:
i. Bid fee
ii. Processing fee.
iii. Each page of Tender terms and conditions duly filled & signed with stamp of
concerning authority.
iv. GST registration certificate and PAN card.
v. Financial Bid.
5.1.2 Bid Submission
(a) The bidder can download tender documents from http://eproc.rajasthan.gov.in.
The bid document can be seen on https://excise.rajasthan.gov.in and
http://sppp.rajasthan.gov.in also.
(b) Tender is to be submitted online in electronic format on website
http://eproc.rajasthan.gov.in.
(c) The Bidder will have to register on http://eproc.rajasthan.gov.in to participate in
online tender.
(d) Bidder will have to procure Digital Signature Certificate as per policy of the e-
Procurement portal.
(e) Bidder shall submit its offer on-line in Electronic formats financial proposal.
(f) Before electronically submitting the tenders, it should be ensured that all the
tender papers including conditions of the contract are digitally signed by the
tenderer.
5.1.3 Validity of Bids
Bids shall remain valid for 30 days after the date of Bid opening. A bid valid for a
shorter period shall be rejected as non-responsive.
5.1.4 The bid will be opened as per time schedule advertised.
5.1.5 Financial Bid
Financial Bid shall only indicate prices without any condition or qualification
whatsoever.
Taxes as may be applicable in relation to activities proposed to be carried out
should be shown separately.
Any decrease or increase in the taxes, statutory levies, duties etc. if takes place
after award of contract shall be paid / adjusted at the time of payment. The
applicable rate at the time of bidding required to be indicated clearly.
Bidder should express the price of their services in Indian Currency only.
5.2 Bid Evaluation Process
The Bid Evaluation process proposed to be adopted by the tendering authority is asoutlined in
this clause. The tendering authority reserves the right to modify the process proposed to be
24 Name and Signature of Authorized Signatory of Bidder with seal
followed for the evaluation of the bids at any time during the bid process without assigning
any reason whatsoever and without intimating the bidders of any such change. The bids shall
be evaluated as follows:
5.5.1 Bid Opening
The Tendering Authority will open the Bids received online in the presence of bidders'
representatives on 30/ 12 /2022 at 5:00PM in the office, Rajasthan State
Beverages Corporation Limited, Ist Floor, D-Block, VittaBhawan, Janpath,
Jaipur.
5.5.2 Bid Evaluation
(a) The Tendering Authority will preliminary examine the opened technical bids to
determine whether the bid is complete, the documents have been properly
signed, the required Tender Fee & e-Tender Processing Fee are deposited and
technicalbid is filled correctly.
(b) Rates received through Financial Bids shall be compared on Total Project Cost
mentioned in the financial bid. It shall not include Taxes.
(c) The Total Project Cost shall include the amount for 09 months on the basis of
the rates quoted in the financial bid.
25 Name and Signature of Authorized Signatory of Bidder with seal
Chapter- 6
General Terms and Conditions
6.1 Security Deposit (SD) / Performance Security
(a) Service provider shall carry out the services conformity with generally accepted
professional and technically accepted norms relevant to such assignments that are
required for the work under consideration and which are to the entire satisfaction of
all the three organizations.
(b) In the event of any deficiency in services, the Service provider shall promptly take
necessary action to resolve it, at no additional fees to the Company.
(c) Service provider shall have to execute an agreement on a Non-Judicial
Stamp of appropriate value within a period of 15 days from the date of work
order.
(d) Service provider shall deposit an amount equal to 2.5% of the finalized
total project cost as Security Deposit (SD) / Performance Security valid for
1 (one) years prior to signing the agreement.
(e) Security Deposit / Performance Security shall be deposited through of Demand Draft /
National Savings Certificate issued by a post office in Rajasthan/ FDR of a scheduled
bank / Bank Guaranty of a scheduled bank in the name of Rajasthan State Beverages
Corporation Limited, Jaipur.
(f) The SD / performance security money shall be refunded after six month of the
successful completion of contract period / extended period provided there is no breach
of contract on the part of contractor.
(g) No interest on the Security Deposit / performance security shall be paid.
(h) The Service provider shall be required to execute Service Level Agreement (SLA) and
Non Disclosure Agreement.
(i) Failure of the Service provider to comply with the requirements shall constitute
sufficient grounds for the annulment of the award and forfeiture of the SD /
performance security.
6.2 Liquidity Damages (LD)
(a) The delivery period is 7 days from the date of issuance of the work order i.e. SERVICE
PROVIDER shall start providing services of operations and maintenance of IEMS as per
“Scope of Work” defined in Chapter 4of the Tender Document from the date of
issuance of the Work Order.
(b) In the event of failure to start services of operations and maintenance of IEMS as
defined by Chapter 4in the given delivery period, the tendering authority reserves the
option to imposeLiquidatedDamages (LD) in the following manner:
S.No. Delay Limit LD to be recovered
1. If, delay upto¼ of the DeliveryPeriod 2.5% of the Total Project cost
2. If, delay exceeding ¼ but upto½ of the Delivery 5% of the Total Project cost
Period
3. If, delay exceeding ½ but upto ¾ of the 7.5% of the Total Project cost
Delivery Period
4. If, delay is equal to prescribed Delivery Period 10% of the Total Project cost
(c) If the Service provider fails to execute the order/contract within the period specified in
the tender, and if such failure have arisen from any unforeseen cause beyond the
control of the bidder, the Managing Director, RSBCL on written request of Service
provider before expiry of delivery period may feel valid for an extension in the delivery
26 Name and Signature of Authorized Signatory of Bidder with seal
period, may extend the delivery period without charging any liquidated damages. His
decision shall be final regarding the sufficiency or otherwise for extension of time.
6.4 Forfeiture of Security Deposit / Performance Security
Security Deposit / Performance Security amount in full or part may be forfeited in the
following cases:
(I) When the terms and conditions of contract is breached.
(II) When the bidder fails to make complete supply services satisfactorily.
(III) Notice of reasonable time will be given in case of forfeiture of security deposit. The
decision of the Managing Director, RSBCL in this regard shall be final.
(IV) Failure of the Service provider to comply with the requirement of the contract shall
constitute sufficient grounds, to award the contract to the next lowest evaluated
bidder or call for new bids.
6.5 General Conditions
6.5.1 If any dispute arises out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred by the bidder to the
Managing Director, RSBCL for arbitration. Arbitrator will be appointed by the Managing
Director in consultation with the Chairman, RSBCL and whose decision shall be final &
binding. Expenditure of arbitrator shall be borne by RSBCL and bidder equally.
6.5.2 All legal proceedings, if necessary, arises to be instituted by any of the parties (any of
the three organizations or SERVICE PROVIDER) shall have to be lodged in the courts
situated in Jaipur only and not elsewhere.
6.5.3 Loss of Revenue to the Purchaser : The bidder shall be vicariously liable to
indemnify the Purchaser in case of any misuse of data/information by the bidder,
deliberate or otherwise, which comes into the knowledge of the purchaser during the
performance or currency of the contract and thereafter.
6.5.4 Currency of Payment: Payment shall be made in Indian Rupees only.
6.5.5 Purchaser Right to Accept any bid and to reject any or all bids: The purchaser
reserves the right to accept any bid, and to annul the tender process and reject all bids
at any time prior to award of contract, without assigning reasons & without thereby
incurring any liability to the affected bidder or bidders or any obligation to inform the
affected bidder or bidders of the grounds or the Purchasers action.
6.5.6 Period of Contract: The period of the contract shall be Five years from the date of
signing of contract.
6.5.7 Extension after expiry of contract : The contract may be extended after expiring of
this contract successfully on mutually agreeable terms and conditions of both the
parties.
6.5.8 Force Majeure:
6.5.8.1 Notwithstanding the provisions of contract, the bidder shall not be liable for
forfeiture of its Security Deposit, or termination for default, if any to the extent
that, its delay in performance or other failure to perform its obligations under
the contract is the result of an event of Force Majeure.
6.5.8.2 For purposes of this clauses, “Force Majeure” means an event beyond the
control of the bidder and not involving the bidder’s fault or negligence and not
foreseeable. Such events may include but are not restricted to acts of the
purchaser either in its sovereign or contractual capacity, wars or revolutions,
fires, floods, epidemics, quarantine restrictions and freight embargoes.
27 Name and Signature of Authorized Signatory of Bidder with seal
6.5.8.3 If a Force Majeure situation arises, the bidder shall promptly notify the RSBCL
in writing of such conditions and the cause thereof. Unless otherwise directed
by the purchaser in writing the bidder shall continue to perform its obligations
under the contract as far as is reasonably practical and shall seek all prevented
by the force majeure event.
6.5.8.4 The purchaser may terminate this contract, by giving a written notice of
minimum 30 days to the bidder being unable to perform a material portion of
the services for a period of more than 60 days.
6.5.9 Termination for Insolvency: The purchaser may at any time terminate the contract
by giving written notice to the SERVICE PROVIDER, without compensation to the
SERVICE PROVIDER, if the SERVICE PROVIDER becomes bankrupt or otherwise
insolvent provided that such termination will not prejudice or affect any right of action
or remedy which has accrued or will accrue hereafter to the purchaser.
6.5.10 Termination for Convenience: The purchaser may, by written notice to the SERVICE
PROVIDER, may terminate the contract, in whole or in part at any time for its
convenience. The notice of termination shall specify that termination is for the
Purchaser’s convenience, the extent to which performance of work under the contract is
terminated and the date upon which such termination becomes effective.
6.5.11 The service provider shall not assign or sub-let his contract or any substantial
part thereof to any other agency.
6.5.12 The bidder shall pay the expenses of stamp duty for execution of agreement.
6.5.13 If a bidder imposes conditions, which are in addition to or in conflict with the conditions
mentioned herein, his tender shall liable to be rejected. In any case, none of such
conditions will be deemed to have been accepted unless specifically mentioned in the
letter of acceptance of tender issued by the Tending Authority.
6.5.14 The Tendering Authority reserves the right to accept any tender not necessarily the
lowest, reject any tender without assigning any reasons and accept tender for all or
anyone or more of the articles for which bidder has been given or distribute items to
more than one firm.
6.5.15 Use of Contract Documents and information
a) The bidder shall not without Tendering Authority’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 the purchaser in connection
therewith, to any person other than a person employed by the bidder performance
of the contract. Disclosure to any such employed person shall be made in
confidence and shall extend only so far, as may be necessary for purposes of such
performance.
b) The bidder shall not, without Tendering Authority’s prior written consent, make use
of any document or information enumerated in this document except for purposes
of performing the contract.
c) Any document, other than the contract itself, shall remain the property of the
Purchaser and shall be returned (in all copies) to the purchaser on completion of
the Bidder’s performance under the contract.
6.6 Payment Procedure
6.6.1 The Total Project Cost shall be borne by RSBCL and RSGSM.
28 Name and Signature of Authorized Signatory of Bidder with seal
6.6.2 No advance payment or mobilization advance on or after award of work shall be
released.
6.6.3 Payment shall be released on Monthly basis during the contract period.
6.6.4 Service Provider shall submit monthly bills for payment to RSBCL and RSGSM in the
following manner:
Cost Components RSBCL RSGSM
in the Invoice
Invoice to be issued Executive Director, RSBCL, Jaipur General Manager, RSGSM, Jaipur
in favour of
Cost of Project 80% of Cost of Project Manager 20% of Cost of Project Manager
Manager
Wages of Computer Wages of Computer Operators Wages of Computer Operators
Operators provided in RSBCL - 100% provided in RSGSM - 100%
Cost of Software & Cost of Developers provided to Cost of Developers provided to
Mobile App RSBCL + 80% of cost of RSGSM + 20% of cost of
Developers Developers provided to Excise Developers provided to Excise
Department Department
Cost of Database 80% of Cost of Database 20% of Cost of Database
Administrator Administrator Administrator
Cost of System 80% of Cost of System 20% of Cost of System
Developers Administrator Administrator
Cost of Project Cost of Project Coordinators Cost of One Project Coordinator
Coordinator provided to RSBCL + 80% of provided to RSGSM + 20% of cost
cost of One Project Coordinator of One Project Coordinator
provided to Excise Department provided to Excise Department
Cost of Project 80% of Cost of Project 20% of Cost of Project
Management Management Charges Management Charges
Charges
Service Tax / GST At applicable rate
6.6.5 Service Provider shall have to comply with the Minimum Wages, ESI, PF etc. legal
issues pertaining to the manpower provided under the project and shall be solely
responsible. SERVICE PROVIDER shall have to submit documentary proofs showing
compliance of such obligations on regular basis.
6.6.6 The payment authorities may demand for furnishing any type of information or
documents pertaining to the matter. Failing in furnishing the requisite documents,
payment authorities may withheld the forthcoming monthly payment.
6.6.7 If, service provider fails to comply these legal responsibilities, the payment authorities
will have right to withheld or deduct the amount (penalty, charges etc. if any is
imposed by respective authorities) disputed on these legal issues.
6.6.8 Service provider shall have to submit proof of depositing applicable ESI & PF
contribution of last month of the manpower deputed under the project along with
monthly bill. In absence of above documents, payment authorities shall not release the
payment of submitted bill.
6.6.9 Service provider shall be liable for execution of work entrusted to them as per tender
in case of total persons deployed by SERVICE PROVIDER will be 50 or more at any
point of time during the contract period, then the SERVICE PROVIDER shall be
required to undertake license as per Section 12 of Contract (Regulation and Abolition)
Act, 1970. In such a situation, the concerned department where the manpower will be
deputed will get registration as Principle Employer under Section 7 of Contract
(Regulation and Abolition) Act, 1970.
6.6.10 The wages of Computer Operators shall be paid according to the prevailing
rates of Minimum Wages ascertained by the Govt. of Rajasthan during the
29 Name and Signature of Authorized Signatory of Bidder with seal
contractual period. No other increase on wages of computer operators shall
be given.
6.6.11 The taxes on the monthly bill shall be paid as per actual.
6.6.12 Income Tax and any other taxes shall be deducted from the payment at source as per
rules.
6.7 Any of the Financial Terms & Conditions not covered in this bid document shall be governed
as per the provisions of RTPP Act, 2012, RTPP Rules, 2013 and General Finance & Accounts
Rules prescribed by the Government of Rajasthan.
6.8 As per instructions of circular No. 3/2013 Dated 04-02-2013 finance (G&T) Department, Govt.
of Rajasthan Annexure enclosed. Please read carefully and comply :-
Annexure A :Affidavit regarding compliance to Terms & Condition of Bid
Annexure B :Details of Executives Authorized to sign the bid and deal withthe Corporation on
behalf of the Bidder
Annexure C :Declaration by the Bidder regarding Qualifications
Annexure D :Compliance with the Code of Integrity and No Conflict of Interest
Annexure E :Grievance Redressal during Procurement Process
Annexure F :Additional Conditions of Contract
6.9 Exit Management:
At the end of the contract service provider shall submit all data, Software along with updated
source code, System design Document and User Manuals to the Managing Director, RSBCL.
Signature & Seal of the Bidder
30 Name and Signature of Authorized Signatory of Bidder with seal
BID - CHECK LIST
Enclosed
S. No Particular
(Yes/No)
1 Attested copy of PAN No. ……………………………….
2 Attested copy of relevant registration certificate of GST No. ……………………………….
Copy of Bid Document Fee D.D./Banker Cheque/UTR No………….................................
3
Dated........ /........ / 2022, ₹ 1180/-
Copy of e-Bid Processing Fee D.D./Banker Cheque/UTR No………...............
4
Dated........ /........ / 2022, ₹ 1180/-
5 Affidavit regarding compliance of Terms & Condition of Bid (Appendix 'A')
Evidence of the authority of the person signing this proposal to bind Bidder to the proposal
6
and to any contract resulting there from.( Appendix 'B')
7 Declaration by the bidder regarding Qualification (Appendix 'C')
8 Compliance with the Code of Integrity and No Conflict of Interest(Appendix 'D')
9 Grievance Redressal during Procurement Process (Appendix 'E')
10 Additional Conditions of Contract (Appendix 'F')
11 E-Bid Form
BID - CHECK LIST
12
13 Financial Bid
31 Name and Signature of Authorized Signatory of Bidder with seal
Annexure - 'A'
Affidavit regarding compliance to Terms & Condition of Bid
(On Rs. 100/- Non-judicial stamp paper )
Bidder Name:___________________________________
I/We confirm that I/We am/are authorized to submit Bid on behalf of the firm
participating in the Bid process and have perused the entire Bid document including all its
amendments till date. Having perused the subject Bid with all amendments (wherever
applicable). I/We hereby confirm unconditional acceptance and compliance to abide by all
its terms & conditions as mentioned in Bid document including technical particulars,
Detailed technical specifications of the product, Special Terms & Conditions wherever
indicated, offer validity, terms of delivery without any deviations whatsoever:
I/We also confirm acceptance of the arbitration clause No. 20 of General Terms &
Condition of Bid document.
I/We certify that the prices quoted against the Bid are competitive and without adopting any
unfair & unethical means, including cartelization.
I/We also certify that the information given above is factually correct, true and
nothing material has been concealed.
Name of Authorized Signatory
with Signature and Seal
32 Name and Signature of Authorized Signatory of Bidder with seal
Annexure - 'B'
Details of Executives Authorized to sign the bid and deal with
the Corporation on behalf of the Bidder
(To be given on the letterhead of the Organization)
Name of the executive
Designation
Postal address
Telephone number
Mobile number
E mail id
(1) (1)
Specimen signature
(2) (2)
Place: Sd/-
Date: Chief Executive / Managing Partner /
Owner
(Name)
33 Name and Signature of Authorized Signatory of Bidder with seal
Annexure - ‘C’
Declaration by the Bidder regarding Qualifications
Declaration by the Bidder
In relation to my/our Bid submitted to .......................................... for Procuring
of........................................................... in response to their Notice Inviting Bids No.
........................... Dated ................ I/we hereby declare under Section 7 of Rajasthan
Transparency in Public Procurement Act, 2012, that :
1. I/we possess the necessary professional, technical, financial and managerial
resources and competence required by the Bidding Document issued by the
Procuring Entity;
2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union
and the State Government or any local authority as specified in the Bidding
Document;
3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have
my/our affairs administered by a court or a judicial officer, not have my/our
business activities suspended and not the subject of legal proceedings for any of the
foregoing reasons;
4. I/we do not have, and our direction and officers not have been convicted of any
criminal offence related of my/our professional conduct or the making of false
statements or misrepresentations as to my/our qualifications to enter into a
procurement contract within a period of three years preceding the commencement
of this procurement process, or not have been otherwise disqualified pursuant to
debarment proceedings;
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competition;
Date : Signature of bidder
Place: Name :
Designation :
Address :
34 Name and Signature of Authorized Signatory of Bidder with seal
Annexure - D
Compliance with the Code of Integrity and No Conflict of Interest
Any Person Participating in a procurement process shall:-
(a) not offer any bribe, reward or gift or any material benefit either directly or
indirectly in exchange for an unfair advantage in procurement process or to
otherwise influence the procurement process;
(b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a
financial or other benefit or avoid an obligation;
(c) not indulge in any collusion, Bid rigging or anti-competitive behavior to impair the
transparency, fairness and progress of the procurement process;
(d) not misuse any information shared between the procuring Entity and bidders with
an intent to gain unfair advantage in the procurement process;
(e) not indulge in any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any party or to its property to influence the
procurement process;
(f) not obstruct any investigation or audit of a procurement process;
(g) disclose conflict of interest, if any; and
(h) disclose any previous transgressions with any entity in India or any other country
during last three year or any debarment by any other procuring entity.
Conflict of Interest:-
The Bidder participating in a bidding process must not have a Conflict of Interest.
A Conflict of Interest for procuring entity or its personal land bidders is considered to be a
situation in which a party has interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual obligations, or compliance
with applicable laws and regulation.
A Bidder may be considered to be in Conflict of interest with one or more parties in a
bidding process if, including but not limited to:
a. they have controlling partners/shareholders in common; or
b. they receive or have received any direct or indirect subsidy from any of them, or
c. they have same legal representative for purposes of the Bid.
d. they have access to information about or influence on the Bid of another Bidder, or
influence the decisions of the Procuring Entity regarding the bidding process; or
e. The Bidder participates in more than one Bid in a bidding process. Participation by a
Bidder in more than one Bid will result in the disqualification of all Bids in which the
Bidder is involved. However, this does not limit the inclusion of the same
subcontractor, not otherwise participating as a Bidder, in more than one Bid;
or
f. the Bidder or any its affiliates participated as a consultant in the preparation of the
design or technical specifications of the good work or services that are the subject
of the Bid; or
g. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the
Procuring Entity as engineer-in-charge/consultant for the contract.
35 Name and Signature of Authorized Signatory of Bidder with seal
Annexure - E
Grievance Redressal during Procurement Process
The designation and address of the First Appellate Authority is - Managing Director
The designation and address of the Second Appellate Authority is - Chairman
(1) Filling an Appeal
If any Bidder prospective bidder is aggrieved that any decision, action or omission of
the Procuring Entity is in contravention to the provisions of the Act or the Rules or
the Guidelines issued there under, he may file an appeal to First appellate
Authority, as specified in the Bidding Document within a period of ten days from the
date of such decision or action, omission as the case may be clearly giving the
specific ground or ground on which he feels aggrieved:
Provided that after the declaration of Bidder as successful the appeal may be filed
only by a Bidder who has participated in procurement proceeding:
Provided further that in case a Procuring Entity evaluates the Technical Bids before
the opening of the Financial Bids, as appeal related to the matter of Financial Bids
may be filed only by a Bidder whose Technical Bids is found to be acceptable.
(2) The officer to whom an appeal is filed under para (i) shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within thirty days
from the date of appeal.
(3) If the officer designated under para (1) fails to dispose of the appeal filed within the
period specified in para (2) or if the Bidder or prospective bidder or the Procuring
Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder
or prospective bidder or the Procuring Entity, as the case may be, may file a second
appeal to second appellate authority specified in the bidding documents in the
behalf of within fifteen days from the expiry of the period specified in para (2) or of
the date of receipt of the order passed by the First Appellate Authority, as the case
may be.
(4) Appeal not to lie in certain cases
No appeal shall lie against any decision of the Procuring Entity relating to the
following matters, namely :-
(a) Determination of need of procurement ;
(b) provisions limiting participation of bidders in the bid process;
(c) the decision of whether or not to enter into negotiation;
(d) cancellation of a procurement process ;
(e) applicability of the provisions of confidentiality.
(5) Form of Appeal
(a) An appeal under para (1) or (3) above shall be in the annexed Form along
with as many copies as there respondents in the appeal.
(b) Every appeal shall be accompanied by an order appealed against, if any,
affidavit verifying the facts stated in the appeal and proof of payment of fee.
36 Name and Signature of Authorized Signatory of Bidder with seal
(c) Every appeal may be presented to First Appellate Authority or Second
Appellate Authority, as the case may be, in person or through registered post
or authorizes representative.
(6) Fee for filing appeal
(a) Fee for first appeal shall be rupees two thousand five hundred and for second
appeal shall be rupees then thousand, which shall be non-refundable.
(b) The fee shall be paid in the form of bank demand draft or banker's cheque of
a Scheduled Bank in India payable in the name of Appellate Authority
concerned.
(7) Procedure for disposal of appeal
(a) The First Appellate Authority or Second Appellate Authority, as the case may
be, upon filing of appeal, shall issue notice accompanied by copy of appeal,
affidavit and documents, if any, to the respondents and fix date of
hearing.
(b) On the date fixed for hearing, the First Appellate Authority or Second
Appellate Authority, as the case may be shall,-
(i) hear all the parties to appeal present before him; and
(ii) peruse or inspect document, relevant record or copies thereof relating
to the matter.
(c) After hearing the parties, perusal or inspection of documents and relevant
records or copies thereof relating to the matter, the Appellate Authority
concerned shallpass and order in writing and provide the copy of order to the
parties to appeal free of cost.
(d) The order passed under sub-clause (c) above shall also be placed on the State
Public Procurement Portal.
37 Name and Signature of Authorized Signatory of Bidder with seal
FORM No. 1
[See rule 83]
Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act,
2012
Appeal No. ................................ of ...............................
Before the ......................................... (First/Second Appellate Authority)
1. Particulars of appellant :
(i) Name of the appellant :
(ii) Official address, if any :
(iii) Residential address :
2. Name and address of the respondent(s) :
(i)
(ii)
(iii)
3. Number and date of the order appealed
against and name and designation of the
officer/authority who passed the order(enclosed copy),
or a statement of a decision, action or
omission of the procuring entity
in contravention to the provisions of the
Act by which the appellant is aggrieved:
4. If the Appellant proposes to be represents by a represented by a representative, the
name and postal address of the representative :
5. Number of affidavits and documents enclosed with the appeal :
6. Grounds of appeal : ................................................................................................
....................................................................................................................................
....................................................................................................................................
......................... (Supported by an affidavit)
7. Prayer : ......................................................................................................................
....................................................................................................................................
....................................................................................................................................
....................................................................................................................................
Place .........................................
Date ............................................
Appellants' Signature
38 Name and Signature of Authorized Signatory of Bidder with seal
Annexure - F
Additional Conditions of Contract
1. Correction of arithmetical errors
Provided that a Financial Bid is substantially responsive, the Procuring Entity will
correct arithmetical errors during evaluation of Financial Bids on the following basis
:
i. if there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected, unless in the opinion of the
Procuring Entity there is an obvious misplacement of the decimal point in the
unit price, in which case the total price as quoted shall govern and the unit
price shall be corrected;
ii. if there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall prevail, and the total
shall be corrected and
iii. if there is a discrepancy between words and figures, the amount in words
shall prevail, unless the amount expressed in words is related to an
arithmetical error, in which case the amount in figures shall prevail subject to
(i) and (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accept the
correction of errors, its Bid shall be disqualified and its Bid Security shall be forfeited
or its Bid Securing Declaration shall be executed.
2. Procuring Entity's Right to Vary Quantities.
(i) At the time of award of contract, the quantity of Goods, works or services
originally specified in the Bidding Document may be increased or decreased
by a specified percentage, but such increase or decrease shall not exceed
twenty percent, of the quantity specified in the Bidding Document. It shall be
without any change in the unit prices or other terms and conditions of the Bid
and the conditions of contract.
(ii) If the Procuring Entity does not procure any subject matter of procurement
or procures less than the quantity specified in the Bidding Document due to
change in circumstances, the Bidder shall not be entitled for any claim or
compensation except otherwise provided in the Conditions of Contract.
(iii) In case of procurement of Goods or services, additional quantity may be
procured by placing a repeat order on the rates and conditions of the original
order. However, the additional quantity shall not be more than 25% of the
value of Goods of the original contract and shall be within one month from
the date of expiry of last supply. If the Supplier fails to do so, the Procuring
Entity shall be free to arrange for the balance supply by limited Bidding or
other wise and the extra cost incurred shall be recovered from the Supplier.
39 Name and Signature of Authorized Signatory of Bidder with seal