Tender No.: 90 Date: 14-01-2016
Shree Mahakaleshwar Temple Management Committee
Ujjain, MP
REQUEST FOR PROPOSALS
FOR
Queue Management System using photometric access cards.
Shree Mahakaleshwar Temple Management
Committee,Ujjain. Off Tel: 0734 2559277
Shree Mahakaleshwar Temple Management Committee
Ujjain, MP
Office of the President Shree Mahakaleshwar Temple Management Committee
(SMTMC), Ujjain, MP
Bidder Signature and Seal 2
(FORWARDING SLIP TO ACCOMPANY FOR THE TENDER)
1) Tender Notice No. &
Date
dt. 14/01/2016
2) Name of the Work Queue Management System using
photometric access cards at Shri
Mahakaleshwar Temple, Ujjain, Madhya
Pradesh, India. Bidder shall not be able to
incur any cost from SMTMC or
devotees/pilgrims i.e. services shall be free
of cost from both the side SMTMC as well as
devotees/pilgrims. Bidder will be allowed to
print the advertisement of Government
Schemes and Social Messages on back side
of Access Card and generate income.
3) Period of
Operation/Contact
3 Years.
4) Bid Processing Fee Rs.12,500.00/- (A Non refundable Demand drawn in the
favor of Administrator, Shree Mahakaleshwar Temple Management
Committee Ujjain, MP)
5) Earnest Money Deposit Rs.10,00,000.00/-
(A Demand Draft or bank guarantee drawn in the favor of Administrator,
Shree Mahakaleshwar Temple Management Committee Ujjain, MP)
6) Bid Document Download
Start Date
18-01-2016 from 11:00 AM
7) Pre Bid Meeting 10-02-2016 at 2:00 PM
8) Last Date for Bid
Submission
18-02-2016 upto 02:00 PM
9) Bid Opening Date & Time 18-02-2016 at 03:00 PM
11) Place of receipt and
opening of tender
Office of the Administrator, Shree
Mahakaleshwar Temple Management
Bidder Signature and Seal 3
schedules Committee Ujjain, MP
13) Contact Telephone No.
Technical Administration
Administrator - Shree
Mahakaleshwar Temple Management
Committee,Ujjain. Off Tel 0734
2559277
Note
1. SMTMC reserve the right to change any schedule of any process. Please visit SMTMC
website http://www.mahakaleshwar.nic.in regularly for the same.
2. Proposals must be received not later than time, date and venue as mentioned in the
Fact Sheet. Proposals that are received after the deadline WILL NOT be considered
in this process.
3. Any future Corrigenda/Information shall be posted only on our website
http://www.mahakaleshwar.nic.in .
Bidder Signature and Seal 4
NOTICE INVITING TENDERS:
Sealed Tenders are invited from eligible agencies to Providing comprehensive
Queue Management System using photometric and biometric access cards at Shri
Mahakal Temple, Ujjain, Madhya Pradesh, India. Tender document can be
downloaded from the website address given below.
www.mahakaleshwar.nic.in
The bidder must fulfill the qualification criteria mentioned in the tender
document. All tender offers must be submitted the office of the
employer on or before /02/2016 by 2.00 PM duly signing all the
copies of DDs along with other documents as per terms and conditions
as stipulated.
BACKGROUND:
The lord Mahakaleshwar temple is one of the 12 jyotrilingas of
our country which is one of the biggest worship center, where
thousands of devotees visit temple per day on special occasions figure
goes upto lacs. This figure increases exponentially and reaches to
more than a crore during forth coming Simhastha Mahaparv 2016
The temple governed by a Committee named Shree
Mahakaleshwar Temple Management Committee i.e. SMTMC function
as autonomous body of Govt of MP. The SMTMC is committed to warm
welcome of Lord Shiva’s devotees with all comfort and security.
As the shrine receiving more number of devotees, it is required
to implement a proven and systematic Queue management solution
with comprehensive support system in place.
Bidder Signature and Seal 5
Scope of Work :
Comprehensive Queue management system by the way of registration of Pilgrims by capturing the data, finger/photo,
allocate the time slot for Darshan issue the card/perchi, while
allowing pilgrim for Darshan verification need to be done and
must be operational 24x7 basis.
The software which works on LAN/WAN in online/offline mode in integrated manner and must have features like
- time slot wise number of registrations,
- must exclude the times of Aarties,
- must incorporate Darshana of lord from inside and out side
of center sanctum of temple, - must work in integrated manner,
- their must be proper checking system,
- must be able to stop fraudulent practices,
- must meet the peak hours and ideal hours requirements,
- must ensure to complete the Darshana within stipulated time printed on the tickets,
- easy record keeping and retrieval system,
- the access card be printed with reporting time/date/and gate
no. for darshana, and card should not print without
capturing photograph of devotees/pilgrims - easy access and quick disposal mechanism on queue
verification counter,
- must capable to capture devotees/pilgrims data finger/photo
and allocate the slot for Darshana, - available Access Cards to the devotees/pilgrims at free of
cost,
- must be capable of track record of the missing person in real
time and report should be generate within a minute and just
the touch of the finger his name should remove from missing person list,
- must be capable to centralized registration of
devotees/pilgrims,
- must be capable with 20 barcode/QR code technology,
- must be capable to prepare emergency response plan,
Bidder Signature and Seal 6
- must me capable to search pilgrim name wise and token
number-wise,
- must be capable to manage any delay happens due to
unforeseen situation, - must be capable to manage let coming devotees/pilgrims
- must maintain the DR system and any failure shall be
managed within a minute time.
- Must be capable of printing priority access cards
- works on LAN and VPN, - the software must be capable to show real time data that
how many devotees/pilgrims are inside of the temple exist
based on a particular time how many access cards issue
minus how many devotees/pilgrims exit from the exit gates,
and this data should be available on the display boards as well as SMTMC control room and hourly report send to
temple administrator as well as police choki.
- The software must be capable to keep record of different hall
as well as its capacity, as soon as the devotees/pilgrims capacity increases to hall the capacity he has to inform to
the devotees/pilgrims through SMS or announcement about
the place where he has to wait and how much time they
have to wait.
- The software must compatible to capture the biometric records of devotees/pilgrims but this option should be
optional, only used when it will needed.
- All the reports and access cards shall be print in local
languages as well as in English
- Various report like o Day wise and time slot wise devotees/pilgrims visited
o Missing Persons and his track record
o system should have ability to provide periodic MIS
reports
o Daily Location wise issued cards count, o Hourly pilgrims count,
o Hourly Token issues report and Hourly Token
Verification Report,
o Hourly SMS of Location wise pilgrim registered/ Card issued and verified at check point.
Bidder Signature and Seal 7
The development of the above audited portal from day one and
its operation and maintenance till the entire contact period will be
responsibility of the bidder. The bidder must maintain the Change Management mechanism for updation required time to time. The
bidder used the licensed copy of all software used for this
purposes.
The Access Card must be of - Multi color,
- Max 6x4 inches in size,
- 250 GSM thickness,
- barcoded,
- validity of card 6 hrs - issue date and time must be in dd/mm/yyyy hh:mm:ss
format,
- Multi color advertisement of sponsor (only public interest
message approved by SMTMC) can be printed on back side of the Card maximum 1 advertisement on the back side of
the ticket,
- the advertisement shall be only Government Schemes and
Social messages related,
- the devotees/pilgrims are allow to keep access card after verification.
Backup Plan – The bidder must plan complete backup strategy
and enclosed it with the bidder document to ensure the data
backup and handed over the complete backup to the SMTMC at the end of the contact.
Storage – The bidder must keep real-time storage of complete
data, photos and videos of all the cameras installed at the
counters for various purposes.
Surveillance Cameras – The bidder must installed cameras along
with licensed surveillance software at all the counters and the
real-time feed of all the cameras shall be given to SMTMC control
Bidder Signature and Seal 8
room and keep the cameras recording for future use along with
the retrival process.
Network Plan – The bidder plan the network and installed the networking equipments at each counters which are accessible
from LAN or WAN to all the counters as well as SMTMC control
room.
Display Units : at lead 10 Big led display units size not less than 3x4 feet which display real-time data of devotees/pilgrims are
inside of the temple through queue management software the
calculation shall be based on a particular time how many access
cards issued minus how many devotees/pilgrims exit from the
exit gates of the temple.
Civil works/ counters erecting/ electrical points/power backup
/furniture & other amenities Communication/ LAN/ OFC/ Internet
/rent of place if counter is other than SMTMC premises/ power charges etc. bidder shall bear the complete cost and should not
charge anything from SMTMC.
Compatible Hardware / Systems with licensed OS and Application
Software(s) / Servers with licensed OS and Application
Software(s) / Clients with licensed OS and Application Software(s) / Printers/ Licensed Software/ Manpower/
Consumables, bidder shall bear the cost of these items and
should not charge anything from SMTMC. AMC of all the
equipments installed at the counter required strictly and cost of
AMC will be bear by the bidder only.
The bidder erect minimum 15 counters on public places and 10
counters at temple premises.
The period of operation shall be for 3 years.
Bidder Signature and Seal 9
Eligibility criteria :
The Bidder shall meet the minimum qualification criteria mentioned in the
bid documents and shall furnish documentary evidence in Support of the
qualifying requirement.
. a) Eligible Agencies, companies, firms having Firm Registration, Vat
registration, IT returns, for the last 3 consecutive years and PAN card
etc., only are eligible to participate in the tenders, application software
audited certification copy.
. b) The agencies turn over shall be more than Rs.500 lakhs in each
year for the preceding three years viz. 2012-13,2013-14 2014-15.
. c) The Bidder should handover the Bid processing fee, EMD and VAT
in the shape of DD’s on or before opening of bid as prescribed to Administrator, Shree Mahakaleshwar Temple Management
Committee Ujjain, MP on proper acknowledgement.
. d) The bidder must have local office
. e) The bidder shall not have a conflict of interest, which affects the process. Any bidder found to have a conflict of interest shall be
disqualified. The SMTMC determines the situation for conflict of interest and his decision shall be final.
. f) Any organization / institution / committee / individual, has been
barred from participating in any project by the Central / State Government / Local authorities or by any entity controlled by it and if
the bar subsists as on opening date of proposal, shall not eligible to submit a proposal.
. g) The mandatory documents enclosed with the RFP should have attestation from Gazetted Officer or an officer in PSEs or Chartered
Accountant of the firms/ Companies or notary.
TERMS AND CONDITIONS:
1. The Bid processing fee along with VAT will not be refunded under any
circumstances. The security deposit shall be refunded to the
unsuccessful bidders.
2. Hypothetical/ conditional tenders will not be entertained.
Bidder Signature and Seal 10
3. Any wrong declaration in this regard if comes to the notice at a later
date, will disqualify him from tendering.
4. The bidders are required to quote their lowest all inclusive of taxes and
the material shall be delivered within one month. The bidder shall
mentioned about the Warranty period and discount if any invariably.
Failing which the tender will be summarily rejected without any further
intimation to the tender.
5. The SMTMC will deal with the bidder directly and no middlemen /
agents / Commission agents etc. should be asked by the bidders to
represent their cause and they will not be entertained by the SMTMC.
6. SMTMC at its discretion, reserves the right to reject or accept any or
all the tenders, wholly or partly.
7. Even after awarding the said Contract, the SMTMC reserves the right
to terminate 15 days notice, without assigning any reason.
8. Successful bidder shall have to execute an agreement within (2)
months from the date of issue of Work Order with SMTMC on a non-
judicial stamp paper worth ` 1000/- (should be submitted by the
agency) expressing acceptance of the terms and conditions for supply
of the items or services and get it registered with the Registration
Department at his / their own cost.
9. The Earnest Money Deposit will be retained with the SMTMC of
successful bidder. The Earnest Money Deposit shall not carry any
interest and cannot be withdrawn during the contract period.
10. If the bidder fails to deploy the system or solution within the stipulated
time under reference according to the conditions, action will be
initiated against such vendor holding him/them responsible duly
forfeiting the Earnest Money Deposit.
11. Termination of the Contract: SMTMC, Ujjain is the sole arbitrator in
case of failure by the vendor to perform any of its obligation under or
arising out of the agreement. All disputes, differences and questions
what so ever which may arise between the parties here to during the
continuance of the agreement the SMTMC, Ujjain will have option to
terminate the agreement or impose penalty.
12. SMTMC can at any time suspend the operation
temporarily/permanently if it deems fit with prior notice of 15 days.
Bidder Signature and Seal 11
13. Registration counters to have a similar unique design to be finalized by
the SMTMC.
14. The bidder has right to take advertisement from Government / Non-
Government / Private Companies / Limited Companies / agencies etc.
which can be print on front/back of access cards used for queue
Management.
15. The bidder shall be print the serial no on access cards and serial no
starts from 1 (One) with leading 0(zeros) from starting of the
operation. Serial no. shall not be reset and continuous till completion
of the contract. If required technically to reset the serial no. the bidder
shall take the permission of the SMTMC and reset the serial no.. The
bidder shall keep records in detail of serial no. i.e. start date, start no,
end no., end date etc.
16. The bidder shall approved in writing from the SMTMC all the
advertisement which he wants to print on the access card, irrespective
of the advertisement received from Government / Non-Government /
Private Companies / Limited Companies / agencies etc.
17. The bidder shall inform SMTMC in writing whenever he prints the
access card and their quantity.
18. The bidder shall print date and time in dd/mm/yyyy:hh:mm:ss format
while issuing the card to devotees/pilgrims.
19. The bidder shall disclose income in writing to SMTMC generating from
advertisement, irrespective the advertisement received from
Government / Non-Government / Private Companies / Limited
Companies / agencies etc. for maintaining the transparency.
20. The bidder shall be liable to give RTI reply received by SMTMC in this
regards within stipulated date and time as prescribed in the RTI Act.
21. The bidder shall be liable and completely responsible for any crowd
miss-handling happen due to this queue management system and if
any causality/accident/stampede happen due to this then bidder shall
be one of the party in the prosecution process.
22. No person engaged in the management of this system shall be hired
by the bidder.
23. The security of all the infrastructure and manpower shall be the sole
responsibility of the bidder. The bidder shall make own arrangements
Bidder Signature and Seal 12
for security .
24. SMTMC shall not be responsible or liable for any damages or losses
incurred to/by the bidder.
25. Any damage/losses to the items etc. provided by the SMTMC shall be
liability of the bidder. SMTMC shall be free to recover losses from the
EMD .
26. The cost of Electrical power used by the bidder will be chargeable if
provided by the SMTMC .
27. No permanent structure will be erected /constructed for/by the
agency to carryout it’s job.
28. Ads will be printed only after taking due approval of SMTMC. Any
unlawful article/ activity will not be advertised.
29. All the instructions issued by the SMTMC from time to time must be
followed by the agency.
30. It will be the responsibility of the bidder to check and ensure clean
background of the persons engaged for management of the activity.
31. Anything not covered in this agreement shall be decided by the
Chairman of SMTMC and his decision will be final and binding to both
the parties.
32. Any legal dispute will be under the jurisdiction of Ujjain Dist. Court.
33. Any dispute regarding interpretation of the clauses of this agreement
will be referred to the Chairman of SMTMC. His decision shall be
binding to both the parties.
34. EMD can be forfeited in the following conditions –
(A) Non compliance of instructions of SMTMC.
(B) Any losses / Damages to SMTMC Properties caused due to any act
of the agency .
(C) Non-Payment of any liability of the agency towards SMTMC.
(D) Breach of any clause of this agreement .
(E) Delay / Failure / Fault in delivering services agreed upon .
Bidder Signature and Seal 13
35. If the amount of recoverable amount (from the agency) is beyond the
EMD amount , The bidder shall be bound to pay .
36. Any government taxes /levies /Duties ( due to any act of the agency)
will be paid by the bidder. Information of such payment shall be
submitted to the SMTMC.
37. Bidder shall have local office operation.
38. Before agreement bidder shall keep this Queue Management system
15 days continuous operation for demonstration and after effective
and successful operation, incorporation of problems faced during
demonstration into the Queue Management system SMTMC proceed
for agreement.
39. Sealing and marking of envelopes: The bidder has to prepare two
sealed separate envelopes. Technical details shall be kept in an
envelope marked as “Technical Details Proposal”. The Operational
proposal shall be kept in a separate sealed enveloped and the
envelope marked as “Operational Proposal”. Envelopes marked, as
“Technical Details” and “Operational Proposal” shall be kept in an outer
envelope marked as under:
“ Request for Queue Management System for Shree Mahakaleshwar
Temple”
In the outer envelope along with “Technical Details” and “Financial
Proposal” the following documents must be kept.
- A. The “Technical Details Proposal” envelope must contains the
following:
• Annexure “A-1, A-2, A-3, A-4, A-5, A-6, A-7, A-8”.
• Signed copy of RFP signed must be on every page.
• EMD.
• Valid registration certificate and clearance certificate of Sales Tax of
the State Govt.
• Audited balance sheet of the company for the last 3 years.
• Experience certificates from the clients, issued by an officer not
below the rank of Chief Executive Officer/Managing Director.
Bidder Signature and Seal 14
• Detailed information in respect of Company’s set up, technical and
non-technical staff, testing equipment, service office at local level
etc.
• Technical details :
� Network Diagram
� Queue Management Algorithm’s blue print
� Data flow Diagram
� Use case diagram
� List of equipments to be installed.
� Specification of each equipments used with brand name
and model no.
� Other Technical details, if any.
� Security audited certification copy of application
software
� Backup Plan
� Storage Plan
� Disaster Recovery (DR) plan and licenses of DR places
� Licenses of video surveillance software
� Web Server details and license
• Demo of process.
Fail of any of above conditions shall be cause of disqualification
of the bidder.
B. The “Operational Proposal” envelope only contains the signed copy
of annexure “B”.
The bidder who found technically qualified then only his operational
proposal envelope shall be opened.
40. Amendment in RFP document: At any time prior to the deadline for
submission of proposal, the committee may, for any reason, modify
Bidder Signature and Seal 15
the RFP document by issuance of amendment. Any amendment thus
issued will be sent in writing to all those who have purchased the RFP
document and a copy of amendment will be available on temple web
portal http://www.mahakaleshwar.nic.in. In order to afford the bidder
a reasonable time for taking the amendment into account, or for any
other reason, the committee may, in its sole discretion, extend the due
date.
41. SMTMC’s right to terminate the process : SMTMC may terminate the
RFP process at any time and without assigning any reason. SMTMC
makes no commitments, express or implied, that this process will
result in a business transaction with anyone. This RFP does not
constitute an offer by SMTMC.
42. Disqualification of bidder SMTMC may at its sole discretion and at any
time during the processing of RFP, disqualify any bidder from the
tendering process if the bidder has:
i) Submitted the proposal after the prescribed date and time of
submission of bids.
ii) Made misleading or false representations in the forms,
statements and attachments submitted.
iii) If found to have a record of poor performance such as
abandoning works, not properly completing the contract,
inordinately delaying completion, being involved in litigation or
financial failures, etc
iv) Failed to provide clarifications related thereto, when sought.
v) Conditional bids will be summarily rejected.
vi) Applicants who are found to canvass, influence or attempt to
influence in any manner the qualification or selection process,
including without limitation, by offering bribes or other illegal
gratification, shall be disqualified from the process at any stage.
vii) In the case of premium rates, only rates quoted shall be
considered. Any proposal containing percentage below /above
the rates quoted is liable to be rejected.
viii) A bidder shall submit the bid which satisfies each and every
condition laid down in this notice, failing which, the tender will
be liable to be rejected.
Bidder Signature and Seal 16
ix) A bidder who disqualify in the technical proposal shall be
disqualify from the bid.
43. Patent : The SMTMC shall not liable against all third-party claims of
infringement of license agreement, patent, trademark, or industrial
design, intellectual property or copy rights etc. arising from use of the
Goods/materials/technologies or any part thereof in India or abroad.
44. Insurance : The insurance shall be an amount equal to 100 percent of
the value of the Goods/materials on “All Risks” valid for a period until
the equipments installed in the SMTMC premises or out side SMTMC
premises shall be the liability of bidder only. SMTMC is not liable for
any breakage of the equipment installed at the temple site.
45. Subcontracts: The bidder shall notify the SMTMC in writing of all
subcontracts awarded under the Contract, if not already specified in
the proposal. Such notification, in the original proposal or later, shall
not relieve the bidder from any liability or obligation under the
Contract.
46. The bidder employee shall be in separate uniform dress code and
identity cards to identify them separately.
47. If any of the minimum number counters i.e. 25 is not operational for
more than a day will be treated as breach of contract.
48. All the annexure shall be the part of this bid document.
Corrupt or Fraudulent Practices
49. It is essential that the Bidder for the purposes of this provision, the
terms set forth below as follows:
(i) “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, and
(ii) “Fraudulent practice” means a misrepresentation of facts in
order to influence a procurement process or the execution of a
contract to the determinant of the purchaser, and includes
collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-
competitive levels and to deprive the purchaser of the benefits of
free and open competition;
Bidder Signature and Seal 17
(iii) Will reject a proposal for award if it determines that the
Bidder recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in question;
(iv) Will declare a firm ineligible, either indefinitely or for a
stated period of time, to be awarded a contract if it at anytime
determines that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing, a contract.
Bidder Signature and Seal 18
Annexure “B”
Operational Proposal
(To be kept in the Operational proposal envelope)
Name of Work : Comprehensive Queue Management System for Shree
Mahakaleshwar Temple
Date: ----------------
To,
The President
Shree Mahakaleshwar Temple Management Committee,
Ujjain (M.P.)
1. Name of The Client: Shree Mahakaleshwar Temple Committee, Ujjain
(M.P.)
2. Title of Assignment : Comprehensive Queue Management System for
Shree Mahakaleshwar Temple
3.
Comprehensive Queue Management System for Shree
Mahakaleshwar Temple. (For min 25 Counters– 15 at public place and
10 smtmc premises for checking)
Including all hidden cost, hardware, software, man power, taxes and O
&M Cost etc.
Bidder Signature and Seal 19
Expenditure/Investment
A. One Time
a. Software
b. Server
c. Computer
d. Printer
e. Scanner
f. Cameras
g. Biometric Device
h. Networking equipments
i. UPS
j. Furniture / Fixture
B. Recurring
a. Man power
b. Multi Color Access Card
c. Stationary
d. Electricity
e. Consumables
C. Operation and Maintenance
D. Other (If any)
Total Expenditure /Investment
Qty
1
1
25
25
25
25
25
25
25
25
75
Rs.
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
------------
Total earning through Advertisement ------------
Revenue Sharing if any ? ------------
4. Scope of Work : As per Terms of Reference.
5.
Period of Assignment: Maximum Three Years, Initially one year and on
successfully completion and performance review by SMTMC of one
year further extend for 2 years for one-one year.
I. We agree to abide by the Proposal and the rates quoted therein.
II. Power charges & rent of premises shall bear by the bidder only.
III. The bidder who share maximum revenue to SMTMC shall get
preference.
IV. We undertake that, in competing for (and, if the award is made to us, in
executing) the above contract, we will strictly observe the laws against
Bidder Signature and Seal 20
fraud and corruption in force in India namely “Prevention of Corruption
Act 1988”.
V. The Prices mentioned above are exclusive of taxes and hidden cost. The
actual taxes as applicable as per the prevailing rate at the time of
invoicing shall be paid extra as per actual.
(Signature)
Name
Complete Postal Address
Duly authorized to sign Proposal for and on behalf of
Place :
Date :
Bidder Signature and Seal 21
Annexure A-1
(To be kept in the Technical proposal envelope)
Organizational Structure
1. Name of Entity :
2. Address
a. Postal Address
b. E-mail Address
c. Telephone No.
d. Mobile No.
e. Fax No.
3. Name of partners / Directors in case of Partnership firm/company
a.
b.
c.
4. Entity Registration Certificate (Number) __________ Date __________
(Attach certified copy of the registration)
5. Permanent Account Number :
6. Registration Number and date for Service Tax:
7. Self attached copy of Memorandum of Articles of Association in case of a
corporate body or Partnership Deed in case of a Firm or copy of Memorandum
and Rules in case of Society.
8. Particulars of the Authorized signatory of the Bidder.
a. Name
b. Designation
c. Postal Address
d. E-mail Address
e. Telephone No.
f. Mobile No.
g. Fax No.
9. Experience of the entity for running of any such related event.
Signature of the Bidder
Bidder Signature and Seal 22
Annexure A-2
(To be kept in the Technical proposal envelope)
Self-declaration for not being blacklisted/ termination by any Government Entity
(Letter on the Bidder’s Letterhead)
To
The Administrative Office,
Shree Mahakaleshwar Temple Management Committee, Ujjain
Sub: Declaration for not being blacklisted/ termination by any Government Entity
Ref: RFP for Comprehensive Queue Management System for Shree Maakaleshwar
Temple.
(RFP No: __________ Dated: __/__/____)
Dear Sir,
In response to the above mentioned RFP I/We, _______________, as ________
<Designation>______ of M/s_____________, hereby declare that our Company /
Firm __________is having unblemished past record and is not declared
blacklisted or ineligible to participate for bidding by any State/Central Govt.,
Semi-government or PSU or terminated due to unsatisfactory performance,
breach of general or specific instructions, corrupt / fraudulent or any other
unethical business practices. The Specifications, terms & conditions of the
contract have been received by me /us well in advance before
submitting the tender. I have read entire conditions of this RFP and hereby
give my consent to work on the RFP’s condition. I am fully authorized to sign this
document. If, Any time any condition of this document found incorrect SMTMC
has full authority to disqualify me and terminate the contract.
I/We am/are prepared to furnish detailed data in support of all required
information, as and when called upon to do so without any reservations within (3)
days from the date of receipt of communication.
Yours Faithfully
[Authorized Signatory]
[Designation]
[Place]
[Date and Time]
[Seal & Sign]
[Business Address
Bidder Signature and Seal 23
Annexure A-3
(To be kept in the Technical proposal envelope)
Financial Information of Bidder
S/No Financial Year Total Turnover of
the Firm
Net Worth of
the Firm
Net Profit
before tax
1 FY 2011-12
2 FY 2012-13
3 FY 2013-14
Place & Date: Bidder’s signature and seal
Note: 1. Please attach audited Balance Sheets, Income Tax returns and CA
Certificate to confirming the figures mentioned in columns.
Sincerely,
Name: ..................
Title: ............................
Signature.........................
Date: ........................
Company: .....................
Seal.................................
Bidder Signature and Seal 24
Annexure A-4
EVIDENCE OF EXPERIENCE
Experience of comprehensive Queue Management System in the last three years.
Information may be submitted in the following format. Please attach separate
sheet for each project and submit work orders & satisfactory completion
certificates from the clients, issued by an officer not below the rank of Chief
Executive Officer/Managing Director.
S/No Caption Details
1 Name of the Client with address
2 Year
3 Project Work
4 Project Start Date
5 Project Completion Date
6 Project Cost
7 Weather the project is still operational
8 Devotees / Pilgrims feedback
9 If Yes in above then who is maintaining
the project
10 Name of Contact person with phone No
11 Any other Details, if any
Place & Date: Bidders’s signature and seal
Bidder Signature and Seal 25
Annexure A-5
I/ We enclosed Demand Draft/ Pay Order/Banker’s Cheque along
with application for tender schedule for the payment of sum of `
(Rupees only) as Earnest Money Deposit which do not bear any
interest. If my/ our tender is not accepted, the Earnest Money Deposit
shall be returned to me/ us or my/ our application when intimation is
sent to me/ us or rejection or at the expiration of three months after
the last date prescribed for the receipt of tenders.
If my/out tender is accepted, the Earnest Money Deposit shall be
retained by the SMTMC as security for the due fulfillment of the
contract. If upon written intimation to me/us by the office of the
President, SMTMC. If fail to attend the said office on the date herein
fixed or if upon intimation being given to me/ us by the SMTMC of
acceptance my/our tender I/We fail to make the additional security
deposit/EMD and to enter into the required agreement as stated in
condition of the terms & conditions, then I/We agree to the forfeiture
of the Security Deposit.
Any notice required to be served on me /us herein under shall be
sufficiently served on me /us if delivered to me /us personally or
forwarded to me /us by post to (Registered or ordinary) or left at
my/our address given herein. Such notice shall if sent by post be
deemed to have been served on me/us at the time when in due course
of post it would be delivered at the address to which it is sent. I/We
fully understand that the written agreement to be entered into
between me / us and the Corporation shall be the foundation of the
rights of both the parties and the contracts shall not be deemed to be
complete until the agreement has first been signed by me/us and then
by the proper officer authorized to enter into contracts on behalf of
SMTMC.
Name:
House No:
Locality:
Town/City/post:
Pin Code:
District:
Phone no.
Fax no.
Signature of the Bidder
Seal:
Bidder Signature and Seal 26
Annexure A-6
Days that excludes form the issuing of Access Cards
Sr. No. Days excludes 1 1st January 2 2 days of MahaShiv Ratri 3 5 days of Panchkroshi yatra 4 Shahi Snan Days 5 Mondays of Shravan and Bhadv month
6 Nagpachami 7
SMTMC can at any time suspend the operation temporarily/permanently for
any other day(s) not included in the above list on prior 1 day notice.
Place :
Date : Signature of Bidder
Bidder Signature and Seal 27
Annexure A-7
The bidder shall disclose the existing Adds he has present which he will print of the Access Cards in the following format
Sr. No.
Name & address and communication
details of Organization /
Institution
Message type which
disseminate through
Add
Per ticket earning
cost received from add
Sample of Add
1
2
3
In future whenever bidder received new add shall update the annexure
which will be the port of this bidder document. Place : Date : Signature of Bidder
Bidder Signature and Seal 28
Annexure A-8
The bidder shall erect counters on the following suggested places. SMTMC may change some or all place before operation of the project.
Sr. No.
Name & address of the place where counter will erect
Type of counter
Premises
1 Indore Air port Ticket Public Place
2 Ujjain Bus Stand Dewas Gate Ticket Public Place
3 Ujjain Bus Stand Nanakheda Ticket Public Place
4 Ujjain Railway Station Ticket Public Place
5 Tower Chowk Ticket Public Place
6 Ramghat Ticket Public Place
7 Indore road Toll Plaza Ticket Public Place
8 Agar Road Toll Plaza Ticket Public Place
9 Barnagar Road Toll Plaza Ticket Public Place
10 Gopal Mandir Ticket Public Place
11 Dewas Road Ticket Public Place
12 Maxi Road Ticket Public Place
13 Harsiddhi Mata Mandir Ticket Public Place
14 Parking Zone of Mahakal Temple Ticket Public Place
15 Parking Zone of Mahakal Temple Ticket Public Place
16 As per SMTMC advise Ticket/Checking SMTMC
17 As per SMTMC advise Ticket/Checking SMTMC
18 As per SMTMC advise Ticket/Checking SMTMC
19 As per SMTMC advise Ticket/Checking SMTMC
20 As per SMTMC advise Ticket/Checking SMTMC
21 As per SMTMC advise Ticket/Checking SMTMC
22 As per SMTMC advise Ticket/Checking SMTMC
23 As per SMTMC advise Ticket/Checking SMTMC
24 As per SMTMC advise Ticket/Checking SMTMC
25 As per SMTMC advise Ticket/Checking SMTMC
In future the counter may increase the bidder has to liable to erect new counters as suggested by the SMTMC for which SMTMC will not pay any cost.
Place : Date : Signature of Bidder