Bihar Govt
Bihar Govt
P?iflflIflg and
evopnient Departnier:
Page 2 of 59
Tender No.: 01/2024-25
abe
Disclaimer 5
Abbreviations& Definitions 6
Fact Sheet 8
1. Introduction 9
2.7. Confidentiality 14
2.12. Suspension 19
2.16. Arbitration 20
3. TermsofReference 22
3.2Scope of Work 22
3.3Payment Terms 25
Page 3 of 59
Tender No.: 01/2024-25
e
4.6. Performance Bank Guarantee 29
5.1. Evaluation 31
ANNEXURES 47
Page 4 of 59
Tender No.: 01/2024-25
• The information contained in this Request for Proposal document (RFP) or subsequently
provided to bidders, whether verbally or in documentary or any other form by or on behalf of
the Purchaser or any of their employees or advisers, is provided to bidders on the terms and
conditions set out in this RFP and such other terms and conditions subject to which such
information is provided.
• This RFP is not an agreement and is neither an offer nor invitation by the Planning &
Development Department to the prospective bidders or any other person. The purpose of this
RFP is to provide interested parties with information that may be useful to them in the
formulation of their Proposals pursuant to this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at by the Purchaser in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that
each bidder may require. This RFP may not be appropriate for all persons, and it is not possible
for the Purchaser, its employees or advisers to consider the objectives, technical expertise and
particular needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in this RFP, may not he complete, accurate, adequate or
correct. Each bidder should, therefore, conduct its own investigations and analysis and should
check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments and information contained in this RFP and obtain independent advice from
appropriate sources.
• Information provided in this RFP to the bidders is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law. The Purchaser accepts no responsibility for the accuracy or otherwise for any interpretation
or opinion on the law expressed herein.
• The Purchaser, its employees and advisers make no representation or warranty and shall have
no liability to any person including any bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything contained in
this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness
of the RFP and any assessment, assumption, statement or information contained therein or
deemed to form part of this RFP or arising in any way in this selection process.
• The Purchaser also accepts no liability of any nature whether resulting from negligence or
otherwise, caused arising from reliance of any bidder upon the statements contained in this RFP.
The Authority may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in this RFP.
• The issue of this RFP does not imply that the Purchaser is bound to select a bidder or to appoint
the selected bidder, as the case may be, for the Project and the Purchaser reserves the right to
reject all or any of the Proposals without assigning any reasons whatsoever.
• The bidder shall bear all its costs associated with or relating to the preparation and submission
of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Purchaser or
any other costs incurred in connection with or relating to its Proposal. All such costs and
expenses will remain with the bidder and the Purchaser shall not be liable in any manner
whatsoever for the same or for any other costs or other expenses incurred by a bidder in
preparation of submission of the Proposal, regardless of the conduct or outcome of the
Selection Process.
Page 5 of 59
Tender No.: 01/2024-25
// / // 9 rn j
1. API Application Programming Interface
The bidder's representative! officer vested (explicitly, implicitly,
or through conduct) with the powers to commit the authorizing
organization to a binding agreement. Also called signing
Authorised
2. . officer!authority having the Power of Attorney (PoA) from the
Signatory
competent authority or the Board Resolution mentioning the
"name of the Authorised Signatory" of the respective Bidding
firm.
Documents issued by the procuring entity, including any
3. Bid Document amendments there to, that set out the terms and conditions of
the given procurement and includes the invitation to bid.
A security provided to the procuring entity by a bidder for
4. Bid Security securing the fulfilment of any obligation in terms of the provisions
of the bidding documents.
Any person! firm! agency! company! contractor! supplier!
Bidder ! Agency ! . . . . .
5. . . vendor participating in the procurement! bidding process with
Firm !Supplier
the procurement entity.
Committee constituted by Planning & Development Department
6. Committee
for evaluation of Technical Proposals
An authority or officer to whom the relevant administrative or
Competent . . . .
7. financial powers have been delegated for taking decision in a
Authority
matter relating to procurement.
Price payable to the firm!company on the panel of Planning &
8. Contract Price Development Department under the Contract for the complete
and proper performance of its contractual Obligations
Contract! .
A contract entered into between the procuring entity and a
9. Procurement
successful bidder concerning the subject matter of procurement.
Contract
10. Day AcalendardayasperGoB!GoI
11. Effective date The date on which the contract comes into force and effect
12. BAPEPS Bihar AapdaPunarvas & Punarnirman Society
13. BI Business Intelligence
14. BLADA Bihar Local Area Development Agency
15. CPI Consumer Price Index
16. CRM Customer Relationship Management
17. DES Directorate of Economics and Statistics
18. EMD Earnest Money Deposit
19. GCC General Conditions of Contract
20. GIS Geographic information systems
21. GoB Government of Bihar
22. Gol Government of India
Page 6of59
Tender No.: 01/2024-25
Page 7 of 59
Tender No.: 01/2024-25
Page 8 of 59
Tender No.: 01/2024-25
0
introducti
The Planning and Development Department is one of the key departments responsible for
formulating economic and social development plans and policies for the state. The department
oversees Bihar's development priorities and schemes across sectors like turnover, structure,
agriculture, irrigation, education, health, etc. It works on planning and allocation of funds and
resources across different departments and ensures its proper utilization.
Some key functions and responsibilities of the Planning and Development Department include:
• Preparing short-term and long-term plans for the development of the state
Conducting research and survey studies related to resources, socioeconomic conditions,
trends, etc. to feed into policy formulation
• Coordinating with central government institutions on planning and development matters
• Monitoring and evaluating the implementation of various policies, programs, and progress
across development sectors
• Mobilizing resources from central and state budgets, loans, and financial institutions to fund
development priorities
• Providing technical guidance and support to district and lower-level planning units
The Department deals with regional plan formulation based on socio-economic statistical data
gathered at the district as well as village/pa nchayat level. The importance of statistics for planning,
monitoring, and evaluation is now very well recognized and plays a crucial role in supporting
developmental policies and measuring the impact of government interventions. The statistical
system in Bihar is decentralized with the Directorate of Economics and Statistics as the key agency
for the collection, compilation, and dissemination of statistics. The Department has a Planning Board
that reviews annual plans and progress. It works closely with other line departments of the Bihar
government to discharge its functions related to state planning. The Planning Department also
coordinates with the centre, and the state agencies to implement schemes by monitoring funds'
utilization, progress, and impact. It regularly reviews performance to ensure effective public service
delivery.
1.1.1. Invitation for Selection of Project Management Consultant for Assistance in Scheme
Monitoring and Setting up of Data Lab and other Digiral Initiatives.
1.1.2. Planning & Development Department, Government of Bihar, invites responses ("Tenders")
to this Request for Proposal ("RFP") from reputed consulting firms ("Bidders") for the
provision of Services as described under, "Terms of Reference" of this RFP.
1.1.3. Any contract that may result from this Government procurement competition will be issued
initially for a period of 12 months.
1.1.4. The Purchaser reserves the right to (may), with concurrence of the bidder, extend the Term
for a period or periods of up to 01 year with a maximum of 02 such extensions on the same
terms and conditions, subject to the Purchaser's obligations at law.
Page 9 of 59
Tender No.: 01/2024-25
1.1.5. The bidder shall not be permitted to subcontract ari'/ of the services under this REP, except
for hiring and managing payroll of its deployed resources.
1.1.6. The date for the commencement of services is within 30 calendar days of contract signing
and the Bidder shall complete the deployment of the entire work force within 45 days of the
contract signing. In case of delay in complete deployment above 45 days, a penalty of INR
10,000/- per resource per month will be levied.
1.1.7. Proposals must be received not later than time, date and venue mentioned in the Eact
Sheet. Proposals that are received late WILL NOT be considered in this procurement process.
The department is looking to engage a Project Management Consultant (PMC) to get their extensive
support across various realms of operation, emphasizing continuous coordination throughout the
engagement. It includes aiding in core departmental functions such as annual plan and scheme
formulation, its monitoring, evaluation, data analysis, and lialsoning with governmental bodies like
NITI Ayog.
Eurthermore, the PMC will play a crucial role in Digital Transiormation and IT implementation for the
Department. A Data Lab for the Directorate of Economics and Statistics (DES) is required for
enhancing data-driven decision-making and policy formulation. Through advanced analytics and
interactive dashboards, the DES aims to derive valuable insights into socio-economic indicators,
program impacts, and support strategic planning. Additionally, the PMC will support other sub-
divisions of the Planning and Development Departments (P&DD) in development of software
applications/web portals, comprehensive dashboards, repori ing, analytics, bid process management,
and other technical support.
The initial deployment of resources by the PMC is indicated below, allowing for adjustments based
on the department's evolving needs. Overall, the PMC's mn;itifaceted support aims to enhance the
efficiency and effectiveness of the Planning and Development Department's endeavours,
contributing to the state's development objectives. Based on the expertise of the resources they will
be tagged full-time to corresponding divisions of the P&DD.
Deployment
Role Number period in
months
Project Manager with expertise in Planning 1 12
Development Economist 1 12
Planning Expert 1 12
SDG Consultant 1 12
Policy/Scheme Evaluation Expert 1 12
Statistician 1 12
Data Analyst 2 12
Network and IT Infrastructure Specialist 1 12
Sub Total 9
These 9 members team will be deployed at the client location.
Page 10 of 59
Tender No.: 01/2024-25
iii) Subject Matter Expert(s):Department may ask bidder to provide sectoral expert in the
domains of Agriculture, Infrastructure, Education, Health and Employment Generation etc on
as on when required basis. The rate applicable for that will be the rates discovered through
this RFP.
%1.
2.1.1. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions
about the solution needed to meet the requirements. Bidders and recipients of this RFP
may wish to consult their own legal advisers in relation to this RFP.
2.1.2. All information supplied by Bidders may be treated as contractually binding on the Bidders,
on successful award of the assignment by the Purchaser on the basis of this RFP.
2.1.3. No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of the Purchaser. Any notification of
preferred Bidder status by the Purchaser shall not give rise to any enforceable rights by the
Bidder. The Purchaser may cancel this public procurement at any time prior to a formal
written contract being executed by or on behalf of the Purchaser.
2.1.4. This RFP supersedes and replaces any previous public documentation & communications,
and Bidders should place no reliance on such communications.
Page 11 of 59
Tender No.: 01/2024-25
2.2.1. A Bidder shall not have a conflict of interest that may affect the Selection Process or the
Solution delivery (the "Conflict of Interest"). Any Bidder found to have a Conflict of
Interest shall be disqualified. In the event of disqualification, the Purchaser shall forfeit
and appropriate the EMD, if available, as mutually agreed genuine pre-estimated
compensation and damages payable to the Purchaser for, inter alia, the time, cost and
effort of the Purchaser including consideration of such Bidder's Proposal, without
prejudice to any other right or remedy that maybe available to the Purchaser hereunder
or otherwise.
2.2.2. The Purchaser requires that the Selected Bidder provides solutions which at all times hold
the Purchaser's interest paramount, avoid confliots with other assignments or its own
interests, and act without any consideration for future work. The Selected Bidder shall not
accept or engage in any assignment that would be in conflict with its prior or current
obligations to other clients, or that may place it in a position of not being able to carry out
the assignment in the best interests of the Purchaser.
2.2.3. Without limiting the generality of the above, a Binder shall be deemed to have a Conflict
of Interest affecting the Selection Process, if:
a. the Bidder or Associates (or any constituent thereof) and any other Bidder or Associates
(or any constituent thereof) have common controlling shareholders or other ownership
interest; provided that this disqualification shall not apply in cases where the direct or
indirect shareholding or ownership interest of an Bidder, its Member or Associate (or any
shareholder thereof having a shareholding of more than 5 per cent of the paid up and
subscribed share capital of such Bidder, Member or Associate, as the case may be) in the
other Bidder, its Associate is less than 5% (five per cent) of the subscribed and paid up
equity share capital thereof. For the purposes of this Clause, indirect shareholding held
through one or more intermediate persons shall be computed as follows:
• where any intermediary controlled by a person through management control or
otherwise, the entire shareholding held by surh controlled intermediary in any other
person (the "Subject Person") shall be taicen into account for computing the
shareholding of such controlling person in the Subject Person; where a person does
not exercise control over an intermediary, which has shareholding in the Subject
Person, the computation of indirect shareholding of such person in the Subject Person
shall be undertaken on
• a proportionate basis; provided, however, that no such shareholding shall be reckoned
under this Sub-clause if the shareholding of such person in the intermediary is less
than 26% (twenty-six per cent) of the subscribed and paid-up equity shareholding of
such intermediary; or
• a constituent of such bidder is also a constituent of another bidder; or
• such bidder or its Associate receives or has received any direct or indirect subsidy or
grant from any other bidder or its associate; or
• such bidder has the same legal representative for purposes of this application as any
other bidder; or
Page 12 of 59
Tender No.: 01/2024-25
• such bidder has a relationship with another bidder, directly or through common third
parties, that puts them in a position to have access to each other's' information about,
or to influence the application of either or each of the other Bidder.
1.3. L di
2.3.1. The Purchaser will reject a proposal for award if it determines that the bidder
recommended for award, or any of its personnel, or its agents or, vendors and/or their
employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices in competing for the contract in question;
2.3.2. For the purposes of this provision, the terms are set forth as follows:
• "Corrupt practice" is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
• "Fraudulent practice" is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
• "Collusive Practice" is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
• "Coercive Practice" is impairing or harming, or threaten to impair or harm, directly
or indirectly, any party or the property of the party to influence improperly the
actions of a party;
• "Obstructive Practices" is deliberately destroying, falsifying, altering, or concealing
of evidence material to the investigation or making false statements to The
Purchaser in order to materially impede an investigation into allegations of a
corrupt, fraudulent, collusive or coercive practice; and or threaten, harassing, or
intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation.
2.4. nt
2.4.1. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of the bid shall be deemed to
have been done after careful study and examination of the RFP document with full
understanding of its implications.
2.4.2. Failure to comply with the requirements of this paragraph may render the Proposal
non-compliant and the Proposal may be rejected. Bidders must:
• Include all documentation specified in this RFP;
• Follow the format of this REP and respond to each element in the order as set out
in this RFP
• Comply with all requirements as set out within this REP.
Page 13 of 59
Tender No.: 01/2024-25
2.5.1. The Bidder's Proposal must remain valid for at least 180 days after the Proposal
submission deadline. A bid valid for a shorter period shall be rejected by the Purchaser
as non- responsive bid.
2.5.2. In exceptional circumstances, prior to the expiration of the bid validity period, the
Purchaser may request bidders to extend the period of validity of their Bids. The EMD
shall also be extended for a corresponding period. A bidder may refuse the request
without forfeiting its bid security i.e., EMD. A bidder granting the request shall not be
required or permitted to modify its bid. The request and the responses shall be made
in writing.
2.5.3. If it is established that any Key Expert nominated in the Bidder's Proposal was included
in the Proposal without his/her confirmation, such Proposal shall be disqualified and
rejected for further evaluation.
2.5.4. The Bidder cannot change more than three resources as submitted in response to the
bid, except in case of resignation, medical inapacity or death, reasons beyond the
control of Bidder or for reasons to the satisfaction of the Purchaser, for the entire
project period unless there is written approval of the Purchaser. For any change
request of resource, the substitute has to be an individual with similar / better
experience & qualifications and accepted in writing by The Purchaser.
2.5.5. If the client finds that any of the personnel have 1) committed serious misconduct, or
have been charged with having committed a criminal action, or 2) have reasonably
caused to be dissatisfied with the performance of any of the personnel, then the
Project Management Consultant shall, at the Client's written request specifying the
grounds thereof, provide as a replacement a person with qualifications and experience
acceptable to the client.
L
2.6.
2.6.1. The Purchaser will make its best effort to complete the processing within the
proposal's validity period. However, should the need arise, The Purchaser may request,
in writing, all Bidders who submitted Proposals prior to the submission deadline to
extend the Proposal's validity.
2.6.2. If the Bidder agrees to extend the validity of its Proposal, it shall be done without any
change in the original Proposal arid with the confirmation of the availability of the Key
Experts.
2.6.3. The Bidder has the right to refuse to extend the validity of its Proposal in which case
such Proposal will not be further evaluated.
2.7. Cc-r1
2.7.1. From the time the Proposals are opened to the time the Contract is awarded, the
Bidder should not contact The Purchaser on any matter related to its Technical and/or
Pape14of59
Tender No.: 01/2024-25
2.8.1. At any time prior to the deadline for submission of Proposal, subsequent to the pre
offer meet, the Purchaser may, for any reason, whether at its own initiative or in
response to clarifications requested by a Bidder, modify the "RFP" document by the
issuance of Addendum! Amendment and posting it on the Official Website. In order to
afford the Bidders a reasonable time for taking an amendment into account, or for any
other reason, the Purchaser may, in its sole discretion, extend the Proposal Due Date.
2.9.1. The Contract shall be governed by and interpreted in accordance with the laws of the
Bihar State! the Country (India) and under the jurisdiction of Patna Court.
Force Maieu
Page 15 of 59
Tender No.: 01/2024-25
2.11.1.1. The Purchaser may, without prejudice to any other remedy for breach of
contract, by a written notice of default of at least 30 days sent to the selected
bidder, terminate the contract in whole or in part provided a cure period of not
less than 30 days is given to the selected bidder to rectify the breach.
2.11.1.2. If the selected bidder fails to deliver any or all quantities of the service
within the time period specified in the coitract, or any extension thereof granted
by The Purchaser; or;
Page 16 of 59
Tender No.: 01/2024-25
2.11.1.3. If the selected bidder fails to per1orrn any other obligation under the
contract within the specified period of delivery of service or any extension
granted thereof; or;
2.11.1.4. If the selected bidder, in the judgment of the Purchaser, is found to be
engaged in corrupt, fraudulent, collusive, or coercive practices in competing for
or in executing the contract, or;
2.11.1.5. If the selected bidder commits breach of any condition of the contract; or;
2.11.1.6. If The Purchaser terminates the contract in whole or in part, amount of PBG
may be forfeited. The decision of the Purchaser will be final and conclusive in this
regard.
2.11.2.1. The Purchaser may at any time terminate the Contract by giving a written
notice of at least 30 days to the selected bidder, if the selected bidder becomes
bankrupt or otherwise insolvent. In such event, termination will be without
compensation to the selected bidder, provided that such termination will not
prejudice or affect any right of action or remedy that has accrued or will accrue
thereafter to The Purchaser.
2.11.3.1. The Purchaser, by a written notice of at least 30 days sent to the selected
bidder, 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 the selected bidder
under the Contract is terminated, and the date upon which such termination
becomes effective.
2.11.3.2. In such case, The Purchaser will pay for all the pending invoices as well as
the work done till that date by the Bidder.
2.11.3.3. In addition to above clause, The Purchaser will compensate the Selected
Bidder with 30 days of Fee (Remunerations).
2.11.3.4. Depending on merits of the case the selected bidder may be appropriately
compensated on mutually agreed terms for the loss incurred by the contract if
any due to such termination.
2.11.3.5. Limitation of Liability- In no event shall either party be liable for
consequential, incidental, indirect, or punitive loss, damage or expenses
(including lost profits). The selected bidder shall not be liable to the other
hereunder or in relation hereto (whether in contract, tort, strict liability or
otherwise) for more than the value of the fees to be paid (including any amounts
invoiced but not yet paid) under this Agreement.
Page 17 of 59
Tender No.: O1/2O2425
2.11.4.1. The Purchaser may at any time terminate the Contract by giving at least
thirty (30) days written notice of termination to the Bidder, such notice to be
given after the occurrence of any of the events, terminate this Agreement if:
The Selected Bidder fails to remedy any breach hereof or any failure in
the performance of its obligations hereunder, as specified in a notice of
suspension, within thirty(30)days of receipt of such notice of suspension
or within such further period as the Purchaser may have subsequently
granted in writing;
• The Selected Bidder becomes insolvent or bankrupt or enters into any
agreement with its creditors for relief of debt or take advantage of any
law for the benefit of debtors or goes into liquidation or receivership
whether compulsory or voluntary;
• The Selected Bidder fails to comply with any final decision reached as a
result of arbitration proceedings.
• The Selected Bidder submits to the Purchaser a statement which has a
material effect on the rights, obhgations or interests of the Purchaser and
which the Selected Bidder knows to be false;
• Any document, information, data or statement submitted by the
Selected Bidder in its Proposals, based on which the Selected Bidder was
considered eligible or successful, is found to be false, incorrect or
misleading; or
As the result of Force Majeure, the Selected Bidder is unable to perform
a material portion of the Services for a period of not less than sixty (60)
days
If the Govt. of Bihar would like to terminate the contract for reasons not
attributable to the Selected Bidder's performance, it will need to clear all
invoices for the Selected Bidder services up to the date of their notice
along with 1 month pro-rata fee out of the project fee for total project
duration.
• If the Govt of Bihar would like co terminate the contract for reasons
attributable related to the Sele.ced Bidder, the government will give a
rectification notice for 3 months to the Selecteci Bidder in writing with
specific observations and instructions.
Page 18 of 59
Tender No.: 01/2024-25
2.11.6.1. Upon termination of this Agreement all pending payments due till the date
of the termination of the contract will be made by Purchaser to the Selected
Bidder within 30 days of the contract termination.
2i2. Suspension
2.12.1. The Purchaser may, by written notice of suspension to the Selected Bidder, without
any obligation (financial or otherwise) suspend all the payments to the Selected Bidder
here under if the Selected Bidder shall be in breach of this Agreement or shall fail to
perform any of its obligations under this Agreement, including the carrying out of the
Services; provided that such notice of suspension
• Shall specify the nature of the breach or failure, and
• Shall provide an opportunity to the Selected Bidder to remedy such breach or
failure within a period not exceeding thirty (30) days after receipt by the
Selected Bidder of such notice of suspension.
2.13.1. Upon termination of this Agreement or upon expiration of this Agreement, all rights
and obligations of the Parties hereunder shall cease, except
Such rights and obligations as may have accrued on the date of termination or
expiration,
The obligation of confidentiality set forth in RFP.
111
2.14.1. Upon termination of this Agreement by notice of either Party to the other the Selected
Bidder shall, immediately upon dispatch or receipt of such notice, take all necessary
steps to bring the Services to a close in a prompt and orderly manner and shall make
every reasonable effort to keep expenditures for this purpose to a minimum.
Page 19 of 59
Tender No.: 01/2024-25
2.1%
2.15.1. Amicable Settlement: The parties shall use their best efforts to settle amicably all
disputes arising out of or in connection with this Agreement or the interpretation
thereof. In the event a dispute, differences or claim arises in connection with the
interpretation or implementation of this agreement, the aggrieved party shall issue a
written notice setting out the Dispute/differences or claim to the other party, parties
shall first attempt to resolve such dispute through mutual consultation. If the dispute is
not resolved as aforesaid within 15 days from tee date of receipt of written notice, the
matter will be referred to Purchaser, who will take decision within 30 days after such
reference. If the dispute is still not resolved the matter will be referred for Arbitration.
2.16.1. In case the dispute is not resolved, any party nay issue a notice of reference, invoking
resolution of disputes through arbitration in accordance with the provisions of the
Arbitration Conciliation Act, 1996. The arbitrai proceedings shall be conducted by a
sole arbitrator that may be appointed with the consent of Parties to such dispute. If
there is no agreement among the parties to the identity or appointment of such sole
arbitrator within 30 days of issue of notice of reference, then the arbitral proceedings
will be conducted by a panel of three arbitruors, one arbitrator to be appointed by
The Purchaser and other appointed by Selected Bidder and the third arbitrator to be
mutually appointed by the other two arbitrators in accordance with provisions of
Arbitration and Conciliation Act, 1996. Arbitration proceedings shall be conducted in
and the award shall be made in English language. Arbitration proceedings shall be
conducted at Patna and following are agreed.
2.16.2. The arbitration award shall be final and binding on the Parties, and the Parties agree to
be bound thereby and to act accordingly.
2.16.3. The arbitrator may award to the Party that substantially prevails on merit, its costs and
reasonable expenses (including reasonable feec for counsel).
2.16.4. When any dispute is under arbitration, except for matters under dispute, the Parties
shall continue to exercise their remaining respective rights arid fulfil their remaining
respective obligations under this Agreement.
2.17.1. Except as provided under clause 'Force MajeLe," if the selected bidder fails to deliver
Services within the period specified in the Contract, The Purchaser may without
prejudice to all its other remedies under the Contract, deduct from the Contract Price,
as liquidated damages, a sum as specified as ii this document for delay until actual
delivery, up to a maximum deduction of the percentage specified in the bidding
Pace 20 of 59
Tender No.: 01/2024-25
document and! or contract. Once the maximum is reached, The Purchaser may
terminate the Contract pursuant to clause "Termination."
2.17.2. In addition to penalties mentioned, any written instruction by The Purchaser not being
complied to by the bidder and amounting to gross misconduct shall also amount to
penalty and an appropriate deduction may be charged from the related invoice (of that
quarter) as per the discretion of The Purchaser.
2.17.3. The time specified for delivery in the tender form shall be deemed to be the essence of
the contract and the selected bidder shall arrange services within the specified period.
2.17.4. Delivery period may be extended with or without liquidated damages, if the delay in
the supply of service is on account of hindrances beyond the control of the selected
bidder.
2.17.5. The selected bidder shall request in writing to The Purchaser giving reasons for
extending the delivery period of service, if he finds himself unable to complete the
supply of service within the stipulated delivery period. This request shall be submitted
as soon as a hindrance in delivery of service occurs or within 15 days from such
occurrence but before expiry of stipulated period of delivery of service after which
such request shall not be entertained
2.17.6. The Purchaser shall examine the justification of causes of hindrance in the delivery of
service and the period of delay occurred due to that and grants extension with or
without liquidated damages.
2.17.7. If The Purchaser agrees to extend the delivery period! schedule, an amendment to the
contract with suitable denial clauses and with or without liquidated damages, as the
case may be, shall be issued. The amendment letter shall mention that no extra price
or additional cost for any reason, whatsoever beyond the contracted cost shall be paid
for the delayed supply of service.
2.17.8. It shall be at the discretion of the Purchaser to accept or not to accept the supply of
services rendered by the Selected Bidder after the expiry of the stipulated delivery
period, if no formal extension in delivery period has been applied and granted. The
Purchaser shall have right to cancel the contract with respect to undelivered service.
2.17.9. If The Purchaser is in need of the service rendered after expiry of the stipulated
delivery period, it may accept the services and issue a letter of extension in delivery
period.
Page 21 of 59
Tender No.: 01/2024-25
The Department intends to hire the services of an agency to provide program management, capacity
building services, assistance in software/web portal development, monitoring of Service Level
Agreements (SLAs), assistance in bid process management and data analytics support to the
Department. The broad objectives of the services would be to provide strategic, implementation and
monitoring support in multiple work areas of the department focussed towards
2 Scou rj
The PMC/PMU shall be responsible for providing support to the Department and to its divisions
(Bihar State Planning Board, Directorate of Economics and Statistics, Directorate of Evaluation, Local
Area Engineering Organization, Bihar Local Area Development Agency (BLADA), Bihar Aapda
Punarvas & Punarnirman Society (BAPEPS), Bihar Mausam Seva Kendra and others) on their multiple
areas of work. Coordination and support shall be one of the most important and continuous activity
throughout the duration of the engagement. The scope of work shall include but not be limited to
the following:
Page 22 of 59
Tender No.: 01/2024-25
0
k. Business Process Re-engineering for the Department and its divisions.
I. Assist department in organising workshop, seminar etc.
a. Establish a comprehensive Data Lab for Directorate of Economics and Statistics which would
include:
• Requirement Gathering: Engaging with stakeholders through workshops, interviews,
and surveys to gather detailed requirements for data collection, analysis, and
reporting. Efficiently collect data from diverse sources like field surveys,
administrative records, census data, state departments and others.
• Data Collation and Standardization: Data Collation and Standardization: Establish a
network of data collection points and processes to ensure regular updates to gather
all relevant data effectively. Collate data from multiple departments into a
centralized, unified dataset by integrating information from disparate systems and
ensuring accurate logging and storage. Utilize advanced techniques to automate
data collation, AI/ML for data assessment, to improve accuracy, and enhance
efficiency. Standardize data formats and structures for consistency and
interoperability, developing common definitions and standardized entry templates.
Implement Al-driven methodology for real-time data validation and anomaly
detection to maintain dataquality
• Data Platform: Develop and maintain a robust data platform that can store large
volumes of data securely, facilitating easy retrieval and analysis on the infrastructure
and tools provided by the department. This platform should support scalable
Page 23 of 59
Tender No.: 01/2024-25
0
storage solutions, secure data access, and efficient data processing capabilities.
Integrate advanced analytics, machine learning (ML), and artificial intelligence (Al)
capabilities to enable predictive analytics, anomaly detection, and automated data
processing.
Analytics and Statistical Solutions: Build and implement advanced analytics and
statistical models to generate insights and support decision-making processes. This
involves applying machine learning techniques to understand relationships between
variables and predict future trends, employing unsupervised! supervised learning for.
identifying patterns and anomalies, and using ensemble models for predictive
analytics to allow more accurate forecasting of economic and social trends.
Additionally, develop time series forecasting using traditional and transformer based
models to anticipate future outcomes based on historical data, thereby informing
policy decisions and resource allocation. Integrate these models into interactive
dashboards and visualizations to provide stakeholders with real-time access to data-
driven insights with prescriptive analytics. Furthermore, create models for socio-
economic indicators, trend analysis, and impact assessment of various government
schemes, as well as calculate various economic and social indices to support
comprehensive analysis. By following this structured approach, the analytics and
statistical solutions will be robust, comprehensive, and highly beneficial for strategic
decision-making.
Dashboard Development: Create interactive dashboards that provide real-time
access to key performance indicators and other critical data for stakeholders. Ensure
these dashboards are user-friendly and customizable, allowing users to filter and
view data according to their needs, such as district-wise performance, scheme-wise
progress, and demographic analysis.
• Training and capacity building: Conduct regular training sessions for officials and
staff to ensure effective use of data analytics tools and techniques. Provide hands-
on workshops, online training, and continuous support to build data literacy and
analytical skills among department personnel.
• Monitoring and Evaluation: Develop a framework for continuous monitoring and
evaluation of data to assess the effectiveness of programs and make necessary
adjustments. This includes setting up key performance indicators, regular reporting
schedules, and feedback mechanisms to ensure that the data lab's outputs are
aligned with the planning department's objectives and help in policy refinement.
Utilize AI/ML algorithms for predictive monitoring to foresee potential issues and
proactively address them. Implement reinforcement learning models to
continuously learn from new data, improving the accuracy and relevance of
evaluations over time. Leverage Al-powered tools to enhance the feedback
mechanisms, ensuring timely and actionable insights for stakeholders.
• Support and Maintenance: Provide ongoing support and maintenance for the data
lab infrastructure, ensuring it remains operational and up-to-date with the latest
technology and security protocols. This includes troubleshooting issues, performing
regular system updates, and ensuring data integrity and accessibility.
b. Evaluate additional data analytics needs across other functional divisions of the Department.
Assess current reporting and analytical capabilities.
Page 24 of 59
Tender No.: 01/2024-25
0
• Recommend and facilitate the adoption of advanced methodologies leveraging
cutting-edge technologies, such as big data analytics, real-time monitoring, and Al-
driven solutions.
• Identify immediate opportunities for generating additional insights from existing
databases and datasets through comprehensive reports and analyses utilizing
innovative tools and techniques.
• Analyse evolving data requirements to stay ahead of emerging trends and
mandates.
c. Use data mining, machine learning, and deep learning methodologies to integrate insights
and optimize decision-making processes. Ensure seamless integration with other platforms
to enhance the effectiveness of planning and decision-making. Develop and implement
statistical models and Al algorithms to improve forecasting and strategic planning. Offer
assistance in formulating strategies to bolster the planning apparatus at both headquarters
and district levels, leveraging these advanced methodologies. This comprehensive approach
includes seamless integration with other platforms to optimize decision-making processes,
thereby enhancing overall planning and strategic capabilities.
Bid Process Management for selection of the agencies related to IT, quality control, survey and other
services as per the scope of work including:
a. Preparation of Request for Proposal (RFP) for selection of agency covering Scope of Work,
Tender evaluation criteria & selection process, contractual terms and conditions, service
levels agreements (SLAs), payment terms, etc.
b. Support in pre-bid meetings and providing clarification for queries submitted by the bidders.
c. To facilitate bid opening and assist in the evaluation of bids submitted by the bidders
d. To assist in contract management. The contract agreement with the agency should address
the following at the minimum:
• Responsibilities of the Department
• Responsibilities and Services to be provided by the agency in the implementation
and management of the Project
• Expected Service Levels of the Project and post-implementation performance
measures
• Implementation timelines
• Acceptance procedure
• Change Management Procedures
• Payment Terms & other Conditions
33 Payment rrrs
• For activities mentioned under "Scope of Work", a monthly invoice will be generated and
submitted within 20 days from the last working day of the last month along with a Monthly
Status Report covering a snapshot of activities undertaken for the quarter, to the Planning &
Development Department, by the Project Management Consultant (PMC). If no objection in
Page 25 of 59
Tender No.: 01/2024-25
terms of performance, deliverable or invoice value is raised, within 15 days from the invoice
date by the Planning & Development Department, the invoice and! or the deliverables will
be deemed accepted by the Planning & Development Department.
• All the payments shall be made in Indian National Rupee (INR) and shall be subject to
applicable taxes, if any.
• Project Duration: Any contract that may result from this Government procurement
competition will be issued for a period of 12 months.
• The Purchaser may, with concurrence of the bidder, extend the Term for a period or periods
of up to 01 (one) year with a maximum of 02 (two) such extensions on the same terms and
conditions, subject to the Purchaser's obligations at law.
• Upon extension (if any) of the contract, the fee shall be escalated @ 5% P.A. For illustration
purposes, if the successful bidder's financial quote (annually) is INR 100/- and the contract is
signed on 1-April-2024, it shall get INR 100/- P.A. for a period from 1-April-2024 to 31-
March-2025. Thereafter, it shall get lNR 105/- P.A. for a period from 1-April-2025 to 31-
March-2026(i.e., lNR 100 + INR 100 X 5%) and INR 110.25/- P.A. for a period from 1-April-
2026 to 31-March 2027 (i.e., INR 105 + lNR 105 X 5%) and so on.
The annual fee escalation will also be applicable to any additional resource(s) that the purchaser
may require as described under the section "Criteria for Evaluation".
• Bidders should submit their responses as per the formats given in this RFP which is to be
uploaded on the website http:i/gpoc2bihar.gov.in
• Please note that prices should not be indicated in the technical proposal but should only be
indicated in the financial proposal.
• The submission of bid is to be made through httpgJeproc2bihar.gov.in
• All the pages of the Proposal must be sequentially numbered and must contain the list of
contents with page numbers. Any deficiency in the documentation may result in the
rejection of the Bidder's Proposal.
• The Proposal shall contain no interlineations or overwriting, except as necessary to correct
errors made by the Bidder itself. Any such corrections must be initialled by the authorised
signatory of the Bidder.
Page 26 of 59
Tender No.: 01/2024-25
-Mid Conference
a. Purchaser shall hold a pre-bid meeting with the prospective Bidders as per information given
in the Fact Sheet above.
b. The Bidders will have to ensure that their queries for pre-bid meeting should reach the point
of contact (Nodal Officer) through email only as mentioned in the fact sheet.
c. The e-mail should necessarily have subject as per the following nomenclature:
"Pre-bid Query — RFP Planning & Development Department**{Company's Name}"
d. The queries should necessarily be submitted in the following format in both PDF and
Editable MS-Word! Excel File Format:
1.
2.
3.
e. Purchaser shall not be responsible for ensuring that the Bidders' queries have been received
by them. Any requests for clarifications post the indicated date and time may not be
entertained by the Purchaser.
Page 27 of 59
Tender No.: 01/2024-25
4.2.1. Purchaser may terminate the RFP process at any time and without assigning any
reason. Purchaser makes no commitments, express or implied, that this process will
result in a business transaction with anyone.
4.2.2. This RFP does not constitute an offer by the Purchaser. The Bidder's participation in
this process may result Purchaser selecting the Bidder to engage towards execution of
the subsequent contract.
4.3.1. The Bidder will download the RFP document(s) from the website
https://eproc2.bihar.gov.in . The bid fee of should be submitted online. The RFP
document fee must be submitted with proposal. Proposals received without or with
inadequate RFP document fees shall be rejected.
4.4.1. The bidder will have to pay a one-time Tender Processing Fee online. The RFP
document fee must be submitted with proposal. Proposals received without or with
inadequate RFP document fees shall be rejected.
4.4.2. This fee is mandatory to be paid through online mode i.e., Internet payment gateway
(Credit! Debit Card), Net banking, NEFT/RTGS.
4.5.1. Bidders shall submit an EMD of INR 7,00,000/- (INR Seven Lakhs) only, in the form of
Bank Guarantee issued by an Indian Nationalized / Scheduled Bank or to be paid online
on https://eproc2.bihar.gov.in
4.5.2. EMD of all unsuccessful Bidders would be refunded by the Purchaser within 2 months
of the Bidder being notified as being unsuccessful. The EMD, for the amount
mentioned above, of successful Bidder would be returned upon submission of
Performance Bank Guarantee.
4.5.3. The EMD amount is interest free and will be refundable to the unsuccessful Bidders
without any accrued interest on it.
4.5.4. Proposals not accompanying the EMD or containing EMD with infirmity (ies) (relating
to the amount or validity period etc.), mentioned above, shall be summarily rejected.
4.5.5. The [MD may be forfeited in the event of:
Page 28 of 59
Tender No.: 01/2024-25
Lri,rau
4.7.1. The Bidder shall be responsible for all costs incurred in connection with participation in
the RFP process, including, but not limited to, costs incurred in conduct of informative
and other diligence activities, participation in meetings/discussions/presentations,
preparation of proposal, in providing any additional information required by Purchaser
to facilitate the evaluation process, and in negotiating a definitive contract or all such
activities related to the bid process.
4.7.2. Purchaser will in no event be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
4.7.3. Proposal should be accompanied by an appropriate board resolution or power of
attorney in the name of an authorised signatory of the Bidder stating that he is
Page 29 of 59
Tender No.: 01/2024-25
authorised to execute documents and to undertake any activity associated with the
Bidder's Proposal.
4.7.4. The Proposal should be filled by the Bidder in English language only. If any supporting
documents submitted are in any language other than English, translation of the same
in English language is to be duly attested by the Bidders. For purposes of Proposal
evaluation, the English translation shall govern.
Suio of Propo5
4.8.1. Proposals, in its complete form in all respects as specified in the RFP, must be
submitted online before the end time.
4.8.2. Bids received after the due date and the specified time (including the extended period
if any) for any reason whatsoever, shall not be entertained and shall be returned
unopened.
4.8.3. The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondence will be entertained on this matter.
4.8.4. The Purchaser shall not be responsible for any postal delay or non-receipt/ non-
delivery of the documents. No further correspondence on the subject will be
entertained.
4.8.5. The Purchaser reserves the right to modify and amend any of the above-stipulated
conditions/criteria depending upon project priorities vis-à-vis urgent commitments.
Nu he uploaded document
4.9.1. The bidder shall ensure that the document uploaded on the e-procurement portal is
clearly visible and downloadable.
4.9.2. The bidder shall ensure that the documents uploaded are correctly numbered so that
any specific document can be easily and quickly found using the appropriate
serial/page no. All documents shall only be uploaded in the formats mentioned here:
PDF, MS Office, Compatibility Mode, and JPEG Format. The unsuccessful opening or
download ability of documents which are uploaded in any format other than those
mentioned above shall not be entitled for any claim whatsoever.
4.9.3. No claims shall be entertained owing to issues of internet connectivity. The bidders are
advised to upload the bid online well in advance of the deadline to avoid difficulties.
Page 30 of 59
Tender No.: 01/2024-25
a. The Purchaser will constitute a committee to evaluate the responses of the Bidders
(Proposal Evaluation Committee).
b. The Proposal Evaluation Committee constituted by the Purchaser shall evaluate the
responses to the RFP and all supporting documents / documentary evidence. Inability of a
Bidder to submit requisite supporting documents / documentary evidence may lead to the
Bidder's Proposal being declared non-responsive.
c. The decision of the Proposal Evaluation Committee in the evaluation of responses to the
RFP shall be final. No correspondence will be entertained outside the process of
negotiation! discussion with the Proposal Evaluation Committee.
d. The Proposal Evaluation Committee may ask for meetings with the Bidders to seek
clarifications on their proposals.
e. The Proposal Evaluation Committee reserves the right to reject any or all Proposals on the
basis of any deviations contained in them.
f. Each of the responses shall be evaluated as per the criterions and requirements specified in
this RFP.
g. The evaluation would consist of following phases:
• Phase I: Evaluation of Pre-qualification Criteria.
• Phase II: Evaluation of Technical Proposal (of only those bidders who qualify as per
the pre-qualification criteria).
• Phase Ill: Evaluation of Financial Bids (of only those bidders who score at least 70%
in the technical qualification criteria). In case number of bidders qualifying technical
bid is less than 3 then this cut off may be reduced up to 60% at the discretion of
department.
• Phase IV: Combined Evaluation of Technical and Financial Bids (QCBS — 80:20).
a. The Proposals submitted up to the last date and time mentioned above will be opened on
the mentioned place, time and date by the Nodal Officer or any other officer authorized by
the Purchaser, in the presence of the Bidder's representatives who may be present at the
time of opening.
b. The representatives of the Bidders are advised to carry an identity card or a letter of
authority from the Bidding entity for attending the opening of the Proposal.
Page 31 of 59
Tender No.: 01/2024-25
a. The offer submitted by the Bidders should be valid for minimum period of 180 days from
the last date of submission of the Proposal.
a. The Purchaser will award the Contract to the successful bidder whose proposal has been
determined to be substantially responsive and has been determined as the most responsive
bids as per the standard process.
5.1.5. Right to Accept Any Proposal and To Reject Any or All Proposal(s)
a. The Purchaser reserves the right to accept or reject any proposal, and to annul the
tendering process / Public procurement process and reject all proposals at any time prior to
award of contract, without thereby incurring any liability to the affected bidder or bidders
or any obligation to inform the affected bidder or bidders of the grounds for the Purchaser
action.
a. Prior to the expiration of the validity period, the Purchaser will notify the successful bidder
in writing or by fax or email, that its proposal has been accepted. In case the tendering
process /public procurement process has not been completed within the stipulated period,
The Purchaser, may like to request the bidders to extend the validity period of the bid.
b. The notification of award will constitute the formation of the contract. Upon the successful
bidder's furnishing of Performance Bank Guarantee, the Purchaser will return the EMD of
unsuccessful bidders.
a. After the Purchaser notifies the successful bidder that its proposal has been accepted, The
Purchaser shall enter into a contract, incorporating all clauses, pre-bid clarifications and the
proposal of the bidder between The Purchaser and the successful bidder.
a. Failure of the successful bidder to agree with the Draft Legal Agreement and Terms &
Conditions of the RFP shall constitute sufficient grounds for the annulment of the award, in
which event the Purchaser may award the contract to the next best value bidder or call for
new proposals from the interested bidders.
Page 32 of 59
Tender No.: 01/2024-25
a. Initial Proposal scrutiny will be held and to confirm that Proposals do not suffer from the
infirmities detailed below. The proposal will be treated as non-responsive, if a Proposal is
found to have been:
• Submitted in manner not conforming with the manner specified in the RFP
document
• Submitted without appropriate EMD as prescribed herein
• Received without the appropriate power of attorney
• Containing subjective/incomplete information
• Submitted without the documents requested in the checklist
• Non-compliant with any of the clauses stipulated in the RFP
• Having lesser than the prescribed validity period.
• The EMO of all non-responsive bids shall be returned to the bidders.
• The Purchaser will prepare a list of responsive Bidders, who comply with all the
Terms and Conditions of the Tender. All eligible bids will be considered for further
evaluation by a committee according to the Evaluation process define in this RFP
document. The decision of the Committee will be final in this regard.
Page 33 of 59
Tender No.: 01/2024-25
-
5.2.1. Pre-qualification (PQ) criteria
Required documentary
Page34of59
Tender No.: 01/2024-25
5 Blackl sting The bidder should not have been blacklisted - Notarized undertaking
/ debarred by any Central! State by the authorized
Govern ment /PSU/ International Fina ncial signatory of the bidder.
Institutions as on the date of issue of RFP, for
corrupt, fraudulent or any other unethical
business practices.
The evaluation committee appointed by the Purchaser will carry out the evaluation of proposals
based on the following evaluation criteria and points system. If required, specific clarifications may
be asked from any or all bidder(s) at any stage. However, after the submission of the proposal by the
bidder, any supplementary! clarificatory document of a date later than the date of submission of
proposal shall not be accepted.
When turnover
is
• >500 cr: 7 Extract from audited
marks financial statement!
7
• >300&<=500 certificate from Chartered
cr: 5 marks Accountant
• >200 cr&<=300
cr: 3 marks
Project Experience of the Firm in last 5 years 38
Page 35 of 59
Tender No.: 01/2024-25
Page 36 of 59
Tender No.: 01/2024-25
lakhs.
The bidder must provide
clear details of the
projects (as much as
possible) for the
evaluation committee to
ascertain its relevance
Page 37 of 59
Tender No.: 01/2024-25
Page 38 of 59
Tender No.: 01/2024-25
B.Tech./BE (0.5Marks)
Degree in Data Analytics or equivalent (0.5
marks)
Experience of working with Directorate of
Economics and Statistics (DES) of any state (2
marks)
1 state:(1 mark)
2 or more than 2: (2 mark)
D4 Data Engineer Certification in Data Engineering:(2 marks) 4
2 or more certifications: (2 marks)
1 certification (1 mark)
Certification in cloud computing:(2 marks)
2 or more certifications: (2 marks)
1 certification (imark)
D5 BI Developer B.Tech./BE in Computer Science (1 mark) 3
M. Tech in Computer Science (1 mark)
Certification in BI tool: (1 mark)
Certification in any one Bl tool
D6 DBA No. of Projects experience with Central! 2
State Government / Multilateral Institutions!
government agencies (1 mark)
3 or more projects: 1 mark
Below 3 projects: 0.5 mark
Page 39 of 59
Tender No.: 01/2024-25
Minimum Qualifications & Experience required for the Team and their indicative Job Description
Page 40 of 59
Tender No.: 01/2024-25
Page 41 of 59
Tender No.: 01/2024-25
7. Data Analyst Consultant minimum 3 years of - Collecting and gathering data from
experience in related field various sources, including databases, APIs,
web scraping, and more.
Bsc (IT)/BE/B.Tech/ - Data analysis; preparation of reports and
M .Tech/MCA/Msc/M BA/PG DM presentations
or equivalent - Support the Department in data analytics
and in developing models for measuring
the impact of government interventions.
- Analyse emerging data requirements of
Page 42 of 59
Tender No.: 01/2024-25
Page 43 of 59
Tender No.: 01/2024-25
Page 44 of 59
Tender No.: 01/2024-25
Page 45 of 59
Tender No.: 01/2024-25
• A fixed price fee to be quoted for the entire scope of work as "Engagement of Project
Management Consultant for Comprehensive Support in Research, Scheme Evaluation &
Monitoring, and the Establishment of a Data Laboratory and Promotion of Digital
Solutions" Prices quoted should be inclusive of all fees towards complete scope of work,
all taxes, duties, levies, license fees, excluding GST and shall also include all expenses
incurred for the execution of the contract such as travel expenses, transportation
expenses, other expenses, office expenses, out of pocket expenses etc. along with
margin. For travel outside Patna, however, Department will arrange for vehicle/ flight
tickets and reimburse out of pocket expenses on actual basis. Conditional Financial Bid
shall be out-rightly rejected.
• The grand total of Annual Cost as quoted in FORM-2 shall be considered as the quoted
value for evaluation of financial bid.
• No adjustment of the contract price shall be made on account of any variations in cost of
labour and materials or any other costs components affecting the total cost in fulfilling the
obligations under the contract. The prices, once offered, must remain fixed and will be
subject to escalation of 5% during the subsequent extension of the contract.
• In this phase, the Financial Bids of only those Bidder, who are technically qualified under
Technical Evaluation as above under section 5.2.2., shall be opened.
• Formula to determine the scores for the Financial Bids shall be as follows:
SF = (FL! F)*100,
Where SF is the Financial Score
FL is the value of lowest Commercial Bid
F is the price quoted in the bid under consideration.
' .4
Page 46 of 59
Tender No.: 01/2024-25
r
Jr Pd d
Page 47 of 59
Tender No.: 01/2024-25
V
e
{Location, Date)
To:
The {Designation}
{Address}
Dear Sir,
We, the undersigned, offer to provide the services under {RFP Name} to Planning &
Development Department, Government of Bihar, in accordance with your Request for Proposals vide
no (RFP No) (dated).
We are hereby accordingly submitting our Proposal as per terms of this RFP.
• All the information and statements made in this Proposal are true and we accept that any
misrepresentation contained in this Proposal may lead to our disqualification by Planning &
Development Department.
• Our Proposal shall be valid and remain binding upon us till the bid validity period.
• We meet the eligibility requirements as stated in RFP
• In competing for (and, if the award is made to us, in executing) the Contract, we undertake
to observethe laws against fraud and corruption, including bribery as per RFP.
• Except as stated in the RFP, we undertake to negotiate a Contract on the basis of the
proposed Key Experts. We accept that the substitution of Key Experts for reasons other than
those stated in RFP maylead to the termination of Contract negotiations.
• Our Proposal is binding upon us and subject to any modifications resulting from the Contract
negotiations.
We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Services related
to the assignment no later than the period mentioned in the RFP.
We understand that Planning & Development Department is not bound to accept any Proposal that
it receives.
We remain,
Yours sincerely,
Page 48 of 59
Tender No.: 01/2024-25
Address:
1 A
Page 49 of 59
Tender No.: 01/2024-25
Stathrd Fot
ription
/
Page 50 of 59
Tender No.: 01/2024-25
Form TECH-i: A brief description of the Project Management Consultant's organization and an
outline of the recent experience of the Project Management Consultant that is most relevant to the
assignment. The outline should indicate the names of the Project Management Consultant's
Key Experts who participated, the duration of the assignment, the contract amount, and the Project
Management Consultant's role/involvement
List only previous similar assignments successfully completed/ on-going in the last 5 years as
specified under Technical Evaluation criterion broadly in following categories:
quality of A&B&C}
of country}
designed
Page 51 of 59
Tender No.: 01/2024-25
value (in Rs
equivalent) /
Amount paid
to your firm
master plan
for
rationalization
of
;}
e.g.,Apr 2019 to {e .g./' {e.g., Amount in {e.g., Lead
Mar 2020} Improvement Ministry Crore. Partner in a JV
quality of A&B&C}
of country}
designed
master plan
for
rationalization
of
;}
Page 52 of 59
Tender No.: 01/2024-25
Form TECH-2: a description of the approach, methodology, and work plan for performing the
assign ment.
• Technical Approach and Methodology: Please explain your understanding of the objectives
of the assignment, the technical approach, and the methodology you would adopt for
implementing the tasks to deliver the expected output(s) and the degree of detail of such
output, the approach for mobilizing the proposed experts named in the bid, the approach
for engaging as Project Management Consultant.
• Work Plan: Please outline the plan for the implementation of the main activities/tasks of the
assignment, including mobilizing of proposed experts named in the bid, the content and
duration of each activity, phasing and interrelations (including interim approvals by the
Client), and tentative delivery dates of the reports. The proposed work plan should be
consistent with the technical approach and methodology, showing your understanding and
ability to translate them into a feasible working plan. A list of the final documents (including
reports) to be delivered as final output(s). The work plan should be consistent with the Work
Schedule.
Organization: Please describe the structure and composition of your team, including the list
of the Key Experts —Clearly reflecting the experts committed right from the start date.
Page 53 of 59
Tender No.: 01/2024-25
n&att
{A brief description of the team composition and roles and responsibilities needs to be provided in
addition to the CV)
{Add/ Delete
rows if
needed)
Countries of Work
{Name of the country)
Experience
{Name of Language,
e.g., English, Hindi {Yes/ No) {Yes/ No) {Yes/ No)
Languages
etc.)
Work Undertaken that Best Illustrates Capability to Handle the Task Assigned {Add assignments and rows as
per the text}
Project! Assignment:{Name of the project! Assignment)
Month and Year (Start and end):{E.g., September2019 — August 2020}
Location: {Name of the city, Name of the state)
Client: {Name of the Client)
Position held:{Position/ Designation as per the assignment)
Page 54 of 59
Tender No.: 01/2024-25
Activities:
• {Mentions activities for which you were responsible in the project and "highlight" the key words that
relates to the job description for your proposed position)
• {Add more sections if needed}
Project! Assignment:{Name of the project/ Assignment)
Month and Year (Start and end):{E.g. September2019 — August 2020}
Location: {Name of the city, Name of the state)
Client: {Name of the Client}
Position held:{Position/ Designation as per the assign ment}
Activities:
• {Mentions activities for which you were responsible in the project and "highlight" the key words that
relates to the job description for your proposed position}
• {Add more sections if needed)
Project! Assignment:{Name of the project! Assignment}
Month and Year (Start and end):{E.g. September2019 — August 2020)
Location: {Name of the city, Name of the state)
Client: {Name of the Client)
Position held:{Position/ Designation as per the assignment)
Activities:
• {Mentions activities for which you were responsible in the project and "highlight" the key words that
relates to the job description for your proposed position}
• {Add more sections if needed)
Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my
qualifications, and my experience. I understand that any wilful described herein may lead to my
disqualification or dismissal, if engaged
Page 55 of 59
Tender No.: 01/2024-25
i L3d Format)
Summary of Annual Costs (This is for reference only, not to be scanned and uploaded)
Form-2 will have to submitted in online format only and failure to comply the same will result in
rejection of Bid
ment Cost
rvg
PMU Team
Project Manager
P2 Development
Economist
P3 SDG Consultant
P4 Planning Expert
P5 Policy/Scheme
Evaluation Expert
Statistician
P7 Data Analyst
P8 Network and IT
Infrastructure
Specialist
Tech Team
TI. Technical Lead
12 Data Engineer 100%
T3 AI/ML Engineer 100%
T4 BI Developer 1 100%
T5 Visualisation Expert 100%
T6 Data Scientist
T7 Data Base
Administrator
18 Full Stack Developer
Sub-Total (lNR)
GST as applicable
Grand-Total (Including GST) (lNR)
Note:
1. If requirement arises, department may ask to deploy additional resources at the discovered
man-month rates.
Page 56 of 59
Tender No.: 01/2024-25
' di
Page 57 of 59
Tender No.: 01/2024-25
16 The bidder should have directly provided! have been Prior Experience Certificates!
providing management consulting! advisory services Letter of Award! Agreement etc.
in at least one PMC Project in formulating policies! in support for the same
guidelines! strategy or scheme implementation and (Page No. From to
monitoring at which
enclosed)
- In last 5 years from issue date of this RFP
• Work Order
• Contract Agreement ! Satisfactory
Completion Certificate! Payment proof (For
com pleted or substa ntially completed
projects only)
Page 58 of 59
Tender No.: 01/2024-25
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in
exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.
For
Acce pted
(Signature)
Witnesses: 1.
2.
Page 59 of 59