You are on page 1of 51

TENDER DOCUMENT FOR SELECTION OF IMPACT ASSESSMENT AND COMMUNICATIONS

AGENCY FOR ASSESSMENT OF THE EFFECTIVENESS AND OUTREACH OF VARIOUS PROGRAMS


OF THE GOVERNMENT OF TELANGANA

DATE OF ISSUE OF TENDER:


DEPARTMENT OF INFORMATION AND PUBLIC RELATIONS, TELANGANA

DISCLAIMER

The information contained in this TENDER DOCUMENT or subsequently provided to Applicants,


whether verbally or in documentary or any other form by or on behalf of the Authority or any of its
employees or advisers, is provided to Applicants on the terms and conditions set out in this Tender
and such other terms and conditions subject to which such information is provided.
This Tender Document is not an agreement and is neither an offer nor invitation by the Authority to
the prospective Applicants or any other person. The purpose of this Tender Document is to provide
interested parties with information that may be useful to them in the formulation of their Proposals
pursuant to this TENDER DOCUMENT. This TENDER DOCUMENT includes statements, which reflect
various assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that each
Applicant may require.
This TENDER DOCUMENT may not be appropriate for all persons, and it is not possible for the
Authority, its employees or advisers to consider the objectives, technical expertise and particular
needs of each party who reads or uses this TENDER DOCUMENT. The assumptions, assessments,
statements and information contained in this TENDER DOCUMENT, may not be complete, accurate,
adequate or correct. Each Applicant should, therefore, before placing reliance on aforesaid
assumptions, assessments, statements and information [furnished in this TENDER DOCUMENT by
the Authority and/or any of its Agency] 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 TENDER DOCUMENT and obtain independent advice from
appropriate sources. For avoidance of doubt, in case any Applicant places reliance on any aforesaid
assumptions, assessments, statements, data and information [furnished by the Authority and/or its
Agency, in this TENDER DOCUMENT or under any of Project report/DPR/ feasibility report etc
referred to herein, then the same shall not in any manner bind/make liable the Authority and/or its
Agency, to indemnify the Applicant in respect of any loss/damage/costs whatsoever arising out of or
in connection with such reliance placed by the Bidder on the aforesaid assumptions, assessments,
statements, data and information.
Information provided in this TENDER DOCUMENT to the Applicants 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 Authority accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.
The Authority, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Applicant 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 TENDER
DOCUMENT or otherwise, including the accuracy, adequacy, correctness, reliability or completeness
of the TENDER DOCUMENT and any assessment, assumption, statement or information contained
therein or deemed to form part of this TENDER DOCUMENT or arising in any way in this Selection
Process.
The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Applicant upon the statements contained in this
TENDER DOCUMENT.

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 TENDER
DOCUMENT.
The issue of this TENDER DOCUMENT does not imply that the Authority is bound to select an
Applicant or to appoint the Selected Applicant, as the case may be, for the Project and the Authority
reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever.
The Applicant 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 Authority or any
other costs incurred in connection with or relating to its Proposal. All such costs and expenses will
remain with the Applicant and the Authority shall not be liable in any manner whatsoever for the
same or for any other costs or other expenses incurred by an Applicant in preparation or submission
of the Proposal, regardless of the conduct or outcome of the Selection Process.
The Authority has the right to annul/amend/issue clarification on the TENDER DOCUMENT/Bid at
any point of time during the bidding process without giving any reasons and the decision of
Authority shall be final in this regard.
INTRODUCTION

The Government of Telangana through Department of Information & Public Relation (the
Authority) has decided to select an Impact Assessment and Communications Agency for
conducting State level assessment on effectiveness and outreach of various programs of the
Government (the Project) from the date of appointment to ___________date.

1. BACKGROUND
1.1. Govt. of Telangana intends to monitor and evaluate the impact of various Govt.
Policies/Schemes/Initiatives with respect to meeting the stated objectives of such
Policies/Schemes/Initiatives by conducting a detailed impact assessment study and creating
reports thereof listing the points for improvement for the Govt. Schemes. This shall help the
Government in assessing citizen awareness of Govt. Policies/Schemes/Initiatives, finding
out the gaps in implementation of important schemes so that benefit of Govt. Schemes is
attained by maximum people of the State thereby enhancing the participation and
satisfaction levels of the citizens. This endeavour will also help the government formulate
new schemes/initiatives for various sections of people of the State.
1.2. This Agency shall carry out comprehensive data collection, qualitative and quantitative data
analysis, data processing and provide communication solutions to the Government of
Telangana. The Agency is expected to reach out to 5 to 10 % of the population through IVRS
by deploying trained field researchers across Telangana to conduct the field research and
deploying PRI/SIP lines for outbound dialling for dissemination of information and gathering
feedback.
1.3. With a view to inviting bids for the Project, Authority has decided to carry out a double
stage bidding process wherein in the first stage, Technical Proposals shall be evaluated and
in the second stage, Financial Proposals shall be evaluated. The bidder scoring the highest
marks in these stages, as detailed out later in this TENDER DOCUMENT shall be the Selected
Bidder through this bidding process herein after referred as (the Agency). The Project
would be executed in accordance with the terms and conditions stated in the agreement to
be entered into between the Authority and the Agency (the Agreement).
1.4. In pursuance of the above, the Authority has decided to carry out the process for selection
of the Agency who shall provide its services in accordance with the terms of this TENDER
DOCUMENT and the Scope of Work specified herein.
2. SCOPE OF WORK

2.1 The Scope of work of the hired Market research Agency/Firm will be mainly to plan,
coordinate and conduct the research at the ground level. The firm would ensure the quality
aspect of the research through employing the competent project officers in addition to
personnel specified in 8-13.

2.2 The impact assessment research would be based on the Scope and Methodology finalized by
the Commissioner of Information and Public Relations (CIPR). The assessment instruments
(questionnaire) for the proposed research would be developed and provided by the Agency
in consultation with CIPR. The Agency has to conduct a research across Telangana covering 5
to 10 % of the population through IVRS (as per Census 2011)

2.3 Research would be dispersed in 31 districts/ 584 revenue mandals of the State.

2.4 The Govt. officials will be designated to have a check on the progress and quality aspect of
the Research.

2.5 Over the course of the research, the Agency will be expected to submit an Inception report
including the Detailed Strategy, approach, processes, research methodology, data collection
techniques (primary and secondary) key activities, work plan with timelines, log frames, base
line research plans and submit Impact Assessment Report(s) indicating sector wise/
department wise communication plan for dissemination of information related to Govt.
schemes in a more creative manner along with documentation of best practices in identified
sectors/ departments (both national and international). For conducting the research, the
Agency will be expected to deploy the following in Telangana:

a) Adequate number of PRI/SIP lines should be deployed by the Agency for the entire course
of project to make at least 15 lakh successful calls for dissemination of information and
gathering feedback on IVRS platform.

b) Agency should have the capacity of providing 120 E1s to handle 15 lakh calls per day
considering 8 hours.

Following are the activities in detail:


2.5.1 Baseline Research and Creative Communication Strategy: The selected Agency will
be provided brochure of information by the CIPR regarding Govt. schemes and
programmes of all Departments of State Govt.
2.5.1.1 The Agency is required to conduct a Base Line Research on the basis of random
sampling method at the beginning of Project of the duration as specified in the
deliverable timelines in Clause 30, to collect and analyze data from IVRS (sample
size of minimum 2,50,000 respondents)
2.5.1.2 The Agency has to identify what the respondent does not know about
the(relevant/ applicable) Government Scheme(s) and other Govt. schemes in
general and submit report (Department wise) listing the schemes about which
people are not aware, are partially aware and are fully aware.
2.5.1.3 After the conduct of Baseline research, the Agency has to work closely with
designated Officers of various Departments of the Government for a period of
one month at Hyderabad and share the gathered information with them. On the
basis of discussion and deliberations, the Agency has to design, Innovative and
Creative communication collaterals for better dissemination of information
regarding Govt. schemes (about which people are either totally unaware or
partially aware) and submit report to CIPR. (CIPR will facilitate such meetings
and tie-ups as required with various Departments.)
2.5.1.4 Provide CIPR with access to customized database, which will contain
continuously updated archive of relevant data, information etc.
2.5.2 Thereafter, the Agency will be expected to conduct in-depth research over the
course of next 150 Days (in 5 rounds; 30+30+30+30+30) to identify lacunae in
implementation of various Govt. programs upto the beneficiary level.
2.5.2.1 The Agency is expected to research 2,50,000 respondents (randomly selected)
through IVRS research on monthly/per round basis.
2.5.2.2 Provide CIPR with access to customized database, which will contain
continuously updated archive of relevant data, information etc.
2.5.2.3 On the basis of above research, the Agency is expected to identify 15 key areas/
sectors; which have been maximally talked about by the respondents.
2.5.2.4 The Agency is required to submit the following reports at the final stage:
a) Detailed separate reports on each of the 15 programs/ areas identified on the
basis of data gathered from field/IVRS; (Fifteen Reports); Each report should
contain background note, the key findings, scheme specific MIS reports along
with suggestions for better implementation of programs in identified sector.
The basis of suggestions shall be documented best practices carried out in other
States of India as well as International Best practices (Dedicated Chapter on
Best practices to be incorporated in each Report by the Agency).

b) Comprehensive State Impact Assessment Report on general overview of reach


and implementation of existing Government Schemes/programs including
research MIS report, project analysis, data evaluation

c) Summary Report incorporating suggestions and scope of introduction of any


new program/intervention on the basis of research and gauged requirement.

d) Comprehensive Communication roadmap for information dissemination


through innovative and creative tools of communication, which can be used
across various media platforms.

2.6 The Agency would be submitting a detailed work plan to complete the Research in a timely
manner. The quality of the work plan and managerial capability to handle the proposed pan-
Telangana level Research are key competencies expected from the firms submitting the
TENDER DOCUMENT.

3. KEY DELIVERABLES

3.1 The Agency will submit the Research output in the database file (in soft copy) or in specified
format for further use by CIPR/GOT. The Agency will be handing over the filled in Research
Questionnaire and database file in specified format in phased manner as per approved work
plan. For IVRS research, the Agency, in consultation with CIPR, shall prepare the
Questionnaire/ Format on the basis of which information will be gathered from respondents
through successful IVRS calls. The Agency shall preserve all call records and the same have to
be handed over to CIPR for office record.

3.2 The time period to complete the research by the Agency is 8 months from the issue of work
order by the Department.

3.3 CIPR reserves the right to change scope of work, if required during the finalization of Bid
Process.

3.4 Any changes in scope of work, if required, after finalization/ placement of order will be done
on mutual cooperation basis.

3.5 DELIVERABLES: The following deliverables to be submitted till the completion of the total
project duration:
3.5.1 T1 T33 (M1) (Refer to the deliverables mentioned in Clause 28)

3.5.2 DELIVERABLES:

M2 Base Line Research (T+33 T+63 Days)

1. Sampling of minimum 2,50,000 IVRS respondents


2. Baseline Research MIS Report and preliminary data analysis report on public
perception assessment on what State Citizens do not know about existing Govt.
Schemes/programs
3. Prepare a report (Department wise) regarding the schemes about which people are
not aware, partially aware and fully aware.
4. Submission of data collected and analysed

M3 (T+63 Days T+77 Days)


1. Work closely with various Departments of the Government to design and create
information rich communication collaterals for dissemination for schemes about
which people are not aware or are partially aware. CIPR will facilitate such
meetings as required with various Departments for the creation of such
communiqu so that the public can be equipped with accurate and factual
information.
2. Design/Create the following:
i. Create atleast 100 Facebook posts/50 creatives
ii. Create atleast 50 Blogs of minimum 300 words each
iii. Create atleast 100 SMSs of upto 150 characters each

M3- (T+77 Days to T+227 Days)


M8

1. Identify core sectors and narrow down 15 primary Government interventions for
focus study
2. Conduct in-depth Study on public perception, outreach, implementation, need for
improvement etc. of such Govt. Interventions through:
a. Sampling of minimum 2,50,000IVRS respondents per round
3. Monthly progress report to be submitted and data
collection/consolidation/verification of sample data to be done in each round
4. Provide CIPR with access to customized database, which will contain continuously
updated archive of relevant data, information etc.
5. Submission of data collected and analysed

M8 (T+227 Days - T+240 Days)


1. 15 individual detailed project reports as 15 different program specific booklets
with key findings, data etc. for each of the 15 Government
interventions/programs as focused upon in Study with reports on Best-
practices in other States of the India as well as International Best practices
2. Comprehensive State Impact Assessment Report on general overview of reach
and implementation of existing Government Schemes/programs including
research MIS report, project analysis, data evaluation
3. Summary Report incorporating suggestions and scope of introduction of any
new program/intervention on the basis of research and gauged requirement.
4. Communication Roadmap containing creative content creation and designing
on the basis of key findings for dissemination of the following:
i. Creation of atleast 200 Facebook posts/50 creatives Creation of atleast 100
Blogs of minimum 300 words each
ii. Creation of atleast 200 SMSs of upto 150 characters each
iii. Any other content creation requirements based on research data and key
findings as may be specified by CIPR for dissemination through various other
media/channels

4. REQUEST FOR PROPOSAL

The Authority hereby invites proposals from qualified firms or expert institutions having
adequate experience in conducting Research for taking up the assignment through E-
tendering mode (the Proposals) for selection of IMPACT ASSESSMENT AND
COMMUNICATIONS RESEARCH AGENCY (the Agency) who shall provide its Services for the
Project for the defined time Period. All Services shall be provided in conformity with the
TENDER DOCUMENT and the terms of this TENDER DOCUMENT including its Schedules and
Appendices. The Authority intends to select the Agency through an open transparent
competitive bidding process in accordance with the procedure set out herein.

The proposal has to be submitted positively on or before --------------------------------------.


4.1 Due diligence by Applicants

Applicants are encouraged to inform themselves fully about the assignment and the local
conditions Applicants are encouraged to inform themselves fully about the assignment and
the local conditions before submitting the Proposal by paying a visit to the office of the
Authority (the Project Site), sending written queries to the Authority, and attending a
Pre-Proposal Conference on the date and time specified in ANNEXURE 2.

4.2 Tender Document

TENDER DOCUMENT can be downloaded from (website) on or before (time and date).

Tender documents, pre-bid queries, amendments and information, if any, will be uploaded
on (website) only.

For participating in the above e-tendering process, the Interested Parties shall have to get
themselves registered with (website) and get User ID, and Password. For any
clarification/difficulty regarding e-Tendering Process flow, refer to ITB as specified on the
website or call on Helpdesk no.

4.3 Number of Proposals

No Applicant shall submit more than one Application for the Project. An Applicant shall not
be entitled to submit another application either individually or as a member of any other
bidding firm, as the case may be.

4.4 Cost of Proposal

The Applicants shall be responsible for all of the costs associated with the preparation of
their Proposals and their participation in the Selection Process including subsequent
negotiation, visits to the Authority, Project site etc. The Authority will not be responsible or
in any way liable for such costs, regardless of the conduct or outcome of the Selection
Process.

5. CLARIFICATIONS

5.1 Applicants requiring any clarification on the TENDER DOCUMENT may send their queries to
the Authority in writing by speed post/ courier/ special messenger to (Address) in
accordance with schedule specified in ANNEXURE 2. The envelopes/e-mail subject shall
clearly bear the following identification:

QUERIES/REQUEST FOR ADDITIONAL INFORMATION CONCERNING TENDER DOCUMENT


FOR SELECTION OF IMPACT ASSESSMENT AND COMMUNICATIONS AGENCY- DEPARTMENT
OF INFORMATION & PUBLIC RELATIONS, TELANGANA.
The Authority shall endeavour to respond to the queries within the period specified therein
but not later than 7 (seven) days prior to the Proposal Due Date. The responses will be sent
by e-mail or shall be uploaded on the e-tender website of Telangana government.

5.2 The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause shall be construed as obliging
the Authority to respond to any question or to provide any clarification.

6. AMENDMENT OF TENDER DOCUMENT

6.1 At any time prior to the deadline for submission of Proposal, the Authority may, for any
reason, whether at its own initiative or in response to clarifications requested by an
Applicant, modify the TENDER DOCUMENT by the issuance of Addendum/Corrigendum and
posting it on the on the e-tendering website(). All prospective Applicants are expected to
visit the e-tendering website website() for regular updates on the Bidding process and the
Addendum/ Amendment.

6.2 The Amendments/Corrigendum will also be posted on the on the e-tendering website
website() along with the revised TENDER DOCUMENT containing the
Amendments/Corrigendum and will be binding on all Applicants.

6.3 In order to afford the Applicants a reasonable time for taking an amendment/corrigendum
into account, or for any other reason, the Authority may, in its sole discretion, extend the
Proposal Due Date.

7 VALIDITY OF THE PROPOSAL

The Proposal shall be valid for a period of not less than 90 days from the Proposal Due Date
(the PDD).

8 ELIGIBILITY CONDITION:
The bidder should meet the Eligibility criteria as follows:

A. General:

1) The Bidder can be a single entity or a joint Venture/ Consortium of companies. In any case
the lead single bidder / lead member shall be responsible for all the issues related to Impact
Assessment of various government projects in Telangana.

2)
a) The bidders can be proprietary, partnership, private limited or public limited companies
registered in India.
b) For the purposes of considering turnover, income tax and necessary expertise, the
bidder may be the lead member of a consortium/JV with another entity, which may be
having experience and expertise of the related technologies.

3) Any Bidder who submits the Bid other than for the specified project will be disqualified i.e
the bidder should quote for the complete project.
4) All Proposals must be submitted, duly signed by the Bidder under the "Covering Letter for
Proposal Submission" the format for which is provided at Annexure 1A of this RFP.

5) Any entity firm which has earlier been barred by CIPR, or Government of Telangana, or
Government of India or any other government department from participating in any tender
being undertaken by the respective entity, would not be eligible to submit a Bid, if such bar
subsists as on the Bid Due Date.

6) Registration / Licence: The bidders must have PAN, Service Tax, VAT, certificates, (if
Applicable) from the appropriate authorities (Photocopies of registration certificates to be
submitted.)

7) The firm should not have abandoned any work of Government of India or Government of
Telangana during the last 5 years.

8) At any point of time in the Bidding Process, if required by CIPR, it is the Bidder's
responsibility to provide such evidence of their eligibility as per the terms of the RFP, to the
satisfaction of CIPR.

B. Technical:

9) As this project demands the latest software technologies, companies with direct experience
in such technologies or with consortium experience in such technologies will only be allowed
to take part in the bidding process. Software development companies having direct /
Consortium experience of executing state-of-the-art software projects, in any part of the
world, can take part in the tender for which, "necessary documentary proof' should be
enclosed.

10) Personnel Capabilities: The bidder must have suitable qualified and experienced Personnel
for the successful operation of the project "Impact Assessment". Manpower details should
be submitted in the format given in Annexure - 7 of this document. Key personnel list should
be submitted along with bid.

11) Agency should be capable of a high performance dial out application with robust system
design to effectively manage government initiated outbound calls.

12) The IVRS platform should be configured for both one way communication as well as
interactive tool wherein customers inputs can be captured and route the call to respective
division.

13) Availability of Personnel: The Agency should have a permanent Staff Strength of atleast 10
employees and be equipped with skilled and experienced staff for the accomplishment of
major research tasks including but not limited to questionnaire design and pre Test, sample
design, manpower recruitment and deployment across Telangana, training of the field staff,
fieldwork monitoring, data processing and analysis, report writing and multi-media
information dissemination activities.

C. Financial
14) Financial capability of the applicants would be judged on the basis of the Threshold Financial
capability measured on the following criteria:
a) The bidder should submit the Income tax assessment certificates for the assessment
years 2016-17, 2015-16 and 2014-15.

b) The average Annual Turnover of the Bidder/Consortium should be INR 10 (Ten)


Crores over the last 3 (three) years i.e 2015-16, 2014-15 and 2013-14.

Criteria (a) and (b) of Financial Capability are pass/fail criteria only. The Response Sheets must be
supported by a certificate from the Applicant's statutory auditor. The Application must be
accompanied by the Audited Annual Report including balance sheets, Profit and Loss Sheets of
the Applicant for the three (3) financial years as mentioned above ..

D. Other Requirements/Conditions:

15) Availability of Personnel: The Agency should have a permanent Staff Strength of atleast 10
employees and be equipped with skilled and experienced staff for the accomplishment of
major research tasks including but not limited to questionnaire design and pre Test, sample
design, data processing and analysis, report writing and multi-media information
dissemination activities.

The Applicant shall offer and make available all Key Personnel meeting the requirements specified
below (Specialized Personnel may be hired by Applicant Agency at its own cost):

SR. POSITION NO. OF MINIMUM MINIMUM MINIMUM PROJECT EXPERIENCE


NO. PERSONS QUAL. EXPERIENCE
1 PROJECT 1 (ONE) POST- 6 YEARS Must have completed atleast 1
LEADER GRADUATE eligible assignment as Project Lead in
the past 3 years in Research
Component of eligible assignments
as specified in clause 8.10 (B)
2 MANAGER 1 (ONE) GRADUATE 4 YEARS Must have completed atleast 1
(FIELD eligible assignment as Project
OPERATIONS/ Manager in the past 3 years in
LOGISTICS) Research Component of eligible
assignments as specified in clause
8.10 (B)

3 SECTOR EXPERT 1 (ONE) POST- 4 YEARS Must have consulted/developed


(Preferably Post GRADUATE research/application modules for
Graduate in atleast 1 eligible assignment in the
Sociology/ past 3 years in Research Component
Social sciences/ of eligible assignments as specified
Statistics/ in clause 8.10 (B)
Research
methodology)
4 DATA ANALYST 1 (ONE) POST- 2 YEARS Must have completed atleast 1
(Preferably Post GRADUATE eligible assignment in the past 3
Graduate in years in Research Component of
Statistics/ eligible assignments as specified in
Mathematics/ clause 8.10(B)
Economics)

5 MANAGER 1 (ONE) GRADUATE 2 YEARS Must have worked as part of a team


(COMMUNICATI that completed atleast 1 eligible
ONS) assignment in the past 3 years in
Communications Component of
eligible assignments as specified in
clause 8.10 (A)

Note-1: The Authority will not consider any substitution of Key Personnel except under compelling
circumstances beyond the control of the Agency and the concerned Key Personnel. Without
prejudice to the foregoing, any substitutions will only be made with the prior approval of the
Authority. The Authority will not normally consider any request of the Selected Applicant for
substitution of Key Personnel as the ranking of the Applicant is based on the evaluation of Key
Personnel and any change therein may upset the ranking. Substitution will, however, be permitted
subject to equally or better qualified and experienced personnel being provided to the satisfaction
of the Authority.

Any entity which has been barred by the Central Government, any State Government, a statutory
authority or a public sector undertaking, as the case may be, from participating in any project, and
the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal.

An Applicant should have, during the last three years, neither failed to perform on any agreement,
as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Applicant, nor been expelled from any project or
agreement nor have had any agreement terminated for breach by such Applicant.

9 BRIEF DESCRIPTION OF THE SELECTION PROCESS

The Authority has adopted an e-tendering process for selection of the Agency. The TENDER
DOCUMENT submission shall be through e-tender process wherein Technical Proposals along
with EMD and Financial Proposal shall be uploaded on the e-tendering (website). A three-stage
procedure shall be adopted in evaluating the proposals:

9.1 The pre-qualification bids submitted would be evaluated at first. The bids meeting the pre-
qualification / eligibility criteria would be eligible for technical evaluation. Any proposal not
complying with the requirements of pre-qualification criteria will not be processed further.
9.2 The technical bids of the bidders meeting the pre-qualification criteria would be evaluated. In
order to assist the Evaluation Committee in evaluation of bids, the bidder will have to make a
presentation on the technical bid submitted at CIPR office as per the schedule provided in this
TENDER DOCUMENT. Based on the technical proposal submitted and the presentation on the
same made by the bidder, the technical bid would be evaluated out of a total score of 100
points / marks. The technical bids / proposal scoring at least 70 per cent points/marks would
be considered responsive for financial evaluation. A technical proposal failing to achieve 70%
of the marks shall be rejected.
9.3 In the third stage, financial proposals of those who have qualified for the Technical proposal
would be evaluated. Financial proposals for each of the zones would be ranked on the basis of
lowest rates quoted. Points obtained by the Agency for both Technical (70%) as well as
Financial (30%) scores would be clubbed for the final selection.
10 TIMEFRAME

The time period to complete the Research by the Market research Agency/Firm is as specified
in Clause 3.2. The work plan to be submitted by the firm will indicate the intermediate
milestones in addition to those specified in this TENDER DOCUMENT.

11 RIGHT TO REJECT ANY OR ALL PROPOSALS

11.1 Notwithstanding anything contained in this TENDER DOCUMENT, the Authority reserves the
right to accept or reject any Proposal and to annul the Selection Process and reject all
Proposals, at any time without any liability or any obligation for such acceptance, rejection or
annulment, and without assigning any reasons thereof.

11.2 The Authority reserves the right to reject any Proposal if:

a) at any time, a material misrepresentation is made or discovered, or

b) the Applicant does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Proposal.

Misrepresentation/ improper response by the Applicant may lead to the disqualification of the
Applicant. If such disqualification / rejection occurs after the Proposals have been opened and
the highest ranking Applicant gets disqualified / rejected, then the Authority reserves the right
to consider the next best Applicant, or take any other measure as may be deemed fit in the
sole discretion of the Authority, including annulment of the Selection Process.

12 PREPARATION AND SUBMISSION OF PROPOSAL

12.1 Language

The Proposal with all accompanying documents (the Documents) and all communications in
relation to or concerning the Selection Process shall be in English language and strictly on the
forms provided in this TENDER DOCUMENT. No supporting document or printed literature shall
be submitted with the Proposal unless specifically asked for and in case any of these Documents
is in another language, it must be accompanied by an accurate translation of all the relevant
passages in English, in which case, for all purposes of interpretation of the Proposal, the
translation in English shall prevail.

12.2 Currency of Proposal and Payments

The currency for the purpose of the Proposal shall be as per the Indian Rupees only.

12.3 Format and signing of Proposal

12.3.1 The Applicant shall provide all the information sought under this TENDER DOCUMENT. The
Authority would evaluate only those Proposals that are received in the specified forms and
complete in all respects.
12.3.2 The Authority would evaluate only those Proposals that are uploaded on the e-tendering
website (website) in the specified forms and complete in all respects. EMD amount as
specified in (Annexure 8) to be submitted along with the Technical Bid on e-portal.

12.3.3 The Proposal, shall be typed or written in indelible ink and signed by the authorised
signatory of the Applicant who shall initial each page, in blue ink. In case of printed and
published Documents, only the cover shall be initialled. All the alterations, omissions,
additions, or any other amendments made to the Proposal shall be initialled by the person(s)
signing the Proposal. The Proposals must be properly signed by the authorised
representative (the Authorised Representative) i.e. by a duly authorised person holding
the Power of Attorney, such as in case of a Limited Company or a corporation.

While submitting the Technical Proposal, the Firm shall, in particular, ensure that:
a) The Bid Security is provided;
b) all forms are submitted in the prescribed formats and signed by the prescribed signatories;
c) Power of Attorney (in favour of Authorized Representative) is executed as per Applicable
Laws;
d) CVs of the Project managers/experts have been submitted;
e) Applicant organization meets the Conditions of Eligibility;
f) The CVs have been recently signed in blue ink by the individual and the Team Leader.
Photocopy or unsigned / countersigned CV shall be rejected; and
g) The CV shall contain an undertaking from the Project manager/ leader about his/her
availability for the entire period of Research.
h) Professional Personnel proposed should have good working knowledge of English language
and Hindi/Telugu language where it is a mandatory condition.
i) No Key Personnel should have attained the age of 75 (seventy five) years at the time of
submitting the Proposal

Failure to comply with the requirements spelt out in this Clause 12.2 shall make the
Proposal liable to be rejected.

The Authority reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by the
Authority in respect of such Proposals.

12.3.4 If a firm/ organization or any of its members make(s) an averment regarding his or their
qualification, experience, or other particulars and it turns out to be false, or his commitment
regarding availability for the Project is not fulfilled at any stage after signing of the Letter of
Acceptance, all the members of the organization shall be debarred for any future assignment
of CIPR/ GOT for five years.

12.3.5 The Technical Proposal shall not include any financial information relating to the Financial
Proposal.

12.3.6 The Authority reserves the right to verify all statements, information, and documents,
submitted by the Applicant in response to the TENDER DOCUMENT. Failure of the Authority
to undertake such verification shall not relieve the firm of its obligations or liabilities
hereunder nor will it affect any rights of the Authority thereunder.
12.3.7 In case it is found during the evaluation or at any time before issue of Work Order that one
or more of the eligibility conditions have not been met by the firm or the Team has made
material misrepresentation or has given any materially incorrect or false information, the
firm shall be disqualified forthwith if not yet appointed as the Agency. If the firm has already
been issued the Work Order the same shall, notwithstanding anything to the contrary
contained therein or in this TENDER DOCUMENT, be liable to be terminated, by a
communication in writing by the Authority without the Authority being liable in any manner
whatsoever to the Applicant.

12.3.8 The rates quoted shall be firm throughout the period of performance of the assignment up
to and including acceptance of the conducted Research and discharge of all obligations of
the Agency under the Agreement.

13 BID SECURITY

13.1 Proposals would need to be accompanied by a Bid security in Indian Rupees for an amount as
given in the Data Sheet (Annexure 8) and valid for 45 days beyond the Proposal validity. The
bid security shall be kept valid throughout the Proposal Validity Period including any
extensions in the Proposal Validity Period as given in Clauses 14 and 15 and would be required
to be extended and further extended if so required by CIPR. Any extension of the validity of
the Bid Security as requested by CIPR shall be provided to **, a minimum of seven calendar
days prior to the expiry of the validity of the Bid Security, being extended. When an extension
of the Bid Validity Period is requested, Bidders shall not be permitted to change the terms and
conditions of their Bids. CIPR reserves the right to reject the Proposal submitted by any Bidder
who fails to extend the validity of the Bid Security in line with the provisions of this clause.

13.2 The Bid Security shall be in the following form:

A demand draft in favour of Commissioner or Bid Security issued by a bank, as per the format
set out in Annexure 4A. For the purpose of providing Bid Security, the "Bank" shall have the
meaning specified below and Bank Guarantees issued by the following Banks would be
accepted:

Banks

1. State Bank of India and its subsidiaries

2. Any Indian Nationalized Bank

3. Any scheduled Commercial Bank approved by RBI.

13.3 Any Bid not accompanied by the Bid Security shall be rejected by the Authority as non-
responsive.

13.4 The Authority shall not be liable to pay any interest on the Bid Security and the same shall be
interest free. The refund of Bid Security deposit shall be in the form of an account payee
demand draft in favor of the unsuccessful Applicant(s). Applicants may by specific instructions
in writing to the Authority give the name and address of the person in whose favor the said
demand draft shall be drawn by the Authority for refund, failing which it shall be drawn in the
name of the Applicant and shall be mailed to the address given on the Proposal.

13.5 The Applicant, by submitting its Application pursuant to this TENDER DOCUMENT, shall be
deemed to have acknowledged that without prejudice to the Authoritys any other right or
remedy hereunder or in law or otherwise, its Bid Security shall be forfeited and appropriated
by the Authority as the mutually agreed pre-estimated compensation and damages payable to
the Authority for, inter alia, the time, cost and effort of the Authority in regard to the TENDER
DOCUMENT, including the consideration and evaluation of the Proposal, if the tenderer
withdraws or amends its tender or impairs or derogates from the tender in any respect within
the period of validity of its tender. The successful tenderers earnest money will be forfeited if
the Bidder refuses to accept and sign the contract after selection fails or fails to furnish the
required performance security within the specified period.

14 PROPOSAL VALIDITY PERIOD

Proposal shall remain valid for a period not less than 6 months from the-Proposal Due Date.
CIPR reserves the right to reject any Proposal, which does not meet the requirement.

15 EXTENSION OF PROPOSAL VALIDITY PERIOD

15.1 In exceptional circumstances, prior to expiry of the original Proposal Validity Period, CIPR may
request the Bidders to extend the period of validity for a specified additional period. The
request and the Bidders' responses shall be made in writing. CIPR reserves the right to reject
the Proposal submitted by any Bidder who fails to extend the period of -Validity of its Proposal
in line with the provisions of this clause.

15.2 The Bid Validity Period of the Successful Bidder shall be automatically extended till the date on
which the Performance bank Guarantee is submitted to CIPR ..

16 BIDDER'S RESPONSIBILITIES

16.1 The Bidder is expected to examine carefully the contents of all the documents provided. Failure
to comply with the requirements of RFP will be at the Bidder's own risk.

16.2 It would be deemed that prior to the submission of the Proposal, the Bidder has:
i. Made a complete and careful examination of requirements and other information set forth
in this RFP
ii. Received all such relevant information as it has requested from CIPR.

16.3 CIPR shall not be liable for any mistake or error or neglect by the Bidder in respect of the above.

16.4 Each Bidder shall submit one Proposal only if they want to quote project in response to this RFP.
Submission of more than the specified proposals by any Bidder shall be sufficient ground for
disqualification of the Bidder. In case, any entity is part of more than one Bidder, this shall lead
to disqualification of all the Bidders in which such an entity is participating.

17 PRE-BID CONFERENCE
17.1 CIPR proposes to hold a Pre-Bid Conference on the date specified in the Schedule of Bidding
Process to discuss the issues related to the Project with all the Applicants. CIPR on his discretion
may also hold further discussions with the Applicants to finalise the technical/ commercial/
legal parameters and other related issues for the Project, before submission of the Proposals,
which would be common for all the Applicants.

17.2 Prior to the Pre-Bid Conference, the Bidders may submit a list of queries and propose
deviations, if any; to the Project requirements and/or the Agreement. Bidders must formulate
their queries propose deviations and forward the same to CIPR before Date of Pre Bid
conference as specified in the Schedule of Bidding Process. CIPR may amend the RFP based on
inputs provided by -prospective Bidders that may be considered acceptable in its sole
discretion.

17.3 CIPR, at his sole 'discretion, may respond to inquiries submitted by the conference attendees
after the date of the Pre-Bid Conference. Such a response will be sent in writing to all the
Applicants who have participated in pre-bid meeting

17.4 Bidders may note: that. CIPR will not entertain any deviations to the RFP at the time of
submission of the Proposal or thereafter. The Proposal to be submitted by the Bidders shall be
unconditional and the Bidders would be deemed to have accepted the terms and conditions of
the RFP with all its contents and Addendums issued thereafter. Any conditional Proposal shall
be regarded as non- responsive and would be liable for rejection. An undertaking to such effect
shall be submitted by the bidders as per ANNEXURE 1 A.

17.5 Attendance of Bidders at the Pre-Bid Conference is not mandatory.

17.6 All correspondence/ enquiry should be submitted to the following address, writing by fax/ post/
courier/email:

ADDRESS

17.7 No interpretation, revision, or other communication from CIPR regarding this solicitation is valid
unless in writing and signed by the competent authority from CIPR office.

18 FORMAT AND SIGNING OF PROPOSAL

18.1 The Bidder would provide all the information as per this RPP. CIPR reserves the right to evaluate
only those Proposals that are received in the required format, complete in all respects and in
line with the instructions contained in this RFP.

18.2 The Proposal (composite for all packages) should be submitted in Four Parts in 4 separate
envelopes and put together in one single outer envelope:

Part 1: "Other submissions" which will consist of details mentioned in Clause 2.1 of this RFP.
Part2: "Qualification & Technical Proposal" which will consist of the details mentioned in
Annexure 5B of this RFP.
Part 3: "Financial Proposal" as per the details mentioned in Annexure 6A and 6 B of this
RFP.
Part 4: "Bid Security" as per Annexure 4A of this RFP. Bid Security is not to be submitted in
Bound Form.
18.3 The Bidder shall prepare and submit the Proposal (comprising Other Submissions, Qualification
& Technical Proposal, Financial Proposal and Bid Security in separate envelopes) as indicated
above and in specified numbers of copies. In case of any discrepancies in terms of language or
numbers the original proposal will be considered for valuation.

18.4 The pages and volumes of each part of the Proposal shall be clearly numbered and stamped and
the contents of the Proposal shall be duly indexed.

18.5 All documents should be submitted in a bound form, separately for Part 1 & Part 2. Part 3 &
Part 4 are not to be submitted in bound form and should be placed in duly marked separate
envelopes. The Proposal should not include any loose papers.

18.6 The Proposal shall be typed or printed. The Proposal shall be signed and each page of the
Proposal shall be initialed by a person or persons duly authorized to sign on behalf of the Bidder
and holding the Power of Attorney as per the format provided in Annexure 2A of this RFP.

18.7 The number(s) contained in the financial Proposal should be covered with a clear/transparent
adhesive tape. Any signs of tampering will lead to the rejection of the financial Proposal. There
should not be any cutting.

18.8 The Proposal shall contain no alterations or additions, except those to comply with instructions
issued by CIPR or as necessary to correct errors made by the Bidder, in which case such
corrections shall be initialed by the person or persons signing the Proposal except in case of
Part 3 that should not have any alterations/additions.

19 SEALING AND MARKING OF PROPOSAL

19.1 The Bidder shall seal each Part (Other Submissions, Qualification & Technical Proposal, Financial
proposal and Bid Security) of the Proposal in separate: envelopes duly marking each envelope
as "OTHER SUBMISSIONS" or "QUALIFICATION & TECHNICAL PROPOSAL" or "FINANCIAL
PROPOSAL" or "BID SECURITY" as appropriate.

19.2 The Bidder shall put four separate envelopes enclosing the Proposal (Other Submissions,
Qualification & Technical Proposal, Financial Proposal and Bid Security) in a single outer
envelope and seal the envelope.

19.3 The outer envelopes shall clearly bear the following identification "Proposal for Providing
Impact Assessment of various government schemes for a period of 5 (Five) years in the State of
Telangana"

19.4 Each of the envelopes shall indicate the complete name, address, telephone number (with
country and city code) and facsimile number of the-Bidder,

19.5 Each envelope shall be addressed to:


ADDRESS

19.6 CIPR reserves the right to reject any Proposal which if not sealed and marked as instructed
above and CIPR will assume no responsibility for the misplacement or premature opening of the
Proposal.

20 FINANCIAL PROPOSAL

20.1 Applicants shall submit the financial proposal in the format described in APPENDIX - I clearly
indicating the total cost of the Project in both figures and words, in Indian Rupees. In the event
of any difference between figures and words, the amount indicated in words shall be taken into
account. In the event of a difference between the arithmetic total and the total shown in the
Financial Proposal, the lower of the two shall be taken into account.

20.2 Bidders shall quote in its Financial Proposal total fee for the entire contract period /duration of
assignment. While submitting the Financial Proposal, the Applicant shall ensure the following:

i. All the costs associated with the assignment shall be included in the Financial Proposal.
These shall normally cover remuneration for all the Personnel (Expatriate and Resident, in
the field, office etc), accommodation, travelling, printing of documents, taxes etc. The total
amount indicated in the Financial Proposal shall be without any condition attached or
subject to any assumption, and shall be final and binding. In case any assumption or
condition is indicated in the Financial Proposal, it shall be considered nonresponsive and
liable to be rejected.
ii. The Financial Proposal shall take into account all expenses and tax liabilities. For the
avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs
shown under different items of the Financial Proposal. Further, all payments shall be subject
to deduction of taxes at source as per applicable laws.
iii. Costs (including break down of costs) shall be expressed in INR.

21 PROPOSAL DUE DATE

21.1 The client will endeavor to follow the schedule (Important Information & Tentative Dates) given
in ANNEXURE 2 attached with the TENDER DOCUMENT. The proposals should be submitted on
or before ________ hours on _________________ on the official website of the Authority
(website)

22 LATE PROPOSALS

22.1 Proposals received by the Authority after the specified time on the due date shall not be eligible
for consideration and shall be summarily rejected.

22.2 Any alteration / modification in the Proposal or additional information or material supplied
subsequent to the due date, unless the same has been expressly sought for by the Authority,
shall be disregarded.

23 EVALUATION PROCESS

23.1 The Authority shall open the Proposals as per the schedule mentioned in ANNEXURE 2 at the
place specified in ANNEXURE 2 and in the presence of the Applicants who choose to attend.
23.2 Prior to evaluation of Proposals, the Authority will determine whether each Proposal is
responsive to the requirements of the TENDER DOCUMENT. A Proposal shall be considered
responsive only if:
a. the Technical Proposal is received in the form specified at 5.4;
b. it is accompanied by the Power of Attorney as specified in ANNEXURE-2A;
c. it contains all the information (complete in all respects) as requested in the TENDER
DOCUMENT;
d. it does not contain any condition or qualification; and
e. it is not non-responsive in terms hereof.

23.3 The Authority reserves the right to reject any Proposal which is non-responsive and no request
for alteration, modification, substitution or withdrawal shall be entertained by the Authority in
respect of such Proposals.

23.4 The Authority shall subsequently examine and evaluate Proposals in accordance with the
Selection Process specified in this TENDER DOCUMENT and the criteria set out in this TENDER
DOCUMENT.

23.5 After the technical evaluation, the Authority shall prepare a list of pre-qualified Applicants for
opening of their Financial Proposals. A date, time and venue will be notified to all Applicants for
announcing the result of evaluation and opening of Financial Proposals. Before opening of the
Financial Proposals, the list of pre-qualified Applicants will be read out. The opening of Financial
Proposals shall be done in presence of respective representatives of Applicants who choose to
be present. The Authority will not entertain any query or clarification from Applicants who fail
to qualify at any stage of the Selection Process. The financial evaluation and final ranking of the
Proposals shall be carried out in terms of Clauses 37 and 38.

23.6 Applicants are advised that Selection shall be entirely at the discretion of the Authority.
Applicants shall be deemed to have understood and agreed that the Authority shall not be
required to provide any explanation or justification in respect of any aspect of the Selection
Process or Selection.

23.7 Any information contained in the Proposal shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Applicant if the
Project is subsequently awarded to it.

23.8 The Authority may in its sole discretion resort to negotiation with an Applicant in case there is
only one Applicant complying with the qualification conditions stipulated in this TENDER
DOCUMENT (hereinafter referred to as the Complying Bidder) as more particularly defined
hereunder :

i. if after advertisement/issue of this TENDER DOCUMENT, only one Applicant submits its
Proposal and the same meets the qualification requirements as set out in this TENDER
DOCUMENT in respect of Technical Proposal.
ii. if after advertisement/issue of this TENDER DOCUMENT, more than one Applicant
submits their Proposals, but only one Applicant meets the qualification requirements as
set out in this TENDER DOCUMENT in respect of Technical Proposal.
iii. if after evaluation of Technical Proposals only one Applicant qualifies for opening and
test of responsiveness of its Financial Proposal in terms of this TENDER DOCUMENT
iv. if after evaluation of Technical Proposals more than one Applicants qualifies, but only
one Financial Proposal is found responsive in terms hereof and thereby eligible for
evaluation of its financial quote in terms of TENDER DOCUMENT.

23.9 The evaluation shall be done by an Evaluation Committee decided by The Commissioner,
Department of Information and Public Relations. The Evaluation Committee shall have the right
to verify the claims made by the Bidder; in whichever way it deems fit. The committee shall
determine the approach and methodologies for the issues, which may arise during the above,
referred evaluation exercise and have not been addressed in this Tender Document. The
decision of the Committee shall be final and binding on all the Bidders.

24 CLARIFICATIONS

24.1 To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek clarifications
from any Applicant regarding its Proposal. Such clarification(s) shall be provided within the time
specified by the Authority for this purpose. Any request for clarification(s) and all clarification(s)
in response thereto shall be in writing.

24.2 If an Applicant does not provide clarifications sought under Clause 24.1 above within the
specified time, its Proposal shall be liable to be rejected. In case the Proposal is not rejected,
the Authority may proceed to evaluate the Proposal by construing the particulars requiring
clarification to the best of its understanding, and the Applicant shall be barred from
subsequently questioning such interpretation of the Authority.

25 For the purpose of evaluation, the proposal with the least commission from CIPR would be
ranked LI and other proposals subsequently would be arranged in the descending order as L2, L3
and so on.

26 AWARD OF PROJECT

26.1 After selection, a Letter of Award (the LOA) shall be issued, in duplicate, by the Authority to
the Selected Applicant and the Selected Applicant shall, within 3 (three) days of the receipt of
the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the
event the duplicate copy of the LOA duly signed by the Selected Applicant is not received by the
stipulated date, the Authority may, unless it consents to extension of time for submission
thereof, appropriate the Bid Security of such Applicant as mutually agreed genuine pre-
estimated loss and damage suffered by the Authority on account of failure of the Selected
Applicant to acknowledge the LOA, and the next highest ranking Applicant may be considered.
The successful tenderer must furnish to the Client the performance security within fifteen days
from the date of the Work Order in Annexure-4 (details of the performance security are in
Clause 30).

26.2 The Agency shall commence the Services of the Project within 10 (ten) days of the date of the
Agreement or such other date as may be mutually agreed. If the Agency fails to either sign the
Agreement as specified in Clause 26.1 or commence the assignment as specified herein, the
Authority may invite the second ranked Applicant for negotiations. In such an event, the Bid
Security of the first ranked Applicant shall be forfeited and appropriated in accordance with the
provisions of Clause 13.4
27 PROPRIETARY DATA

All documents and other information provided by the Authority or submitted by an Applicant to
the Authority shall remain or become the property of the Authority. Applicants and the Agency,
as the case may be, are to treat all information as strictly confidential. The Authority will not
return any Proposal or any information related thereto. All information collected, analysed,
processed or in whatever manner provided by the Agency to the Authority in relation to the
Project shall be the property of the Authority.

28 DELIVERABLES AND PAYMENT TO THE AGENCY

28.1 Billing and payments in respect of the Services shall be made as follows:-

S. NO. KEY DELIVERABLE TIMELINES PAYMENT


(T is date of signing of
Agreement)
1. Deployment of key personnel T+10 Days 5% Mobilization
2. Inception Report T+15 Days Advance
3. Basic preparation and needful T+ 30 Days
arrangements for the research kick-off
4. Base Line Research kick-off, manpower T+33 Days
5%
deployment and PRI/SIP lines go live
5. Base Line Research Completion and T+63 Days
acceptance of deliverables as specified
in Clause 2.5.1 10%
6. Communication Strategy Collaterals as T+77 Days
specified in clause 3.5
7. On-going Deliverables for 5 rounds as T+77 Days T+227 12 % (Round 1)
specified in clause 2.5.1 Days 12 % (Round 2)
12 % (Round 3)
12 % (Round 4)
12 % (Round 5)
8. On completion, verification and T+240 Days
acceptance of Research data and all
deliverables as specified in Clause 2.5.1 20%
by the Authority or an agency
designated by Authority
In % of total fee quoted Total 100%

Note: for any extension in the above schedule, the fee shall be paid on pro-rata basis on monthly
basis
Payments will only be released on the satisfaction of the Authority on submissions.

28.2 A bond on non-judicial Stamp paper to initiate the process of release of funds will be executed
by the selected firm with the acceptance of Work Order.

28.3 All payments under this Agreement shall be made to the bank account specified by the firm as
may be notified to the Authority by the Agency.
29 REPORTING

29.1 The selected agency will work closely with the Authority. The Authority has established a
Contract Management Committee (the CMC) to enable conduct of this assignment. CMC will
be responsible for day to day approvals & overall coordination and project development.

29.2 The Selected agency may prepare Issue Papers highlighting issues that could become critical for
the timely completion of the Project and that require attention from the CMC/Authority.

29.3 The selected agency shall submit Monthly Progress report (MPR) to CMC detail the status of
work and progress achieved during the period. MPR shall also quantify the output of the agency
along with the issues to be addressed. Monthly payment shall only be released after approving
of MPR by CMC.

29.4 Regular communication with the CMC is required in addition to all key communications. This
may take the form of telephone/ teleconferencing, emails, faxes, and occasional meetings.

30 PERFORMANCE SECURITY

30.1 Within 15 days after the issue of Work Order by the Authority, the tenderer, shall furnish
performance security to the Authority for an amount equal to 10per cent of the total value of
the contract. This Security shall remain valid for the entire period of project. The Performance
security shall be in the form of Bank Guarantee issued by a Scheduled Commercial bank in India,
in the prescribed form as provided in Form (Annexure- 4) of this document.

30.2 Liquidated Damages for error/variation: In case any substantial error or variation or lack of
integrity in Research data submitted by the firm is detected and such error or variation is the
result of negligence or lack of due diligence on the part of the firm, the consequential damages
thereof shall be quantified by the Authority in a reasonable manner and recovered from the
Agency by way of liquidated damages, subject to a maximum of 10% (ten percent) of the
Contract Value.

30.3 Liquidated Damages for delay: In case of delay in completion of Services, liquidated damages
not exceeding an amount equal to 1 % (one percent) of the Contract Value per week, subject to
a maximum of 10 % (ten percent) of the Contract Value will be imposed and shall be recovered
by appropriation from the Performance Security or otherwise. However, in case of delay due to
reasons beyond the control of the Agency, suitable extension of time may be considered by the
Authority.

30.4 If contracting firm fails to fulfil its obligations in terms of the contract, the amount of the
performance security shall be payable to the Authority as compensation and the Client can
invoke the said Performance Bank Guarantee.

30.5 If any amendment is issued to the contract, the contracting firm shall, within twenty one days of
issue of the amendment, furnish the corresponding amendment to the Performance Security
(as necessary), rendering the same valid in all respects in terms of the contract, as amended.

30.6 The Authority shall have the right to appropriate the Performance Security, in whole or in part,
in the event of breach of Agreement or for recovery of liquidated damages. Subject to the
above sub-clauses, the Authority will release the performance security without any interest to
the firm on completion of the firms all contractual obligations.

31 RESOLUTION OF DISPUTES

31.1 In the event of any dispute or difference between the parties hereto, such disputes or
differences shall be resolved amicably by mutual consultation. The Parties agree to use their
best efforts for resolving all Disputes arising under or in respect of this Agreement promptly,
equitably and in good faith, and further agree to provide each other with reasonable access
during normal business hours to all non-privileged records, information and data pertaining to
any Dispute.

31.2 In the event of any Dispute between the Parties, either Party may call upon Director,
Department of Information & Public Relations, Government of Telangana and the Managing
Partner/ Chairman of the Board of Directors of the Agency or a substitute thereof for amicable
settlement, and upon such reference, the said persons shall meet no later than 10 (ten) days
from the date of reference to discuss and attempt to amicably resolve the Dispute. If such
meeting does not take place within the 10 (ten) day period or the Dispute is not amicably
settled within 15 (fifteen) days of the meeting or the Dispute is not resolved as evidenced by
the signing of written terms of settlement within 30 (thirty) days of the notice in writing or such
longer period as may be mutually agreed by the Parties, either Party may refer the Dispute to
arbitration in accordance with the provisions of Clause 31.3.

31.3 The provisions of Arbitration and Conciliation Act, 1996 shall be applicable to the arbitration.
The venue of such arbitration shall be at Hyderabad or any other place, as may be decided by
the arbitrator. The language of arbitration proceedings shall be English. The arbitrator shall
make a reasoned award (the Award), which shall be final and binding on the parties. The cost of
the arbitration shall be shared equally by the parties to the agreement. However, expenses
incurred by each party in connection with the preparation, presentation shall be borne by the
party itself.

31.4 Pending the submission of and/or decision on a dispute, difference or claim or until the arbitral
award is published; the Parties shall continue to perform all of their obligations under this
Agreement without prejudice to a final adjustment in accordance with such award.

32 COMPLETION OF SERVICES

All the study outputs including primary data, research sheets etc. shall be compiled, classified
and submitted by the Agency to the Authority in soft form and/or any other format as
specified by the Authority apart from the reports indicated in the Deliverables (Clause 3). The
study outputs shall remain the property of the Authority and shall not be used for any purpose
other than that intended under these Terms of Reference without the permission of the
Authority. The Preparatory Phase shall stand completed on acceptance by the Authority of the
Final Report. (The Project Closure)

33 CONTRACT TERM

The Selected Agency shall render its services upto (DATE) from the Effective date (Signing Date
of Agreement) unless terminated due to reasons other than normal expiry of Agreement.
34 APPLICABLE LAW AND JURISDICTION

The contract shall be governed by the laws of India for the time being in force and the courts in
the State in which the Authority has its headquarters shall have exclusive jurisdiction over
matters or disputes arising under or in respect of this contract.

35 CONFIDENTIALITY

35.1 Information relating to the examination, clarification, evaluation, and recommendation for the
Bidders shall not be disclosed to any person not officially concerned with the process. CIPR will
treat all information submitted as part of Proposal in confidence and would require all those
who have access to such material to treat the same in confidence. CIPR will not divulge any such
information unless it is ordered to do so by any authority that has the power under law to
require its disclosure.

36 CLARIFICATIONS

To facilitate evaluation of Proposals, CIPR may, at its sole discretion, seek clarifications' in
writing from any Bidder regarding its Proposal. Notwithstanding anything contained in the RFP,
CIPR reserves the right not to take into consideration any such clarifications sought by it for
evaluation of the Proposal.

37 BIDDING CRITERIA

37.1 While evaluating financial bids, the sole criteria for selection of Bidder would be the commission
asked by the Bidders from CIPR. The Bidders are required to quote the percentage of
commission from CIPR and those who offer the least commission from CIPR would be
considered as preferred bidder: The following paragraphs, further clarifies the procedure.

37.2 The amount calculated on the basis of percentage of commission (if applicable) shall be payable
by the CIPR to the "Operator" on monthly basis; as per conditions laid down in the Agreement.

37.3 The calculation of commission shall include basic price and all charges, cesses or items by
whatever name called except Entertainment Tax, V A T, Service Tax or GST( as applicable from
time to time).

37.4 For the purpose of evaluation, the proposal with the least commission from CIPR would be
ranked LI and other proposals subsequently would be arranged in the descending order as L2,
L3 and so on.

38 PROPOSAL EVALUATION

38.1 The project may be awarded to the Bidder, who submits a responsive Bid, meeting the
minimum technical and threshold financial capability criteria and offers to enter into a Contract
on the best financial terms.

38.2 The Qualification & Technical Proposals will undergo evaluation as per the criteria and process
specified in Annexure 5A of Part I of RFP. If the Proposal is found to be satisfactory based upon
the qualification evaluation criteria, the Proposal shall be subject to a financial evaluation. CIPR
reserves the right to reject the Proposals, which do not meet the technical and financial
parameters stipulated in the RFP.
38.3 Once the evaluation is completed and bidder is selected, any change in the variables, which
form the basis of the bidders' financial bid will not affect the Concession terms except as
provided in the Agreement.

38.4 Proposals not accompanied by "Other Submissions" and "Bid Security" shall not be evaluated.

39 TEST OF RESPONSIVENESS (Stage I)

39.1 In Stage I of Proposal Evaluation, the Other Submissions and Bid Security as stated in Clause 2.1
submitted by the Bidders shall be checked for compliance with the requirements of the RFP.
Prior to evaluation of Qualification & Technical and Financial Proposals, CIPR will determine
whether each Proposal is substantially responsive to the requirements of the RFP. A Proposal
shall be considered responsive if the Proposal satisfies the criteria stated below:
a) The Proposal is submitted with Other Submissions as stipulated in Clause 2.1
b) The Proposal is submitted with Bid Security as stipulated in Clause 2.1
c) Is received by the Proposal Due Date including any extension thereof pursuant to
Clause 21.
d) Is signed, sealed and marked as stipulated in Clauses 19 and 20.
e) Contains all the information in formats specified in this RFP.
f) Contains all the formats specified in this RFP as per details in the Data Sheet
g) Mentions the validity period of the Proposal as set out in Clause 14.
h) Provides the information in Reasonable Detail ("Reasonable Detail" means the details
which but for minor deviations, contains the information, which can be reviewed and
evaluated by CIPR without communication with the Bidder). CIPR reserves the right to
determine whether the information has been provided in Reasonable Detail.

39.2 A Proposal that is substantially responsive is one that conforms to the preceding requirements
without material deviation or reservation. A material deviation or reservation is one
i. Which affects in any substantial way the scope, quality, or performance of the Project,
or
ii. Which limits in. any substantial way, inconsistent with the RFP, rights of CIPR or the
obligations of the Bidder under the Agreement, or
iii. Which would affect unfairly the competitive position of other Bidders presenting
substantially responsive bids.

39.3 CIPR reserves the right to reject any Proposal which is non-responsive and no request for
alteration, modification, substitution or withdrawal shall be entertained by CIPR in respect of
such Proposals.

40 EVALUATION OF QUALIFICATION & TECHNICAL PROPOSALS (Stage II & III)

40.1 In Stage II & III of Proposal Evaluation, the Proposals that are found to be substantially
responsive to the requirements of the RFP as specified in Clause 43 below would be opened for
assessing their qualification for technical and financial capability as per Annexure 5A. However
CIPR reserves the rights to ask for additional information at any stage of Evaluation, non-
submission of which may lead to rejection of proposal.

40.2 Qualification & Technical Proposal is to judge the Bidder's capability and technical and financial
capability of the Bidders would be assessed based on the evaluation process and minimum
threshold requirements as set by CIPR in Annexure 5A. The details are to be submitted by the
Bidders in formats given in Annexure 5B.

40.3 Financial Proposals of those bidders whose Qualification & Technical Proposals meet the
minimum technical and threshold financial capability requirements as set out in Annexure 5A
would be opened and evaluated in Stage IV of the Evaluation Process.

41 EVALUATION OF FINANCIAL PROPOSALS (Stage IV)

41.1 CIPR will open Envelope 'FINANCIAL PROPOSAL' for the Bidders, who pass the Qualification
stage (Stage II & Ill) as stated in clause 26, in the presence of the Bidder representatives who
choose to attend. CIPR will endeavour to open the Financial Proposals on the date mentioned
against the Date for Opening of Financial Proposals in the Schedule of Bidding Process.

41.2 Thereafter, Bidders will be ranked based on the Commission quoted

41.3 In the event that two or more bidders have quoted same Commission, CIPR may:
1) Invite fresh Financial Proposals only from the Bidders offering same Commission from
CIPR. However the fresh Financial Proposals should not have higher cost from CIPR than
the one quoted by the Bidders in their original bids OR
2) Take any such measure as may be deemed fit in its sole discretion, including annulment
of the bidding process

41.4 CIPR may invite the Lowest (LI - Least Commission from I&PR) bidder for negotiations.

41.5 Upon acceptance of the financial proposal with or without negotiations, CIPR may declare the
Successful Bidder.

42 NOTIFICATION

42.1 The Successful Bidder would be notified in writing by CIPR. CIPR shall endeavour to issue the
Letter of Intent (LOI) to the Successful Bidder by the date mentioned against issue of LOI in the
Schedule of Bidding Process

43 CIPR'S RIGHT TO ACCEPT OR REJECT PROPOSAL

43.1 CIPR reserves the right to accept or reject any or all of the Proposals without assigning any
reason and to take any measure as it may deem fit, including annulment of the bidding process,
at any time prior to execution of the Agreement, without liability or any obligation for such
acceptance, rejection or annulment

43.2 CIPR reserves the right to invite fresh bids with or without amendment of the RFP at any stage
without liability or any obligation for such invitation and without assigning any reason.

43.3 CIPR reserves the right to reject any Proposal if:


a. At any time, a material misrepresentation is made or uncovered for a Bidder or any of its
members
b. The Bidder does not respond promptly and thoroughly to requests for supplemental
information required for the evaluation of the Proposal. This may lead to disqualification of
the Bidder. If such disqualification rejection occurs after the Financial Proposals have been
opened and the Successful Bidder gets disqualified rejected, CIPR reserves the right to take
any such measure as may be deemed fit in the sole discretion of CIPR, including annulment
of the- bidding process.

Notwithstanding the above, CIPR may debar / blacklist any of the Bidder(s) or their misleading
or false representations in the forms, statements etc. for the period to be-decided by CIPR.

44 NUMBER OF PACKAGES WHICH CAN BE BID FOR

44.1 A Bidder can only bid to provide complete deployment of the project "Impact Assessment of
various government schemes in the state of Telangana".

45 ACCEPTANCE OF LETTER OF INTENT (LOI)

45.1 Within seven (7) days from the date of issue of the LOI, the Successful Bidder shall accept the
LOI and return the same to CIPR. The Successful Bidder shall execute the Agreement with CIPR
and also submit a Performance Guarantee in favour of Commissioner, Information & Public
Relations Department (of the amount specified in Data Sheet) within 30 (thirty) days of
acceptance of LOI.

45.2 In Case, the Agreement does not get executed within 30 (thirty) days of acceptance of LOI and
submission of Performance Guarantee, CIPR reserves the right to invite the second and/or
subsequent preferred bidder(s) for discussions/ negotiations or may also decide to annul the
bidding process or may invite fresh bids for the Project. Only acceptance of LOI without the
Performance Guarantee shall not be considered as acceptance of LOI and in such a case the
entire Bid security submitted by the Successful Bidder shall be forfeited. However, CIPR on
receiving request from the Successful Bidder may at its absolute discretion, permit extension of
the aforesaid period of 30 days for execution of the License Agreement.

PART 2: CONTENTS OF PROPOSAL

Main submission

2.1 Each Proposal shall include:

a) A Qualification & Technical Proposal in the prescribed format (Annexure 5B)


b) A Financial Proposal in the prescribed formats (Annexure 6A & 6B)
c) Other Submissions
The Other Submissions shall consist of:
i. Covering letter clearly stating the validity period of the Proposal in the prescribed format
Annexure I A.
ii. Power of Attorney for signing the Proposal, as per the prescribed format Annexure 2A.
iii. Affidavit, as per prescribed format Annexure 2B.
iv. Anti-collusion certificate, as per the prescribed format Annexure 3
v. Project Undertaking; as per the prescribed format Annexure 4B.
vi. RFP documents and its Annexures, each page duly stamped and signed by the authorized
signatory (as per Power of Attorney)
vii. JV/Consortium agreement, if applicable.
d) Bid Security, as per the prescribed format 4A.
e) Non-refundable fee of Rs.50,OOO/- towards cost of RFP by way of a crossed demand draft
drawn in favour of "The Asst. Accounts Officer, Information and Public Relations
Department" payable at Hyderabad, India.

2.2 The various formats given in Annexures are meant for specific purpose as indicated in
table below and to be accordingly used/submitted:

ANNEXURE 1A

FORMAT FOR COVERING LETTER FOR PROPOSAL SUBMISSION

Date:
Authority
Address
Telephone:
Dear Sir,
Re: Project "Impact Assessment of various schemes in The State of Telangana",
Being duly authorized to represent and act on behalf of Lead Member (in case of consortium) / Sole
Applicant. I, the undersigned, having reviewed and fully understood all of the Proposal requirements
and information provided hereby submit the Proposal for the Project referred above.

I am enclosing the Proposal (one original), with the details as per the requirements of this RFP, for
your evaluation. The Proposal, including the Bid Security shall be valid for a period of Six (6) Months
from the Proposal Due Date and the Bid Security shall be valid up to 45 days beyond the proposal
validity period

Dated this Day of 20 17

Name of the Lead Member/Person:

Signature of the Authorized Person

ANNEXURE 1B

DETAILS OF THE BIDDERS

Details of Bidder
1.
a) Name of Firm/ Company:
b) Address of the office(s)
c) Date of incorporation and/or commencement of business
2. Brief description of the Bidder's main lines of business.
3. Details of individual(s) who will serve as the point of contact / communication for CIPR with the
Bidder:
a) Name:
b) Designation:
c) Company/Firm:
d) Address:
e) Telephone number:
f) E-mail address:
g) Fax number:
h) Mobile number:
4. Name, Designation, Address and Phone Numbers of Authorized Signatory of the Bidder-'
a) Name:
b) Designation:
c) Company/Firm:
d) Address:
e) Telephone number:
f) E-mail address:
g) Fax number:
h) Mobile number:
5. Details of Principal Bidder
a) Name:
b) Designation:
c) Company/Firm:
d) Address:
e) Telephone number:
f) E-mail address:
g) Fax number:
h) Mobile number:

Signature of the Authorised Person

Name of the Authorised Person

CHECK LIST

S.No. Details Action Remarks


1 Whether tendering firm/ company is Say Yes/No Name of the registering
duly registered?
authority(Attach certificates)

Whether Bidder is a software Say Yes/No (Attach certificate


2
development company? Of Experience / Registration
Details of software projects
Say Yes /No. (Attach separate sheet
3 accomplished by the bidder along with
giving details)
the JV entity.
Attach attested copies of purchase
order received from the cast purchasers
4 Say Yes / No. (Attach Certificates)
as mentioned in the qualification
criteria.
5. Whether the Bidder or his authorized
dealer have been black-listed by Yes/No.
any civic authority/department

Whether the Bidder is Government /


6. Yes/No.
PSU / contractor?

Signature of the Authorised Person

Name of the Authorised Person

ANNEXURE 2

IMPORTANT DATES AND INFORMATION

1. Notice Inviting Tender


2. Pre-Bid Meeting (1000 HRS)
The date, time and venue of Pre-Proposal Conference shall be:
Venue:
Address

3. Last Date for receiving queries (upto 1500 HRS)


Applicants requiring any queries/clarification on the TENDER
DOCUMENT may send their queries to the Authority in writing
by speed post/ courier/ special messenger to
Address

4. Reply of Pre-Bid Queries and uploading of revised tender


consequent to discussion in Pre-Bid Meeting
5. Closing of Submission of Bid Documents (upto 1500 HRS)
6. Technical Bid Opening (1000 HRS)
7. Declaration of qualifying Bidders (1000 HRS)
8. Agency Presentation (1200 HRS)

ANNEXURE2A

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL


POWER OF ATTORNEY
Know all men by these presents, we (name and address of the registered office of the Sole
Applicant) do hereby constitute, appoint and authorize Mr. / Ms.-.--. -.-----(name and address of
residence) who is presently employed with us and holding the position of as our attorney, to do in
our name and on our behalf, all such acts, deeds and things necessary in connection with or
incidental to the bid for the project "Impact Assessment of various government schemes in the State
of Telangana", including signing and submission of all documents and providing information /
responses to CIPR representing us III all matters in connection with our bid for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.

For (Signature)
(Name, Title and Address) Accept
...................... (Signature)
(Name, Title and Address of the Attorney)

Notes:
1. To be executed by the Applicant.
2. The mode of execution of Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and
when it is so required the same should be under common seal affixed in accordance with the
required procedure.
3. Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a resolution / Power of attorney in favour of the
Person executing this Power of Attorney for the delegation of power hereunder on behalf of
the executant(s).

Date

ANNEXURE 2B

FORMAT FOR AFFIDAVIT


(To be given by all bidders)

(On Non -judicial stamp paper of Rs 100 duly attested by notary public)

1. The undersigned do hereby certify that all the statements made in our proposal are true and
correct.
2. The undersigned also hereby certifies that neither our firm nor any of its
directors/constituent partners have abandoned any work w.r.t the project "Impact
Assessment of various government schemes in the State of Telangana" in India nor any
contract awarded to us for such works have been terminated for reasons attributed to us,
during last five years prior to the date of this application.
3. The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to
furnish pertinent information deemed necessary and requested by CIPR to verify this
statement or regarding my (our) competence and general reputation.
4. The undersigned understands and agrees that further qualifying information may be
requested, and agrees to furnish any such information at the request of the CIPR

Signed by an authorized Officer of the


--------------------company/firm Title
Officer Name
--------------

ANNEXURE 3

FORMAT FOR ANTI-COLLUSION CERTIFICATE ANTI COLLUSION CERTIFICATE


We hereby certify and confirm that in the preparation and submission of this Proposal, we have not
acted in concert or in collusion with any other Bidder or other person(s) and also not done any act,
deed or thing which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to
any person "Operator" in connection with the instant Proposal.

Date this Day of 2017.

Name of the Bidder

Signature of the Authorised Person

Name of the Authorised Person

ANNEXURE 4A

FORMAT FOR BID SECURITY


(To be issued by a Bank, as defined in Clause 13.2 of this RFP)

In consideration of the Commissioner, Information & Public Relations (hereinafter called "CIPR"
which expression shall include any entity which CIPR may designate for the purpose) having agreed,
interalia, to consider the bid of (hereinafter referred to the "Bidder" which expression shall include
their respective successors and assigns) which will be furnished in accordance with the terms of the
Request for Proposals for the Project "Imact Assessment of various government schemes in the State
of Telangana" envisaging______(hereinafter called the "RFP") in lieu of the Bidder being required to
make a cash deposit, we [name of the Bank and address of the issuing branch], hereinafter called the
"Bank" which expression shall include our successors and assigns, as to bind ourselves our
successors and assigns do at the instance of the Bidder hereby unconditionally and irrevocably
undertake to pay as primary obligor and not as surety only to CIPR without protest or demand and
without any proof or condition the sum of Rs ______Lakhs (in words), (Refer to Data Sheet).

1. We, the Bank, do hereby unconditionally and irrevocably undertake to pay forthwith (and in
any event within five days) the amounts due and payable under this Guarantee without any
delay or demur merely on a written demand from CIPR stating that the amount claimed is
due by reason of the occurrence of any-of the events referred to in the RFP. Any such
demand made on the Bank by CIPR shall be conclusive as regards the amount due and
payable by the Bank under this Guarantee. However, the Bank's liability under 'this
Guarantee shall be restricted to an amount not exceeding Rs Lakhs (in words), (Refer to
Clause 14 and Data Sheet).

2. We, the Bank unconditionally undertake to pay to CIPR any money so demanded under this
Guarantee notwithstanding any dispute or disputes raised by the Bidder or any other party
including in any suit or proceeding pending before any court or tribunal relating thereto or
any instructions or purported instructions by the Bidder or any other party to the Bank not
to pay or for any cause to withhold or defer payment to CIPR under this Guarantee. The
Bank's liability under this Guarantee is irrevocable, unconditional, absolute and unequivocal.
The payment so made by the Bank under this Guarantee shall be a valid discharge of the
bank's liability for payment hereunder and the Bidder shall have no claim against the Bank
for making such payment.

3. We, the Bank further agree that the Guarantee herein contained shall remain in full force
and effect upto and until 1700 hours on the date which falls 45 days beyond the Proposal
Validity period i.e (hereinafter called "the End Date"). Unless a demand or claim under this
Guarantee is made on the Bank by CIPR in writing on or before the said End Date the Bank
shall be discharged from all liability under this Guarantee thereafter.

4. We, the Bank further agree with CIPR that CIPR shall have the fullest liberty without the
Bank's consent and without affecting in any manner the Bank's obligation hereunder to vary
any of the terms and conditions of the RFP or to extend or postpone the time of
performance by the Bidder or any other party from time to time or postpone for anytime or
from time or postpone for any time or from time to time any of the powers exercisable by
CIPR against the Bidder or any of them and to enforce or to forbear from enforcing any of
the terms and conditions relating to the RFP and the Bank shall not be relieved from it
liability by reason or any forbearance act or omission on the part of CIPR, or any indulgence
given by CIPR to the Bidder or any other party or by any such matter or thing whatsoever
which under the law relating to securities would, but for this provision, have the effect of so
relieving the Bank. To give full effect to the obligations herein contained, CIPR shall be
entitled to act against the Bank as primary obligor in respect of all claims subject of this
Guarantee and it shall not be necessary for CIPR to proceed against the Bidder or any other
party before proceeding against the Bank under this Guarantee and the Guarantee herein
contained shall be enforceable against the bank as principal obligor.

5. This Guarantee will not be discharged or affected in any way by the liquidation or winding up
or dissolution or change of constitution or insolvency of any individual member of the Bidder
or any other party or any change in the legal constitution or insolvency of the Bidder or any
other party or any change in the legal constitution of the Bank or CIPR.

6. We, the bank lastly undertake not to revoke this Guarantee during its currency except with
the previous consent of CIPR in writing.

Notwithstanding anything contained herein.


a) Our liability under the Bank Guarantee shall not exceed Lakhs (in word), (Refer to Clause 13
and Data Sheet).
b) The Bank Guarantee shall be valid upto __ (date).
c) Unless acclaimed or a demand in writing is made upon us on or before_________(date) all
our liability under this guarantee shall cease

IN WITNESS WHEREOF THE BANK HAS SET ITS HANDS HERETO ON THE DAY, MONTH AND YEAR
MENTIONED HEREUNDER

Signed and Delivered


On behalf of (Bank name) (Signature)

(Date) by the hand of Mr

Designation
(Name of authorized signatory)

Note: Authenticated copy of letter of Authority authorizing the signatory of this guarantee to
execute the same to be enclosed herewith)

ANNEXURE4B

FORMAT FOR PROJECT UNDERTAKING


(On the Letterhead of the Bidder)

PROJECT UNDERTAKING DATE:

To,
Authority
Address
Telephone:

Dear Sir,
Re: The project "Impact Assessment of various government schemes in the State of Telangana"
We have read and understood the Request for Proposal (RFP) in respect of the captioned Project
provided to us by CIPR.
We hereby agree and undertake as under:
1. We abide by guidelines, and procedures for the project "Impact Assessment of various
government schemes in the State of Telangana" and we agree to bind ourselves by the Bid
Documents.
2. We shall abide by the scope of work mentioned under Clause 2 and all the term & conditions
stipulated in this RFP.
3. We have gone through the scope of work and have made our independent assessment of
expenses involved in operation and management based on the assessment are submitting our
bid.
4. Any direct or indirect deviations from the terms of the Bid Documents, if any in our Proposal,
are hereby revoked unconditionally.
5. Notwithstanding any qualifications of conditions, whether implied or otherwise, contained in
our Proposal we hereby represent and confirm that our Proposal is unqualified and
unconditional in all respects and we agree to the terms of the proposed Agreement, a draft of
which also forms a part of the RFP provided to us.

Dated this Day of 2017.

Name of the Authorized Person

Signature of the Authorized Person

Name of the Authorized Bidder/Person

ANNEXURE 5A

GUIDELINES FOR EVALUATING THE BIDDER's - QUALIFICATION, TECHNICAL & FINANCIAL


PROPOSALS
A. Evaluation of other submissions & EMD (Step 1)

The responses received will be verified for the submission of RFP cost & EMD for the
specified amount and its validity as specified in the RFP. Subsequently the other
submissions, if any, from the bidders will be verified. Only the bids which comply with the
requirement of this RFP shall be considered for further evaluation.

B. Evaluation of Qualification Submissions (Step 2)

The Qualification Proposal is to judge the Bidder / JV / entity's competence and capability
and will be established by the following parameters:
a. that the bidder/Tv is a software development company with required technical
resources. (Refer B1 for details)
b. Financial capability in terms of (Refer B2 for details)
(i) Turnover (ii) Income tax

C. Evaluation of Technical Proposal (Step 3)

On each of these parameters, the Applicant would be required to meet the evaluation
criteria as detailed in this Annexure 5A. Step I and Step 2 are pass/fail criteria, whereas Step
3 assesses the quality of technical proposal submitted by the Bidders.

D. Evaluation of Financial Proposal (Step 4)

The bids found qualified from technical evaluation, Step 3 above, would be considered for
financial opening and evaluation as detailed below

B1. Eligible Experience for Technical Qualification Capability (Step I)

Under the Technical Eligibility criteria, following experience would qualify as Eligible
Experience:
The bidder should have experience of developing software, on a scale suitable to meet this
project demands.

B2. Details of Experience


The Applicant should furnish the details of Eligible Experience as on Application due

B3. Financial Qualification Capability assessment


Financial capability of the Applicants would be judged on the basis of the following:
a. Average Turnover during the three financial years 2015-16, 2014-2015, 2013-2014
(Qualification Response Sheet No 5.4).
b. Income tax particulars for the assessment year 2014-2015, 2015-2016 and 2016-17.

For conversions, the exchange rate would be the exchange rate (RBI reference rate) as on as was
applicable 7 days prior to Proposal Submission- Date is to be used. The date and the exchange rate
used must be mentioned.

Criteria (a) and (b) of Financial Capability are pass/fail, criteria only. The Response Sheets must be
supported by a certificate from the Applicant's' statutory auditor. The Application must be
accompanied by the Audited Annual Report including balance sheets, Profit and Loss Sheets of the
Applicant for the last three (3) financial years.

Evaluation Criteria for Financial Qualification Capability

For the purpose of financial qualification, an Applicant would be required to demonstrate the
Threshold Financial Capability measured on the following criteria:
a) The Average Annual Turnover of the Bidder, either independently or along with any
Consortium / JV member for the 3 (three) financial years i.e
2015-2016
2014-2015
2013-2014
b) Income tax particulars for the assessment year 2013, 2014, 2015 and 2016.

* These criteria are only pass/fail criteria. The Bidder has to pass the criterion, to be eligible for
assessment of the financial bidding capacity.

C1. Evaluation of Technical Proposal

Please see 'Guidelines for Technical Proposal' under Qualification Response Sheet Bidder's (sole or
consortium) technical proposal will be evaluated based on maximum marks'

SI.NO. Parameter Score Maximum


i) The software required for the complete project is
1 20
owned by the Lead Member.
ii) The software required for the complete project is not
owned by the Lead Member, but owned by the 10
consortium member entity/entities. 20
iii) The software required for the complete project is
5
sourced through another entity.
2 Experience of Operating Online portal 10 10
3 i) Experience/capability in installing and maintaining
10 10
HIW, S/W or internet logins at cinema halls.

ii) a sum of turnover of 30 crores for the last three


4 20 20
years financial Years 2015, 2014 and 2013.

5 Implementation Strategy including Technology used 20 20


Presentation of Proposed Strategy, including
6 20 20
demonstration.
TOTAL:
100

The bidders will be evaluated against a total score of 100 by the evaluation committee. Bidders who
achieves a score of 70 and above against the total marks of 100 will be deemed to be technical
capability criteria and are eligible for financial opening of the bids.

Evaluation of Financial Proposal:


The financial proposals of technically qualified bidders will be based on the lower commission.

ANNEXURE -5 B

FORMATS FOR SUBMISSION FOR PROVIDING INFORMATION REGARDING QUALIFICATION


CAPABILITY OF THE BIDDER
Qualification Response Sheet No. 5.1 Experience details of the Bidder(s)

NAME OF THE BIDDER

Project Name Project Details 1 Project Details 2 Project Details 3

For each Project during last 5 years submit qualification response sheet 5.2 as well.

The Applicant should provide the experience details of Projects undertaken by it only. Project
experience of the Applicant's parent company or its subsidiary will not be considered.

Qualification Response Sheet No. 5.3

Guidelines for Technical Proposal

Technical Proposal should essentially consist of:


i. Bidder's understanding of the project.
ii. Bidder's experience in implementing/operation of similar Projects and success stories
iii. Proposed strategy, approach and methodology for Implementation of the proposed project

..................................................... (Name of the Bidder)

..................................................... (Signature of the Authorized Person)

..................................................... Name of the Authorized Person

ANNEXURE 6A

Financial Proposal
(On the letterhead of the Bidder)
Project "Impact Assessment of various government schemes in the State of Telangana",
Hyderabad

SI.
Description Unit Service charge
No.

Operating and Maintaining all the activities required to


1.
deploy the project in full.

The bidder should quote their Service Charge for deploying the project in full, in their
desired

................. (Name of the Bidder)


......................................................... (Signature of the Authorized Person)
......................................................... Name of the Authorized Person

Bidder to Note:
ANY OTHER DETAILS ....
The Financial Proposal is to be signed by the authorized person of the Bidder
All the definitions shall be as per the Draft Agreement unless specifically stated otherwise in
this document.
The bidders shall make a careful assessment of the expenses involved in Operation &
Management for preparation of the financial bid.
Service Tax or GST (as applicable) on Service charge to the operator shall be paid additionally

ANNEXURE 6B

Key Assumptions
Project "Impact Assessment of various government schemes in the State of Telangana".

Bidders would be required to submit information on key assumptions for the Project (Key
Assumptions) based on their estimates of various parameters pertaining to the Project. Key
Assumptions must include information on the following:
i. Cost of Manpower & Details
ii. Cost of Equipment & Details
iii. Cost of developing software or any modifications / upgradations.
iv. Other Costs and Charges including
Management Cost
Establishment Cost

......................................................... (Name of the Bidder)

......................................................... (Signature of the Authorized Person)

......................................................... Name of the Authorized Person

Annexure 7

ASSESSING THE MAN POWER / STAFF REQUIREMENT


The Staff requirement is made for the Project "Impact Assessment of various government schemes
in the State of Telangana" based on the following:

SI. No. of Qualification Experience Roles &


Designation Age Range
No. Persons Criteria Criteria Responsibilities

Remarks
......................................................... (Name of the Bidder)

........................................................ (Signature of the Authorized Person)

......................................................... Name of the Authorized Person

ANNEXURE 8

Name of the Project: "Impact Assessment of various government schemes in the State of
Telangana".
SI. Para Content Value
No.

1. Para 1.8 Contract Period: 5 years

2. Para 12.1 Language: English

3. Para 12.2 Currency: Indian Rupees (INR)

4. Para 13 EMD I Bid Security: Rs.50,0001- [in INR Only)

ANNEXURE 8A
Financial Proposal
(On the letterhead of the Bidder)

Project "Impact Assessment of various government schemes in the State of Telangana, Hyderabad
SI.
Description Unit Service charge
No.

Operating and Maintaining all the activities


1.
required to deploy the project in full.

The bidder should quote their service charge for deploying the project in their desired form.

......... .................................................................. (Name of the Bidder)

......................................................... (Signature of the Authorized Person)

......................................................... Name of the Authorized Person

APPENDIX I

FINANCIAL PROPOSAL (for reference only)


(on e-portal)
Bidders are requested to enter the Financial Bid for the project on the e-portal website of
Government of Telangana as per the format for Financial Bid.

The cost quoted should be inclusive of all taxes.

Note: No Hard Copy of Financial bid shall be provided; Financial Bid shall be entered as per the
Financial Bid Format on e-portal website

Bidder shall quote the Financial Bid for the entire duration of the Assignment.

Name of Work : SELECTION OF IMPACT ASSESSMENT AND COMMUNICATIONS AGENCY


ITEM NO. DESCRIPTION AMOUNT IN FIGURES AMOUNT IN WORDS
(IN INR) (IN INR)
A TOTAL LUMPSUM COST (inclusive of
all taxes)

You might also like