rajasthan tourism development corporation - bid document for...

41
Maintenance and updating of existing Website and Online Booking application For a Period of Five Years BID Document For Selection of Agency For Maintenance and updating of existing Website and Online Booking application For a Period of Five Years Rajasthan Tourism Development Corporation Limited, Jaipur. (A Government of Rajasthan undertaking)

Upload: others

Post on 04-Sep-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

BID Document For

Selection of Agency

For

Maintenance and updating of existing

Website and Online Booking

application For a Period of Five Years

Rajasthan Tourism Development Corporation

Limited, Jaipur.

(A Government of Rajasthan undertaking)

Page 2: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

Ref. No. F19/cro/online/2017/ Dated :……..

(Bid No. : …….)

(UBN No. : ………………………………………………………..

Mode of Bid Submission Online through E-procurement / Bidding System athttp://eproc.rajasthan.gov.in

Procuring Authority

Executive Director, Rajasthan Tourism Development Ltd. , Hotel Swagatam Campus, Near Railway Station, Jaipur- 302006 (Rajasthan)

Last Date & Time of Submission of Bid 21/08/2017 at 03:00 PM

Date & Time of Opening of Technical Bid 22/08/2017 at 03:00 PM

Bidding Document Fee: Rs. 1000/- (Rupees One Thousand Only)

Name of the Bidding Company/ Firm:

Contact Person (Authorized Bid Signatory) Name & Designation :

Correspondence Address:

Mobile No.

Telephone & Fax Nos.:

Website & E-Mail:

Rajasthan Tourism Development Limited,

Hotel Swagatam Campus, Near Railway Station, Jaipur- 302006 (Rajasthan) Phone & Fax : 0141- 5114768, 69,

Web: http://rtdc.tourism.rajasthan.gov.inEmail: [email protected], [email protected]

Page 3: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

Table of Contents SN Particulars Page No.

1 INVITATION FOR BID (IFB) & NOTICE INVITING BID 4-6

2 NOTICE INVITING e-BID 7

3 PROJECT PROFILE & BACKGROUND INFORMATION 8

4 TECHNICAL QUALIFICATION/ ELIGIBILITY CRITERIA 9-13

5 INSTRUCTION TO BIDDERS (ITB) 14-24

6 GENERAL CONDITIONS OF THE BID 25-31

7 ANNEXURE 1: BID FORM 32

8 ANNEXURE 2: SELF TECHNICAL-QUALIFICATION EVALUATION 33

9 ANNEXURE 3: SELF TECHNICAL-QUALIFICATION EVALUATION 34-35

10 ANNEXURE 4: BIDDER’S AUTHORIZATION CERTIFICATE 36

11 ANNEXURE 5: SELF-DECLARATION – NO BLACKLISTING 37

12 ANNEXURE 6: UNDERTAKING FOR LOCAL PRESENCE 38

13 ANNEXURE 7: C.A. CERTIFICATE TOWARDS TURNOVER FROM IT/ITES 39

14 ANNEXURE 8: FINANCIAL BID SUBMISSION LETTER & FORM 40-41

Page 4: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

1. INVITATION FOR BID (IFB) & NOTICE INVITING BID

Name & Address of the Procuring Entity

Rajasthan Tourism Development Corporation Ltd. Jaipur (RTDC) Regd. Office : RTDC Hotel Swagatam Campus, Near Railway Station, Jaipur 302006 Tel: 0141-5115777, 5114768/69 Fax : 0141 2200564/ 2201045 Email:[email protected],[email protected], Website : [email protected]

Address of

the Project

Officer In-

charge (POIC)

Rajasthan Tourism Development Corporation Ltd. Jaipur (RTDC) Regd. Office : RTDC Hotel Swagatam Campus, Near Railway Station, Jaipur 302006 Designation : General Manager (Central Reservation Office)

Subject

Matter of

Procurement

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

Bid

Procedure

Two Part (Technical & Financial), Open Competitive eBid Procedure at

http://eproc.rajasthan.gov.in

Bid

Evaluation

Criteria

(Selection

Method)

Least Cost Based Selection (LCBS)-L1

Websites for

view/

downloading

Bidding

Document,

Corrigendum’

s etc.

Websites:http://www.rtdc.tourism.rajasthan.gov.in/&

http://sppp.raj.nic.inhttp://eproc.rajasthan.gov.in

Bidding document fee: Rs. 1000/ (Rupees One Thousand Only) in Cash/ Demand Draft in

favour of “Executive Director (Finance), RTDC” payable at “Jaipur”.

Estimated

Procurement

Cost

Rs. 15 lac

Bidding

Document

Fees, RISL

Processing

Fees, Bid

Security and

Mode of

Payment

Bidding document fee (Non-Refundable): Rs. 1000/- (Rupees One Thousand only) in Demand Draft drawn on any Scheduled/ Commercial Bank in favour of “RTDC Limited, Jaipur” payable at“Jaipur”.

RISL Processing Fee (Non-Refundable): Rs. 500/- (Rupees Five Hundred only) in Demand Draft drawn on any Scheduled/ Commercial Bank in favour of “Managing Director, RISL” payable at “Jaipur”.

Rs. 30,000/- (Rupees Thirty Thousand Only)in form of Demand Draft drawn on any Scheduled / Nationalize Bank in favour of “RTDC Limited, Jaipur” Payable at“Jaipur”

Period of Sale

of Bidding

Document

(Start/ End

Date)

From : 03/08/2017 Onwards till 21/08/2017 01:00 PM

Manner,

Place &

Deadline for

the

Manner: Online at eProc website (http://eproc.rajasthan.gov.in)

Place: Central Reservation Office, Head Office, RTDC Hotel Swagatam Campus, Near

Railway Station, Jaipur. Pin 302 006

Page 5: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

submission of

Bids

Submission of Demand Draft for Bid Fee, Bid Security, and Processing Fee

By hand delivery, by courier or by post at this office by

Date: 21/08/2017 Time: 1.00 PM

Date/ Time/

Place of

Opening of

Cover-1

(Technical)

Date: 22/08/2017 Time: 03:00PM

Place: RTDC, Head Office,Hotel Swagatam Campus, Near Railway Station, Jaipur. Pin 302

006. (Rajasthan)

Date/ Time/

Place of

Opening of

Cover-2

(Financial

Bid)

Will be intimated through online only for Technically qualified bidders

Bid Validity 90 days from the Last Date of bid submission.

Note: 1) Bidder (authorized signatory) shall submit their offer on-line in Electronic formats both for

technical and financial proposal. However, DD for RFP Document Fees, RISL Processing Fees and Bid Security should be submitted before bid submission date/time physically at the office of Tendering Authority as prescribed in NIB and scanned copy of same should also be uploaded along with the technical Bid/cover.

2) In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for RFP Document Fee, Bid Security, and RISL Processing Fee within specified time limit, its Bid shall not be accepted. The Banker’s Cheque/ Demand Draft for RFP Document fee and Bid Security should be drawn in favour of “RTDC Limited, Jaipur” payable at “Jaipur” and Demand Draft for RISL Processing Fee should be drawn in favour of “Managing Director, Raj COMP Info Services Ltd.” payable at “Jaipur” from any Scheduled / Nationalize Bank.

3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III) as per Information Technology Act-2000 using which they can digitally sign their electronic bids. Bidders can procure the same from any CCA approved certifying agency, i.e. TCS, Safe crypt, Ncode etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a new DSC. Also, bidders must register on http://eproc.rajasthan.gov.in (bidders already registered on http://eproc.rajasthan.gov.in before 30-09-2011 must registeragain).

4) DoT/RISL will not be responsible for delay in online submission due to any reason. For this, bidders are requested to upload the complete bid well advance in time so as to avoid 11th hour issueslikeslowspeed;chokingofwebsiteduetoheavyloadoranyotherunforeseenproblems.

5) Bidders are also advised to refer "Bidders Manual Kit" available at eProc website for further details about the e-Biddingprocess.

6) Training for the bidders on the usage of e-Bidding System (eProcurement) is also being arranged by RISL on a regular basis. Bidders interested for training may contact e-Procurement Cell, RISL for booking the trainingslot.

Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days) e-mail: [email protected] Address : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur

7) The procuring entity reserves the sole right to cancel the bid process and reject any or all of the

Page 6: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

Bids without assigning anyreason. 8) No contractual obligation whatsoever shall arise from the bidding document/ bidding process

unless and until a formal contract is signed and executed between the procuring entity and the SelectedBidder.

9) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is purely on the individual bidders to verify such information) and the information provided therein are intended only to help the bidders to prepare alogical bid-proposal.

10) The provisions of RTPP Act 2012 and Rules and GF&AR thereto shall be applicable for this procurement. Furthermore, in case of any inconsistency in any of the provisions of this bidding document with the RTPP Act 2012 and Rules and GF&AR thereto, the later shall prevail.

G.M. CRO

Page 7: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

Ref. No.F19/cro/online/2017/ Dated :……..

(UBN No. : ………………………………………………………..

Notice Inviting e-Bids

e-BidsFor Selection of Agency For

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

(UBN No. : ...............................)

Rajasthan Tourism Development Corporation Ltd. Jaipur (RTDC) invites e-Bids from the eligible bidders for Selection of Agency forMaintenance and updation of existing Website and Online Booking application For a Period of Five Years of its website www.rtdc.tourism.rajasthan.gov.in for a period of Five Years. Important Dates & Time and Applicable Bid Security are as under:

Name of Work

Estimated

Cost of Work

Bid Security

Last Date & Time For

Submission of e-Bids

Date & Time For Opening of Technical

Bid

Selection of Agency forMaintenance and updation of existing Website and Online Booking application For a Period of Five Years of its website www.rtdc.tourism.rajasthan.gov.in for a period of Five Years

Rs. 15 Lacs (Excluding Applicable Taxes)

Rs.30,000/- (Thirty Thousand Only)

21/08/2017at 03:00 PM

22/08/2017 at 03:00 PM

The detailed information about the aforesaid e-Bid invitation and Bid Document can be downloaded from http://eproc.rajasthan.gov.in,http://sppp.rajasthan.gov.in andhttp://rtdc.tourism. rajasthan.gov.inand Demand Draft of Bid Document Fee, Bid Security and RISL Processing Fees should be deposited in Central Reservation Office, Head Office, RTDC Hotel Swagatam Campus, Near Railway Station, Jaipur. Pin 302 006 before Scheduled Date and Time.

G.M. CRO

Page 8: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

2. PROJECT PROFILE & BACKGROUND INFORMATION

2.1. PROJECT PROFILE

2.1.1. Objectives

Strategic objective of the project is to improve the efficiency of RTDC and pass on the benefits of an efficient system to all stakeholders. Main objectives of the project are mentioned below:

o Use of IT for improving e-Governance: e-Governance will facilitate the monitoring of operations of Board functionality and will increase the accountability. It will bring efficiency, effectiveness & transparency in operations of Board.

2.1.2. Need and benefits

In the year 2009 facility of online reservation was provided on the official web portal i.e. www.rtdc.tourism.rajasthan.gov.in. This initiative has provided a great benefits to the tourist guests who have the facility on their finger tips and middle agency is require to available the services due to automated reservation system-

a. Centralized Storage of Data leveraging the State Data Centre.

b. E-services to the stakeholders.

c. Maintain Centralize data base.

d. Integration of all application with web portal and to provide services through the web

e. Transparent and easy data retrieval and search facilities

f. Extensive query/search of database

g. Generate appropriate reports and MIS without manual intervention

h. Provide backup plans and avoid data redundancy

i. Proper and definite security settings based on defined authorization levels for users

j. Facilitate tourist to access about RTDC services like hotels, motels, package tour, two luxury trains, Light and Sound Show- (Chittorgarh and KhubhalGarh), tariff, rules, terms & condition and booking/ cancelation etc.

k. Increase the revenue of RTDC

2.1.3. Brief Technical Solution Requirements

a) The bidder is responsible to provide the best of class technical solutions as per the requirements in the Scope of Work provided in of the Bid document.

b) The maintenance of existing web portal of RTDC shall comply with the respective guidelines issued by DoIT&C, Government of Rajasthan.

c) For detailed technical solution requirements, bidders may refer to subsequent chapters/ sections of this bidding document.

2.2. About RTDC

RTDC operates hotels and motels in the State of Rajasthan. Hotels offering facilities of Suit/ AC/ Non-AC/

Standard/ Family Rooms/ Dormitories, besides Catering, Bar and city sight-seeing tour. RTDC also

operates Raj Bhraman package/ conducted tours/ Light and Sound show for tourists visiting Rajasthan.

During important fairs and festivals also set up tented Tourist Village with special rates.

Besides the budget segment of hotels and package tours, RTDC also runs 2 luxury tourist trains viz.,

Palace on Wheels and Royal Rajasthan on Wheels for up market travellers in association with Indian

Railway during September to April every year.

The reservations for RTDC services are done at RTDC Hotels, Motels and our reservation offices at Jaipur,

Delhi, Ahmedabad, Kolkata and Chennai. Reservations are also done by RTDC authorized General Sales

Agents (GSAs) and Marketing Agents (MAs) as per the published rates through on line.

RTDC proposes to implement a suitable on line Reservation system in real time for RTDC’s services.

Page 9: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

3. TECHNICAL QUALIFICATION/ ELIGIBILITY CRITERIA

3.1. Pre- Qualification/ Eligibility Criteria for the bidder

2. The bidders having technical qualification/eligibility criteria mentioned below can participate in this bidding process and it is to be noted that consortium is not allowed. The supporting documents submitted as an evidence to fulfil the eligibility criteria will be evaluated by the Tendering Authority. During the bid evaluation stage, Department of Tourism may request for clarification (if required) and any additional documents to support the Technical Qualification criteria. Technical Qualification criteria will be evaluated

by a committee, whose decision will be firm and final.

S.

No.

Basic

Requirement

Specific Requirements Documents

Required

1 Legal Entity The bidder should be a Proprietorship firm duly

registered either under the Rajasthan Shops &

Commercial Establishments Act, 1958 or any other

Act of State/ Union, as applicable for dealing in the

subject matter of procurement

(Note: A self-certified declaration regarding the

non-applicability of registration to any Act should

be submitted by the bidder)

OR

A company registered under Indian Companies Act,

1956

OR

A partnership firm registered under Indian

Partnership Act, 1932.

Copy of valid Relevant

Registration

Certificates

2 Financial: Turnover

from IT/ ITeS

Annual Turnover of the bidder from software

development during the last three financial years,

i.e., from 2014-15, 2015-16, 2016-17 (as per the

last balance sheets certifies by CA), should be at

least average turnover Rs. 10 Lacs (Rupees Ten

Lacs).

CA Certificate with

CA’s Registration

Number/ Seal

3 Technical Capability The bidder must have successfully completed at

least;

1. One software application project for Central

Government/ State Government/ Public Sector

Undertaking (PSU) in any state/ India.

AND

2. One web based online booking portal for chain

of hotels in India providing similar services (i.e.

Web based Software Development for real time

online hotel booking.

Work Completion

Certificates from the

client; OR

Work Order + Self

Certificate of

Completion (Certified

by the Statutory

Auditor)

4 Tax registration and

clearance

The bidder should have registration number of VAT

/ Sales Tax / Service Tax and its Clearance

Certificate, whichever is applicable and Income Tax

/ PAN number (mandatory)

Self-Attested Copies of

the required

Document

Note : The above criteria shall be evaluated as per Annexure titled “Technical-qualification Evaluation” Ann.-3

Page 10: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

4. SCOPE OF WORK, DELIVERABLES & TIMELINES

Rajasthan Tourism Development Corporation Ltd. (RTDC) is interested in seeking association with

companies (Service Provider) having experience in maintenance of running web based real time, to be

undertaken and implementedwith the stipulated time frame. A comprehensive web based on line

reservation software in real time for its chain of hotels, motels, two luxury trains i.e. Palace on Wheels

& Royal Rajasthan on Wheels, fairs, festivals, package, camping,conducted package tours,local city

sightseeing tours.

4.1 The broad scope of work of this engagement, not limited to, would include:

4.1.1 Maintenance and updation of existing Web Portal and online booking application:-

4.1.1.1 The scope of work involves Study, Implementation and maintenance& day to day updation of existing web site,(portal)based application software for online reservation of all above services of RTDC.

4.1.1.2 Web application and web portal hosted at Raj. State Data Centre (RSDC) 4.1.1.3 Integration of Payment Gateways “Rajasthan Payment Platform” (Transaction will in two

currency INR & Foreign) 4.1.1.4 Integration of e-mail/ bulk SMS with the software (Approx. 100 No of Email a/c, name as

per advise of RTDC) 4.1.1.5 System Integration and Commissioning (Go-Live)

4.1.2 To be added new modules in the existing web portal.

4.1.2.1 365 days tariff for hotels and City Tours 4.1.2.2 Tariff for two luxury trains per trip. 4.1.2.3 Online ticket for Light and Sound Show at Chittorgarh and Khubhalgarh fort.

4.1.3 Training and Capacity Building

4.1.4 Maintenance of the software and web portal for 5 years after go-live and one year of warranty period 4.1.4.1 Help Desk Support on phone/ email as and when required. 4.1.4.2 If found necessary to modify the designed processes and other documents for successful

implementation, or aggressive marketing to increase the revenue of RTDC, the same should be discussed and the relevant documents should be modified as and when required during the project implementation

4.1.4.3 Shall have the user access management configured for a ‘control group’ of users of RTDC 4.1.4.4 An industry standard methodology should be adopted for Software Engineering, covering

the entire SDLC (Software Development Life Cycle). 4.1.4.5 The bidder shall be responsible for the update the web site and online booking

application as per the guidelines issued by the Govt. of India and Govt. of Rajasthan Website being maintained / developed should be made compliant of the following guidelines and submit the compliance report for the same :

o GIGW, WCAG, UAAG

4.1.4.6 Updating and maintenance of existing webpages/ content sections / photo & video gallery / database as when required.

4.1.4.7 Successful bidder shall also be responsible for contents creation, writing, developing required for new web pages, integration with the portal.Thus, the successful bidder shall act as the complete solution provider for the portal.

4.1.4.8 The successful bidder shall be responsible for procurement, deployment, commissioning, operations and maintenance/ updation for Web Application/ Web Content Management System / Application Server software, and any type of software license at its own cost. The portal updating/ maintenance, new web pages.

4.1.4.9 The bidder has to study the environment of RSDC prior to submit the bid. 4.1.4.10 The successful bidder shall also ensure adherence / compliance with RSDC infrastructure

& policies including mandatory complete security audit from a CERT-IN empanelled security audit firm at no additional charge to RTDC, during the entire project/agreement period.

Page 11: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

4.1.4.11 security audit / ‘Safe-to-host’ certification at its own cost 4.1.4.12 All the sections of the Web portal should be of dynamic nature and must be supported

with a Content Management module for easy content management and administration of the same.

4.1.4.13 Maintenance of a web based online reservation system in real time for all hotels & motels, two luxury trains, fairs, festivals, tour package, conducted tours & city sight tours as well reservation offices (within and outside Rajasthan State) and to be create/add on online booking module of light & sound show or any new services launched during the contract period.

4.1.4.14 The software should have feature for integration with a multiple banks debit/ credit card/ net banking, including foreign currency processing secure payment gateway. Payment Gateway shall be integrated with “Rajasthan Payment Platform” provided by the DOIT&C, State Government for Debit/ Credit card/ Net Banking and related transaction fee shall be borne by RTDC.

4.1.4.15 The inventories will be on a set of room and seat basis for hotel and luxury trains, fairs, festivals, light & sound show and city sight tour. RTDC can at any time amend the inventories, tariff, category and special discounts/ offers etc.

4.1.4.16 The rooms/ seats inventory managements and feature related to thereof, shall carried out by the service provider on directions of RTDC without any extra cost.

4.1.4.17 The service provider shall insure inclusion of any new technology innovation to protect the online booking engine/ system to make it safe, good access speed and all time up.

4.1.4.18 The software thus integrated with the official website/s of RTDC i.ewww.rtdc.tourism.rajasthan.gov.in or re-direct domain www.rtdc.in Or other URL as suggested by RTDC should be accessible to users within and outside RTDC through internet to transact business. Software content to be restricted user-wise, with RTDC administrator having full control on the master admin.

4.1.4.19 To be accessible by officials of RTDC at it’s central reservation offices Head office, other reservation offices within and outside Rajasthan, GSAs/MAs, hotel managers, hotel front office/ reception and the travelling public at large through the official website of RTDC.

4.1.4.20 Content access restricted user-wise. Designated RTDC officers to have full access to all master menus of the software. Other users to have restricted access to be advised by RTDC. Totally open platform for any number of users both within RTDC, GSAs/ MAs as well as tourists for reservation and cancellation.

4.1.4.21 Authorized GSAs/ M.A.s to be provide with the facility of online booking and payment procedure as per prevailing reservation policy of luxury trains and hotels of RTDC.

4.1.4.22 System to provide feature to calculate discount, cancellation rules, of bookings as well as special rates/ discounts as per special period/off-season.

4.1.4.23 Length of advance booking for Financial Years. 4.1.4.24 In-built accounting package. Individual ledgers to be maintained by system for each

services and reservation offices of the RTDC and for each GSA/MA with break-up of tariff, commissions, TDS and taxes etc. Separate ledger for direct online bookings with debit/ credit cards and net banking.

4.1.4.25 To automatically restrict/disable bookings by GSAs/MAs when outstanding exceeds specified limits.

4.1.4.26 Reservation/ cancellation ticket print out to have details of the booking/ cancellation with terms & conditions for cancellation & refundable amount etc.

4.1.4.27 Managers of all online services to view & print day’s booking and guest arrival list detailing of reservations made by them and other places and direct internet bookings as well day’s check-out list.

4.1.4.28 To print historical occupant list. Master control at RTDC HO, Jaipur to also retrieve and print historical occupant details of any listed hotel, motel, and luxury train and tour departure.

4.1.4.29 All reservations, done at any hotel and RTDC office through the internet directly by guest to be identified by a unique random computer generated digital number enabling to tag for each reservation and any subsequent changes thereon.

Page 12: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

4.1.4.30 Any Bug or changes required by the RTDC with respect to the software would be reported by the User and Service Provider would be responsible to update the status of same.

4.1.4.31 All kind of day-to-day requiresMIS Reports as follows.

Periodical Booking / Cancellation / Part Cancellation reports with multiple criteria/ category wise.

Periodical Marketing agents and General Sales Agents (GSA) All/ agents wise transaction ledger reports.

Periodical room/ bed occupancy with corresponding daily/ monthly/ quarterly/ yearly.

Category wise tourist arrival reports.

All reconcile reports related booking/ cancellation system, for Accounts and Audit purpose.

Any other reports related to booking/ cancellation system. 4.1.4.32 Online reservation system should update inventory, once a booking/ cancellation/ one

time booking amended is made. It should even handle invoicing and can send E-mail /SMS message to central reservation /hotel /motel/ office Incharge & concern guest, to let him know a booking has been received/ confirmed.

4.1.4.33 E-mail IDs and bulk SMS of respective RTDC terminals will be provided by Service Provider for integration with online booking software at no additional cost to RTDC.

4.1.4.34 The Master Data creation of all Properties, Rooms, Luxury Trains, Category, Inventory, Accounting Heads, etc. to be created and maintained by the system and to be made available to RTDC at any time on demand.

4.2 Maintenance and updating of the software and web portal for 5 years.

4.2.1 The bidder will ensure online help to all the users through landline/ mobile telephone number at its office for contracted period as and when required duplicate.

4.2.2 The bidder will be responsible for any failure of services for more than stipulated time to restore, during the Annual Maintenance Contact (AMC) period and shall also be responsible to indemnify the same.

4.2.3 In case of service failure i.e. stoppage of reservation work because of malfunctioning of web application and web portal more than reasonable time after reporting of the interruption- the service provider shall be liable to pay for the stop the work between 4 to 12 Hrs. Rs. 1000/- and beyond 12 Hrs. In a day Rs. 3000/-

4.2.4 Exception:-

4.2.4.1 If the fault is on account of natural calamity/ disaster and any such reason which is beyond control of Service Provider, no such penalty will be imposed after proper satisfaction.

4.2.4.2 Routine maintenance and emergency maintenance with advance intimation by the service provide, no such penalty will be imposed.

4.3 Training & Capacity Building:

4.3.1 IF RTDC required Service Provider to provide one time training for RTDC personnel for smooth implementation of the software at user level approx.50 - 60 personnel of RTDC in batches for a period of 3-4 days without any extra cost. Schedule of the training and venue to be mutually discussed and finalized. The maximum participants should not be more than 30.

4.3.2 The training to cover the various modules of application software and their usage. 4.3.3 Service Provider to also provide an Online/ off line Help and an Online/ offline Interactive

training module which can be downloaded by the users for using the application software. 4.3.4 All travelling, boarding and lodging expenses of the training faculty will be on account of the

Service Provider, and RTDC shall not be responsible for same.

Page 13: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

4.5 Project Deliverables, Milestones & Time Schedule:

The bidder is expected to carry out all ground work for implementation including coordination with stakeholders of the project, site survey etc. These reports or deliverables are to be submitted timely by successful bidder to the RTDC to ensure the timely and smooth execution of the project. Certain key deliverables are identified for each of the parts/stages, which are mentioned hereunder. Final take up existing web pages, online booking application’s source and relevant database from RSDC server. RTDC shall co-ordinate between Rajasthan State Data Center (RSDC) and successful bidder.

The milestones and deliverables for the development & implementation of online reservation system and

revamping of web portal would be four weeks from work order date.

4.6 Web application Theintellectual property rights (IPR) of the software, web site code or other intangible items

created under the project will be of the RTDC. 4.7 Project Duration

As per BID, the Online Reservation management System at RTDC will likely to achieve Go Live status within 4weeks of award of contract. Maintenance charges will be paid by the RTDC on quarterly basis.

Page 14: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

5. INSTRUCTION TO BIDDERS (ITB)

5.1 Sale of Bidding/ Tender Documents

a) Mode of bid submission is manual. The sale of bidding documents shall be commenced from the

date of publication of Notice Inviting Bids (NIB). The complete bidding document shall also be

placed on the State Public Procurement Portal (http://sppp.rajasthan.gov.in),

www.eproc.rajasthan.gov.inand portal of RTDC http://rtdc.tourism.rajasthan.gov.in. The

prospective bidders shall be permitted to download the bidding document from the websites and

pay its price while submitting the Bid to the procuring entity.

b) Bidding documents purchased by Principal of any concern may be used by its authorized sole

selling agents/ marketing agents/ distributors/ sub-distributors and authorized dealers or vice

versa.

5.2 Clarification

a) The bidder can ask for any clarification/ clarity on the scope of work or other provisions of the

BID on the working day from 10.00 AM to 5.00 PM, 7 days prior to the last date of submitting the

bid. The clarification/ query can also be sent on the e-mail address mentioned in the RFP. 5.3 Amendment of BiddingDocument

5.3.1 At any time prior to the deadline for submission of the Bids, the tendering authority may amend the Bidding document by issuing Corrigendum/ Addendum.

5.3.2 Any Corrigendum/ Addendum issued shall be a part of the Bidding document To give prospective Bidders reasonable time in which to take a Corrigendum/ Addendum into account in preparing their Bids, the tendering authority may, at its discretion, extend the deadline for the submission of the Bids.

5.3.3 Any change in date of submission and opening of bids would be published in appropriate manner including the websites mentioned in the BID.

5.4 AlternativeBids

Alternative bids shall not be considered at all.

5.5 Period of Validity ofBids 5.5.1 Bids shall remain valid for the period of 90 days, as specified in NIB, after the bid

submission deadline date prescribed by the bidding authority. A bid valid for a shorter period shall be rejected by the tendering authority as non-responsivebid.

5.5.2 In exceptional circumstances, prior to the expiration of the bid validity period, the bidding authority may request bidders to extend the period of validity of their Bids. The Bid Security shall also be extended for a corresponding period. A bidder may refuse the request without forfeiting its bid security. A bidder granting the request shall not be required or permitted to modify its bid.

5.6 Format and Signing of Bids

a) A Single stage-Two part process shall be followed for the Bid. Separate envelops will be

submitted in sealed cover as under-

a. Cover 1 - Fee details, Eligibility documents, technical documents

b. Cover 2-Financial Bid

S. No. Documents Type

Cover 1 - Fee details, Eligibility documents, technical documents

1. Bidding document Fee (Tender Fee which is Rs 1000/-)

2. Bid Security (Which is Rs 30,000/-)

Page 15: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

3. All the documents mentioned in the “Eligibility Criteria”, in support of the

eligibility

4. Technical documents

5. Declaration by Bidders

Cover 2 – Financial Bid (Online Only)

1. Financial Bid – Only inBoQ file xlsFormat

b) The bidder should ensure that all the required documents, as mentioned in this bidding document,

are submitted along with the Bid and in the prescribed format only. Non-submission of the required

documents or submission of the documents in a different format/ contents may lead to the

rejections of the Bid submitted by the bidder.

5.7 Cost & Language of Bidding

a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the

procuring entity shall not be responsible or liable for those costs, regardless of the conduct or

outcome of the bidding process.

b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder

and the procuring entity, shall be written only in English Language. Supporting documents and

printed literature that are part of the Bid may be in another language provided they are

accompanied by an accurate translation of the relevant passages in English/ Hindi language, in

which case, for purposes of interpretation of the Bid, such translation shall govern.

5.8 BidSecurity

a) Every bidder, if not exempted, participating in the bidding process must furnish the required

earnest money deposit as specified in the Notice Inviting BID (NIB).

b) Form of Bid Security: The Bid Security may be deposited in the form of cash or a banker’s cheque

or demand draft in favour of “RTDC Ltd., Jaipur” payable at “Jaipur”. The Bid Security shall be valid

for 120 days from the last date of submission of bids as mentioned in the NIB. The same shall be

payable at par at “Jaipur”.

c) Refund of Bid Security: The Bid Security of unsuccessful bidders shall be refunded soon after final

acceptance of bid and award of contract. In case of best/ successful bidder, the Bid Security, if

feasible, may also be adjusted in arriving at the amount of the PSD.

d) Forfeiture of Bid Security: The Bid Security taken from the bidder shall be forfeited in the following

cases:-

i. When the bidder withdraws or modifies his bid proposal after opening of bids.

ii. When the bidder does not execute the agreement after placement of order within the

specified time.

iii. When the bidder fails to commence the supply of service as per purchase / work order

within the time prescribed.

iv. When the bidder does not deposit the security money after the purchase/ work order is

placed.

v. To adjust any dues against the Bidder from any other contract with RTDC.

vi. If the Bidder breached any provision of Code of integrity prescribed for bidders specified in

the Act & Chapter VI of RTPP Act & Rules.

Page 16: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

5.9 Deadline for the submission ofBids

a. Bids must be submitted by the bidders at the address and no later than the date and time

indicated in the NIB.

b. Normally, the date of submission and opening of bids would not be extended. However, in

exceptional circumstances or when the bidding document is required to be substantially

modified as a result of discussions in pre-bid conference and the time with the prospective

bidders for preparation of bids appears insufficient, the date may be extended by Director,

Department of Tourism.

c. The bidding authority may, at its discretion, extend the deadline for the submission of bids by

amending the bidding document, in which case all rights and obligations of the bidding

authority and bidders previously subject to the deadline shall thereafter would be subject to the

deadline as extended. 5.10 Delayed/ LateBids

The tendering authority shall not consider any bid that arrives after the deadline for

submission of bids as indicated in the NIB. Any bid received by the tendering authority after

the deadline for submission of bids shall be declared as late and returned unopened to the

Bidder.

5.11 Opening of Bids

a) The Bids shall be opened by the bid opening & evaluation committee on the date and time

mentioned in the NIB/ RFP in the presence of the bidders or their authorized representatives who

choose to be present.

b) The committee shall prepare a list of the bidders or their representatives attending the opening

of Bids and obtain their signatures on the same. The list shall also contain the representative’s

name and telephone number and corresponding bidders’ names and addresses. The authority

letters, if any, brought by the representatives shall be attached to the list. The list shall be signed

by all the members of Bid opening committee with date and time of opening of the Bids.

c) The committee shall conduct a preliminary scrutiny of the opened Bid to assess the prima-facie

responsiveness and ensure that the: -

a. bid is accompanied by bidding document fee, bid security or bid securing declaration, and

processing fee (if applicable);

b. bid is valid for the period, specified in the bidding document;

c. bid is unconditional and the bidder has agreed to give the required performance security; and

d. Other conditions, as specified in the bidding document are fulfilled.

e. Any other information which the committee may consider appropriate.

d) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with the proof

of payment or instrument of the required price of bidding document and bid security.

5.12 Selectionmethod

The financial bid(s) of the bidder(s) who found eligible in technical evaluation will be opened

and shall be selected on the basis of Least Cost Based (LCB) method.

5.13 Clarification of Bids

a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid evaluation committee may, at its discretion, ask any bidder for a clarification regarding its Bid.

Page 17: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

The committee's request for clarification and the response of the bidder shall be through email or hard copy.

b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a request by the committee shall not be considered.

c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the committee in the evaluation of the financial Bids.

d) No substantive change to qualification information or to a submission, including changes aimed at making an unqualified bidder, qualified or an unresponsive submission, responsive shall be sought, offered or permitted.

5.14 Evaluation & Tabulation of Technical Bids

a) Determination of Responsiveness

a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis of

bidding document and the provisions of pre-qualification/ eligibility criteria of the bidding

document.

b. A responsive Bid is one that meets the requirements of the bidding document without any

material deviation, reservation, or omission where: -

i. “deviation” is a departure from the requirements specified in the bidding document;

ii. “reservation” is the setting of limiting conditions or withholding from complete acceptance

of the requirements specified in the bidding document; and

iii. “Omission” is the failure to submit part or all of the information or documentation required

in the bidding document.

c. A material deviation, reservation, or omission is one that,

i. if accepted, shall:-

1. affect in any substantial way the scope, quality, or performance of the subject matter

of procurement specified in the bidding documents; or

2. limits in any substantial way, inconsistent with the bidding documents, the procuring

entity’s rights or the bidder’s obligations under the proposed contract; or

ii. if rectified, shall unfairly affect the competitive position of other bidders presenting

responsive Bids.

d. The bid evaluation committee shall examine the technical aspects of the Bid in particular, to

confirm that all requirements of bidding document have been met without any material

deviation, reservation or omission.

e. The procuring entity shall regard a Bid as responsive if it conforms to all requirements set out in

the bidding document, or it contains minor deviations that do not materially alter or depart from

the characteristics, terms, conditions and other requirements set out in the bidding document,

or if it contains errors or oversights that can be corrected without touching on the substance of

the Bid.

b) Non-material Non-conformities in Bids

a. The bid evaluation committee may waive any non-conformity in the Bid that does not

constitute a material deviation, reservation or omission, the Bid shall be deemed to be

substantially responsive.

b. The bid evaluation committee may request the bidder to submit the necessary information or

document like audited statement of accounts/ CA Certificate, Registration Certificate, VAT/ CST

clearance certificate, etc. within a reasonable period of time. Failure of the bidder to comply

with the request may result in the rejection of its Bid.

Page 18: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

c. The bid evaluation committee may rectify non-material non-conformities or omissions on the

basis of the information or documentation received from the bidder under (b) above.

c) Bid Evaluation Criteria

(i) The evaluation committee will evaluate all bids and shortlist the bidders who have qualified as

per the eligibility criteria as laid down in EC.

(ii) The technical evaluation shall be completed by the designated Procurement Committee as early

as possible after opening of technical bids.

(iii) The objective of the Technical Bid evaluation is to short list bidders who have the technical

competency/ experience/ skills / financial strength that are essential to roll out the project.

(iv) The firms who could not qualify in technical evaluation will be informed about this fact and

their EMD/ BD will be refunded after completion of the tender process i.e. award of the

contract to the best/ successful bidder.

5.15 Evaluation & Tabulation of Financial Bids

Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the procuring

entity shall take following actions for evaluation of financial Bids:-

a) For two part/ cover Bid system, the financial Bids of the bidders who qualified in technical evaluation shall be opened at the notified time, date and place by the bid evaluation committee in the presence of the bidders or their representatives who choose to be present

b) The process of opening of the financial Bids shall be similar to that of technical Bids. c) the names of the bidders, the rates given by them and conditions put, if any, shall be read out

and recorded; d) conditional Bids are liable to be rejected; e) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per law of

the Central/ State Government/ Local Authorities, and the evaluation criteria specified in the bidding documents shall only be applied;

f) The offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then others in ascending order;

g) the bid evaluation committee shall prepare a comparative statement in tabular form in accordance with rules along with its report on evaluation of financial Bids and recommend most advantageous Bid;

h) The members of bids evaluation committee shall give their recommendations below the table regarding lowest Bid or most advantageous Bid and sign it.

i) It shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing market rates of the goods, works or service required to be procured.

5.16 Price/ purchase preference in evaluation

Price and/ or purchase preference notified by the State Government (GoR) and as mentioned in the

bidding document shall be considered in the evaluation of Bids and award of contract.

5.17 Negotiations

a) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder when

the rates are considered to be much higher than the prevailing market rates.

b) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons

and results of negotiations shall be recorded in the proceedings.

c) The lowest or most advantageous bidder shall be informed in writing either through messenger or

by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling

negotiations. In case of urgency the bid evaluation committee, after recording reasons, may reduce

the time, provided the lowest or most advantageous bidder has received the intimation and

consented to regarding holding of negotiations.

Page 19: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

d) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation

committee shall have option to consider the original offer in case the bidder decides to increase

rates originally quoted or imposes any new terms or conditions.

e) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid

evaluation committee may choose to make a written counter offer to the lowest or most

advantageous bidder and if this is not accepted by him, the committee may decide to reject and re-

invite Bids or to make the same counter-offer first to the second lowest or most advantageous

bidder, then to the third lowest or most advantageous bidder and so on in the order of their initial

standing and work/ supply order be awarded to the bidder who accepts the counter-offer. This

procedure would be used in exceptional cases only.

f) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.

5.18 Exclusion of Bids/ Disqualification

a) A procuring entity shall exclude/ disqualify a Bid, if: -

a. the information submitted, concerning the qualifications of the bidder, was false or constituted

a misrepresentation; or

b. the information submitted, concerning the qualifications of the bidder, was materially

inaccurate or incomplete; and

c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the bidding

document;

d. the Bid materially departs from the requirements specified in the bidding document or it

contains false information;

e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or agreed to give,

to any officer or employee of the procuring entity or other governmental authority a

gratification in any form, or any other thing of value, so as to unduly influence the procurement

process;

f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting fair

competition.

b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification is

discovered.

c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing

and shall be: -

a. communicated to the concerned bidder in writing;

b. Published on the RTDC web portal, if applicable.

5.19 Lack of competition

a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up

with one responsive Bid only. In such situation, the bid evaluation committee would check as to

whether while floating the NIB all necessary requirements to encourage competition like standard

bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of Bids,

etc. were fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid process

shall be considered valid even if there is one responsive Bid, provided that: -

a. the Bid is technically qualified;

b. the price quoted by the bidder is assessed to be reasonable;

c. the Bid is unconditional and complete in all respects;

d. there are no obvious indicators of cartelization amongst bidders; and

Page 20: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the bidding

document

b) The bid evaluation committee shall prepare a justification note for approval by the next higher

authority of the procuring entity, with the concurrence of the accounts member.

c) In case of dissent by any member of bid evaluation committee, the next higher authority in

delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids

after recording reasons.

d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of

market depth, eligibility criteria and cost estimate.

5.20 Information and publication of award

Information of award of contract shall be communicated to all participating bidders and published on

the respective website(s) as specified in NIB.

5.21 Procuring entity’s right to accept or reject any or all Bids

The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding

process and reject all Bids at any time prior to award of contract, without thereby incurring any liability

to the bidders.

5.22 Performance Security Deposit (PSD)

a) Within fifteen (15) days of the receipt of notification of award from the tendering authority, the

successful Bidder shall furnish the Performance Security Deposit (PSD) @ 5% of the total agreed/ ordered

projectvalue.

b) Failure of the successful bidder to submit the aforementioned PSD or sign the Contract Agreement shall

constitute sufficient grounds for the annulment (cancellation/ termination) of the award and forfeiture

of the Bid Security. In that event the tendering authority may award the Contract to the next best value

bidder whose offer is valid and substantially responsive and is determined by the tendering authority to

be qualified to perform the Contractsatisfactorily.

5.23 Renewal of Rate Contract

a) The rate contract may be renewed at mutual consent of the tendering authority and the bidder, at the

same quoted rates and with the same terms and conditions, as per RTPPAct & Rules.

5.24 Execution of agreement

a) A procurement contract shall come into force from the date on which the letter of acceptance or

letter of intent is dispatched to the bidder.

b) The successful bidder shall sign the procurement contract within 15 days from the date on which the

letter of acceptance or letter of intent is dispatched to the successful bidder.

c) If the bidder, who’s Bid has been accepted, fails to sign a written procurement contract or fails to

furnish the required performance security within specified period, the procuring entity shall take

action against the successful bidder as per the provisions of the bidding document and RTPP Act. The

procuring entity may, in such case, cancel the procurement process or if it deems fit, offer for

acceptance the rates of lowest or most advantageous bidder to the next lowest or most

advantageous bidder, in accordance with the criteria and procedures set out in the bidding

document.

d) The bidder will be required to execute the agreement on a non-judicial stamp of Rs 1000/-only and

to be purchase from anywhere in Rajasthan only.

Page 21: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

5.25 Confidentiality

a) Notwithstanding anything contained in this bidding document but subject to the provisions of any

other law for the time being in force providing for disclosure of information, a procuring entity shall

not disclose any information if such disclosure, in its opinion, is likely to: -

a. impede enforcement of any law;

b. affect the security or strategic interests of India;

c. affect the intellectual property rights or legitimate commercial interests of bidders;

d. Affect the legitimate commercial interests of the procuring entity in situations that may include

when the procurement relates to a project in which the procuring entity is to make a

competitive bid, or the intellectual property rights of the procuring entity.

b) The procuring entity shall treat all communications with bidders related to the procurement process

in such manner as to avoid their disclosure to competing bidders or to any other person not

authorized to have access to such information.

c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling the

terms of the procurement contract, conditions aimed at protecting information, the disclosure of

which violates (a) above.

d) In addition to the restrictions specified above, the procuring entity, while procuring a subject matter

of such nature which requires the procuring entity to maintain confidentiality, may impose condition

for protecting confidentiality of such information.

5.26 Cancellation of procurement process

a) If any procurement process has been cancelled, it shall not be reopened but it shall not prevent the

procuring entity from initiating a new procurement process for the same subject matter of

procurement, if required.

b) A procuring entity may, for reasons to be recorded in writing, cancel the process of procurement

initiated by it -

a. at any time prior to the acceptance of the successful Bid; or

b. Afterthe successful Bidis accepted in accordance with (d) and (e) below.

c) The procuring entity shall not open any bids or proposals after taking a decision to cancel the

procurement and shall return such unopened bids or proposals.

d) The decision of the procuring entity to cancel the procurement and reasons for such decision shall

be immediately communicated to all bidders that participated in the procurement process.

e) If the bidder who’s Bid has been accepted as successful fails to sign any written procurement

contract as required, or fails to provide any required security for the performance of the contract,

the procuring entity may cancel the procurement process.

f) If a bidder is convicted of any offence under the Act, the procuring entity may: -

a. cancel the relevant procurement process if the Bid of the convicted bidder has been declared as

successful but no procurement contract has been entered into;

b. Rescind (cancel) the relevant contract or forfeit the payment of all or a part of the

contract value if the procurement contract has been entered into between the procuring entity

and the convicted bidder.

5.27 Code of Integrity for Bidders

a) No person participating in a procurement process shall act in contravention of the code of integrity

prescribed by the State Government.

Page 22: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

b) The code of integrity include provisions for: -

a. Prohibiting

i. any offer, solicitation or acceptance of any bribe, reward or gift or any material benefit,

either directly or indirectly, in exchange for an unfair advantage in the procurement

process or to otherwise influence the procurement process;

ii. any omission, including a misrepresentation that misleads or attempts to mislead so as to

obtain a financial or other benefit or avoid an obligation;

iii. any collusion, bid rigging or anti-competitive behavior to impair the transparency, fairness

and progress of the procurement process;

iv. improper use of information shared between the procuring entity and the bidders with an

intent to gain unfair advantage in the procurement process or for personal gain;

v. any financial or business transactions between the bidder and any officer or employee of

the procuring entity;

vi. any coercion including impairing or harming or threatening to do the same, directly or

indirectly, to any party or to its property to influence the procurement process;

vii. any obstruction of any investigation or audit of a procurement process;

b. Disclosure of conflict of interest;

c. Disclosure by the bidder of any previous transgressions with any entity in India or any other

country during the last three years or of any debarment by any other procuring entity.

c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a bidder

or prospective bidder, as the case may be, the procuring entity may take appropriate measures

including: -

a. exclusion of the bidder from the procurement process;

b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security;

c. forfeiture or encashment of any other security or bond relating to the procurement;

d. recovery of payments made by the procuring entity along with interest thereon at bank rate;

e. cancellation of the relevant contract and recovery of compensation for loss incurred by the

procuring entity;

f. Debarment of the bidder from participation in future procurements of the procuring entity for

a period not exceeding three years.

5.28 Interference with Procurement Process

A bidder, who: -

a) withdraws from the procurement process after opening of financial bids;

b) withdraws from the procurement process after being declared the successful bidder;

c) fails to enter into procurement contract after being declared the successful bidder;

d) fails to provide performance security or any other document or security required in terms of the

bidding documents after being declared the successful bidder, without valid grounds,

shall, in addition to the recourse available in the bidding document or the contract, be

punished with fine which may extend to fifty lakh rupees or ten per cent of the assessed value of

procurement, whichever is less.

5.29 Appeals and Related Issues:

The provision of appeals shall be govern by the provision provided Rajasthan Transparency in Public

Procurement Act. 2012 & Rule 2013.

5.30 Offenses by Firms/ Companies

a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2013” has been

committed by a company, every person who at the time the offence was committed was in charge

Page 23: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

of and was responsible to the company for the conduct of the business of the company, as well as

the company, shall be deemed to be guilty of having committed the offence and shall be liable to

be proceeded against and punished accordingly:

Provided that nothing contained in this sub-section shall render any such person liable for any

punishment if he proves that the offence was committed without his knowledge or that he had

exercised all due diligence to prevent the commission of such offence.

b) Notwithstanding anything contained in (a) above, where an offence under this Act has been

committed by a company and it is proved that the offence has been committed with the consent

or connivance of or is attributable to any neglect on the part of any director, manager, secretary

or other officer of the company, such director, manager, secretary or other officer shall also be

deemed to be guilty of having committed such offence and shall be liable to be proceeded against

and punished accordingly.

c) For the purpose of this section-

a. "company" means a body corporate and includes a limited liability partnership, firm,

registered society or co- operative society, trust or other association of individuals; and

b. "Director" in relation to a limited liability partnership or firm, means a partner in the firm.

d) Abetment of certain offenses: Whoever abets an offence punishable under this Act, whether or

not that offence is committed in consequence of that abetment, shall be punished with the

punishment provided for the offence.

5.31 Debarment from Bidding

a) A bidder shall be debarred by the State Government if he has been convicted of an offence

a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or

b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law for the

time being in force, for causing any loss of life or property or causing a threat to public

health as part of execution of a public procurement contract.

b) A bidder debarred under (a) above shall not be eligible to participate in a procurement process of

any procuring entity for a period not exceeding three years commencing from the date on which

he was debarred.

c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in terms of

“Code of Integrity for bidders” above, it may debar the bidder for a period not exceeding three

years.

d) Where the entire bid security or the entire performance security or any substitute thereof, as the

case may be, of a bidder has been forfeited by a procuring entity in respect of any procurement

process or procurement contract, the bidder may be debarred from participating in any

procurement process undertaken by the procuring entity for a period not exceeding three years.

e) The State Government or a procuring entity, as the case may be, shall not debar a bidder under

this section unless such bidder has been given a reasonable opportunity of being heard.

5.32 Monitoring of Contract

a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be

nominated by procuring entity to monitor the progress of the contract during its delivery period.

b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall

ensure that quantity of goods and service delivery is in proportion to the total delivery period

given, if it is a severable contract, in which the delivery of the goods and service is to be obtained

continuously or is batched. If the entire quantity of goods and service is to be delivered in the form

of completed work or entire contract like fabrication work, the process of completion of work may

Page 24: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

be watched and inspections of the selected bidder’s premises where the work is being completed

may be inspected.

c) If delay in delivery of goods and service is observed a performance notice would be given to the

selected bidder to speed up the delivery.

d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in

writing to the procuring entity and such change shall not relieve any former member of the firm,

etc., from any liability under the contract.

e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the

contract unless he/ they agree to abide by all its terms, conditions and deposits with the procuring

entity through a written agreement to this effect. The bidder’s receipt for acknowledgement or

that of any partners subsequently accepted as above shall bind all of them and will be sufficient

discharge for any of the purpose of the contract.

f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any

other agency without the permission of procuring entity.

Page 25: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

General Conditions of theBid

1) Income Tax and VAT Registration and VAT ClearanceCertificate

Dealer who does not hold a valid Permanent Account Number (PAN) from Income Tax department, GoI

shall not bid. The Service Tax/ VAT Registration Number should be quoted and wherever applicable a VAT

clearance certificate from the Commercial Taxes Officer of the Circle concerned valid shall be submitted.

The bidder having valid VAT registration in the state of Rajasthan and he should mention the same VAT

registration number in the bid document.

2) ContractDocuments

Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all

parts thereof) are intended to be correlative, complementary, and mutually explanatory.

3) Interpretation

a) If the context so requires it, singular means plural and viceversa. b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser and the

Supplier/ Selected bidder and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract.

c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each partythereto.

d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach ofContract.

e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is beingwaived.

f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of theContract.

4) Language

a) The Contract as well as all correspondence and documents relating to the Contract exchanged by the successful/ selected bidder and the Purchaser, shall be written in English only. Supporting documents and printed literature that are part of the Contract maybe in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the special conditions of the contract, in which case, for purposes of interpretation of the Contract, this translation shall govern.

b) The successful/ selected bidder shall bear all costs of translation to the governing language and all risks of the accuracy of suchtranslation.

5) Notices

a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the contract. The term “in writing” means communicated in written form with proof of dispatch andreceipt.

b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever islater.

6) Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan State/ the

Country (India), unless otherwise specified in the contract.

Page 26: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

7) Scope ofSupply

a) Subject to the provisions in the bidding document and contract, Services to be supplied shall be as specified in the biddingdocument.

b) Unless otherwise stipulated in the Contract, the scope of Services shall include all such activities not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining delivery and completion of the services as if such activities were expressly mentioned in theContract.

8) Supplier’s/ Selected Bidder’sResponsibilities

The Supplier/ Selected Bidder shall provide all the services included in the scope of supply in accordance with the provisions of bidding document and/ or contract.

9) Purchaser’sResponsibilities

a) Whenever the supply of services requires that the Supplier/ Selected Bidder obtain permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so required by the Supplier/ Selected Bidder, make its best effort to assist the Supplier/ SelectedBidderincomplyingwithsuchrequirementsinatimelyandexpeditiousmanner.

b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with the general and special conditions of thecontract.

10) ContractPrice

a) The Contract Price shall be paid as specified in the contract subject to any additions and adjustments thereto, or deductions there from, as may be made pursuant to theContract.

b) Prices charged by the Selected Bidder for providing services under the Contract shall not vary from the prices quoted by the Supplier/ Selected Bidder in its bid, with the exceptionofanypriceadjustmentsauthorizedinthespecialconditionsofthecontract.

11) Recoveries from Supplier/ SelectedBidder

a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made ordinarily from bills.

b) The Purchase Officer shall withhold amount to the extent of short supply, broken/ damaged or for rejected articles unless these are replaced satisfactorily. In case of failure to withhold the amount, it shall be recovered from his dues and performance security deposit available with Department of Tourism.

c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when recovery is not possible, the Purchase Officer shall take recourse to law in force.

12) Taxes &Duties

a) The income tax, service tax, etc., if applicable, shall be deducted at source from the payment to theSupplier/SelectedBidderasperthelawinforceatthetimeofexecutionofcontract.

b) The entry tax, if applicable shall be deducted at source and deposited in the government treasury in proper revenue receipt head ofaccount.

c) Revision in Service Tax shall be on account of the tendering authority if it has been asked for separately in the financial bid and is not taken into account for the purpose of comparison of bids. If, however, they have not been asked for separately, any benefit or additional cost will be on account of the bidder. Revision of any other tax or duty shall be on account of thebidder.

d) If any tax exemptions, reductions, allowances or privileges may be available to the successful/ selected bidder in India, the Purchaser shall use its best efforts to enable the successful/ selectedbiddertobenefitfromanysuchtaxsavingstothemaximumallowableextent.

13) Performance Security Deposit(PSD)

a) In case of successful/ selected bidder, the Bid Security may be adjusted in arriving at the amount of thePSD.

b) The successful/ selected bidder shall, within fifteen (15) days of the notification of Contract award, provide a PSD @ 5% of the total agreed/ ordered project value for the due performanceoftheContractintheamountsandcurrenciesspecifiedintheworkorder.

c) The proceeds of the PSD shall be payable to the Purchaser as compensation for any loss resulting from the successful/ selected bidder failure to complete its obligations under the Contract.

Page 27: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

d) Form of PSD: PSD in the form of cash will not be accepted. It may be deposited in the form of Bank Draft or Banker’s Cheque in favour of “Director, Department of Tourism” payable at “Jaipur”.

e) Refund of PSD: The PSD shall be refunded after one month of expiry of the term of the contract. f) Forfeiture of PSD: PSD shall be forfeited in the following cases:-

i. When any terms and condition of the contract isbreached.

ii. When the Supplier/ Selected Bidder fail to commence supply or stops making the supplies or fail to provide deliverables after partially executing the purchase/ workorder.

iii. To adjust any dues against the Bidder from any other contract with Department of Tourism. g) No interest shall be paid by Department of Tourism on the amount of Bid Security andPSD.

h) Proper notice shall be given to the Supplier/ Selected Bidder with reasonable time before Bid Security/ PSD isforfeited.

i) Forfeiture of Bid Security / PSD shall be without prejudice to any other right of Department of

Tourism to claim any damages as admissible under the law as well as to take such action against the Supplier/ Selected Bidder such as severing future business relation or black listing, etc.

14) Copyright

The copyright in all deliverables, project documents and other materials containing data and information

furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain vested in the Supplier /

Selected Bidder, or, if they are furnished to the Purchaser directly or through the Supplier / Selected

Bidder by any third party, including suppliers of materials, the copyright in such materials shall remain

vested in such third party.

15) Sub-contracting

a) Unless otherwise specified in the Contract, the bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency without the permission of Purchaser/ TenderingAuthority.

b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts awarded under the Contract, if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier/ Selected Bidder from any of its obligations, duties, responsibilities, or liability under theContract.

c) Subcontracts shall comply with the provisions of bidding document and/or contract.

16) Extension in Delivery Period and Liquidated Damages(LD)

a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to deliver any or all of the Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage of the contract value specified in clause no. 17.(d) below until actual delivery or performance, up to a maximum deduction of the percentage specified in the bidding document and/ or contract. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to clause“Termination”.

b) The time specified for delivery in the tender form shall be deemed to be the essence of the contractandthesupplier/selectedbiddershallarrangeserviceswithinthespecifiedperiod.

c) Delivery and completion period may be extended with or without liquidated damages, if the delay in the supply of service is on account of hindrances beyond the control of the supplier/ selectedbidder.

i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for extending the delivery period of service, if he finds himself unable to complete the supply of service within the stipulated delivery period or is unable to maintain prorate progress in the

Page 28: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

supply of service delivery. This request shall be submitted as soon as a hindrance in delivery of goods and service occurs or within 15 days from such occurrence but before expiry of stipulated period of completion of delivery of service after which such request shall not beentertained.

ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of service and the periods of delay occurred due to that and recommend the competent authority on the period of extension which should be granted with or without liquidated damages.

iii. Normally, extension in delivery period of service in following circumstances may be considered without liquidateddamages: a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if

Department of Tourism was required to supply them to the supplier of service provider as per terms of thecontract.

b. When delay has occurred in supply of materials etc. if these were required to be supplied to the supplier or service provider by the Department of Tourism as per terms of thecontract.

iv. It shall be at the discretion of the concerned authority to accept or not to accept the supply of services rendered by the contractor after the expiry of the stipulated delivery period, if no formal extension in delivery period has been applied and granted. The competent authority shall have right to cancel the contract with respect to undelivered goods and/ or service.

v. If the Department of Tourism is in need of the good and/ or service rendered after expiry of the stipulated delivery period, it may accept the services and issue a letter of extension in delivery period with usual liquidated damages and denial clauses to regularize the transaction.

d) In case of extension in the service delivery and/ or completion/ commissioning period is granted with full liquidated damages, the recovery shall be made on the basis of following percentages of value of service which the supplier/ selected bidder has failed to supply or complete:

No. Condition LD %

a. Delay up to one fourth period of the prescribed period 2.5 %

b. Delay exceeding one fourth but not exceeding half of the prescribed period 5.0 %

c. Delay exceeding half but not exceeding three fourth of the prescribed period 7.5 %

d. Delay exceeding three fourth of the prescribed period 10.0 %

i. Fraction of a day in reckoning period of delay in supplies, successful installation and completion of work shall be eliminated, if it is less than half aday.

ii. The maximum amount of liquidated damages shall be10%. 17) Limitation ofLiability

Except in cases of gross negligence or willful misconduct: -

a) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier/ selected bidder to pay liquidated damages to the Purchaser;and

b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier/ selected bidder to indemnify the Purchaser with respect to patentinfringement.

18) Change in Laws &Regulations Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in Rajasthan/ India, where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/ or the Contract Price, then such Delivery Date and/ or Contract Price shall be correspondingly increased or

Page 29: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited, if the same has alreadybeenaccountedforinthepriceadjustmentprovisionswhereapplicable.

19) ForceMajeure

a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of ForceMajeure.

b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the supplier/ selected bidder. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freightembargoes.

c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify Department of Tourism in writing of such conditions and cause thereof within 15 days of occurrence of such event. Unless otherwise directed by Department of Tourism, the supplier/ selected bidder shall continue to perform its obligations under the contract as far as reasonablypractical.

d) If the performance in whole or part or any obligation under the contract is prevented or delayed by any reason of Force Majeure for a period exceeding 60 days, either party at its option may terminate the contract without any financial repercussion on eitherside.

e) In case a Force Majeure situation occurs with the Department of Tourism, the Department of Tourismmaytakethecasewiththesupplier/selectedbidderonsimilarlines.

20) Change Orders and ContractAmendments

a) The Purchaser may at any time order the supplier/ selected bidder through Notice in accordance with clause “Notices” above, to make changes within the general scope of the Contract in any one or more of the following:- i. Project deliverables, documents, specifications orstandards

ii. Services to be provided by the supplier/ selectedbidder.

b) If any such change causes an increase or decrease in the cost of, or the time required for, the supplier’s/ selected bidder’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly should be amended. Any claims by the supplier/ selected bidder for adjustment under this clause must be asserted within thirty (30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s changeorder.

c) Prices to be charged by the supplier/ selected bidder for any related services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier/ selected bidder for similarservices..

21) Termination

Termination forDefault

i. The tender sanctioning authority of Department of Tourism may, without prejudice to any other remedy for breach of contract, by a written notice of default of at least 15 days sent to the supplier/ selected bidder, terminate the contract in whole or in part:- a. If the supplier/ selected bidder fails to deliver any or all quantities of the service within

the time period specified in the contract, or any extension thereof granted by Department of Tourism;or

b. If the supplier/ selected bidder fails to perform any other obligation under the contract within the specified period of delivery of service or any extension granted thereof;or

c. If the supplier/ selected bidder, in the judgment of the Purchaser, is found to be engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing

Page 30: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

thecontract. d. If the supplier/ selected bidder commits breach of any condition of thecontract.

ii. If Department of Tourism terminates the contract in whole or in part, amount of PSD may beforfeited.

iii. Before cancelling a contract and taking further action, advice of senior most finance person available in the office and of legal adviser or legal assistant posted in the office, if there is one, may beobtained.

Termination forInsolvency

Department of Tourism may at any time terminate the Contract by giving a written notice of at least 15 days to the supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the supplier/ selected bidder, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to Department of Tourism.

Termination forConvenience

i. Department of Tourism, by a written notice of at least 15 days sent to the supplier/ selected bidder, may terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the supplier/ selected bidder under the Contractisterminated,andthedateuponwhichsuchterminationbecomeseffective.

ii. Depending on merits of the case the supplier/ selected bidder may be appropriately compensated on mutually agreed terms for the loss incurred by the contract if any due to suchtermination.

iii. The services/ deliverables that are complete and ready for shipment within twenty-eight

(28) days after the supplier’s/ selected bidder’s receipt of the Notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

1. To have any portion completed and delivered at theContract terms and prices; and/or

2. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the supplier/ selectedbidder.

22) Settlement ofDisputes

a) General: If any dispute arises between the supplier/ selected bidder and Department of Tourism during the execution of a contract, it should be amicably settled by mutual discussions. However, if the dispute is not settled by mutual discussions, a written representation will be obtained from the supplier/ selected bidder on the points of dispute. The representation so received shall be examined by the concerned Procurement Committee which sanctioned the tender. The Procurement Committee may take legal advice of a counsel and then examine the representation. The supplier/ selected bidder will also be given an opportunity of being heard. The Committee will take a decision on the representation and convey it in writing to the supplier/ selectedbidder.

b) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties regarding a contract shall be settled by a competent court having jurisdiction over the place, where agreement has been executed and by no other court, after decision of the standing committee for settlement ofdisputes.

23) Payment Terms and Schedule

(i) Paymentschedule:

Payments shall be made at calendar quarterly periods, such that a quarter shall consist of three

Calendar months, which shall in turn co-relate with a month in the financial bid? Start of 1stquarter shall

be deemed as the date of Go-Live of the project. For payment of items with fractional month period,

payment shall be pro-rated at the resolution of nearest full-day, assuming a month has 30days.

Page 31: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

(ii) Payment amount: The billable amount shall be as per the rates quoted and quantities of services delivered as per the

contract. The payable amount shall be based on billable amount after accounting for any LD, penalties due

to Service Level Requirements and any other the terms and conditions of the contract.

24) Exit Management

a) Preamble

1. The word ‘parties’ include the tendering authority and thebidder.

2. This Schedule sets out the provisions, which will apply on expiry or termination of the Project

Implementation and Operations and Management ofSLA.

3. In the case of termination of the Project Implementation and/ or Operation and Management SLA due

to illegality, the Parties shall agree at that time whether, and if so during what period, the provisions of

this Schedule shallapply.

4. The Parties shall ensure that their respective associated entities carry out their respective obligations

set out in this Exit ManagementSchedule.

25) Transfer of Assets

1. The bidder may continue work on the assets (provided to the technical resources working on-site) for the duration of the exit management period which may be a 15 days period from the date of expiry or termination of the agreement, if required by RTDC to do so. During this period the bidder will transfer all the assets in good working condition and as per the specifications of the bid document including the ones being upgraded to the department/ designated agency.

2. The security deposit/ performance security submitted by bidder will only be returned after the successful transfer of the entire project.

3. The RTDC during the project implementation phase and the operation and management phase shall be entitled to serve notice in writing to the bidder at any time during the exit management period requiring the bidder to provide RTDC its nominated agencies with a complete and up-to-date list of the assets / documents / specifications within 15 days of such notice.

4. Uponserviceofanotice,asmentionedabove,thefollowingprovisionsshallapply:

(a) In the event, if the assets which to be transferred to the RTDC mortgaged to any financial institutions by the bidder, the bidder shall ensure that all such liens and liabilities have been cleared beyond any doubt, prior to such transfer. All documents regarding the discharge of such lien and liabilities shall be furnished to the RTDC or its nominatedagencies.

(b) All title of the assets to be transferred to the RTDC or its nominated agencies pursuant to clause(s) above shall be transferred on the last day of the exit management period. All expenses occurred during transfer of assets shall be borne by the bidder.

(c) That on the expiry of this clause, the bidder and any individual assigned for the performance of the services under this clause shall handover or cause to be handed over all confidential information and all other related material in its possession, supplied by bidder to the RTDC.

(d) That the products and technology delivered to the RTDC during the contract term or on expiry of the contract duration should not be sold or re-used or copied or transferred by bidder to other locations apart from the locations mentioned in the this bid document without prior written notice and approval of the RTDC. Supplied hardware, software & documents etc., used by the bidder for the RTDC shall be the legal properties of the RTDC.

.

Page 32: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

ANNEXURE 1: BID FORM

(On Bidder’s letterhead)

1) Addressedto:

Name of the Tendering Authority Executive Director

Address Rajasthan Tourism Development Corporation Ltd.

Hotel Swagatam Campus, Near Railway Station, Jaipur, Rajasthan

Telephone 5114768/69

Email [email protected], [email protected]

2) BidderDetails:

Name of Bidder

Name of Contact Person with

Designation

Registered Office Address

Address of the Bidder

Year of Establishment

Type of Bidder

Put Tick( ) mark

Public

Limited

Private

Limited

Partnership Proprietary

Telephone Number(s)

Email Address/ Web Site Email: Web-Site:

Fax No.

Mobile Number Mobile:

Certification/Accreditation/Affiliation,

if Any

3) The requisite BID Processing fee amounting to Rs. /- (Rupees <in words>) has been deposited videreceiptno. dated .

4) The requisite BID fee amounting toRs. /- (Rupees <in words>) has been depositedvide receiptno. dated .

5) The requisite Bid Security amounting toRs. /- (Rupees <in words>) hasbeendeposited vide Banker’s Cheque/DDNo. dated .

6) We agree to abide by all the terms and conditions mentioned in this form issued by the Empanelment Authority and also the further conditions of the said notice given in the attached Sheets (all the pages of which have been signed by us in token of acceptance of the terms mentioned therein along with stamp of the Bidder).

Name of the Bidder: -

Authorized Signatory: -

Seal of the Organization: -

Date:

Place:

Page 33: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

ANNEXURE 2: SELF TECHNICAL-QUALIFICATION EVALUATION

(On Bidder’s letterhead)

To, Executive Director,

Rajasthan Tourism Development Corporation Limited,

Hotel Swagatam Campus, Near Railway Station, Jaipur, Rajasthan

In response to the Tender/NIBRef. dated

forMaintenance and

updating of existing Website and Online Booking application For a Period of Five Years, as the

AuthorizedSignatoryof ,

I/we hereby declare that enclosed Technical-qualification evaluation checklist, at the time of bid submission

date, is true and complete to the best of my/our knowledge. If this declaration is found to be incorrect then

without prejudice to any other action that may be taken, my/our security may be

forfeitedinfullandmy/ourbid,totheextentaccepted,maybecancelled.

Thanking you,

Name of the Bidder/Organization:

- Authorized Signatory: -

Seal of the

Organization: - Date:

Place:

Enclosed: Pre-qualification evaluation checklist

Page 34: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

ANNEXURE 3: SELF TECHNICAL-QUALIFICATION EVALUATION

Enclosure: Self Technical -qualification evaluation checklist

Entire technical bid has been numbered, starting from page 1, increasingly for each page in the

technical bid.

With reference to Chapter titled “Eligibility Criteria” for details, all criteria mentioned below have

been met by bidder.

S.

No.

Category

Criteria

Supporting Information

(to be filled by the bidder, where marked)

Proof at page

number(s)

(to be filled by the

bidder)

1

Pre- requisites

BID Fee

Amount: Date: Reference:

2

Earnest Money Deposit

Amount: Date: Reference:

3

RISL Processing Fee

Amount: Date: Reference:

4

Compliance to the RFP

Sealed and signed RFP, All pages excluding annexures, Final version not modified or re-formatted in any way or form

5 Bid form As per Annexure- titled same

6 SELF TECHNICAL-QUALIFICATION EVALUATION

As per Annexure- titled same

7 BIDDER’S AUTHORIZATION CERTIFICATE

As per Annexure- titled same

8 SELF-DECLARATION – NO BLACKLISTING

As per Annexure- titled same

9 UNDERTAKING FOR LOCAL PRESENCE

As per Annexure- titled same

10 C.A. CERTIFICATE TOWARDS TURNOVER FROM IT/ITES

As per Annexure- titled same

11 FINANCIAL BID SUBMISSION LETTER & FORM

As per Annexure- titled same

12

Technicalqualification

Legal Entity

Self-attested copies of Valid Registration Certificates OR Self attested copies of Certificates of Incorporation or Agreement

Page 35: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

13

Turnover from IT Software Development

CA Certificate with CA’s Registration Number, Signature and Seal, as per Annexure titled same

14

Tax registration andclearance

VAT/Sales Tax registration, if applicable (if not applicable, the bidder should submit a self- certified letter for the same and reasons thereof)

15

VAT/Sales Tax clearance certificate, if applicable (if not applicable, the bidder should submit a self-certified letter for the same and reasons thereof); OR

Proof of VAT/Sales Tax payment such that it is has

been paid no earlier than 1st

April 2016

16

Service Tax registration, if applicable (if not applicable, the bidder should submit a self- certified letter for the same and reasons thereof)

17

Income Tax / PAN registration number

18

Technical capability

Copy of Two Work orders as required in Technical Qualification/ Eligibility Criteria

IMPORTANT NOTE : ALL RELEVANT DOCUMENTS IN SUPPORT OF FULFILLING ELIGIBILITY

CRITERIA SUOULD BE SUBMITTED BY BIDDER.

Page 36: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

ANNEXURE 4: BIDDER’S AUTHORIZATION CERTIFICATE

(On Bidder’s letterhead)

To,

Executive Director, Rajasthan Tourism Development Corporation Ltd. Hotel Swagatam Campus, Near Railway Station, Jaipur, Rajasthan

I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to

sign relevant documents on behalf of the company/ Bidder in dealing with Tender/ NIB reference No.

dated . He/ She is also authorized to attend meetings &submit

technical & commercial information/ clarifications as may be required by you in the course of

processingtheBid.Forthepurposeofvalidation,his/herverifiedsignaturesareasunder.

Thanking you,

Name of the person authorizing person below: -

Signature of the person authorizing person below: -

Seal of the Organization: -

Date:

Place:

Name of the person authorized:

Verified signature of the person authorized:

Page 37: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

ANNEXURE 5: SELF-DECLARATION – NO BLACKLISTING

(On Bidder’s letterhead) To,

Executive Director, Rajasthan Tourism Development Corporation Ltd. Hotel Swagatam Campus, Near Railway Station, Jaipur, Rajasthan

In response to the Tender/ NIB Ref. No. for Maintenance and updating of

existing Website and Online Booking application For a Period of Five Yearsfor Department of Tourism,

as an Owner/ Partner/Directorof

,I/Wehereby declare that presently

our Company/ Bidder , at the time of

bidding, is having unblemished record and is not declared ineligible for corrupt & fraudulent

practices either indefinitely or for a particular period of time by any State/ Central government/

PSU/UT.

If this declaration is found to be incorrect then without prejudice to any other action that may be

taken, my/ our security may be forfeited in full and our bid, to the extent accepted, may be cancelled.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 38: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

ANNEXURE 6: UNDERTAKING FOR LOCAL PRESENCE

(On Bidder’s letterhead)

To,

Executive Director, Rajasthan Tourism Development Corporation Ltd. Hotel Swagatam Campus, Near Railway Station, Jaipur, Rajasthan

In response to the Tender/ NIB Ref. No. F for Maintenance and

updating of existing Website and Online Booking application For a Period of Five Years, as an owner/

partner/ Directorof , I/ We

herebydeclarethat as the activities in the scope of work may be carried out offsite (outside Jaipur), I/

We shall provide requisite number of dedicated qualified resources that are able to diagnose and fix

problems in a deliverable and provide support, at the request of department as and when required,

throughout the entire projectperiod.

If this undertaking is found to be incorrect then without prejudice to any other action that may be

taken, my/ our security may be forfeited in full and the tender if any to the extent accepted may be

cancelled.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 39: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Signature and Seal of Authorized Signatory Page 61 of 72

Maintenance and updating of existing Website and Online Booking application For a Period of Five Years

ANNEXURE 7: C.A. CERTIFICATE TOWARDS TURNOVER FROM IT/ITES

(On C.A.’s letterhead) To,

Executive Director, Rajasthan Tourism Development Corporation Ltd. Hotel Swagatam Campus, Near Railway Station, Jaipur, Rajasthan

In response to the Tender/ NIB Ref.No. forMaintenance and updating of

existing Website and Online Booking application For a Period of Five Years for RTDC, as an

AuthorizedSignatoryof (Nameof

C.A./C.A. firm), I/ We hereby confirm that my/ourclient (Name

of Bidder) has an average annual turnover from IT/ ITs in last three financial year, i.e.,…………….to

………………… that equals or exceeds Rs. ......................

I/We hereby confirm that the annual turnover from IT/ITs in last financial year is (in figure)

(in Words___________________________________________________________________________________________)

The information submitted above is true and fair to the best of my/our knowledge.

Thanking you,

Name of the C.A./C.A. Firm: -

Registration Number:-

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 40: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five

Years

ANNEXURE 8: FINANCIAL BID SUBMISSION LETTER & FORM

(On Bidder’s letterhead) To, Executive Director, Rajasthan Tourism Development Corporation Ltd. Hotel Swagatam Campus, Near Railway Station, Jaipur, Rajasthan

Ref. No. .................................. Dated:....................

Dear Sir, We, the undersigned bidder, having read & examined in detail, the Bidding Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to work as mentioned in the Scope of the work, Technical specifications, & in conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are exclusive of all type of govt. taxes/duties and other expenditures.

I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements.

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee as prescribed in the bidding document.

I / We agree to abide by this bid for a period of 90 days after the last date fixed for bid submission and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.

I/ We understand that you are not bound to accept the lowest or any bid you may receive.

I/ We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not submitted any deviations in this regard.

I/ We understand that this bid is a running rate contract, subject to the “Right to Vary Quantities” and “Renewal of Rate Contract” clauses in the bidding document and that all items in the financial bid must be quoted.

I/ We understand the Purchaser may award work for organizations other than the RTDC, (at the quoted rates for any or all items in the financial bid), solely at its discretion, that shall be binding on me/us for the contract period as per the terms and conditions of the bid and contract.

Thanking you,

Name of the Bidder’s Address of Bidders

Page 41: Rajasthan Tourism Development Corporation - BID Document For …rtdc.tourism.rajasthan.gov.in/Pdf/Bid... · 2017. 8. 9. · Development Ltd. , Hotel Swagatam Campus, Near Railway

Maintenance and updating of existing Website and Online Booking application For a Period of Five

Years

Financial Bid Form ( To be Filled Online Only) (Not to be Attached with Technical Document)

Tender Inviting Authority: Executive Director, Rajasthan Tourism Development Corporation Ltd., Government of Rajasthan Undertaking

Name of Work: Selection of Agency For Maintenance and updating of existing Website and Online Booking application For a Period of Five Years.

Contract No: Bidder Name :

PRICE SCHEDULE (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this

tender. Bidders are allowed to enter the Bidder Name and Values only )

Srl. No.

Item Description RATE In Figures (INR) To be entered by the Bidder (INCLUDING ALL TAXES & OTHERS)

TOTAL AMOUNT In Words

1 2 3 4

1 Maintenance and updating of existing Website and Online Booking application For a Period of Five Years.

INR ………………………………… Only

IMPORTANT NOTE: THE PRICE (BASIC RATE) QUOTED SHALL BE INCLUDED ALL COSTS/

EXPENSES/ ALL TAXES AND DUTIES APPLICABLE TO THE BIDDER AS PER LAW OF THE

CENTRAL/ STATE GOVERNMENT/ LOCAL AUTHORITIES.

Thanking you,

Name of the Bidder’s

client: - Authorized

Signatory: -

Seal of the Organization: -

Date:

Place: