Tenderdocument DTC

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 19

Delhi Transport Corporation

(Govt. of NCT of Delhi)


I.P. Estate, New Delhi -110002
Notice Inviting Tender

Dy. Chief General Manager (IT-II), DTC for and on behalf of Delhi Transport Corporation (DTC) invites online
tender from experienced and reputed bidders for the following work:

Last date and Time of


Name of the Work EMD Amount
Submission
Engagement of Bid Management Consultancy (BMC)
firm to Pilot the Tender of “Selection of System Rs. 50,000/- 03rd April 2020
Integrator (SI) for Automated Fare Collection Services (Rs. Fifty thousand only) at 15:00 hrs
(AFCS) using Electronic Ticket Machines (ETMs)”.
Note – Original EMD document should reach to Dy. Manager (Tender Cell), Room No.207, Delhi Transport
Corporation, IP Estate, New Delhi 110002 on or before the date and time of submission of the bid (i.e. by 1500 hrs
on 03.04.2020) without which the proposals shall be rejected as non-responsive.

For more details and RFP document visit Delhi Govt. e-procurement portal: https://govtprocurement.delhi.gov.in
or DTC’s website: www.dtc.nic.in

Dy. Chief General Manager (IT-II), DTC

Page 1 of 19
Request for Proposal
For
Engagement of Bid Management Consultancy (BMC) firm
to
Pilot the Tender
of
“Selection of System Integrator (SI)
For
Automated Fare Collection Services (AFCS)
Using Electronic Ticket Machines (ETMs)”

By
Delhi Transport Corporation
(Govt. of NCT of Delhi)
IT Department, IP Estate
New Delhi – 110001
Tel Nos.: - 011 43508624
E-mail: dcgmit@dtc.nic.in
Official Website: www.dtc.nic.in

Tender Document Number: DTC/IT(HQ)/AFCS/2020/01

February‘2020

Page 2 of 19
INDEX

S.No. Particulars Page


Nos.
1. Table- Important Information / Time 3
schedule of Bid

2. Introduction/Background 4

3. Scope of Work 4-5

4. Eligibility Criteria 5-6

5. General Terms and Conditions 6-10

6. Responsibility and Standards of 10


Performance of the Consultant

7. Payment Terms 10

8. Time Line and Penalty 11

9. Formats for Bidders 12-17

Page 3 of 19
1. Table- Important Information / Time schedule of Bid

# Information Details

1. Project Name/ Name of Request for Proposal for Engagement of Bid


Work Management Consultancy (BMC) firm to Pilot Tender
of “Selection of System integrator (SI) For
Automated Fare Collection Services (AFCS) Using
Electronic Ticket Machines (ETMs)”
2. Tender Reference No. DTC/IT(HQ)/AFCS/2020/01
3. Ministry/Division Delhi Transport Corporation, Government of NCT of Delhi

4. Procuring Entity and Delhi Transport Corporation, (Govt. of NCT of Delhi),


Agency Name IT Department, IP Estate, New Delhi – 110001
5. Procurement Method Open e-tender
6. Mode of Tendering e-tender through e-procurement portal of GNCTD
at (hhttps://govtprocurement.delhi.gov.in) and DTC’s
official website www.dtc.nic.in
7. EMD Amount An EMD of Rs. 50,000/- (Rs. Fifty thousand only)in the form
of Demand Draft/Banker’s Cheque or Fixed Deposit Receipt,
from any of the Scheduled Banks only drawn in favour of
“Delhi Transport Corporation” is to be submitted in
original and should reach to Dy. Manager(Tender Cell),
Room No.207, Delhi Transport Corporation, IP Estate, New
Delhi 110002 on or before the date and time of submission
of the bid (i.e. by 1500 hrs on 03.04.2020) without which
the proposals shall be rejected as non-responsive.
8. Last Date for Bidders shall have to post queries by Email
submission of written at dcgmit@dtc.nic.in by 09.03.2020.
queries for clarification
9. Pre-bid meeting - Date, Pre-Bid conference will be held on 11.03.2020 at 1500
time, and venue Hrs in the Conference Room of Delhi Transport Corporation,
HQs, IP state, New Delhi – 110001
10. Date of ‘Replies to ‘Replies to Queries’ will be uploaded on
Queries’ (h
https://govtprocurement.delhi.gov.in) and DTC’s official
website dtc.nic.in by 13.03.2020
11. Date, Time and Address 03.04.2020 up to 15.00 hrs on e-procurement
for submission of bids portal(h
https://govtprocurement.delhi.gov.in)
12. Date and Time, Venue for 03.04.2020 at 15.30 hrs at Dy. Manager(Tender Cell),
opening of Technical bid Room No.207, Delhi Transport Corporation, HQs, IP state,
New Delhi – 110001.
13. Date and Time for opening The technically qualified bidders will be intimated
of Commercial Bid subsequently.
14. Contact details Dy.CGM(IT-2), Delhi Transport Corporation, HQs, IP state,
New Delhi – 110001
Tele No.011-43508624
E-mail id dcgmit@dtc.nic.in
15. Estimated cost of the Work Rupees Twenty One lakhs only.
Special Instruction:
1 . Bid should be inclusive of all applicable taxes including GST.
2 . All the pages of the bid/response should be numbered and signed by the
authorized signatory.
3. Total number of pages should be indicated in the covering letter (Format-1).

Page 4 of 19
2. Introduction / Background

Delhi Transport Corporation is operating 34 depots in Delhi area and one in Noida.
Presently having a fleet of 3762 buses and operating from these 35 depots. The
operation and maintenance of buses are being carried out from these depots headed by
a Depot Manager. Depots are further divided into four regions e.g. North, East, West
and South headed by Regional Managers.

The Delhi Transport Corporation (Govt. of NCT of Delhi) invites Bids for selecting
Consultants, who can assist DTC in Bid Management Process for “Selection of System
integrator (SI) For Automated Fare Collection Services (AFCS) Using Electronic Ticket
Machines (ETMs)”.

3. Scope of Work

3.1 Tender Preparation, Bid Management and signing of Agreement

The objective of this tender is engagement of consultant to prepare tender


document, bid management activities & finalization of tender. The activities which a
consultant will perform inter-alia are as under:-

i. The Consultant is required to submit a feasibility report of the AFCS project with
the expected rates before the tender process.

ii. To prepare RFP Document for “Selection of System integrator (SI) For
Automated Fare Collection Services (AFCS) Using Electronic Ticket
Machines (ETMs)” based on quantity of buses available for operation with DTC in
near future.

iii. To prepare Bid Invitation Notice/ NIT.

iv. To organize Pre-Bid Conference for the above tender. Consequent to the Pre Bid
Conference, preparation of replies to the suggestions/ clarifications/ queries
received from the prospective bidders and to suggest changes acceptable, if any,
before finalization of Tender Document.

v. To suggest changes as necessary for approval of Delhi Transport Corporation,


GNCT of Delhi and to submit ‘Replies to Queries’ and to freeze the Tender
Document after addressing all the queries of bidders received through mail, letters
& in the Pre-Bid Conference.

vi. To remain present at the time of Receipt of Bids and Opening of Bids by Delhi
Transport Corporation, GNCT of Delhi to assist the department.

vii. To do the complete evaluation of Tender Bids including Technical & Commercial
evaluation and submission of final report to the competent authority for approval/
further action.

viii. Preparation of Techno-Commercial Report examining technical responsiveness of


the Bidders on Technical, Commercial and all other Terms and Conditions provided
in the RFP Document, including Financial Capacity & Capability of the Bidders to
perform the contracts because of RFP Document.

ix. Preparation of the Final Bid Evaluation Report recommending the Bidder for ‘Award
of Contract’ or otherwise and to submit the same to Delhi Transport Corporation,
GNCT of Delhi for approval and acceptance.

x. Determination of reasonableness of the L-1 quoted prices/ charges and

Page 5 of 19
justification thereon. Besides this, the Consultant should be able to clearly spell
out the methodology adopted and the basis for arriving at the justified prices.

xi. To prepare Letters of Acceptance, Work Order, Agreement, etc. for the
implementation of project of “Automated Fare Collection Services (AFCS)
Using Electronic Ticket Machines (ETMs)”.

xii. To provide legal assistance in case any dispute arises on this Contract.

xiii. To undertake all activities as indicated above at the Consultant’s expenses without
cost escalation (i.e. without additional cost to Delhi Transport Corporation, GNCT
of Delhi), in the event of annulling of the tender/ retendering due to any reason.

xiv. Any other activity related to ‘Bid Process Management’ till Final completion.

3.2 The Consultant shall prepare the complete Tender Document [Request for
Proposal – (RFP)] for Commercial Terms and Technical Specifications for
implementing Automated Fare Collection System (AFCS) using Electronic Ticketing
Machines (ETMs), Contactless Smart Card System, Hosting Services (Data Center/
Disaster Recovery Center), Management Information System (MIS) & Support System
to manage its complete bus operations effectively. DTC intends to integrate its system
with Delhi Metro Rail Corporation Ltd. (DMRC) to enable commuters to use DMRC
smart card as Common Mobility Card (CMC) for seamless travel in Delhi NCR using
DTC buses etc. taking into account the requirement of terms & conditions for open e-
tendering process and particularly the following parameters amongst others:

i. Qualification Criteria for Bidders.

ii. Criteria for Evaluation of Bids. ‘Techno-Commercial Bid Evaluation’ & ‘Price Bid
Evaluation’ Formats which will form part of the Tender Document.

iii. To study the present tender and also to study the deficiencies noted in the
performance of the existing tender and to suggest suitable modifications to ensure
that such deficiencies are taken care of.
iv. Warranty & Guarantee Conditions.

v. Purchase Policy/ Procedures taking into account GFR & CVC guidelines,
Government of NCT of Delhi/ Government of India’s directions.

vi. Quality Assurance Plan/ Inspection – Quality Assurance Plan/ Inspection will form
part of the Tender Document.

vii. Need for and mechanism of obtaining type Approval/ Certification of the
Authorized Testing Agency or any other Rules applicable in India.

viii. Grievance Redressal/ Dispute Resolution Mechanism.

ix. Legal vetting of the Tender Document.

x. Requirement of software / IT services for successful implementation of the project.

4. Eligibility Criteria
The invitation for response is open to all Consultancy Firms who fulfills the eligibility
criteria as specified below :-

Page 6 of 19
No. Eligibility Criteria Document Proof to be
submitted
The bidder should be duly registered Certificate of Incorporation/
1
company registered under Registration/ Any other legal
Indian Companies Act, 1956 document proving its existence
OR
A partnership firm registered under
Indian Partnership Act, 1932
OR
A company registered under the
Limited Liability Partnership (LLP), Act,
2008
OR
Any Government/ PSU body or a society
registered under Societies Registration
Act, 1860 and who have its registered
office in India.
The firm should have valid GST Self-Certified copies of certificates.
2
Registration no., TAN and PAN

Average Turn-over of the firm related to Certificate from CA firm.


3
General Consultancy work should be
minimum Rs.10.00 Crore during last three
Financial Year 2016-17, 2017- 18 & 2018-
19.
Experience: The Bidder should be in the Certificate by authorized signatory of
4
business of providing similar consultancy the bidder’s organization along with
services of at least one such project of Copy of the Work Order for providing
AFCS/e-ticketing services consultancy services.

Technical Qualification Criteria: Bidders who meet the eligibility criteria would be
considered as qualified to move to the next stage of financial evaluation.

Commercial Bid Evaluation: The Financial Bids of technically qualified


bidders will be opened on e-procurement portal, on the date prescribed
subsequently, in the presence of bidder representatives. The bidder should quote
their prices only as per the financial bid format. Any conditional bid would be
rejected.

5. General Terms and Conditions

5.1 Earnest Money Deposit (EMD)

a) An EMD of Rs.50,000/- (Rs. Fifty Thousand only) in the form of Demand Draft/Banker’s
Cheque or Fixed Deposit Receipt, from any of the Scheduled Banks only drawn in
favour of “Delhi Transport Corporation” on or before last date of bid submission
i.e., 03.04.2020 (1500 Hrs) is to be submitted without which the proposals shall be
rejected as non-responsive.

b) EMD shall be exempted for MSME firms.

c) No interest shall be payable by DTC on EMD.

d) The EMD of the unsuccessful bidders would be returned back within one month of
signing of the contract with successful consultant.

Page 7 of 19
e) In the case of the Selected Consultant, EMD shall be retained till the selected
consultant provides Performance Security as per Clause 5.2.

f) In the following circumstances EMD shall be forfeited by DTC:

i. If the firm does not start the work as per stipulated timelines or withdraws its bids
during the period of Bid validity or prior to award of work.
ii. If a Bidder engages in a corrupt practice, fraudulent practice, coercive/collusive
practice, undesirable practice or restrictive practice.
iii. In case Selected Consultant fails to submit / furnish the Performance Security within
the prescribed timeline of document.
iv. In case the Selected Bidder, having signed the Contract, commits any breach
thereof prior to furnishing the Performance Security.

5.2 Performance Security

a. The selected consultant will be required to furnish performance security @ 10% of


contract value in the form of Bank Guarantee/ Bank Draft / Bankers cheque in favor
of “Delhi Transport Corporation” on any Nationalized/ Scheduled Commercial Bank
payable at Delhi.

b. All charges whatsoever such as premium, commission, etc. with respect to the
Performance Security shall be borne by the selected consultant.

c. The Performance Security shall be submitted by the selected consultant within 15


days from the date of award of contract.

d. If the selected consultant fails or neglects to observe or perform any of his


obligations under the contract, the Performance Security furnished by the selected
consultant shall be forfeited by DTC.

e. In case of any extension of contract, contract obligation period, the selected


consultant shall be liable to suitably extend the validity of the Performance Security.

f. The Performance Security may be discharged/ returned by DTC upon being satisfied
that there has been due performance of the obligations of the selected consultant
under the contract. However, no interest shall be payable on the Performance
Security. Validity period of Performance Security should be up to 60 days beyond
period of contract.

g. DTC shall also be entitled to make recoveries from the bills of selected consultant or
from Performance Security, or from any other amount due to him, in-line with
Clause 8.

5.3 Instructions to bidder about the tender

a) A prospective Bidder requiring any clarification on the tender document may


submit their queries, via email, to the e-mail id dcgmit@dtc.nic.in on or before
09.03.2020

b) DTC will host a Pre-Bid Meeting for queries (if any) by the prospective bidders. The
representatives of the bidders may attend the pre-bid meeting at their own cost. Date,
Time and Venue for the Pre-Bid Meeting is given in above Table- Important
Information / Time schedule of Bid.

c) This tender is being issued with no financial commitment.

d) The queries should necessarily be submitted in the following format:

Page 8 of 19
REQUEST FOR CLARIFICATION
Name and Address of the Organization
submitting request
Name and Position of Person submitting
request
Contact Details of the Organization /
Authorized Representative
Tel: Mobile: Fax:
Email:
S. Tender Document Reference Content of the Tender Clarification
No. (Section No., Page No.) requiring clarification Sought
1
2

5.4 Submission, Receipt and Opening of Proposal


a) The original proposal, both technical and financial proposals shall contain no
interlineations or overwriting, except as necessary to correct errors made by the
Consultants themselves. The person who signed the proposal must initial such
corrections.

b) An authorized representative of the Consultants shall initial/sign all pages of the


original technical and financial proposals. The authorization shall be in the form of a
written power of attorney accompanying the proposal or in any other form
demonstrating that the representative has been duly authorized to sign.

c) All the pages of the bid document should be numbered.

d) Prospective bidder is requested to submit their complete techno-commercial bid along


with all required document as per Eligibility Criteria section 4 and formats 1 to 4 on
line at the e-procurement portal i.e. https://govtprocurement.delhi.gov.in. The
techno-commercial bid shall include the uploading of scanned copies of EMD and
documents relating to pre-qualification criterion & financial bid on e-procurement
portal.

e) The technical bid shall be opened on 03.04.2020 at 1530 hrs. The financial bids of
successful technically qualified bidders shall be opened subsequently.

5.5 Validity of Bid

a) Bidder’s Bid shall be valid for a period of 120 days after the bid submission date.

b) Bid valid for a shorter period shall be rejected by the DTC as non-responsive Bid.

c) Prior to the expiry of the period of validity of Bid, Delhi Transport Corporation may
request the bidders to extend the Bid validity period for an additional specified period
of time. A bidder may refuse the request and such refusal shall be treated as
withdrawal of Bid and in such circumstances bid security, if any, shall not be forfeited.

5.6 DTC’s right to terminate the process:

DTC may terminate the bidding process at any time and without assigning any reason.
DTC reserves the right to amend/ edit/ add/ delete any clause of this Bid Document
without assigning any reason.

Page 9 of 19
5.7 Force Majeure

Neither Party shall be responsible to the other for any delay or failure in performance of
its obligations due to any occurrence commonly known as Force Majeure which is
beyond the control of any of the Parties, including, but without limited to, fire, flood,
explosion, acts of God or any Governmental body, public disorder, riots, embargoes, or
strikes, acts of military authority, epidemics, strikes, lockouts or other labour disputes,
insurrections, civil commotion, war, enemy actions.

Measures to be taken:

a) A Party affected by an event of Force Majeure shall continue to perform its


obligations under the Contract as far as is reasonably practical, and shall take
all reasonable measures to minimize the consequences of any event of Force
Majeure.

b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any case not later than fourteen (14)
days following the occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give written notice of the
restoration of normal conditions as soon as possible.

c) Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.

d) During the period of their inability to perform the Services as a result of an


event of Force Majeure, the Consultant, upon instructions by the Delhi
Transport Corporation, shall either:
Demobilize
or
Continue with the Services to the extent possible, in which case the
Consultant shall continue to be paid proportionately and on pro rata basis,
under the terms of this Contract.

e) In the case of disagreement between the Parties as to the existence or extent


of Force Majeure, the matter shall be settled according to Clause 5.9.

5.8 Suspension

The “Delhi Transport Corporation” may, by written notice of suspension to the


Consultant, suspend all payments to the Consultant hereunder if the Consultant
fails to perform any of its obligations under this Contract, including the carrying out
of the Services, provided that such notice of suspension (i) shall specify the nature
of the failure, and (ii) shall allow the Consultant to remedy such failure, if capable
of being remedied, within a period not exceeding thirty (30) days after receipt by
the Consultant of such notice of suspension.

5.9 Arbitration
All disputes or differences arising out of or in connection with the Contract shall be
settled by bilateral discussions. Any dispute, disagreement or question arising out of
or relating to the Contract or relating to construction or performance, which cannot
be settled amicably, may be resolved through arbitration. In the event of any
dispute or difference arising out of or in any way relating to or concerning these
presents or effects of these presents, the same shall be referred to the sole
arbitrator to be appointed by the Managing Director, Delhi Transport Corporation,
Government of NCT of Delhi. Any litigation arising out of this contract shall be filed

Page 10 of 19
only in the Courts at Delhi, India.

6. Responsibility and Standards of Performance of the Consultant

i. The Consultant shall perform the Services and carry out their obligations as above
with all due diligence, efficiency and economy, in accordance with generally
accepted professional standards and practices, and shall observe sound
management practices, and employ appropriate technology and safe and effective
equipment, machinery, materials and methods. The Consultant shall always act, in
respect of any matter relating to this Contract or to the Services, as faithful adviser
to the “Delhi Transport Corporation, GNCT of Delhi, and shall at all times support
and safeguard the legitimate interests of Delhi Transport Corporation, GNCT of
Delhi in any dealings with Third parties.

ii. Consultant has to ensure that relevant and extant guidelines issued by Govt. of
India, GNCT of Delhi, Central Vigilance Commission, as applicable to this RFP
document are strictly adhered to.

iii. The Consultant shall be accountable for any advice and for any service rendered to
Delhi Transport Corporation, GNCT of Delhi keeping in view norms of ethical
business professionalism etc.

iv. The Consultant must act, all times, in the interest of Delhi Transport Corporation,
GNCT of Delhi and render any advice/ service with professional integrity.

v. The Consultant must keep in view transparency, competitiveness, economy,


efficiency and equal opportunity to all prospective tenderers / bidders, while
rendering any advice/ service to Delhi Transport Corporation, GNCT of Delhi in
regard with matters related to selection of technology and determination of design
and specification, bid eligibility criteria, bid evaluation criteria, mode of tendering,
tender notification etc.

7. Payment Terms

a) The payments in respect of the Services shall be made as follows:

i. On submitting and acceptance of the Project Report for preparing


RFP document of the Project: 20% of Consultancy Fee + Government
Levies as applicable.

ii. On publishing the final RFP Tender Document: 30% of Consultancy Fee
+ Government Levies as applicable.

iii. On issuance of Work Order and signing of agreement with the


successful bidder: 30% of Consultancy Fee + Government Levies as
applicable.

iv. Commissioning/ Roll out of Project by successful bidder: Remaining


20% of Consultancy Fee + Government Levies as applicable.

(b) The consultant shall submit the invoice for payment when the payment is
due as per the agreed terms. The payment shall be released as per the work
related milestones achieved and as per the specified percentage.

Page 11 of 19
8. TimeLine and Penalty

S. Activity Timeline (T0 is date of


No. issuance of Work Order)
1 Submitting of the Project Report for preparing T1=T0+2 weeks
RFP document of the Project
2 Publishing the final RFP Tender Document T2=T1+2 weeks
3 Issuance of work order and signing of agreement T3=T2+4 weeks
with the successful bidder

RFP for the “Selection of System (SI) for AFCS in DTC using ETMs” will be submitted
within 30 days from the date of issuance of the work order. A penalty of Rs. 1000/-
shall be levied for each days delay. In case delay is more than 30 days, the work
awarded to the selected consultant may be cancelled and Performance bank
guarantee will be forfeited partly or fully as the Competent Authority decides.

Page 12 of 19
9. Formats for Bidders

Format-1 - Covering Letter


To

Dy. Chief General Manager-(IT-2)


Delhi Transport Corporation,
I.T Deptt, I.P. Estate, New Delhi-110 002.

Reference: Request for Proposal for Engagement of Bid Management


Consultancy (BMC) firm to Pilot Tender of “Selection of System
integrator (SI) For Automated Fare Collection Services (AFCS) Using
Electronic Ticket Machines (ETMs)”.

Tender Reference no.-------------------

Sir/Madam,

1. This is to notify you that our company intends to submit a proposal in response to the
above cited Tender reference.

2. Primary and Secondary contact information for our company are as under:

Primary Contact Secondary Contact

Name:
Title:
Company Name:

Address:

Phone
Mobile:
Fax:
E-Mail

3. We confirm that the information contained in this response or any part thereof, including
its exhibits, and other documents and instruments delivered or to be delivered are true,
accurate, verifiable and complete. The response includes all information necessary to
ensure that the statements therein do not in whole or in part mislead DTC in its short
listing process.

4. We fully understand and agree to comply that verification, if any of the information
provided here is found to be misleading the short listing process or unduly favors our
company in the short listing process, we are liable to be dismissed from the selection
process.

5. It is hereby confirmed that I/We are entitled to act on behalf of our


corporation/company/firm/organization and empowered to sign this document as well as
such other documents, which may be required in this connection.

Page 13 of 19
6. This response to tender is valid for 120 days from the last date of submission of bids.

7. The proposal contains number of pages duly numbered and signed by the authorized
signatory.

Duly authorized to sign the tender response for and on behalf of (Firm name),

Yours sincerely,

(Signature)

Authorized Representative

Name: Title/Appointment
Name of the Company:
Address:
Date:
(Seal/Stamp of Bidder)

Page 14 of 19
Format-2 Certificate to Authorize Signatories
(To be submitted in separate sheet)

Tender Reference no.-------------------

I, , certify that I am the Company Secretary of


_, and that who signed the above response is authorized to
bind corporation/company by authority of its governing body.

(Signature)

Authorized Representative

(Company Seal)
Date:

Page 15 of 19
Format-3 (To be submitted in separate sheet)

Organizational Details

Tender Reference no.-------------------

1. Organizational Details

Details of the Organization


Name

Nature of business in India

Date of Incorporation

Date of Commencement of Business

Address of the Headquarters

Address of the Registered Office in India

Other Relevant Information

Mandatory Supporting Documents:


(a) Certificate of Incorporation from Registrar Of Companies(ROC)
(b) Relevant sections of Memorandum of Association of thecompany

2. Financial Strength Details

No. Financial Information FY 2016-17 FY 2017-18 FY 2018-19


1 Total Revenue (in INR)

2 Total Revenue in General


Consultancy work(in INR)
3 Profit Before Tax (in INR)

4 Other Relevant Information

5 Mandatory Supporting Documents:


CA firm certificate of Avg. Turnover of Total Revenue in General
Consultancy work of minimum Rupees 10 crore in each financial year
2016-17, 2017-18 and 2018-19 be separately given.

3. Consultancy Experience for last 3years

Bid Specific Consultancy experience

General Information

Name of the project

Page 16 of 19
Client for which the project was
executed
Name and contact details of the client

Project Details

Description of the project

Scope of services

Other Details

Total cost of the project

Total cost of the services provided by


the bidder
Duration of the project (no. of
months, start date, completion date,
current status)
Other Relevant Information

Mandatory Supporting Documents:


a) Copy of the Work Order issued by the client and a certificate to indicate
the successful completion of the projects or under process

(Signature)

Authorized Representative

(Company Seal)
Date:

Page 17 of 19
Format-4 - Undertaking (on Bidder’s letter head)

<Location, Date>

To

Dy. Chief General Manager-(IT-2)


Delhi Transport Corporation,
I.T Deptt, I.P. Estate, New Delhi-110 002.

Tender Reference no.-------------------

This is to certify that <<COMPANY NAME>> hasn’t been blacklisted by a Central / State
Government Institutions.

Date
Place

Yours sincerely,

(Signature)

Authorized Representative

(Company Seal)

Page 18 of 19
Format-5 - PROFORMA FOR FINANCIAL BID

To

Dy. Chief General Manager-(IT-2)


Delhi Transport Corporation,
I.T Deptt, I.P. Estate, New Delhi-110 002.

Tender Reference no.-------------------

S. No. Description of Work Financial Bid


(inclusive of all
applicable taxes
including GST)
(In INR)
1. Request for Proposal for Engagement of Bid
Management Consultancy (BMC) firm to Pilot the Rs. /- (i.e.
Tender of “Selection of System integrator (SI) For Rupees ------)
Automated Fare Collection Services (AFCS) Using
Electronic Ticket Machines (ETMs)”

The bid should contain all applicable taxes including G.S.T.

Date

Place

Authorized Signatory Name of Signatory:

Bidder Name:

(Company Seal)

Page 19 of 19

You might also like