Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along

with Web Based Software

Pimpri Chinchwad Municipal Corporation

Request For Proposal (RFP)


for
Selection of Agency for Supply, Installation Integration and
Maintenance of Face Recognition Attendance Devices along
with Web Based Software

RFP Volume 1

Central Store Department


TEL. NO. – 020 - 67333333, 67331535, 67331509
FAX. – 020 27425600, 67330000
E-mail – store@pcmcindia.gov.in
WEB SITE – www.pcmcindia.gov.in

E-Tender Notice No. 02/2023-24


Price of the RFP document: Rs. 17,920/- (Non Refundable)

Pimpri Chinchwad Municipal Corporation [1]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Contents

DISCLAIMER ............................................................................................................................... 4
Invitation for Bid ........................................................................................................................ 6
1. Introduction ............................................................................................................... 7
1.1 Background .................................................................................................................... 7
1.2 Context of the Bidding Process ....................................................................................... 7
1.3 Details of the Bidding Process ......................................................................................... 8
1.4 Brief description of the Selection Process ....................................................................... 9
1.5 Schedule of Selection Process ......................................................................................... 9
1.6 Communications ........................................................................................................... 10
2. INSTRUCTION TO BIDDERS ........................................................................................ 11
2.1 General Terms of Bidding ............................................................................................. 11
2.2 Cost of Bidding ............................................................................................................. 12
2.3 Site visit and verification of information ....................................................................... 12
2.4 Verification and Disqualification ................................................................................... 13
2.5 Conditions of Eligibility of Bidders ................................................................................. 14
2.6 Conflict of Interest ........................................................................................................ 14
2.7 Acknowledgement by Bidder ........................................................................................ 16
2.8 Right to reject any or all Bids ........................................................................................ 16
2.9 Clarifications................................................................................................................. 16
2.10 Amendment of RFP ....................................................................................................... 16
2.11 Language ...................................................................................................................... 17
2.12 Format and signing of Bid ............................................................................................. 17
2.13 Submission of Financial Bid ........................................................................................... 17
2.14 Bid Due Date ................................................................................................................ 18
2.15 Rejection of Bids ........................................................................................................... 19
2.16 Validity of Bids .............................................................................................................. 19
2.17 Modification/ substitution/ withdrawal of Bids ............................................................. 19
2.18 Earnest Money Deposit................................................................................................. 19
2.19 Confidentiality .............................................................................................................. 20
2.20 Clarifications................................................................................................................. 20
2.21 Negotiations ................................................................................................................. 20
2.22 Evaluation of Bids ......................................................................................................... 20

Pimpri Chinchwad Municipal Corporation [2]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

2.23 Proprietary data ........................................................................................................... 21


2.24 Execution of Agreement ............................................................................................... 21
2.25 Commencement of work .............................................................................................. 21
2.26 Contacts during Bid Evaluation ..................................................................................... 21
3. EVALUATION OF BIDS ............................................................................................... 22
3.1 Opening and Evaluation of Bids .................................................................................... 22
3.2 Tests of responsiveness ................................................................................................ 22
3.3 Selection of Bidder ....................................................................................................... 22
3.4 Evaluation of Qualification ............................................................................................ 23
3.5 Evaluation of Financial Bid ............................................................................................ 24
3.6 Issue of LOI ................................................................................................................... 24
3.7 Execution of the Award................................................................................................. 24
4. FRAUD AND CORRUPT PRACTICES ............................................................................ 26
5. PRE-BID CONFERENCE .............................................................................................. 28
6. MISCELLANEOUS ...................................................................................................... 29
6.1 General Conditions ....................................................................................................... 29
Appendices .............................................................................................................................. 30
APPENDIX-I: LETTER OF BID ...................................................................................................... 31
APPENDIX-II: PARTICULARS OF THE BIDDER.............................................................................. 33
APPENDIX-III: POWER OF ATTORNEY ........................................................................................ 35
APPENDIX-IV: FINANCIAL CAPACITY OF THE BIDDER ................................................................. 37
APPENDIX-V: UNDERTAKING FOR NON-ASSOCIATION .............................................................. 38
APPENDIX-VI: CV of Staff .......................................................................................................... 39
APPENDIX-VII: FINANCIAL BID FORMAT .................................................................................... 42

Pimpri Chinchwad Municipal Corporation [3]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

DISCLAIMER

The information contained in this Request for Proposal document comprising of Volume 1 and
Volume 2 (the “RFP” or “Request for Proposal”) or subsequently provided to Bidder(s), whether
verbally or in documentary or any other form by or on behalf of the PCMC or any of their
employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP
and such other terms and conditions subject to which such information is provided.
This RFP is not an agreement and is neither an offer nor invitation by the PCMC to the
prospective Bidders or any other person. The purpose of this RFP is to provide the Bidders with
information that may be useful to them in preparing and submitting their proposal pursuant to
the Bidding Documents including this RFP (the "Bid"). This RFP includes statements, which
reflect various assumptions and assessments arrived at by the PCMC in relation to the Project.
Such assumptions, assessments and statements do not purport to contain all the information
that each Bidder may require. This RFP may not be appropriate for all persons, and it is not
possible for the PCMC, its employees or advisors to consider the investment objectives,
financial situation and particular needs of each party who reads or uses this RFP. The
assumptions, assessments, statements and information contained in the Bidding Documents
may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its
own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not intended to be an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. The PCMC accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on law expressed herein.
The PCMC, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything contained in
this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability
of the RFP and any assessment, assumption, statement or information contained therein or
deemed to form part of this RFP or arising in any way by participating in this Bidding Process.
The PCMC also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements contained
in this RFP.
The PCMC may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this
RFP.
The issue of this RFP does not imply that the PCMC is bound to select a Bidder or to appoint the
Successful Bidder or Service Provider, as the case may be, for the Project and the PCMC
reserves the right to reject all or any of the Bidders or Bids without assigning any reason
whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the PCMC or
any other costs incurred in connection with or relating to its Bid. All such costs and expenses

Pimpri Chinchwad Municipal Corporation [4]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

will remain with the Bidder and the PCMC shall not be liable in any manner whatsoever for the
same or for any other costs or other expenses incurred by a Bidder in preparation or submission
of the Bid, regardless of the conduct or outcome of the Bidding Process.
The words and expressions beginning with capital letters and defined in this document shall,
unless repugnant to the context, have the meaning ascribed thereto herein. The words and
expressions beginning with capital letters and not defined herein, but defined in the
Agreement, shall, unless repugnant to the context, have the meaning ascribed thereto therein.
Any liquidated damages or other compensation stated or required to be payable by the Bidder
to the PCMC under or pursuant to the Bidding Documents, whether on per diem basis or
otherwise, shall be deemed to be a mutually agreed genuine pre-estimate of loss and damage
likely to be suffered and incurred by the PCMC who shall be entitled to receive the same as a
result of a breach or failure of the Bidder and shall not be by way of penalty.

Pimpri Chinchwad Municipal Corporation [5]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Invitation for Bid

Pimpri Chinchwad Municipal Corporation


Request For Proposal (RFP) for Selection of Agency for Supply, Installation Integration and
Maintenance of Face Recognition Attendance Devices along with Web Based Software
E-Tender Notice Number – 02/2023-24

Pimpri Chinchwad Municipal Corporation (PCMC) intends to appoint an Agency for Supply,
Installation Integration and Maintenance of Face Recognition Attendance Devices along with Web
Based Software. More details about the project and the selection methodology are provided in the
Request for Proposal (RFP) document.

Interested Bidders can download the RFP document from the website https://mahatenders.gov.in.
A pre-Bid conference is arranged on 20/04/2023. The Bidders may contact Information &
Technology Officer, PCMC on telephone nos. +91 (20) 67331110, 67331120, Fax: +91 (20)
27425600 for any further information/ clarifications.

Sd/-

(Pradip Jambhale Patil)


Addl. Commissioner(1)
Pimpri Chinchwad Municipal Corporation

ADVT.No.
No. CSD/05/WS/272/2023

Date: 13/04/2023

Pimpri Chinchwad Municipal Corporation [6]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

1. Introduction

1.1 Background
Pimpri–Chinchwad Municipal Corporation (the "PCMC/ Authority") has a total number of
about 7500 employees on pay-roll and about 2000 staff on contractual basis. It is
mandatory for all permanent and contractual staff to mark their daily attendance on the
system. All these staff work at different locations within the jurisdiction of PCMC. The
attendance gets recorded at the main building, Zone offices, ward offices, schools, water
treatment plants, sports centres, hospitals etc. PCMC is looking for a centralized solution
that provides a facility to mark employee attendance and provides reports of day-to-day in -
out time & late report with integration with payroll software and MIS dashboard of the
application.
PCMC intends to appoint a private agency (the "Bidder") which shall supply, install,
integrate and maintain face recognition attendance devices along with web based software
& provide 3 resources for operation & maintenance for a period 3 (three) years from go-live
(the “Project").
S. Particular Details
No.
1 Face recognition devices as per specification provided in RFP 363 no.s
2 Web based Software which can support and integrate Face
recognition new technology attendance system, location wise
Geo-Fencing mobile attendance technology with support Android
and IOS enable device, Aadhaar based attendance and software
should integrate with Biometric Attendance system and also
integrate with PCMC’s ERP application.
Department wise attendance Dashboard, multi working shift
management, Centralize employee transfer facility etc.
The software must be compatible or upgradable to support any
future Technology.

In that context, PCMC has decided to carry out the bidding process for selection of a private
entity to whom the Project may be awarded.

1.2 Context of the Bidding Process


PCMC intends to qualify and select suitable Bidders through an open competitive bidding
process through the e-tendering system in accordance with the procedure set out in the
Bidding Documents.
Bidder shall be IT/ ITES Indian firm registered under the Indian Companies Act 1956/2013 or
a Limited Liability Partnership (LLP) firm and should be in operations in India for a period of
atleast 5 (five) years preceding the Bid Due Date. Consortium is not allowed.
The Successful Bidder, (the “Service Provider”), shall be responsible for the Project and
shall enter into an agreement with the PCMC, substantially in the form enclosed as RFP
Volume 2 of this RFP (the “Agreement”).

Pimpri Chinchwad Municipal Corporation [7]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

The statements and explanations contained in this RFP are intended to provide a proper
understanding to the Bidders about the subject matter of this RFP and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the Service Provider set forth in the Agreement or the PCMC’s rights to
amend, alter, change, supplement or clarify the scope of work, the Project to be awarded
pursuant to this RFP or the terms thereof or herein contained. Consequently, any
omissions, conflicts or contradictions in the Bidding Documents including this RFP are to be
noted, interpreted, and applied appropriately to give effect to this intent, and no claims on
that account shall be entertained by the PCMC.
The PCMC shall receive the bid through its e-tendering system and evaluate Bids in
accordance with the terms set forth in this RFP and other documents to be provided by the
PCMC pursuant to this RFP, as modified, altered, amended, reissued and clarified from time
to time by the PCMC (collectively the “Bidding Documents”), and all Bids shall be prepared
and submitted in accordance with such terms on or before the date specified in Clause 1.5
for submission of Bids (the “Bid Due Date”).

1.3 Details of the Bidding Process


As part of the Bidding Process, the Bidders are being called upon to submit their Bids in
accordance with the terms specified in the Bidding Documents.
The Bidding Documents include this RFP and the draft Agreement, which are enclosed.
Subject to the provisions of Clause 0, the aforesaid documents and any addendum issued
subsequent to this RFP document, will be deemed to form part of the Bidding Documents.
Under (the “Qualification”), the Bidders would be required to furnish all the information
specified in this RFP. Only those Bidders that are qualified in conformance with clause 0 and
short-listed by the PCMC shall have their Financial Bids opened.
Under (the “Financial Bid”), the Bids will be evaluated as per the process detailed in Clause
3.5 of this RFP document. The Bidder in the Financial Bid shall quote the fee (the “Fee”)
amount in Indian Rupees it requires to undertake the Project. The Fee amount quoted shall
be inclusive of all taxes and charges excluding GST. GST if applicable shall be reimbursed by
PCMC at the prevailing rates.
Prior to making a Bid, the Bidder shall pay to the PCMC Rs. 17,920/- (Rupees Seventeen
Thousand Nind Hundred Twenty only) as the cost of the RFP document through the
e-tendering system.
RFP document is available at https://mahatenders.gov.in/. The procedure for purchasing
the RFP document is as follows.
a. For participating in the tender, the Bidder shall register with the e-tendering system of
Government of Maharashtra (https://mahatenders.gov.in/nicgep/app) to receive digital
key & system login details.
b. For any queries regarding registration and submission of bids please contact Helpdesk
Support through Phone No.: 0120-4200462/4001002/4001005/6277787.
The Earnest Money Deposit (the “EMD”) for the tender shall be Rs. 93,478/- (Rupees
ninety-three thousand and four hundred and seventy-eight only). The EMD shall be paid
through the e-tendering system of PCMC.
Security Deposit shall be 5% (five percent) of the Bid value submitted by Bidder. Since
Bidder has already provided the EMD, before the contracting, the selected Bidder shall
produce the difference amount of the Security Deposit in the form of Bank Guarantee or
Fixed Deposit.

Pimpri Chinchwad Municipal Corporation [8]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

All the costs of stamp paper for Bid submission and for the signing of agreement shall be
borne by the Bidder.

1.4 Brief description of the Selection Process


The PCMC has adopted a single stage process (referred to as the "Bidding Process") for
selecting Bidders for the award of the Project. The Bidding Process shall comprise of two
steps, the first relating to qualification of the Bidder and the second relating to the Financial
Bid of the Bidder.
In the first stage, a technical and financial capability evaluation will be carried out as
specified in Clause 3.1. Based on this technical & financial capacity, a list of short-listed
Bidders shall be prepared. In the second stage, a financial evaluation will be carried out as
specified in Clause 0. Bids will finally be ranked according to their financial bid value and
ranked list shall be prepared based on the results of evaluation as specified in Clause 3.5 .
The first ranked Bidder shall be selected for negotiation (the "Selected Bidder") while the
second ranked Bidder will be kept in reserve. The top 2 (two) ranked Bidders shall be
retained till the signing of the Agreement with the Successful Bidder. The Bidder quoting
the lowest financial quote shall be called “Successful Bidder”.
Subsequent to the identification of the Successful Bidder, the Letter of Intent (LoI) would be
issued to the Successful Bidder by the PCMC. Within 7 (seven) days from the date of issue of
the LoI, the Successful Bidder shall send an acknowledgement agreeing to comply with the
conditions set out therein and for the execution of the Agreement. The PCMC will promptly
notify other Bidders that their Financial Bids have been unsuccessful and their EMD shall be
returned within 30 (thirty) days, without interest, of the signing of the Agreement with the
Successful Bidder. The Successful Bidder shall have to enter into the Agreement within 15
(fifteen) days from the date of issue of the LoI.
The Successful Bidder on the date of signing of the Agreement shall furnish Security deposit
by way of irrevocable Bank Guarantee issued by a Scheduled Bank in India having a net
worth of at least Rs. 1,000 crore (Rs. One thousand crore). In case the Bank Guarantee is
issued by a foreign bank outside India, confirmation of the same by any Scheduled Bank in
India is required. For the avoidance of doubt, Scheduled Bank shall mean a bank as defined
under Section 2(e) of the Reserve Bank of India Act, 1934. The Security Deposit shall be in
favour of “Commissioner - Pimpri Chinchwad Municipal Corporation”, as required under
the Agreement.
Failure of the Successful Bidder to comply with the requirements mentioned in the above
paragraph shall constitute sufficient grounds for the annulment of the LoI, and forfeiture of
the EMD. In such an event, the PCMC reserves the right to:

a) Either invite the next best Bidder to match the Bid submitted by the Successful Bidder; Or

b) Call for fresh Bids from the remaining Bidders; Or

c) Take any such measure as may be deemed fit in the sole discretion of the PCMC, including
annulment of the Bidding Process.

1.5 Schedule of Selection Process


The Authority would endeavor to adhere to the following schedule:

S. No. Event Description Date

Pimpri Chinchwad Municipal Corporation [9]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Last date for receiving


1. 19/04/2023
queries/clarifications
20/04/2023 @11AM @ Central Store
2. Pre-bid Meeting Department, PCMC Main Building,
PCMC, Pimpri, Pune – 411 018
3. Authority response to queries -
4. Bid Due Date 28/04/2023
5. Opening of Bids 02/05/2023
6. Opening of Financial Bid Shall be intimated
7. Letter of Intent (LoI) Within 60 days of Bid Due Date
8. Signing of Agreement Within 45 days of LoI
Validity of Bids (Bid Validity 120 (one hundred and twenty) days from
9.
Period) Bid Due Date

1.6 Communications
All communications including the submission of Bid should be addressed to:
Central Store Department
TEL. NO. – 020 - 67333333, 67331535, 67331509
FAX. – 020 27425600, 67330000
E-mail – store@pcmcindia.gov.in
WEB SITE – www.pcmcindia.gov.in
All communications queries or request for additional information concerning this RFP (i.e.
all parts of the RFP) shall be submitted in writing or through e-mail to the address
mentioned above. All envelopes, should contain the following information, to be marked at
the top in bold letters and shall clearly indicate the name and address of the Bidder
Tender No. 02/2023-24 & Tender Name: “Selection of Agency for Supply, Installation
Integration and Maintenance of Face Recognition Attendance Devices along with Web Based
Software”.

Pimpri Chinchwad Municipal Corporation [10]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

2. INSTRUCTION TO BIDDERS

2.1 General Terms of Bidding


The Bidders are expected to carry out their own surveys, investigations and other detailed
examination of the Project before submitting their Bids. Nothing contained in the Bidding
Documents shall be binding on the Authority nor confer any right on the Bidders, and the
Authority shall have no liability whatsoever in relation to or arising out of any or all
contents of the Bidding Documents.
Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft Agreement shall have overriding effect; provided, however, that any
conditions or obligations imposed on the Bidder hereunder shall continue to have effect in
addition to its obligations under the draft Agreement.
The Bid should be furnished in the formats as specified in the RFP and signed by the
Bidder’s authorized signatory. The Successful Bidder may be subsequently invited for award
of the Project. The Bidders should note that the formats specified in the RFP have been
provided for the convenience of the Bidders and may not exhaustively enumerate or
describe various information required to be provided by the Bidders under the Bidding
Documents. The Bidders should ensure that all the information required to be provided by
it in terms of the Bidding Documents is included in its Bid whether or not a particular format
specified herein makes provision for submission of such information and/or whether or not
a format for submission of such information is incorporated in the Bidding Documents.
The Bidder shall submit a EMD online through the e-tendering system (“EMD”):
The Bidder in case of Bidding Company should submit a Power of Attorney as per the
format at Appendix-III, authorizing the signatory of the Bid to commit the Bidder.
The Bidder acknowledges and agrees that provisions of this RFP which by their nature or
subject matter are intended to survive the completion of the Bidding or to apply
throughout the Contract Period shall continue to survive and bind the Bidders throughout
the Contract Period.
Bidders are advised that the selection of Service Provider shall be on the basis of an
evaluation by the Authority through the Selection Process specified in this RFP. Bidders shall
be deemed to have understood and agreed that no explanation or justification for any
aspect of the Selection Process will be given and that the Authority's decisions are without
any right of appeal whatsoever.
The Bidder shall submit its Bid in the form and manner specified in this RFP. The Financial
Bid shall be submitted online through the e-tendering system only. The format for Financial
Bid is enclosed as separately along with RFP Document. Schedule II with this RFP for
representative purpose. Upon selection, the Bidder shall be required to enter into an
Agreement with the Authority.
Any condition or qualification or any other stipulation contained in the Bid which is
inconsistent with the terms of the Bidding Documents shall render the Bid liable to
rejection as a non-responsive Bid.
The Bidding Documents including this RFP and all attached or other documents, provided by
the Authority are and shall remain or become the property of the Authority and are
transmitted to the Bidders solely for the purpose of preparation and the submission of a Bid
in accordance with the Bidding Documents. Bidders are to treat all information as strictly

Pimpri Chinchwad Municipal Corporation [11]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

confidential and shall not use it for any purpose other than for preparation and submission
of their Bid. The provisions of this Clause 0 shall also apply mutatis mutandis to Bids and all
other documents submitted by the Bidders, and the Authority will not return to the Bidders
any Bid, document or any information provided along therewith.
This RFP is not transferable and can only be used by the person to whom it has been issued.
Any award of Project pursuant to this RFP shall be subject to the terms of Bidding
Documents.
Bidders are advised that selection will be entirely at the discretion of the Authority. Bidders
will be deemed to have understood and agreed that no explanation or justification on any
aspect of the Selection Process or Selection will be given.
Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the
Consultancy is subsequently awarded to it.
Any entity which has been barred by the Central/any State Government/any Government
Instrumentality, or any entity owned or controlled by it, from participating in any project,
and the bar subsists as on the date of Bid, would not be eligible to submit a Bid, either
individually or as a member of a Consortium.
A Bidder should, in the last 5 (five) Financial Years, have neither failed to perform on any
contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Bidder, nor has been expelled from
any project or contract by any public entity or Government Instrumentality nor have had
any contract terminated by any public entity or Government Instrumentality for breach by
such Bidder.
In addition to the documents submitted by the Bidders under Clause 0, the Bidders shall
submit the certificate(s) from its statutory auditors, or the concerned client(s) of the
projects specified above. In case a particular job/contract has been jointly executed by the
Bidder (as a part of a consortium), he should further support his claim for the share in the
work done for that particular job/contract by producing a certificate from its statutory
auditor or the client.

2.2 Cost of Bidding


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

2.3 Site visit and verification of information


Bidders are encouraged to submit their respective Bids after visiting the PCMC facilities
under the Project and ascertaining for themselves the working conditions, site conditions,
approachability, surroundings, applicable laws and regulations, other matter affecting cost
and relevant to Project.
It shall be deemed that by submitting a Bid, the Bidder has:

a) made a complete and careful examination of the Bidding Documents;

b) received all relevant information requested from the Authority;

Pimpri Chinchwad Municipal Corporation [12]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

c) accepted the risk of inadequacy, error or mistake in the information provided in the Bidding
Documents or furnished by or on behalf of the Authority relating to any of the matters
referred to in Clause 0 above;

d) satisfied itself about all matters, things and information including matters referred to in
Clause 0 hereinabove necessary and required for submitting an informed Bid, execution of
the Project in accordance with the Bidding Documents and performance of all of its
obligations thereunder;

e) acknowledged and agreed that inadequacy, lack of completeness or incorrectness of


information provided in the Bidding Documents or ignorance of any of the matters referred
to in Clause 0 hereinabove shall not be a basis for any claim for compensation, damages,
extension of time for performance of its obligations, loss of profits etc. from the Authority,
or a ground for termination of the Agreement by the Service Provider;

f) acknowledged that it does not have a Conflict of Interest; and

g) agreed to be bound by the undertakings provided by it under and in terms hereof.


The Authority shall not be liable for any omission, mistake or error in respect of any of the
above or on account of any matter or thing arising out of or concerning or relating to RFP,
the Bidding Documents or the Bidding Process, including any error or mistake therein or in
any information or data given by the Authority.

2.4 Verification and Disqualification


The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP or the Bidding Documents and the Bidder
shall, when so required by the Authority, make available all such information, evidence and
documents as may be necessary for such verification. Any such verification or lack of such
verification by the Authority shall not relieve the Bidder of its obligations or liabilities
hereunder nor will it affect any rights of the Authority thereunder.
Without prejudice to Clause 0, the Authority reserves the right to reject any Bid and
appropriate the EMD if:

a. at any time, a material misrepresentation is made or uncovered, or

b. the Bidder does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Bid.
Such misrepresentation/ improper response shall lead to the disqualification of the Bidder.
If such disqualification/ rejection occurs after the Bids have been opened and the Successful
Bidder gets disqualified/ rejected, then the Authority reserves the right to invite a Bidder
amongst the qualified Bidders in the ascending order of their rank in accordance with
Clause 3.5.
In case it is found during the evaluation or at any time before signing of the Agreement or
after their execution and during the period of subsistence thereof, including the Contract
thereby granted by the Authority, that one or more of the qualification conditions have not
been met by the Bidder, or the Bidder has made material misrepresentation or has given
any materially incorrect or false information, the Bidder shall be disqualified forthwith if not
yet appointed as the Service Provider either by issue of the LoI or entering into of the
Agreement, and if the Successful Bidder has already been issued the LoI or has entered into
the Agreement, as the case may be, the same shall, notwithstanding anything to the
contrary contained therein or in this RFP, be liable to be terminated, by a communication in

Pimpri Chinchwad Municipal Corporation [13]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

writing by the Authority to the Successful Bidder or the Service Provider, as the case may
be, without the Authority being liable in any manner whatsoever to the Successful Bidder or
Service Provider. In such an event, the Authority shall be entitled to forfeit and appropriate
the EMD or Security Deposit, as the case may be, as liquidated damages, without prejudice
to any other right or remedy that may be available to the Authority under the Bidding
Documents and/or the Agreement, or otherwise.

2.5 Conditions of Eligibility of Bidders


Bidders must carefully read the minimum conditions of eligibility (the "Conditions of
Eligibility") provided herein. Bids of only those Bidders who satisfy the Conditions of
Eligibility will be considered for evaluation.
To be eligible for evaluation of its Bid, the Bidder shall fulfill the technical and financial
criteria on its own or based on its parent/group companies experience. If the Bidder does
not meet the minimum Financial & Technical Capacity as specified in Clause in 3.4.2 then
the Bidder shall be disqualified from the Bidding Process and the EMD of the Bidder shall be
returned as per Clause 0
In the event that the Bidder does not have a statutory auditor, it shall provide the requisite
certificate(s) from the firm of Chartered Accountants that ordinarily audits the annual
accounts of the Bidder. The Bidder should submit a Power of Attorney as per the format
specified in Appendix-III
Any entity which has been barred by the Central Government, any State Government, a
statutory authority, or a public sector undertaking, as the case may be, from participating in
any project, and the bar subsists as on the date of Bid, would not be eligible to submit a Bid
either by itself or through its Associate.
A Bidder or its Associate should have, during the last three years, neither failed to perform
on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Bidder or its
Associate, nor been expelled from any project or agreement nor have had any agreement
terminated for breach by such Bidder or its Associate.
While submitting a Bid, the Bidder should attach clearly marked and referenced
continuation sheets in the event that the space provided in the specified forms in the
Appendices is insufficient. Alternatively, Bidders may format the specified forms making
due provision for incorporation of the requested information

2.6 Conflict of Interest


A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the
Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. In the
event of disqualification, the Authority shall be entitled to forfeit and appropriate the EMD
and/or Security Deposit as liquidated damages, without prejudice to any other right or
remedy that may be available to the Authority under the Bidding Documents and/or the
Agreement or otherwise. Without limiting the generality of the above, determining the
Conflict of Interest shall be the prerogative of the PCMC.
The PCMC requires that the Service Provider provides professional, objective, and impartial
advice and at all times hold the Authority's interest’s paramount, avoid conflicts with other
assignments or its own interests, and act without any consideration for future work. The
Service Provider shall not accept or engage in any assignment that would be in conflict with
its prior or current obligations to other clients, or that may place it in a position of not being
able to carry out the assignment in the best interests of the Authority.

Pimpri Chinchwad Municipal Corporation [14]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of
Interest affecting the Bidding Process, if:

a. the Bidder, or Associate (or any constituent thereof) and any other Bidder or any Associate
thereof (or any constituent thereof) have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in cases where the
direct or indirect shareholding of a Bidder or an Associate thereof (or any shareholder thereof
having a shareholding of more than 25% (Twenty five per cent) of the paid up and
subscribed share capital of such Bidder or Associate, as the case may be) in the other Bidder
or Associate, is less than 25% (Twenty five per cent) of the subscribed and paid up equity
share capital thereof; provided further that this disqualification shall not apply to any
ownership by a bank, insurance company, pension fund or a public financial institution
referred to in section 4A of the Companies Act, 1956/ 2013. For the purposes of this Clause
0, indirect shareholding held through one or more intermediate persons shall be computed as
follows:
(i) where any intermediary is controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary in any other person
(the “Subject Person”) shall be taken into account for computing the shareholding of such
controlling person in the Subject Person; and
(ii) subject always to sub-clause (i) above, where a person does not exercise control over an
intermediary, which has shareholding in the Subject Person, the computation of indirect
shareholding of such person in the Subject Person shall be undertaken on a proportionate
basis; provided, however, that no such shareholding shall be reckoned under this sub-clause
(ii) if the shareholding of such person in the intermediary is less than 26% (twenty six
percent) of the subscribed and paid up equity shareholding of such intermediary;

b. a constituent of such Bidder is also a constituent of another Bidder;

c. such Bidder or any Associate thereof receives or has received any direct or indirect subsidy,
grant, concessional loan or subordinated debt from any other Bidder or Associate, or has
provided any such subsidy, grant, concessional loan or subordinated debt to any other
Bidder, its Member or any Associate thereof;

d. such Bidder has the same legal representative for purposes of this Bid as any other Bidder;

e. such Bidder, or any Associate thereof, has a relationship with another Bidder, or any
Associate thereof, directly or through common third party/ parties, that puts either or both of
them in a position to have access to each others’ information about, or to influence the Bid of
either or each other; or

f. such Bidder or any Associate thereof has participated as a Service Provider to the Authority
in the preparation of any documents, design or technical specifications of the Project.
Explanation:
For purposes of this RFP, Associate means, in relation to the Bidder, a person who controls, is
controlled by, or is under the common control with such Bidder. As used in this definition, the
expression “control” means, with respect to a person which is a company or corporation, the
ownership, directly or indirectly, of more than 50% (fifty per cent) of the voting shares of such
person, or the power to appoint majority of the directors on the board of directors of such
company or corporation and/or the power to direct the management and policies of such
person by operation of law, agreement or otherwise and with respect to a person which is not a
company or corporation, the power to direct the management and policies of such person by
operation of law, agreement or otherwise.

Pimpri Chinchwad Municipal Corporation [15]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

2.7 Acknowledgement by Bidder


It shall be deemed that by submitting the Bid, the Bidder has:
a) made a complete and careful examination of the RFP;
b) received all relevant information requested from the Authority;
c) acknowledged and accepted the risk of inadequacy, error or mistake in the information
provided in the RFP or furnished by or on behalf of the Authority;
d) satisfied itself about all matters, things and information, necessary and required for
submitting an informed Application and performance of all of its obligations
thereunder;
e) acknowledged that it does not have a Conflict of Interest; and
f) Agreed to be bound by the undertaking provided by it under and in terms hereof.

2.8 Right to reject any or all Bids


Notwithstanding anything contained in this RFP, the Authority reserves the right to accept
or reject any Bid and to annul the Selection Process and reject all Bids, at any time without
any liability or any obligation for such acceptance, rejection or annulment, and without
assigning any reasons thereof.
Without prejudice to the generality of Clause 0, the Authority reserves the right to reject
any Bid if:
a) at any time, a material misrepresentation is made or discovered, or
b) the Bidder does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Bid.
Misrepresentation/ improper response by the Bidder may lead to the disqualification of the
Bidder. If such disqualification / rejection occurs after the Bids have been opened and the
highest-ranking Bidder gets disqualified / rejected, then the Authority reserves the right to
consider the next best Bidder, or take any other measure as may be deemed fit in the sole
discretion of the Authority, including annulment of the Selection Process.

2.9 Clarifications
Bidders requiring any clarification on the RFP may send their queries to the Authority in
writing before the date mentioned in the Schedule of Selection Process at Clause 1.4.
The Authority shall endeavor to respond to the queries within the period specified therein.
The responses will be sent by fax or e-mail. The Authority will post the reply to all such
queries through the e-tendering system without identifying the source of queries.
The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause 2.9 shall be construed as
obliging the Authority to respond to any question or to provide any clarification.

2.10 Amendment of RFP


At any time prior to the deadline for submission of Bid, the Authority may, for any reason,
whether at its own initiative or in response to clarifications requested by a Bidder, modify
the RFP document by the issuance of Addendum/ Amendment and posting it on the Official
Website and by conveying the same to the prospective Bidders (who have purchased the
RFP document) by fax or e-mail.

Pimpri Chinchwad Municipal Corporation [16]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

All such amendments will be notified in writing through fax or e-mail to all Bidders who
have purchased the RFP document. The amendments will also be posted on the Official
Website along with the revised RFP containing the amendments and will be binding on all
Bidders.
In order to afford the Bidders a reasonable time for taking an amendment into account, or
for any other reason, the Authority may, in its sole discretion, extend the Bid Due Date.

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

2.12 Format and signing of Bid


The Bidder shall provide all the information sought under this RFP. The Authority would
evaluate only those Bids that are received in the specified forms and complete in all
respects.
The Bid and its copy shall be typed or written in indelible ink and signed by the authorized
signatory of the Bidder who shall initial each page, in blue ink. In case of printed and
published Documents, only the cover shall be initialed. All the alterations, omissions,
additions, or any other amendments made to the Bid shall be initialed by the person(s)
signing the Bid. The Bids must be properly signed by the authorized representative (the
"Authorized Representative") as detailed below:
a) by a partner, in case of a partnership firm and/or a limited liability partnership; or
b) by a duly authorized person holding the Power of Attorney, in case of a Limited
Company or a corporation; or
A copy of the Power of Attorney certified under the hands of a partner or director of the Bidder
and notarized by a notary public in the form specified in Appendix-I (Form- 3) shall accompany
the Bid.
Bidders should note the Bid Due Date, for submission of Bids, except as specifically provided
in this RFP, no supplementary material will be entertained by the Authority, and that
evaluation will be carried out only on the basis of Documents received by the closing time
of Bid Due Date as specified in Clause 2.14 . Bidders will ordinarily not be asked to provide
additional material information or documents subsequent to the date of submission, and
unsolicited material if submitted will be summarily rejected. For the avoidance of doubt,
the Authority reserves the right to seek clarifications under and in accordance with the
provisions of Clause 2.21.

2.13 Submission of Financial Bid


Bidder shall submit Financial Bid online only through the e-tendering system. A format for
Bidding is provided in the Annexure VI.
The salary of the staff to be deployed comprehensive maintenance of hardware and
application software for the Project is fixed as per Government of Maharashtra Regulation
No. – GR No.मातं स-1717/111/39, Dated.22/04/2020 The current applicable rate is Rs 29,100

Pimpri Chinchwad Municipal Corporation [17]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

per staff per month. Any further change in rate in the GR shall be applicable and the Bidder/
Service Provider shall be paid accordingly during the 3 (three) years Contract Period. If
PCMC, desires to engage more staff of the Bidder/ Service Provider, then it shall pay to
Bidder/ Service Provider at the prevailing rate provided in GR at such point of time.
Staff No. of staff No. of months of Salary per month as Total staff cost
position deployment per GR for 3 years
Support staff 3 36 Rs 29,100 Rs. 31,42,800
Total staff cost for a period of 3 years Rs. 31,42,800

For the purpose of Bidding, the Bidder in its Financial Bid shall quote the fixed staff cost for
a period of 3 (three) years as Rs. 31,42,800 (Rupees thirty-one lakhs and forty-two thousand
and eight hundred only) and shall decide on its own Fee quote for the rest of the aspects of
the Project i.e. face detection devices, application development & go-live and other
operation and maintenance cost. Please refer Annexure VI for Financial Bid format details.
The Fee quoted shall be inclusive of all other expenses, taxes and charges. GST if applicable
shall be paid extra by PCMC. Further, all payments shall be subject to deduction of taxes at
source as per Applicable Laws.
The rates quoted shall be firm throughout the Contract Period.
The total amount indicated in the Financial Bid shall be without any condition attached or
subject to any assumption and shall be final and binding. In case any assumption or
condition is indicated in the Financial Bid, it shall be considered non-responsive and liable to
be rejected.
Costs shall be expressed in Indian Rupees.
The Authority reserves the right to verify all statements, information, and documents,
submitted by the Bidder in response to the RFP. Any such verification or the lack of such
verification by the Authority to undertake such verification shall not relieve the Bidder of its
obligations or liabilities hereunder nor will it affect any rights of the Authority thereunder.
In case it is found during the evaluation or at any time before signing of the Agreement or
after its execution and during the period of subsistence thereof, that one or more of the
eligibility conditions have not been met by the Bidder or the Bidder has made material
misrepresentation or has given any materially incorrect or false information, the Bidder
shall be disqualified forthwith if not yet appointed as the Service Provider either by issue of
the LOI or entering into of the Agreement, and if the Selected Bidder has already been
issued the LOI or has entered into the Agreement, as the case may be, the same shall,
notwithstanding anything to the contrary contained therein or in this RFP, be liable to be
terminated, by a communication in writing by the Authority without the Authority being
liable in any manner whatsoever to the Bidder or Service Provider, as the case may be.
In such an event, the Authority shall forfeit and appropriate the EMD as mutually agreed pre-
estimated compensation and damages payable to the Authority for, inter alia, time, cost and
effort of the Authority, without prejudice to any other right or remedy that may be available to
the Authority.

2.14 Bid Due Date


Bid should be submitted at or before on the Bid Due Date specified at Clause 1.4 in the
manner and form as detailed in this RFP.

Pimpri Chinchwad Municipal Corporation [18]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

The Authority may, in its sole discretion, extend the Bid Due Date by issuing an Addendum
in accordance with Clause 2.10 uniformly for all Bidders.

2.15 Rejection of Bids


Notwithstanding anything contained in this RFP, the PCMC reserves the right to reject any
Bid and to annul the Bidding Process and reject all Bids at any time without any liability or
any obligation for such acceptance, rejection or annulment, and without assigning any
reasons thereof. In the event that the PCMC rejects or annuls all the Bids, it may, in its
discretion, invite all eligible Bidders to submit fresh Bids hereunder.
The PCMC reserves the right not to proceed with the Bidding Process or to modify the
Bidding Process at any time, without notice or liability, and to reject any Bid without
assigning any reason.

2.16 Validity of Bids


The Bids shall be valid for a period as provided in the Bidding Schedule. The validity of Bids may
be extended by mutual consent of the respective Bidders and the PCMC, provided that the
Successful Bidder shall extend the validity of the Bid until the execution of the Agreement.

2.17 Modification/ substitution/ withdrawal of Bids


The Bidder may modify/ substitute/ withdraw its Bid before the final submission through
the e-tendering system. No Bid shall be modified, substituted or withdrawn by the Bidder
after the submission of the Bid.
Any alteration/modification in the Bid or additional information supplied subsequent to the
Bid Due Date, unless the same has been expressly sought by the PCMC, shall be
disregarded.

2.18 Earnest Money Deposit


The Bidder shall furnish as part of its Bid, a EMD through the e-tendering system (the
"EMD"), returnable in accordance with the e-tendering system procedure.
Any Bid not accompanied by the EMD shall be rejected by the Authority as non- responsive.
The Authority shall not be liable to pay any interest on the EMD and the same shall be
interest free.
The Bidder, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the Authority's any other right or remedy
hereunder or in law or otherwise, the EMD shall be forfeited and appropriated by the
Authority as the mutually agreed pre-estimated compensation and damage payable to the
Authority for, inter alia, the time, cost and effort of the Authority in regard to the RFP
including the consideration and evaluation of the Bid under the following conditions:
a) If a Bidder submits a non-responsive Bid;
b) If a Bidder engages in any of the Prohibited Practices specified in Section 4 of this RFP;
c) If a Bidder withdraws its Bid during the period of its validity as specified in this RFP and
as extended by the Bidder from time to time;
d) In the case of the Selected Bidder, if the Bidder fails to reconfirm its commitments
during negotiations as required vide Clause 0;

Pimpri Chinchwad Municipal Corporation [19]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

e) In the case of a Selected Bidder, if the Bidder fails to sign the Agreement or commence
the assignment as specified in Clauses 2.24 and 2.25 respectively; or
f) If the Bidder is found to have a Conflict of Interest as specified in Clause 2.6.

2.19 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation for the
selection of Bidders shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional adviser advising the Authority in relation to matters
arising out of or concerning the Selection Process. The Authority will treat all information,
submitted as part of the Bid, in confidence and will require all those who have access to such
material to treat the same in confidence. The Authority may not divulge any such information
unless it is directed to do so by any statutory entity that has the power under law to require its
disclosure or is to enforce or assert any right or privilege of the statutory entity and/or the
Authority.

2.20 Clarifications
To facilitate evaluation of Bids, the Authority may, at its sole discretion, seek clarifications
from any Bidder regarding its Bid. Such clarification(s) shall be provided within the time
specified by the Authority for this purpose. Any request for clarification(s) and all
clarification(s) in response thereto shall be in writing.
If a Bidder does not provide clarifications sought under Clause 0 above within the specified
time, its Bid shall be liable to be rejected. In case the Bid is not rejected, the Authority may
proceed to evaluate the Bid by construing the particulars requiring clarification to the best
of its understanding, and the Bidder shall be barred from subsequently questioning such
interpretation of the Authority.

2.21 Negotiations
The Selected Bidder may, if necessary, be invited for negotiations. The negotiations shall
generally not be for reducing the price of the Bid but will be for re-confirming the
obligations of the Service Provider under this RFP.
PCMC may ask Selected Bidder to change the nominated staff. Bidder shall ensure all the
asked changes are carried out under progress before signing of Agreement.
The Authority will examine the credentials of all Sub-Service Providers proposed (if any) for
this RFP and those not found suitable shall be replaced by the Bidder to the satisfaction of
the Authority.

2.22 Evaluation of Bids


The Authority shall open the Bids on the Bid Due Date as specified in Clause 1.4 and in the
presence of the Bidders who choose to attend. The Technical Bid shall be opened first. The
Financial Bid shall be opened after the results of evaluation of Technical Bid.
Bids for which a notice of withdrawal has been submitted in accordance with Clause 2.15
shall not be opened.
The Authority shall subsequently examine and evaluate Bids in accordance with the
Selection Process specified at Clause 1.4 .
After the technical & financial capacity evaluation, the Authority shall prepare a list of pre-
qualified and shortlisted Bidders for opening of their Financial Bids. A date, time and venue
will be notified to all Bidders for announcing the result of evaluation and opening of

Pimpri Chinchwad Municipal Corporation [20]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Financial Bids. Before opening of the Financial Bids, the list of pre-qualified Bidders will be
read out. The opening of Financial Bids shall be done in presence of respective
representatives of Bidders who choose to be present. The Authority will not entertain any
query or clarification from Bidders who fail to qualify at any stage of the Selection Process.
The financial evaluation of the Bids shall be carried out in terms of Clauses 0.
The Bidders must provide the necessary information relating to experience as per format
Appendix-VII. The credentials of eligible Bidders shall be measured in terms of their scores
in experience.
The PCMC, however, at all times retains the right to reject a Bid in cases where the PCMC
(in its sole opinion), considers the Bid materially inconsistent, deficient, technically unsound
or unacceptable in any other respect.
The Bidders meeting the Technical & Financial Capacity as specified in Clause 0 shall be
qualified for evaluation of their Financial Bids.

2.23 Proprietary data


Subject to the provisions of Clause 2.19, all documents and other information provided by the
Authority or submitted by a Bidder to the Authority shall remain or become the property of the
Authority. Bidders and the Service Provider, as the case may be, are to treat all information as
strictly confidential. The Authority will not return any Bid, or any information related thereto.
All information collected, analyzed, processed or in whatever manner provided by the Service
Provider to the Authority in relation to the Consultancy shall be the property of the Authority.

2.24 Execution of Agreement


After acknowledgement of the LoI as specified in 3.6 by the Selected Bidder, it shall execute the
Agreement within the period prescribed in Clause 1.4. The Selected Bidder shall not be entitled
to seek any deviation in the Agreement.

2.25 Commencement of work


The Service Provider shall commence the Services at the Project site within 7 (seven) days of
the date of the work order, or such other date as may be mutually agreed. If the Service
Provider fails to either sign the Agreement as specified in Clause 2.24 or commence the
assignment as specified herein, the Authority may invite the second ranked Bidder for
negotiations. In such an event, the EMD of the first ranked Bidder shall be forfeited and
appropriated in accordance with the provisions of Clause 0.

2.26 Contacts during Bid Evaluation


Bids shall be deemed to be under consideration immediately after they are opened and until
such time the PCMC makes official intimation of award/rejection to the Bidders. While the Bids
are under consideration, Bidders and/or their representatives or other interested parties are
advised to refrain, save and except as required under the Bidding Documents, from contacting
by any means, the PCMC and/or their employees/representatives on matters related to the Bids
under consideration.

Pimpri Chinchwad Municipal Corporation [21]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

3. EVALUATION OF BIDS

3.1 Opening and Evaluation of Bids


The PCMC will examine and evaluate the Bids in accordance with the provisions set out in
this Section 1.4. To facilitate evaluation of Bids, the PCMC may, at its sole discretion, seek
clarifications in writing from any Bidder regarding its Bid and such Bidder shall provide its
response within the time period specified by the PCMC in this regard.

3.2 Tests of responsiveness


Prior to evaluation of Bids, the PCMC shall determine whether each Bid is responsive to the
requirements of this RFP. A Bid shall be considered responsive only if:

a. Payment through e-tendering system towards purchase of RFP document;

b. it is received as per the format at Appendix-I and Appendix-VII;

c. it is received by the Bid Due Date including any extension thereof pursuant to Clause 2.14.;

d. it is submitted as stipulated in Clauses 2.12 and 2.13.

e. it is accompanied by the EMD as specified in Clause 0;

f. it is accompanied by the Power(s) of Attorney as specified in Clauses 0;

g. it contains certificates from its statutory auditors in the formats specified at Appendix I and
Appendix VII of the RFP;

h. it contains all the information (complete in all respects) as requested in this RFP and/or
Bidding Documents (and if formats have been specified, then in those formats);

i. it is not non-responsive or inconsistent in terms of the Bidding Documents.

j. the Technical Bid is received in the form specified at Appendix-I;

k. it does not contain any condition or qualification.


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

3.3 Selection of Bidder


Subject to the provisions of Clause 0, the Bidder whose Bid is adjudged as responsive in
terms of Clause 0 and Clause 0, shall be declared as the Successful Bidder. In the event that
the PCMC rejects or annuls all the Bids, it may, in its discretion, invite all eligible Bidders to
submit fresh Bids hereunder.
The evaluation of Bids shall be undertaken in the following sequence:
a) Evaluation of Qualification.

Pimpri Chinchwad Municipal Corporation [22]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

b) Evaluation of Financial Bid

3.4 Evaluation of Qualification


For the purpose of Qualification, the Bidder shall demonstrate the minimum Technical
Capacity & Financial Capacity for qualification as stipulated under Clause 0& 0
Technical Capacity
3.4.1.1 The Bidder/OEM should have supplied, installed and commissioned similar type of work for
Hardware and Software & API with open-source technology integration of applications to
any of the government/ semi-government/ private organisations in India having
attendance system for more than 3500 people in the past in the past 7 (seven) years
preceding the Bid Due Date in:
a) one project of value not less than Rs 75 lakhs or
b) two projects each of value not less than Rs 47 lakhs or
c) three projects each of value not less than Rs 37 lakhs
Only completed project experience shall be considered for evaluation.
Work order and work completion certificate issued by client to be provided for any of
experience to be consider.
And the Bidder should have ISO 9001:2015 or higher certification.
And the Bidder should have minimum CMMI 3 certificate.
And the Bidder should submit PAN Card, GST registration and EPF and ESIC registration
with upto past 6 months payment from the Bid Due Date.
3.4.1.2 And the support manpower resources 3 (three) numbers for the comprehensive
maintenance period shall be minimum Graduate from any stream having software
support knowledge. The Bidder shall submit CV of the 3 (three) manpower resources
signed by the candidate and the Bidder in accordance with Appendix VI. The Bidder shall
submit all the necessary documents supporting eligibility criteria (degree certificate,
experience letters) of the support engineer resources.
Financial Capacity
3.4.1.3 The Bidder shall have an average annual turnover of at least Rs 28 lakhs (Rupees twenty-
eight lakhs only) in the preceding 3 (three) Financial Years preceding the Bid Due Date.
3.4.1.4 In computing the Financial Capacity of the Bidder hereunder, the Financial Capacity of
Associates would also be eligible hereunder.
3.4.1.5 The Bid must be accompanied by the audited annual reports of the Bidder for the preceding
Financial Year, preceding the year in which the Bid is made. The Bidder shall provide a
certificate from its statutory auditor specifying the Financial Capacity of the Bidder.
However, in the case of publicly listed companies, Audited Financial Statements for the
respective years will suffice and a certificate from its statutory auditor is not required.
3.4.1.6 In case the annual accounts for the latest Financial Year are not audited and therefore the
Bidder could not make it available, the Bidder shall give an undertaking to this effect and
the statutory auditor shall certify the same. In such a case, the Bidder shall provide the
audited annual reports for 3 (three) years preceding the year for which the audited annual
report is not being provided. For the avoidance of doubt, the Financial Year shall, for the
purposes of a Bid hereunder, mean accounting year followed by the Bidder in the course
of its normal business.

Pimpri Chinchwad Municipal Corporation [23]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

3.4.1.7 The Bidder must establish a minimum Financial Capacity as specified in Clause 0, and
provide details as per format at Annex-II of Appendix-I.
For the purpose of this RFP The entity claiming experience should have held, in the
company owing the Project, a minimum of 26% (twenty-six per cent) equity during the
entire year for which experience is being claimed.
3.4.1.8 The Bidder should furnish the required specific information and evidence in support of its
claim of Technical Capacity, as per format at Appendix-VII. The evidence to be submitted
for Technical Capacity shall include either a certificate from the Government
Instrumentality or appropriate statutory authority or in the licensing authority or the
private organization in the format as specified in Appendix VII.
The Bidder shall submit their Bid as a single entity, consortium/ joint venture is not allowed.
Bidder not meeting any of the Technical or Financial Capacity as specified in Clause 0, shall
be disqualified from the Bidding Process and the EMD of the Bidder shall be returned as per
Clause 3.4.2

3.5 Evaluation of Financial Bid


The information requirements and guidelines for submission of the Financial Bid are
detailed in Appendix VIII of this RFP document.
The Bidder quoting the lowest cost for the Project shall be the Successful Bidder.
The prices indicated in the Financial Bid shall be deemed as final and reflecting the total
cost of all the services. Omissions, if any, in costing any item shall not entitle the firm to be
compensated and the liability to fulfill its obligations as mentioned in Volume II, within the
total quoted price shall be that of the Service Provider.
The Financial Bids of only the qualified Bidders would be opened and will be ranked in
ascending order.
In the event the Financial Bid of two or more Bidders is same (the "Tie Bidders"), the PCMC
shall identify the Successful Bidder by draw of lots, which shall be conducted, with prior
notice, in the presence of the Tie Bidders who choose to attend.

3.6 Issue of LOI


After selection, a Letter of intent (the "LOI") shall be issued, in duplicate, by the Authority to
the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the
LOI, sign and return the duplicate copy of the LOI in acknowledgement thereof. In the event the
duplicate copy of the LOI duly signed by the Selected Bidder is not received by the stipulated
date, the Authority may, unless it consents to extension of time for submission thereof,
appropriate the EMD of such Bidder as mutually agreed genuine pre-estimated loss and damage
suffered by the Authority on account of failure of the Selected Bidder to acknowledge the LOI,
and the next highest-ranking Bidder may be considered.

3.7 Execution of the Award


The Successful Bidder shall have to enter into the Agreement within fifteen days (unless
such period is extended by the PCMC) from the date of issue of the LoI.
The Successful Bidder on the date of signing of the Agreement shall furnish the Security
Deposit by way of an irrevocable Bank Guarantee issued by a nationalized / scheduled bank
in favour of Commissioner- Pimpri Chinchwad Municipal Corporation, as required under
the Agreement in accordance with the Bidding Documents; and failure of the Successful

Pimpri Chinchwad Municipal Corporation [24]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Bidder to comply with the requirements mentioned in the above paragraph shall constitute
sufficient grounds for the annulment of the LoI, and forfeiture of the EMD. In such an event,
the PCMC reserves the right to:

a) Invite the next best Bidder to match the Bid submitted by the Successful Bidder; or

b) Call for fresh Bids from the remaining Bidders; or

c) Take any such measure as may be deemed fit in the sole discretion of the PCMC,
including annulment of the Bidding Process.
The Successful Bidder shall bear all cost associated or related to the execution of the
Agreement for the Project including but not limited to stamp duty, registration charges etc.

Pimpri Chinchwad Municipal Corporation [25]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

4. FRAUD AND CORRUPT PRACTICES

The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Selection Process. Notwithstanding anything to the
contrary contained in this RFP, the Authority shall reject a Bid without being liable in any
manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice (collectively the "Prohibited Practices") in the
Selection Process. In such an event, the Authority shall, without prejudice to its any other rights
or remedies, forfeit and appropriate the EMD or Security Deposit, as the case may be, as
mutually agreed genuine pre-estimated compensation and damages payable to the Authority
for, inter alia, time, cost and effort of the Authority, in regard to the RFP, including
consideration and evaluation of such Bidder's Bid.
Without prejudice to the rights of the Authority under Clause 0 hereinabove and the rights and
remedies which the Authority may have under the LOI or the Agreement, if an Bidder or Service
Provider, as the case may be, is found by the Authority to have directly or indirectly or through
an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Selection Process, or after the issue of the
LOI or the execution of the Agreement, such Bidder or Service Provider shall not be eligible to
participate in any tender or RFP issued by the Authority during a period of 2 (two) years from
the date such Bidder or Service Provider, as the case may be, is found by the Authority to have
directly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice, as the case may be.
For the purposes of this Section, the following terms shall have the meaning hereinafter
respectively assigned to them:
a) "corrupt practice" means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any person connected with the
Selection Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of the Authority
who is or has been associated in any manner, directly or indirectly with the Selection
Process or the LOI or has dealt with matters concerning the Agreement or arising
therefrom, before or after the execution thereof, at any time prior to the expiry of one
year from the date such official resigns or retires from or otherwise ceases to be in the
service of the Authority, shall be deemed to constitute influencing the actions of a person
connected with the Selection Process); or (ii) save as provided herein, engaging in any
manner whatsoever, whether during the Selection Process or after the issue of the LOI or
after the execution of the Agreement, as the case may be, any person in respect of any
matter relating to the Project or the LOI or the Agreement, who at any time has been or
is a legal, financial or technical Service Provider/ adviser of the Authority in relation to
any matter concerning the Project;
b) "fraudulent practice" means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process;
c) "coercive practice" means impairing or harming or threatening to impair or harm,
directly or indirectly, any persons or property to influence any person's participation or
action in the Selection Process;
d) "undesirable practice" means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in

Pimpri Chinchwad Municipal Corporation [26]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

any manner influencing or attempting to influence the Selection Process; or (ii) having a
Conflict of Interest; and
e) "restrictive practice" means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full and
fair competition in the Selection Process.

Pimpri Chinchwad Municipal Corporation [27]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

5. PRE-BID CONFERENCE

a) Pre-Bid conferences of the Bidders shall be convened at the designated date, time and
place. Only duly authorized representatives of the Bidders shall be allowed to participate in
the Pre-Bid conference. A maximum of 2 (two) representatives of each Bidder shall be
allowed to participate on production of authority letter from the Bidder.
b) During the course of Pre-Bid conference, the Bidders will be free to seek clarifications and
make suggestions for consideration of the PCMC. The PCMC shall endeavor to provide
clarifications and such further information as it may, in its sole discretion, consider
appropriate for facilitating a fair, transparent and competitive Bidding Process.
c) The Bidders shall submit their queries before 1 day as per the format below in ‘word’ and
‘pdf’ format file through email on store@pcmcindia.gov.in

S. Reference Reference Clause Query


No. Clause
Number
1
2
3

Pimpri Chinchwad Municipal Corporation [28]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

6. MISCELLANEOUS

6.1 General Conditions


The Bidding Process shall be governed by, and construed in accordance with, the laws of
India and the District Court of Pune shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/or in connection with the Bidding Documents and/or the Bidding
Process.
The PCMC, in its sole discretion and without incurring any obligation or liability or assigning
any reason, reserves the right, at any time, to:
(a) suspend, withdraw and/or cancel the Bidding Process and/or amend and/or
supplement the Bidding Process or modify the dates or other terms and conditions
relating thereto;
(b) consult with any Bidder in order to receive clarification or further information;
(c) retain any information and/or evidence submitted to the PCMC by, on behalf of,
and/or in relation to any Bidder;
(d) independently verify, disqualify, reject and/or accept any and all submissions or
other information and/or evidence submitted by or on behalf of any Bidder
(e) amend, modify or reissue the Bidding Documents or any part thereof;
(f) to accept or reject any or all of the Bids; and/or
(g) include additional evaluation criteria or to modify the eligibility criteria for the
further short-listing of person for issue of the Bidding Documents during the Bidding
Process;
(h) to consider any variation in the Bid submitted by the Bidder provided such variation
is as per the project scope, project structure and as per the terms and conditions of
the RFP.
It shall be deemed that by submitting the Bid, the Bidder agrees and releases the PCMC, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and
all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or
arising from the exercise of any rights and/or performance of any obligations hereunder,
pursuant hereto and/or in connection herewith and waives any and all rights and/or claims
it may have in this respect, whether actual or contingent, whether present or future. All
documents and other information supplied by the Authority or submitted by an Bidder shall
remain or become, as the case may be, the property of the Authority. The Authority will not
return any submissions made hereunder. Bidders are required to treat all such documents
and information as strictly confidential.
The PCMC reserves the right to make inquiries with any of the clients listed by the Bidders
in their previous experience record.

Pimpri Chinchwad Municipal Corporation [29]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Appendices

Pimpri Chinchwad Municipal Corporation [30]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

APPENDIX-I: LETTER OF BID


(On Bidder's letter head)
(Date and Reference)

To
The Commissioner,
Pimpri Chinchwad Municipal Corporation,
Pimpri 411 018

Sub:
Dear Sir,
With reference to your RFP Document dated.............., I/we, having examined all relevant
documents and understood their contents, hereby submit our Bid for selection as Service
Provider for Project and Reform Implementation Support at Pimpri Chinchwad Municipal
Corporation. The bid is unconditional and unqualified.
1. All information provided in the Bid and in the Appendices is true and correct and all
documents accompanying such Bid are true copies of their respective originals.
2. This statement is made for the express purpose of appointment as the Service Provider for
the aforesaid Project.
3. I/We shall make available to the Authority any additional information it may deem necessary
or require for supplementing or authenticating the Bid.
4. I/We acknowledge the right of the Authority to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
5. I/We certify that in the last three years, we or any of our Associates have neither failed to
perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Bidder, nor been
expelled from any project or contract by any public authority nor have had any contract
terminated by any public authority for breach on our part.
6. I/We declare that:
a) I/We have examined and have no reservations to the RFP Documents, including any
Addendum issued by the Authority;
b) I/We do not have any conflict of interest in accordance with Clause 2.6 of the RFP
Document;
c) I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as defined in Section 4 of the RFP document, in respect of any
tender or request for bid issued by or any agreement entered into with the Authority or
any other public sector enterprise or any government, Central or State; and
d) I/We hereby certify that we have taken steps to ensure that in conformity with the
provisions of Section 4 of the RFP, no person acting for us or on our behalf will engage
in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.

Pimpri Chinchwad Municipal Corporation [31]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

7. I/We understand that you may cancel the Selection Process at any time and that you are
neither bound to accept any Bid that you may receive nor to select the Service Provider,
without incurring any liability to the Bidders in accordance with Clause 2.8 of the RFP
document.
8. I/We certify that in regard to matters other than security and integrity of the country, we or
any of our Associates have not been convicted by a Court of Law or indicted or adverse
orders passed by a regulatory authority which would cast a doubt on our ability to undertake
the Project or which relates to a grave offence that outrages the moral sense of the
community.
9. I/We further certify that in regard to matters relating to security and integrity of the country,
we have not been charge-sheeted by any agency of the Government or convicted by a Court
of Law for any offence committed by us or by any of our Associates.
10. I/We further certify that no investigation by a regulatory authority is pending either against
us or against our Associates or against our CEO or any of our Directors/Managers/
employees.
11. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law
or howsoever otherwise arising to challenge or question any decision taken by the Authority
[and/ or the Government of India] in connection with the selection of Service Provider or in
connection with the Selection Process itself in respect of the above mentioned Project.
12. The EMD of Rs. ___________ (Rupees only) is paid through the e-tendering system and its
receipt is attached with our Bid, in accordance with the RFP document.
13. I/We agree and understand that the Bid is subject to the provisions of the RFP document. In
no case, shall I/we have any claim or right of whatsoever nature if the Project is not awarded
to me/us or our Bid is not opened or rejected.
14. I/We agree to keep this offer valid for the Bid Validity Period specified in the RFP.
15. A Power of Attorney in favour of the authorized signatory to sign and submit this Bid and
documents is attached herewith in APPENDIX – I -Form 3.
16. In the event of my/our firm being selected as the Service Provider, I/we agree to enter into
an Agreement with the Authority.
17. I/We have studied RFP and all other documents carefully. We understand that except to the
extent as expressly set forth in the Agreement, we shall have no claim, right or title arising
out of any documents or information provided to us by the Authority or in respect of any
matter arising out of or concerning or relating to the Selection Process including the award
of Consultancy.
18. The Financial Bid is being submitted online through the e-tendering system. This Technical
Bid read with the Financial Bid shall constitute the Application which shall be binding on us.
19. I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In
witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP
Document.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Bidder / Lead Member)

Pimpri Chinchwad Municipal Corporation [32]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

APPENDIX-II: PARTICULARS OF THE BIDDER

Title of Bidder:
_________________________________________________________

Title of Project:
_________________________________________________________

State the following:


Name of Company or Firm:
Legal status (e.g. incorporated private company, unincorporated business,
partnership etc.):
Country of incorporation:
Registered address:
Year of Incorporation:
Year of commencement of business:
Principal place of business:
Brief description of the Company including details of its main lines of business
Name, designation, address and phone numbers of authorized signatory of the
Bidder:
Name:
Designation:
Company:
Address:
Phone No.:
Fax No. :
E-mail address:

For the Bidder, state the following information:


i. In case of non-Indian Firm, does the Firm have business presence in India?
Yes/No
If so, provide the office address(es) in India.
ii. Has the Bidder been penalized by any organization for poor quality of work or
breach of contract in the last five years?
Yes/No

Pimpri Chinchwad Municipal Corporation [33]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

iii. Has the Bidder ever failed to complete any work awarded to it by any public
authority/entity in last five years?
Yes/No
iv. Has the Bidder been blacklisted by any Government department/Public Sector
Undertaking in the last five years?
Yes/No
v. Has the Bidder suffered bankruptcy/insolvency in the last five years?
Yes/No
Note: If answer to any of the questions at (ii) to (v) is yes, the Bidder is not
eligible for this consultancy assignment.

Does the Bidder's firm/company combine functions as a Service Provider or


adviser along with the functions as a contractor and/or a manufacturer?
Yes/No
If yes, does the Bidder agree to limit the Bidder's role only to that of a Service
Provider/ adviser to the Authority and to disqualify themselves, their Associates/
affiliates, subsidiaries and/or parent organization subsequently from work on this
Project in any other capacity?
Yes/No

Does the Bidder intend to borrow or hire temporarily, personnel from


contractors, manufacturers or suppliers for performance of the Consulting
Services?
Yes/No
If yes, does the Bidder agree that it will only be acceptable as Service Provider, if
those contractors, manufacturers and suppliers disqualify themselves from
subsequent execution of work on this Project (including tendering relating to any
goods or services for any other part of the Project) other than that of the Service
Provider?
Yes/No
If yes, have any undertakings been obtained (and annexed) from such
contractors, manufacturers, etc. that they agree to disqualify themselves from
subsequent execution of work on this Project and they agree to limit their role to
that of Service Provider/ adviser for the Authority only?
Yes/No

(Signature, name and designation of the authorized signatory) For and on behalf
of

Pimpri Chinchwad Municipal Corporation [34]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

APPENDIX-III: POWER OF ATTORNEY

Know all men by these presents, we, (name of Firm and address of the registered office) do
hereby constitute, nominate, appoint and authorize Mr. / Ms. son/daughter/wife and
presently residing at , who is presently employed with us and holding the position of as our
true and lawful attorney (hereinafter referred to as the "Authorized Representative") to do in
our name and on our behalf, all such acts, deeds and things as are necessary or required in
connection with or incidental to submission of our Bid for and selection as the
___________________ at ________________ Municipal Corporation, proposed to be
undertaken by the __________________ Municipal Corporation (the "Authority") including but
not limited to signing and submission of all applications, bids and other documents and
writings, participating in pre-bid and other conferences and providing information/ responses
to the Authority, representing us in all matters before the Authority, signing and execution of all
contracts and undertakings consequent to acceptance of our bid and generally dealing with the
Authority in all matters in connection with or relating to or arising out of our Bid for the said
Project and/or upon award thereof to us till the entering into of the Agreement with the
Authority.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or
caused to be done by our said Authorized Representative pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Authorized Representative in exercise of the powers hereby conferred shall and shall always be
deemed to have been done by us.
IN WITNESS WHEREOF WE, …………….. THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS ……………….. DAY OF …………….., 201_
For …………………………
(Signature, name, designation and address)
Witnesses:
1.
2.
Notarised Accepted
……………………………………………..
(Signature, name, designation and address of the Attorney)

Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it
is so required the same should be under common seal affixed in accordance with the required
procedure. The Power of Attorney should be executed on a non-judicial stamp paper of Rs. 100
(one hundred) and duly notarised by a notary public.
Wherever required, the Bidder should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favour of the
person executing this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.

Pimpri Chinchwad Municipal Corporation [35]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is
being issued. However, Bidders from countries that have signed the Hague Legislation
Convention, 1961 need not get their Power of Attorney legalized by the Indian Embassy if it
carries a conforming Appostille certificate.

Pimpri Chinchwad Municipal Corporation [36]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

APPENDIX-IV: FINANCIAL CAPACITY OF THE BIDDER

S. No. Financial Year Annual Turnover (Rs. / in crore)

1.

2.

3.

Certificate from the Statutory Auditor$


This is to certify that …………………………… (Name of the Bidder) has received the payments
shown above against the respective years on account of professional fees.
Name of the audit firm:
Seal of the audit firm
Date:

(Signature, name and designation of the authorized signatory)

$ In case the Bidder does not have a statutory auditor, it shall provide the certificate from its
chartered accountant that ordinarily audits the annual accounts of the Bidder.

Pimpri Chinchwad Municipal Corporation [37]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

APPENDIX-V: UNDERTAKING FOR NON-ASSOCIATION

(To be provided on Rs. 100 stamp paper)

Undertaking

We M/s ………………………………………….. having our registered office at ……………….. certify that we


are registered organization under ……………………………. Act. We certify that none of our directors’
or any related person of our organization is associated or related to any elected/ nominated
Corporator of Pimpri Chinchwad Municipal Corporation.
This undertaking is issued as per the terms and condition of the tender no.
……………….. of ………………….. department of Pimpri Chinchwad Municipal Corporation.
We are aware and agree that if the information provided by us is found false then we shall
be responsible for any action taken against us as per the Indian Penal Code clause 193,199 and
200.
I have reviewed the above recorded statement and affirm that the above statements recorded
are true and accurate.

Name of the Authorized Representative: ……………………………..


Designation of Authorized Representative: …………………………..
Signature of Authorized Representative: ………………………………
Seal of Company:
Dated: …..\ \
Place:

Pimpri Chinchwad Municipal Corporation [38]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

APPENDIX-VI: CV of Staff

Position Title and No.


Name of Expert: {Insert full name}
Date of Birth: {day/month/year}
Country of
Citizenship/Residence

Education
Course Period Name of the Ins tute/
University

Employment record relevant to the assignment: {Starting with present position, list in reverse
order. Please provide dates, name of employing organization, titles of positions held, types of
activities performed and location of the assignment, and contact information of previous clients
and employing organization(s) who can be contacted for references. Past employment that is
not relevant to the assignment does not need to be included.}

Period Employing Country Summary of activities


organization and your performed relevant to
title/position. the Assignment
Contact information
for references
[e.g., [e.g., Ministry of ……,
May advisor/consultant to…
2005-
present]
For references:
Tel…………/e-mail……;
Mr. Hbbbbb, deputy
minister]

Membership in Professional Associations and Publications

Membership Details Period

Pimpri Chinchwad Municipal Corporation [39]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Language Skills (indicate only languages in which you can work)

Language Read Write Speak

Adequacy for the Assignment:

Reference to Prior Work/Assignments that Best Illustrates Capability to Handle the Assigned Tasks

Name of the Assignment:

Loca on:

Dura on:

Client:

Main Project Features:

Posi on Held:

Ac vi es Undertaken:

Name of the Assignment:

Loca on:

Dura on:

Client:

Main Project Features:

Posi on Held:

Ac vi es Undertaken:

Pimpri Chinchwad Municipal Corporation [40]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along
with Web Based Software

Staff’s contact information :


E-mail:
Phone No. :

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience, and I am available to undertake the
assignment in case of an award. I understand that any misstatement or misrepresentation
described herein may lead to my disqualification or dismissal by the Authority. I hereby confirm
that I have given my consent only to {Bidder’s name} for participation in this tender.

{day/month/year}

Name of the Staff Signature Date

{day/month/year}

Name of the Authorized Signature Date


Representa ve

Pimpri Chinchwad Municipal Corporation [41]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along with Web Based Software

APPENDIX-VII: FINANCIAL BID FORMAT

(BoQ to be submitted online separately in format uploaded on e-tendering portal).


Name of Work:
Contract No:
Name of
the Bidder:

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)
NUMBER # TEXT # NUMBER # Text NUMBER # NUMBER # TEXT #
#
Sl. Item Description Quantity Units RATE in Figures TOTAL TOTAL
No. to be entered by AMOUNT with AMOUNT
the Bidder in Rs. Taxes Excluding In Words
P GST

1 2 3 4 13 54 55
1.1 Face recognition devices 360 + Aadhaar based 3 =363 devices 363 No.s 0.00 INR ___ Only
.
1.2 Web base application and Go-live of application 1 No.s 0.00 INR ___ Only
1.3 Fixed payable amount to 3 no. staff (@29,100 per staff per month) for 108 No.s 29,100 3142800.00 INR ___ Only
the Project for 3 years operation and maintenance period = Rs.
31,42,800
1.4 Other operation and maintenance cost for 3-year Contract Period 1 No.s 0.00 INR ___ Only
Total in 0.00
figures
Quoted INR ____ Only
Rate in
Words

Pimpri Chinchwad Municipal Corporation [42]


RFP for Supply, Installation Integration and Maintenance of Face Recognition Attendance Devices along with Web Based Software

Signature Not Verified


Digitally signed by ABHIJIT SHESHRAO SANGLE
Pimpri Chinchwad Municipal Corporation Date: 2023.04.13 12:48:46
[43] IST
Location: Maharashtra-MH

You might also like