Email Solution R FP
Email Solution R FP
Request for Proposal for Office 365 apps for Enterprise with Exchange
Email Solution
JBVNL (Jharkhand Bijli Vitran Nigam Limited) is the largest DISCOM utility of Jharkhand State,
incorporated primarily to carry out distribution of electricity to retail and bulk consumers in the
state of Jharkhand. The company started operations on 6th Jan 2014, after the unbundling of
the erstwhile Jharkhand State Electricity Board (JSEB) in the year 2013. The company has a
registered consumer base of around 4.7 million. The company is involved in distribution of
electricity to different categories of consumers like HT, LTIS, DS, NDS, IAS, etc. in 7 electric
supply areas, viz. Ranchi, Dhanbad, Singhbhum, Hazaribagh, Giridih, Dumka and Medininagar.
The JBVNL now invites online Bids from eligible Bidders for Office 365 apps for Enterprise with
Exchange Email Solution . Bidders are advised to note the clauses on eligibility and minimum
qualification criteria to qualify for the award of the contract.
The information contained in this Request for Proposal (hereinafter referred to as "RFP")
document provided to the Bidders, by the Jharkhand Bijli Vitran Nigam Limited, Ranchi,
hereinafter referred to as JBVNL, or any of their employees or advisors, is provided to the
Bidder(s) on the terms and conditions set out in this RFP document and all other terms and
conditions subject to which such information is provided.
The purpose of this RFP document is to provide the Bidder(s) with information to assist in the
formulation of Proposals. This RFP document does not purport to contain all the information
each Bidder may require. This RFP document may not be appropriate for all persons, and it is
not possible for the JBVNL, their employees or advisors to consider the business/investment
objectives, financial situation and particular needs of each Bidder who reads or uses this RFP
document. Each Bidder should conduct its own investigations and analysis and should check
the accuracy, reliability, and completeness of the information in this RFP document and where
necessary obtain independent advice from appropriate sources.
JBVNL, their employees and advisors make no representation or warranty and shall incur no
liability under any law, statute, rules, or regulations as to the accuracy, reliability, or
completeness of the RFP document.
JBVNL may, in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this RFP document.
Fact Sheet
Note:
1. JBVNL reserves the right to change any schedule of bidding process. Please visit
Procurement website Https://jharkhandtenders.gov.in/ regularly for the same.
2. Proposals must be received not later than time, date and venue mentioned in the
Fact Sheet. Proposals that are received after the deadline WILL NOT be considered in
this procurement process.
JBVNL (Jharkhand Bijli Vitran Nigam Limited) is the largest DISCOM utility of Jharkhand State,
incorporated primarily to carry out distribution of electricity to retail and bulk consumers in the
state of Jharkhand. The company started operations on 6th Jan 2014, after the unbundling of
the erstwhile Jharkhand State Electricity Board (JSEB) in the year 2013.
Since inception, the commitment of JBVNL has been to transform itself into a vibrant,
financially independent and consumer friendly utility through means of numerous path-
breaking initiatives. To ensure reliable power supply and to provide best in class service to its
consumers, JBVNL has taken several initiatives like implementation of ERP & SCADA, online
capex monitoring application, SMS based burnt DT reporting, android-based mobile application
(eZy-bZly), facilitating bill payment, new connections, lodging complaints, integrated
Geographical Information System (GIS), Saral-Samiksha (online project monitoring tool),
Suvidha portal, Sashakt (24x7 toll free helpline), Urja Mitra, etc.
2.2 Objective
The main objective of this project is to procure ‘Office 365 apps for Enterprise with Exchange Email Solution ’
for Jharkhand Bijli Vitran Nigam Limited.
- User-friendly interface
- Licensing options
- Cost-effectiveness
Eligibility Criteria
The Bidder must possess following credentials prescribed as Eligibility criteria. If any bidder fails
to fulfil the Qualification Requirement (QR), bid will be treated as non-responsive, and no
further correspondence/clarification will be taken into consideration for the same.
Note:
1. In case of non-furnishing the requisite documents along with the bid, the bid will be
considered as non-responsive, and bid may be summarily rejected.
2. Irrespective of meeting the above qualification requirements, none of the consulting
companies engaged by JBVNL as on date of publication of this tender can bid for this
tender.
3. All the Qualification conditions to be met by single entity, not Consortiums/Joint
Ventures etc., are allowed. Work Orders, experience certificates on JV / Consortium /
Sub-contract shall not be considered for qualification.
4. This is an Open RFP. Only the authorized partner of Microsoft will be eligible to
participate in the RFP process.
5. No sub-contracting will be allowed under any conditions, whatsoever
o The details of the project executed and Work Order copies along with job
completion certificates from the customers duly attested.
Scope of Work
a. Requirements Gathering
b. Technical Assessment
2. Design
a. Solution Architecture
3. Migration Planning
a. Migration Strategy
4. Implementation
a. Environment Setup
b. Email Migration
c. Integration
a. Functional Testing
a. User Training
7. Post-Implementation Review
a. Performance Monitoring
Monitor the performance and usage of the Office 365 email solution.
Optimize settings and configurations as needed.
Deliverables
Pre-Bid Meeting
a. JBVNL shall hold a pre-bid meeting with the prospective bidders on Date & time and
Address mentioned in Fact Sheet of this document.
b. Scan copy of DD of tender document along with EMD has to submit online.
c. Pre-bid queries of only those bidders will be responded who have registered themselves
on or before response of pre-bid queries is released.
d. Bidders are requested to submit the e-mail address and mobile no. of one authorized
person for all communications along with the registration.
e. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to
JBVNL by email (itcelljbvnl@gmail.com) (Excel File only. Pdf and image files will not be
considered) on or before last date for sending pre-bid queries mentioned in Fact Sheet
of this document through the e-mail of only authorized representative of the bidder.
g. JBVNL shall not be responsible for ensuring that the bidder’s queries have been received
by them. Any requests for clarifications post the indicated date and time may not be
entertained by the JBVNL.
h. The purpose of the meeting is to provide Bidder’s information regarding the RFP,
project requirements, and opportunity to seek clarification regarding any aspect of the
RFP and the project. However, the ‘JBVNL’ reserves the right to hold or re-schedule the
Pre-Bid meeting.
a. The Corrigendum (if any) & clarifications to the queries from bidders will be posted on
the website Https://jharkhandtenders.gov.in/.
b. At any time prior to the last date for receipt of bids, JBVNL may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective Bidder,
modify the RFP Document by a corrigendum.
c. Any such corrigendum shall be deemed to be incorporated into this RFP.
d. In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, JBVNL may, at its discretion, extend the last date for the receipt of Proposals.
Bid Submission
6)PROCEDURE FOR SUBMISSION OF BIDS
6.1 General:
a. Sealed offers prepared in accordance with the procedure enumerated in the RFP
document should be submitted online at https://jharkhandtenders.gov.in/, not
later than the date and time laid down, at the address given in the schedule for
invitation for BID.
b. EMD of all unsuccessful bidders would be refunded by JBVNL within 60 Days of the
bidder being notified as being unsuccessful. The EMD, for the amount mentioned
above, of successful bidder would be returned upon submission of Performance Bank
Guarantee as per the format provided in Annexure VI.
c. EMD amount is interest free and will be refundable to the unsuccessful bidders without
any accrued interest on it.
d. The bid / proposal submitted without EMD, mentioned above, will be summarily
rejected.
e. The EMD may be forfeited:
i) If a bidder withdraws its bid during the period of bid validity.
ii) In case of a successful bidder, if the bidder fails to sign the contract in
accordance with the terms and condition of this RFP.
f. The tenders will be opened on the date and time indicated in the presence of Bidders
if any present on the occasion. If the date of opening is declared to be a holiday the
tenders will be opened on the next working day or as decided by JBVNL.
g. This tender document is not transferable.
a. Guidelines for online submission of bids can be downloaded from the website
https://jharkhandtenders.gov.in/
b. Interested bidders can download the bid from the website
https://jharkhandtenders.gov.in/
c. Bidders to participate in the bidding process have to get ‘Digital Signature Certificate
(DSC)’ as per Information Technology Act-2000 to participate in online bidding. This
certificate will be required for digitally signing the bid. Bidders can get the above-
mentioned digital signature certificate from any approved vendors (CA). Bidders, who
already possess valid Digital Certificate, need not procure new Digital Certificate.
d. Bidders must submit their bids online in electronic format with digital Signature. Bids
without digital signature will not be accepted. JBVNL will accept the online bid
documents as authentic and final. This shall be binding to all parties.
e. JBVNL reserves the right to verify, if it desires, the correctness of documentary evidence
furnished by the bidder.
f. Quantity/ location mentioned by JBVNL in this RFP are indicative may vary with ± 20%.
g. Subletting/subcontracting of bid is not allowed at any stage of project. If found,
appropriate action will be taken against the successful bidder.
h. Bids will be opened online as per time schedule mentioned in the Invitation for Bids
(IFB).
i. The SI should not assign or sublet the work and part their off to any other agency in any
form. Failure to do so shall result in termination of contract and forfeiture of
performance Bank Guarantee.
j. Bidders should be ready with the scanned copies of cost of documents & bid security as
specified in the tender document. Before submission of bids online, bidders must
ensure that scanned copies of all the necessary documents have been attached with
bid.
k. Bidders have to submit original Demand Draft towards tender fee & bids security as
mentioned in the RFP during the period & time as mentioned in the RFP failing which
bid will not be accepted. The details of cost of documents, bid security specified in the
(a) Scanned copies of the following documents to be up-loaded in. pdf format only on the
https://jharkhandtenders.gov.in/ in Eligibility criteria bid envelop/folder.
I. Bank Demand Draft towards Tender fee.
II. Bank Guarantee towards EMD.
III. Eligibility criteria information and supporting documents as specified Eligibility
criteria .
IV. Certificates, undertakings, affidavits as required in Eligibility criteria .
V. Required Annexure.
(b) Scanned copies of the following documents to be up-loaded on the
https://jharkhandtenders.gov.in/ in financial bid envelop/folder.
(i) Duly filled in & digitally signed BOQ (Will be available online in the portal)
(ii) Financial Bid proposal
(c) Scanned copies of all the documents as mentioned under Eligibility criterion and those
mentioned under technical Evaluation
(d) Uploaded documents of successful bidder will be verified with the original before signing
the agreement. The successful bidder has to provide the originals to the concerned
authority on receipt of such a letter, which will be sent though registered post or speed
post or delivered by hand.
(e) Uploaded documents should be digitally singed by the bidders.
6.5 Format & Signing
a) The bid document should be properly page numbered and appropriately flagged /
tagged; and must contain the list of contents with page numbers. Any deficiency in the
documentation may result in the rejection of the Bid.
b) The Bids prepared by the Bidder and all correspondence and documents relating to the
bids exchanged by the Bidder and the Purchaser, shall be written in English language,
provided that any printed literature furnished by the Bidder may be written in another
language so long the same is accompanied by an English translation in which case, for
purposes of interpretation of the bid, the English translation shall govern.
c) The Tender should be signed on all the pages by the Bidder or his authorised
representative and should be affixed with the bidder’s Seal
d) It shall be deemed that the bidders have done careful study and examination of the
Tender document and has fully understood the implications.
e) The response to the Tender should be full and complete in all respects. Failure to
furnish the requisite information or submission of a proposal not substantially
responsive to the Tender document in every respect will be at the bidder ’s risk and
may result in rejection of the proposal and forfeiture of the EMD.
f) All materials submitted by the bidder become the property of the Purchaser and may
be returned at its sole discretion.
h) A firm may submit ONLY ONE bid either as a single Bidder on its own, or as a partner in
a Consortium submitting bids in response to these Bidding Documents. Furthermore, a
firm which is a Bidder, whether as a single Bidder or as a partner in a Consortium,
6.10 Language
The Proposal should be filled by the bidders in English language only. If any
supporting documents submitted are in any language other than English,
translation of the same in English language is to be duly attested by the Bidders.
For purposes of interpretation of the documents, the English translation shall
govern.
6.11 Modification and withdrawal of Bids
a) The Bidder is allowed to modify or withdraw its submitted proposal any time prior to
the last date prescribed for receipt of bids, by giving a written notice to the JBVNL.
c) The Bidders cannot withdraw the proposal in the interval between the last date for
receipt of bids and the expiry of the proposal validity period specified in the Proposal.
Such withdrawal may result in the forfeiture of its EMD from the Bidder.
b) For all other cases, the Bidder shall design a form to hold the required information.
c) JBVNL shall not be bound by any printed conditions or provisions in the Bidder’s
Proposal Forms, packaging document or with extended cable to connect with codec
(according to placement of camera to fix for respective Judges challan.
a) Each Bidder is expected to become fully acquainted with the local conditions and
factors, which may affect the performance of the contract and /or the cost.
b) The Bidder is expected to know all conditions and factors, which may have any effect
on the execution of the contract after issue of letter of Award as described in the
bidding document. The JBVNL shall not entertain any request for clarification from the
Bidder regarding such local conditions.
c) It is the Bidder’s responsibility that such factors have been properly investigated and
considered before submitting the proposal. No claim, what-so-ever, including that for
financial adjustment to the contract awarded under the bidding document will be
entertained by the JBVNL. Neither any change in the time schedule of the contract nor
any financial adjustments arising there-of shall be permitted by the JBVNL on account
of failure of the Bidder to know the local laws / conditions.
d) The Bidder is expected to visit and examine and study the location of Govt. offices and
b) Bidder shall not approach JBVNL officers after office hours and/or outside JBVNL office
premises, from the time of the proposal opening till the time the Contract is awarded.
a) Bids received after the due date and the specified time (including the extended period
if any) for any reason whatsoever, shall not be entertained and shall be returned
unopened.
c) JBVNL shall not be responsible for any postal delay or non-receipt/ non-delivery of the
documents. No further correspondence on the subject will be entertained.
d) JBVNL reserve the right to modify and amend any of the above-stipulated
condition/criterion depending upon project priorities vis-à-vis urgent commitments.
The Proposals submitted up to date and time mentioned in this RFP document by
Proposal evaluation committee authorized by JBVNL, in the presence of such of those
Bidders or their representatives who may be present at the time of opening.
The representatives of the bidders should be advised to carry the identity card or a
letter of authority from the tendering firms to identify their bonafide for attending the
opening of the proposal.
a) Each of the responses shall be evaluated as per the criterions and requirements
specified in this RFP.
b) Initial Bid scrutiny will be held, and incomplete details as given below will be treated as
non-responsive. If Proposals.
VIII. All responsive Bids will be considered for further processing as below.
Tender Committee will prepare a list of responsive bidders, who comply with
all the Terms and Conditions of the Tender. All eligible bids will be
considered for further evaluation by a committee according to the
Evaluation process define in this RFP document. The decision of the
Committee will be final in this regard.
Tender committee will examine the bids to determine whether they are
complete, whether any computational errors have been made, and whether
the bids are generally in order.
Arithmetical errors will be rectified on the following basis:
o If there is a discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and quantity, the unit
c) JBVNL reserves the right to reject any or all proposals based on any deviations.
d) JBVNL also reserves the right to suspend the entire tendering process at any point of
time without assigning any reason whatsoever.
e) The JBVNL may conduct clarification meetings with each or any bidder to discuss any
matters, technical or otherwise.
f) Further, the scope of the tender committee also covers taking any decision with regard
to the Tender Document, execution/ implementation of the project.
ii. Evaluation of document: A detailed evaluation of the bids shall be carried out to
determine whether the bidders are competent enough and whether the technical
aspects are substantially responsive to the requirements set forth in the Tender
Document. Bids received would be assigned scores based on the parameters
Bid Evaluation
i) All the proposals received by JBVNL would be scrutinized with reference to the Eligibility
Criterion. Those bids that fulfill the eligibility criterion as mentioned in RFP shall go for
Technical Evaluation.
ii) Bidders meeting the Technical Evaluation Criteria shall only be considered for financial
evaluation. These Bidders shall be called as ‘Eligible’ Bidders. The Bidders may please note
that mere meeting of the Technical Evaluation Criteria does not entitle any Bidder the right
for award of contract.
iii) Bidders are required to submit all the documents required for technical evaluation along
with the documents mentioned under Eligibility criterion
The financial bids of only those bidders, who have qualified in the Technical evaluation
process, will be opened. The Financial Bids will be opened, in the presence of Bidders’
representatives who choose to attend the Financial Bid opening on date and time to be
communicated to all the Eligibility criteria qualified Bidders. The Bidder’s representatives
who are present shall sign a register evidencing their attendance. The name of Bidder and
Bid Prices will be announced at the meeting.
Award Criteria: The Criteria for selection will be the lowest cost to JBVNL for the
technically qualified bids from eligible bidders
In case, if lowest bidder does not accept the award of contract or is found to be
involved in corrupt and/or fraudulent practices the next lowest bidder will be
awarded the contract after price negotiation, if needed.
The rates of the bid should remain valid for 180 days.
The bid price will Exclusive of all taxes and levies and shall be in Indian Rupees.
Errors & Rectification: Arithmetical errors will be rectified on the following basis:
“If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall prevail
and the total price shall be corrected. If there is a discrepancy between words
and figures, the amount in words will prevail”.
8.5 CONFIDENTIALITY
a. As used herein, the term “Confidential Information” means any information, including
information created by or for the other party, whether written or oral, which relates to
internal controls, computer or data processing programs, algorithms, electronic data
processing applications, routines, subroutines, techniques or systems, or information
concerning the business or financial affairs and methods of operation or proposed
methods of operation, accounts, transactions, proposed transactions or security
procedures of either party or any of its affiliates, or any client of either party, except
such information which is in the public domain at the time of its disclosure or
thereafter enters the public domain other than as a result of a breach of duty on the
part of the party receiving such information. It is the express intent of the parties that
all the business process and methods used by the Bidder in rendering the services
hereunder are the Confidential Information of the Bidder.
b. The Bidder shall keep confidential, any information related to this tender, with the
same degree of care as it would treat its own confidential information. The Bidders
shall note that the confidential information will be used only for the purposes of this
tender and shall not be disclosed to any third party for any reason what-so-ever.
8.6 PUBLICITY
Any publicity by the bidder containing the name of JBVNL should be done only with the
explicit written permission from JBVNL.
A The tender sanctioning authority of JBVNL may, without prejudice to any other remedy
for breach of contract, by a written notice of default of at least 30 days sent to the
supplier/ selected bidder, terminate the contract in whole or in part:
i. If the supplier/ selected bidder fails to deliver any or all quantities of the service
within the time specified in the contract, or any extension thereof granted by
JBVNL; or
ii. If the supplier/ selected bidder fails to perform any other obligation under the
contract within the specified period of delivery of service or any extension granted
thereof; or
iii. If the supplier/ selected bidder, in the judgment of the Purchaser, is found to be
engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or
in executing the contract.
Performance of the Contract shall be made by the Agency in accordance with the
service level agreement as indicated in tender document.
Any delay by the Agency in the performance of its contract obligations shall render
the Agency liable to penalty as per SLA.
2. Termination for Insolvency
JBVNL may at any time terminate the Contract by giving a written notice of at least
30 days to the supplier/ selected bidder, if the supplier/ selected bidder becomes
bankrupt or otherwise insolvent. In such event, termination will be without
compensation to the supplier/ selected bidder, provided that such termination will
not prejudice or affect any right of action or remedy that has accrued or will accrue
thereafter to JBVNL.
In case of any dispute, MD JBVNL shall be the sole authority and his decision on such
matters shall be final.
9.4 Notices
Notice or other communications given or required to be given under the contract shall be
in writing and shall be faxed/e-mailed followed by hand-delivery with acknowledgement
thereof or transmitted by pre-paid registered post or courier. Any notice or other
communication shall be deemed to have been validly given on date of delivery if hand
delivered & if sent by registered post than on expiry of seven days from the date of posting.
9.5 Force Majeure
Force Majeure is herein defined as any cause, which is beyond the control of the selected
bidder or JBVNL which they could not foresee or with a reasonable amount of diligence
could not have foreseen and which substantially affect the performance of the contract,
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall
constitute sufficient grounds for the annulment of the award, in which event JBVNL may
award the contract to the next best value bidder or call for new proposals from the
interested bidders or invoke the PBG of the most responsive bidder.
9.7 Contract Performance Bank Guarantee
Within 1month after the receipt of notification of award of the Contract from the JBVNL,
the successful Bidder shall furnish Contract Performance Bank Guarantee to the JBVNL,
Ranchi, which shall be equal to 10% of Contract Value and shall be in the form of a Bank
Guarantee Bond/DD from a Nationalized Bank/Scheduled Bank in the Performa given here-
in-after in this document valid for total Contract Period + 180 Days.
The proceeds of the performance guarantees shall be payable to the Purchaser as
compensation for any loss / penalties resulting from the Suppliers failure to complete its
obligations under the contract.
The performance guarantee will be discharged by the purchaser and returned to the
Supplier within 60 days following the date of completion of the Suppliers performance
During the tenure of this contract, nothing shall be done by the Selected Bidder in
contravention of any law, act and/ or rules/regulations, there-under or any amendment
thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall keep
JBVNL indemnified in this regard.
The JBVNL reserves the right to inspect and monitor / assess the progress /performance at
any time during the course of the Contract. The JBVNL may demand, and upon such
demand being made, the selected bidder shall provide with any document, data, material
or any other information required to assess the progress of the project. The JBVNL shall
also have the right to conduct, either itself or through any another agency as it may deem
fit, an audit to monitor the performance by the Selected Bidder of its obligations/functions
in accordance with the standards committed to or required by the JBVNL and the Selected
Bidder undertakes to cooperate with and provide to the JBVNL/ any other Consultant/
Agency appointed by the JBVNL, all documents and other details as may be required by
them for this purpose. Any deviations or contravention identified as a result of such
audit/assessment would need to be rectified by the Selected Bidder failing which the JBVNL
may, without prejudice to any other rights that it may have, issue a notice of default.
JBVNL shall interface with the Selected Bidder, to provide the required information,
clarifications, and to resolve relevant issues as may arise during the execution of the
Contract.
JBVNL shall ensure that timely approval is provided to the selected Bidder, where deemed
necessary, which should include diagram / plans and all specifications related to services
required to be provided as part of the Scope of Work.
The Selected Bidder shall not carry and/or transmit any material, information, layouts,
diagrams, storage media or any other goods/material in physical or electronic form, which
are proprietary to or owned by the JBVNL, out of premises, without prior written
permission from the JBVNL.
The Selected Bidder shall, upon termination of this agreement for any reason, or upon
demand by JBVNL, whichever is earliest, return any and all information provided to the
Selected Bidder by JBVNL, including any copies or reproductions, both hard copy and
electronic.
9.12 Indemnity
The Selected Bidder shall execute and furnish to the JBVNL, a Deed of Indemnity in favor of
the JBVNL, in a form and manner acceptable to the JBVNL, indemnifying JBVNL from and
against any costs, loss, damages, expense, claims including those from third parties or
liabilities of any kind how-so-ever suffered including patent, copyright, trademark and
trade secret, arising or incurred inter-alia during and after the Contract period out of:
Negligence or wrongful act or omission by the Selected Bidder or it’s team or any Agency/
Third Party in connection with or incidental to this Contract; or Any breach of any of the
terms the Selected Bidder’s Proposal as agreed, the Tender and this Contract by the
Selected Bidder, its Team, or any Agency/ Third Party. The indemnity shall be to the extent
of 10% of project cost in favor
of the JBVNL.
9.13 Prices
Prices quoted must be firm and shall not be subject to any upward revision on any account
what-so-ever throughout the contract period and thereafter it should be valid for next 2
years.
9.15 Severance
In the event any provision of the Contract is held to be invalid or unenforceable under the
applicable law, the remaining provisions of this Contract shall remain in full force and
effect.
The Agreement shall be written in English language. Subject to below Clause, such language
versions of the Agreement shall govern its interpretation. All correspondence and other
documents pertaining to the Contract that are exchanged by parties shall be written in
English language only.
The Selected Bidder shall not be entitled to make any claim, whatsoever against JBVNL,
under or by virtue of or arising out of, the contract, nor shall JBVNL entertain or consider
any such claim, if made by the Selected Bidder after it has signed a “No claim” certificate in
favour of JBVNL in such form as shall be required by it after the work is finally accepted.
9.18 Publicity
The Selected Bidder shall not make or permit to be made a public announcement or media
release about any aspect of this Contract unless the JBVNL first gives its written consent to
the selected bidder.
Except as the Client may otherwise agree in writing, no changes shall be made in the onsite
Agreement will be valid for the entire contract period subject to the completion of work
and due performance under contract.
a. Nothing in the Contract constitutes any fiduciary relationship between the JBVNL and
Selected Bidder/ Bidder’s Team or any relationship of employer employee, principal and
agent, or partnership, between the JBVNL and Selected Bidder.
b. No Party has any authority to bind the other Party in any manner whatsoever except as
agreed under the terms of the Contract.
c. JBVNL will not be under any obligation to the SI except as agreed under the terms of the
Contract.
9.21 No Assignment
The Selected Bidder shall not transfer any interest, right, benefit or obligation under the
contract without the prior written consent of JBVNL.
9.22 Survival
The provisions of the clauses of the Contract in relation to documents, data, processes,
property, Intellectual Property Rights, indemnity, publicity and confidentiality and
ownership survive the expiry or termination of this Contract and in relation to
The terms and conditions laid down in the Tender and all annexure thereto as also the
Proposal and any attachments/annexes thereto shall be read in consonance with and form
an integral part of the Contract. The Contract supersedes any prior contract, understanding
or representation of the Parties on the subject matter.
9.24 Governing Law
The High Court at, Ranchi, Jharkhand has exclusive jurisdiction to determine any
proceeding in relation to the Contract.
The Selected Bidder shall comply with the laws in force in India in the course of performing
the Contract.
9.27 Notices
A “notice” means:
i) a notice; or
ii) A consent, approval or other communication required to be in writing under
the Contract. All notices, requests or consent provided for or permitted to be
given under this Contract shall be in writing and shall be deemed effectively
given when personally delivered or mailed by pre-paid certified/registered
mail, return receipt requested, addressed as follows and shall be deemed
received two days after mailing or on the date of delivery if personally
delivered.
9.28 Renewal of Licences
All user licences shall valid for one year and further renewal will be made based on
mutual consent subject to satisfactory performance of SI.
Payment Terms
Project Timeline
1 Supply of Office 365 apps for Supply of Office 365 apps 3 Months from Award of
Enterprise for Enterprise Work
The Agency has to submit the plan for customization and rollout of the scope of the work as
per the terms and conditions of the award, escalation matrix etc.. Penalty will be levied for
delay in execution and rollout as per the Penalties given in this Tender document.
The Agency is expected to meet the timelines as mentioned in this RFP in the normal
course of implementation as per the detailed scope of work. In case of unjustified delay on
any part of the activities, JBVNL will reserve the rights to levy penalties on the Agency. A
penalty of 1% of project cost /week will be levied of delay up to 8 weeks. Any penalties/
liquidated damages, as applicable, for delay and non-performance, as mentioned in this
RFP, will be deducted from the payments for the respective milestones. Once the limit is
reached, the JBVNL / User Department may consider forfeiting PBG and the contract may
be liable for termination, in part or whole, at the discretion of JBVNL and at the risk and
cost of the selected Bidder. If the work is not completed after the 8th week delay, contract /
Order may be cancelled and JBVNL may forfeit performance bank guarantee.
BOQ
Note- Total unit mentioned is only for bidding purpose, actual quantity of licenses will be
intimated after finalization of tender.
Annexure
Dear Sir,
We …………………………. (Name of the bidder) hereby submit our proposal in response to notice
inviting tender date ……………. And tender reference no. ……………………. And confirm that:
1. All information provided in this proposal and in the attachments is true and correct to the
best of our knowledge and belief.
2. We shall make available any additional information if required to verify the correctness of
the above statement.
3. Certified that the period of validity of bids is 180 days from the last date of submission of
proposal, and
5. We the Bidders are not under a Declaration of Ineligibility for corrupt or fraudulent
practices or blacklisted by any of the Government agencies.
6. Jharkhand Bijli Vitran Nigam Limited, Ranchi may contact the following person for further
Information regarding this tender:
a. Name and full address of office, Contact No., Email ID, Company Name b.
Name and full address of office, Contact No., Email ID, Company Name
Yours sincerely,
Signature & Seal
Full name of signatory
Designation
Name of the bidder (firm etc.)
(To be uploaded in as part of Eligibility criteria on stamp paper of value required under law duly
signed by ‘lead bidder’ for the tender and original to be provided along with hard copy of
Eligibility criteria )
Dated: ___________
POWER OF ATTORNEY
Know all men by these presents, we _________ (name and registered office address of the
Bidder) do hereby constitute, appoint and authorize _________ (Name of the Person(s)),
domiciled at ___________ (Address), acting as ______ (Designation and the name of the firm),
as Authorized Signatory and whose signature is attested below, as our attorney, to do in our
name and on our behalf, all such acts, deeds and things necessary in connection with or
incidental to our Proposal for award of Agreement “Office 365 apps for Enterprise with
Exchange Email Solution .
” as per agreement with JBVNL, vide Invitation for Tender (Tender Document) Document dated
____ , issued by The GENERAL MANAGER IT, JBVNL, Jharkhand Bijli Vitaran Nigam Limited,
Ranchi, including signing and submission of all documents and providing information and
responses to clarifications / enquiries etc. as may be required by Jharkhand Bijli Vitaran Nigam
Limited, Ranchi or any governmental authority, representing us in all matters before Jharkhand
Bijli Vitaran Nigam Limited, Ranchi, and generally dealing with JBVNL in all matters in
connection with our Proposal for the said Project. We hereby agree to ratify all acts, deeds and
things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts,
deeds and things done by our aforesaid attorney shall and shall always be deemed to have
been done by us.
For ---------------------
Accept
Notes:
Sub: Proposal for Office 365 apps for Enterprise with Exchange Email Solution .
Dear Sir,
We, the undersigned, offer to provide above service in accordance with your RFP. Our financial
proposal for project is given as below:
OPTIONAL ITEM:
The quoted prices are exclusive of applicable service tax/GST. Any statutory variation and
imposing new tax by government shall be on Discom account.
Note: * We understand that the financial evaluation & Selection of bidder shall be on the
basis of criteria as defined in respective section.
# We understand that optional prices quoted shall not be the deciding factor for
evaluation of L1 bidder and the DISCOM is not bound to consider our quoted price and
shall finalize the optional price which is most competitive and beneficial to the Nigam.
We undertake in competing for and, if the award is made to us, in executing the above
services, we will strongly observe the laws against fraud and corruption to force in India
namely Prevention of Corruption Act 1988. We understand that you are not bound to accept
any proposal you receive.
Yours faithfully,
(Authorized signatory)
Date:
Name:
Designation:
(To be uploaded in as part of Eligibility criteria on stamp paper of value required under law duly
signed by authorized representative of Bank and original to be provided along with hard copy of
Eligibility criteria )
Whereas in terms of the Invitation for Tender Reference No and dated (hereinafter
referred to as Tender Document) issued by JBVNL, the Bidder is required to furnish to
JBVNL an unconditional and irrevocable Bank Guarantee for an amount as mentioned in
this RFP as Earnest Money Deposit and the Guarantor has at the request of the Bidder
agreed to provide such Guarantee being these presents:
Now this Deed witnessed that in consideration of the premises, we, Bank hereby
agree, declare, undertake, and guarantee as follows:
2. This Guarantee shall remain in full force and effect for a period of 180 (One
hundred and Eighty) days from the(Proposal Due Date).
3. Subject to clause 1 above, any claim for payment under this Guarantee shall be in
the form of a written declaration by JBVNL.
4. We .................... Bank further agree that JBVNL shall be the sole judge as
regards the determination as to whether the Bidder is in default of due and
faithful fulfilment and compliance of the terms and conditions contained in the
Tender and the decision of JBVNL in this regard shall be final and binding on us,
notwithstanding any differences between JBVNL and the said Bidder and/or any
dispute between JBVNL and the Bidder pending before any Court, Tribunal,
Arbitrator or any other authority.
5. JBVNL shall have the full liberty without affecting in any way the liability of the
Bank under this Guarantee from time to time to vary any other terms and conditions
of the said Tender document or to extend the time frame for completion of bidding
process or the period of fulfilment and compliance with the terms and conditions
contained in the said Tender document by the said Bidder or to postpone for any
time and from time to time any of the powers exercisable by it against the said
Bidder and either to enforce or forbear from enforcing any of the terms and
conditions contained in the said Tender document or the securities available to
JBVNL and the bank shall not be released from its liability under these presents by
any exercise by JBVNL of the liberty with reference to the matters aforesaid or by
reason of time being given to the said Bidder or any other forbearance, act or
omission on the part of JBVNL or any indulgence by JBVNL to the said Bidder or of any
other matter or thing whatsoever which under the law relating to sureties would but
7. It shall not be necessary for JBVNL to proceed against the said Bidder before
proceeding against the bank and the Guarantee herein contained shall be
enforceable against the bank, notwithstanding any other security which JBVNL may
have obtained or obtained from the said Bidder, shall at the time when proceedings
are taken against the bank hereunder, be outstanding or unrealized.
8. We _________________ Bank lastly undertake not to revoke this guarantee during
its currency except with the previous express consent of JBVNL in writing and agree
that any change in the constitution of the Bank or the said Bidder shall not discharge
our liability hereunder.
9. The Bank declares that it has the power to issue this guarantee and the
undersigned have full powers to do so on behalf of the Bank.
CORPORATE SEAL
for Bank
Note: A covering letter of confirmation is also to be given by the bank along with this bank
guarantee.
Date
To,
Dear Sir,
I / We .......... hereby confirm that our firm has not been banned or blacklisted by any
government organization/Financial institution/Court /Public sector Unit /Central
Government.
Signature of Bidder ...................................................................................... Place:
Name ............................................................................................................Date:
Designation .......................
Seal
Whereas M/s _________. A company formed under ____________ (specify the applicable law)
and having its registered office at ____________ has been, consequent to conduct and
completion of a competitive bidding process in accordance with the letter of requirements
document No._______________ dated __/__/2018 issued by GENERAL MANAGER IT, JBVNL,
JBVNL, Ranchi, and selected M/s ___________ (hereinafter referred to as the Bidder) for the
Agreement by GENERAL MANAGER IT, JBVNL, JBVNL, Ranchi as more specifically defined in the
aforementioned Document including statement of work and the Agreement executed
between the GENERAL MANAGER IT, JBVNL, JBVNL, Ranchi and Bidder. The Agreement
requires the Bidder to furnish an unconditional and irrevocable Bank Guarantee for an amount
of Rs._____ /- (Rupees ____________________________________only) by way of security for
guaranteeing the due and faithful compliance of its obligations under the Agreement.
Whereas the Bidder approached the Guarantor, and the Guarantor has agreed to provide a
Guarantee being these presents:
Now this Deed witnessed that in consideration of the premises, we, _______Bank hereby
guarantee as follows:
In witness, whereof the Guarantor has set its hands hereunto on the day, month and year first
here-in-above written.
1. GENERAL
1.1. This pre-bid contract Agreement (hereinafter called the Integrity Pact) is
made on …. .................................... Day of the month ..................................... 2024
expression shall mean and include, unless the context otherwise requires, his
successors an permitted assigns) and the Second Party, is willing to offer/ has offered.
2. OBJECTIVES
NOW, THEREFORE, the TENDERING AUTHORITY and the BIDDER agree to enter into
this pre-contract agreement, hereinafter referred to as Integrity Pact, to avoid all
forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the Contract to be
entered into with a view to:-
2.2. Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in
order to secure the contract by providing assurance to them that their competitors will
also abstain from bribing any corrupt practices and the TENDERING AUTHORITY will
3.2. The TENDERING AUTHORITY will, during the pre-contract stage, treat BIDDERs
alike, and will provide to all BIDDERs the same information and will not provide
any such information to any particular BIDDER which could afford an advantage to
that particular BIDDER in comparison to the other BIDDERs.
3.3. All the officials of the TENDERING AUTHORITY will report the appropriate
Government office any attempted or completed breaches of the above commitments as
well as any substantial suspicion of such a breach.In case any such preceding
misconduct on the part of such official(s) is reported by the BIDDER to the TENDERING
AUTHORITY with the full and verifiable facts and the same prima fade found to be
correct by the TENDERING AUTHORITY, necessary
4. COMMITMENTS OF BIDDERS
The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means an illegal activities during any stage of its bid or during any pre-contract
or post-contract stage in order to secure the contract or in furtherance to secure it
and in particular commit itself to the following:-
4.2. The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage, or
inducement to any official of the TENDERING AUTHORITY or otherwise in
procuring the Contract of forbearing to do or having done any act in relation to the
obtaining or execution of the contract or any other contract with the Government for
showing or forbearing to show favour or dis-favour to any person in relation to the
contract or any other contract with the Government.
4.3. The BIDDER further confirms and declares to the TENDERING AUTHORITY that the
BIDDER in the original Manufacture/Integrator/Authorized government sponsored
export entity of the stores and has not engaged any individual or firm or company
whether Indian or foreign to intercede, facilitate or in any way to recommend to the
TENDERING AUTHORITY or any of its functionaries, whether officially or unofficially
to the award of the contract to the BIDDER, nor has any amount been paid, promised
or intended to be paid to any such individual, firm or company in respect of any such
intercession, facilitation or recommendation.
4.4. The BIDDER, either while presenting the bid or during pre-contract negotiations
or before signing the contract, shall disclose any payment he has made, is committed
to or intends to make to officials of the TENDERING AUTHORITY or their family
members, agents, brokers or any other intermediaries in connection with the contract
and the details of services agreed upon for such payments.
4.5. The BIDDER will not collude with other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
4.6. The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
4.7. The BIDDER shall not use improperly, for purpose of competition or personal gain,
or pass on to others, any information provided by the TENDERING AUTHORITY as
4.8. The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
4.9. The BIDDER shall not instigate or cause to instigate any third person to commit
any of the acts mentioned above.
5. PREVIOUS TRANSGRESSION
5.1. The BIDDER declares that no previous transgression occurred in the last three
years immediately before signing of this Integrity Pact with any other company in any
country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could justify
BIDDER’s exclusion from the tender process.
5.2. If the BIDDER makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded, can be
terminated for such reason.
3) Every BIDDER while submitting commercial bid, shall deposit an amount as specified in
RFP as Earnest Money/Security Deposit, with the TENDERING AUTHORITY through any
of the following instruments:
(iii) Any other mode or through any other instrument (to be specified in the RFP).
6.4. No interest shall be payable by the TENDERING AUTHORITY to the BIDDER on Earnest
Money/Security Deposit for the period of its currency.
4) Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall
entitle the TENDERING AUTHORITY to take all or any one of the following actions,
wherever required:-
(i) To immediately call off the pre contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceedings with the other
BIDDER(s) would continue.
(ii) To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage)
and/or Security Deposit/Performance Bond (after the contract is signed), as
decided by the TENDERING AUTHORITY and the TENDERING AUTHORITY shall not
be required to assign any reason therefore.
(iii)To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv)To recover all sums already paid by the TENDERING AUTHORITY, and in case of the
Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending
Rate while in case of a BIDDER from a country other than India with interest thereon
at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from
the TENDERING AUTHORITY in connection with any other contract such outstanding
payment could also be utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by
the TENDERING AUTHORITY, along with interest.
(vii) To debar the BIDDER from participating in future bidding processes of the
Government of Jharkhand for a minimum period of two years, which may be further
extended at the discretion of the TENDERING AUTHORITY.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen
or agent or broken with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the TENDERING AUTHORITY with the BIDDER, the same shall not be
opened.
(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of
the BIDDER, either directly or indirectly, is closely related to any of the officers
of the TENDERING AUTHORITY, or alternatively, if any close relative of an officer
of the TENDERING AUTHORITY has financial interest/stake in the BIDDER’s firm, the
same shall be disclosed by the BIDDER at the time of filling of tender. Any failure to
disclose the interest involved shall entitle the TENDERING AUTHORITY to rescind the
contract without payment of any compensation to the BIDDER.
The term ‘close relative’ for this purpose would mean spouse whether residing
with the Government servant or not, but not include a spouse separated from the
Government servant by a decree or order of a competent court; son or daughter or step
son or step daughter and wholly dependent upon Government servant, but does not
include a child or step child who is no longer in any way dependent upon the
Government servant or of whose custody the Government servant has been deprived
of by or under any law; any other person related, whether by blood or marriage, to the
Government servant or to the Government servant’s wife or husband and wholly
dependent upon Government servant.
(xi)The BIDDER shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of the
TENDERING AUTHORITY, and if he does so, the TENDERING AUTHORITY shall be entitled
forthwith to rescind the contract and all other contracts with the BIDDER. The BIDDER
shall be liable to pay compensation for any loss or damage to the TENDERING
AUTHORITY resulting from such rescission and the TENDERING AUTHORITY shall be
entitled to deduct the amount so payable from the money(s) due to the BIDDER.
8. FALL CLAUSE
The BIDDER undertakes that he has not supplied/is not supplying similar
product/systems or subsystems/services at a price lower than that offered in the
present bid in respect of any other Department of the Government of Jharkhand or PSU
and if it is found at any stage that similar product/systems or sub systems/services was
supplied by the BIDDER to any other Department of the Government of Jharkhand or a
PSU at a lower price, then that very price, with due allowance for elapsed time, will be
applicable to the present case and the difference in the cost would be refunded by the
BIDDER to the TENDERING AUTHORITY,. If the contract has already been concluded.
9. INDEPENDENT MONITORS
9.2. The task of the Monitors shall be to review independently and objectively,
whether and to what extent the parties comply with the obligations under this Pact.
9.3. The Monitors shall not be subject to instructions by the representatives of the
parties and perform their functions neutrally and independently.
9.4. Both the parties accept that the Monitors have the right to access all the
documents relating to the project/procurement, including minutes of meetings.
The Monitor shall be under contractual obligation to treat the information and
documents of the BIDDER/Subcontractor(s) with confidentiality.
9.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the TENDERING AUTHORITY.
9.6. The Monitor will submit a written report to the designated Authority of
TENDERING AUTHORITY/Secretary in the Department/within 8 to 10 weeks from the
date of reference or intimation to him by the TENDERING AUTHORITY/BIDDER and,
should the occasion arise, submit proposals for correcting problematic situations
This Pact is subject to Indian Law, the place of performance and jurisdiction shall be
the seat of the TENDERING AUTHORITY.
The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the any other law in force
relating to any civil or criminal proceedings.
13. VALIDITY
13.1. The validity of this Integrity Pact shall be from the date of its signing and extend
up to 2 years or the complete execution of the contract to the satisfaction of both the
TENDERING AUTHORITY and the BIDDER/Seller whichever is later. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the
signing of the contract.
13.2. If one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact shall remain valid. In such case, the parties will strive to come to an agreement
to their original intentions.
Designation
Witness Witness