Selection of Consulting Agency for Study, Design & Implementation of Chief Minister S Dashboard

Selection of Consulting Agency for Study, Design & Implementation of Chief Minister S Dashboard

BID DOCUMENT

OF
Municipal Commissioner, Nagar Nigam, Dehradun
( Open Tender , Two Packet System )
Date of Opening : 21.04.2016 at 4.00 PM.
TENDER FOR : DESIGN, DEVELOPMENT & MAINTENANCE OF PROPERTY TAX SOFTWARE APPLICATION FOR DEHRADUN MUNICIPAL CORPORATION
PACKET-I : TECHNICAL BID
PACKET-II : FINANCIAL BID

1

NAGAR NIGAM,DEHRADUN
Uttarakhand
Email ID:
Website: of Contents

NOTICE INVITING TENDER

LIST OF ABBREVIATIONS

DISCLAIMER

1FACT SHEET

2 BACKGROUND INFORMATION

3. ELIGIBILITY CRITERIA

4. SCOPE OF WORK AND CONDITION OF CONTRACT

5. INSTRUCTIONS TO THE BIDDERS

6. BID EVALUATION PROCESS

7.GENERAL TERMS & CONDITIONS:

8.SPECIAL TERMS & CONDITIONS:

ANNEXURE I - PROPOSAL COVERING LETTER

ANNEXURE II-FINANCIAL PROPOSAL FORMAT

ANNEXURE-III- DECLARATION FOR NOT BLACK LISTED

ANNEXURE-IV FUNCTIONAL REQUIREMENT SPECIFICATION OF PROPOERTY TAX MODULE

NOTICE INVITING TENDER

FOR

Selection of System Integrator for Implementation of Property Tax Software in Dehradhun Municipal Corporation

Dated 31/03/2016

Sealed Tenders are invited for the following Assingment from reputed software devloper organisations having sound technical capacity and creadentials for successful completion of similar nature of work preferably in Urban Local Bodies (ULBs). Similar nature means supply and installation of integrated web based ERP software with online property tax moduleThe detail description of tender as below:

Brief description of work / Tender Document Money
(Rs) / Earnest Money Deposit
(EMD)
(Rs) / Start date of Tender availability at Office / Last date and time of Tender submission / Date of opening of Tender (Technical Part) / Bid Submission
Opening Venue
DESIGN, DEVELOPMENT & MAINTENANCE OF PROPERTY TAX SOFTWARE APPLICATION FOR DEHRADUN MUNICIPAL CORPORATION / Rs. 500+13.5/- ( In the form of DD in favour of MC, NAGAR NIGAM) / Rs.20,000/-
( In the form of FDR in favour of MC, NAGAR NIGAM) / 31.03.2016 / 21.04.16
( 2:00 PM) / 21.04.16
( 4:00 PM) / OFFICE OF MUNICIPAL COMMISSIONER, NAGAR NIGAM, DEHRADUN UTTARAKHAND

The tender documents are available at Nagar Nigam office on all working days from 10.00 AM to 5.00 PM, address given above, on submission of Demand Draft in favour of Account Officer ,Nagar Nigam Dehradun. The bidder can also download the tender documents from Nagar Nigam Dehradun official website and submit the bid with in time frame at 1 patel Road,Nagar Nigam Dehradun(Uttarakhan).

NOTE**Canvassing in any form shall be liable for disqualification. MC, Nagar Nigam Dehradun reserves the right to accept or reject any or all the tenders without assigning any reason thereof.

LIST OF ABBREVIATIONS

S. No / Abbreviation / Description
1 / DMC / Dehradhun Municipal Corporation
2 / RFP / Request for Proposal
3 / SI / System Integrator
4 / SLA / Service Level Agreement
5 / PT / Property Tax
6 / GOUK / Government of Uttrakhand
7 / EMD / Earnest Money Deposit
8 / GIS / Geographical Information System
9 / SMS / Short Messaging Service
10 / MC / Municipal Commisoner
11 / OEM / Original Equipment Manufacturer
12 / SI / System Integrator

DISCLAIMER

The information contained in this Request for Proposal (hereinafter referred to as "RFP") document provided to the Bidders, by theCommisioner of Dehradhun Municipal Corporation, Dehraddhun, 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 aim to hold all the information each Bidder may require. This RFP document may not be appropriate for all persons, and it is not possible for the Commsioner, 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.

Municipal Commisoner , 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.

Municipal Commisoner may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP document.

1FACT SHEET

1 / Tender No.
2 / Name of the Work / Selection of System Integrator for Implementation of Property Tax Software in Dehradhun Municipal Corporation
3 / Name of the issuer of this tender / Muncipal Commiosner, DMC
4 / Date of issue of tender document / 31 March 2016
5 / Last Date for Submission of Bids / 21 April 2016 at 2:00PM
6 / Date of Opening of Pre-qualification Bids / 21 April 2016 at 4:00PM
7 / Date of Commercial Bid opening / To be Intimated
8 / Place of Submission & Opening of Bids / OFFICE OF MUNICIPAL COMMISSIONER, NAGAR NIGAM, DEHRADUN UTTARAKHAND
9 / Address of Communication
10 / Cost of Tender Document / Rs 500+13.5%/ ( In the form of DD in favour of MC, NAGAR NIGAM)
11 / Earnest Money Deposit (EMD) / Rs. 20,000/- (Rupees Twentythousand only In the form of FDR in favour of MC, NAGAR NIGAM)
12 / Purchase of Tender Document / .
13 / Validity of Proposal / Proposals must remain valid 90 days after the submission date.
14 / Method of Selection / Quality and Cost Based Selection (QCBS)
15 / Bid Submission / Bidders must submit an original and One additional copies of each proposal

Note:

  1. The date of the opening of the commercial bids will be intimated to the qualified Biddersbefore the due date through Email or Telephone.
  2. Municipal Commisioner reserve the right to change any schedule of bidding process. Please visit DMC website mentioned in document regularly for the same. 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 thisprocurement process

2BACKGROUND INFORMATION

Government of Uttrakhand (GoUK) and Dehradhun Municipal Corporation attaches great importance to the constantly evolving sphere of e-Governance and recognizes it as one of the most potential tool for realizing its development and Governance vision. Realizing the effectiveness of e-governance in bringing about marked differences in the quality of services to the citizens and in increasing the internal efficiency of the administration. Dehradhun Municipal Corporation envisages initiatives that aims at a phased transformation of its largely manual processes to a process driven digital governance system, that is user-friendly, accountable and transparent in nature.

To facilitate hassel free assessment, collection and recording of property tax, Dehradhun Municipal Corporation intend to implement online property tax system with mobile application which can further be linked to other functionalities of corporation.

3. ELIGIBILITY CRITERIA

The bidder must possess the requisite experience, strength and capability in providing the services necessary to meet the requirements as described in the tender documents. The bidder must also possess the technical know-how and the financial wherewithal that would be required to successfully provide the servicesfor the entire period of the contract. The bids must be complete in all respects and should cover the entire scope of work as stipulated in the Tender document. The invitation to proposal is open to all bidders who qualify the eligibility standards as presented under:

3.1 Pre Qualification Eligilibility Criteria:

The Bidder can be a company/corporation/enterprise or a consortium of companies/corporation/enterprise. If original System Developer (OEM) is bidding with System Integrator (SI) or supplying original licenses through SI, it has to be a part of consortium. In a Consortium one of the partners shall be designated as a ‘Lead partner’. Howver each member of the consortium shall be equally responsible and jointly and severally liable for the successful completion of the entire project.

S. No. / Eligibility Criteria / Documents Required
1 / The Bidder should be registered legal entity (Partnership Firm/Company/Trust/Society) and in existence for atleast 3years as on 31 December 2015 / Certificate of Registration.
2 / Bidder when a Single company must be original manufacturer/creator of the enterprise platform software.When a Consortium is bidding one of the partners must be original manufacturer of enterprise platform Software. / Self Declaraion by Original Manufacturer and all Consortium Partners.
3 / The Bidderwhen a Single company or one of consortium partner should have executed atleast one work of similar nature in ULB of any State Government in India (Similar work would mean Software implementation in Urban Local bodies in India) / Copy of Work Order
3 / The Bidder should have atleast 10 full time employees on its payroll. / List of employees with PF/TDS details
4. / The bidder should have never been declared failure in providing deliverables and cancellation of work order, forfeiture of EMD, etc. by any government and / or semi government entities.
The bidder should not have been barred from appointment by any government and /or semi government entities / Self Certification
5 / Bidder should not have conflict of interest. All bidders found to have conflict of interest will be discqualified / Self Certification

.Note:

1.Bidder can not make more than one bid. Participation by a Bidder in more than one Bid will

result in the disqualification of all Bids in which the party is involved.

3.2 TECHNICAL EVALUATION

The Technical Proposal will be evaluated on the basis of Applicant’s experience, its understanding of TOR, proposed methodology, Work Plan, and the experience of Key Personnel. .The scoring criteria to be used for evaluation shall be as follows:

S.NO / Description / Marks
1 / Company Credentials / 15
2 / Project Experience / 40
3 / Qualification & competence of key staff for the assignment / 15
4 / Proposed Solution / 30
  1. Sub Criteria for Company Credentials:

S.NO / Descriptions / Marks / Evaluation
1 / Average Annual Turnover (last 3 years from IT Services) / 5 / Minimum Turonver of Rs 10 lakhs. 1 Marks for each additional turnover of 5 lakhs.
10 Lakhs-1 Marks
11-15 Lakhs-2 Marks
16-20 Lakhs- 3 Marks
20-25 Lakhs- 4 Marks
25 Lakhs & above- 5 Marks
2 / Number of Branch Offices in India (as on 31 Dec 2015) / 5 / Minimum one office in India (3 Marks). 1 Marks for each additional branch office upto maximum 5 marks.
3 / Number of Employees in Payroll / 5 / Minimum 10 employees. 1 Marks each for additional 5 employees upto 5 marks
  1. SUB CRITERIA FOR PROJECT EXPERIENCE

S.NO / Descriptions / Marks / Evaluation
1 / Number of Similar Assignments (Implemented by lead bidder or one of Consortium Partners) / 40 / Minimum One Similar Assignment completed in last 5 years. 2 Marks for each Urban local body in which similar software is implemented upto maximum of 40 marks.
  1. SUB CRITERIA QUALIFICATIONS AND COMPETENCE OF THE KEY STAFF FOR THE ASSIGNMENT

The bidder should deploy a team of minimum 3 personnel including one program manager and two support personnel.

S,NO / Key Personnel For Assignment / Marks / Qualification / Experience
1 / Program Manager (One) / 5 / Minimum qualification is B.E.
Additonal 2 marks to candidates with MBA or MCA qualification / Minimum experience of 3 years in similar assignment. One marks for each year additional experience upto 5 marks
2 / Support Enginner (Two) / 10 / Minimum qualification is Graduate.
Additonal 2 marks to candidates CA,MBA or MCA qualification / Minimum experience of 2years in similar assignment. Two marks for each year additional experience upto 10 marks
Total Marks / 15
  1. SUB CRITERIA FOR PROPOSED SOLUTIONS

S.NO / Descriptions / Marks
1 / Proposed Methodology / 10
2 / Presentation of Proposed Solution / 10
3 / The proposed enterprise e-Governance platform compliance with the open standards and should work with the commercially available Personal Computers and networks through thin client in a w3c compliant web browser / 5
4 / Proposed Solution to be GIS enabled / 5

Note:

The assignment of marks for the proposals under sub criteria for Company Credentials, Project Experience, Key personnel & Project Solutions respectively, between maximum marks and the lowest marks would be prorated

4. SCOPE OF WORK AND CONDITION OF CONTRACT

Property tax is one of the main sources of revenue for the ULB. This software will covers all the aspects of assessing the property for tax. Residential and commercial properties, situated within the limits of ULB, are to be assessed for tax. Based on such assessments, all the assesses are expected to pay the property tax. The information regarding all the new constructions, existing construction and other extensions/ modifications, if any, will be provided by the Town Planning Department for tax assessment. The main objective of the property tax module will include:

  1. Registration of new assesses.
  2. Assessment of the building for property tax based on the parameter such as residential status, annual rental value, rates of taxes, depreciation and the age of the building.
  3. Serving of the demand notices for assessments and collection of taxes
  4. Acceptance, disposal and monitoring of the revision petitions received
  5. Monitoring of the appeals filed.
  6. Collection of the taxes and maintenance of appropriate records etc.
  7. Indicative Sub Modules are –
  8. GIS Based Town Planning & Property Tax Database, Tax Collection
  9. GIS Based Land / Property Assessment & Allocation
  10. Tax Assessment
  11. Tax Collection
  12. Property Mutation

The detailed scope of work as listed below:

  1. Software Implementation: Implementation of Propoerty tax Software as per Functional Requirement Specification in Anexure-IV.
  1. Development/Integration with Front End Portal. The proposed system is expected to establish an extremely smooth citizen interface. The focus has to be on maximizing the citizen convenience in availing various services of DMC and obtaining them with speed and certainty. A common citizen portal Facilitating transactions across various departments enabling common view of DMC System shall be put in place
  1. Third Party Integration: Assisting Integration of Software with SMS/Email/Payment Gateway and any other third party/legacy application as may be required for successful implantation of product.
  1. Training,Documentation & Support Services: Providing functional & technical training to users of ULB and providing user manual and other documentation for ongoing use.

Existing System/GIS data will be integrated with proposed system wherever possible to avoid duplicacy of work.

5. INSTRUCTIONS TO THE BIDDERS

Interested Bidders are required to submit their technical proposals and commercial proposal in two separate sealed envelopes as per instructions given below: -

The firm shall seal & mark various parts of the proposal as follows:

A)Techno Commercial Bid in one envelope super- scribed with words: -

“Techno Commercial Bid for DESIGN, DEVELOPMENT & MAINTENANCE OF PROPERTY TAX SOFTWARE APPLICATION FOR DEHRADUN MUNICIPAL CORPORATION” , dated 31.03.2016“& “Do Not Open Before 21.04.2016, at 4:00 PM”.This envelope will also contain the EMD and Tender Document Fees (if the tender document is downloaded from the website) in separate small envelope inside it.

B) FINANCIAL Bid in one envelope super- scribed with words “FINANCIAL Bid for DESIGN, DEVELOPMENT & MAINTENANCE OF PROPOERTY TAX SOFTWARE APPLICATION FOR DEHRADUN MUNICIPAL CORPORATION”

C) All the envelopes shall be sealed in a covering envelope super scribed with words dated 31.03.2016, Techno Commercial Bid & financial Bid for DESIGN, DEVELOPMENT & MAINTENANCE OF PROPOERTY TAX SOFTWARE APPLICATION FOR DEHRADUN MUNICIPAL CORPORATION” & “Do Not Open Before 21.04.2016, at 4:00 PM”.

The sealed envelope containing the sealed Techno Commercial Bid and financial Bid should be addressed to the M.C NAGAR NIGAM, DEHRADUN, through post / speed post / Courier or dropped personally within the stipulated time in the tender box kept with him . No other mode of delivery shall be accepted. M.C Nagar Nigam will not be responsible for any postal delay. Late submission of Bid will not be accepted.

(B.1)TECHNO COMMERCIAL BID

The Techno Commercial Bid should consist of the following documents:

  1. Technical proposals submission letter on the letterhead of the firm clearly indexing the enclosures.
  1. Bid Form duly filled and signed as per format on the letterhead of the bidder.
  1. Original Tender document duly stamped & signed on each page , as a token of acceptance of all terms and conditions laid down in the tender document.
  2. Detailed profile of the company& Certificate of Incorporation
  3. Supporting documents of orders executed
  1. Copy of PAN Card, Certificate of Incorporation/Registration & Copy of TIN
  1. EMD & Tender Document Fees (if downloaded from the web site) in separate envelope.

(B.2)FINANCIAL PROPOSAL

Price Bid as per format provided in the relevant section to be submitted in a separate envelope as mentioned in the tender document. Insertion of Price bid in techno-commercial proposal will summarily cancel the bid.

6. BID EVALUATION PROCESS

Bid will be evaluated on Quality Cost Basis with weight age of 70:30 for technical qualification and financial bid.The technical bid will be opened first and will be evaluated by a committee constituted in the office of the MC.The technical and financial bids must reach by either registered post AD/ speed post/hand delivery. no cover shall be entertained if the cover is received after the time limit. The documents as required in technical evaluation to be attached with the technical bid for scrutiny of the proposal. Proposal without necessary documents will be rejected.

QCBA (Quality and Cost Based Analysis.):

Proposals will be evaluated as given below and the Bidders obtaining highest marks for their offering shall be declared as the Preferred Bidders.

The lowest Commercial proposal will be allotted a Commercial score of 100 marks. The Commercial score of other Bidder(s) will be computed by measuring the respective Commercial bids against the lowest proposal.

The bidder with the Highest Technical Marks will be awarded 100 marks and others bidders will be awarded on a percentile basis (e.g.) if the highest technical Marksis90, the T1bidder will get (Tm) 100 marks. A bidder awarded 80 marks will get (80/90) x 100=88.88 Marks.

Computing the final (“T1-L1”) marks:

i) The composite score is a weighted average of the Technical and Commercial Scores. The ratio of Technical and Commercial score is 70:30 respectively. The composite (T1 – L1) marks will be derived using the following formula:

T1 & L1 evaluation

Technical Marks (TM) = Bidders actual Technical Score (ATS) /

Highest Technical Score (HTS)

Commercial Marks (CM) = Lowest Commercial Score (LCS) /

Bidders actual Commercial Score (ACS)

Composite (T1 – L1) marks = (TM * 0.70 + CM * 0.30) * 100

Thus the composite (T1 – L1) marks shall be out of a maximum of 100 marks.

The responsive Bidder(s) will be ranked in descending order according to the composite (T1

L1) marks, which is calculated based on the above formula. The highest-ranking Bidder as per

the composite (T1 – L1) marks will be selected.

7.GENERAL TERMS & CONDITIONS: