Government of Rajasthan, Department of Tourism

Download as pdf or txt
Download as pdf or txt
You are on page 1of 25

Government of Rajasthan, Department of Tourism

“Parytan Bhawan”, Sanjay Marg, Opp. Vidhayak Puri Thana, Jaipur


Telefax: 91-141-5155100, Email: [email protected],
Website: tourism.rajasthan.gov.in

No. F6(328)Dev./DOT/2002/5601 Date: 28.05.2018

E-Bid Inviting
(Bid No. 97 )

Department of Tourism Government of Rajasthan has developed Shilpgram in Abusar, Jhunjunu


for Promoting Art & Culture and Craft of Rural Community for Sustainable Livelihood Promotion.

Open Competitive bid under two part bidding process (technical and financial) are invited from
reputed, interested, eligible and experienced bidder for Selection of bidder for operationalsing and
maintenance of the project of Shilpgram in Abusar, Jhunjhunu on as is where is basis for
Promoting Art & Culture and Craft of Rural Community by Department of Tourism, Government of
Rajasthan. The period of work would be Three years (3 years) from the date of signing of Agreement.

S. Name of Work E-Bids Estimated E-Bid Releases Time & last Time and
No invited Amount Security of E-Bid date for date for
from (Rs.) (Rs.) Advt. Submission opening of
technical
In Lacs. of E-Bid bid
Appointment of bidder Registered Dated Up to 12
1. for Operationalising firms / 47.00 94000/- 29.05.18 noon on 3.00 PM on
and Maintenance of association Dated
Shilpgram in Abusar, s /approved Dated 13.06.18
Jhunjhunu for NGOs 13.06.18
Promoting Art & Individual
Culture and Craft of
Rural Community for
Sustainable Livelihood
Promotion”.

The E-Bid Application form can be downloaded from http:/eproc.rajasthan.gov.in, sppp.raj.nic.in,


and www.rajasthantourism.gov.in. Duly filled Bids can be submitted latest by dated 13.06.18 by 12.00
Noon. Demand draft as per applicable with e-bid processing fee will have to be deposited in favour of MD.
RISL. Jaipur Rs. 500/- and Rs. 400/- as bid document fee in favour of Director, Department of Tourism,
Rajasthan, Jaipur should be deposited in Department of Tourism before scheduled time.

-Sd-
Department of Tourism
Government of Rajasthan

1|Page
Government of Rajasthan, Department of Tourism
“Parytan Bhawan”, Sanjay Marg, Opp. Vidhayak Puri Thana, Jaipur
Telefax: 91-141-5155100, Email: [email protected],
Website: tourism.rajasthan.gov.in

No. F6(328)Dev./DOT/2002/5601 Date: 28.05.2018


(Bid No. 97 )

SCHEDULE OF E-BID PROCESS

Event Description Scheduled Date


First Stage:
Release of E-Bid Advertisement
29.05.18
Last Date for submission of E-Bid 13.06.18 upto 12.00 Noon
Date & Time of Opening of Technical Bids 13.06.18 at 03.00 PM
Date of AV Presentation To be intimated separately
Date and time of opening of Financial Bid To be apprised later (only
technically successful bidders)
Bid Application Fee
(DD should be drawn in favour of "Director, Rs. 400/-
Department of Tourism" from any Nationalized
/ Scheduled Bank, Payable at Jaipur)
RISL Fees (DD should be drawn in favor of Rs.500/-
M.D., RISL from any nationalized scheduled
bank payable at Jaipur)
Date of Award of Contract After finalization of financial bid
Execution of work As per work order / agreement

Bid Security
(Either in the form of a DD drawn in favour of
"Director, Department of Tourism, Government
of Rajasthan", payable at Jaipur or in the form
of an irrevocable Bank Guarantee issued by one Rs.94000/- (ninety four thousand only)
of the Nationalized/Scheduled Banks in India
and having branch in Jaipur. The bid security
must remain valid thirty days beyond the
original or extended validity period of the bid.

2|Page
Government of Rajasthan, Department of Tourism
“Parytan Bhawan”, Sanjay Marg, Opp. Vidhayak Puri Thana, Jaipur
Telefax: 91-141-5155100, Email: [email protected],
Website: tourism.rajasthan.gov.in

No. F6(328)Dev./DOT/2002/5601 Date:28.05.2018

Inviting E-Bid
(Bid No97 )

Selection of bidder for operationalsing and maintenance of the project of Shilpgram


in Abusar, Jhunjhunu on as is where is basis for Promoting Art & Culture and Craft of
Rural Community by Department of Tourism, Government of Rajasthan

Detail of Assignment and Expression of Interest

Section 1:- Background

Shilpgram Museum is a craft village, situated near Abusar, village 7 km from Jhunjhunu. It
is a living ethnographic museum depicting the tremendous diversity in crafts, art and
culture of various Indian states, especially the western part.
Spread around 25 bigha land, Shilpgram is a platform with the objective of developing
regional handicrafts and hand-loom products. The concept of Shilpgram was conceived as a
living ethnographic museum to depict the lifestyles of the folk and tribal people of the
region. With an objective of increasing awareness and knowledge about the rural arts and
crafts, the Shilpgram should provide opportunity to rural and urban artists to come
together and interact through the process of camps and workshops.
For promotion of regional arts, crafts, handicraft, folk craft, traditional rural sports and
artistry, regional cuisine, rural tourism and promotion of Abusar, Jhunjhunu .

Section 2:- Rationale behind the assignment

Shilpgram should have been used as a place for promotion of art & culture of the state but
due to lack of awareness among the community and non-availability of potential
implementing partner bidder, the property is yet to be optimally utilised. Hence
Department of Tourism aims to revive the whole area into the most happening tourist
location for the entire tourist who are right now coming Abusar, Jhunjhunu and does not
have lot of option to spend quality time besides being in their hotels.
Reviving Shilpgram will not only help local artisans and artists to enhance their livelihoods
but will also promote the local crafts and culture of Rajasthan.

Section 3:- Objective of assignment

As such main purpose behind revival of Shilpgram is promotion of tourism with regional
folk art and handicraft etc., keeping Rajasthani culture at its centre. Overall objective of re-
innovation of Shilpgram in Abusar, Jhunjhunu is to see it emerge as key centre for regional
art and craft and can develop I as a centre of attraction for tourist and local citizen are
invited.

3|Page
 Conduct an initial study to collect information about the local craft , culture of
Rajasthan 
 Develop an intervention strategy and implementation plan for strengthening the
craft of Shilpgram.
 Implement interventions as per the implementation plan developed to deliver
 capacity building services for revival and renovation of Shilpgram. 
 To make Shilpgram self-sustainable after completion of project. 

Section 4:- Scope of work

1. Bidder will identify all the famous local art, crafts and culture prevailing in various
regions of Rajasthan, a proper directory of all these crafts and artisans will be made
with their complete details. The artisans and crafts will be given space for
marketing and showcasing their skills and products on rotational basis. Branding
SHILPGRAM on the lines of “VILLAGE TOURISM”. Shilpgram site improvement.
2. Branding and promotion of Shilpgram will be done by placing hoarding, banners,
new paper ads, FM radio Ads, website of tourism tie-ups with all major hotels etc.
3. Bidder would also provide an opportunity to rural and urban artists to come
together and interact through the process of camps and workshops. It is hoped that
through intimate observation of different styles and experiences, urban and rural
artists would learn from one another and enrich their skills and art forms. The
Centre will promote contemporary urban ceramists, potters, designers, visual
artists etc. to work with their traditional counterparts in creating works of everyday
art which would then be put up for exhibition and sale for visitors.
4. In addition, a Crafts Bazar in the fashion of a traditional 'haat' will be made where
visitors could buy traditional crafts.
5. Craftsman will be invited periodically to demonstrate their skills and sell the crafts
to the visitors at the Shilpgram from all over Rajasthan and other part of the
country.
6. Bidder will also develop Rural Art and Crafts Complex is the open air Amphitheatre
where major theatre festivals will take place. It would motivate the local community
as well as outside visitors to take a keener interest in theatre and the traditional
folk performing arts.
7. Bidder will also organize “Shilpdarshan” which will be a regular activity at
Shilpgram in which traditional performing artists and craftsmen are used to draw
from the interior villages of the Rajasthan or other states. They will be regularly
invited to exhibit their skills and to demonstrate their crafts, and sell their crafts in
order to have direct access to the buyers. This programme will encourage the rural
craftsmen and performers in a big way.
8. In the existing traditional huts, household articles of everyday use - whether
terracotta or textile, wooden or metal, along with decorative objects and
implements - agricultural or craftsmen's tools, etc. will be featured with appropriate
signages and explanatory details. The objective is to give a realistic glimpse of the
people and their belongings representing Unity in Diversity and National
Integration.
9. Group from different parts of the state and country with different art and skill will
also be invited on regular basis apart from rural people, youth, student, folk artist,

4|Page
handicraft persons at Shilpgram. This will be an important activity in its premises.
10. The bidder will have to maintain exhibition cum sale cum live demonstration of
crafts for at least 6 months in a year.
11. The bidder will have to improve existing civil structure and land are as per its
concept and requirements and undertake all day to day management tasks of
manpower, security etc.
12. All recurring costs will have to be borne by the successful bidder for the entire
direction of the operation period.

Section 5:- Eligibility criteria

The general selection of bidder would be guided by the following criteria:


1. The bidder must have proven techno-managerial experience of working directly
with communities, particularly with farm and non-farm sector and have skills and
experience specific to the current project i.e. organize and support primary
producers/weavers etc. in the handicraft sector and people associated with small
scale agro-processing activities to help them to adopt best package of practices,
processing and marketing of the handicrafts items/products.
2. The bidder must have experience in retailing, marketing, organizing events,
exhibitions and fairs, for promotion of farm and non-farm sector products.
3. The agencies can be selected from across the country provided it has proven
expertise in the chosen sectors (handicraft).
4. The bidder must have an annual turnover of at least Rs. 2 crore during each of last 3
years.
5. Staff should have experience of undertaking activities of Shilpgram type centres.
6. The bidder should be apolitical, non-religious and neutral.
7. As a part of legal requirements, the bidder should be a registered body under the
relevant law and is active and operational continuously for the last 3 years on the
date of this application.

Section 6:- Method of Evaluation

In the first instance Department will examine the technical proposal in relation to the
conditions set forth for eligibility to participate in this Open Competitive bid.
Financial proposals of only those bidders will be opened who have qualified the Technical
stage. The bidder who seek least amount for operationalising the Shilpgram.

Section 7:- Timelines

The bidder has to be completed works (scope of work point no. 4) of the assignment in a
period of 6 months after finalising the bidder and giving work order to it. After which total
implementation period of the project will be of 3 years. It can be further extended for a
period of not more than 1 year or mutually agreed terms and conditions.

On completion of the assignment, the bidder will hand over the assets of Shilpgram to the

5|Page
Department in a running condition and on as is where is basis.

Section 8:- Terms and Conditions

1. The bid offers shall be submitted by online two, containing the technical and
financial bids.
2. Successful bidder will have to deposit 5% of total bid amount as performance
security, within two weeks of issue of work order. No interest will be paid on these
deposits. The bid security deposited earlier may be adjusted against the
performance security. Performance Security will be refunded after one month of
successful completion of the contract.
3. All costs incurred by the bidder in respect of submission of bids shall be borne by
the concerned firm.
4. The assignee will be solely responsible for the legal and financial liability pertaining
to the Income tax and any other taxes levied or likely to be levied in future by the
Central Govt./State Govt./Municipality or any other bidder. The department will not
accept any liability whatsoever in this regard.
5. An agreement on non judicial stamp paper worth Rs. 5000/- would be signed
between the department and the successful bidder within 15 days from issuance of
work order. This may . be further extended or mutually agreed and satisfactory
services as per RTPP rules 2013 with the terms and conditions of Bid Documents.
6. on mutual consent and satisfactory services as per RTPP rules 2013or a period of
not more than 1 year or mutually agreed as per terms and conditions.
7. on mutual consent and satisfactory services as per RTPP rules 2013.
8. Electricity charges shall be borne by the successful bidder. No separate charges will
be paid on account of electrical fixtures, power points etc.
9. Penalties would be imposed in case of delayed or faulty services as per provisions
of GF&AR, RTPP rules and Prevailing rules and Act as decided by Department.
10. All clearances, approvals, NOC'S for events/firm staff/ material etc. will have to be
managed by firm itself.
11. Period of validity of this bid is 90 days from the closing date for submission of the
proposals.
12. Where ever specific terms and conditioned have not been spelt out in bid document,
General Finance and Accounts Rules and RTPP Act & Rules of the State government
shall apply.
13. The bid document shall be signed by authorized signatory of the submitting firm
with date and seal.
14. Bids received after the due date and time will not be considered and rejected.
15. Termination: Deptt. of Tourism may terminate the contract of bidder in case of the
occurrence of any of the events specified below:
I. If the bidder becomes insolvent or goes into compulsory liquidation.
II. If the bidder in the judgment of Deptt. of Tourism, has engaged in corrupt or
fraudulent practices in competing for or in executing this Contract.
III. If the bidder submits to the Deptt. of Tourism a false statement which has a
material effect on the rights, obligations or interests of Deptt. of Tourism.
IV. If the bidder places itself in position of conflict of interest or fails to disclose
promptly any conflict of interest to Deptt. of Tourism.
V. If the bidder fails to provide the quality services as envisaged under this

6|Page
Contract. Reasons for the same would be recorded in writing. In case of such an
occurrence Deptt. of Tourism shall give a written advance notice before
terminating the Contract of firm.

14. Force Majeure :

I. Neither party will be liable in respect of failure to fulfil its obligations, if the said
failure is entirely due to Acts of God, Governmental restrictions or instructions,
natural calamities or catastrophe, epidemics or disturbances in the country.
Force Majeure shall not include (i) any event which is caused by the negligence
or intentional action of a Party or by or of such Party’s agents or employees, nor
(ii) any event which a diligent Party could reasonably have been expected both
to take into account at the time of being assigned the work, and avoid or
overcome with utmost persistent effort in the carrying out of its obligations
hereunder. Force Majeure shall not include insufficiency of funds or manpower
or inability to make any payment required for execution of services under this
Contract.
II. A Party affected by an event of Force Majeure shall immediately notify the other
Party of such event, providing sufficient and satisfactory evidence of the nature
and cause of such event, and shall similarly give written notice of the restoration
of normal conditions as soon as possible.

15. Arbitration :

(i) In event of any dispute or difference between the Deptt and the bidder, such
disputes or differences shall be resolved amicably by mutual consultation. If
such resolution is not possible, then the unresolved dispute or difference shall
be referred to arbitration of the sole arbitrator to be appointed by the Secretary,
Deptt. of Tourism. The provision of Arbitration and Conciliation Act, 1996
(No.26 of 1996) shall be applicable to the arbitration. The Venue of such
arbitration shall be at Jaipur or any other place, as may be decided by the
arbitrator. The language of arbitration proceedings shall be English. The
arbitrator shall make a reasoned award (the “Award”), which shall be final and
binding on the Deptt. and the bidder. The cost of the arbitration shall be shared
equally by the Deptt. and the bidder to the agreement. However, expenses
incurred by each party in connection with the preparation, presentation shall be
borne by the party itself.

(ii) Pending the submission of and /or decision on a dispute, difference or claim or
until the arbitral award is published; the Deptt. and the bidder shall continue to
perform all of their obligations under this Agreement without prejudice to a final
adjustment in accordance with such award.
16. Jurisdiction : The contract shall be governed by laws of Rajasthan/India and all
Government rules on purchase matter issued from time to time and in force for the
time being are applicable to this contract tender.

17. The Deptt. of Tourism is not bound to accept any bid or assign any reason for non-

7|Page
acceptance. The Director, Deptt. of Tourism reserves its right to accept the bid
either in full or in part. Conditional, erroneous and incomplete Bids will be rejected
outright.
18. The first appellate authority will be Principal Secretary Tourism and the second
authority will be Finance Deptt., GoR.

Director, Tourism
Government of Rajasthan

I / We hereby declare that I / we have gone through the terms and conditions of the bid
document and I / We shall abide by all the terms and conditions.

Signature of bidder with seal

8|Page
Government of Rajasthan
Department of Tourism
(NIB No. 97 )
To,

The Director,
Department of Tourism,
Government of Rajasthan,
Parytan Bhawan, Sanjay Marg,
Opp. Vidhayak Puri Thana, Jaipur.

We, the undersigned declare that:

1. We have examined the bidding document.


2. If our bid is accepted, we commit to give performance security.
3. We are not participating as bidders in more than one bid in this bidding process.
4. Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers has
not been debarred by the State Govt. or the procuring entity.
5. We understand that this bid, together with your written acceptance shall constitute
a binding contract between us, until a formal contract is prepared and executed.
6. We understand that you are not bound to accept the lowest evaluated bid or any
other bid that you may receive.
7. We agree to permit the procuring entity or its representative to inspect our
accounts and records and other documents relating to the bid submission and to
have them audited by auditors appointed by the procuring entity.
8. We declare that we have complied with and shall continue to comply with the
provisions of the code of integrity for bidders as specified in the Rajasthan
Transparency in Public Procurement Act, 2012 the Rajasthan Transparency in
Public Procurement Rules, 2013 and this bidding document in this procurement
process and in execution of the contract.
9. We accept to abide by the conditions and additional information of the bid released
by Director, Tourism.
10. Following documents have been uploaded along with this technical bid :-
i) Bid document with signature and seal.
ii) Photocopy of two Banker Cheques / DD towards bid security amount and bid
fee.
a) DD/Banker Cheque of Rs. ---------------/- for bid security in favour of
Director, Department of Tourism, Jaipur.
b) DD/ Banker Cheque of Rs. 400/- for bid fee in favour of Director Tourism.
iii) Photocopy of Tax clearance certificate up to 31.3.2017and PAN Card issued by
Income Tax Dept. have been uploaded.
iv) Final accounts audited by CA for Turnover for past three years (2015-16 to
2017-18) for similar work has been uploaded.
v) Necessary information related to human resources has been uploaded.
vi) Declarations by the bidder as per rule 7 of RTPP act and the declarations of

9|Page
compliance with the code of integrity and no conflict of interest (attach annx. A
& B) have been uploaded.
vii) If the bidder is a firm / company, then the authorization letter of authorized
representative containing his name, address and status with signature have
been uploaded. Deptt. will not contact anyone else in this regard.

Signature of the Bidder with Seal


(Name, Address, Phone No.)

10 | P a g e
Government of Rajasthan
Department of Tourism
(NIB No.97 )

Section 9:- Technical Criteria for Bid Evaluation

Selection of bidder for operationalsing and maintenance of the project of Shilpgram


in Abusar, Jhunjunu on as is where is basis for Promoting Art & Culture and Craft of
Rural Community by Department of Tourism, Government of Rajasthan

1. General Particulars of bidder

Name of the firm

Registered Address

Phone No:

Email id:

Name of the Contact Person for this EoI

Phone no. of the Contact Person for this EoI

Email id of the Contact person for this EoI

Office/ Branch offices if any in Jaipur

Office/ Branch in Other Districts if any

Date of Firm’s establishment

Is your firm a proprietorship, partnership or


registered under the Companies Act. Please give
details & enclose Certificate.

Registration Authority/Act (Attach Proof)

Validity of Registration

Service Tax/ GSTRegistration No. & Validity

Empanelment with other Govt./ Govt. undertakings

11 | P a g e
Type of the bidder - Proprietary Firm/ Institute
/Company Partnership
Number of full time qualified staff

Number of other staff who are


semi qualified/unqualified
PAN No.

TAN No.

2. Financial Particulars of last three years of the bidder

S. No. Financial Year Total Turnover

[Copies of Audited Financial Statements to be attached]

3. Work experience of the bidder in last 3 years (Farm and Non-farm sector)

Project Funding Nature of Year of Value of State and Number of


Name bidder Assignment Work Assignment locality where household
done work was done

*** Detail citation of work can be provided separately. Please also attach self-attested copies of
the letters for the above assignments

4. Has the organization been awarded at National/State/District level?


National/State/District
(If yes, please attach certificate and describe)
a. National Level
b. State Level

5. Impact Studies or evaluation of the bidder's work in the recent past by an external
bidder.
(a) Has any evaluation/ study conducted for the bidder’s work. Yes/No
(b) If yes, then status /remarks (Good/Average/ Unsatisfactory.

6. Has the bidder been blacklisted by any government (Union and/or state)
Ministry/Department/Organization/NABARD/CAPART/Multinational donor bidder
/etc. or any other donor/partner organization in the past? (Declaration on non-judicial
stamp of Rs. 10/- as per enclosed Annexsure-1)

We have submitted the following documents:


1. Letter of authorization to participate in the bid
2. Technical Bid
12 | P a g e
3. Financial Bid
4. All relevant supporting documents including Annexure A, B, C & D duly signed along
with seal.

This is certified that I have read and understood the enclosed brief and other terms &
conditions and the supporting documents have been enclosed. The information given by me
is true to the best of my knowledge. My bid offer may be rejected at any stage if it is found
that the facts and documents enclosed by me are not correct.

Yours faithfully,

(Signature of the bidder with seal)


Name:

Designation:

13 | P a g e
Government of Rajasthan
Department of Tourism
(NIB No.97 )
Financial Proposal:

The bidder are required to submit their financial proposal including phasing if any for
operationalsing and maintenance of the Shilpgram Abusar, Jhunjunu The bid which will have
least impact on outflows Department financial resources for the entire period of contract shall be
selected.

(Signature of the applicant with full name, address and seal)

14 | P a g e
Item Rate BoQ

Tender Inviting Authority: Director, Department of Tourism, Jaipur

Name of Work: operationalsing and maintenance of the project of Shilpgram in Abusar,


Jhunjunu

Contract No:

Bidder Name :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be
uploaded after filling the relevent 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 # NUMBER TEXT #
#
Sl. Item Description BASIC RATE In TOTAL TOTAL
No. Figures To be AMOUNT AMOUNT
entered by the In Words
Bidder
Rs. P

1 2 13 53 55
1 Rates of
operationalsing
and maintenance
of the project of
Shilpgram in
Abusar, Jhunjunu,
which bidder wants
to receive from
Department
1.01 For 1st Year 0.00 INR Zero Only
1.02 For 2nd Year 0.00 INR Zero Only
1.03 For 3rd Year 0.00 INR Zero Only
Total in Figures 0.00 INR Zero Only
Quoted Rate in INR Zero Only
Words

15 | P a g e
Item Rate BoQ
Tender Inviting Authority: Director, Department of Tourism, Jaipur

Name of Work: operationalsing and maintenance of the project of Shilpgram in Abusar,


Jhunjunu

Contract No:

Bidder Name :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be
uploaded after filling the relevent 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 # NUMBER TEXT #
#
Sl. Item Description BASIC RATE TOTAL TOTAL
No. In Figures To AMOUNT AMOUNT
be entered by In Words
the Bidder
Rs. P

1 2 13 53 55
1 Rates of
operationalsing and
maintenance of the
project of Shilpgram
in Abusar, Jhunjunu
, which bidder wants
to give to
Department
1.01 For 1st Year 0.00 INR Zero Only
1.02 For 2nd Year 0.00 INR Zero Only
1.03 For 3rd Year 0.00 INR Zero Only
Total in Figures 0.00 INR Zero Only
Quoted Rate in INR Zero Only
Words

16 | P a g e
Annexure - A

Compliance with the Code of Integrity and No Conflict of Interest

Any person participating in a procurement process shall -


(a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
(b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or
other benefit or avoid an obligation;
(c) not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the
transparency, fairness and progress of the procurement process;
(d) not misuse any information shared between the procuring Entity and the Bidders with an
intent to gain unfair advantage in the procurement process;
(e) not indulge in any coercion including impairing or harming or threatening to do
the same, directly or indirectly, to any party or to its property to influence the procurement
process;
(f) not obstruct any investigation or audit of a procurement process;
(g) disclose conflict of interest, if any; and
(h) disclose any previous transgressions with any Entity in India or any other country during
the last three years or any debarment by any other procuring entity.

Conflict of interest:-
The Bidder participating in a bidding process must not have a Conflict of Interest.
A Conflict of Interest is considered to be a situation in which a party has interests that
could improperly influence that party's performance of official duties or responsibilities,
contractual obligations, or compliance with applicable Laws and regulations.
i. A Bidder may be considered to be in Conflict of Interest with one or more parties in
a bidding process if, including but not limited to:
a. have controlling partners/ shareholders in common; or
b. receive or have received any direct or indirect subsidy from any of them; or
c. have the same legal representative for purposes of the Bid; or
d. have a relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about or influence on the Bid of
another Bidder, or influence the decisions of the Procuring Entity regarding the bidding
process; or
e. The Bidder participates in more than one Bid in a bidding process. Participation by a Bidder
in more than one Bid will result in the disqualification of all Bids in which the Bidder is
involved. However, this does not limit the inclusion of the same subcontractor, not otherwise
participating as a Bidder, in more than one Bid; or
f. the Bidder or any of its affiliates participated as a consultant in the preparation of the design
or technical specifications of the Goods, Works or Services that are the subject of the Bid; or
g. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring
Entity as engineer-in-charge/consultant for the contract.

17 | P a g e
Annexure-B
Declaration by the Bidder regarding Qualifications

Declaration by the Bidder


In relation to my/our Bid submitted to ...... for procurement of in response to their
Notice Inviting Bids No............... Dated.............. 1/we hereby declare under Section 7 of
Rajasthan Transparency in Public Procurement Act, 2012, that:

1. I/we possess the necessary professional, technical, financial and managerial


resources and competence required by the Bidding Document issued by the
Procuring Entity;
2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and
the State Government or any local authority as specified in the Bidding Document;
3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our
affairs administered by a court or a judicial officer, not have my/our business activities
suspended and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have, been convicted of any criminal
offence related to my/our professional conduct or the making of false statements or
misrepresentations as to my/our qualifications to enter into a procurement contract
within a period of three years preceding the commencement of this procurement
process, or not have been otherwise disqualified pursuant to debarment proceedings;
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competition;

Date:
Place:

Signature of bidder Name:


Designation:
Address:

18 | P a g e
Annexure C
Grievance Redressal during Procurement Process

The designation and address of the First Appellate Authority is Director, Department of
Tourism, Government of Rajasthan, Parytan Bhawan, Sanjay Marg, Opp. Vidhayak Puri
Thana, Jaipur
The designation and address of the Second Appellate Authority is Principal Secretary,
Department of Tourism, Government of Rajasthan, Room No. 4122, Main Building,
Government Secretariat, Jaipur-302005

(1) Filing an appeal


If any Bidder or prospective bidder is aggrieved that any decision, action or omission
of the Procuring Entity is in contravention to the provisions of the Act or the Rules or
the Guidelines issued there under, he may file an appeal to First Appellate Authority,
as specified in the Bidding Document within a period of ten days from the date of such
decision or action, omission, as the case may be, clearly giving the specific ground or
grounds on which he feels aggrieved:

Provided that after the declaration of a Bidder as successful the appeal may be filed
only by a Bidder who has participated in procurement proceedings:
Provided further that in case a Procuring Entity evaluates the Technical Bids before
the opening of the Financial Bids, an appeal related to the matter of Financial Bids may
be tiled only by a Bidder whose Technical Bid is found to be acceptable.

(2) The officer to whom an appeal is filed under para (I) shall deal with the appeal as
expeditiously as possible and shall Endeavour to dispose it of within thirty days from
the date of the appeal.

(3) If the officer designated under para (1) fails to dispose of the appeal filed within the
period specified in para (2), or if the Bidder or prospective bidder or the Procuring
Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder or
prospective bidder or the Procuring Entity, as the case may be, may file a second
appeal to Second Appellate Authority specified in the Bidding Document in this behalf
within fifteen days from the expiry of the period specified in para (2) or of the date of
receipt of the order passed by the First Appellate Authority, as the case may be.

(4) Appeal not to lie in certain cases


No appeal shall lie against any decision of the Procuring Entity relating to the following
matters, namely:-
(a) determination of need of procurement;
(b) provisions limiting participation of Bidders in the Bid process;
(c) the decision of whether or not to enter into negotiations;
(d) cancellation of a procurement process;
(e) applicability of the provisions of confidentiality.

(5) Form of Appeal


(a) An appeal under para (I) or (3) above shall be in the annexed Form along with as
many copies as there are respondents in the appeal.
19 | P a g e
(b) Every appeal shall be accompanied by an order appealed against, if any, affidavit
verifying the facts stated in the appeal and proof of payment of fee.
(c) Every appeal may be presented to First Appellate Authority or Second Appellate
Authority, as the case may be, in person or through registered post or authorised
representative.

(6) Fee for filing appeal

(a) Fee for first appeal shall be rupees two thousand five hundred and for second
appeal shall be rupees ten thousand, which shall be non-refundable.
(b) The fee shall be paid in the form of bank demand draft or banker's cheque of a
Scheduled Bank in India payable in the name of Appellate Authority concerned.

(7) Procedure for disposal of appeal

(a) The First Appellate Authority or Second Appellate Authority, as the case may be,
upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit
and documents, if any, to the respondents and fix date of hearing.
(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate
Authority, as the case may be, shall,-
(i) hear all the parties to appeal present before him; and
(ii) Peruse or inspect documents, relevant records or copies thereof relating to
the matter.
(c) After hearing the parties, perusal or inspection of documents and relevant
records or copies thereof relating to the matter, the Appellate Authority
concerned shall pass an order in writing and provide the copy of order to the
parties to appeal free of cost.
(d) The order passed under sub-clause (c) above shall also be placed on the State
Public Procurement Portal.

20 | P a g e
FORM No. I

[See rule 83]


Memorandum of Appeal under the Rajasthan Transparency in Public
Procurement Act, 2012

Appeal No .........of ...............


Before the .............................. (First/Second Appellate Authority)

1. Particulars of appellant:
(i) Name of the appellant:
1. Official address, if any: 2.
Residential address:

2. Name and address of the respondent(s):


(i)
(ii)
(iii)

3. Number and date of the order appealed against and name and designation of the
officer / authority who passed the order (enclose copy), or a statement of a decision,
action or omission of the Procuring Entity in contravention to the provisions of the Act
by which the appellant is aggrieved:
4. If the Appellant proposes to be represented by a representative, the name and postal
address of the representative:
5. Number of affidavits and documents enclosed with the appeal:
6. Grounds of appeal:
…………………………………………………………………………………………….……….…………………………
…………………………………………………………………………. …………………..(Supported by an
affidavit)
7. Prayer:

Place ....................
Date ......................
Appellant's Signature :

21 | P a g e
Annexure D :

Additional Conditions of Contract

1. Correction of arithmetical errors


Provided that a Financial Bid is substantially responsive, the procuring Entity will
correct arithmetical errors during evaluation of Financial Bids on the following
basis:
i. 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, unless in the opinion of the Procuring Entity there is
an obvious misplacement of the decimal point in the unit price, in which case the
total price as quoted shall govern and the unit price shall be corrected;
ii. If there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be corrected; and
iii. If there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to (i) and (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accept the
correction of errors, its Bid shall be disqualified and its Bid Security shall be
forfeited or its Bid Securing Declaration shall be executed.

2. Procuring Entity’s Right to Vary Quantities

(i) At the time of award of contract, the quantity of Goods, works or services
originally specified in the Bidding Document may be increased or decreased by a
specified percentage, but such increase or decrease shall not exceed twenty
percent, of the quantity specified in the Bidding Document. It shall be without any
change in the unit prices or other terms and conditions of the Bid and the
conditions of contract.
(ii) If the Procuring Entity does not procure any subject matter of procurement or
procures less than the quantity specified in the Bidding Document due to change
in circumstances, the Bidder shall not be entitled for any claim or compensation
except otherwise provided in the Conditions of Contract.
(iii) In case of procurement of Goods or services, additional quantity may be
procured by placing a repeat order on the rates and conditions of the original
order. However, the additional quantity shall not be more than 25% of the value
of Goods of the original contract and shall be within one month from the date of
expiry of last supply. If the Supplier fails to do so, the Procuring Entity shall be
free to arrange for the balance supply by limited Bidding or otherwise and the
extra cost incurred shall be recovered from the Supplier.

22 | P a g e
3. Dividing quantities among more than one Bidder at the time of award (In
case of procurement of Goods)

(i) As a general rules all the quantities of the subject matter of procurement shall be
procured from the Bidder, whose Bid is accepted. However, when it is considered
that the quantity of the subject matter of procurement to be procured is very
large and it may not be in the capacity of the Bidder, whose Bid is accepted, to
deliver the entire quantity or when it is considered that the subject matter of
procurement to be procured is of critical and vital nature, in such cases, the
quantity may be divided between the Bidder, whose Bid is accepted and the
second lowest Bidder or even more Bidders in that order, in a fair, transparent
and equitable manner at the rates of the Bidder, whose Bid is accepted.

23 | P a g e
Bidder Check list:-

1. Name of the firm.


2. Name and address of the partners in the firm and descriptions of partnership in the
firm.
3. Number and date of registration proof certificate (Attach photocopy).
4. PAN issued by Income tax department.
5. Experience in the field of handicraft and related field ( Attach photocopy)
a. Production related (Construction/Manufacturing) related.
b. Marketing related.
c. Operation related.
d. Experience in Non-Farm livelihood promotion.
6. Experience of handicraft work done ( attach photocopy of work order)
7. Work experience in the field of art – culture- Handicraft.
8. Work experience in the field of Rajasthani tradition and local arts.
9. Work experience in the field Rajasthani village culture
10. Time bound detail work plan for the operation of Shilpgram.
11. Description of condition which will be operated in Shilpgram.
12. Experience in the operation of Handicraft.
13. Annual turnover of the bidder in last three years ( Attach document)
14. Tax payment proof certificate ( Bid certificate for Income tax, Service tax, VAT and
local taxes for last three years}
15. Other related information.

24 | P a g e
25 | P a g e

You might also like