0% found this document useful (0 votes)
20 views91 pages

17156657483927

The document outlines a financial bid proposal by IOTAS Solutions Pvt. Ltd. for various data entry and office jobs at the Human Resource Development Division, detailing tasks, quantities, and rates for services required. It includes a section on similar completed or ongoing projects over the last five years, along with a contract agreement with the Infrastructure Development Authority for manpower services. The bid emphasizes the scope of work, payment terms, and responsibilities of the contractor.

Uploaded by

surjeet Bind
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views91 pages

17156657483927

The document outlines a financial bid proposal by IOTAS Solutions Pvt. Ltd. for various data entry and office jobs at the Human Resource Development Division, detailing tasks, quantities, and rates for services required. It includes a section on similar completed or ongoing projects over the last five years, along with a contract agreement with the Infrastructure Development Authority for manpower services. The bid emphasizes the scope of work, payment terms, and responsibilities of the contractor.

Uploaded by

surjeet Bind
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 91

ANNEXURE - III

9. PROFORMA FOR FINANCIAL BID

1. Name of the Company: IOTAS Solutions Pvt. Ltd.


2. Details of rate quoted (figure may be written in words as well). In case of any discrepancy
between figures and words, the amount written in words will be taken for consideration)

Name of the work: Data Entry Job and office Job at Human Resource Development Division

Sr. Task/Job Quantity/ Rate Total Amount


No Operations per (Rs. / Months) *
month#

1. Services Required at Library

1. Stock verification of Library books along with 100


Quoted Quoted
up-dation ofbook records. operations/day
2. Check in & Checkout Library books through 50 operations/day
OperatingLMS, KOHA and RFID System. plus giving Quoted Quoted
guidance to TSO’s
3. Project related to training application work, 25 Operations per
i) Collection day
ii) Segregation of applications from the
Quoted Quoted
drop box.
iii) Arranging and putting –up for marking
to varioussection/Division of BARC.
4. Supporting in operating Library in two shifts. 16 hrs per day Quoted Quoted
5. Operating of Studying room facility in two 13 hrs per day
shifts synchronized timing of BARC training
Quoted Quoted
school Library extended for JRF students/DDFS
Students.
6. Arrangement of books in Library, Xeroxing, 5 operations per
binding, lamination of certificates, putting up day
Quoted Quoted
of banners and other manual jobs assigned by
the Officers of HRDD from time to time.
7. Entry &tagging of newly purchased books. 10 operations per
Quoted Quoted
day
8. Registration of new purchase in KOHA/ 10 operations per
Quoted Quoted
Physical records. day
2. Services Required for project training/Recruitment
1. Data Entry & updating of records in MS Office- 25 Operations per
MS Word, Excel, Access and other Office tools day Quoted Quoted
as directed by.
2. Typing, mail merging, generating letters for 25 Operations per
forwarding, printing of acceptance & day
Quoted Quoted
introduction letters and maintaining registers
/records.
3. Issue of letters to students coming for training, 25 Operations per
Xeroxing of their documents, conference room day Quoted Quoted
support, etc.
4. Checking of all Documents required for making 25 Operations per
Quoted Quoted
permit forpractical training. day
5. Mailing Attendance Sheets for OCES 20 Operations per
candidates, & maintain their records on daily day Quoted Quoted
basic during OCES selection Interview.
6. Making Attendance Sheet of selection 20 Operations per
interview committee & entry of Attendance day
Quoted Quoted
report on daily basic during OCES selection
Interview.
7. Updating Sign board/signage for OCES selection 20 Operations per
Interview on daily basic during OCES selection day Quoted Quoted
Interview process.
8. Opening and closing of lecture 20 Operations per
Quoted Quoted
rooms/Interviewrooms/Library. day.
9. Escorting and getting Medical check-up done 25 operations per
Quoted Quoted
for freshlyjoined TSO’s Month
10. Supporting in movement of TSO’s answers 10 operations per
sheets to/ from Faculty member during day Quoted Quoted
examination.
11. Support during weekly exams of TSO’s. Two operations
Quoted Quoted
per week
12. Provide logistic support during OCES course Two operations
Quoted Quoted
examinations. per week
13. TSO visit to BARC facilities, stores, related job On Average 3
to be performed at Central Zonal stores, KMG operations per
Office, Central Complex, RGB Office, Hall -7 days. Quoted Quoted
and Mod Labs, BARC as well as HRDD,
Anushaktinagar.
14. Dak movement in the Division. TSH, NBH and 40 Dak per day
Quoted Quoted
associated offices.
15. Dak movement from HRDD, Anushaktinagar to 20 Dak per day
Quoted Quoted
Sections/Divisions in BARC, Trombay.
16. Operating photo copy machine, photo copy 500 Copies per
work. Arranging binding and filing of photo day
Quoted Quoted
copied documents along with other type
document.
17. Serving tea /snacks /water to member of On average 2
meeting on daily basic & Preparedness of meetings per day
projector, wireless microphone system, Quoted Quoted
presentation system at conference room for
meeting
18. Collection of stores items from Zonal stores.Two operations
Quoted Quoted
per week
19. Provide assistance to Pre-Employment Medical Ten TSOs per day
Quoted Quoted
test of newly joined.
Total Quoted Quoted
Tax and other levies if any (Indicate
applicable rates) Quoted Quoted

Grand Total Quoted Quoted


3. Amount for two
Quoted Quoted
years

Rupees (in words) -Quoted-

Signature of the Tenderer:

Date: 11-05-2024
Mani Shankar Singh
Authorized Signatory

(Seal / Rubber stamp of the Tenderer)

* Settlement of bills will be done on the basis of actual working days of deployment in the
respective months.

# May vary as per actual requirement


10. ANNEXURE-IV

DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED/ UNDER EXECUTION OR AWARDED DURING
LAST FIVE (5) YEARS

Details of all works of similar class (see the relevant clause of Prequalification Criterion) completed
during the last five years.

Sr. Name of Owner or Cost of Date of Stipulated Actual Litigation/ Name and Remarks
No. work/project sponsoring work in commencement date of date of arbitration address/
and location organization Lakhs as per contract completion completion cases telephone number
Rupees pending/ of officer to whom
in reference may be
progress made
with
details
(indicate
gross
amount
claimed
and
amount
awarded
by the
Arbitrator)
[1] [2] [3] [4] [5] [6] [7] [8] [9] [10]
1. Empanelment Infrastructure 9.96 lakh 21-12-2022 25-12-2024 25-12-2024 -Nil- Mr. Ajay Service
of Agencies Development Kumar, extended
for providing Authority Public by 1 year
Programmer (IDA), Patna Relation
and Officer
Computer (PRO), +91-
operator 9771044466
manpower at
IDA
Location:
Patna
2. Re-design Jharkhand 378.6885 03-08-2022 03-08-2027 03-08-2027 -Nil- Mr. Mukesh _
Development Renewable lakh Prasad,
& Energy Executive
maintenance Development Engineer,
of official Agency +91-
website of (JREDA) 7004806449
JREDA
Location:
Ranchi
3. Custom Bid NTPC 47.7880176 20-06-2023 20-06-2025 20-06-2025 -Nil- Mr. Ratna _
for Services - lakh Prashantha,
Job Contract IT DGM,
to setup 9445002484
Centralized
Helpdesk for
Application
Support
Location:
Noida
Sr. Name of Owner or Cost of Date of Stipulated Actual Litigation/ Name and Remarks
No. work/project sponsoring work in commencement date of date of arbitration address/
and location organization Lakhs as per contract completion completion cases telephone
Rupees pending/ number of officer
in to whom
progress reference may be
with made
details
(indicate
gross
amount
claimed
and
amount
awarded
by the
Arbitrator)
[1] [2] [3] [4] [5] [6] [7] [8] [9] [10]
4 Annual Jharkhand 29.6868 06-09-2021 05-09-2024 05-09-2024 -Nil- Smt. Anjali Service
Maintenance Tourism lakh Yadav, (IAS) extended
& Support of Development Director by 1 year
Jharkhand Corporation Tourism
Tourism Ltd. 0651-
Website & 2400493
Web based
Application
for
Jharkhand
Tourism
Development
Corporation
Limited
(JTDCL) and
Social Media
management
for Jharkhand
Tourism for
Two Years.

Location:
Ranchi

Note: Enclose proof of satisfactory completion of Work Order.


Details of all projects of similar class (see the relevant clause of Prequalification Criterion) under
execution or awarded
Sr. No Name of Owner or Cost of Date of Stipulate d Up-to date Slow Name and Remarks
work/project and sponsoring Work in commencement date of percentage progress. If address/tele phone
location organization Lakhs as per contract completion progress of any and number of
Rupees work reasons Officer to whom
thereof reference maybe
made

[1] [2] [3] [4] [5] [6] [7] [8] [9] [10]
1. Empanelment of Infrastructure 9.96 lakh 21-12-2022 25-12-2024 100% -Nil- Mr. Ajay Kumar, Public Service extended
Agencies for Development Relation Officer (PRO), by 1 year
providing Authority (IDA), +91-9771044466
Programmer Patna
and Computer
operator manpower
at IDA
Location: Patna
2. Re-design Jharkhand 378.6885 03-08-2022 03-08-2027 35% -Nil- Mr. Mukesh Prasad, _
Development & Renewable Energy lakh Executive Engineer,
maintenance of Development +91-7004806449
official website of Agency (JREDA)
JREDA
Location: Ranchi
3. Custom Bid for NTPC 47.788017 20-06-2023 20-06-2025 50% -Nil- Mr. Ratna Prashantha, _
Services - Job 6 lakh IT DGM, 9445002484
Contract to setup
Centralized Helpdesk
for Application
Support
Location: Noida
4 Annual Maintenance Jharkhand 29.6868 06-09-2021 05-09-2024 100% -Nil- Smt. Anjali Service extended
& Support of Tourism lakh Yadav, (IAS) by 1 year
Jharkhand Development Director Tourism
Tourism Website & Corporation Ltd. 0651-2400493
Web based
Application for
Jharkhand Tourism
Development
Corporation
Limited (JTDCL) and
Social Media
management
for Jharkhand
Tourism for Two
Years. Location:
Ranchi
Note: Enclose copy of Work Order (Supporting documents (purchase order/work order issued by the
clients along with satisfactory completion certificate) are to be attached along with the Annexure-IV)

Signature of the Tenderer:


Date: 13-05-2024

Mani Shankar Singh


Authorised Signatory (Seal / Rubber stamp of the Tenderer)
Sl. No. 1
Name Of Agency / Organization Infrastructure Development Authority(IDA), Patna
Work Order No. and Date 4680/Estt dated 21-12-2022
Project Description Empanelment of Agencies for providing Programmer
and Computer operator manpower at IDA
Project Value (In INR) 996,000
Duration 1 Year
Project Stage Currently ongoing and is in progress.
100i0 0n6100 018 83180012881889188
88TRGIA I TREINDIA NON JUDICIAL
o01000 G991290)000

THOUSAND
SAND
SAND

ONE THOUSANDRUPEES
5.1000 Rs.1000
NDIAU
AwwwwAwww wAw A Awww.m

aT BIHAR Af 628630
LEC U22*
*
l o 3 8/, EA

CONTRACT AGREEMENT

I his agrcement is made on 26.12.2022 between Intrastructure Deveiopient


Authority, Patna (Hereinafter called IDA which expression shall unless excluded
by repugnant to context, include his successors and assignees) and M/S 10TASS
SOLUTIONSPVT LTD (Hereinafter called the Contractor which expression shall
unless excluded by or repugnant to context, include his successors and
assignees) on the other part. The agreement shall remain valid from
26 DEC 2022. To 25 DEC 2023.

1 Whereas IDA has invited tender for empanelment of Agencies for providing
Programmer & Computer Operator Manpower Services in the IDA vide Tender
No.83/TEN/IDA /22
2. IDA has approved the tender for the work at the lowest quoted amount of
Rs. 20329/- and Rs. 16548/- The work is to be carried out as per the direction
of the competent authority.
3The scope of services to be rendered under each manpower can be increased or
decreased as per requirement, to be decided mutually between IDA and
contractor and the monthly payable for that manpower will be increased or
decreased as per the rate already approved.

IOTAS SOLUTIONS PVT. LTD.

Ramadhar Prasad-6|/n/22 Authorised Signatory


Procurement Ofmicer cum Vc House Keeping
Int gstructure Development Authorty, Patna
4. The contract period shall be initially for a period of one year with effect from
26/12/2022 to 25/12/2023 which can be extended on mutual consent of both
the parties for the additional period.
5. It shall be the sole responsibility of the contractor to ensure effective services
and if there is any loss/damage by any manpower during the course of their
duties on account of dishonesty, theft, connivance or due to any cause other than
natural calamity, the same shall be recovered from the agency.
6. The contractor will take all steps as required under law in case of any loss or
other contingency in consultation with the IDA.
7. The contractor has furnished a Performance Security of...*****************'

Rapees... .Only) in shape or DD NO.... *****°°***"

duly pledged and renewed up to . . in favour of IDA, Patna which shall


carry no interest. The contractor is exempted from payment of performance
security as per the Certificate issued by snsrereoso
Vi
VIuc *****isssenssn*sten

That in case of any dispute arising between the parties w.r.t. the contract,
8
IDA
interpretation of the terms or any claim whatsoever, the Managing Director,
or any person appointed by him shall be the sole Arbitrator to decide the matter
and the provisions of Arbitration and Conciliation Act 1996 shall be applicable.
The contractor shall have no objection to the designated arbitrator or other
'The place of arbitration proceedings shall
appointed person as arbitrator by him.
be at Patna.
9. The devices/equipment/material etc. required for the office of Programmer &
Computer Operator Manpower Services will be provided by the IDA Office.
10. The contractor will not sub-let this contract of these services to any other agency
or individual(s).
11. The Contract amount of this work is as per the rate approved by IDA including
GST and service charges.
12. The Contractor will be responsible for compliance of various statutory
obligations like EPF, ESI, minimum wages act, workman compensation act and
other laws enacted from time to time.
13. The contactor shall maintain absolute security with regard to all the matter that
comes to his knowledge by virtue of this contract.
14. The responsibility for implementing the instructions/ guidelines for working on
National holidays and Sundays would be of the contractor.
15. Since the personnel will be employees of the contractor, the IDA will not have any
concern or relation with them either directly or indirectly all statutory
obligation shall be discharged by the contractor and there shall be no liability of
IDA in that respect.
16. Contractor will ensure that the staffs are periodically changed to ensure better
output and result.
17. It is clearly understood by both the parties that this agreement is a commercial
agreement and not one is creating any employnment.

Ramadhar Prasad1222 OTAS SOLUTIONS PVT. LTO.


"OCurement Officer cum Wc House Keeping
frastructure DeveBopmem Autherty, Patna
Authoriséd Signatory
18. The agency must ensure the payment to staff by 5th of each month from his own
resources through the bank cheque in account of the worker and proof of
credited amount should be produced with the coming monthly bill.
Consolidated bill with the full details pertaining to the previous month will be
submitted by the contractor and after due scrutiny IDA will make
requisite
payment to contractor.
19. The workmen of the contractor shall have no privacy of the contract with the
company and there shall be no master servant relationship between the IDA and
the contractor's workmen of any nature whatsoever
20. Any loss due to negligence, if proved, by security staff will be compensated by
the contractor.
21. Contractor or his representative will remain in constant touch with concerned
official of IDA for better understanding and effective work.
22 All records, attendance registers and documents related to workmen's
qualification, address, identification Character will be maintained and kept by
the IDA Office.
23 That the terms of tender which have not been mentioned in the contract shall
also apply and form part of the contract for all the intents and
purposes.
24. Decision of IDA in regard to interpretation of the Terms and Conditions and the
Contract Agreement shall be final and binding on the contractor.
25. That in case of any loss being suffered by IDA or the violation of the terms and
conditions of contract; the IDA shall have right to deduct all claims against
contractor for the security and IDA shall have right to forfeit and deduct the
claim amount from the security amount partly or entirely as per the claim.
26. That in if the contractor withdraws from the contract within the
case
period of
contract, the IDA shall forfeit the security amount without any refund.

27. The Terms and Condition & Rates will be as


per Tender Document and contractor
hereby agrees to commence the work as per Tender No. 83
(Tender Document Enclosed. /Ten/IDA/22

28. Termination: The Contract may be terminated by giving one months notice, in
case the agency:
a. In case of no need to the office.
b. Assigns or sub-contracts any of this service.
c.
Violation/contravention of any of the terms and
conditions mentioned
herein.
d. Does not improve the performance of the services in spite of
e. Any violation of instruction/agreement or instructions.
f.Contractor being declared insolvent by suppression of facts.
competent court of law.
If agency willing to exit this contract, a two months notice in advance
pryyced by the agency. should be

RamadharPrasad 12/27
Procurement Oficer cum Wc House Keeping OTAS SOLUTIONS PVT. LTD.
rtiastrucure Developmant Auxterky, Pat

Authorised Sipnatogy
On termination of the contract, it shall be the responsibility of the agencyto
remove his men within days/on or before date as specified in termination order
IDA shall not indemnify any loss caused to the agency by such terminations,
whatsoever it may be. During the notice period for termination of the contract in
the situation contemplated above, the contractor shall keep on discharging his
duties till the expiry of notice period.
29. Penalty: The administration of IDA shall be at liberty to check any time the
deployment of person by the agency and in case of default shall deduct the wages
of the absentee personnel from monthly payment due to agency and impose
penalty between 10% to 30 % as deemed fit. The decision of the Managing
Director will be final in this regard. In case of premature termination of the
contract due to any of the clauses of termination the security amount shall be

forfeited.
30. Arbitation: In case of any dispute or differences rising on terms and
condition, the same shall be settled by reference to arbitration by sole Arbitrator

to be appointment by managing director, IDA

THIS WITNESS WHEREOF both the parties have setand subscribed their

respective hands with their seal in PATNA in the presence of the witness:

For IDA, Patnaj For( Agency)


OTAS SOLUTIONS PVT. LTO.
Ramadhar Prasad 12/22
Procurememt Offlcer cum Wc House Keeping Authorised Signatory
nfrastructure Devsiopma Atkerty, Patn
Witness: Witness:

1. a2 1. naunay-K uma7
CPe1DA)
24/p/n Mukund Kumas
2 AET 2.
Sl No 2 11
Name of Agency/Organization Jharkhand Renewable Energy Development Agency( JREDA)
Work Oder No & Date wo no. 33/2022 dated 03-08-22
Re-design Development & maintenance of official website of
Project Description
JREDA
Technology Used PHP,Javascript,HTML,CSS,Bootstrap,MY SQL,
project value In (INR) 37,86,885/- only
Duration 5 years
URL www.jreda.com
Project Stage Website Live, Maintenance going on
ENER
DE Jharkhand Renewable Energy Development Agency
(State Govt. Agency Under Department of Energy, Jharkhand)
JREDA

W. 0. No. 33/2022 chi, Date /eE2022


To
M/s IOTAS Solutions Pvt.Ltd.
GS-04 &GS-10, Ground Floor, Vinayaka Apartment
Near Kadru Overbridge, Opposite Nath Hospital ,
Ranchi-834002 (Jharkhand)
[email protected] ,Mob-9608822230

Sub: Work order for Design, Re-Development & Maintenance of official website of
JREDA.

Ref. 1. NIB No. 15/JREDA/WEB/2021-22


2. Your offer against above NIB.

Sir,
With reference to the subject & your offer against the above-mentioned NIT,
Jharkhand Renewable Energy Development Agency (JREDA) is pleased to place a work
order to you for design, re-development, & Maintenance of official website of JREDA, terms,
and conditions mentioned hereunder:

1.0 scOPE OF WORK:

Website Design, Re-Development and Maintenance with content Management systems


(CMS) of the website module for uploading web contents Maintenance of all the associated
activates linked with the work related to HINDI/ENGLISH website and successful hostingof
REDA Website. The scope of work shall also include the followings:

I. Designs, developments, and contents updation as &when required (available in


Hindi/English) based on latest technology as per the specific requirement of
JREDA/MNRE/BEE. The updation would include regular up gradation of news, data,
reports, tender announcements, EOIs, recruitments and other related information etc.
on daily, weekly, fortnightly or monthly basis as may be required. Regular web
promotions shall be a part of this activity and shall include activates such as search
engine registration and linking to related websites and home page improvements etc.
This shall also include the work of refurbishment of site at appropriate interval not less

than on time per quarter during maintenance period

II. Development, Design and Installation of on-ine application for schemes of JREDA

III. Development, Design, and Installation of Grlevance Redressal system of


CMC/Warrantee of the system.

3rd Floor, S.L.D.C. Building, Kusa Colony, Doranda, Ranchi 834002


Website: www.jreda.com, e-ma: [email protected]
Ph.: 0651-2491161, Fax : 0661-2491165
IV. Development and maintenance of website may include one or more of the
following that are the result of recurring changing needs.

Responsible for overall supervision to ensure that authentic and updated information
and services are available all the time at the website.
Database Administration.
Regular updation of news, photo/exhibitions gallery, data, reports, tender
announcements, EOIs, recruitments, and other related information etc. on daily,
weekly fortnightly or monthly basis as may be required.
Regular web promotions.
Refurbishments of website at appropriate interval.
Home page improvement, as may be necessary from time to time.
Making portal more accessible through popular search engine.
Provision of power search engine based on simple text, search and digital search
index.
Providing link to related website.

Fine tuning of the website performance.


Keeping pace with the changing platforms.
Creating and arranging the archives of documents by suitably indexing and
numbering.
Putting all the documents in a uniform format w.r.t colour, size, font, etc.
Putting a web traffic counter to know the user number and number of hits.
Download option for specific documents on request.
Creating Hot Links' to various national and international
Organizations.
Development of software /MIS Software/program as per the requirement of JREDA,
Ranchi.
Cyber audit from time to time when any modification/ Upgradation in coding/design is
done and also any vulnerability is reported by cyber security division of NIC (hosting
agency)
Any other connected work depending upon the necessary.
Separate Hyperlink for each project in JREDA
Chat Bot assist feature

Designation specific emal id for authoritles


V. Backend, Integration & Databases Services:

a) Programming (Code Repair, New Codes, Repairing Broken Links)


b) Database Maintenance &Integration
Search Engine Optimization.

(W
VI. Services of contract included in the website maintenance plans as follows:

Text: Additions and Deletions.


Photos: Additions, Deletions and basic retouching
Web-Pages: Additions or Deletions using existing webpage design
Navigation: Basic navigation changes (add, move and or delete an item in the

navigation)
File Downloads: Additions or deletions of PDFs and other documents
Videos: insertion or Deletions of Pre-edited video
Links: Additions or deletions
Color and Background images: Changes/ replacements
Flash: Text-only changes and basic photo replacements in flash animation
Forms: Dynamic form layout and integration (limited to forms not requiring database
integration, such as Contact us form)

VII. The Corporate Architecture of our website design and elements handlings.

Home page changes


tnner pages content changes/up-dating
Adding or maintaining links.
Agency/ Ministry news updates.
Adding new pages to the website.
Adding new interactive components to the website

Modifying content and graphics


Site "makeovers"
Employee details changes.
Registration updates with search engines.

Incorporation of Developer registration module.

VIII. Our website maintenance requirements:

Bug fixing and problem reporting.


Fast turnaround time for changes
Complete service solution for our website
Bi-weekly Database Backup and website Backup after any update. For bringing up the
website within 12 hours of any failure /hack attack.
Contents updates/additions.
Version upgrades (CMS, dot net, PHP, MysQL and other tools)
Performance improvements.

Adaptation of Encrypted data transfer certificates(e.g TLS/SSL)


IX. Placing a service Request

Service request will be directed and sent by our technical support team. This request

may be placed preferably by e-mail and can also be placed through telephone.

X. Reports and feedback

The vendor shal submit Monthly web analysis & progress report and feedback for JREDA

web statistics services.


The reports shall be made available to JREDA as per the following requirements:
a. Popular pages of site
b. Hit rate and source domains
C. Average time spent on site
d. List of referrers
e. Visits from search engines
f. Page wise hit rate
g. Fortnightly reports related content updation.

XI. Compliances

Daily maintenance would include adding features/links as and when required, uploading/updating of
different segments of the website like archives, Tender, EO1, job highlights, Notice, Web exclusive,
photographs, editorial articles, results and admission, contract details, uploading of online
advertisements, handling of subscriber's grievances regarding e-version etc. on the website on timely
basic. The firm shall have to follow the instructions of the Nodal Officers authorized for coordination:

a) The firm will be required to maintain/develop the content management tool to make
a website dynamic and interactive.
b) The firm will maintain the website and incorporate mandatory elements as required
by the guideline for Indian government website. If necessary, the firm will also be
required to redesign the website in accordance with the mandatory requirement of

the guidelines or the needs of the JREDA.


c)Any other work not specified above but required for website will be done by the
Firm.

d) A copy of CD containing the backend software/ source code shall be made available
to JREDA on installation and after every stage affecting the source code.
e) The Firm shall depute experienced website operator (one each for Hindi & English)
with good command over MS Office, PageMaker and other related technical
software for updating and maintenance of the websites from their existing

manpower.
virus attack and hacking of w bsites. In
The Firm shall have to provide security
to recreate/restore the website as per
case of virus or hacking attack, the firm has
the requirements of JREDA.
of the safe custody,
9) The Firm shall be required to undertake full responsibility
of
It shall ensure there is not transmission
security of data supplied by this agency.
contents in any form outsides its office.

XII. E-Mail Services for JREDA:

cater all emails with JREDA


The agency shall provide e-mail facility which
can
a)
domain. The email service shall be provided through reputed service providers like

Gmail, Outlook etc. as per direction of JREDA.

XIII. Manpower Support:


and
The agency shall depute one technical manpower with good knowledge of IT
a)
other services relating to IT. The resource should be capable enough to deliver all
other work for digital out
the works for proper management of the website and any
rich of JREDA as per the requirement of JREDA.

b) Minimum Qualification of the manpower:

1. B.E/ B.Tech./MCA/ Graduate in Computer Science with knowledge of web

technologies and website management.


Minimum Experience of 3+ years in content management of websites of
ii.
reputed organizations.

2.0 PRICE:
The description for JREDA Website Development Work, rate and amount shall be as mentioned

below:

Description of work Amount


S. No.
(In Rs.)
1. Website design, development & Successful hosing in all respect as per the
scope of work 15,38,885.00
2. Rate for the manpower Support for 5 years
13,76,000.00

3. AMC 1st year


1,74,400.00

4. AMC 2nd year 1,74,400.00


. AMC 3rd year 1,74,400.00
6. AMC 4th year 1,74,400.00

AMC 5th year 1,74,400.00

8. Total 37,86,885.00

In Words Thirty Seven Lakhs Eighty-Six thousand Eight Hundred Eighty Five only

The above price shall be inclusive of all taxes, duties and levies etc. including design,
development and AMC for 5 years for the work mentioned in the scope of work, no extra
charges shall be payable other than the above rate/charges.

3.0 SECURITY DEPOSIT & PERFORMANCE GUARANTEE:

3.1 You have to submit a security deposit @10% of the allotted work order value in the
form of Demand Draft/Bank Guarantee valid for one yearwithin 15 days from the date
of issuance of work order. If Bank Guarantee will not be submitted within stipulated
period from the date of issuance of work order then JREDA shall cancel the work
order. The Security Deposit shall be released after expiry of 60 days from the actual
date of successful completion of work. The Security Deposit will have to be maintained
by the contractor with JREDA till the satisfactory completion of the work. If the work
extends beyond the expiry date of Bank Guarantee, contractor shall submit fresh or
extend the period of validity of Bank Guarantee as per the direction of JREDA,
otherwise JREDA may terminate the work order and blacklist the contractor.

3.2 You have to submit Performance Guarantee@5% of the work order value in the form
of Demand Draft/Bank Guarantee valid for five years before release of payment
against clause 9(b). The Performance Guarantee shall be submitted in the form of
Demand Draft/Bank Guarantee in favour of "Director, JREDA" payable at Ranchi from

Guarantee will have to be maintained


any Indian Nationalized Bank. The Performance
period. Nom submission
by the Contractor with JREDA till the completion of warrantee
of Security Deposit/Performance Guarantee within the time frame, shall lead to

forfeiture of EMD and cancellation of the work order. If the contractor fails to carry out

then such
the work allotted to him as per the provisions of the tender documents
contractor may be black listed for future awards of work.

(
4.0 AGREEMENT:

The successful qualified bidders shall have to enter into an agreement in the office of the
Director, JREDA, in prescribed format before commencement of the service

5.0 OFFICIAL-IN-CHARGE:

Concerned Executive Engineer, JREDA will be Official-In-Charge of the said project. The
contractor shall have to be in regular contact with the Official-In-Charge for successful
execution of the project.

6.0 COMPLETION SCHEDULE:

The time of completion shall be adhered as per the timeline defined in table below.

S.No Events Timeline

Lssuance of work order X Day_


Development of BasicWebsite of JREDA with online application
Tor any one service of JREDA. X+15 Days

Successful design, development, and launching JREDA website as X+90 Days

Per the requirements of JREDA.

Total 90 Days

7.0 TECHNICAL SPECIFICATIONSS:

Technical details and specifications as mentioned in Scope of Work.

9.0 TERMS OF PAYMENT:

Subject to any deduction which JREDA may be authorized to make under this contract, the
contractor shall be entitled to payment as follows:
a. 20% of the rate of Website design, development and successful hosting in all respect
with all services upon Development of Basic Website of JREDA. Contractor has to
submit duly filled Annexure for the release of payment.
b. Remaining 80% of the rate of Website design, development and successful hosting
in all respect as per Annexure in line with scope of work, will be paid on receipt of
the bill dully certified by the authorized offlcer of JREDA along with all
requisite
Documents as per the work order including Security Deposit and PG as applicable

and tax clearance certificates etc.


C. Monthly remuneration for the manpower support shall be paid to the agency after

submission of the attendance duly verified by concerned official of JREDA.


d. AMC will be paid after completion of each year with successful and satisfactory
maintenance and management of the website with submission of documents proofs

as per JREDA requirement.

10.0 INCOME TAX:

Without prejudice to the obligations of the Contractor under law, any income tax which JREDA

shall be deducted at source and shall be paid to


may be required to deduct by law/statute,
Income tax authorities on account of the Contractor. JREDA shall provide the Contractor a

certificate for such deductions of tax.

11.0 Penalty
JREDA may withhold payment of AMC or terminate the AMC at any time if the service of
firm/agency is not found satisfactory. The decision of the competent authority in JREDA this
regard shall be final and binding. In case any major break down in any website(s), the
firm/agency shall have to rectify the problems within 24hours. Deduction will be made from
the AMC amount if persists as per prescribed rate JAP-IT, Govt. of Jharkhand. If the
breakdown in website(s) lasts for more than 72 hours, JREDA, reserves the right to
terminate the contract and transfer the work of maintenance to any other firm/agency as

deemed fit.

Cancellation of Work Order:


12.0
JREDA will be at liberty to terminate/blacklist in part or full the awarded contract without
prejudicing its rights and affecting the obligations of the Contractor by giving 15 (Fifteen)

days' notice in writing in the following events:

(a) If the contractor/supplier is found defaulter for delays in supply of services to JREDA as
per the Scope of Work.

(b) If the contractor/supplier fails to comply ith the provision(s) of the contract including
the responsiblities to fulfill the 5 years AMC as per the provisions mentioned.

(c) If the Contractor/vendor Is involved in any action of moral turpltude.

(d) If at any time, during the tendering process or after award of work, any of the
documents/Information's submitted by the bldder is found to be incorrect, false or
untruthful, the bld and/ or the resultant order may be summarily rejected/cancelled at
the risk of the bidder and EMD/SD ill be forfelt and bidder will be blacklisted.
13.0 Jurisdiction of the Court:

All disputes would be settled within Ranchi jurisdiction of court of law only.

14.0 Confidentiality

The contractor shall maintain utmost confidentiality of information supplied method of


operation, procedure etc. and shall not make or allow to make an unauthorized copy, use,
access or other utilization of these materials commercially or otherwise, directly or indirectly
except as agreed to by JREDA.
This confidentiality will be maintained by the contractor for a period of two years from the
date of service level agreement. The bidder shall follow the standard information systems of

security policies and Govt. of India guidelines.

15.0 Ownership of source code:

The entire website (along with all the programs and cotents developed to achieve the
desired functionality mentioned in the scope of the work or any subsequent communication
in this regard) will be the intellectual property right of JREDA and will be sole property of
JREDA and no content of the same will be produced or used by the contractor for purpose
other than JREDA website without the prior permission of JREDA. The contractor must return
all the data to JREDA following expiry or termination of the contract.

16.0 ACKNOWLEDGEMENT:

Please acknowledge receipt of this work order, and confirm your acceptance. This Work Order
is subject to verification of related Bank Guarantees submitted by the contractor.

Encl: Annexure-

Yours faithfully

Wrector
JREA,Ranchi
Sl. No. 3 23
Name Of Agency / Organization NTPC
Work Order No. and Date GEMC-511687787938853 dated 20-06-2023
Project Description Custom Bid for Services - Job Contract to setup
Centralized Helpdesk for Application Support
Project Value (In INR) 4778801.76
Duration 2 Year
Project Stage Project Under Development
Contract|अनुबंध
Contract No|अनुबंध मांक: GEMC-511687787938853
Contract Generated Date|अनुबंध त थ : 20-Jun-2023
Bid/RA/PBP No.|बोली/आरए/पीबीपी सं या: GEM/2023/B/3294713

Organisation Details|संगठन ववरण Buyer Details|खरीदार ववरण


Type| प: Central PSU Designation|पद : Buyer3CM
Ministry|मं ालय : Ministry of Power Contact No.|संपक नंबर : 0120-3778648-
Department| वभाग : NA Email ID|ईमेल आईडी : [email protected]
Organisation Name|संगठन का नाम : NTPC Limited GSTIN|जीएसट आईएन : -
Office Zone|कायालय े : Cc-eoc Noida Engineering Office Complex,Plot No.-A -8A,Sector-24,NOIDA,
Address|पता :
GAUTAM BUDDHA NAGAR, UTTAR PRADESH-201301, India

Financial Approval Detail| व ीय वीकृ त ववरण Paying Authority Details|भुगतान ा धकरण ववरण
IFD Concurrence|आईएफडी सहम त : No Role: PAO
Designation of Administrative Approval| Payment Mode|
DGM NTPC
शास नक अनुमोदन का पदनाम: भुगतान का तरीका:
Designation of Financial Approval| Designation|पद : Sr. Manager
AGM
व ीय अनुमोदन का पदनाम : Email ID|ईमेल आईडी : [email protected]
GSTIN|जीएसट आईएन : N
Core 7, Scope Complex, 7 Institutional Area, Lodhi Road,
Address|पता: New Delhi,
CENTRAL DELHI, DELHI-110003, India

Consignee Details|परे षती ववरण

S.No| .सं. Consignee Name & Address|परे षती नाम & पता Service Description|सेवा ववरण

Contact|संपक : -
Email ID|ईमेल आईडी : [email protected]
GSTIN|जीएसट आईएन : -
1 Address|पता : Engineering Office Complex,Plot No.- Custom Bid for Services - Job Contract to setup Centralized Helpdesk for Application Support
A -8A,Sector-24,NOIDA,
GAUTAM BUDDHA NAGAR, UTTAR PRADESH-
201301, India

Service Provider Details|सेवा दाता ववरण


GeM Seller ID|जेम व े ता आईडी : E939190001018822
Company Name|कंपनी का नाम : IOTAS SOLUTIONS PRIVATE LIMITED
Contact No.|संपक नंबर : 09835068793
Email ID|ईमेल आईडी : [email protected]
C/O BHAGWAN DAS RAY,SOUTH MANDIRI NEAR KATHPUL,SOUTH MANDIRI,
Address|पता :
Patna, BIHAR-800001, -
MSME verified|एमएसएमई स या पत : Yes
MSME Registration number|एमएसएमई पंजीकरण सं या : UDYAM-JH-20-0001045
MSE Social Category|एमएसई सामा जक ेणी : General
MSE Gender|एमएसई लंग ेणी : Male
GSTIN|जीएसट आईएन: 10AAECI1673C1Z8

*GST / Tax invoice to be raised in the name of| जसके नाम के प म GST/TAX इनवॉइस पेश कया जाएगा - Consignee

Service Details|सेवा ववरण

Service Start Date (latest by)|सेवा ारंभ दनांक (नवीनतम) : 27-Jun-2023 Service End Date|सेवा समा त त थ : 26-Jun-2025

Category Name| ेणी नाम : Custom Bid for Services

Billing Cycle| ब लंग च : quarterly

The quantity of procurement "1" indicates Project Lumpsum Cost of


Description| ववरण
based or Lumpsum based hiring. Service in totality

Regulatory/ Statutory Compliance of Service YES

Compliance of Service to SOW, STC, SLA etc YES


1 4778801.76
Description /Nomenclature of Service Proposed for Job Contract to setup Centralized
procurement using custom bid functionality Helpdesk for Application Support

Total Amount (Formula)|कुल रा श (सू ) :


(1*Lumpsum Cost of Service in totality)

Total Value without Addons |ऐडऑन के बना कुल मू य (INR) 4778801.76

Total Addon Value|कुल एडऑन मू य (INR) 0

Total Value Including Addons|ऐडऑन स हत कुल मू य (INR) 4778801.76


Amount of Contract|अनुबंध क रा श

Total Contract Value Including All Duties and Taxes|सभी शु क और कर स हत कुल अनुबंध मू य (INR) 4778801.76

Price Break up offered|मू य वभाजन क पेशकश क : Price Break up offered Document link| ाइज़ ेक अप ऑफ़र कए गए द तावेज़ लंक
SLA Details|एसएलए ववरण

Preface : Agreement representing a Service Level Agreement (“SLA” or “Agreement”) between the Buyer and Service Provider has been uploaded in bid section . The purpose of
the agreement uploaded is to facilitate implementation of Services intended by the Buyer . Each documents as uploaded by buyer should be read in totality to conclude the
requirement of Custom e Bid floated on portal .

The Agreement uploaded in bid section will generally contain the Scope of Work, (SOW) , stakeholder's obligations, Special Terms and Conditions (STC) related to service delivery
as formulated by the Buyer and Payment Terms etc of the service for mutual understanding of the stakeholders. The Agreement remains valid till completion of Scope of Services
or end of contractual duration (whichever is earlier) unless either superseded by a revised agreement mutually endorsed by the stakeholders or terminated by either of the parties
thereof.

Guiding Principle : The Services contracts placed shall be governed by following set of Terms and Conditions :

1. General Terms and Conditions for Goods and Services;


2. Buyer’s Formulated Service Specific STC including the Service Level Agreement (SLA) for the service as uploaded with the bid in form of suitable matching document ,

The above terms and conditions are in reverse order of precedence .Service specific STC supersede GTC, whenever there are any conflicting provisions. The above set of terms
and conditions along with scope of work and service level agreement as enumerated in the document shall be construed to be part of the Contract between Buyer and Service
Provider.

Intended Objectives And Goals of SLA : The objective of Agreement (SLA) as uploaded in bid section is to ensure that all the commitments and obligations are in place to ensure
consistent delivery of service to buyer by service provider. Generally The goals of an Agreement are to:

1. Provide clear reference to service ownership, accountability, roles and/or responsibilities of both parties
2. Present a clear, concise and measurable description of service offered to the buyer
3. Establish Terms and Conditions for all the involved stakeholders, it also includes the actions to be taken in case of failure to comply with conditions specified
4. To ensure that all the parties understand the consequences in case of termination of services due to any of the stated reasons
5. The agreement will act as a reference document that both the parties have understood the above-mentioned terms and conditions and have agreed to comply by the
same. The agreement can also be revised/ modified on mutual consent of the stakeholders.

Parties To The Agreement

The main stakeholders associated with this agreement are:

1. Buyer: Buyer is responsible to provide clear instructions, approvals and timely payments for the services availed.
2. Service Provider: Service provider is responsible to provide all the required services in timely manner. Service provider may also include seller, any authorized agents,
assignees, successors and nominees as described in the agreement

The responsibilities and obligations of the stakeholders have been outlined in this document. The document also encompasses service level /penalties in case of non-adherence to
the defined terms and conditions. It is assumed that all stakeholders would have read and understood the same before signing the SLA document.

ADVISORY WITH RESPECT TO SCOPE OF SERVICE

Scope of Work (SOW) is the most important & crucial component of any bidding process. It is for this that the whole bidding process is entered upon to execute the scope of work
and deliver outcomes that the Government strives for. Scope of work directly affects the performance of contract therefore utmost care should be taken to aboid ambiguity with
respect to deliverable .

For example , in case of Complex / Intricate Consulting Services , Some key guiding principles for drafting scope of work may be as under :

“Detailed” specification of requirements is extremely critical – please ensure that even standard assumptions on scope of work are laid down and described .
Make sure that specifications are endorsed by key stakeholders .
Identify mandatory and non-mandatory requirements in scope of work · It should clearly provide the outcomes expected from solution/service delivery .
The scope of work should mention what the outcome is based upon – time or material?
A check should be made that the final specification of requirements :(a) addresses the targeted outcomes and business objectives . (b)meets the agreed stakeholder
needs (c) covers whole-of-life of the contract deliverables .
The objective, structure and expected set of contents of each knowledge item/deliverable should be laid down, in as much detail as possible, rendering the best level of
clarity to it.
The coverage of services needed in the form of activities like client visits, geographies to be studied, stakeholder meetings / interviews / workshops to be conducted, must
be detailed out to avoid delivery compromises .
Buyer must ensure that the service provider complies with the Rule 144(xi) of General Financial Rules (GFR), 2017 and the product supplied, if any, must also comply with
Make In India guidelines of DPIIT"

Important Note : Buyers authorities are advised to upload GAR report positively and without fail at appropriate place to ensure process complinace . Buyer may indicate about
requirement Past Experience if so required by uploading the same at time of bid creation including approval of their competent authority . Service Providers's response may
be assessed atime of technical evaluation.

Price Variation Clause:


"It is advisable to include Price Variation Clause in the long term contracts to take care of the increase/decrease in prices of various ingredients which majorly affect the overall
price of the service. Buyers are therefore advised to include the Price Variation Clause (PVC) in the bid document through ATC for long term contracts. The additional payment, if
any, on account of PVC can be done offline till such time online functionality is developed on GeM."

Additional Required Data/Document(s) : Buyer|अ त र त आव यक डेटा/द तावेज़: खरीदार

1. Instruction To Bidder : click here


2. Scope of Work : click here
3. Special Terms and Conditions (STC) of the Contract :click here
4. Service Level Agreement (SLA) : click here
5. Payment Terms : click here
6. GEM Availability Report ( GAR) : click here

Additional Data/Document(s) : Seller|अ त र त डेटा/द तावेज़ : व े ता


1. Compliance Documents In Respect Of Sow Etc :click here
2. Compliance Documents In Respect Of Project Experience Of Firms : click here
3. Compliance Documents In Respect Of Resource Qualification , Profiles & Past Experience /expertise :click here
4. Compliance Documents In Respect Of Pqc And Itb : click here
5. Certificate (Requested in ATC) : click here

Price Bifurcation Excel File details|मू य भाजन ए सेल फ़ाइल ववरण: BOQ BREAKUP

ePBG Detail | ईपीबीजी ववरण

Advisory Bank | सलाहकार बक : ICICI

ePBG Percentage(%) | ईपीबीजी तशत (%) : 3.00

The bidder shall furnish ePBG as applicable as per bid's terms and conditions | बोली लगाने वाले को बोली के नयम और शत के अनुसार लागू ईपीबीजी तुत करना होगा

Terms and Conditions| नयम और शत

1. General Terms and Conditions-

1.1 This contract is governed by the General Terms and Conditions , conditions stipulated to this Product/Service as provided in the Marketplace.
1.2 This Contract between the Seller and the Buyer, is for the supply of the Goods and/ or Services, detailed in the schedule above, in accordance with the General Terms and
Conditions (GTC) unless otherwise superseded by Goods / Services specific Special Terms and Conditions (STC) and/ or BID/Reverse Auction Additional Terms and Conditions
(ATC), as applicable

2. Buyer Added Bid Specific Terms and Conditions-

2.1 Buyer Added Bid Specific ATC :


Buyer Added text based ATC clauses

I) Amount of Bid Security/EMD (in favour of NTPC Ltd., payable at NOIDA) :

INR 50,000/- (Indian Rupees Fifty Thousand only).

EMD/Bid Security should reach at following address:

To, DGM(CM)/Manager (CM),

6TH FLOOR, Engineering Office Complex, NTPC Ltd.,

Plot no. A-8A, Sector 24, NOIDA(UP), India-201 301

Earnest Money Deposit/Bid Security can be submitted in one of the following forms:

1. Demand Draft in favour of NTPC Ltd payable at NOIDA.

2. Bank Guarantee from any of the banks specified in the bidding documents. The BG shall be valid for a period of 225 days from the date of opening of techno-commercial bid.

3. Online Transfer through NEFT/RTGS to NTPC’s Bank whose details are given below:

NAME: NTPC LTD.

NAME OF BANK: STATE BANK OF INDIA

CURRENT ACCOUNT NO.: 52142904702

IFSC: SBIN0020511

MICR: 110002658

While carrying out online transfer, Bidders shall ensure to enter “EMD - Tender No-Vendor Name” in the

Text / Remarks / Reason field. Bidder shall intimate the details of same through email to concerned C&M

department and also upload the details in the Technical Bid in GeM portal in the following format:

Declaration for EMD Deposit

Tender No. :

Vendor Name :

UTR Reference :

Amount:

Date of Transfer:

Transferor Bank:

(Signature of Vendor with Seal)

II) Contract
Duration: The contract period shall be Two (02) years from date of start as intimated b
y EIC. NTPC reserves the right to reduce the duration of contract with one-month notice without a
ssigning any reason thereof. NTPC reserves the right to extend the contract for further period of
3 months on same rate, terms & conditions.
III) Contract Performance Guarantee: The successful bidder shall be required to furnish the Contract Perf
ormance Guarantee (CPG) for an amount equal to 3% of total order value valid for three months beyond
the contract period from the date of Purchase order.
The BG is to be submitted within 30 days of placement of order. In case the bidder fails to submit the CP
G, an equivalent amount shall be retained from the running bills.
IV) Payment Terms: Payment shall be made on quarterly basis on satisfactory certification of EIC.
V) The bidder shall have experience in managing Helpdesks / providing of support for IT Applications for
a minimum period of 02 years.
Copies of Certificates from the client(s) towards execution (with value of work executed and period of e
xecution) of similar work along with copies of Purchase orders/ Contracts in support of meeting along wi
th Client contact detail to be furnished for verification.

Revised Scope of Work as per contract|अनुबंध के अनुसार काय का संशो धत दायरा

Click here to download revised scope of work as per contract.

Note: This is system generated file. No signature is required.

नोट: यह स टम जनरेटेड फाइल है। कोई ह ता र क आव यकता नह है।


NTPC Limited
( A Government of India Enterprise )
EOC Noida Office
EOC, SECTOR-24,
NOIDA
Uttar Pradesh- 201301, India
Telephone No. : Fax No. : 01202410136

Service Purchase Order


PAN No. : AAACN0255D
CIN No. : L40101DL1975GOI007966

Purchase Order No. : 4800012412-006-1001 Date : 26.07.2023 ( version : 0 )

To Vendor Code : 1216167 (SME Vendor)


IOTAS SOLUTIONS PRIVATE LIMITED
C/O BHAGWAN DAS RAY,SOUTH MANDIRI
NEAR KATHPUL,SOUTH MANDIRI
PATNA
PATNA
Bihar
India - 800001
Tel: 9835068793
E-Mail : [email protected]

Subject: : Job Contract to setup Centralized Helpdesk for Application Support.


NIT NO. : Dated
Your Offer No. :
Your Reference :
Our Reference : GEM/2023/B/3294713 dated 03.04.23 & GEMC-511687787938853 dated 20.06.2023.

Dear Sir,
This has reference to our above mentioned NIT, Your offer and subsequent discussions. We are pleased
to accept your offer opened on and confirm having awarded on you the work of Job Contract to setup
Centralized Helpdesk for Application Support. of total value INR 4,049,832.00 (Rupee FORTY LAKH
FORTY-NINE THOUSAND EIGHT HUNDRED THIRTY-TWO ONLY) mentioned in the scope of works, special
terms & conditions, Bill of quantities etc.
The duration of the service period shall be from 27.06.2023 to 26.06.2025. Though the duration of contract
shall remain same, the actual date of commencement of the contract shall be as per the direction of EIC. Sh.
R.P. Dunga DGM(IT) shall be EIC for this work.
This service purchase order along with its annexure is being issued to you in duplicate .We request you to
return the duplicate copy of this service purchase order, duly signed on each page by your authorised signatory
in token of your unequivocal acknowledgment of the same within 15 days from the date of this service purchase
order. If no communication is received within 15 days of receipt of Purchase Order, it will be treated that order
has been accepted in entirety.
We thank you for the interest shown by you in our project and the cooperation extended to us. We expect
to receive your continued cooperation in future also.

Thanking You,
For & on behalf of NTPC Limited.

Manager (CM)

Enclosures :

Registered Office: NTPC Bhawan, Core-7, Scope Complex, Institutional Area, Lodhi Road, New Delhi-110003
Phone No. -(011)24360100, Fax No. -(011)24361018. Website: www.ntpc.co.in
PO No. : 4800012412 Page No. 2 / 6

(Bill of Quantity)
Name of Work: Job Contract to setup Centralized Helpdesk for Application
Support.

SI No. Code Description Unit Quantity Net Price Amount Long


Text
Delivery/Invoicing Address:
1001 EOC Noida Office
EOC, SECTOR-24, NOIDA
Uttar Pradesh
201301
India

01202410136
Invoicing to be done on
GST No. : 09AAACN0255D9ZO

10 Job contract for Centralized Helpdesk AU 1.000 4,049,832.00 4,049,832.00


Tax: IN:Integrated GST @ 18.00 % Extra

10 .10 Providing of Tel Support to raise SR MON 24 45,858.0000 1,100,592.00


10 .20 Support in Maintenance of Applications MON 24 65,885.0000 1,581,240.00
10 .30 Support for User Acceptance MON 24 57,000.0000 1,368,000.00
Testing&Doc.
TOTAL OF BOQ PART : 00010 INR 4049832.00
------------------------------------- ------------------------------------------------
Amount 4049832.00
Other Charges 0.00
------------------------------------- ------------------------------------------------
Net Amount on BOQ PART : 00010 INR 4049832.00

Net Total Amount INR 4,049,832.00


Less Rebate/Amount INR 0.00
Grand Total INR 4,049,832.00
INR FORTY LAKH FORTY-NINE THOUSAND EIGHT HUNDRED THIRTY-TWO ONLY

Manager (CM)
PO No. : 4800012412 Page No. 3 / 6

Terms & Conditions


------------------------------

Payment Terms
Payment shall be made on quarterly basis on satisfactory certification of EIC.

Invoice to be raised on delivery/invoice address against the given PO line items.

Special Instruction
This is a regularising PO against GeM contract no GEMC-511687787938853 dated 20.06.2023.The salient
terms & conditions of contract are as below:

i.Contract Period: The contract period shall be Two (02) years from date of start as intimated by EIC. NTPC
reserves the right to reduce the duration of contract with one month notice without assigning any reason thereof.
NTPC reserves the right to extend the contract for further period of 3 months on same rate, terms & conditions.
(Bid doc to be seen)

ii.CPG: The contractor shall be required to furnish the Contract Performance Guarantee (CPG) for an amount of
Rs. 1,43,364 valid for three months beyond the contract period from the date of Purchase order.
The BG is to be submitted within 30 days of placement of order. In case the bidder fails to submit the CPG, an
equivalent amount shall be retained from the running bills.

iii. Payment Terms:


Payment shall be made on quarterly basis on satisfactory certification of EIC.

iv.Taxes shall be paid extra as per actual. Presently GST @18% is applicable.

All other terms & conditions shall be as per GeM bid no GEM/2023/B/3294713 dated 03.04.23.

Manager (CM)
PO No. : 4800012412 Page No. 4 / 6

Break up of Price (For Service Related Lines Only)


------------------------------------------------------------------------------

Sl No. Service Description Qty. UOM Rate Premium Discount Addl Net Value
Code Discount Rate
10 .10 Providing of Tel 24 MON 45,858.00 0.00 0.00 0.00 45,858.00 1,100,592.00
Support to raise SR 00
10 .20 Support in 24 MON 65,885.00 0.00 0.00 0.00 65,885.00 1,581,240.00
Maintenance of 00
Applications
10 .30 Support for User 24 MON 57,000.00 0.00 0.00 0.00 57,000.00 1,368,000.00
Acceptance 00
Testing&Doc.
Prepared By:
DEEPA VERMA

Manager (CM)
PO No. : 4800012412 Page No. 5 / 6

List of Documents
----------------------------

Please note that below documents are needed to be provided along with Invoice.

S.No. Document Description


1 Invoice

Manager (CM)
Page No. 6 / 6

NTPC VENDOR PAYMENT PORTAL & PAYMENT PROCEDURE

1.For all the cases where payment documents are to be directly submitted to NTPC (excluding Payment
through Bank cases), the Invoice and supporting document(s) as required in the Purchase Order have to be
Digitally Signed with class II or III digital signature and uploaded in the &gv_cocd& Vendor Payment Portal
https://pradip.ntpc.co.in/VendorFinal/Login.jsp.

In such cases, there will be no requirement of physical copy of invoice & documents except for Lorry Receipts
(LRs)/ Delivery Challan, which are normally sent along with the material/ transporter. Bank Guarantees to be sent in
original wherever applicable.

2.From 01.01.2020, NTPC will accept only digitally signed Invoice & supporting documents from Vendors for
direct payment cases. Submission of documents in physical form shall not be accepted by NTPC unless
otherwise asked for in the PO.
For such cases of physical submission, Vendors are required to send complete set of documents including invoice
etc. addressed to the "Invoice Receipt Center" of the Delivery/ Invoicing Address as mentioned in the Purchase
Order Annexure 1/ BOQ Sheet.

While submitting the Invoice/ Bills & related documents in physical form, Vendors are required to mention the
following details on the top of the envelope:
a. Invoice/Bill reference No.
b. NTPC PO No./ Package no.
c. NTPC Vendor Code asper PO

In addition to above, vendors are requested to mention their correspondence E-mail & Mobile No.in the Covering
Letter, through which invoice processing related information/clarification request may be sent.

3.Vendors can track / monitor the status of payments from the Vendor payment portal. Help documents are
available in the portal. Vendors are requested to make full use of the Vendor Payment Portal.

4.For payment cases through bank, all original documents are to be submitted in bank as per terms of PO.

Alternate Mode of Payment for Micro Small & Medium Enterprises (MSMEs):

Trade Receivables Discounting System (TReDS) is a regulatory framework put in place by the Reserve Bank of
India under the Payment and Settlement Systems Act 2007 (PSS Act) to facilitate the financing of trade receivables
(invoices) of MSMEs through invoice financing by multiple financiers.

The Reserve Bank of India has granted approval to Mynd Solutions Pvt Limited, A.TREDS Ltd and Receivables
Exchange of India Ltd (RXIL) to set up and operate TReDS platforms. The Respective TReDS platforms names of
the above-mentioned entities are M1xchange, Invoicemart and TREDS.

Currently NTPC Limited is transacting with M1xchange and RXIL TReDS platforms.
MSME Vendors may choose the TReDS platforms as an alternate payment mechanism.

For queries/ details, the vendor may directly contact M1xchange or RXIL at:-

M1XCHANGE:- RXIL:-
URL: https:\\m1xchange.com URL: https:\\www.rxil.in/Home/Index
Toll free No.: 1800-103-7261 Phone: 022-40771424, 40771426
Toll free No.: 1800 1038 311

Vendor must ensure the delivery of material and service before uploading invoices at TReDS portal for discounting.
After uploading invoices on TReDS portal, vendor has to upload invoices on NTPC payment portal in case of
Non-GeM contract and in case of GeM Contract invoices shall be uploaded on GeM portal, immediately . All
relevant documents required for processing of payments as per P.O/Contract terms and conditions shall be made
available by the Vendor along with the invoice.
NTPC Limited
ABSTRACT OF COST FOR SES

Name of the Contractor : IOTAS SOLUTIONS PRIVATE LIMITED LOA No. & Date : 4800012412 - 26.07.2023
(1216167)
Location : EOC Noida Office Name of the work : Job Contract to setup
Centralized
Service Entry Sheet No. : 1003355445 Period of measurement : 10.10.2023 - 09.01.2024
SES Short Text : RAB-2 Date of Run : 10.01.2024
Generated By : Ratna Prasanth Dunga

QUANTITY AMOUNT (In INR)


Item.No. Service Description Unit As in Upto Since Total Rate (In Eff. Rate Upto Since Total
Code BOQ Previous Previous Upto INR) (In INR) Previous Previous Upto
Bill Bill Date Bill Bill Date
PO Line Item Number 00010 : Job contract for Centralized Helpdesk
0000000010 Providing of Tel Support MON 24.000 3.000 3.000 6.000 45858.00 45858.00 137574.00 137574.00 275148.00
to raise SR
0000000020 Support in Maintenance MON 24.000 3.000 3.000 6.000 65885.00 65885.00 197655.00 197655.00 395310.00
of Applications
0000000030 Support for User MON 24.000 3.000 3.000 6.000 57000.00 57000.00 171000.00 171000.00 342000.00
Acceptance Testing&Doc.

Net Amount Payable : 506,229.00 (Five hundred six thousand two hundred twenty-nine)
Taxes : 0.00 (Zero)
Others : 0.00 (Zero)
Total Amount Payable (incl. taxes) : 506,229.00 (Five hundred six thousand two hundred twenty-nine)

PO No. : 4800012412 SES No.:1003355445 Page 1 of 2 10.01.2024 - 15:56:35


CERTIFICATES

1. Work has been done/completed as per specification, scope of work, Drawing and Terms & Conditions of the contract.
2. Method of measurement is as mentioned in the contract
3. It is certified that the works billed in the invoice have been executed and all relevant checks/ inspection and associated tests as per approved FQP and contract technical
specification have been carried out and results are in conformity. Surveillance on all category #C# checks have been carried out and found in conformity. Documentation and
records as per approved FQP have been maintained.
4. Reconciliation Statement for owner issue materials is enclosed/ No owner's materials were issued to the agency.
5. Agency has complied with all statutory requirements including Labour Law Compliance.
6. Applicable Taxes & Duties may be deducted.
7. Retention and net payable amount as per detail below.
8. Details of deduction for Retention, Security deposit, Penalty and recovery of HRR, electricity, Hiring of equipment etc as per details given below.

Signature of Contractor Signature of Site Engineer Signature of EIC


( Name / Sig / Date ) ( Name / Sig / Date ) ( Name / Sig / Date )

SES Created By : Ratna Prasanth Dunga


Desg. of Creator : DY. GENERAL MANAGER
Mobile Number : 9445002484
Release Status @: 10.01.2024 - 15:56:35
Released by Engieener(EG).USER : (00008219),Ratna Prasanth Dunga on-10.01.2024

PO No. : 4800012412 SES No.:1003355445 Page 2 of 2 10.01.2024 - 15:56:35


Sl. No. 4
Name Of Agency / Organization Jharkhand Tourism Development Corporation
Ltd.
Work Order No. and Date 710/2021 dated 06-09-21
Project Description Annual Maintenance & Support of Jharkhand
Tourism Website & Web based Application for
Jharkhand Tourism Development Corporation
Limited (JTDCL) and Social Media management
for Jharkhand Tourism for Two Years.
Project Value (In INR) 29,68,680/-
Duration 2 Year
Project Stage Currently ongoing and is in progress.
ISPL/LTR/0039/2024-25 13/05/2024

To,
Meenakshi Sunder
Bhabha Atomic
Research Centre (BARC),
Central Complex, Trombay,
Mumbai 400085

Sub: MSME Exemption for project experience of Bid No.: GEM/2024/B/4890486,


Dated 25-04-2024.

Dear Sir,
IOTAS Solutions Private Limited is registered with Jharkhand MSME (UDYAM-JH-
20- 0001045) for IT & ITES Related development and innovation work and, as per Bid
No.: GEM/2024/B/4890486, Dated 25-04-2024 seeks exemption for experience.
Kindly consider the attached documents.
Enclosed:
1) MSME Udhyam Certificate Copy.
2) Ranchi DIC Inspection Report Copy
3) Certificate of Recognition (Startup India) from DPIIT

(Mani Shankar Singh)


Authorized Signatory
Udyam Registration Number : UDYAM-JH-20-0001045

Type of Enterprise MICRO Major Activity Services


M/S IOTAS SOLUTIONS PRIVATE
Type of Organisation Private Limited Company Name of Enterprise
LIMITED
M/S IOTAS SOLUTIONS PRIVATE
Owner Name PAN AAECI1673C
LIMITED
Do you have GSTIN Yes Mobile No. 9835068793
Email Id [email protected] Social Category General
Gender Male Specially Abled(DIVYANG) No
Date of Commencement of
Date of Incorporation 16/06/2016 16/06/2016
Production/Business

Bank Details

Bank Name IFS Code Bank Account Number


IDBI BANK IBKL0002065 2065102000004732

Employment Details

Male Female Other Total


12 1 0 13

Investment in Plant and Machinery OR Equipment (in Rs.)

SNo. Financial Enterprise Written Exclusion of cost Net Investment in Total Export Net Is ITR ITR
Year Type Down of Pollution Plant and Turnover Turnover Turnover Filled? Type
Value Control, Machinery OR (A) (B) [(A)-(B)]
(WDV) Research & Equipment[(A)-(B)]
Development
and Industrial
Safety Devices

1 2019-20 Micro 507428.00 0.00 507428.00 14027988.00 0.00 14027988.00 Yes ITR -
3, 5,
6

2 2018-19 Micro 426495.00 0.00 426495.00 31817803.00 0.00 31817803.00 No NA

Unit(s) Details

SN Unit Name Flat Building Village/Town Block Road City Pin State District
IOTAS SOLUTIONS C/O BHAGWAN SOUTH SOUTH NEAR DURGA
1 PATNA 800001 BIHAR PATNA
PRIVATE LIMITED DAS RAY MANDIRI MANDIRI MANDIR
IOTAS SOLUTIONS GS-04 AND GS- VINAYAKA OPPOSITE NATH NEAR KADRU
2 KADRU RANCHI 834002 JHARKHAND RANCHI
PRIVATE LIMITED 10 APARTMENT HOSPITAL OVER BRIDGE

Official address of Enterprise


Flat/Door/Block No. GS-4, GS-10, G FLOOR Name of Premises/ Building VINAYKA APARTMENT
Village/Town RANCHI Block OPPOSITE NATH HOSPTAL
Road/Street/Lane KADRU OVER BRIDGE, KADRU City RANCHI
State JHARKHAND District RANCHI , Pin : 834002
Mobile 9835068793 Email: [email protected]

National Industry Classification Code(S)

SNo. Nic 2 Digit Nic 4 Digit Nic 5 Digit Activity


26 - Manufacture of 2651 - Manufacture of measuring,
26515 - Manufacture of radar equipment, GPS devices, search, detection,
1 computer, electronic and testing, navigating and control Manufacturing
navigation, aeronautical and nautical equipment
optical products equipment
35 - Electricity, gas, steam 3510 - Electric power generation,
2 35105 - Electric power generation using solar energy Manufacturing
and air conditioning supply transmission and distribution
4220 - Construction of utility 42202 - Construction/erection and maintenance of power,
3 42 - Civil Engineering Manufacturing
projects telecommunication and transmission lines
4 58 - Publishing activities 5820 - Software publishing 58202 - Publishing of operating business and other applications Services
63121 - Operation of web sites that use a search engine to generate and
63 - Information service
5 6312 - Web portals maintain extensive databases of internet addresses and content in an easily Services
activities
searchable format
74 - Other professional, 7490 - Other professional,
6 scientific and technical scientific and technical activities 74909 - Other professional, scientific and technical activities n.e.c. Services
activities n.e.c.

Are you interested to get registered on Government e-Market (GeM) Portal Yes
Are you interested to get registered on TReDS Portals(one or more) Yes
DIC RANCHI
MSME-DI RANCHI
Date of Udyam Registration 24/08/2020
CERTIFICATE NO:
DIPP20726
Government of India
Ministry of Commerce & Industry
Department for Promotion of Industry and Internal Trade

CERTIFICATE OF RECOGNITION
This is to certify that IOTAS SOLUTIONS PRIVATE LIMITED incorporated as a Private Limited Company on 16-06-
2016, is recognized as a startup by the Department for Promotion of Industry and Internal Trade. The startup is working in 'IT
Services' Industry and 'Web Development' sector as self-certified by them.

This certificate shall only be valid for the Entity up to Ten years from the date of its incorporation
only if its turnover for any of the financial years has not extended 100 Cr.

28-07-2021 15-06-2026
DATE OF ISSUE VALID UPTO
11. Annexure-V
DECLARATION

I/We, the proprietor/proprietors hereby declare that to the best of our knowledge and belief
we do not have any person from our blood relatives who may be employed in KMG, BARC. We also
hereby declare that it will be ensured that persons to be deployed for Date Entry and Auxiliary jobs
will not be from among the blood relatives of employees in KMG, BARC.

We further declare that at any time during execution of the work, if it is learnt that any
person deployed here is blood relatives of employee in KMG, BARC the person will be removed and
other suitable person will be deployed.

Signature of the Tenderer

Date: 11-05-2024 ---------------------------------------------------

(Seal / Rubber stamp of the Tenderer)


12.ANNEXURE – VI

Undertaking
To
Head
BARC, Mumbai
MH-400094
(Notice Inviting Bid for Manpower Outsourcing Service - Minimum Wages at HRDD, BARC Mumbai)Sir,

1. I /we hereby submit our bid for Manpower Outsourcing Service - Minimum Wages at HRDD, BARC,
Mumbai along with other required documents.

2. I/ We are enclosed herewith the following in favor of HRDD, BARC, Mumbai towards EMD & TenderFee.

Particular Amount Transaction No. & Date Bank Name


Tender Fee Rs. 500 We request exemption as an MSME
_
and startup company.
EMD Rs. 74000 We request exemption as an MSME
_
and startup company.

3. This is to certify that I/We before signing this bid have read and fully understood all the terms and
conditions and instructions contained therein and undertake myself/ourselves abide by the said terms and
conditions.

4. I/We shall provide trained manpower. Full manpower will be engaged on daily basis for the Services sought
under this contract as per given schedule or as per instructions issued by HRDD, BARC, Mumbai.
5. I/We agree to pay minimum wages, EPF, ESI / Workmen Compensation Insurance and other statutory
payments on or before 10th day of every month.

6. Substitute manpower will be made available as and when required. Extra manpower if any called during
conference / meetings etc. will be provided on 24 hours’ notice.

7. I/We abide by the provisions of Minimum Wages Act, Contract Labour Act and other statutory provisions
like Provident Fund Act, ESI / Workmen Compensation Insurance, Gratuity, Leave, Relieving Charges and
Allowance thereof and any other charges applicable from time to time. I/We will pay the wages to the
personnel deployed as per Minimum Wages Act as amended by the Government of India from time to time
and shall be fully responsible for any violation.

Thanking you

Yours faithfully, Mani Shankar Singh


(Authorized Signatory with Seal)
Undertaking for Compliance with Labour Laws

This is to notify you that our Company IOTAS Solutions Pvt. Ltd. intends to submit a Bid in
response to invitation against Bid No. GEM/2024/B/4890486 dated 25-04-2024 for Custom Bid for
Services - Service Provider for providing the services related to Data entry operations Library Project
trainee software operation and office Auxiliary jobs of various activities.

In accordance with the above, we hereby undertake to comply with all the following labour
laws and regulations affecting contract labour:

• The Minimum Wages Act, 1948, and any amendments made to it.
• The Contract Labour (Regulation and Abolition) Act, 1970, and all rules framed under it.
• Any other labour laws affecting contract labour that may be brought into force or amended
from time to time.

We understand that any non-compliance with the aforementioned labour laws and
regulations may result in penalties and legal action. We are committed to upholding the rights and
well-being of our workers and will ensure our practices are in accordance with all applicable labour
laws.

Sincerely,

Name: Mani Shankar Singh

Designation: Authorized Signatory

Seal:
DECLARATION
Non-Blacklisted

This is to notify you that our Company IOTAS Solutions Pvt. Ltd. intends to submit a bid in response
to invitation against Bid No. GEM/2024/B/4890486 dated 25-04-2024 for Custom Bid for Services -
Service Provider for providing the services related to Data entry operations Library Project trainee
software operation and office Auxiliary jobs of various activities.

In accordance with the above we declare that:

a. We are not involved in any litigation that may have an impact of affecting or compromising the
delivery of services as required under this assignment.
b. We have never been blacklisted / banned /declared ineligible / declared having dissatisfactory
performance by any State/ Central Government or PSU Organization or bilateral/multilateral funding
agencies or quasi-government for breach of ethical conduct or fraudulent practices as on date of
submission of the proposal.

Sincerely,

Name: Mani Shankar Singh


Authorized Signatory

You might also like