CORRIGENDUM RFP FOR EMPANELMENT OF CONSULTANTS AND THIRD PARTY AUDITORS FOR E-GOVERNANCE INITIATIVES IN GOVERNMENT OF ODISHA

Similar documents
Subject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version)

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

Central Electricity Supply Utility of Odisha

Disable friendly Washrooms at hostel blocks (A & E)

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work:

INDIAN INSTITUTE OF TECHNOLOGY INDORE

CORRIGENDUM. The tender date for POLARIMETER to be used at SCS, NISER is further extended as per the following.

Date: October 24, 2016

LIMITED TENDER DOCUMENT FOR ORGANIZING HERITAGE INDIA QUIZ 2017

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

NIT LIMITED NO. NC-202-SCS-P-NOCB CO2 INCUBATOR

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

RATE CONTRACT FOR SUPPLY OF PACKING MATERIALS at CCIC Mumbai Branch

Bangalore International Airport Limited INFORMATION DOCUMENT

SHORT TENDER FOR INAUGURATION CEREMONY OF MAHATMA GANDHI NATIONAL INSTITUTE FOR SKILL DEVELOPMENT & ENTREPRENEURSHIP. NOON

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

Expression of Interest

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP)

NIT LIMITED NO. NC-118-PLAN-SPS PULSE PICKER FOR ULTRAFAST FIBER LASER

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29)

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26)

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION AIR CONDITIONER

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

VADODARA SMART CITY DEVELOPMENT LTD.

University of Lucknow

TENDER FOR IT TRADE.

NIT LIMITED NO. NC PHY MULTIFUNCTIONAL HEAVY DUTY DIGITAL COPIER/PRINTER/SCANNER

Pakistan International Airlines Procurement Logistics Department Commercial Purchases Section Tel: , Fax:

Ref: AIDC/CC/KP/1/2507 Date: 18/07/2017

BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE Tel.: INVITATION FOR QUOTATION

TENDER. Limited Tender Enquiry for supply of CCTV Camera in the O/o DGCA

DELHI METRO RAIL CORPORATION LTD.

NOTICE INVITING NOTICE BOARD TENDER (NBT)/LTE FOR SUPPLY OF PRE-PRINTED CONTINUOUS COMPUTER STATIONERY FOR BRANCH SALES OFFICE & STOCKYARD, LUDHIANA

institutions and Public Sector Undertakings for similar works.

UNION BANK OF INDIA STAFF COLLEGE

NOTICE INVITING TENDER

Procurement of Digital Podium (For Contracts value estimated to cost less than Rs. 25 lakhs)

Telephone:(04142) ,269426,269423:Telegram:TAPSHIKSHA TeleFAX : : & Web Add:

Bihar Renewable Energy Development Agency. Expression of Interest (EOI)

NIT LIMITED NO. NC MATH VIDEO CAMERA

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

TECHNOLOGY STUDENTS GYMKHANA INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR

TENDER NOTICE FOR THE APPOINTMENT OF INTERNAL AUDITORS TERMS OF REFERENCE. the Accounts Manual need to be followed in letter and spirit.

CERTIFIED REFERENCE MATERIALS

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment.

NIT LIMITED NO. C-195-PLAN-SPS ANTI-REFLECTION (AR) COATED OPTICAL LENSES

TENDER DOCUMENT CONDUCTING OUTBOUND EXPERIENTIAL TRAINING FOR EMPLOYEES OF SPICES BOARD

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

Tender for Engagement of Chartered Accountant CONTENTS

र य फ शन ट न ल ज स थ न (व म लय, भ रत सरक र) क लक त क

CONSTRUCTION OF NEW 132/33 KV GIS SUBSTATION AT KULI, DISTRICT - MURSHIDABAD. (Package-12)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

Sl.NO. Particulars Unit EMD Amount 1 Supply & Installation of Automatic Milk Fat 120 No s 1,00,000-00

NIT LIMITED NO. NC-31-SBS-P-MID (WITH REVISED SPECIFICATIONS) BENCHTOP REFRIGERATED CENTRIFUGE

JAMIA HAMDARD HAH CENTENARY HOSPITAL HAMDARD NAGAR, NEW DELHI Phone : , Extn 5326 Website :

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

TENDER FOR INSPECTION AND RADIOGRAPHIC TESTING OF WELDING JOINTS

Odisha Power Generation Corporation Limited IB Thermal Power Station

EXPRESSION OF INTEREST (EOI)

Technical Assistance for IT Training under the e- Governance project Envision Ministry of Environment and Forests Paryavaran Bhavan, CGO Complex Delhi

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date:

Date of Floating Tender: 20/04/2018 Date of Closing Tender: 07/05/2018

Request for Proposal (RFP) Empanelment of Resource Institution (RI)

PANJAB UNIVERSITY, CHANDIGARH TENDER NOTICE FOR SUPPLY OF HP TONER/CARTRIDGE FOR PRINTERS

TENDER NOTICE KENDRIYA VIDYALAYA NO 2 AFS TAMBARAM MADAMBAKKAM CAMP, SELAIYUR(PO) CHENNAI /07/11

Tender Ref.: NTC(WR)/E-TENDERING AGENCY/2017/ DATE: 25/08/2017

EXPRESSION OF INTEREST FOR ONLINE PAYMENT COLLECTON SYSTEM

Tender Document for Preparation of Tableau for State Level Republic Day Celebration - 26 th January, 2010

Expression of interest

NIT LIMITED NO. NC-449-SBS-P-CMB LABWARE CLEANER/DISINFECTOR WITH HOT AIR DRYER

KUDUMBASHREE STATE MISSION

SARDAR VALLABHBHAI NATIONAL INSTITUTE OF TECHNOLOGY,SURAT

EOI for System integrator in Smart City project

Tender Submitted Under the Scheme of. Vision Group of Science and Technology (VGST) /

INVITATION FOR QUOTATIONS FOR SUPPLY OF EQUIPMENT THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

GAIL (INDIA) LIMITED

NOTICE INVITING TENDER FOR AMC CCTV SURVEILLANCE SYSTEM AND SECURITY ACCESS CONTROL

-1- Limited (A RFP / / Dt. PEC L/ISO/ /02 BACKGROUND DATE SHEET. Tender closing. time/ date

FORMAT FOR GIVING DETAILS OF TENDER

TENDER DOCUMENT. TENDER No.: BHI/PI(S)/675/1007 FOR

DIVISION OF GENETICS ICAR-INDIAN AGRICULTURAL RESEARCH INSTITUTE PUSA, NEW DELHI

NOTICE INVITING TENDER Notice Inviting Tender No. 25/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

Notice Inviting Quotation

DEPARTMENT OF YOUTH SERVICES APSTEP-SECUNDERABAD. No.1225/apstep/Trg/15-16 Dated: SHORT TENDER NOTICE

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015

Name of the tender: COMPREHENSIVE AMC PROVIDING RODENT & PEST CONTROL SERVICES IN STPI, CHENNAI (For the period of ONE year)

REQUEST FOR PROPOSAL

INVITATION FOR QUOTATIONS FOR SUPPLY OF EQUIPMENT THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

BHAVAN, 4/2ASHOK NAGAR,.P.B NO: 227 GUNTUR PH.NO: /943,FAX:

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

THE TAMILNADU CO-OPERATIVE MILK PRODUCERS FEDERATION LIMITED NO.2-A, PASUMPON MUTHURAMALINGAM SALAI NANDANAM, CHENNAI-35.

1. Date of issue of tender-form : to till 2.00 PM. 2. Last date & time of submission of Tender: up to 3.00 PM.

PRINTING OF DIARY PART A (Technical Bid)

Transcription:

CORRIGENDUM RFP FOR EMPANELMENT OF CONSULTANTS AND THIRD PARTY AUDITORS FOR E-GOVERNANCE INITIATIVES IN GOVERNMENT OF ODISHA (RFP Reference No: OCAC-SEGP-SPD-0008-2015-RFP-16007) SL# Clause No Page No Existing Clause Revised Clause Remarks 1. 2 7 Brief about RFP Tier-II- for small projects (Project value less than 2 Crore) Considering a project as Tier-I/Tier-II will be broadly based on complexity as well as cost of the project. However, the department will be the final authority to decide whether the project will be assigned to Tier-I/Tier-II after due consultation with SPLM. 2. 6.1 15 Project assignments to the empanelled bidders will be on the basis of time/resource estimates defined by respective Departments. Each project, therefore, will have a definite date of project completion. For any time slippages, the bidders can induct more resources at their cost to meet the time schedules. Project delays on account of the Bidder will attract a penalty of 0.5% (point five percent) per week of the total project value for up to 30 days beyond which the Department will be free to get the job done from any one of the remaining empanelled consultants. However the maximum ceiling limit of the penalty would be 10% of the contract value of the respective assignment/project. Project assignments to the empanelled bidders will be on the basis of time/resource estimates defined by respective Departments. Each project, therefore, will have a definite date of project completion. For any time slippages, the bidders can induct more resources at their cost to meet the time schedules. Project delays on account of the Bidder will attract a penalty of 0.5% (point five percent) per week of the total project value for up to 30 days beyond which the Department will be free to get the job done from any one of the remaining empanelled consultants. The maximum ceiling limit of the penalty would be 10% of the contract value of the respective assignment/project. However, the concern Page 1 of 10

department/agencies may increase/decrease the penalty rate and ceiling limit at the time of awarding the work. 3. 7.2.11 19 Consultant (Cyber Security) Tier-I Education B.E / B. Tech with CISA / CISP/CISM/CEH/ISO 27000 Certification Penalty will not be applicable if the delay is not attributable to the bidder. Consultant (Cyber Security) Tier-I Education B.E / B. Tech with CISA/ CCNSP/ CISP/ CISM/CEH/ISO27000 Certification Tier-II B.E / B. Tech with CISA / CISP/CISM/ISO/ITIL/CEH/Six Sigma Certification Tier-II B.E / B. Tech with CISA/ CCNSP/ CISP/CISM/ISO/ITIL/CEH/Six Sigma Certification 4. 8.1 23 Project location The conveyance and accommodation shall be arranged by the concerned department as far as possible. 5. 10.2.1 24 Existence of the bidder for Tier-II The bidder should be in existence for at least 5 years in India and must have existence in Odisha for past 3 years Existence of the bidder for Tier-II The bidder must have existence in Odisha for past 3 years 6. 10.2.4 (Track-A) 25 The bidder s average revenue (from Consultancy/IT enabled services) should be more than 20 crore in each of the last 3 years - ending at March 31, 2015 The bidder s average revenue (from Consultancy/IT/IT enabled services) should be more than 10 crore in each of the last 3 years - ending at March 31, 2015 Page 2 of 10

7. 10.2.6 25 Certificate from the HR/Authorized Signatory on the company letterhead with names of the consultants 8. 10.2.7 10.3.5 25 26 Certificate from HR Head / Company secretary Certificate from the HR on the company letterhead on the number of employees in specific to IT/consultancy services visà-vis total number of employees Certificate from the HR on the company letterhead on the number of technical employees in India having valid certifications as described in clause For example PMP 10 resources Prince-2-20 resources etc. like wise 9. 10.2.9 10.3.7 10. 10.3.3 (Track-B) 25 27 The Firm/Agency should have ISO 9001:2008 Certification along with any of the following certifications CMMi (5) (CMMi 3 for tier-ii) or ISO 27000 or ISO 27001 9000. 26 The bidder s average revenue (from Consultancy/IT enabled services) should be more than 20 crore in each of the last 3 years - ending at March 31, 2015 Tier-I The Firm/Agency should have ISO 9001:2008 or CMMi (5) or ISO 27000 or ISO 27001:2013. Tier-II The Firm/Agency should have ISO 9001:2008 or CMMi 3 or ISO 27000 or ISO 27001:2013. The bidder s average revenue (from Consultancy/IT/IT enabled services) should be more than 10 crore in each of the last 3 years - ending at March 31, 2015 11. 10.4.1.1 27 Tier-I: 100 crores- 5 marks Additional 1 marks for each 25 crores up to maximum 5 marks Tier-I: 100 crores- 1 mark Additional 1 marks for each 25 crores up to maximum 5 marks Tier-II: 10 crores- 1 marks Additional 1 mark for each 5 crores up to maximum 5 marks Page 3 of 10

12. 10.4.2.1 28 The bidder would be evaluated for profiles of personnel available on rolls of the bidding agency 1. Three CVs for each level of Managerial profile 8 marks (4 marks for PC profile, 2 marks for SC profile and 2 marks for C profile ) 2.Three CVs for each level of Technical profile- 7 marks (4 marks for PC profile, 2 marks for SC profile and 1 marks for C profile ) 10.4.1.3 28 No. of consulting projects undertaken for the identified Departments under each category (as per clause 2.2) The bidder would be evaluated for profiles of personnel available on rolls of the bidding agency 1. Principal Consultant - 3 Marks 2. Sr. Consultant (Technology management) -1.5 Mark 3. Sr. Consultant (Change management & Capacity Building) -1.5 Mark 4. Sr. Consultant (Financial management) -1.5 Mark 5. Sr. Consultant (Business Process Re-engineering) -1.5 Mark 6. Sr. Consultant (Cyber Security) - 1 Mark 7. Consultant (Technology management) --1 Mark 8. Consultant (Change management & Capacity Building) -1 Mark 9. Consultant (Financial management) -1 Mark 10. Consultant (Business Process Re-engineering) -1 Mark 11. Consultant (Cyber Security) -1 Mark No. of consulting project or implementation projects (in core areas/subject of departments) undertaken for the identified Departments under each category (as per clause 2.2) Domain knowledge can also be acquired through implementation of IT project, so the implementation projects specific to function of Page 4 of 10

10.4.1.4 28 Local Experience: Experience of handling project management/consulting assignments in Odisha (in any Govt. sector) 10.4.3.1 29 Approach and Methodology towards BPR, Bid Management, Project Management with resource allocation, Coordinating and reviewing progress of external agencies, Undertaking cost-benefit analysis, Monitoring and Tracking progress of various e-governance projects, handling day to day operations issues etc. (10 Marks) Demonstration of capabilities related to scope of RFP with respect to different departments/ sectors/categories for empanelment of respective category (15 marks). Approach and Methodology for handling Capacity Building and change management of the various categories of employees of Govt. of Odisha.(5 marks) Bidder has to submit the documentation of the above with technical bid and make a Local Experience: Experience of handling project management/consulting assignments/tpa/project implementation in core area (not any application like web portal etc.) in Odisha (in any Govt. sector) Approach and Methodology towards BPR, Bid Management, Project Management with resource allocation, Coordinating and reviewing progress of external agencies, Undertaking costbenefit analysis, Monitoring and Tracking progress of various e- governance projects, handling day to day operations issues etc. (10 Marks) (suggestions/ideas on Project Management methodology to be followed in e-gov project-2 Marks, strategy to be followed for successful implementation of project-2 marks, Concept to popularise the Govt. services among citizens - 3 Marks, Approach for handling different stakeholders like SI, software developer, employees, citizen etc. during project implementation 3 marks) Demonstration of capabilities related to departments will be considered. Domain knowledge can also be acquired through implementation of IT project, so the implementation projects specific to function of departments will be considered Page 5 of 10

technical presentation before evaluation committee. 10.6.2 31 The least rates quoted amongst all the qualified bidder for each category of skill such as Principal Consultant, Senior Consultant and Consultant for each of the track shall be adjudged as L1. It is therefore likely that Principal Consultant rates of bidder A, Senior Consultant of bidder B and Consultant of bidder C could emerge as the L1 rates within a designated track. Likewise, such rates shall be adjudged for each of the track. This shall be called the Rate Chart Table. scope of RFP with respect to different departments/ sectors/categories for empanelment of respective category (as per the categories of department at clause no 2.2 Categorisation of Departments (15 marks). Approach and Methodology for handling Capacity Building and change management of the various categories of employees of Govt. of Odisha.(5 marks) Bidder has to submit the documentation of the above with technical bid and make a technical presentation before evaluation committee. The bidder has to clearly indicate which categories of department they have applied for the empanelment. The least rates quoted amongst all the qualified bidder for each category of skill such as Principal Consultant, Senior Consultant and Consultant for each of the track shall be adjudged as L1. It is therefore likely that Principal Consultant rates of bidder A, Senior Consultant of bidder B and Consultant of bidder C could emerge as the L1 rates within a designated track. Likewise, such rates shall be adjudged for each of the track. This shall be called the Rate Chart Table. Any firm not agreed to the L1 rate will be out from the empanelment process of the Page 6 of 10

11.3.4 33 EMD amounting to 5,00,000/-(Rupees five lakhs only) per track must be submitted, in shape of Demand Draft / Pay Order of any scheduled nationalized bank drawn in favour of the General Manager(Admin), OCAC, payable at Bhubaneswar at par before the last time and date of Bid 11.13.3 33 The Bidders shall furnish Tender fee 10,000/-(Rupees Ten Thousand only) in shape of Demand Draft in favour of Odisha Computer Application Center, payable at Bhubaneswar, Odisha. Tender fee is nonrefundable and should be submitted separately for each track. 11.2 (New Clause) 5 38 Binding Clause 5.1. All decisions taken by the Purchaser regarding the processing of the Contract shall be final and binding on all parties concerned. respective track. EMD amounting to 5,00,000/-(Rupees five lakhs only) per track must be submitted, in shape of Demand Draft / Pay Order/Bank Guarantee of any scheduled bank drawn in favour of the General Manager(Admin), OCAC, payable at Bhubaneswar(in case of DD/pay order) at par before the last time and date of Bid. The Bidders shall furnish Tender fee 10,000/-(Rupees Ten Thousand only) in shape of Demand Draft in favour of Odisha Computer Application Center, payable at Bhubaneswar, Odisha. Tender fee is non-refundable. One tender fee is applicable to both the tracks. The bidder can bid either for Tier-1 or Tier-2. In no case the bidder is allowed to bid for both Tier-1 or Tier-II. However, the bidder can submit separate bids Track-A and Track-B for any one tier. Binding Clause 5.1. All decisions taken by the Purchaser regarding the processing of the Contract shall be final and binding on all parties concerned. However, in the event of any dispute arising out of this agreement, the same shall be settled as per clause no - 14 "Resolution of Disputes between the Purchaser and Selected Agency" Page 7 of 10

(Revised Financial Bid Format) 14.10 Form 10: Financial format F1 Track A ( Whether Tier-I or II Bidder to specify) S.No Resources Man-month Rate (In INR) Excluding Taxes ** To be provided for 1 man-month only for evaluation purpose 1. Principal Consultant 2. Sr. Consultant (Technology management) 3. Sr. Consultant (Change management & Capacity Building) 4. Sr. Consultant (Financial management) 5. Sr. Consultant (Business Process Re-engineering) 6. Sr. Consultant (Cyber Security) 7. Consultant (Technology management) 8. Consultant (Change management & Capacity Building) 9. Consultant (Financial management) 10. Consultant (Business Process Re-engineering) 11. Consultant (Cyber Security) 12. Domain Consultant (Social Media) 13. Domain Consultant (Working Group) Track B ( Whether Tier-I or II Bidder to specify) S.No Resources Man-month Rate (In INR) Excluding Taxes ** To be provided for 1 man-month only for evaluation purpose 1. Principal Consultant 2. Sr. Consultant (Technology management) 3. Sr. Consultant (Change management & Capacity Building) 4. Sr. Consultant (Financial management) 5. Sr. Consultant (Business Process Re-engineering) 6. Sr. Consultant (Cyber Security) 7. Consultant (Technology management) 8. Consultant (Change management & Capacity Building) 9. Consultant (Financial management) 10. Consultant (Business Process Re-engineering) 11. Consultant (Cyber Security) 1. **Please Note: The bidders can submit the financial bid for both Track A and B under any one the above, i.e. Tier-I or Tier-II. 2. Bidders intending to quote for both Track A & B must submit the financial bid for any track separately. 3. For consideration of their bids, the bidders have to quote for all the resource levels for a track. The rates quoted should be as per industry standards for the prescribed qualification and experience. For any of the resource levels, absurd financial quotes like zero or incredibly low rates compared to the industry prevalent rates will be rejected and EMD will be forfeited. 4. The rates finalized will not be changed throughout the period of empanelment. 5. Service Tax, as applicable, will be paid extra. Authorized Signatory Seal of Company Name & Designation Page 8 of 10

Bank Guarantee for Earnest Money Deposit (EMD) Date: RFP Ref No: OCAC-SEGP-SPD-0008-2015-RFP-16007 To, The General Manager (Admin) Odisha Computer Application Centre Plot No. - N-1/7-D, Acharya Vihar Square P.O.- RRL, Bhubaneswar - 751013 Sir, In response to your invitation to respond to your RFP for Empanelment of Consultants and Third Party Auditors, M/s having their registered office at (hereinafter called the Bidder ) wish to respond to the said Request for Proposal (RFP) for self and submit the proposal for Empanelment of Consultants and Third Party Auditors in e- Governance Project as per terms and conditions listed in the RFP document. Whereas the Bidder has submitted the proposal in response to RFP, we, the Bank having our head office hereby irrevocably guarantee an amount of Rs. / (Rupees ) as earnest money deposit as required to be submitted by the Bidder as a condition for participation in the said process of RFP. The earnest money deposit for which this guarantee is given is liable to be enforced/ invoked: 1. If the Bidder withdraws his proposal during the period of the proposal validity; or 2. If the Bidder, having been notified of the acceptance of its proposal by the Odisha Computer Application Centre during the period of the validity of the proposal fails or refuses to enter into the contract in accordance with the Terms and Conditions of the RFP or the terms and conditions mutually agreed subsequently. We undertake to pay immediately on a written demand to Odisha Computer Application Centre(OCAC), the said amount of Rupees / only without any reservation, protest, demur, or recourse. The said guarantee is liable to be invoked/ enforced on the happening of the contingencies as mentioned above and we shall pay the amount on any Demand made by Odisha Computer Application Centre, Bhubaneswar which shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder. NOTHWITHSTANDING ANYTHING CONTAINED HEREIN: I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees <<Amount in words>> only) II. This Bank Guarantee shall be valid upto<<insert date>>) III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this Bank Guarantee that we receive a valid written claim or demand for payment under this Bank Guarantee on or before <<insert date>>) failing which our liability under the guarantee will automatically cease. (Authorized signatory of the Bank) Seal: Date: Page 9 of 10

REVISED TENDER SCHEDULE Event Last date of submission of Bids Opening of General & Technical bid Presentation for Tier-I Bidders Presentation for Tier-II Bidders Date 18.05.2016 by 2 PM 18.05.2016 at 4 PM 20.05.2016 at 11:30 AM onwards 23.05.2016 at 11:30 AM onwards Other terms and conditions of the RFP (reference OCAC-SEGP-SPD-0008-2015-RFP-16007) remain same. Page 10 of 10