You are on page 1of 78

KARNATAKA SCIENCE AND TECHNOLOGY PROMOTION SOCIETY

(KSTePS)

BID ENQUIRY NO: KSTePS/MDPP/BNG/2021-22/01 Dtd: 18/09/2021

“Tender for Operation and Maintenance of


Eleven (11) Mobile Digital Planetariums for three
(3) years, through KSTePS, Dept. of Electronics,
Information Technology, Bio-technology and
Science & Technology, GoK, Bengaluru,
Karnataka”

KSTePS, Vijnana Bhavana, Bengaluru Page 1


CONTENTS

Page
Section Description
No.
Tender Notice 3
Section I Tender Overview 4
Section II Information to Consultant/firms (ITC) 8
Section III Data Sheet- Information to Consultant/firm 18
Technical Proposal 19
Financial Proposal 21
Section IV Tender Evaluation & Selection Criteria 25
Technical Evaluation 25
Financial Evaluation 28
Section V General Terms and Conditions 29
Section VI Existing Mobile Planetarium Equipment 51
Section VII Special Condition of Contract and other 52
Qualification Requirements
Section VIII Sample Forms 65
Annexure- 1 Specifications of Mobile Planetarium 73
Equipment

KSTePS, Vijnana Bhavana, Bengaluru Page 2


KARNATAKA SCIENCE AND TECHNOLOGY PROMOTION SOCIETY
(KSTePS)

Tender Notice

Karnataka Science and Technology Promotion Society (KSTePS) intends to


float “Tender for Operation and Maintenance of Eleven (11) Mobile
Digital Planetariums for three years (3), through KSTePS, Dept. of
Electronics, Information Technology, Bio-technology and Science &
Technology, GoK Bengaluru, Karnataka from reputed consultant/firms for
the Mobile Digital Planetarium Project through e-procurement platform.

The Consultant/firm will be selected under Quality-cum cost Based Selection


as per the procedure described in this tender document.

For further details regarding detailed tender notification, specifications,


please visit www.ksteps.karnataka.gov.in & “www.eproc.karnataka.gov.in”.

sd/-
Tele: 080-26711166 Managing Director
Place: Bangalore. KSTePS, Bengaluru
Date: 18.09.2021

KSTePS, Vijnana Bhavana, Bengaluru Page 3


SECTION I

Tender Overview

ENQUIRY NO: KSTePS/MDPP/BNG/2021-22/01, Dtd: 18.09.2021

Notice Inviting Bids


Sl.
Description
No.
Karn ataka Science and Technology
Promotion Society ( KST ePS )
1 Department Name Dept. of Electronics, I nfor mation
Technology, Bio-technol ogy and Science
& Technology, Government of Karn ataka.
Managin g D irect or
Karn ataka Science and Technology
Promotion Society ( KST ePS )
Dept. of Electronics, I nfor mation
Technology, Bio-technol ogy and Science
2 Office & Technology (D ept. of E, I T, Bt , S&T),
Government of Karn ataka, “ Vijn ana
Bhavan”, 3rd F loor, #24/2, 21 st Main
Road, B anashankari 2n d Stage,
Bengaluru - 70
ksteps.dst @gmail .com
BID ENQUIRY NO :
3 Tender Number KSTePS/MDPP/B NG/2021 -22/01
Dtd:18/09/2021
Tender for Operation a nd Mai ntenance
4 Tender Subject of Eleven ( 11) Mobile Digi tal
Planetariums for three year s (3),

KSTePS, Vijnana Bhavana, Bengaluru Page 4


through KSTePS, Dept. of E, IT, Bt, S& T,
GoK Bengal uru, Karnataka
Service to be
5 From the date of rece ipt of Work Award.
provided
Quality-cum Cost Based Selection (Technical
6 Tender Type Bid and Financial Bid through e-procurement
portal)
Bids shal l be accompan ied by bid
security/guarantee (EMD) of
Rs. 4,00,000.00 (Rupees Four Lakhs
7 Bid Security (INR)
only)

The payment of the EMD am ount shal l be


made through e-procurement portal on ly.
Please refer e-procurement portal.
8 Calendar of Events
https://eproc.karnataka.gov.in
O/o Managing Director, Karnataka Science and
Technology Promotion Society (KSTePS),
Place of Tender Government of Karnataka, “Vijnana Bhavan”,
9
Opening 3rd Floor, #24/2, 21st Main Road,
Banashankari 2nd Stage, Bengaluru - 70
ksteps.dst@gmail.com
Managing Director
KSTePS, Bangalore
10 Officer Inviting Bids Tele: +9180-26711166,
+9180-26711177
Email: ksteps.dst@gmail.com
Karnataka Science and Technology
Address/E-mail id Promotion Society (KSTePS)
11 for seeking Dept. of E, IT, Bt, S&T, Government of
clarifications Karnataka, “Vijnana Bhavan”, 3rd Floor,
#24/2, 21st Main Road, Banashankari 2nd

KSTePS, Vijnana Bhavana, Bengaluru Page 5


Stage, Bengaluru – 70
ksteps.dst@gmail.com
Contact Details: Tele-Fax: 080-26711166/77
12
Telephone ksteps.dst@gmail.com

13 Eligibility Criteria As per Section III and Section VII

Evaluation and
14 As per Section IV
Selection Criteria
Bids shall be submitted online on
www.eproc.karnataka.gov.in platform
1. The participating bidders in the tender
should register themselves free of cost on e-
procurement platform in the website
www.eproc.karnataka.gov.in
2. Bidders can log-in to e-procurement
platform in secure mode only by signing with
Procedure for Bid the Digital certificates.
15
Submission 3. The bidders who are desirous of
participating in e-procurement shall submit
their technical bids, price bids procurement
as per the standard formats
provided/available at the e-procurement
portal.
4. The bidders should scan and upload the
necessary documents in support of technical
bids as per this tender document.
a) KSTePS will not hold any risk and
responsibility regarding non-visibility of the
Rights reserved with
scanned and uploaded documents.
16 the Department
b) KSTePS reserves the right to accept or reject
any or all of the tenders received, without
assigning any reasons, at its discretion.

KSTePS, Vijnana Bhavana, Bengaluru Page 6


General Terms and
17 As per tender documents.
Conditions
The Bidder is expected to examine all
instructions, forms, terms and technical
Specifications in the bidding documents. Failure
to furnish all information required in the
18 Instruction
bidding documents or to submit a bid not
substantially responsive to the bidding
documents in every respect will be at Bidder's
risk and may result in the rejection of the bid.

Sd/-

Managing Director, KSTePS


Tele: 080-26711166
Place: Bangalore.
Date: 18.09.2021

KSTePS, Vijnana Bhavana, Bengaluru Page 7


SECTION – II
Information to Consultant/Firms
1. INTRODUCTION

1.1 Client whose name is mentioned in the tender will select a


Consultant/firm/bidder as per the Quality-cum Cost Based Selection
(QCBS) mentioned in this tender document.

1.2 The consultants are invited to submit a Technical Proposal/Bid and a


Financial Proposal/Bid, as specified in the Section III for consulting
services required for the Assignment described in Section V, VI & VII.
The Proposal will be the basis for contract negotiations and ultimately
for a signed contract with the selected Consultant.

1.3 The Assignment shall be implemented in accordance with the phasing


indicated in the tender document. When the Assignment includes
several phases, the performance of the consultant under each phase
must be to the client’s satisfaction before work begins on the next
phase.

1.4 The Consultants must familiarize themselves with local conditions


and take them into account in preparing their Proposals/Bid. To
obtain first-hand information on the Assignment and on the local
conditions, consultants are encouraged to pay a visit to the Client
before submitting a Proposal, and to attend a pre- proposal conference
if one is specified in the Data Sheet. Attending the pre-proposal
conference is optional. The Consultant’s representative should contact
the officials named in the Data Sheet to arrange for their visit or to
obtain additional information on the pre-proposal conference.
Consultants should ensure that these officials are advised of the visit
in adequate time to allow them to make appropriate arrangements.

KSTePS, Vijnana Bhavana, Bengaluru Page 8


1.5 Please note that (i) the costs of preparing the proposal and of
negotiating the contract, including a visit to the Client, are not
reimbursable as a direct cost of the Assignment; and (ii) the Client is
not bound to accept any of the Proposals submitted.

1.6 Government of Karnataka (GOK) expects consultants to provide


professional, objective, and impartial advice and at all times hold the
Client’s interest’s paramount, without any consideration for future
work, and strictly avoid conflicts with other assignments or their own
corporate interests. Consultants shall not be hired for any assignment
that would be in conflict with their prior or current obligations to
other clients, or that may place them in a position of not being able to
carry out the assignment in the best interest of the Client.

1.6.1 Without limitation on the generality of this rule, consultants


shall not be hired under the circumstances set forth below:

(a) A firm which has been engaged by the Client to provide


goods or works for a project, and any of their affiliates,
shall be disqualified from providing consulting services for
the same project. Conversely, firms hired to provide
consulting services for the preparation or implementation
of a project, and any of their affiliates, shall be
disqualified from subsequently providing goods or works
or services related to the initial assignment (other than a
continuation of the firm’s earlier consulting services) for
the same project.

(b) Consultants or any of their affiliates shall not be hired for


any assignment which, by its nature, may be in conflict
with another assignment of the consultants.

1.6.2 As pointed out in para. 1.7.1 (a) above, consultants may be

KSTePS, Vijnana Bhavana, Bengaluru Page 9


hired for downstream work, when continuity is essential, in
which case this possibility shall be indicated in the tender and
the factors used for the selection of the consultant should take
the likelihood of continuation into account. It will be the
exclusive decision of the Client whether or not to have the
downstream assignment carried out, and if it is carried out,
which consultant will be hired for the purpose.

1.7 It is GOK’s policy to require that consultants observe the highest


standard of ethics during the execution of such contracts. In
pursuance of this policy, the GOK:

(a) defines, for the purposes of this provision, the terms set forth
below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or


soliciting of anything of value to influence the action of a
public official in the selection process or in contract
execution; and

(ii) “fraudulent practice” means a misrepresentation of facts


in order to influence a selection process or the execution
of a contract to the detriment of GOK, and includes
collusive practices among consultants (prior to or after
submission of proposals) designed to establish prices at
artificial, noncompetitive levels and to deprive GOK of the
benefits of free and open competition.

(b) will reject a proposal for award if it determines that the firm
recommended for award has engaged in corrupt or fraudulent
activities in competing for the contract in question;

KSTePS, Vijnana Bhavana, Bengaluru Page 10


(d) will declare a firm ineligible, either indefinitely or for a stated
period of time, to be awarded GOK-financed contract if it at any
time determines that the firm has engaged in corrupt or
fraudulent practices in competing for, or in executing, a GOK-
financed contract; and

(e) will have the right to require that, GOK to inspect consultant’s
accounts and records relating to the performance of the contract
and to have them audited by auditors appointed by GOK.

1.8 Consultants shall not be under a declaration of ineligibility for corrupt


and fraudulent practices issued by GOK in accordance with the above
sub para 1.8 (d).

1.9 Consultants shall be aware of the provisions on fraud and corruption


stated in the standard contract under the clauses indicated in the
Data Sheet.

2. CLARIFICATION AND AMENDMENT OF TENDER DOCUMENTS

2.1 Consultants may request a clarification of any item of the tender


document up to the number of days indicated in the tender and e-
procurement portal before the Proposal/Bid submission date. Any
request for clarification must be sent in writing by paper mail or
electronic mail to the Client’s address indicated in the tender. The
Client will respond by paper mail or electronic mail to such requests.

2.2 At any time before the submission of Proposals, the Client may, for
any reason, whether at its own initiative or in response to a
clarification requested by a firm, modify the tender document by
amendment. Any amendment shall be issued in writing through
addenda. Addenda shall be uploaded to e-procurement portal. The

KSTePS, Vijnana Bhavana, Bengaluru Page 11


Client may at its discretion extend the deadline for the submission of
Proposals.

3. Preparation of Proposal

3.1. Consultants are requested to submit a Proposal (para 1.2) written in


the language(s) specified in the tender document.

Technical Proposal

3.2. In preparing the Technical Proposal, consultants/firms are expected to


examine the documents comprising this tender document in detail.
Material deficiencies in providing the information requested may result
in rejection of Proposal.

3.3. While preparing the Technical Proposal, consultant/firm must give


particular attention to the following:

(i) If a consultant considers that it does not have all the expertise
for the Assignment, it may obtain a full range of expertise by
associating with individual consultant(s) and/or other
consultant or entities in a joint venture or sub-consultancy, as
appropriate. Consultants may associate with the other
consultants invited for this Assignment only with approval of
the Client as indicated in the tender. Consultants must obtain
the approval of the client to enter into a Joint Venture with
consultants not invited for this assignment.

(ii) It is desirable that the majority of the key professional staff


proposed be permanent employees of the firm or have an
extended and stable working relation with it.

KSTePS, Vijnana Bhavana, Bengaluru Page 12


(iii) Proposed key professional staff must at a minimum have the
experience indicated in the tender document.

(iv) Alternative key professional staff shall not be proposed, and


only one curriculum vitae (CV) may be submitted for each
position.

(v) Reports to be issued by the consultants as part of this


assignment must be in the language(s) specified in the tender. It
is desirable that the firm’s personnel have a working knowledge
of the Client’s official language.

3.4 The Technical Proposal should provide the information mentioned at


Section III, VII:

(i) A brief description of the consultant’s organization and an


outline of recent experience on assignments of a similar nature.
For each assignment, the outline should indicate, inter alia, the
profiles and names of the staff provided, duration of the
assignment, contract amount, and firm’s involvement.

(ii) Any comments or suggestions on the Terms of Reference and on


the data, a list of services, and facilities to be provided by the
Client

(iii) A description of the methodology and work plan for performing


this assignment.

(iv) The list of the proposed staff team by specialty, the tasks that
would be assigned to each staff team member.

(v) CVs recently signed by the proposed key professional staff and

KSTePS, Vijnana Bhavana, Bengaluru Page 13


the authorized representative submitting the proposal. Key
information should include number of years working for the
firm/entity, and degree of responsibility held in various
assignments during the last five (5) years.

(vi) Estimates of the total staff effort (professional and support staff;
staff time) to be provided to carry out the Assignment.

(vii) A detailed description of the proposed methodology, staffing,


and monitoring of training of the staff.

(viii) Any additional information requested in the tender document.

3.5 The Technical Proposal shall not include any financial information.

Financial Proposal

3.6 In preparing the Financial Proposal, consultants/firms are expected to


take into account the requirements and conditions of this tender
documents. It lists all costs associated with the Assignment.

3.7 Consultant/firm shall express the service charges for operation and
maintenance of one mobile planetarium per month in Indian Rupees.
The quoted service charges shall remain fixed for three years from
the date of Work Order. Number of mobile planetariums may
increase or decrease during the execution of the project. For all
such cases, the same service charges shall be applicable.

3.8 The tender indicates how long the proposals must remain valid after the
submission date. The Client will make its best effort to complete
negotiations within the said period. If the Client wishes to extend the
validity period of the proposals, the consultants who do not agree have

KSTePS, Vijnana Bhavana, Bengaluru Page 14


the right not to extend the validity of their proposals.

4. Submission of Proposals

Consultant/firm should submit the proposal as per the procedure mentioned in


the para no. 13 to 19.0 in the General Terms and Condition of Contract of this
tender document. Submission of proposal must be done through e-
procurement portal only, no manual proposals are accepted at this office at
any cost.

5. Proposal Evaluation
General

5.1 From the time the proposals are opened to the time the contract is
awarded, if any consultant wishes to contact the Client on any matter
related to its proposal, it should do so in writing at the address
indicated in the Data Sheet. Any effort by the firm to influence the
Client in the Client’s proposal evaluation, proposal comparison or
contract award decisions may result in the rejection of the
consultant’s proposal.

5.2 Evaluators of Technical Proposals shall have no access to the


Financial Proposals until the technical evaluation, including its
approval by competent authority is obtained.

Evaluation of Technical & Financial Proposals

5.3 The evaluation committee appointed by the Client as a whole, will


evaluate technical & Financial Proposals as per the procedure
mentioned in the Data Sheet.

5.4 For the evaluation, Quality-cum-Cost Based Selection (QCBS) method


shall be followed for choosing the consultant/firm, 70% weightage

KSTePS, Vijnana Bhavana, Bengaluru Page 15


shall be given for Quality (Technical Bid Score- TBS) and 30 %
weightage shall be given for commercial (Financial Bid Score- FBS)
quote using the following formula:
5.5 A proposal shall be rejected at this stage if it does not respond to
important aspects of the Terms of Reference or if it fails to achieve the
minimum technical score indicated in the Data Sheet.

6. NEGOTIATIONS

6.1 Negotiations will be held at the address indicated in the tender. The
aim is to reach agreement on all points and sign a contract.

6.2 Negotiations will include a discussion of the Technical Proposal, the


proposed methodology (work plan), staffing and any suggestions made
by the firm to improve the Terms of Reference. The Client and
Consultant will then work out final Terms of Reference, staffing, staff,
periods in the field and in the home office, staff-months, logistics, and
reporting as per the tender document. The agreed work plan and final
Terms of Reference will then be incorporated in the “Description of
Services” and form part of the contract. Special attention will be paid
to getting the most the Consultant can offer within the available
budget and to clearly defining the inputs required from the Client to
ensure satisfactory implementation of the Assignment.

6.3 Unless there are exceptional reasons, the financial negotiations will
involve neither the remuneration rates for staff (no breakdown of fees)
nor other proposed unit rates.

6.4 Having selected the Consultant on the basis of, among other things,
an evaluation of proposed key professional staff, the Client expects to
negotiate a contract on the basis of the experts named in the Proposal.
Before contract negotiations, the Client will require assurances that

KSTePS, Vijnana Bhavana, Bengaluru Page 16


the experts will be actually available. The Client will not consider
substitutions during contract negotiations unless both parties agree
that undue delay in the selection process makes such substitution
unavoidable or that such changes are critical to meet the objectives of
the assignment. If this is not the case and if it is established that key
staff was offered in the proposal without confirming their availability,
the Consultant may be disqualified.

6.5 The negotiations will conclude with a review of the draft form of the
contract. To complete negotiations the Client and the Consultant will
initial the agreed contract. If negotiations fail, the Client will invite the
firm whose proposal received the second highest score to negotiate a
contract.

7. AWARD OF CONTRACT

7.1 The contract will be awarded following negotiations, if any. The Work
Order shall be issued to selected firm/consultant for the execution of
project after obtaining due permission from the Government. The
firm/consultant is expected to commence the Assignment on the date
and location specified in the work order. However, if any unforeseen
circumstances or Covid-19 pandemic situation arises, work order to
the selected firm/consultant may be delayed/cancelled. In such
situations, the project will be restarted based on the decision of
KSTePS/Government.

8. CONFIDENTIALITY

8.1 Information relating to evaluation of proposals and recommendations


concerning awards shall not be disclosed to the consultants who
submitted the proposals or to other persons not officially concerned
with the process, until the winning Consultant has been notified that
it has been awarded the contract.
KSTePS, Vijnana Bhavana, Bengaluru Page 17
SECTION – III
DATA SHEET
Sl. No. Item Description
1 Name of the Project for which Operation and Maintenance of 11
service is required Mobile Digital Planetarium across the
State as per the procedure of this
tender document. (Please note:
Number of mobile planetariums may
increase or decrease during the
execution of the project)
2 Duration For three (3) years from the date of
issue of Work Order
3 Equipment (currently with Standard Mobile Planetarium
KSTePS) equipment including Inflatable Dome,
Projection System, Vehicle and other
necessary equipment for conducting
shows. Refer Annexure- 1 for
specifications.
4 Human Resource Two persons (Language: Kannada &
English) for each mobile planetarium-
One instructor with a Graduation in
Science and a Driver with a valid
Driving License for the vehicle
mentioned in the Annexure-1.
Totally 22 staff for 11 mobile
planetariums are required (Please
note: no. of mobile planetarium may
increase or decrease during the
execution of the project).
Refer Section VII for more
information
5 Required Service from the Refer Section VII

KSTePS, Vijnana Bhavana, Bengaluru Page 18


Consultant/firm
3 Selection Method Quality-cum Cost Based Selection
4 Pre-Bid Meeting Date: 27.09.2021
Time: 11.00am
Location: KSTePS, Bangalore
5 Name & Address of Client Managing Director
Office for requesting any Karnataka Science and Technology
clarification Promotion Society (KSTePS), GoK.
“Vijnana Bhavana” 3rd Floor, #242,
21st Main Road, Banashankari 2nd
Stage, Bangalore- 70
Email: ksteps.dst@gmail.com
6 Important Information due See Terms and Condition for
to Unforeseen/ Covid-19 Unforeseen and Covid-19 under
circumstances Financial Proposal in the Data
Sheet.

1. Technical Proposal
The following are the Qualifying Requirements of Consultant/Firm
The prospective consultant/firm can only be considered for evaluation if
consultant/firm has the minimum qualification criteria as given below
(Documents related to following points are mandatory and it shall be scanned
and uploaded):

1. Registration certificate of the firm/company under the Suitable Act.


Copies of the documents defining the constitution or legal status of the
firm/company.

2. GST Registration Certificate and PAN Number of the


Consultant/firm.

3. Certificate of minimum 2 years’ experience of having operated


Mobile Planetarium, which has inflatable dome of 5-6 m, projection
system and software consisting of live sky projection, show builder,

KSTePS, Vijnana Bhavana, Bengaluru Page 19


STEAM (Science, Technology, Engineering, Arts and Mathematics)
related show projection on 360-degree inflatable dome and other
equipment as specified in Annexure-1. The bidder should attach
Work Order of each project and its performance/satisfactory work
done certificate issued by the concerned authority backed with
adequate data of conducting planetarium shows preferably in
Kannada language. See Form 3 of Section VIII.

4. Income Tax Return certificates for the last two consecutive years.

5. Minimum Average Annual Turnover (MAAT) of the bidder in last two


consecutive financial years shall not be less than Rs. 1.00 crore per
year (Rs. 2.00 crore for two years). The bidder shall scan and upload
audited Profit and Loss (P&L) Statement and Balance Sheet of the firm for
the respective financial years.

6. The bidder should furnish a brief write-up, backed with adequate data,
explaining their existing capacity, experience and team for the
operation and management of Mobile Digital Planetarium which has
inflatable dome of 5-6m, projection system and software consisting
of live sky projection, show builder, STEAM (Science, Technology,
Engineering, Arts and Mathematics) related show projection on 360-
degree inflatable dome and other equipment as specified in
Annexure-1. The bidder should also submit the authorized dealership
certificate from the OEM’s of Mobile Digital Planetariums.

7. Even though the consultant/firm meets the above qualifying criteria, they
can be disqualified if they:

i. Made misleading or false representation in the form statements


and attachments submitted in proof of qualification
requirements and/or

KSTePS, Vijnana Bhavana, Bengaluru Page 20


ii. Have a record of poor performance such as not properly
completing the contract, inordinate delays in supply completion,
litigation history or financial failure etc.,

iii. Any bidder/consultant/firm that is blacklisted/debarred by any


other power utility.

8. The bidder shall have to furnish an undertaking letter, liable for


termination as well as recovery of damages as per the prescribed format at
Form 4 of Section VIII.

Note:
1. Notwithstanding anything stated in the tender document, the KSTePS
reserves the right to assess consultant/firm capability and capacity to
perform the contract, should the circumstances warrant such an
assessment in the overall interest of the KSTePS. The decision of
KSTePS in this regard shall be final and binding.
2. Uploading unnecessary/irrelevant documents may lead to
disqualification of bidders.
3. All the above documents are mandatory and it shall be notarized.
4. Technical Proposal should not include any financial quote.

2. Financial Proposal

Following are the estimated operational cost of Mobile Digital Planetarium


for One Mobile Planetarium (Same will be considered for all mobile
planetarium):

Table 1: Fixed Cost (Remains fixed for entire contract period unless
mentioned)

Sl. Amount for one Amount for one


Particulars Remarks
No. month (in Rs.) year (in Rs.)

1 Instructor
(i) Basic Wages (as per latest VDA) 18,130.20 The basic wages, PF and
2,356.93 ESI of Instructor and
(i) PF (13%)

KSTePS, Vijnana Bhavana, Bengaluru Page 21


589.23 Driver are subjected to
(iii) ESI on Basic (3.25%)
change every year, as
(iv) Outstation charges 6,000.00 per the prevailing Govt.
(v) Total per month 27,076.36 3,24,916.32 norms.
Outstation charges
remains fixed for the
2 contract period.
Driver
(i) Basic Wages (as per latest VDA) 15,328.80 Consultant/firm should
1,992.74 submit salary slip and
(i) PF (13%) details of PF, ESI
(iii) ESI on Basic (3.25%) 489.19 contribution of
6,000.00 employer/employee, on
(iv) Outstation charges quarterly basis to
(v) Total per month 23,819.73 2,85,836.76 KSTePS.

Maintenance Charges
(Van washing, oiling, lamp
3 replacement, minor parts, 5,000.00 60,000.00
Generator and including annual
service etc.,)
4 Total for One Mobile Planetarium 55,896.09 6,70,753.08

Grand Total for 11 Mobile


5 6,14,856.99 73,78,283.88
Planetarium

Table 2: To be Quoted by Consultant/firm and other variable cost

Unit No. Amount for


Sl. Amount for
Particulars Cost of month (in Remarks
No. Year (in Rs.)
(In Rs.) Days Rs.)
Fuel Expenses @ 110 per litre This estimation is
(Van: 25 km per day, 5 km indicative. Fuel
mileage, 5 litre per day diesel bill will be paid
& Generator: 10 litre per day) quarterly to
selected
Total 15 litre x 110 Rs=1,650)
consultant/firm
based on the
1 1,650.00 25.00 41,250.00 4,95,000.00 submission of
actual certified
fuel bill, ledger
book details and
odometer
readings.

Consultant/firm Service Consultant/firm


Charges including AMC for all shall quote for
2 0.00 0.00
equipment mentioned at this
Annexure- 1 *

KSTePS, Vijnana Bhavana, Bengaluru Page 22


Terms and Condition:

1. The above estimated cost applicable for all 11 mobile planetariums (Note:
no. of mobile planetariums may increase or decrease during the execution
of the project, the above estimate applicable to all such mobile
planetariums).
2. The basic wages, PF and ESI of Instructor and Driver are subjected to
change every year, as per the prevailing Govt. norms. Outstation charges
remains fixed for the contract period.
3. Consultant/firm are required to quote their financial proposal only
for Service Charges for one mobile planetarium per month as
mentioned in the above table. The quoted service charge shall be
constant for all three years project from the date of implementation.
If there are any changes in the number mobile planetariums during
the execution of the project, the above quoted price shall apply to all
such changes. No price variation for service charges is accepted at
any time during contract period.
4. At the time of bidding, Consultant/firm does not have any right to
change or modify the above estimate except service charges.
5. The service charges of Consultant should include accommodation,
food, training of the staff, mobile and internet charges for the mobile
planetarium staff, AMC for all the equipment mentioned in the
Annexure-1 and all for all other procedures that consultant/firm
need to follow it during the execution of the project as per the
Section VII.
6. Terms and Condition for Unforeseen/Covid-19 situations:
1. All staff should follow latest Covid- 19 guidelines of Government of
India/Karnataka and KSTePS at all times to execute the project of
mobile digital planetarium across the state with utmost caution and
awareness. Necessary/approved cleansing product should be used to
clean the equipment and sanitize the places where mobile planetarium
visits.

KSTePS, Vijnana Bhavana, Bengaluru Page 23


2. During the unavoidable circumstances, if there is any
lockdown/declared holiday/Schools’ unavailability for a period of 30
consecutive calendar days (including all general holidays) due to
unforeseen/Covid-19 situation, agreed cost as per the tender document
will be paid to the Consultant/firm.
3. If there is any lockdown/declared holiday/Schools’ unavailability for
more than 30 consecutive calendar days (including all general holidays)
due to Unforeseen/Covid-19 situation and until the return of normalcy
period, nominal maintenance charges mentioned in the Data Sheet will
be paid for each month. Other charges such as Salaries of the
employees and service charges of the Consultant/firm will not be paid.
Necessary action should be taken by Consultant/firm to maintain all
mobile planetariums in good condition during this period. By
considering all the above conditions, the final decision during
unforeseen/Covid-19 situations, will be taken by the Tender Scrutiny
Committee/Expert Committee formed by the KSTePS by accessing then
situation and following the instructions of Government.
4. At any circumstances any changes (mode of implementation,
upgradation of equipment if any and any other cost related issues)
during the implementation of the project will be decided by the
Technical Scrutiny committee or Expert Committee formed by the
KSTePS.
5. The successful bidder needs to inspect each equipment of the
Mobile Digital Planetarium and need to be carry out necessary
Service, Fitness Certificate for vehicles and other standard
service for projection system before starting the project in
consultation with KSTePS.

6. The Bids shall remain valid for the period of one year from the date of
bid opening prescribed by the Client. A bid valid for a shorter period
will be rejected.

KSTePS, Vijnana Bhavana, Bengaluru Page 24


SECTION – IV

Tender Evaluation & Selection Criteria:

Quality-cum-Cost Based Selection (QCBS) method shall be followed for choosing


the bidder, 70% weightage shall be given for Quality (Technical Bid Score- TBS)
and 30 % weightage shall be given for commercial (Financial Bid Score- FBS)
quote using the following formula:

Total Score (TS) = (0.70 X TBS + 0.30 X FBS)

A. Technical Evaluation Table (All the said documents in the table are
mandatory, documents are scanned and uploaded and all documents are
notarized):

Sl.
Item Maximum Marks
No.
1 Registration certificate of the
firm/company under the Suitable Act.
Copies of the documents defining the
5
constitution or legal status of the
firm/company.

2 GST Registration Certificate and PAN


Number of the consultant/firm 5

3 Income Tax Return certificates for


5
last two consecutive years.
4 Minimum Average Annual Turnover
(MAAT) of the bidder in last two
consecutive financial years shall not be
less than Rs. 1.00 crore per year (Rs.
25
2.00 crore for two years). The bidder
shall scan and upload audited Profit
and Loss (P&L) Statement and Balance
Sheet of the firm for the respective

KSTePS, Vijnana Bhavana, Bengaluru Page 25


financial year. (Marking instruction as
per Table 1)

5 Certificate of minimum 2 years’


experience of having operated Mobile
Planetarium, which has inflatable
dome of 5-6m, projection system and
software consisting of live sky
projection, show builder, STEAM
(Science, Technology, Engineering,
Arts and Mathematics) related show
projection on 360-degree inflatable
dome and other equipment as
40
specified in Annexure-1. The bidder
should attach Work Order of each
project and its performance/
satisfactory work done certificate
issued by the concerned authority
backed with adequate data of
conducting planetarium shows
preferably in Kannada language. See
Form 3 of Section VIII. (Marking
instruction as per Table 2)
6 The bidder should furnish a brief
write-up, backed with adequate data,
explaining his available capacity and
experience, team for the operation of
Mobile Digital Planetarium which has 20
inflatable dome of 5-6m, projection
system and software consisting of
live sky projection, show builder,
STEAM (Science, Technology,

KSTePS, Vijnana Bhavana, Bengaluru Page 26


Engineering, Arts and Mathematics)
related show projection on 360-
degree inflatable dome and other
equipment as specified in Annexure-
1. The bidder should also submit
the authorized dealership certificate
from the OEM’s of Mobile Digital
Planetariums. And letter of
undertaking as per Form 4 of Section
VIII (Marking instruction as per Table
3)
7 Total 100

Marking Instructions:

Table: 1 Marking Pattern for Minimum Average Annual Turnover (MAAT)

Evaluation Criteria
Marks
(MAAT for two year)
2 to <3 Crore 10
3 to <4 Crore 15
4 to <5 Crore 20
> 5 Crore 25

Table: 2 Marking Pattern for two years’ experience in similar works

Evaluation Criteria
Marks
(Min. 2 year of experience)
2 Year 20
3 Year 30
4 Year 40

Table: 3 Marking Pattern for adequate manpower, experience, authorized


dealer

Evaluation Criteria Marks


In house man power/
recruitment of people as per
20
qualification mentioned in
Section- VII

KSTePS, Vijnana Bhavana, Bengaluru Page 27


Method of execution of this
project by your organization-
Brief Write-up document.
Certificate of Authorized dealer
of Mobile Planetarium OEM’s &
Undertaking Letter

Minimum technical Score required to pass is: 65 Marks

B. Financial Evaluation:

In the second stage, financial evaluation will be carried out as mentioned below:

For financial evaluation, the quoted amount indicated in the Financial Bid
which will be opened on line only shall be considered.

a. 70% weightage will be given to the Technical Bid Score.

b. 30% weightage will be given to the Financial Bid Score.

Formula for determining the Financial Bid Score (FBS):

FBS = (Lowest Quoted Price/ Price Quoted by the respective bidder) X 100

Total Score (TS) = (0.70 X TBS + 0.30 X FBS).

KSTePS, Vijnana Bhavana, Bengaluru Page 28


SECTION – V

GENERAL TERMS AND CONDITIONS OF CONTRACT


CONTENTS
CLAUSE No.
PARTICULARS PAGE NO.
/ Sl.NO.

A Introduction 32

1.0 Definitions 32
2.0 Applicability 32
3.0 Scope of Work 33
4.0 Eligible Bidders 33
B Bidding Documents 33
5.0 Content of Bidding Documents 33
6.0 Bid Form 34
7.0 Bid Price 34
8.0 Statutory Variation 34
9.0 Clarification of Bidding/Proposal Documents 34
10.0 Amendment to Bidding Documents 35
C Preparation of Bids 35
11.0 Language of the Bid 35
12.0 Cost Associated with Bidding 35
13.0 Submission of Bids 36
14.0 Deadline for Submission of Bids 36
15.0 Late Bids 36
16.0 Modification and Withdrawal of Bids 37
17.0 Bid Security (EMD) 37
18.0 Period of Validity of Bids 37
19.0 Tax Clearance Certificate 38
20.0 Opening and Evaluation of Bids 38
21.0 Opening of Bids by the Client 38
22.0 Clarification of Bids during Evaluation 38
23.0 Preliminary Examination 38

KSTePS, Vijnana Bhavana, Bengaluru Page 29


24.0 Evaluation and Comparison of Bids 39
25.0 Contacting the Client 42
26.0 Award of Contract 42
Client has Right to Vary Nature of Service 42
27.0
Requested at the Time of Award
Client has Right to accept any Bid & to reject 43
28.0
any or all bids
29.0 Notification of Award 43
30.0 Signing of Contract 43
31.0 Performance Security 43
32.0 Corrupt or Fraudulent Practices 44
33.0 Use of Contract Documents and Information 45
34.0 Patent Rights 45
35.0 Payment Terms 45
36.0 Prices 46
37.0 Change Orders 46
38.0 Contract Amendments 46
39.0 Contract Assignments 46
40.0 Risk Purchases 47
41.0 Termination for Default 47
42.0 Termination for Insolvency 48
43.0 Termination for Convenience 48
44.0 Force Majeure 48
45.0 Settlement of Disputes 49
46.0 Jurisdiction of Contract 50
47.0 Notices 50
48.0 Foreign Exchanges 50

KSTePS, Vijnana Bhavana, Bengaluru Page 30


NOTE:
1. “Payment terms, Performance Bank Guarantee, Taxes and Duties” should
be in line with the terms and conditions of the tender document. If any
bidder does not meet any one of the conditions, such tender will not be
considered. Please note that the conditional offers are also not considered.
Hence the bidder shall submit the tender in line with the terms and
conditions of the tender document.

2. The bidders shall check the website “www.ksteps.karnataka.gov.in” and


www.eproc.karnataka.gov.in for amendments, if any, up to three days
prior to the date of tender closing. The amendments shall be binding on
all the bidders.

Sd/-
Tele-Fax: 080-26711166 Managing Director
Place: Bangalore. KSTePS, Bengaluru
Date: 18.09.2021

KSTePS, Vijnana Bhavana, Bengaluru Page 31


A. INTRODUCTION:

1.0 DEFINITIONS:

1.1 In this Contract, the following terms will be interpreted as indicated:

i) "The Contract" means the agreement entered into between the Client
and the Service Provider, as recorded in the contract Form signed by
the Parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
ii) "The Contract Price" means the price payable to the Service Provider
under the Contract for the full and proper performance of its
contractual obligations.
iii) Annual Contract Value means the calculated annual contract value for
the operation and maintenance of 11 mobile planetariums for one
calendar year (If there is any change in the no. of mobile planetariums,
the same shall be considered for calculation of Annual Contract Value).
iv) "The Services" means those services mentioned in this tender
document to maintain and operate 11 Mobile Planetariums (Please
Note: number of mobile planetariums may increase or decrease during
the project execution).
v) "GCC" means the General Terms and Conditions of Contract contained
in the section.
vi) "The Client" means the organization Karnataka Science and
Technology Promotion Society (KSTePS), Dept. of Electronics,
Information Technology, Biotechnology and Science & Technology,
Government of Karnataka which requires the prescribed services
mentioned in the tender document.
vii) Bidder/Consultant/firm/Service Provider/Vendor is a supplier who
have an eligibility to provide required service under this tender
document.
viii) OEM means Original Equipment Manufacturer
ix) "Day" means calendar day.

2.0 APPLICABILITY:

KSTePS, Vijnana Bhavana, Bengaluru Page 32


These General Conditions of contract will apply to the extent that they are
not superseded by provisions of Salient features of the Bid.

3.0 SCOPE OF WORK:


The selected vendor should operate and maintain 11 mobile planetariums
for three years mentioned in the Data Sheet as per the procedure
mentioned in the Section VII. Please note that the number of mobile
planetariums may increase or decrease during the execution of project,
and same scope of work shall applicable for all such changes unless
mentioned.

4.0 ELIGIBLE BIDDERS:

The Authorized firm/company/organization is eligible to apply as per the


condition mentioned in the Section IV of Bid documents.

B. THE BIDDING DOCUMENTS:

5.0 CONTENTS OF BIDDING DOCUMENT:

5.1.1 Bid Security in accordance with Clause No.17.0.


5.1.2 A Bid Form and appropriate Price Schedule (online) completed in
accordance with Clause No.6.0 and 7.0.
5.1.3 Documentary evidence establishing in accordance with qualification
requirement of Section IV, that the Bidder is eligible to bid and is
qualified to perform the contract if its bid is accepted.
5.1.4 Documentary evidence establishing that the company/firm/organization
able to provide required services to the client as per the Data Sheet of the
tender document and
5.1.5 Tax clearance certificate

5.2 The Bidder is expected to examine all instructions, forms, terms and
Technical specifications in the bidding documents. Failure to furnish all
information required by the bidding documents or to submit a bid not
responsive to the bidding documents in every respect will be at Bidder's
risk and may result in the rejection of its bid.
KSTePS, Vijnana Bhavana, Bengaluru Page 33
6.0 BID FORM:
The bidder will complete the Bid form (online) and quote the service
charges through e-procurement portal after examining all the instructions
mentioned in this tender document.

7.0 BID PRICE:

7.1 The service charges quoted shall be FIRM and inclusive legally permissible
duties and levies wherever applicable. Please refer Data Sheet for the
estimated operational cost of Mobile Digital Planetarium Project. The
quoted service charges should be for one mobile planetarium for one
calendar month and will be valid for all (3) years from the date of work
order as per the Data Sheet. No change of service charges will be
encouraged during the execution of project for the said period.

7.2 If there is any changes (increase or decrease) in the number of


planetariums, the quoted service charges by the consultant/firm will be
applicable to all such changes.

7.3 It is the responsibility of the Bidder to inform himself of the correct rates of
duties and taxes liable on the services at the time of bidding.

8.0 STATUTORY VARIATIONS:

Any variation up or down in statutory levy or new levies introduced after


signing of the contract under this specification & within the schedule of
service providing, will be to your account.

9.0 CLARIFICATION OF BIDDING DOCUMENTS:

A prospective Bidder requiring any clarification of the bidding documents


may notify the Client in writing or by email (at the Client’s address. Client
will respond in writing to any request for clarification of the bidding
documents, which it receives not later than ten (10) days prior to the

KSTePS, Vijnana Bhavana, Bengaluru Page 34


deadline for the submission of bids. Written copies of Client’s response
(including an explanation of the query but without identifying the source of
inquiry) will be put on Website of the client and e-procurement website or
intimated by mail.

10.0 AMENDMENT TO BIDDING DOCUMENTS:

10.1 At any time prior to the deadline for submission of bids, Client, for any
reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder, may modify the bidding documents by
amendment.

10.2 All such amendments also would be made available on the website of
KSTePS and e-procurement website and such amendments will be binding
on the respective Bidders.

10.3 In order to allow prospective Bidders reasonable time in which to take the
amendment into account in preparing their bids. The Client, at its
discretion, may extend the deadline for the submission of bids.

C. PREPARATION OF BIDS:

11.0 LANGUAGE OF BID:

The bid prepared by the Bidder including all correspondence and


documents relating to the bid exchanged by the Bidder and the Client, will
be in English.

12.0 COST ASSOCIATED WITH BIDDING:

The Bidder will bear all costs associated with the preparation and
submission of its bid, and the Client, will in no case be responsible or
liable for those costs, regardless of the conduct or outcome of the bidding
process.

KSTePS, Vijnana Bhavana, Bengaluru Page 35


13.0 SUBMISSION OF BIDS:

13.1 The bidders are required to submit their bids in two parts (through e-
procurement portal only) as under:

i) Part-I: Technical Bid: Bid should contain all the documents as per the
Section III-- but without prices.
ii) Part-II: Financial Bid – Containing Prices – Section- III
iii) Both the parts will be opened on the due date of tender opening. The
company/firms/organization whose Bid Security (EMD) is not received
as specified in the tender document, the price bids will not be opened
and their bids will be rejected summarily.

13.2 Clarification, amplification, and / or any other correspondence from the


Bidder subsequent to the opening of bid will not be entertained.

14.0 DEADLINE FOR SUBMISSION OF THE BIDS :

14.1 Tenders must be submitted online in the e-procurement portal within


the specified date and time as mentioned in the e-portal.

14.2 The Employer may extend the deadline for submission of tenders by
issuing an amendment in accordance with Clause 10.0, in which case all
rights and obligations of the Employer and the Tenderers previously
subject to the original deadline will then be subject to the new deadline.
KSTePS will not be responsible for non – availability of Internet
connections if any while down-loading or up-loading their documents.

15.0 LATE BIDS:

15.1 It is to be noted that e-procurement does not consider any late bids, the
bidding process will close on the specified deadline date if there is no
extension of date through amendment.

KSTePS, Vijnana Bhavana, Bengaluru Page 36


16.0 MODIFICATION AND WITHDRAWAL OF BIDS:

As bidding happens through e-procurement portal, the Bidder may


modify or withdraw the bid before the deadline of the tender in e-
procurement portal. After the deadline, no modification and withdrawal of
bids are possible through online or offline.

17.0 BID SECURITY (EMD):

17.1 Bids shall be accompanied by bid security/Guarantee (EMD) of


Rs. 4,00,000 /-(Rupees Four Lakh Only). The payment of the same shall
be made through e-procurement portal as per its condition.

17.2 Unsuccessful Bidders' Bid Security (EMD) will be discharged or returned


after the finalization of tender and award of contract through e-
procurement portal.

17.3 The Bid Security (EMD) may be forfeited:


a) if a Bidder:

i. Does not accept the correction of errors pursuant to Clause


No.24.5;

ii. Offers post Bid rebates, revisions or deviations in quoted prices and
/ or conditions or any such offers which will give a benefit to the
Bidder over others will not only be rejected outright but the original
Bid itself will get disqualified on this account and the Bidder’s BID
SECURITY will be forfeited.
b) In the case of a successful Bidder, if the Bidder fails:
ii. To sign the contract in accordance with Clause No.31.0
iii. To furnish performance security in accordance with Clause No.32.0

18.0 PERIOD OF VALIDITY OF BIDS:


18.1 The Bids shall remain valid for the period of one year from the date of bid
opening prescribed by the Client. A bid valid for a shorter period will be
rejected.

KSTePS, Vijnana Bhavana, Bengaluru Page 37


18.2 In exceptional circumstances, the Client may solicit the Bidder's consent
to an extension of the period of validity. The request and the responses
there to will be made in writing (or by email). The Bid Security provided
under Clause No.17.0 will also be suitably extended.

19.0 TAX CLEARANCE CERTIFICATES:

Copies of Income Tax, Sales Tax and Turnover Tax certificates for the
latest period from the appropriate authority will invariably be enclosed to
the bid. In the case of proprietary or partnership firm it will be necessary
to produce the certificate/certificates for the proprietor or proprietors and
for each of the partners as the case may be.

20.0 OPENING AND EVALUATION OF BIDS:

21.0 OPENING OF BIDS BY THE CLIENT:

21.1 The Client will open all bids and evaluate as per Section IV at the time, on
the date, and at the place specified in e-procurement portal. KSTePS
reserves the right to change the date and place of opening of bids.

21.2 The Bidders' names, discounts and the presence or absence of requisite
Bid Security (EMD) and such other details as the Client, at its discretion,
may consider appropriate, will be announced at the opening.

22.0 CLARIFICATION OF BIDS DURING EVALUATION:

During evaluation of the bids, the Client may, at its discretion, ask the
Bidder for a clarification of its, bid. The request for clarification and the
response shall be in writing, and no change in the prices of the bid shall
be sought, offered or permitted.

23.0 PRELIMINARY EXAMINATION:

23.1 The Client will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether required EMD

KSTePS, Vijnana Bhavana, Bengaluru Page 38


have been furnished, whether the documents have been properly signed,
and whether the bids are generally in order.

23.2 Arithmetical errors will be rectified on the following basis. If there is a


discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price will prevail, and the
total price will be corrected. If the Consultant/firm does not accept the
correction of the errors, its bid will be rejected, and its Bid Security may be
forfeited. If there is a discrepancy between words and figures, the amount
in words will prevail. If the Consultant/firm does not accept the correction
of the errors, its bid will be rejected and its Bid Security may be forfeited.

23.3 The Client may waive any minor informality, nonconformity, or irregularity
in bid which does not constitute any major deviation, provided such waiver
doesn't prejudice or affect the relative ranking of any Bidder.

23.4 Prior to the detailed evaluation, the Client will determine the substantial
responsiveness of each bid to the bidding documents. For purposes of
these Clauses, a substantially responsive bid is one, which conforms to all
the terms and conditions of the bidding documents without any major and
material deviations. Deviations from, or objections or reservations to
critical provisions, such as those concerning Bid Security, and Taxes and
Duties will be deemed to be a material deviation. The Clients determination
of a bid's responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence.

23.5 If a bid is not substantially responsive, it will be rejected by the Client and
may not subsequently be made responsive by the Bidder by correction of
the nonconformity.

24.0 EVALUATION AND COMPARISON OF BIDS:

24.1 The Clinet will evaluate and compare the bids, which have been
determined to be substantially responsive as per the Section III.

KSTePS, Vijnana Bhavana, Bengaluru Page 39


24.2 The Client evaluation of a bid will take into consideration one or more of
the following factors:
All the bids, which are opened, read out and considered for evaluation, will
be checked for qualification requirements in respect of technical and
commercial aspects. Such of the bids, which do not meet the qualification
requirements, will not be evaluated further. The bid is to be checked for its
conformity to the technical specification. If it does not meet the technical
specification, the Bid will not be evaluated further. However, if in the
opinion of the client the bidder has offered services better than the
technical specification the same may be considered. The bid may be
rejected for the following reasons:

1. Not in the prescribed form


2. Insufficient bid security or bid not accompanied by the required bid
security.
3. The bidder is a consultant/firm who is banned from further business
transactions and the period of ban is still in force.

24.3 Further, the client may enquire from the bidder in writing or through email
for any clarification of the bid. The response of the bidder will also be in
writing or email. However, no change in the prices of the bid will be
sought, offered or permitted.

24.4 Bids will be examined for completeness and for any computational errors.

24.5 Arithmetical errors will be rectified on the following basis:

i) Where there is a discrepancy between the unit price and total price, the
unit price will prevail and the total price will be corrected accordingly.
ii) Where there is a discrepancy between words and figures, the amount in
words will prevail.
iii) Failure on the part of the bidder to agree to the above corrections will
result in rejection of his offer and forfeiture of his bid security.
iv) It will be ensured that the required sureties have been furnished and
that the documents have been properly signed.

KSTePS, Vijnana Bhavana, Bengaluru Page 40


v) The client’s evaluation of a bid will take into consideration one or more
of the following factors:

a) Service schedule offered in the bid;


b) Deviations in payment schedule from that specified in the general
terms and conditions of the contract and technical deviations.
c) The cost of services offered;
d) The availability services offered for the mobile planetarium’s
equipment in the Bid;
e) The projected operating and maintenance costs during the life of the
equipment;
f) Other specific criteria indicated in the Bidding documents.

g) In addition, any variation up or down in taxes and duties / new levies


introduced subsequent to bid opening and before award will be
considered for comparison purposes.

h) The following criteria may be adopted for taxes and duties for
evaluation

1) It is the responsibility of the bidder to quote all taxes and duties


correctly. If no duty / taxes are le-viable the same may be entered
as “NIL”. If any column is left blank or filled vaguely like “as
applicable”, the same will be loaded with the maximum of the other
eligible Bids.

2) Where there is an exemption if any under suitable law/rule, the


documentary evidence to that effect will be enclosed by the
consultant/firm.

3) The bidders for providing services shall invariably possess PAN


or GST Number.

KSTePS, Vijnana Bhavana, Bengaluru Page 41


25.0 CONTACTING THE CLIENT:

25.1 From the time of the bid opening to the time of contract awarded, if any
Bidder wishes to contact the Client on any matter related to the bid, it
should do so in writing.

25.2 Any effort by a Bidder to influence the Client in its decisions on bid
evaluation, bid comparison, or contract award will result in the rejection of
the bid.

26.0 AWARD OF CONTRACT.

26.1 Normally negotiations will only be held with selected bidder to explore the
possibility of a further reduction in price where the rates are considered to
be too high with reference to estimated price or updated prices of the past
orders.
26.2 The contract will be awarded following negotiations, if any. The Work
Order shall be issued to selected firm/consultant for the execution of
project after obtaining due permission from the Government. The
firm/consultant is expected to commence the Assignment on the date and
location specified in the work order. However, if any unforeseen
circumstances or Covid-19 pandemic situation arises, work order to the
selected firm/consultant may be delayed/ cancelled. In such situations,
the project will be restarted based on the decision of KSTePS/Government.

27.0 CLIENT HAS RIGHT TO VARY THE NATURE REQUESTED SERVICES


AT TIME OF AWARD (if any):

27.1 The Client reserves the right at the time of contract award to increase or
decrease nature of services up to 25% the services originally specified in
the bid documents without any change in price or other terms and
conditions.

KSTePS, Vijnana Bhavana, Bengaluru Page 42


28.0 CLIENT HAS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR
ALL BIDS:
The Client reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to contract award,
without thereby incurring any liability to the affected Bidder or Bidders or
any obligation to inform the affected bidder or bidders.

29.0 NOTIFICATION OF AWARD:

29.1 Prior to the expiration of the period of bid validity, the Client will notify the
Successful Bidder in writing by registered letter or by email, to be
confirmed in writing by registered letter, that its bid has been accepted.

29.2 The notification of award will constitute the formation of the Contract.

29.3 Upon the successful Bidder's furnishing of the performance security, the
Client enters into contract with successful Bidder / Bidders. And for all
unsuccessful Bidders, their Bid Security (EMD) will get released through e-
procurement portal.
29.4 Award of Contract is as per the Clause 26.0.

30.0 SIGNING OF CONTRACT:


The successful Bidder will sign and date the contract (Service Level
Agreement) Within 10 (Ten days) of receipt of notification of award of
Contract. Failure to comply with this stipulation will entail cancellation of
the contract besides forfeiture of the bid security.

31.0 PERFORMANCE SECURITY:

31.1 A performance security to be executed in accordance with specifications


provided by KSTePS shall be furnished by the successful bidder for an
amount of 10% of the Annual Contract Value for proper fulfillment of the
contract on each year on stamp paper of value Rs.500/-. The Performance
security will cover 30 days beyond the date of completion of performance
obligations of this tender.

KSTePS, Vijnana Bhavana, Bengaluru Page 43


31.2 The proceeds of the performance security will be payable to the Client as
compensation for any loss resulting from the Consultant/firm’s failure to
complete its obligations under the Contract.

31.3 The performance security will be


c) A bank guarantee issued by a Nationalized Bank acceptable to the
Client, in the form provided in the bidding documents.

d) Crossed DD drawn in favor of Managing Director, Karnataka Science


and Technology Promotion Society (KSTePS), Bengaluru payable at
Bengaluru drawn on any scheduled bank.

31.4 Failure of the successful Bidder to comply with the above requirement will
entail cancellation of the award and forfeiture of the Bid Security and the
balance to make up the performance security deposit will be deducted
from pending payments if any due to the tenderer from KSTePS on other
orders in addition the company will also become liable for being black
listed by KSTePS.

32.0 CORRUPT OR FRAUDULENT PRACTICES:

It is essential that the Client as well as Bidder/Consultant/firm for the


purposes of this provision, the terms set forth below as follows:

i) “Corrupt practice” means the offering, giving, receiving or soliciting of


anything of value to influence the action of a public official in the
procurement process or in contract execution, and

ii) “Fraudulent practice” means a misrepresentation of facts in order to


influence a procurement process or the execution of a contract to the
detriment of the client, and includes collusive practice among Bidders
(prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the client of the benefits
of free and open competition;

KSTePS, Vijnana Bhavana, Bengaluru Page 44


iii) Will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices
in competing for the contract in question;

iv) Will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for, or in
executing, a contract.

33.0 USE OF CONTRACT DOCUMENTS AND INFORMATION:

33.1 The Bidder/Consultant/firm will not, without the Client’s prior written
consent, disclose the Contract, or any provision thereof, of any
specification, plan, drawing, pattern, sample, or information furnished by
or on behalf of the Client in connection therewith, to any person other
than a person employed by the Bidder/Consultant/firm in the
performance of the Contract.

33.2 The Consultant/firm will not, without the Client’s prior written consent,
make use of any document or information except for purposes of
performing the Contract.

33.3 Any document, other than the Contract itself, will remain the property of
the Client and will be returned (in all copies) to the Client on completion of
the consultant/firm’s performance under the Contract if so, required by
the Client.

34.0 PATENT RIGHTS:


The Consultant/firm will indemnify the Client against all third-party
claims of infringement of patent, trademark, or industrial design rights
arising from use of the Mobile Planetarium equipment or any part thereof.

35.0 PAYMENT TERMS:


35.1 PAYMENT TERMS FOR RUNNING (OPERATION) AND MAINTENANCE
OF THE MOBILE PLANETARIUM

KSTePS, Vijnana Bhavana, Bengaluru Page 45


The KSTePS will make the quarterly payment to the consultant/firm after
completion of the successful operation and maintenance as per the procedure
provided in this tender document and the Service Level Agreement made with
successful bidder- See Section VII:

a) The consultant/firm should invariably submit all the relevant documents,


pertaining to this tender as well as Service Level Agreement which will be
made after the award of the tender for the necessary payment.

b) The performance security to be executed in accordance with the provisions


of Clause No.32.0.

c) If the consultant/firm has received any over payments by mistake or if any


amounts are due to the KSTePS due to any other reason, when it is not
possible to recover such amounts under the contract resulting out of this
guidelines, the KSTePS reserves the right to collect the same from any
other amount and / or Bank Guarantees given by the consultant/firm
due to or with the KSTePS.

36.0 PRICES: Prices are Firm.

37.0 CHANGE ORDERS:

The Client may at any time, by a written order given to the Consultant/firm
make changes to the Services to be provided by the Consultant/firm within
the General Terms and Condition of Contract.

38.0 CONTRACT AMENDMENTS:


No variation in or modification of the terms of the Contract will be made
except by written amendment by the Client and accepted by the
Consultant/firm.

KSTePS, Vijnana Bhavana, Bengaluru Page 46


39.0 CONTRACT ASSIGNMENTS:

The Consultant/firm will not assign, in whole or in part, its obligations to


perform under this Contract to some other firm, except with the Client’s
prior written consent.

40.0 RISK PURCHASE:

In case of Consultant/firm who has not adhered to the service schedule,


the KSTePS reserves the right to obtain the service from the open market/
floating another tender and recover the extra expenditure thus incurred
from the consultant/firm.

41.0 TERMINATION FOR DEFAULT:

41.1 The Client, without prejudice to any other remedy for breach of Contract,
by written notice of default sent to the Consultant/firm, may terminate
this Contract in whole or in part:

41.1.1 If the Consultant/firm fails to deliver the services within the


period(s) specified in the Contract, or within any extension thereof
granted by the Client.
41.1.2 If the Consultant/firm fails to perform any other obligation(s) under
the Contract.
41.1.3 If the Consultant/firm, in the judgment of the Client has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract.

41.2 In the event the Client terminates the Contract in whole or in part, the
Client may obtain services similar to those undelivered, and the
Consultant/firm will be liable to the client for any excess costs for such
similar Services. However, the Consultant/firm will continue performance
of the Contract to the extent not terminated.

KSTePS, Vijnana Bhavana, Bengaluru Page 47


42.0 TERMINATION FOR INSOLVENCY:
The Client may at any time terminate the Contract by giving written notice
to the Consultant/firm, if the Consultant/firm becomes bankrupt or
otherwise insolvent. In this event, termination will be without
compensation to the consultant/firm, provided that such termination will
not prejudice or not affect any right of action or remedy, which has
accrued or will accrue thereafter to the Client.

43.0 TERMINATION FOR CONVENIENCE:

43.1 The Client, by written notice sent to the Consultant/firm, may terminate
the Contract, in whole or in part, at any time for its convenience. The
notice of termination will specify the termination is for the Client’s
convenience, the extent to which performance of the consultant/firm
under the Contract is terminated, and date upon which termination
becomes effective.

44.0 FORCE MAJEURE:

44.1 The Consultant/firm will not be liable for forfeiture of its performance
security, penalty for termination for default if and to the extent that it’s
delays in performance or other failure to perform its obligations under the
Contact is the result of an event of Force Majeure.

44.2 For purposes of this clause, "Force Majeure" means an event beyond the
control of the Consultant/firm and not involving the Consultant/firm’s
fault or negligence and not foreseeable. Such events may include, but are
not restricted to, wars or revolutions fires, floods, epidemic, and freight
embargoes.

44.3 If a Force Majeure situation arises, the consultant/firm will promptly


notify the Client in writing of such condition and the cause thereof. Unless
otherwise directed by the Consultant/firm in writing, the Consultant/firm
will continue to perform its obligations under the Contract as far as is

KSTePS, Vijnana Bhavana, Bengaluru Page 48


reasonably practice, and will seek all reasonable alternative means for
performance not prevented by the Force Majeure event.

44.4 Tender Scrutiny Committee/Expert Committee formed by KSTePS will take


decision on payment of service charges to Consultant/firm during the
period of Force Majeure.
45.0 SETTLEMENT OF DISPUTES:

45.1 All disputes or differences in respect of which the decision, if any, of the
Client and Consultant/firm has not become final or binding as aforesaid
shall be settled by arbitration in the manner hereinafter provided.

45.2 The arbitration shall be conducted by three arbitrators, one each to be


nominated by the consultant/firm and the client and the third to be
appointed as an umpire by both the arbitrators in accordance with the
Indian Arbitration Act. If either of the parties fails to appoint its arbitrator
within sixty (60) days after receipt of a notice from the other party invoking
the Arbitration clause, the arbitrator appointed by the party invoking the
arbitration clause shall become the sole arbitrator to conduct the
arbitration.

45.3 The arbitration shall be conducted in accordance with the provisions of the
Indian Arbitration Act, 1940 or any statutory modification thereof. The
venue of arbitration shall be Bangalore/Bengaluru City of Karnataka State
in India.

45.4 The decision of the majority of the arbitrators shall be final and binding
upon the parties. The arbitrators may, from time to time with the consent
of all the parties enlarge the time for making the award. In the event of
any of the aforesaid arbitrators dying, neglecting, resigning or being
unable to act for any reason, it will be lawful for the party concerned to
nominate another arbitrator in place of the outgoing arbitrator.

45.5 The arbitrator shall have full powers to review and/or revise any decision,
opinion, direction, certification or valuation of the Client and
Consultant/firm in accordance with the Contract, and neither party shall
KSTePS, Vijnana Bhavana, Bengaluru Page 49
be limited in the proceedings before such arbitrators to the evidence or
arguments put before the Client and Consultant/firm for the purpose of
obtaining the said decision.

45.6 No decision given by the Client and Consultant/firm in accordance with


the foregoing provisions shall disqualify him as being called as a witness or
giving evidence before the arbitrators on any matter whatsoever relevant to
the dispute or difference referred to the arbitrators as aforesaid.

45.7 During settlement of disputes and arbitration proceedings, both parties


shall be obliged to carry out their respective obligations under the
Contract.
46.0 JURISDICTION OF CONTRACT:

46.1 The laws applicable to the Contract shall be the laws in force in India. The
Courts of Bengaluru City of Karnataka State in India shall have exclusive
jurisdiction in all matters arising under this Contract.

47.0 NOTICES:

47.1 Any Notice given by one Party to the other, pursuant to Contract, shall be
sent in writing by Registered Post with Acknowledgement Due. Notice(s)
shall be confirmed in writing to the address specified in the Contract and
Managing Director, Karnataka Science and Technology Promotion
Society (KSTePS), Bengaluru.

47.2 Notice(s) shall be deemed to have been duly and properly served upon the
Parties hereto, if sent by any of the above-mentioned methods to the
address mentioned in the Contract and Managing Director, Karnataka
Science and Technology Promotion Society (KSTePS), Bengaluru.

47.3 A notice shall be effective when issued by one of the above-mentioned


means or on the notice's effective date, whichever is later.

48.0 FOREIGN EXCHANGE:

No Foreign Exchange is available or expected for this service.

KSTePS, Vijnana Bhavana, Bengaluru Page 50


SECTION – VI

EXISTING MOBILE PLANETARIUM EQUIPMENT


All 11 Mobile planetarium consists of modified Tempo Traveler Cargo Van &
Winger cargo van loaded with two inflatable domes (5m), Projection System, Fish
Eye Lens, Generator, Shows, show related exhibits, L.E.D. TV and all other
accessories used to conduct the shows at school and their Specifications are
given at Annexure-1.

Note:
1. Mobile Planetariums including all the equipment/materials which will be
given to the selected consultant/firm to operate and maintain belong to
KSTePS. The selected consultant/firm shall have no right on the equipment
and/or the materials and its accessories.
2. The successful bidder needs to inspect each equipment of the Mobile
Digital Planetarium and need to be carry out necessary Service, Fitness
Certificate for vehicles and other standard service for projection
system before starting the project in consultation with KSTePS.
3. During the execution of the project, it is the duty of the consultant/firm to
maintain each equipment of Mobile Digital Planetariums and carry out the
frequent services of the equipment / Vehicles as per the standard norms.

KSTePS, Vijnana Bhavana, Bengaluru Page 51


SECTION – VII

SPECIAL CONDITION OF CONTRACT AND


OTHER QUALIFICATION REQUIREMENTS

I. Guidelines for operation and maintenance of Mobile Digital


Planetarium

1. Manpower required to operate and maintain Mobile Digital


Planetarium (All staff should be proficient in written and spoken
Kannada):
Sl. No. of
Role Qualification Remarks
No. People
1 Educational 11 Science Graduation Instructor and
Assistant/ (B.Sc. in Science Driver are
Instructor Subject) and trained in personnel
handling the mobile deployed for
planetarium equipment operation and
and conducting shows maintenance of
both in Kannada and mobile
English (Should submit planetariums
the certificate of employed by the
training from Consultant/firm.
OEM/authorized
organization of Consultant/firm
planetarium equipment should pay the
service providers basic wages, PF
2 Driver 11 Valid driving license for and ESI of
the specified vehicle in Instructor and
Annexure-1 Driver as per the
Govt. rules
mentioned in the
data sheet of this

KSTePS, Vijnana Bhavana, Bengaluru Page 52


tender document.

3 Project Co- 1 Any Graduation with Required In-


Ordinator background/Interest in house people
Astronomy (Language: with the
Both Kannada and Company/firm
English). Should be One who co-
experience in handling ordinates with
such programs. KSTePS and
(Necessary certificate Company/firm to
should be attached). execute the
project smoothly
by liaising with
respective Govt.
department

4 Astronomy 1 Master in Physics Required In-


Expert (Astrophysics) with house people
experience in writing with the
the astronomy content Company/firm.
in English and
Kannada. Should be
able to work on the
mobile planetarium
equipment and build
shows. (should submit
the training certificate
from OEM/authorized
organization of
planetarium equipment
service providers)

KSTePS, Vijnana Bhavana, Bengaluru Page 53


2. Staff should be able to run and maintain the Mobile Planetarium
Systems and should have certificate of training to handle these
systems by an authorized organization or OEM. Staff should
demonstrate their technical knowledge to KSTePS or such authorized
representative of KSTePS, as and when required.

3. Education Assistant/ Instructor should be the Team Leader and he is


responsible for proper conduction of shows in each school and
reporting to coordinating agencies.

4. It is the responsibility of the consultant/firm to coordinate with the


district Education Authorities like DDPI or concerned agencies to
chalk out a working plan for implementation of the mobile
planetarium programs at High Schools for the said period by KSTePS.

5. Number of schools per district shall be selected in coordination with


the authorities of Education Department by the consultant/firm and
intimated to KSTEPS in advance.

6. The minimum number of working days will be 180 (One Hundred


Eighty) days in a year for schools.

7. The mobile planetarium shows should be conducted for the general


public on a daily basis after regular shows for students in Govt.
Schools are completed. And also, during holiday seasons, shows
should be conducted in association with Panchayats and other
organizations and in consultation with coordinating agencies such as
KSTePS or Science Centres. And also shows shall be conducted for

KSTePS, Vijnana Bhavana, Bengaluru Page 54


general public for at least 30 (thirty) days, during lean period and
school vacations.

8. It is the responsibility of the consultant/firm to ensure that in the


case of sudden change in schedule of the Mobile Planetarium which
would result in show cancellations, he should compensate by
conducting additional shows. Similarly, in the case of Drivers
(Technician), Education Assistant taking leave, a replacement should
be available immediately. This is to be strictly enforced as otherwise
penalty will be imposed if the target is not achieved. The penalty
amount per day will be based on the calculation of quoted/calculated
annual service charges of Consultant/firm divided by 210 days (for a
year).

9. A log book/mobile app should be maintained online with the details of


School, its location, number of shows per day, number of students
who attended the show, date and time, reasons for cancellation if any.
This log book should be made accessible to KSTePS.

10. A follow up quiz after each show shall be conducted where students
can win attractive prizes like books, space cards, planisphere and
small models related to shows and astronomy.

11. The shows are customized class wise and designed for students from
standard 8th to standard 10th and also as per 10+2 academic syllabus.

12. Mobile Planetarium activities shall be monitored by a Nodal officer


from KSTePS.

KSTePS, Vijnana Bhavana, Bengaluru Page 55


13. Consultant/firm should adopt the best measures to ensure a safe and
secure environment for the students and staff.
a. Staff should consist of an Education assistant, and a driver.
b. The Vehicle and all equipment’s will be maintained and serviced
by the consultant/firm as per the standard norms.
c. The consumable items such as projection lamps, Diesel for
generator and vehicle are to be procured by the consultant/firm
and they should be entered in the consumables register
immediately.

II. Reports to be submitted during execution of the project:

The following processes will be used in order to manage the operation and
maintenance of mobile planetarium:

a. Weekly Status Report

Consultant/firm should provide KSTePS with a weekly status report


that gives an overall summary of the following:

i. Mobile planetarium van’s condition


ii. On-going activities (Covered districts with list of schools)
iii. Completed show details
iv. Upcoming milestones and releases
v. Risk identification and mitigation plan
vi. Action items across different application areas

b. Monthly Review Meeting

Matric will be tracked by Consultant/firm, summarized and


discussed in a monthly meeting. This activity includes the following:

i. Tracking unresolved issues from maintenance of vans which


impact this Agreement;
ii. Updating maintenance project progress and resolving critical
issues;

KSTePS, Vijnana Bhavana, Bengaluru Page 56


iii. Capturing agreements and disagreements and items needing
escalation.

c. Quarterly Review Meeting

A quarterly review meeting will include the following:

i. Review process will be through face-to-face meeting session


which will be appointed in advance;
ii. Review document prepared by the consultant/firm will
include overall project status, issues list, matric reporting,
supporting reasons for matric deviation.

III. General Condition of Contract for the MoU with Consultant/firm

1. The Consultant/firm shall take the responsibility of providing services


for conducting Mobile Digital Planetarium in rural areas & ensure that
all statutory wages and allied benefits like salaries for the staff
including P.F., ESI, (including Outstation Charges mentioned in the
Data Sheet) etc., as are prescribed by the Government of Karnataka
from time to time, are paid to personnel deployed for the purpose of this
contract. The Consultant/firm shall remain liable to the KSTePS or
authorities concerned for compliance of the respective existing rules
and regulations of the Govt. of Karnataka for this purpose and shall
also remain liable for any contravention thereof. The Consultant/firm
shall have to abide by the minimum wage legislations and must pay
minimum wage as per law to the personnel deployed by them for the
purpose.

2. The Consultant/firm shall submit the proof of having deposited the


amount of contributions claimed by them on account of salaries of
staff, PF, ESI and outstation charges towards the persons under
the scope of this contract in their respective names each month

KSTePS, Vijnana Bhavana, Bengaluru Page 57


while submitting their GST compliant bills for the subsequent
month. In case the Consultant/firm fails to do so, their bills will
be withheld till submission of required documents. Copies of the
quarterly, half-yearly & annual returns of GST, ESI, PF shall be
submitted after its submission to the concerned authorities. The
Consultant/firm is required to provide manpower services as
‘Instructor, & Driver strictly as per the requirement of the KSTePS

3. The Consultant/firm shall pay wages to the personnel deployed by


them through online bank transfer from their bank account to the bank
accounts of the personnel deployed by them latest by the 7 th of every
month and shall produce copy of acquaintance roll and bank
remittance statement of every month along with quarterly bill.

4. The consultant/firm shall maintain good liaison with local District


office, Police Station, Traffic Guard and Fire Service Department
concerned for any law and order or unforeseen situation related
assistance from them.

5. In case of any theft, loss of assets and/or disturbance adversely


affecting the Mobile Digital Planetarium Project, the entire
responsibility for recovery and legal actions starting with lodging of
F.I.R. with local police in consultation with the authorities of the
KSTePS, up to the final recovery stage etc. will lie with the
Consultant/firm.

6. A performance security deposit of minimum 1/10 of the annual


value of contract in the form of a Bank Guarantee (in a nationalized
bank), is to be deposited by the Consultant/firm. The project will be
renewed every year (up to three years from the date of implementation)

KSTePS, Vijnana Bhavana, Bengaluru Page 58


based on the performance of the previous year and availability of funds
for the subsequent year. For every renewed year, performance security
deposit of minimum 1/10th of annual value of contract should be
deposited by the Consultant/firm.

7. In the event of any breach of terms & conditions of the contract due to
negligence, inefficiency or inaction of the consultant/firm or the
personnel deployed by them, the amount of compensation, as assessed
by the KSTePS shall be recovered either from the bill for monthly
service charges payable to the Consultant/firm or from their security
deposit.

8. During the period of the contract, the Consultant/firm shall provide


proper and adequate service and perform their duties diligently,
honestly and to the entire satisfaction of the KSTePS. The
Consultant/firm shall constantly keep in touch with the KSTePS
regarding their services and abide by all instructions and directives
issued by the KSTePS in this regard.

9. Terms and Condition for Unforeseen/Covid-19 situations:


i) All staff should follow latest Covid- 19 guidelines of Government
of India/Karnataka and KSTePS at all times to execute the
project of mobile digital planetarium across the state with utmost
caution and awareness. Necessary/approved cleansing product
should be used to clean the equipment and sanitize the places
where mobile planetarium visits.

ii) During the unavoidable circumstances, if there is any


lockdown/declared holiday/Schools’ unavailability for a period of
30 consecutive calendar days (including all general holidays) due

KSTePS, Vijnana Bhavana, Bengaluru Page 59


to unforeseen/Covid-19 situation, agreed cost as per the tender
document will be paid to the Consultant/firm.

iii) If there is any lockdown/declared holiday/Schools’ unavailability


for more than 30 consecutive calendar days (including all general
holidays) due to Unforeseen/Covid-19 situation and until the
return of normalcy period, nominal maintenance charges
mentioned in the Data Sheet will be paid for each month. Other
charges such as Salaries of the employees and service charges of
the Consultant/firm will not be paid. Necessary action should be
taken by Consultant/firm to maintain all mobile planetariums in
good condition during this period. By considering all the above
conditions, the final decision during unforeseen/Covid-19
situations, will be taken by the Tender Scrutiny
Committee/Expert Committee formed by the KSTePS by
accessing then situation and following the instructions of
Government.

10. The Consultant/firm shall maintain all relevant registers,


documents in the respective Vehicle, which may have to be
presented for inspection of the concerned Authorities.

11. The Consultant/firm shall ensure compliance of all Acts, Rules and
statutory orders in force with regard to deployment of their staff for the
purpose of this contract and shall keep KSTePS indemnified against
any liabilities arising out of non–compliance of any of the Acts, Rules or
Orders on their part.

12. The Consultant/firm shall deploy physically fit personnel to execute the
operation and maintenance of mobile digital planetarium project.

KSTePS, Vijnana Bhavana, Bengaluru Page 60


13. The Consultant/firm shall make periodical Police verification of the
particulars of their personnel deployed and issue proper identity
cards to those personnel who are deployed by them at any point of
time for the purpose of this contract in order to facilitate verification of
their identity by the KSTePS. They shall always wear the identity card
given by Consultant/firm while inside the premises of schools where
the planetarium shows are conducted.

14. The Consultant/firm shall be liable to comply with the directions of the
KSTePS, to remove within 24 hours of receipt of such direction, any
personnel deployed for the purpose of this contract and shall make
immediate necessary alternative arrangements to ensure proper and
adequate services.

15. The Consultant/firm on completion of the specified term of contract or


on termination of the contract shall peacefully hand over the Mobile
Digital Planetariums in good condition to the KSTePS and remove all
their persons and materials from the mobile van, as the case may be.

16. KSTePS shall have no responsibility for providing living accommodation


to the personnel deployed by the Consultant/firm.

17. KSTePS shall pay to the Consultant/firm nothing more than the
amount as may be due under the contract terms.

18. All the persons deployed must be ready to undertake extensive travel to
rural & aspirational districts, to perform their duties.

KSTePS, Vijnana Bhavana, Bengaluru Page 61


19. Consultant/firm shall be responsible for any fine/ action for
violation of traffic rules. Consultant/firm shall file FIR or Police
Complaint for any accident or untoward incident and shall be
responsible for smooth conduct of the Mobile Digital Planetarium
Project.

20. Consultant/firm shall undertake that they will not share any
information, materials, equipment, exhibits are anything related to
this project with any outside persons/ agency, under any
circumstances.

21. Consultant/firm shall ensure that persons deployed will be replaced at


the site of mobile planetarium within 24 hours in case some of their
personnel leave the site for any reason.

22. The personnel engaged for the operation and maintenance of


mobile digital planetarium viz., Instructor and Drivers are
employee of the Consultant/firm not of KSTePS. In case of any
injury caused/loss of life due to accident or any other reason,
KSTePS is not liable to pay any kind of
compensation/money/hospital charges or any such payment
whatsoever. It is the responsibility of the selected
Consultant/firm to handle such situations.

23. Special maintenance of the Mobile Planetarium Buses is required to be


carried out before commencement of any journey.

24. Fuel consumption of vehicle and generator will be reimbursed by


KSTePS on verification of certified fuel bills, log book and after
proper observations of distance/hours of work by a duly

KSTePS, Vijnana Bhavana, Bengaluru Page 62


constituted committee in KSTePS and prevailing cost of fuel will
be applied.

25. Instructor must obtain a certificate from School authority regarding


satisfactory conduction of programme and the format for the same will
be provided by the KSTePS;

26. All instructions from KSTePS must be adhered to and the instructor of
the Mobile Planetarium will be responsible for strict compliance of the
same. If required instructions from time to time during the period of
contract will be issued for effective conduct of the program by KSTePS.

27. In case of major breakdown of vehicle, KSTePS should be informed


immediately by the consultant/firm or by the personnel’s deployed by
the consultant/firm. After directions by the KSTePS, action to be taken
by the consultant/firm for repair of the vehicle from the nearest
manufacturer or service provider. As consultant/firm will quote their
Service Charges including the AMC for all the equipment
mentioned at Annexure-1. Hence, consultant/firm should take care
all the expenses incurred for the repair of the mobile planetarium
equipment and Vehicles. KSTePS will not provide any additional
cost for such repair works. All norms of the Transport Department,
GoK should be followed strictly before repairing the vehicle of the
mobile planetariums.

28. All Equipment including vehicles will remain as property of


KSTePS. After completion of contract the consultant/firm will
return all the equipment and vehicles in duly good working
condition.

KSTePS, Vijnana Bhavana, Bengaluru Page 63


29. KSTePS reserve the right to verify the working/good condition of
equipment and other consumables/non consumables items of mobile
planetariums during the handing over process. If any modification in
the parts/repair works carried/not working of equipment/damage of
equipment/any issues related to equipment arises, the decision on
those will be taken by the Tender Scrutiny Committee or Expert
Committee formed by KSTePS, consultant/firm should agree for those
decisions.

30. The Signage on the van will clearly indicate that this is a project of
KSTePS in a prominent place on the van to be prepared by
KSTePS. The final outlook of the Van including promotional logo of
the consultant/firm for display will be approved by KSTEPS. No
modifications to the vehicle after approval will be carried out by
the consultant/firm.

31. All publicity material including handouts about the program to be


distributed during the program will be approved by KSTePS. No
other material other than approved by KSTePS will be used for
distribution by the consultant/firm during the program.

32. Any such matters which arises during the execution of mobile
planetariums projects will be brought to the notice of Technical
Scrutiny Committee or Expert Committee formed by the KSTePS.
Decision of Technical Scrutiny Committee or Expert Committees
are final and Consultant/firm should agree for the decisions.

KSTePS, Vijnana Bhavana, Bengaluru Page 64


SECTION- VIII

SAMPLE FORMS

1. BID FORM (Online)


Date. .......
TO: (Name and Address of Purchaser)
Gentlemen and/or Ladies:

Having examined the Bidding documents, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to provide service.
......................... (Description of service) in conformity with the said bidding
documents for the sum of. ............. (Total bid amount in words and in
figures) or such other sums as may be ascertained in accordance with the
schedule of prices (On-line only) and made part of this Bid.

We undertake, if our Bid is accepted, to provide the service in accordance


with the tender.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum
equivalent to 10% of the Annual Contract Value for the due performance of
the Contract, in the form prescribed by the client.

We agree to abide by this Bid up to ……………. (For the Bid Validity Period)
specified in and it will remain binding upon us and may be accepted at any
time before the expiration of that period.

Until a formal contract is prepared and executed, this Bid, together with
your written acceptance thereof and your notification of award, will
constitute a binding Contract between us.

We understand that you are not bound to accept the lowest or any bid you
may receive. We certify / confirm that we comply with the eligibility
requirements as per clause of the bidding documents.
Dated this. ...........day of. ..............
____________________________
____________________________
[Signature] [in the capacity of]
Duly authorized to sign Bid for and on behalf of
_____________________________

KSTePS, Vijnana Bhavana, Bengaluru Page 65


2. PERFORMANCE SECURITY FORM

To: (Name of Purchaser)

WHEREAS……………………………………….. (Name of Consultant/firm)


(hereinafter called "the Consultant/firm") has undertaken, in pursuance of
Contract No.............dated............. to provide service. ................(Description
of Services) (hereinafter called "the Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the
Consultant/firm will furnish you with a Bank Guarantee by a recognized
Bank for the sum specified therein as security for compliance with the
Consultant/firms performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Consultant/firm a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to


you, on behalf of the Consultant/firm, up to a total of. ............................
(Amount of the Guarantee in Words and Figures) and we undertake to pay
you, upon your first written demand declaring the Consultant/firm to be in
default under the Contract and without argument, any sum or sums within
the limit of................ (Amount of Guarantee) as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum
specified therein.
This guarantee is valid until the. ... Day of. ......
Signature and Seal of Guarantors
..........................................
Date. ........................
..........................................
..........................................
Address:....................…...
..........................................
..........................................
NOTE: This will be executed on a Rs.100/- non-judicial stamp paper by a
scheduled Bank.

KSTePS, Vijnana Bhavana, Bengaluru Page 66


3. PROFORMA FOR PREVIOUS WORK PERFORMANCE STATEMENT
(Previous Experience)
<On letter head of company>

Date:
Bid No.__________ Dtd:

The following services related to planetariums/mobile planetariums are


carried out by the ______________ (Name of Company/firm) and respective
work:

Sl. Description Name and Work Status of Attach Work


No. of the Address of Order Work Order,
Project Institution/ Date (Completed/ Performance
Organization Ongoing) Certificate/
to whom by the
service is Institution/
provided. Organization
1
2
3
(Note: Add more rows for more such projects)

Remarks if any:______________________________________

Signature of the Bidder with Consultant/firm’ seal


_______________________
________________________
________________________

KSTePS, Vijnana Bhavana, Bengaluru Page 67


4. FORMAT OF UNDERTAKING
(On the Letterhead of company)
Date:
To
Managing Director
Karnataka Science and Technology Promotion Society (KTePS)
Dept. of Electronics, Information Technology, Biotechnology and
Science & Technology, Govt. of Karnataka
Bangalore

Dear Sir,

We undertake as following.

4. To abide by the procedure and conditions stipulated in the tender


No. KSTePS/MDPP/BNG/2020-21/01, Dtd: 18/09/2021
5. To abide by the Instructions/Conditions related to Covid-19 or
instruction during any unforeseen circumstances arises during the
execution of the project.
6. We understand that if we fail to perform the project as per the said
tender document, KSTePS reserve the right to terminate the
contract and recover all the expenses incurred to select the new
company/firm to execute the same project.
7. We understand that, _______ (name of the company/firm) will be
held liable for any damages caused to Mobile Planetarium
Equipment and Vehicles due to irregular maintenance of it.
KSTePS reserve the right to recover the cost of damages from us.
8. We understand that renewal for every year up to three years
(starting from the date of implementation of mobile planetariums)
for this project is based on the performance of the previous year
and the availability of funds for the subsequent year.
9. We understand that, the right of a _______ (name of the
company/firm) to terminate the contract/project is exercised by a
letter to KSTePS six months in advance. Termination of the

KSTePS, Vijnana Bhavana, Bengaluru Page 68


contract/project releases both parties from their obligation to
effect and to receive future performance and termination does not
preclude a claim for damages for non-performance.
10. We understand that termination does not affect any provision in
the tender/contract for the settlement of disputes or any other
term of contract which is to operate even after termination.
11. We understand that the validity of the bid shall remain valid for
the period of one year from the date of bid opening by the Client.
A bid valid for a shorter period will be rejected.
12. We understand that, the personnel engaged for the operation
and maintenance of mobile digital planetarium viz., Instructor and
Drivers are employee of the Consultant/firm not of KSTePS. In
case of any injury caused/loss of life due to accident or any other
reason, KSTePS is not liable to pay any kind of
compensation/money/hospital charges or any such payment
whatsoever. It is our responsibilities to handle such situations.

Thanking You,
For (Name/Seal of the Company/firm)

(Signature)
Name and Designation of
Authorized Signatory

KSTePS, Vijnana Bhavana, Bengaluru Page 69


5. MANDATORY DOCUMENTS CHECK LIST
(All documents shall be notarized)
The following documents are submitted by __________(Name of the
Consultant/firm) as per the Data Sheet of the tender document:
Sl.
Documents Uploaded (Tick)
No.
1 Registration certificate of the firm/company
under the Suitable Act. Copies of the documents
defining the constitution or legal status of the
firm/company.

2 GST Registration Certificate and PAN


Number/Card of the consultant/firm

3 Income Tax Return certificates for last two


consecutive years.
4 Minimum Average Annual Turnover (MAAT) of
the bidder in last two consecutive financial years
shall not be less than Rs. 1.00 crore per year
(Rs. 2.00 crore for two years). The bidder shall
scan and upload audited Profit and Loss (P&L)
Statement and Balance Sheet of the firm for the
respective financial year. (Marking instruction
as per Table 1)
5 Certificate of minimum 2 years’ experience
of having operated Mobile Planetarium,
which has inflatable dome of 5-6m,
projection system and software consisting of
live sky projection, show builder, STEAM
(Science, Technology, Engineering, Arts and
Mathematics) related show projection on
360-degree inflatable dome and other
equipment as specified in Annexure-1. The

KSTePS, Vijnana Bhavana, Bengaluru Page 70


bidder should attach Work Order of each
project and its performance/ satisfactory
work done certificate issued by the
concerned authority backed with adequate
data of conducting planetarium shows
preferably in Kannada language. See Form 3
of Section VIII.
6 The bidder should furnish a brief write-up,
backed with adequate data, explaining his
available capacity and experience, team for
the operation of Mobile Digital Planetarium
which has inflatable dome of 5-6m,
projection system and software consisting of
live sky projection, show builder, STEAM
(Science, Technology, Engineering, Arts and
Mathematics) related show projection on
360-degree inflatable dome and other
equipment as specified in Annexure-1. The
bidder should also submit the authorized
dealership certificate from the OEM’s of
Mobile Digital Planetariums. And letter of
undertaking as per Form 4 of Section VIII
7 Letter of undertaking as per Form 4 of Section
VIII
8 Declaration Form (Form 6 of Section VIII)

Thanking You,
For (Name/Seal of the Company/firm)

(Signature)
Name and Designation of
Authorized Signatory

KSTePS, Vijnana Bhavana, Bengaluru Page 71


6. DECLARATION FORM
Declaration to be given by the company in regard to relation to
promoters of blacklisted/debarred companies by any power
utilities

I declare that I or any of the representatives of ____________ (name of the


consultant/firm) do not have any relatives with promoters of
blacklisted/debarred companies by any utilities.

It is certified that the information furnished above is true to the best of my


knowledge and belief. It is hereby undertaken that in the event of the above
information found to be false or incorrect at a later date, the KSTePS is
entitled to terminate the contract/ agreement entered into besides
recovering damages as may be found necessary, with due notice.

Thanking You,
For (Name/Seal of the Company/firm)

(Signature)
Name and Designation of
Authorized Signatory

Annexure-1
KSTePS, Vijnana Bhavana, Bengaluru Page 72
BID ENQUIRY NO: KSTePS/MDPP/BNG/2021-22/01 Dtd:18.09.2021
Mobile Planetarium Equipment Specifications

***

I. Five Set of Mobile Planetarium contains following items (This list


is given for one mobile planetarium; all five mobile planetariums
contain the same items)

Sl. Item Name Qty. Specification


No.

1 Inflatable Dome 2 The dome is made of light weight,


(5m) durable, fire retardant, wrinkle free,
opaque fabric has Zipper and Velcro
based 6 feet walk-able entry/ exit. It
has a provision for AC fitting.
Including 2 box of carry case

2 Mobile 1 Customized Force Motor Cargo Van


Planetarium Van (Five Vehicles are as follows)

3 Computer 1 The projector (5000 lumens) uses


Systems and Fish-eye lens for 360-degree
Projector projection on dome.
High end Computer system to run
Mobile Planetarium Software and
project 360-degree show is available.

4 Projector without 1 1 spare projector (5000 lumens)


fish eye lens with without lens is provided for each
a spare lamp mobile planetarium.

KSTePS, Vijnana Bhavana, Bengaluru Page 73


5 Mobile 1 Mobile Planetarium projection system
Planetarium and software consisting of live sky
Software projection, show builder, STEAM
(Science, Technology, Engineering,
Arts and Mathematics) related show
projection on 360-degree inflatable
dome.
The projector (5000 lumens) uses
Fish-eye lens for 360-degree
projection on dome.
Software is capable of using the
mouse to drag an image, 3D model,
video or audio file from Windows
Explorer into the user interface, and
specifically into Dome View for
immediate display on the dome.
Ability to create real-time shows
within user interface without the
need for scripts, screen recordings or
text-based solutions.
And other standard features of Mobile
Planetarium Projection System
6 Portable Power 1 4kw/5kw Diesel Generating set.
Generator & Diesel Engine KCC 5AS developing
Online Power 7.5 BHP at 1500 rpm. Mounted on a
Pack (UPS) channel iron base frame.
Battery 1 no. and 12V CPCB II
Compliant.
This set up also include Exide battery
and a compatible sine wave UPS of
3.5kva.

7 Portable Air 1 Portable AC of 1.5/1.0 Ton (one spare


Condition for 5 mobile planetariums, so total of
System (one 6 A.C. units)
extra)
8 Audio System 1 Audio system is inbuilt in Projector
(2.0 Channel) Console
9 GPS System 1 Standard Vehicle tracking unit
mounted to each vehicle,
(Consultant/Firm need to activate
this during operation of Vehicle)
10 55-inch LED TV 1 55” LED Smart TV
with stand and Model: CREL7333
cover with tripod stand and carry bags

KSTePS, Vijnana Bhavana, Bengaluru Page 74


11 Floor Carpet (2 2 Carpet to spread on floor. (Students
per van) will sit on this carpet to watch shows)
12 Vacuum Cleaner 1 Standard portable Vacuum Cleaner
13 Tablet / Smart 1 Smart Tablet to enter the mobile
Phone planetarium data on the go.

14 Dedicated Tablet 1 Dedicated tablet (9.7-inch, 32 GB,


for Software wifi) to control the mobile
Control planetarium software. One vehicle
does not contain this. But software
can be control through the computer.
15 Van Cover 1 Standard
16 Tool Kit 1 Standard
17 Tripod 1 Standard Mobile Camera Tripod
18 First Aid Kit 1 Standard
19 Wire Roller (2 per 1 set Standard
van)
20 Public 1 8” portable multimedia Public
Addressing Address System with mic and remote
System (Bluetooth Speaker)
21 Branding for Van 1 Entire Van is stickered with Mobile
Planetarium Branding.
22 Air Blower 2 Power Rating: 685W, for inflating
dome
23 Fire Extinguisher 1 Standard
24 External Hard 1 2TB and Pen drive: 32GB
Disk and Pen
drive
25 Canon 1300 SLR 1 Only one camera for all Five Mobile
Camera, battery, Planetarium Vans
charger, USB
Cable 16GB &
32GB Card with
18-55mm kit
lens with Hama
Photo Tripod
26 Any other items

II. Six Set of Mobile Planetarium (Exclusively for Kalyana Karnataka


Region of Karnataka- This list is given for one mobile
planetarium; all five mobile planetariums contain the same items)

KSTePS, Vijnana Bhavana, Bengaluru Page 75


Sl. Item Name Qty. Specification
No.

1 Inflatable Dome 2 The dome is made of light weight,


(5m) durable, fire retardant, wrinkle free,
opaque fabric has Zipper and Velcro
based 6 feet walk-able entry/ exit. It
has a provision for AC fitting.
Including 2 box of carry case

2 Mobile 1 Customized Tata Winger Cargo Van


Planetarium Van (Six Vehicles are for six mobile
planetarium)

3 Computer 1 The projector (5000 lumens) uses


Systems and Fish-eye lens for 360-degree
Projector projection on dome.
High end Computer system to run
Mobile Planetarium Software and
project 360-degree show is available.

4 Projector without 1 Note: 3 spare projectors (5000


fish eye lens with lumens) without lens is provided for
a spare lamp six set of planetariums

KSTePS, Vijnana Bhavana, Bengaluru Page 76


5 Mobile 1 Mobile Planetarium projection system
Planetarium and software consisting of live sky
Software projection, show builder, STEAM
(Science, Technology, Engineering,
Arts and Mathematics) related show
projection on 360-degree inflatable
dome.
The projector (5000 lumens) uses
Fish-eye lens for 360-degree
projection on dome.
Software is capable of using the
mouse to drag an image, 3D model,
video or audio file from Windows
Explorer into the user interface, and
specifically into Dome View for
immediate display on the dome.
Ability to create real-time shows
within user interface without the
need for scripts, screen recordings or
text-based solutions.
And other standard features of Mobile
Planetarium Projection System
6 Portable Power 1 Model: EU 30is with 4 units of SMF
Generator & Battery with power rating of 42AH
Online Power including 3.5kva hybrid compatible
Pack (UPS) sine wave
7 Portable Air 1 Portable AC of 1.0 Ton (one spare for
Condition 6 mobile planetariums, so total of 7
System (one A.C. units)
extra)
8 Audio System 1 Audio system is inbuilt in Projector
(2.0 Channel) Console
9 GPS System 1 Standard GPS tracking system
mounted to Vehicle (Consultant/Firm
need to activate this during operation
of Vehicle)
10 55-inch LED TV 1 55” LED Smart TV
with stand and Model: TCL55G500
cover with tripod stand and carry bags

11 Floor Carpet (2 2 Carpet to spread on floor. (Students


per van) will sit on this carpet to watch shows)
12 Vacuum Cleaner 1 Standard portable Vacuum Cleaner

KSTePS, Vijnana Bhavana, Bengaluru Page 77


13 Tablet / Smart 1 Smart Phone to enter the mobile
Phone planetarium data on the go.

14 Monitor 1 One spare monitor with keyboard,


mouse and 32 GB Pen Drive
15 Van Cover 1 Standard
16 Tool Kit 1 Standard
17 Tripod 1 Standard Mobile Camera Tripod
18 First Aid Kit 1 Standard
19 Wire Roller (2 per 1 set Standard
van)
20 Public 1 Bluetooth Speaker with mic
Addressing
System
21 Branding for Van 1 Entire Van is stickered with Mobile
Planetarium Branding.
22 Air Blower 2 Power Rating: 685W, for inflating
dome
23 Fire Extinguisher 1 Standard

*****

KSTePS, Vijnana Bhavana, Bengaluru Page 78

You might also like