Tender for Rationalization, Deduplication, Shifting of … Document/Tender/0804201511383090.pdf ·...
Transcript of Tender for Rationalization, Deduplication, Shifting of … Document/Tender/0804201511383090.pdf ·...
1
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.)
Tender for Rationalization, Deduplication, Shifting of
Electors, Data Entry & Updations, EPIC Preparation,
Integration & Consolidation, Generation & Printing of Integrated Photo Electoral Roll as per the guidelines of
Election Commission of India
Tender No. MPSEDC/MKT/2011/204
(All pages of this document except for Commercial-bid to be submitted in original duly signed on each page along with the technical bid envelope. The Commercial bid in original is to be enclosed in a separate sealed envelope)
M.P. State Electronics Development Corporation Ltd. 147, Zone-I, M. P. Nagar, Bhopal - 462011 (M.P.)
Ph. No. 0755-2769822, 2769816 Fax: 0755-2769824
www.mpsedc.com
2
INVITATION FOR BIDS
Addl. Chief General Manager, MPSEDC Ltd., Bhopal invites sealed bids, under two envelopes system,
from bidders for “Tender Document for Rationalization, Deduplication, Data Entry and Updations,
EPIC Preparation, Integration & Consolidation, Generation and Printing of Photo Electoral Roll as per the guidelines of Election Commission of India” on behalf of office of the Chief Election Commission,
Bhopal. Interested bidders may obtain further information from the office of MPSEDC Ltd., Bhopal Bids are invited for the work mentioned hereunder:
S
n
Items Description
a Scope of Work Rationalization, Deduplication, Data Entry and Updations, EPIC Preparation, Integration &
Consolidation, Generation and Printing of Photo Electoral Roll as per the guidelines of Election
Commission of India
b Cost of Tender Document Rs.1000.00 (non-refundable) by Demand Draft/Cash c Sale of Tender documents Date 1.8.2011 to 16.8.2011 (Between 10.30 a.m. to
5.30 p.m.) d Last date of submission of
Tender
Date 17.08.2011 up to 3.00 p.m.
e Date of opening of Technical Bid Date 17.08.2011 at 4.00 p.m.
f EMD Rs. 1,00,000/- (Rupees One Lakh Only) in the form of
Demand Draft payable to MPSEDC Ltd., Bhopal g Place of opening of Bids Office of MPSEDC Ltd., 147, Zone-1, Maharana Pratap
Nagar, Bhopal (M.P.)
h Address for communication MPSEDC Ltd., 147, Zone-1, Maharana Pratap Nagar,
Bhopal – 462 011 (M.P.)
Note : Tender can be downloaded from the website www.mpsedc.com In case. tender document
has been downloaded from the website, the tenderer will have to enclose a Demand Draft of Rs.1000/- (Rupees One Thousand only) as tender document from any scheduled bank in favor of
MPSEDC Ltd. payable at Bhopal along with the tender.
*Any future Corrigenda/Information shall be posted only on our website
www.mpsedc.com
3
Letter for Submission of tender
To Dated --------, 2011.
Addl. CGM, MPSEDC
147 Zone I, M P Nagar Bhopal (M P)
Ref : Tender Document for Rationalization, Deduplication, Data Entry and Updations, EPIC
Preparation, Integration & Consolidation, Generation and Printing of Photo Electoral Roll
as per the guidelines of Election Commission of India against Tender No. MPSEDC/MKT/2011/204 due on 17.08.2011
Dear Sir,
Having examined the tender document relating to the Tender Document for Rationalization, Deduplication, Data Entry and Updations, EPIC Preparation, Integration & Consolidation, Generation
and Printing of Photo Electoral Roll as per the guidelines of Election Commission of India as detailed in your tender, Conditions and scope of work etc., and having understood the provisions and
requirements relating to the development and all other factors governing the tender, We hereby submit our offer for the same in accordance with terms and conditions and confirm our acceptance to
execute the order within the time period specified in the tender document, at the rates quoted by us
in the accompanying Bid.
If, after the tender document is accepted, we fail to complete the said work as per the order. We agree that, M/s. MPSEDC LTD. Bhopal shall have full authority to forfeit the earnest money and
cancel our order with no obligation on their part.
We confirm having deposited earnest money of Rs 1,00,000/- (Rupees One Lakh only) by Demand
Draft No……………..dated …………….. Drawn on ……………Bank ………………………. Branch attached
here to, and general information required are as per Annexure attached.
We further confirm that – i. We have successfully executed orders of similar nature and we have sufficient experience and
financial strength in handling orders of this value. ii. We have sufficient qualified manpower and after support to execute the order efficiently in
the specified time schedule.
iii. The quoted rates shall be valid till the completion of the order but not less than 90 days.
iv. We further confirm that all chapters of the tender documents have been read, understood
and signed and there is no deviation/discrepancy. v. We hereby declare that we have not been blacklisted by any Govt. Authority.
The information given above and in the Tender Document is true to the best of our knowledge and
we understand that in case, the information is found to be false, our tender/work order can be
rejected at any point of time.
Signature of the Tenderer
With stamp and date
4
Part I – Technical Bid
1 Name of the Tenderer:
2 Category of the tenderer
(Whether company, partnership firm or Proprietary concern)
3 Name of Chief Executive Officer and Telephone No.
4 Contacts:
Telephones Office:
Residence:
Fax:
E-mail:
Mobile No:
5 Year of Establishment
Name(s), contact number and Address(s) of proprietor or
partners or Directors
6 Other branches/agencies of the
tenderer in the state of Madhya Pradesh. (Enclose list if any)
7 Amount of Earnest Money
Deposit
Demand Draft details
Amount (In figures)
Amount (In words)
Payable at (Indicate Name of
Bank & Branch)
Serial Number
Dated
8 Sales Tax/Commercial Tax/
VAT/CST No. and P F No.
9 Income Tax PAN/GIR No.
10 Name of Zones (Maximum 4) for
which the tenderer have
submitted the bid.
TECHNICAL INFORMATION:
11 Available Facilities:
No. of Employees on permanent
roll
5
Technical : Non-Technical:
(Details be given )
Number of card production centers and places thereof
Available Infrastructure
12 Total number of Pentium-IV
computers with minimum 160
GB HDD or above.
13
Operating System
14 Number of Digital Cameras
available
15 Number of Laminating Machines Available
16 Number of Laser Printers
(20ppm,600 dpi or above)
available
17 Number of additional sets of
equipments, if any, proposed to
be procured (give details)
18 Time required to place the
equipments on the job
19 Backup facilities
20 Software support
21 No. of generators with capacity
22 Turn over of the Last 3 years
(Attach CA's certificate)
2008-09
2009-10
2010-11
23
Name and Address of the Banker
24
List of major orders executed
(details to be given )
25 Past experience as per eligibility
criteria (details may be given
along with Documentary
evidence)
26 Work in hand (details to be
given) with documentary evidence.
6
Note: The present Database is in MS-SQL Server. The Computers used by the Vendor should have
Windows XP Professional SP II or Windows 7, .net framework and MS SQL Server 2005 Enterprise Edition installed on them. The vendor should use licensed software for the activities outlined in this
Tender.
2. Eligibility Criteria:
The Eligibility Criteria for bidders is as follows:
1. Tender can be submitted by any bidder who has previous satisfactory experience of
preparation of Photo Electoral Rolls and Elector’s Photo Identity Cards (EPIC) in any state of
India as per guidelines of Election Commission of India. A certificate from the concerned
DEO/CEO/SLA (clearly indicating the name/names of Districts) in this regard should be enclosed. Sub-contractors certificate(s) not allowed.
2. The bidder must have had an average annual turnover of Rs. 30 lakhs during the last 3 financial years. The balance sheets of the last three years should be submitted. In this regard
CA certificate should be submitted by the tenderer. 3. The Bidder should be registered with Shops and Establishments (enclose certificate). 4. The Bidder should not have been blacklisted by any Government Authority.
3. Description of work
The Scope of Work involves the following activities:
Part- I
The vendor will perform the Rationalization (breaking of a single part into two parts), Deduplication (removing duplicate entries), Shifting of Electors from one part to another, Data
Entry of Electors details, Photograph merging in elector’s database after scanning the photo,
Mobile Nos, E-Mail IDs, Passport No. etc, followed by data Updations. All these activities will be carried out as per the instructions of the concerned District Election officials.
Part - II
The vendor will carry out integration by merging the mother roll and supplementary lists into one
single roll and re-numbering the electors through the software provided by SLA. After integration
the vendor will generate electoral roll in PDF format and print one copy of the electoral roll as check list and submit the same to District Election authorities.
The District Election authorities will check and mark corrections on the check list. The vendor will
collect the corrected check list and make the corrections in the Database through the software
provided by SLA and print corrected copy of the check list and submit the same to District
authorities. In case, errors are still found after correction, the vendor will have to make
corrections and print another check list. This process shall be continued till error free check list
(which shall be known as final check list) is generated.
The process of incorporating corrections in electoral roll shall be done at respective
district head quarters only.
The vendor will create PDF files (with and without photo) of the error free, integrated photo
electoral roll and submit the PDF files on CD/DVD in three copies (make – Moser Baer, HP, Philips
or Sony only) alongwith the corrected, Integrated data on DVDs (make – Moser Baer, HP, Philips
or Sony only) in three copies in jewel case with Authorised signature and seal to concern district.
The vendor will also return the original data.
The vendor will also submit one copy of the data & PDF on a 500 GB External Hard Disk
(Transcend/Seagate) with USB cord to SLA.
Part - III
The vendor will print one laser print of the error free integrated electoral roll on single side of
white A4 Sheet of minimum 75 gsm. The vendor will also generate 10 photocopies of the electoral
roll on both sides of white A4 sheet of minimum 75 gsm.
Part - IV
7
Preparation of EPICs
The process of generating EPICs will involve the following operations:
1. Receiving residual electors Photographs of Electors from DEO if not available in database.
2. Grabbing of photographed images or Scanning of images of collected passport size
photographs and merging into database if not available in database.
3. Editing of data (including alternation if any in other entries), at the time of processing on the
card format.
4. Printing of Checklist of Electors whose EPIC have been prepared or modified.
5. Incorporating corrections after field verification of checklist by BLO.
6. Printing of error free EPIC cards.
7. Cutting of Printed cards to proper sizes.
8. Fixing of holograms
9. Affixing appropriate facsimile signature of the ERO.
10. Lamination of cards.
11. Handing over of cards to District authority.
12. Report generation at different stages of work as required by DEO.
13. The card shall be on milky white paper of thickness not less than 80 GSM of size 5cms
horizontal and 8.4 cms vertical with permissible variation of plus or minus 10 percent and the card shall be produced by single side printing on paper and folding the same before
lamination. Maximum Six cards will be printed on one A-4 size paper. It will be the
responsibility of the vendor to approve the quality of the paper to be used for printing EPICs
from the Govt. competent authority. The applicable fee for approving the quality of paper will be borne by the vendor.
14. Lamination Pouch for EPIC of thickness 125 Microns (75 microns polyester & 50 micron
polymer, transparent & colourless) and size: 100mm X 80mm.
15. The applicable fee for testing of Lamination Pouch for EPIC preparation will be borne by the
vendor.
16. EPIC Image specification:
Format: JPEG
Resolution 320x240 Pixels in aspect ratio of 4:3
Image size: 24 mm vertical x 18 mm Horizontal
The total process from Photography till handing over the EPIC, integrated Photo Electoral Roll in
PDF format, CD/DVD ROMs and associated work to the concerned DEO is to be done by the
tenderer in coordination with the concerned district authorities.
Part - V
Supplementary Revision of Electoral Roll (if required)
The Tenderer will carry out data entry for Addition, Modification and Deletion as per the
manuscript provided by DEO Office. After the Data Entry, the Tenderer will print checklists of supplementary rolls and submit the same to DEO office. The DEO Office will verify the checklist
and if found, correct, the Tenderer will print the supplementary lists and generate PDF files of the
Electoral Roll. Incase, errors are observed in the checklists the Tenderer will have to correct the errors and print another checklist. This process will be continued till error free checklists are
prepared.
Note: The vendor will be required to generate MIS Reports relating to the work as and when required. The generation of MIS Reports will form a part of work and any cost incurred by the
vendor shall be included in the quoted rates. No extra charges will be paid for generation of MIS Reports.
8
TERMS AND CONDITIONS
1 Tender should be submitted only in this original form. It should be filled up in all respects
and should be duly signed (with seal) on each page by the Tenderer.
2 This Tender Form consists of two parts.
a In Part I Tenderer is required to give the technical and business profile of his firm/
corporation / company and Terms / Conditions, Job specification etc..
b Part II is related to the price bid for the job.
3 Each tender shall be accompanied by earnest money deposit (EMD) in the form of Bank
draft of any Nationalised/Scheduled Banks for an amount of Rs. 1,00,000 (Rupees One lakhs only). No exemption in EMD/Security deposit in any form will be given to any firm/
company/ corporation/ public undertaking.
Bank draft shall be payable to the Madhya Pradesh State Electronics Development
Corporation Ltd., Bhopal on any of the Nationalised/Scheduled Banks having an operating
branch at Bhopal.
4 Bank draft for Earnest Money Deposit along with Part I, shall be placed and sealed in
envelope marked 'A'. Part II of the Tender Form i.e. Price Bid form shall be placed and sealed in envelope marked 'B'. Thereafter all the sealed envelopes, 'A' and ‘B’ shall be
placed and sealed in envelope marked 'C', addressed and submitted to the Office of the
Additional Chief General Manager, 147, Zone-1, MP Nagar Bhopal- 462 011 by registered post or by hand within specified time limit. The envelope should be clearly super-scribed
with the words "Tender Document for Rationalization, Deduplication, Data Entry and Updations, EPIC Preparation, Integration & Consolidation, Generation and Printing of Photo
Electoral Roll as per the guidelines of Election Commission of India” at top. The name and address with telephone number, Fax number, e-mail etc. of the tenderer should also be
specified on the envelope.
a Tender shall be submitted only in the name of firm to whom tender form has been issued.
b Commercial Bid will be opened in the presence of the successful tenderers. Date, Time and
Place of opening price bids will be intimated to them in due course. No appeal against the decision of the Committee shall be entertained.
5 a The total work is divided into 23 Zones. The tenderer can bid for any four Zones; however,
the successful bidder shall be awarded work for only one Zone.
b After opening of the Bids, if it is found that, a Tenderer has quoted lowest rates in more
than one zone, he will be given an opportunity to select one zone. In case of other zones, where, the Tenderer is lowest, the respective second lowest bidders will be offered to work
at the lowest rates. If the second lowest bidder does not accept the offer, the zone will be
offered to the third lowest bidder and so on.
c In case, no bidder accepts the offer as mentioned in “5b.” above, a limited tender will be
invited from all the bidders who have not been allotted any zone.
d MPSEDC reserves the right to offer more than one zone to the lowest bidder in case, no
reasonable bids are available after carrying out the exercise mentioned in 5b. and 5c.
6 The Tenderer(s) whose tender is accepted shall hereinafter be called "Contractor" which
shall include his heirs, executors, administrators and assigns.
7 The primary source/document for the work is Photo electoral rolls published in 2011 at
MPSEDC office. CDs/DVDs of the same need to be obtained from MPSEDC and checked by
the contractor. Any discrepancies observed shall be corrected by the Contractor.
9
GENERAL CONDITIONS
1 The tenderer should quote rate inclusive of all taxes, as per PART II. No extra payment will be given.
2 If Performa, Data Structures or Reports are modified by Election Commission of India or
MPSEDC, during the process, the contractor will have to carry out modification/rectification at no extra cost.
3 The tendered rates shall be inclusive of all taxes. No price escalation will be allowed on any account.
4 The rate quoted should be valid and operative for work orders as issued by MPSEDC. It is binding on to the contractor(s) to execute the job entrusted to him/them by MPSEDC at a
place, date and time, decided by MPSEDC at the rate quoted by the Contractor(s) and
accepted by MPSEDC.
5 Successful tenderer (Contractor) will have to pay security deposit equal to 10% of the value
of the work within ten days of acceptance of his tender in the form of Performance Bank Guarantee or F.D.R. (from any nationalized bank) for a period of minimum One Year duly
pledged. In case the contractor fails to deposit the security amount within one day, the
Earnest Money Deposited by him shall be forfeited, and MPSEDC will be free to award the contract to any other agency at the contractor’s risk and cost.
6 The successful Tenderer will have to sign an Agreement with MPSEDC for the Districts for which he has been declared as successful bidder within one week of issue of Letter of
Intent/Work Order.
7 MPSEDC reserves right to accept or reject any or all tenders without assigning any reasons.
He will also not be bound to accept the lowest tender and will be free to take suitable
decisions on merit of the tenders.
8 The Contractor shall submit his bill in the printed form to MPSEDC in triplicate. The charges
to be claimed in the bills shall always be as per the rates approved.
A The Contractor will submit the bill after submission of printed electoral roll and CD/DVD of
PDF of the job (as given in Section I, Section II and Section III of Description of work)
along with certificate from District Authorities. Payment of 70% of the bill will be made to the Contractor by MPSEDC, subject to the receipt of payment from the CEO office.
B MPSEDC will check the data received on behalf of the Chief electoral Officer, MP and if it is
found satisfactory will issue a certificate in this regard.
C After the receipt of the certificate from MPSEDC, the Contractor shall be entitled for
the remaining payment of work, which has been entrusted to him by MPSEDC. The Contractor will submit the Bill for the remaining 30% amount to MPSEDC. MPSEDC
will make payment of the amount after deducting any amount if necessary, subject to receipt of payment from the CEO office. No Interest will be paid on delayed payments.
D Payment to Contractors shall be made by A/c Payee (crossed) Demand Draft/Cheque only.
9 The Security deposit collected shall be refunded to the Contractor within three months of
the final payment. In this period, the Contractor will have to complete any rectification work
as may be required by MPSEDC, failing which the security deposit shall be adjusted towards the excess cost incurred by MPSEDC on such rectification work.
10 The Contractor shall bear the expenses regarding the collection of data etc. Supply of all
deliveries.
12 In case the Contractor fails to complete the work or any part thereof with in the contract
period or in case the work is not found in accordance with the prescribed specification and/or approved sample or if the progress of any particular portion of work is found not up
to the satisfaction, or the contractor fails to supply CDs/DVDs and other deliverables etc. as specified in the Tender Document within the stipulated time (Annexure 5), the liquidated
10
damages may be charged on the accepted work as per the following:
A 5% payment shall be deducted per day (including Sunday and holidays) on the remaining
work for which deliverables are not completed.
B If the delivery of complete Photo electoral rolls of all assembly constituencies is delayed
from the days as per Annexure–5, MPSEDC shall have the power to terminate the contract in respect of the balance supply of Photo electoral rolls. In that event MPSEDC will also have
the power to get the above mentioned work completed through some other agency/source
and the additional cost, if any, shall be recovered from the Contractor.
C To get the work completed through any other agency, at the risk and cost of the Contractor
in respect of the incomplete portion of work.
D The Contractor shall be liable to make good any loss, which MPSEDC may sustain by reason
of higher price, and/or any other administrative expenses incurred on the incomplete portion of work.
13 The contractor shall not under any circumstances revise the rates already quoted and
approved and should complete the work undertaken within the time limit agreed. Any request for an increase in the rates will not be entertained under any circumstances.
14 The Contractor shall execute the whole work in strict accordance with guidelines of ECI. The Contractor shall also confirm exactly, fully and faithfully to the designs, specifications
and instructions issued by MPSEDC/CEO office.
15 MPSEDC shall have power to make any alterations in or additions to the original
specifications, specimen designs and instructions that may appear to him to be necessary.
The Contractor shall be bound to carry out the work in accordance with any instructions in this connection, which may be given to him by MPSEDC. Such alterations shall not invalidate
the contract, and any additional work which the Contractor may be directed to do in the manner specified above as part of the work shall be carried out by the Contractor on the
same conditions in all respects on which he agreed to do the main work and at the same
rates as specified by him in the tender for the main work.
16 If at any time after the execution of the contract MPSEDC shall for any reason whatsoever
(other than default on the part of the Contractor for which the contract can be rescinded) desire that the whole or any part of the work specified in the tender should be suspended
for any period, or that the whole or part of the work should not be carried out at all, he
shall give necessary direction to the Contractor. Upon the receipt of such direction the Contractor shall forthwith suspend or stop the work wholly or in part as required therein and
no compensation shall be payable to the Contractor for suspending or stopping the work.
17 The Contractor shall not be entitled to claim any compensation from MPSEDC for the loss
suffered by him on account of delay by MPSEDC for whatsoever reasons including interealia:
A Force majeure.
B Natural calamity.
C Act of enemies of the State or any other reasonable cause beyond the control of
MPSEDC/DEO.
18 All work under or in course of execution or executed in pursuance of the contract shall at all times be open for the inspection and supervision of MPSEDC/CEO/DEO and their authorised
subordinates.
19 If the Contractor attempts to bribe by way of gratuity, gift, loan, perquisite, reward or advantages, pecuniary or otherwise directly or indirectly, promises or offers office or
employment, or if any such officer or person becomes in any way directly or indirectly interested in the contract, MPSEDC may thereupon by notice in writing rescind the contract
and the security deposit shall thereupon stand forfeited.
20 If it is found that the original contractor has sub-contracted the work, the work order shall
11
be cancelled and the security deposit forfeited.
21 Security deposit will be forfeited if any term and condition of the contract is breached and
the Contractor fails to complete the said work satisfactorily. The decision of the Managing
Director, MPSEDC in this regard shall be final.
22 If the tender is withdrawn or rates are modified before the final acceptance of rates, the
earnest money deposit shall be forfeited by MPSEDC. The earnest money deposit will be
returned on written demand to the unsuccessful tenders after the tenders have been finalised.
23 If the tenderer fails to pay the security deposit in the prescribed manner and within the time
provided, the earnest money deposit paid by the Tenderer will be forfeited and credited to
the Corporation.
24 The time allowed for carrying out the work shall be as per Annexure 5, and strictly observed
by the Contractor and shall be reckoned from the days on which the order to commence the
work is given to the Contractor. The work shall be completed within the stipulated period of the contract and be proceeded with all due diligence. In case of circumstances beyond the
control of the contractor the decision of MPSEDC/CEO shall be final.
25 If a dispute arising out of, and/or in connection with and/or in relation to this contract or
breach or termination thereof exists between the parties and the same cannot be settled
within fifteen days by mutual discussions, such disputes or differences shall be referred to the Arbitrator under the provisions of the Arbitration and Conciliation Act, 1996. The
Arbitrator panel’s decision shall be final and binding on both the parties.
26 All powers exercisable, functions to be discharged in terms and conditions and provisions of
this deed in relation to MPSEDC, shall be exercised and discharged by MPSEDC or by any other officer specifically authorized by him in this regard.
27 The database files and CDs created for computerisation of Photo electoral rolls as per tender
document will be the sole property of the Office of the Chief Electoral officer, Madhya Pradesh. The Contractor should not retain them on their computers. The Contractor would
not use this database in any form for any other purpose except those indicated in this
tender document.
12
II
COMMERCIAL BID
Financial Bid must be submitted strictly in the given format
Bidding
Zones
Activity Unit Qty *
(AC)
Rate Amount
Zone 1
Raisen
Vidisha
Part I (as per clause no. 3
description of work)
Per AC 9
Part II (as per clause no. 3 description of work)
Per AC 9
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
55800
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no. 3 description of work)
Per Entry
Total of Zone 1
Zone 2 Gwalior
Shivpuri
Part I (as per clause no. 3 description of work)
Per AC 11
Part II (as per clause no.
3 description of work)
Per AC 11
Part III (set of 1 Laser
print and 10 photocopies
as per clause no. 3 description of work)
Per
page
75550
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 2
Zone 3
Sagar
Damoh
Part I (as per clause no. 3
description of work)
Per AC 12
Part II (as per clause no. 3 description of work)
Per AC 12
Part III (set of 1 Laser
print and 10 photocopies
as per clause no. 3
description of work)
Per
page
79400
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 3
Zone 4
Morena Sheopur
Part I (as per clause no. 3
description of work)
Per AC 08
Part II (as per clause no.
3 description of work)
Per AC 08
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3 description of work)
Per page
52150
Part IV (as per clause no.
3 description of work)
Per
EPIC
13
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 4
Zone 5
Bhind Datia
Part I (as per clause no. 3
description of work)
Per AC 08
Part II (as per clause no. 3 description of work)
Per AC 08
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
51200
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no. 3 description of work)
Per Entry
Total of Zone 5
Zone 6 Tikamgarh
Chhatarpur
Part I (as per clause no. 3 description of work)
Per AC 11
Part II (as per clause no.
3 description of work)
Per AC 11
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3
description of work)
Per page
68000
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 6
Zone 7
Panna
Satna
Part I (as per clause no. 3
description of work)
Per AC 10
Part II (as per clause no.
3 description of work)
Per AC 10
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
68950
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 7
Zone 8
Rewa Sidhi
Part I (as per clause no. 3
description of work)
Per AC 12
Part II (as per clause no.
3 description of work)
Per AC 12
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3
description of work)
Per page
77100
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no. 3 description of work)
Per Entry
Total of Zone 8
Zone 9 Part I (as per clause no. 3 Per AC 09
14
Singrouli
Shahdol Anuppur
description of work)
Part II (as per clause no.
3 description of work)
Per AC 09
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3
description of work)
Per page
57000
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no. 3 description of work)
Per Entry
Total of Zone 9
Zone 10 Umaria
Dindori Mandla
Part I (as per clause no. 3 description of work)
Per AC 07
Part II (as per clause no.
3 description of work)
Per AC 07
Part III (set of 1 Laser
print and 10 photocopies
as per clause no. 3 description of work)
Per
page
52700
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 10
Zone 11 Katni
Jabalpur
Part I (as per clause no. 3 description of work)
Per AC 12
Part II (as per clause no.
3 description of work)
Per AC 12
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3
description of work)
Per page
85950
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 11
Zone 12
Balaghat
Seoni
Part I (as per clause no. 3
description of work)
Per AC 10
Part II (as per clause no.
3 description of work)
Per AC 10
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
69300
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 12
Zone 13
Narsinghpur Chhindwara
Part I (as per clause no. 3
description of work)
Per AC 11
Part II (as per clause no.
3 description of work)
Per AC 11
15
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
72050
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 13
Zone 14
Bhopal Sehore
Part I (as per clause no. 3
description of work)
Per AC 11
Part II (as per clause no.
3 description of work)
Per AC 11
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3
description of work)
Per page
80100
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 14
Zone 15
Betul
Hoshangabad Harda
Part I (as per clause no. 3
description of work)
Per AC 11
Part II (as per clause no.
3 description of work)
Per AC 11
Part III (set of 1 Laser
print and 10 photocopies
as per clause no. 3 description of work)
Per
page
74150
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 15
Zone 16
Rajgarh
Ashoknagar Guna
Part I (as per clause no. 3
description of work)
Per AC 12
Part II (as per clause no. 3 description of work)
Per AC 12
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
65800
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no. 3 description of work)
Per Entry
Total of Zone 16
Zone 17
Dewas Shajapur
Part I (as per clause no. 3
description of work)
Per AC 10
Part II (as per clause no.
3 description of work)
Per AC 10
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3 description of work)
Per page
64150
16
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no. 3 description of work)
Per Entry
Total of Zone 17
Zone 18 Khandwa
Khargone
Part I (as per clause no. 3 description of work)
Per AC 10
Part II (as per clause no.
3 description of work)
Per AC 10
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
63500
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 18
Zone 19
Badwani Alirajpur
Jhabua
Part I (as per clause no. 3
description of work)
Per AC 09
Part II (as per clause no. 3 description of work)
Per AC 09
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3
description of work)
Per page
58050
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 19
Zone 20
Dhar
Burhanpur
Part I (as per clause no. 3
description of work)
Per AC 09
Part II (as per clause no.
3 description of work)
Per AC 09
Part III (set of 1 Laser
print and 10 photocopies
as per clause no. 3 description of work)
Per
page
55400
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 20
Zone 21
Indore
Part I (as per clause no. 3
description of work)
Per AC 09
Part II (as per clause no.
3 description of work)
Per AC 09
Part III (set of 1 Laser print and 10 photocopies
as per clause no. 3 description of work)
Per page
71250
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no. Per
17
3 description of work) Entry
Total of Zone 21
Zone 22 Ujjain
Part I (as per clause no. 3 description of work)
Per AC 07
Part II (as per clause no.
3 description of work)
Per AC 07
Part III (set of 1 Laser
print and 10 photocopies
as per clause no. 3 description of work)
Per
page
43900
Part IV (as per clause no. 3 description of work)
Per EPIC
Part V (as per clause no.
3 description of work)
Per
Entry
Total of Zone 22
Zone 23
Ratlam Mandsour
Neemuch
Part I (as per clause no. 3
description of work)
Per AC 12
Part II (as per clause no. 3 description of work)
Per AC 12
Part III (set of 1 Laser
print and 10 photocopies as per clause no. 3
description of work)
Per
page
77950
Part IV (as per clause no.
3 description of work)
Per
EPIC
Part V (as per clause no. 3 description of work)
Per Entry
Total of Zone 23
* The above mentioned no of pages are estimated
I hereby accept all the Terms and Conditions of this Tender Document.
Signature of Tenderer with Seal
18
Annexure - 1
19
20
21
Annexure -2
22
Annexure - 3
ELECTORAL ROLL, 2011
No., Name and Reservation Status of Assembly Constituency :
Last Part
No., Name and Reservation Status of Parliamentary Constituency(ies) in which the Assembly Constituency is located :
Service Electors
1. DETAILS OF REVISIONS
Year of Revision : 2011 Type of Revision : Summary Qualifying Date : 1.1.2011 Date of Final Publication : 2. SUMMARY OF SEVICE ELECTORS A) NUMBER OF ELECTORS
1. Classified by Type of Service No. of electors Type of Service Member Spouse Total A) Defence Services B) Armed Police Force
C) Foreign Service Total in Part (A+B+C) 2. Classified by Type of Roll
Roll Type Roll Identification No. of electors
Members Spouse Total I Original Mother Roll Integrated &
Consolidated Photo Electoral Roll 2011
II Addition List
Supplement 1 Summary Revision 2011
Sub-Total III Deletions
List Supplement 1 Summary Revision
2011
Sub-Total Net electors in the Roll after Summary Revision, 2011 (I+II-III)
B) NUMBER OF CORRECTIOS
Roll Type Roll Identification No. of corrections
Supplement 1 Summary Revision 2011
Sub-Total
23
SUPPLEMENT DETAILS Supplement No. 1
Revision-ID: Summary Revision Mother Roll: 2011
Supplement Summary Revision Process & Year 2011 Supplement Type List of Additions
A. Defence Services
B. Armed Police Forc
e
C. Foreign Services
Members Spouse Total
No. of Electors
24
Electoral Roll, 2011 of Assembly Constituency (No. & Name) -
Component I : ADDITIONS LIST A. Defence Services
Sl. No. Name of Elector Elector Type
Rank Spouse's Sl. No.
Regimental Address for
dispatch of Ballot Paper
House Address
(1) (2) (3) (4) (5) (6) (7)
B. Armed Police Force Sl. No. Name of Elector Elector
Type Buckle
No. Spouse's Sl. No.
Address for dispatch of Ballot
Paper
House Address
(1) (2) (3) (4) (5) (6) (7)
C. Foreign Services
Sl. No. Name of Elector Elector
Type Spouse's Sl. No.
Address for dispatch Ballot
Paper
House Address
(1) (2) (3) (4) (5) (6)
Component II : DELETIONS LIST A. Defence Services Sl. No. Name of Elector Elector Rank Spouse' Regimental House
Number of Additions
Members Spouse Total
A. Defence Services B. Armed Police Force
C. Foreign Services Total (A+B+C)
Last Part
Service Electors
SUPPLEMENT DETAILS
Revision-ID : Supplement Revision, 2011 Mother Roll : 2011 Supplement Process & Year: Summary Revision, 2011 Supplement Type: List of Additions, Deletions & Corrections
Supplement No. : 1
25
Type s Sl. No. Address for dispatch of Ballot
Paper
Address
(1) (2) (3) (4) (5) (6) (7)
B. Armed Police Force
Sl. No. Name of Elector Elector Type
Buckle No.
Spouse's Sl. No.
Address for dispatch of Ballot
Paper
House Address
(1) (2) (3) (4) (5) (6) (7)
C. Foreign Services Sl. No. Name of Elector Elector
Type Spouse's Sl. No.
Address for dispatch Ballot
Paper
House Address
(1) (2) (3) (4) (5) (6)
Component III: CORRECTION LIST (as corrected during this revision) A. Defence Services
Sl. No. Name of Elector Elector Type
Rank Spouse's Sl. No.
Regimental Address for
dispatch of Ballot Paper
House Address
(1) (2) (3) (4) (5) (6) (7)
B. Armed Police Force Sl. No. Name of Elector Elector
Type Buckle
No. Spouse's Sl. No.
Address for dispatch of Ballot
Paper
House Address
(1) (2) (3) (4) (5) (6) (7)
C. Foreign Services Sl. No. Name of Elector Elector
Type Spouse's Sl. No.
Address for dispatch Ballot
House Address
Number of Deletions
Members Spouse Total
A. Defence Services B. Armed Police Force
C. Foreign Services Total (A+B+C)
26
Paper (1) (2) (3) (4) (5) (6)
Number of Corrections
Members Spouse Total
A. Defence Services B. Armed Police Force
C. Foreign Services Total (A+B+C)
27
Annexure - 4
Name of District
Total Assembly segments
Total Polling Stations
Total Electors
Estimated Quantity
Residual Electors.
Printing of PER
[1] [2] [3] [4] [5] [7]
Sheopur 2 405 335988 7856 13000 Morena 6 1124 1021307 72491 39150 Bhind 5 1129 901960 27454 35000 Gwalior 6 1209 1104142 4940 42300 Datia 3 530 416982 4299 16200 Shivpuri 5 1066 858597 11765 33250 Guna 4 765 598573 14063 23250 Ashoknagar 3 626 422102 4659 16700 Sagar 8 1443 1331201 35271 50950 Tikamgarh 5 895 774400 26412 29800 Chhatarpur 6 1198 988634 56354 38200 Damoh 4 914 733963 53113 28450 Panna 3 680 536375 13934 20850 Satna 7 1433 1250823 42957 48100 Rewa 8 1452 1278389 105771 49100 Sidhi 4 751 734308 39778 28000 Singrauli 3 499 470841 25913 18000 Shahdol 3 735 584750 7531 22700 Anuppur 3 528 419644 7864 16300 Umaria 2 417 341897 1074 13250 Katni 4 880 702176 36911 27250 Jabalpur 8 1628 1536739 17227 58700 Dindori 2 562 396595 9629 15600 Mandla 3 855 607923 42402 23850 Balaghat 6 1279 992751 26497 38600 Seoni 4 1086 784026 17948 30700 Narsingpur 4 848 637414 3666 24900 Chhindwara 7 1493 1218628 22371 47150 Betul 5 1161 899122 11884 35000 Harda 2 395 301775 1654 11750 Hoshangabad 4 906 705076 45 27400 Raisen 4 949 677909 19597 26600 Vidisha 5 1052 743142 10 29200 Bhopal 7 1427 1407099 9063 53550 Sehore 4 878 683129 2332 26550 Rajgarh 5 1111 642162 5706 25850 Shajapur 5 1126 821552 9647 32150 Dewas 5 1040 823904 20206 32000 Khandwa 4 881 699171 13111 27150 Burhanpur 2 484 398939 5114 15450 Khanrgone 6 1152 939800 127 36350 Badwani 4 770 660845 11892 25450 Alirajpur 2 401 332534 26126 12850 Jhabua 3 598 512436 53909 19750 Dhar 7 1151 1041764 3453 39950 Indore 9 2067 1857380 33 71250 Ujjain 7 1381 1134624 28057 43900 Ratlam 5 948 773682 13709 29950 Mandsour 4 941 771780 1251 29850 Neemuch 3 565 468814 1295 18150
28
Annexure – 5
Time Schedule
Sr.No. Activity No. of days
from the date of order/LOI
01 Rationalization (breaking of a single part into two parts), Deduplication (removing duplicate entries), Shifting of Electors
from one part to another, Data Entry of Electors details, Mobile
Nos, E-Mail IDs, Passport No. etc, followed by data Updations, merging of photographs & EPIC preparation.
25.08.2011 To
10.09.2011
02 Print final Checklist for verification of the corrections made in the
Photo Electoral roll
11.09.2011
To 13.09.2011
03 Integrate all supplements with the Mother Roll to prepare a Draft
Roll.
14.09.2011
To 15.09.2011
04 Checklist verification of the Photo Electoral roll after integration and carrying out corrections if any.
16.09.2011 To
17.09.2011
05 Creation of PDF files (with and without photo) of the error free, integrated photo electoral roll.
18.09.2011 To
19.09.2011
06 Printing of the Draft Roll for Draft Publication-2011(one laser print & ten photo copies)
20.09.2011 To
23.09.2011
07 Data submission (Elector data, PDF CDs with & without photo) 20.09.2011
To
23.09.2011