Government of O/o Collector & District Magistrate, SPSR District

Collector Office, Achari Street SPSR Nellore – 524001 Phone: 9849904077, email: [email protected]

Tender No:01/MRR/2020, Date: 05-01-2020

SRI POTTI SREE RAMULU

Short Tender For

“Engagement of reputed Firm/Agency for Scanning and Indexing of Hard Copies of Land Records in Modern Record Rooms (MRR) in eight (8) Mandals of SPSR Nellore District”.

(Visit us: www.spsnellore.ap.gov.in )

1 | P a g e

Short Tender Notice

Office of the Collector & District Magistrate Achari Street, Nellore, SPSR Nellore District - 524001 Website: www.spsnellore.ap.gov.in

Notice Inviting Tender (NIT)

The Joint Collector & Addl District Magistrate, SPS Nellore District inviting tenders from the interested firms / agencies for “Scanning and Indexing of Hard Copies of Land Records in Modern Record Rooms (MRR) in eight (8) Mandals of SPSR Nellore District”.

Time schedule of various tender related events:

Bid calling date 07-01-2020, 11.00 AM Bid closing date/time 17-01-2020, 04.00 PM Bid opening date 17-01-2020, 05.00 PM Rs. 1000/- (One Thousand Rupees) DD in the favor Bid Fee of The Collector & District Magistrate, SPSR Nellore. Rs. 1,00,000/- (One Lakh Rupees Only), DD in the Earnest Money Deposit (EMD) favor of The Collector & District Magistrate, SPSR Nellore. Administrative Officer (AO) Contact person Email: [email protected], Ph: +91 9849904077 Tender Ref No. 01/MRR/2020

Note:

Hard Copies of Bid Fee and EMD Fee in the form of Demand Draft should be reached to O/o Collector & District Magistrate, SPSR Nellore before the last date and time of tender submission.

Sd/- Vinod Kumar.V Joint Collector & Addl. District Magistrate SPSR Nellore.

2 | P a g e

Tender shall be submitted exclusively offline (sealed Cover) tender only. The tenderers should drop the bids in Tender box available at Administrative officer Chamber, in Collector office, SPS Nellore. Bids submitted without the payment details of Bid fee & EMD will be liable for rejection. However, all documents related to technical & financial bid should be submitted along with bid only as per timelines given in the bid data sheet.

Tenders will be opened at 05.00 P.M on 17.01.2020 at the O/o Collector & District Magistrate, SPSR Nellore & the district purchasing committee will conduct evaluation on the same day.

Eligibility Criteria:

Professional Firms/Agencies having experience in the relevant field are eligible to submit Bids. They shall possess the minimum experience as specified in the related field. Such Firms should have been in existence for a period of at least 2 years on the date of bid calling.

a. Bidder should furnish the Signed RFP Document, Bid Fee details and Payment details of EMD. b. Bidder should have experience in land records scanning, Indexing (including software) of existing adangals, QR Code tagging, record room modernization, scanning projects, scanning & Populating to database to minimum two (2) Govt. Departments (State or Central)/PSUs. c. Bidder should furnish the Firm Registration Certificate, GST Registration, PAN Card & ISO 9001 Certificate (if Available). d. Bidder should have supplied more than 50 Lakh Rupees work orders related to land records scanning, Indexing (including software) of existing adangals, QR Code tagging, record room modernization,

1 | P a g e

scanning projects, scanning & Populating to database to any public sector units/ PSU’s during last 3 financial years (2016-17, 2017-18, 2018- 19). e. Bidder should submit the Profile of the organization and the projects completed in detail. f. If the bidder is debarred/ blacklisted in the tendering process on any previous occasion, such bidder becomes ineligible to participate in the bidding process. In case of any concealing of information relating to blacklisting or pending cases or submission of fake information/fake documents, The Joint Collector & Addl. District Magistrate reserves the right to cancel the work order/contract allotted. In such a case the bidder shall forfeit the EMD amount and also is liable for penal action as per rules in vogue. g. The bidder shall furnish IT returns of the last three financial years i.e. (2016-17, 2017-18, 2018 - 19) and bidder should have minimum turnover of 50 Lakhs during the past three financial years. Bidder should have positive net worth.

Note: Relevant documents in support of above should be furnished.

Payment terms: The Payment Shall be done in Three Parts.

1. 40% payment on completion of half of the records scanning & indexing of hardcopies of land records & other records. 2. 40% payment on completion of remaining half of the records scanning & indexing of hardcopies of land records & other records. 3. 20% will be released upon successful completion of Acceptance and verification test. For any delays in delivery beyond delivery period mentioned in the work order, the vendor will be liable for penalties as given below.

2 | P a g e

1. Purpose: The Purpose of this tender is to identify a reputed Firm/ Agency who may be asked to provide land records scanning, Indexing (including software) of existing adangals, QR Code tagging, record room modernization, scanning projects, scanning & Populating to database and other professional services support to O/o Collector & District Magistrate, SPS Nellore District.

2. Critical Information: Applicants are advised to study this RFP document carefully before submitting their proposals in response to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications thereof.

3. Conflict of Interest: The prospective Firm/ Agency who are engaged to prepare land records scanning, Indexing (including software) of existing adangals, QR Code tagging, record room modernization, scanning projects, scanning & Populating to database or are engaged would be required to give and undertaking that neither any conflict of Interest exists on their part nor will they engage in any future for a year which may Result in conflict of interest. The Collector & District Magistrate/ Joint Collector & Additional District Magistrate, SPS Nellore District may terminate the engagement of contract in whole or in part, if it deems such termination necessary to avoid the Appearance of a conflict of interest.

4. Right to Terminate the process: The Collector & District Magistrate/ Joint Collector & Addl. District Magistrate, SPS Nellore District, may terminate the RFP process at any time without assigning any reason, The Collector & District Magistrate, SPS Nellore District/ District Purchase Committee makes no commitments, express or implied, that this process will result in a business transaction with anyone.

The Successful bidder has to carryout land records scanning, Indexing (including software) of existing adangals, QR Code tagging, record room modernization, scanning works, scanning & Populating to database of the scheduled items along with quantities covered under the scope of work shall be delivered to the Mandal headquarters at 08 locations in the SPSR Nellore

3 | P a g e

District. (The Locations are Nellore Rural, , , , , Ananthasagaram, , )

Statement of important limits/values related to bid

S.No Item Description

EMD Rs.1,00,000/- (Rs. One Lakh Rupees) for the scheduled works. The 1 EMD Fees EMD should be in the form of DD. 2 Bid Validity Period 60 days from the date of opening of bids. The contract period is initially for a period of six months only from the date of signing of the Agreement to the bidder and the rates are valid 3 Contract Period during the contract period. The contract period may be extended on mutual agreeable terms and conditions, performance of the vendor. Demand Draft that are issued by any Scheduled / Nationalized banks 4 EMD Validity Period only will be accepted. DD Validity should be 3 months and DD to be taken after bid calling date. Period of furnishing Within 10 days from date of receipt of Notification of Award of contract 5 performance security for the schedule. The bidder has to submit the 20% PBG on total contract/PO Performance Security values in favor of “The District Collector, SPSR Nellore Payable at 6 Value with District SPSR Nellore. From any Nationalized / Scheduled Bank before signing of Collector Office. the Contract / issue of purchase order. Performance Security 7 30 days beyond warranty Validity Period Period of signing of 8 Within 10 days from date of receipt of Notification of Award. Contract Payment Terms By Order Issuing Authority 40 % payment on completion of half of the records scanning & indexing of hardcopies of land records & other records .

40% Payment on completion of remaining half of the records scanning & indexing of hardcopies of land records & other 9 Payment Terms records .

10 % Payment Will be released upon successful completion of Acceptance and verification test.

Note : All the Delivery reports, records, Quality Certificate/Site Not Ready Certificate/report to be Counter signed by the respective Competent Authority as Designated by the user department.

4 | P a g e

The certificate/report should have Name, Designation, Signature, Phone number, Date and Seal of the Officer.

The DC/IR will not be processed for payments if the Name, Designation, Signature, Phone number, Date and Seal of the Officers are not available. Late Deliveries / Installations: Late Deliveries / 1 % of the late delivered or deemed late delivered / works for one week 10 Installations or part thereof, 1.5 % for Two weeks or part thereof, 2 % for Three weeks or part thereof, 2.5 % for Four weeks or part thereof and so on.

Maximum late Maximum late deliveries/installations: 10% on the Total value of goods 11 for that location/site for late delivery / installation or deemed late Deliveries of works delivered / installed goods.

12 Conditional Bids Not Acceptable and liable for rejection. 13 Eligibility Criteria As per the above Section Eligibility Criteria Conditions Tender shall be submitted exclusively offline only. The tenderers should drop the bids in Tender box available at Administrative Officer Chamber in Collector office, SPS Nellore. Bids submitted without the payment details of Bid fee & EMD will be liable for Procedure for Bid rejection. However, all documents related to technical & financial 14 Submission bid should be submitted along with bid only as per timelines given in the bid data sheet. The bidders shall sign on all the statements, documents certificates Owning responsibility for their correctness/authenticity.

5 | P a g e

Scope of Work and Deliverables:

Mandal Record Rooms/Land Records Management Centers:

The DILRMP supports for upgrading modern record rooms/land records management centers with a) a storage area with compactors/storage devices for physical storage of records and maps, b) An operational area with computers/servers, storage area network (SAN), printers, etc., and c) a public services area for waiting/reception, etc. The land records details may be indexed and stored.

A document management system, i.e., scanning of old records, digital storage and retrieval system should be introduced for online storage and retrieval system should be introduced for online storage and retrieval of the records, indexing of data and images, etc. so as to move towards cyber record rooms/maintenance of land records in the dematerialized (demat) format.

Scanning and indexing of Hardcopies :

Scanning and Indexing of hardcopies involves the scanning and indexing (including software) of existing Adangals, 10(1) Registers, original RoR(1)Bs, Govt. lands Registers, Prohibitory order Books, files relate to judicial and quasi-judicial matters etc., R-Dis, D-Dis files and other important registers and other records maintained in the existing record room at Mandal office. The Mandal offices as follows:

A) Nellore Rural B) Naidupeta C) Kavali D) Venkatagiri E) Gudur F) Ananthasagaram G) Chittamur H) Vidavalur

If any existing record in the record room has been scanned already the details of the same may be informed and no need to scan & the same will be preserved as per DMS software which will be provided to the District Administration, Soon.

6 | P a g e

The Scanning Process and creation of database:

1. The scanning process and creation of database is in (6) steps viz; i. Pre-scanning ii. Scanning iii. Post scanning treatment iv. Metadate (keywords) creation (A1/A2/A3/A4/Legal size) v. Populating into the database and vi. Digital storage for easy retrieval, printing etc.,

2. The size of the record shall be considered as either Legal or A3 size files. 3. Few pages may be in A1/A2 sizes also and those pages shall be counted as A3 size only, but ensure that the documents shall be scanned to the actual size only with creating data loss, misalignment along the stitched edges. 4. All documents shall be scanned in colour and TIFF Format only. 5. Each record/register shall be considered and scanned into one file. 6. Every scanned file shall include indexing, QR code tagging of hard copies of records and uploading to the DMS software provided by the DSSLR. 7. Enter the data of important documents in the database format prescribed by the DSSLR for easy and fast retrieval, if necessary. 8. The pre-scanning procedure includes removal of pins, tags, threads, rubber bands, stapler pins etc., and If the pages are not in proper order, it has to be correctly kept in order. 9. The torn papers shall be kept in order with transparent cello tape before scanning. 10. The minimum resolution is 300 dpi in TIFF format and to store the document in a predefined file naming convention and indexing it. 11. If the condition of input record is bad, scanning shall be done with higher resolution. 12. Use Contact Less overhead or Flat bedded scanners or any other type/model scanners to avoid rolling of age-old record. 13. The file naming convention/codification/tagging convention should include attributes to identify the location keeping in mind that the system may get upgraded to an enterprise system. 14. The naming convention will be provided by the DSSLR. 15. High end scanners with scanning capabilities of 600 dpi or better need to be used to scan bed conditioned documents.

7 | P a g e

16. To ensure that Automatic Curvature correction (Correction of curved texts at centre - binding), Automatic finger masking (erasing of images of fingers holding pages) and Auto-eraser of centerline shadow are applied to achieve a good quality of scanned image. 17. All the scanned images shall be cleans with appropriate tools to enhance the quality of visibility and printing and no original text shall be removed. 18. All images shall be saved in upright orientation and sufficient post scanning treatment including removing unwanted noises like black spots are to be applied. 19. The treated scanned images should be delivered to the department in uncompressed format as well as in linearized TIFF format. 20. The documents are to be tagged with digital metadata information as per the format specified by DSSLR, which will act as “key-words”, with which the document can be easily searched and identified in the document management system. 21. Storage of the scanned copies of the records in the server and making them available to the server based digital document management system software for easy retrieval and maintenance.

Precautions/warnings:

i) The files/documents shall not be allowed to remove from premises allocated to successful bidder/Agency. Suitable hardware infrastructure/facilities have to be established onsite at the premises that shall be allocated to do the scanning work. ii) To ensure that all types of hard copies of records, registers, files and documents available at existing Record Room and with the Department of Revenue should be scanned completely without causing any kind of damage to the original documents. iii) Any damages caused to the hard copy documents by recklessness or wasted interest shall be viewed seriously. iv) To ensure that proper preventive measures are taken to avoid damage/mutilation while scanning of these hard copy documents. v) All documents shall be returned to the custodian in its original condition. Under no circumstances shall the documents be changed, mutilated, destroyed or replaced by some other documents. vi) Physical arrangement of all the hard copies available with the office in the map cabinets, compactors and racks as per the series and sequence proposed.

8 | P a g e

vii) The cloth bound maps are to be stored in such a way that there is a “moisture blotting paper” in between the maps. The blotting papers also need to be supplied by the bidder. QR Code Tagging of Scanned copies:

Establish QR Code tagging of each of the hard copy document. The document may be single paged or multi-paged.

The scheduled works for the above is as follows:

S.No Description of work/items Required quantity (Approx) 1. Indexing, QR code tagging of hardcopies 5000 sheets of records (any size) and populating into the database

2. Scanning creation (A4 size) and 1,00,000 populating into the database sheets 3. Scanning (A3 Size) and populating into 1,00,000 the database sheets 4. Scanning (A1/A2 size) and populating 200 sheets into the database

9 | P a g e

CHECK LIST

Two Bid Covers (Envelop1 and Envelop 2 in one big sealed envelope), on the top of envelop must be written name of the project, due date and submit to the below address:

O/o The Collector & District Magistrate A-Section, SPSR Nellore District Achari Street, Nellore - 524001

Envelop 1: Technical Bid Cover

1. Signed RFP/NIT document 2. EMD 3. Firm Registration Certificate 4. Bid Letter (Annexure -2) 5. Turnover Letter (Annexure -3) 6. IT returns and Balance sheet for last 3 years 7. ISO 9001 Certificate 8. Deviation from tenders and conditions 9. Profile of the organization 10. Work orders copy 11. Technical Proposal

Envelop 2: Financial Bid

1. Financial Bid (Annexure 4) Technical bid will be opened first. If any firm fails to produce the required documents/information as desired above they will be summarily rejected and no further correspondence will be entertained in the matter. Preference will be given to a firm which has knowledge, expertise, and experience of system development. Financial bid will be opened among the eligible technical bidders only.

10 | P a g e

BID EVALUATION PROCESS

The selection of the Bidder shall be based on Quality and Cost based selection (QCBS). The Proposals submitted by the Bidders will be evaluated by taking the following stages of evaluation in to consideration:

Technical Evaluation: The bids will be evaluated based on the Technical Evaluation Criteria mentioned below Technical Criteria bidders are required to furnish data with supporting documents on the prescripted format mentioned against Sl. No. 1 to 4 of the below mentioned table for evaluation by District Purchasing Committee.

S.No. Criteria Max Supporting Marks Documents

1 Year of operation in

>10 Years – 5 Marks Self-Attested copy of certificate of 5-10 Years – 3 Marks 5 incorporation < 5 years – 2 Marks

2 Revenue of firm in India

INR >2 Crores – 10 Marks Certificate from INR 1-2 Crores - 6 Marks Statutory Auditor 10 INR 50 Lacs- 1 Crore – 2 Marks INR <50 Lacs – 1 Mark 3 Past experience of the firm in various Scanning projects land records scanning,

Indexing (including software) of existing adangals, QR Code tagging, record room 45 Relevant Work modernization, scanning works, scanning order copies & Populating to database, etc.,

4 Approach methodology and work proposed

1. Understading of the scope 2. Suggested approach and work 40 Needs to be plan enclosed along with

11 | P a g e

3. Implementation methodology technical proposal. 4. Technologies suggested by the firm 5. Hardware & Infrastructure Marking Methodology:

For all SI relative scoring will be done. The bidder with the minimum of 60% scores in technical evaluation will be eligible for financial evaluation.

Financial Evaluation:

The Financial bids shall be opened only those bidders who have been found to be technically eligible. The financial bids shall be opened in the presence of representatives of technically eligible bidders, who may like to be present. The commercial scores would be normalized on a scale of 100, with lowest score being normalized to 100 and the rest being awarded on Pro- Rata Basis. Such normalized scores will be considered for the purpose of QCBS based evaluation.

Final Evaluation of Bids:

The final selection of the bidder will be based on Quality and Cost Based Selection (QCBS) there will be 70% for technical evaluation and 30% weightage for Financial evaluation.

The individual bidders Financial Scores (FS) are normalized as per the Formula Below.

Combined Evaluation

Formula:

S= S(t) x T% + S(f) x F% (T+F=100)

Technical = 70%

Financial = 30%

Example:

Consultan Technical Evaluation Financial Evaluation Combined ts Name Evaluation Techni Weighted Tech Financial Score Weighte Scores = Rank cal Score nical s(f) d Score S(t) x T score s(t) x T Rank s(f) x F + s(t) S(f) x F Firm No. 90 (90 x 1 {[(5,00,000/5,00,00 30 63 + 30 = L1 01 0.70) = 63 0) x 100] x 0.30} 93

Firm No. 85 (85 x 2 {[(5,00,000/6,00,00 25 59.5 + 25 = L3 02 0.70) = 0) x 100] x 0.30} 84.5 59.5

12 | P a g e

Firm No. 91 (91 x 3 {[(5,00,000/5,50,00 27.2 63.7 + 27.2 L2 03 0.70) = 0) x 100] x 0.30} = 90.9 63.7 The Bidder with the highest composite score(S), Minimum of 70% Score would be awarded the contract.

Annexure – I

To be enclosed with Technical bid.

AUTHORISATION LETTER TO BE FUNISHED BY THE FIRM

(This letter of authority should be on the letter-head of the firm and should be signed/attested by a person competent and having the power of attorney to the bind the manufacturers)

To Date:

The Collector & District Magistrate, Achari Street, SPSR Nellore - 524001

Dear Sir,

Sub: Tender No. Date:

We, ______established ad repute technical service IT firm/ Agency of ______having consultancy/agency at ______and office at______delegate Mr. Mrs (name and address of authorized/agent)______to represent us to the tender, negotiate and conclude the contract on our behalf with you against the tender No:______dated: ______cited.

No company/firm or individual other than M/S.______are authorized to represent us in regard to this business against this speciic tender.

We give an undertaking that we will continue to provide service to The Collector & District Magistrate, SPS Nellore District for the entire period from the date of the work order.

13 | P a g e

Yours faithfully, Signature of Firm Witness Name: Address: Annexure – II

To be enclosed with Technical bid.

BID LETTER

To Date:

The Collector & District Magistrate, Achari Street, SPSR Nellore - 524001

Dear Sir,

Sub:

Tender No.______date:______

1. We are a registered software services firm 2. We hereby offer to supply and provide the required services at the price(s) mentioned in the bid. 3. Period of delivery: we do hereby undertake that in the event of acceptance of our bid, the supply of consultants shall be started at site within______days form the date of Award of contract and the delivery will be completed within the time schedule mentioned in the contract bid document. 4. We agree the complete Bid enclosing with all document/informaiton as required in the tender document. 5. We agree to abide by our offer for a period of____days from date fixed for opening of the tenders and that we shall remain bound by a communication of acceptance within that time. 6. We have carefully read and understood that the terms and conditions of the tender and we do hereby undertake to supply the technical support as per these terms and conditions. The deviations from the above specifications, terms and conditions only those mentioned in Annexure 3 and 4. 7. Certified that the bidder is : A sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor. A partnership firm and the person signing the tender is the partner of the firm and he has the authority to refer to arbitration disputes

14 | P a g e

concerning the business of the partnership by virtue of the partnership agreement / by virtue of General power of attorney.

OR A Company and a person signing the tender is the consitituted authoriity:

Note: Delete what ever is not applicable. All corrections/deletions should invariable be duly attested by the person authroized to sign the tender document. We do hereby undertake that unitl a formal contract is prepared and executed this bid together with your written accpetance thereof and placement of letter of intent awarding the contract shall consitute a binding contract between us.

Date: This______day of______2020.

Signature of the bidder

15 | P a g e

Annexure 3

(To be enclosed with Technical Bid)

Turnover Details

Sl.no Financial Year Turnover in Lakhs

1 2016-2017

2 2017-2018

3 2018-2019

Signature of the Bidder

16 | P a g e

Annexure – IV

(To be included in financial bid cover –II)

Financial Bid

1. Cost of service and taxes as applicable should be indicated clearly and separately in words and figures

Name & Address of the Bidder S.No. Description of work / Required Qty Unit GST Total Price Items (Approx.) per Price (Inclusive Mandal Head without of All Quarter. Taxes Taxes) (In INR) (IN INR)

(1) (2) (3) (4) (5) 1 Indexing, QR Code 5000 Sheets tagging of hard copies of records (any size) and populating into the database. 2 Scanning Creation (A4 1,00,000 Sheets Size) and populating into the database. 3 Scanning (A3 Size) and 1,00,000 Sheets populating into the database 4 Scanning (A1/A2 size) 200 Sheets and populating into the database. Total

(Total in Words______)

Mention applicable taxes with percentage

17 | P a g e

Signature of the Bidder

(Seal)

Annexure V: Bidder Information Sheet

Name of Bidder: Tender Ref Number:

S.No Description Details to be filled by Bidder

1 Name of the Bidder/Organization

2 Nature of the Organization Government / Public / Private 3 Year of Establishment (Enclose any of the following for proof of establishment) Certificate of Incorporation Article of Association to indicate line of business

4 Regd. Office Postal Address with Phone & Fax Number, Email and Website URL 5 Office Address in Andhra Pradesh

6 Contact person with Phone, Mobile Number & e-mail address 7 GST Registration No.

8 Valid ISO 9001:2015 and ISO 14001:2015 Certification 9 Valid ISO 27001 Certification

10 Additional Certification/Awards (if Any)

11 List of supporting documents attached for this form

Date: Signature of the Bidder with seal Place:

18 | P a g e

Annexure VI: Format for Self-Declaration on Blacklisting

(On Company Letterhead – Submit separate declaration for Bidder)

Name of Bidder: Tender Ref Number:

To Date:

The Collector & District Magistrate, Achari Street, SPSR Nellore - 524001

Sir, In response to the RFP No.______dated______for quoting against the RFP as ...... of M/s << Bidder>>, I / We hereby declare that our Company / Firm ______is having unblemished past record and was not declared blacklisted or ineligible to participate for bidding as on date of submission of the bid by any State/Central Govt. or PSU due to breach of general or specific instructions, corrupt /fraudulent , Non Performance or any other unethical business practices.

Yours faithfully, Authorized Signatory______Name______Designation______Company name______

19 | P a g e

Annexure VIII: Scanning/ Record Modernization Project Experience (Please provide separate forms for each project)

Name of Bidder: Tender Ref Number:

S. Items Details No. 1 Project/ Assignment Name:

2 Detailed Narrative / Description of Project:

3 Project Value

4 Number of Professional Staff deployed by the Company for the narrated project : 5 Project Location:

6 Start Date:

7 Go Live Date:

8 Completion Date:

9 Client details a Name of the Client:

Note: Work Order and Completion certificates shall be provided. Non- compliance to this shall lead to non-consideration.

Date: Signature of the Bidder with seal Place:

20 | P a g e

AGREEMENT

(On Rs. 200/- stamp/legal paper purchased in Andhra Pradesh State only)

(To be stamped in accordance with the Indian Stamp Act)

The agreement entered into this______DOA of ______2020, between M/s______(hereinafer referred to as the “Contractor” which term shall include their successors and legal representatives) and O/o The Collector & District Magistrate, SPS Nellore District (hereinafter refered to as the “Colector Office” Which terms shall include its successors and assigns).

WHEREAS

1) The bid submitted on ______by the “Contractor” against the The Collector & District Magistrate, SPS Nellore District, AP, bid notification No.______dated______for “Scanning and Indexing of Hard Copies of Land Records in Modern Record Rooms (MRR)”. 2) And as per scope work enclosed was accepted by the said the The Collector & District Magistrate, SPS Nellore District, AP, Subject to the Terms and Conditions detailed in the said The Collector & District Magistrate, SPS Nellore District, AP,, letter of Award No.______dated______(hereinafter referred to as order). 3) The Contractor having accepted the order was required to execute agreement and to furnish a Bank Guarantee towards the Security Deposit for the due fulfillment of the agreement. 4) The Contractor has furnished a Bank Guarantee bearing No.______dated______in favour of The Collector & District Magistrate, SPS Nellore District, for sum of ______only towards the security deposit, for the due fulfilment of the agreement from the ______Bank and has further agreed to renew it to the extent required to cover the full guarantee period under the agreement. Now this indenture witnessed and it is hereby agreed and declared as follows, that is to say in consideration of the payments to be made to the

21 | P a g e

contractor by the Collector Office as herein after mentioned, the contractor hereby covenants with the Collector Office, that the contractor shall and will duly provide the service of the quality and description specified and shall do and perform all other works and things in the agreement subject to the terms and conditions and stipulations mentioned in the agreement and conditions specified in the tender inviting document.

In witness whereof the parties______and O/o Collector & District Magistrate, SPS Nellore District to this agreement have signed this indenture in the presence of the following witnesses.

For Contractor for O/o Collector &

(Signature with Name, District magistrate

Designation and Company Seal)

Witness: Witness:

1) 1)

2) 2)

Sd/- Vinod Kumar.V Joint Collector & Addl. District Magistrate SPSR Nellore District.

22 | P a g e