CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email...

39
Tele: 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : [email protected] Haryana -132023 No 4(I) /SSS/AISSEE/2017 05 Aug 2017 CALLING OF QUOTATIONS Dear Sir/ Madam 1. Sainik Schools Society/ Ministry of Defence intends outsourcing the job of printing of OMR based School Admission Forms as well as Entrance Examination Answer Sheets for the candidates seeking admission to Class VI & IX of all 26 Sainik Schools of the country. Location of the Sainik Schools is attached as Appendix to this letter. It may also be noted that each Sainik School will conduct the entrance exam at the same date and time at five to six centers in different districts of the state where Sainik School is located. 2. All India Sainik School Entrance Examination is scheduled to be conducted on first Sunday of Jan 2018. The required material will have to be delivered by the vendor to all Sainik Schools located in different parts of the country, including North Eastern states. 3. Principal Sainik School Kunjpura, on behalf of Sainik Schools Society, Ministry of Defence invites quotations in two bid format (technical bid and commercial bid separately) for the above task as per the following details - (a) PART I Pre exam Phase: OMR based application forms (i) Designing and Printing of OMR based (Common Application Form) (ii) Providing envelopes (Size A-4) of min 100 GSM paper (colour white) at the rate two envelops per candidates (iii) Printing of OMR based Application form (iv) Providing the above mentioned items (i to iii) in bundles/sizes as per the instructions (to be delivered to Respective Sainik Schools). (b) PART II Receipt of Application forms and issue of Admit Cards. (i) Designing and Development of an Online Web Portal in Chrome/Linux environment for scanning of application and covert into database, create admit card, checking the candidature. (ii) Scanning of the application forms with high speed DUPLEX SCANNER with ADF, a scanning speed of 60 ppm or more and converting the hand written characters into ASCII file and automatic capturing of Photograph. Signature and Address block of the candidates, linking them through a common key and preparing the final master file (iii) Designing and Printing of Admit Card which will be generated by respective Sainik School and same to be dispatched to the candidates by post. (iv) This should also have the feature for the candidates to download the admit card by entering their application Form No & Date of Birth. (v) Tracking which all candidates have downloaded their admit cards (vi) Generation of various reports which may be required by the Sainik Schools Society or the School concerned

Transcript of CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email...

Page 1: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

Tele: 0184-2384551 Sainik School KunjpuraFax : 0184-2385059 Kunjpura, KarnalEmail : [email protected] Haryana -132023

No 4(I) /SSS/AISSEE/2017 05 Aug 2017

CALLING OF QUOTATIONS

Dear Sir/ Madam

1. Sainik Schools Society/ Ministry of Defence intends outsourcing the job of printing ofOMR based School Admission Forms as well as Entrance Examination Answer Sheets forthe candidates seeking admission to Class VI & IX of all 26 Sainik Schools of the country.Location of the Sainik Schools is attached as Appendix to this letter. It may also be notedthat each Sainik School will conduct the entrance exam at the same date and time at five tosix centers in different districts of the state where Sainik School is located.

2. All India Sainik School Entrance Examination is scheduled to be conducted on firstSunday of Jan 2018. The required material will have to be delivered by the vendor to allSainik Schools located in different parts of the country, including North Eastern states.

3. Principal Sainik School Kunjpura, on behalf of Sainik Schools Society, Ministry ofDefence invites quotations in two bid format (technical bid and commercial bid separately)for the above task as per the following details -

(a) PART I Pre exam Phase: OMR based application forms

(i) Designing and Printing of OMR based (Common Application Form)(ii) Providing envelopes (Size A-4) of min 100 GSM paper (colour white) at therate two envelops per candidates(iii) Printing of OMR based Application form(iv) Providing the above mentioned items (i to iii) in bundles/sizes as per theinstructions (to be delivered to Respective Sainik Schools).

(b) PART II Receipt of Application forms and issue of Admit Cards.

(i) Designing and Development of an Online Web Portal in Chrome/Linuxenvironment for scanning of application and covert into database, create admit card,checking the candidature.(ii) Scanning of the application forms with high speed DUPLEX SCANNER withADF, a scanning speed of 60 ppm or more and converting the hand writtencharacters into ASCII file and automatic capturing of Photograph. Signature andAddress block of the candidates, linking them through a common key and preparingthe final master file(iii) Designing and Printing of Admit Card which will be generated by respectiveSainik School and same to be dispatched to the candidates by post.(iv) This should also have the feature for the candidates to download the admitcard by entering their application Form No & Date of Birth.(v) Tracking which all candidates have downloaded their admit cards(vi) Generation of various reports which may be required by the Sainik SchoolsSociety or the School concerned

Page 2: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

2

(vii) Priority feature for preparation of nominal roll of candidates as required by theSainik Schools Society, Exam Centers and Schools(viii) Development of SMS & E-mail service so that the candidate will receive SMSand E-mail regarding their Admit Card details.

(c) PART - III Evaluation and preparation of Results.

(i) Designing of ICR/OMR Answer Sheets on mm 120 GSM paper type of paper“maplitho” in Consultation with the Sainik Schools Society(ii) Printing of ICR/OMR Answer sheets on min 120 GSM paper with schoolspecific unique code number.(iii) Designing, Scanning & Evaluation of answer OMR and preparation of finalreport school wise.(iv) Incorporating in the web portal a software for answer sheet evaluation basedon answer key subsequently issued by Sainik Schools Society.(v) Scanning of Answer Sheets with high speed DUPLEX SCANNER with ADF, ascanning speed of minimum 60 ppm and converting the marked fields into ASCII.(vi) Finally, processing the same data and preparation of the school wise andsubject wise marks list based on unique code given to each school, a list ofcandidates qualified the entrance exam based on pass criteria.(vii) Processing and printing of various reports and folders as required by theSainik Schools Society.(viii) The web portal to have feature for candidate checking their written examresults by entering their Roll No and Date of Birth and after successful search thecandidate should be able to view or take printout of their Result Sheet(ix) Designing & Printing of Call letters in PDF files as per layout given by SainikSchools Society for school to uploaded on the Web Portal. However, each school willalso dispatch call letter manually to the candidates by post.(x) Development of SMS & E-mail service so that the candidates qualify in writtenexam receive SMS and E-mail regarding dispatch/ Upload of their call letter.(xi) The Software to have feature to interface with respective Sainik School tocheck the written exam result and subsequently be able to upload the interviewmarks and medical status of candidates.(xii) The Web portal to incorporate the feature for respective school to generateand print the category wise admission letter for both main as well as wait listedcandidates.

4. The bids will be submitted in two bid format separately for Technical bid andCommercial Bid. Technical bid will contain the details of equipment available ( web portaloffline software) with the vendor, any other OMR based exams undertaken with details ofnumber of applicants and exam centres, sample OMR sheets, admit cards and merit listetc. Commercial bid will separately indicate price for each and every activity to beundertaken. You are requested to forward the quotations by 1100 hrs on 26 Aug 2017 atthe address given below:-

PrincipalSainik School KunjpuraKunjpuraKarnalHaryana - 132023

5. Quotations are required to be accompanied by a non refundable Tender fee of Rs500/- (non-refundable) and EMD of Rs 75,000/- (refundable) through DD drawn in thefavour of Principal Sainik School Kunjpura and payable at Karnal, Haryana. Quotations not

Page 3: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

3

accompanied by required EMD will be summarily rejected. The quotations will be openedon the same date i.e. 26 Aug 17 by a Board of officers. In case the above date (26 Aug 17)is declared a holiday or if Govt offices are closed due to some other reason, quotations willbe opened on the next working day. You may depute your rep to be present duringquotation opening.

6. The bidders will require to give presentation on the project as per the details given inpara 5 of page 35 of the RFP.

7. Principal Sainik School Kunjpura reserves the right to reject one or all the quotationswithout assigning any reasons.

Sd/xxx(VD Chandola)ColPrincipal

Page 4: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

4

Appendix to SS Kunjpura letter No(I)/SSS/AISSEE/2017Dt Aug 17

S.No. State Sainik School Location1 Maharashtra Satara2 Haryana Kunjpura/Dist Karnal3 Punjab Kapurthala4 Gujarat Balachadi/ Dist Jamnagar5 Rajasthan Chittorgarh6 Andhra Pradesh Korukonda/ Dist Vijaynagram7 Kerala Kazhakootam/ Dist Thiruvananthapuram8 West Bengal Purulia9 Orissa Bhubaneswar10 Tamil Nadu Amaravathinagar/Dist Tirupur11 Madhya Pradesh Rewa12 Jharkhand Tilaiya/Dist Koderma13 Karnataka Bijapur14 Assam Goalpara15 Uttar Pradesh Ghorakhal/Dist Nainital16 Jammu & Kashmir Nagrota/ Dist Jammu17 Manipur Imphal18 Himachal Pradesh Sujanpur Tira19 Bihar Nalanda20 Bihar Gopalganj21 Nagaland Punglwa/Dist Peren22 Karnataka Kodagu23 Chattisgarh Ambikapur/Dist Surguja24 Haryana Rewari25 Andhra Pradesh Kalikiri/ Dist Chittoor26 Mizoram Chhingchhip/ Dist Serchhip

Page 5: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

5

SAINIK SCHOOLS SOCIETYINVITATION OF BIDS FOR SUPPLY OF OMR SHEETS

Request for Proposal (RFP) No. ___SSS/01__________ Dated 05 Aug 2017

1. Bids in sealed cover are invited for supply of items listed in Part III of this RFP.Please superscribe the above mentioned Title, RFP number and date of opening of theBids on the sealed cover to avoid the Bid being declared invalid.

2. The address and contact numbers for sending Bids or seeking clarificationsregarding this RFP are given below -

(a) Bids/queries to be addressed to : Sainik School KunjpuraKunjpura, KarnalHaryana - 123401

(b) Name/designation of the contact personnel: Principal, Sainik School Kunjpura

(c) Telephone numbers of the contact personnel : 0184-2384510, 0184-2384551

(d) e-mail ids of contact personnel: : [email protected]

(e) Fax number : 0184-2385059

3. This RFP is divided into five Parts as follows:

(a) Part I – Contains General Information and Instructions for the Biddersabout the RFP such as the time, place of submission and opening of tenders, Validityperiod of tenders, etc.

(b) Part II – Contains essential details of the items/services required, such asthe Schedule of Requirements (SOR), Technical Specifications, DeliveryPeriod, Mode of Delivery and Consignee details.

(c) Part III – Contains Standard Conditions of RFP, which will form part of theContract with the successful Bidder.

(d) Part IV – Contains Special Conditions applicable to this RFP and which willalso form part of the contract with the successful Bidder.

(e) Part V – Contains Evaluation Criteria and Format for Price Bids.

(f) Part VI- Misc &Terms and conditions for bidders

Page 6: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

6

4. This RFP is being issued with no financial commitment and the Buyer reserves theright to change or vary any part thereof at any stage. Buyer also reserves the right towithdraw the RFP, should it become necessary at any stage.

-sd/-(VD Chandola)ColPrincipal

Page 7: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

7

Part I – General information

1. Last date and time for depositing the Bids: 1100 Hrs on 26 Aug 2017.The sealed envelope should be deposited/reach by the due date and time. Theresponsibility to ensure this lies with the Bidder.

2. Manner of depositing the Bids: Sealed Bids should be dropped in the Tender Boxmarked as School Admission Forms (in OMR format) and conduct Common EntranceTest by the due date and time. Tenders received after the date will not be considered. Noresponsibility will be taken for postal delay or non- delivery/non-receipt of Bid documents.Bids sent by FAX or e-mail will not be considered (unless they have been specifically calledfor by these modes due to urgency).

3. Time and date for opening of Bids: 1500 Hrs on 26 Aug 2017.If due to any exigency, the due date for opening of the Bids is declared a closed holiday, theBids will be opened on the next working day at the same time or on any other day/time, asintimated by the Buyer).

4. Location of the Tender Box:

Sainik School Kunjpura, Kunjpura, Karnal, Haryana - 132023

Only those Bids that are found in the tender box will be opened. Bids dropped in the wrongTender Box will be rendered invalid.

5. Place of opening of the Bids:

Sainik School Kunjpura, Kunjpura, Karnal, Haryana - 132023

The Bidders may depute their representatives, duly authorized in writing, to attend theopening of Bids on the due date and time. Rates and important commercial/technicalclauses quoted by all Bidders will be read out in the presence of the representatives of allthe Bidders. This event will not be postponed due to non-presence of your representative.

6. Two-Bid system: The tender will be in two bid system.(a) Technical bid consisting of all technical details along with commercialterms and conditions; and

(b) Commercial bid indicating item-wise price for the items mentioned in thetechnical bid and all other commercial terms and conditions.

7. The Technical and Commercial bids are to be submitted in two separate sealedenvelopes, duly marked as “Technical Bid for RFP No.____ dated____” and “CommercialBid for RFP No. ___ Dated _____”. The quotes are to be super-scribed with your firm’sname, address, and official seal and ink signed by an authorised representative of theTenderer. Sealed Bids addressed to Principal Sainik School Kunjpura should bedropped in tender box marked as “TENDER BOX” located at Adm Officer’s Office ofSainik School Kunjpura. No responsibility will be taken for postal delay or non-delivery/non-receipt of tender documents.

Page 8: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

8

8. Forwarding of Bids: Bids should be forwarded by Bidders under their originalmemo / letter pad inter alia furnishing details like TIN number, GST number, Bankaddress with EFT Account if applicable, etc and complete postal & email address oftheir office.

9. Clarification regarding contents of the RFP: A prospective bidder whorequires clarification regarding the contents of the bidding documents shall notify to theBuyer in writing about the clarifications sought not later than 7 (seven) days prior to thedate of opening of the Bids. Copies of the query and clarification by the purchaser will besent to all prospective bidders who have received the bidding documents.

10. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bidafter submission provided that the written notice of modification or withdrawal isreceived by the Buyer prior to deadline prescribed for submission of bids. A withdrawalnotice may be sent by fax but it should be followed by a signed confirmation copy to be sentby post and such signed confirmation should reach the purchaser not later than thedeadline for submission of bids. No bid shall be modified after the deadline for submissionof bids is over. No bid can be withdrawn in the interval between the deadline forsubmission of bids and expiration of the period of bid validity specified. Withdrawal of a bidduring this period will result in Bidder’s forfeiture of bid security.

11. Clarification regarding contents of the Bids: During evaluation andcomparison of bids, the Buyer may, at its discretion, ask the bidder for clarificationof his bid. The request for clarification will be given in writing and no change in prices orsubstance of the bid will be sought, offered or permitted. No post-bid clarification onthe initiative of the bidder will be entertained.

12. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter andpost-tender correction may invoke summary rejection with forfeiture of EMD.Conditional tenders will also be rejected.

13. Unwillingness to quote: Bidders unwilling to quote should ensure thatintimation to this effect reaches before the due date and time of opening of the Bid, failingwhich the defaulting Bidder may be delisted for the given range of items as mentioned inthis RFP.

14. Validity of Bids: The Bids would remain valid till 180days from the last date ofsubmission of the Bids.

15. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit(EMD) for amount of Rs 75,000/- along with their bids. The EMD may be submitted in theform of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque infavour of “Principal, Sainik School Kunjpura” from any of the public sector banks. EMD isto remain valid for a period of forty-five days beyond the final bid validity period.EMD of the unsuccessful bidders will be returned to them the earliest after expiry ofthe final bid validity and latest on or before the 30th day after the award of thecontract. The Bid Security of the successful bidder would be returned, without any interestwhatsoever, after the receipt of Performance Security from them as called for in thecontract. EMD is not required to be submitted by those Bidders who are registered with theCentral Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) orconcerned department or Ministries of Govt of India or MoD itself for the same range of

Page 9: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

9

items. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogatesfrom the tender in any respect within the validity period of their tender.

16. Clarifications, if any, will be sought in writing from Sainik School Kunjpura, withinone week of the issue of the RFP. A pre-bid meeting with all the vendors will be held atSainik School Kunjpura on 17 Aug at 1100 hrs. The meeting may not be held in case noclarifications are sought by the vendors.

Page 10: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

10

Part II – Essential Details of Items/Services required Name/Type ofitem/services/description of stores Qty required

1. Schedule of Requirements – List of items / services required is as follows:

SlNo

Item Description Qty

01 OMR Application Form Sheets and OMR Answer Sheet(As per sample attached and delivery schedule given at Para 4 below)

The OMR sheet should be as per the sample attached and should have the minimumfollowing specifications

(a) The OMR Sheet should be of A4 size.

(b) It should have “maplitho” grade paper white color Minimum 105-110 GSM thicknessand of scanable quality

(c) It should be printed on the both sides.

(d) All instructions on the OMR should be printed bilingual – Hindi and English as persample.(e) It should be supplied in packs of 100 sheets per packet in thick polythene coverssealed with temper proof seal indicating nos of OMR Sheet.(f) Sainik Schools Society Emblem should be on the top left side corner as per the samplesheet provided(g) The text should be printed on the OMR sheet in red colour with the white background.

(h) The font on the OMR sheet should be Arial.

(j) It should have cutting accuracy tolerance of +0.1mm and sheets should be wrinkle andscratch free.

(k) All sheets should be scanned and verified before supplying.

(l) Provision to capture Invigilator and candidate signature

(m) Every OMR sheet should have an unique sheet number

02 Development of Interactive Web PortalThe MSP will have to develop an interactive web portal to facilitate various actionson offline mode as well as to be able to integrate with all Sainik schools in onlinemode. The Web portal will have features for scanning of OMR sheets, create database, generate admit card, sending email and sms alert, uploading marks andmedical status, preparation of results and generation of Reports.A comprehensive web portal will have to be developed to connect the candidate withSainik School for all the services. The portal will allow all the candidates to download admitcards, check result.

Successful bidder will be required to consolidate all the expectations of stakeholders anddevelop a robust Application portal. This framework will first be approved by SainikSchools Society. Only then the activities viz portal designing, development, contentaggregation etc. will be performed by Successful bidder.

The Portal should be developed on a robust content management framework havingcomprehensive set of security, compatibility and scalability features.

Page 11: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

11

The system should have following features to automate this process:(a) System should provide a dedicated interface accessible only after PKI basedauthentication.(b) After each scanning, the system should automatically create a hash code and store thesame in secured repository.(c) System should also encrypt all data values using public key of appropriate authority, sothat it cannot be accessed without permission of appropriate authority.(d) System should also generate analytical reports after result publication(e) System should also provide a web interface for publishing school wise written marks(subject wise) result on the Website. This feature should be accessible through securedonly after specific authority by Sainik Schools Society.(f) Web portal will cover all the features (but not limited to) as mentioned above andalso in Part –II [Para 3(b) & Para 3(c)] of the enclosed letter.

3 Scanner specification requirement(a) The agency shall arrange required Scanner with high speed OMR / ICR / OCR scannermachine.(b) The Scanner should have minimum speed of scanning 60 OMR sheets per minute.(c) System should have a dedicated interface to automate OMR scanning function.Thisinterface should be accessible only after PKI based authentication and logs should bemaintained for each and every action performed using this interface.(d) After authentication, the system should provide an interface for loading both(High andLow resolution) the text files (.dat files) from server under respective exam event andcreate hash codes of both the files. These hash codes will automatically be stored in asecured repository.(e) System should convert the text files in data sets of predefined format and compareeach answer and each candidate to identify discrepancies.(f) In case of discrepancies, the system should update the log with discrepancies andprovide an interface for manual feeding mismatch values. Manually fed values should berecorded in log properly. Manual feed should be enabled only for those questions/answerswhere mismatch is found. Rest of the questions/answers should remain disabled.(g) After completion of manual feeding, the system should again generate hashcodes offinal records and store in secured repository.(h) System should also encrypt final records using public key of appropriate authority, sothat it cannot be accessed without permission of appropriate authority.

4 Scanning of OMR Sheet

Pre Exam activities :

(a) Scanning center will receive the sealed envelopes containing OMR application formsheet from various exam centers. The MSP will have to create data base of all candidatescentre wise, verify and match eligibility criteria, generate admit card and send email andSMS alert to eligible candidates.

Post Exam activities :

(b) Scanning center will receive the sealed envelopes containing OMR answer sheet andattendance sheets from various exam centers.

(c) These envelopes will be opened in the presence of an official from Sainik SchoolsSociety and his signature will be required to open the same.

(d) OMR answer sheets & attendance sheets will be unpacked, counted in the presence ofSainik Schools Society representative.(e) Attendance sheets will be handed over to the Sainik Schools Society official.(f) Any count mismatch should be recorded and suitable exceptions shall be raised by

Page 12: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

12

MSP to higher officials of Sainik Schools Society.(g) MSP should scan and match the unique code of Sainik School and serial number ofOMR answer sheets and accordingly MSP should scan the OMR answer sheet matchingwith answer key.(h) A copy of the scan data should be hand over to Sainik Schools Society with seal.(j) The complete secrecy shall be maintained in the scanning room. No unauthorizedperson shall be allowed to enter in the premises where scanning is being conductedwithout prior approval of Sainik Schools Society. Authorized person should have theidentity of selected vendor.(k) The agency has to start scanning of OMR sheets on the same day of the receiptof filled OMR sheets as per the schedule and instructions provided by the SainikSchools Society and agency shall report to Sainik Schools Society for missing/misplaced OMR sheets.

4 Preparation of Results

(a) The Results processing should be carried out in Sainik Schools Society premises withbiometric access control and CCTVs.(b) MSP will prepare result by matching answers with the Answer Key provided by SainikSchools Society. Thereafter MSP will upload the marks of written examination on theportal to facilitate the Sainik schools to download the same by authorized representativethrough secured channel for applying the cut-off marks based on respective reservationand vacancies criteria for calling the candidates for interview.(c) Vendor should provide sample written result for manual verification to Sainik SchoolsSociety. After verification if there is no difference in manual & computerised then vendorwill have the permission to upload written marks on the web portal to facilitate schoolsfurther required action.(d) System should have a feature to send an email and SMS alerts by respective Sainikschools, after due authority by Sainik Schools Society to all the candidates who qualify inwritten exam.(e) MSP shall provide the Result certificate and mark sheet subject wise for each school inprescribed format given by the Sainik Schools Society.

2. Delivery Period -(a) Delivery of Interactive Web portal: 01 Oct 2017.

Test and Live Implementation for Offline mode of Examination: Successful Bidderwill have to submit detailed plan for test & live implementation of the system. SuccessfulBidder has to ensure that the Software Module is completely operational as per therequirements in this RFP and all the acceptance tests are successfully concluded as perthe satisfaction of Sainik Schools Society .Sainik Schools Society reserves the right toundertake Test Implementation of the system before making it public. Upon 30 days ofsuccessful Live / Test Implementation, Sainik Schools Society would giveImplementation Completion Certificate to the Successful Bidder.

(b) Delivery of OMR Application Sheet & OMR Answer Sheet as per consolidatedemand by each Sainik Schools.

A certificate from the Sainik Schools Society giving details of the quantity/ qualityreceived along with the date/mode of receipt will have to be submitted to theSainik Schools Society, New Delhi along with the invoice/challan for processingthe payment. Please note that supply order can be cancelled unilaterally by the Buyerin case items are not received within the contracted delivery period. Extension ofcontracted delivery period will be at the sole discretion of the Buyer, with applicability ofLD clause.

3. Consignee details - Sainik Schools Society, New Delhi.

Page 13: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

13

Part III – Standard Conditions of RFP

The Bidder is required to give confirmation of their acceptance of the Standard Conditionsof the Request for Proposal mentioned below which will automatically be considered as partof the Contract concluded with the successful Bidder (i.e. Vendor in the Contract) asselected by the Buyer. Failure to do so may result in rejection of the Bid submitted by theBidder.

1. Law: The Contract shall be considered and made in accordance with the laws of theRepublic of India. The contract shall be governed by and interpreted in accordance with thelaws of the Republic of India.

2. Effective Date of the Contract: The contract shall come into effect on the date ofsignatures of both the parties on the contract (Effective Date) and shall remain valid untilthe completion of the obligations of the parties under the contract. The deliveries andsupplies and performance of the services shall commence from the effective date of thecontract.

3. Arbitration: All disputes or differences arising out of or in connection with theContract shall be settled by bilateral discussions. Any dispute, disagreement orquestion arising out of or relating to the Contract or relating to construction or performance,which cannot be settled amicably, may be resolved through arbitration. The standard clauseof arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website andcan be provided on request).

4. Penalty for use of Undue influence: The Vendor undertakes that he has not given,offered or promised to give, directly or indirectly, any gift, consideration, reward,commission, fees, brokerage or inducement to any person in service of the Buyer orotherwise in procuring the Contracts or forbearing to do or for having done or forborne to doany act in relation to the obtaining or execution of the present Contract or any otherContract with the Government of India for showing or forbearing to show favour or disfavourto any person in relation to the present Contract or any other Contract with the Governmentof India. Any breach of the aforesaid undertaking by the Vendor or any one employed byhim or acting on his behalf (whether with or without the knowledge of the Seller) or thecommission of any offers by the Vendor or anyone employed by him or acting on his behalf,as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of CorruptionAct, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer tocancel the contract and all or any other contracts with the Vendor and recover from theVendor the amount of any loss arising from such cancellation. A decision of the Buyeror his nominee to the effect that a breach of the undertaking had been committed shall befinal and binding on the Seller. Giving or offering of any gift, bribe or inducement or anyattempt at any such act on behalf of the Vendor towards any officer/employee of the Buyeror to any other person in a position to influence any officer/employee of the Buyer forshowing any favour in relation to this or any other contract, shall render the Vendor to suchliability/ penalty as the Buyer may deem proper, including but not limited to termination ofthe contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund ofthe amounts paid by the Buyer.

5. Agents / Agency Commission: The Vendor confirms and declares to the Buyer thatthe Vendor is the original manufacturer of the stores/provider of the services referred to in

Page 14: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

14

this Contract and has not engaged any individual or firm, whether Indian or foreignwhatsoever, to intercede, facilitate or in any way to recommend to the Government of Indiaor any of its functionaries, whether officially or unofficially, to the award of the contract tothe Seller; nor has any amount been paid, promised or intended to be paid to any suchindividual or firm in respect of any such intercession, facilitation or recommendation.The Vendor agrees that if it is established at any time to the satisfaction of the Buyer thatthe present declaration is in any way incorrect or if at a later stage it is discovered by theBuyer that the Vendor has engaged any such individual/firm, and paid or intended topay any amount, gift, reward, fees, commission or consideration to such person, party,firm or institution, whether before or after the signing of this contract, the Vendor will beliable to refund that amount to the Buyer. The Vendor will also be debarred from enteringinto any supply Contract with the Government of India for a minimum period of five years.The Buyer will also have a right to consider cancellation of the Contract either wholly or inpart, without any entitlement or compensation to the Vendor who shall in such an event isliable to refund all payments made by the Buyer in terms of the Contract along with interestat the rate of 2% per annum above LIBOR rate. The Buyer will also have the right torecover any such amount from any contracts concluded earlier with the Government ofIndia.

6. Access to Books of Accounts: In case it is found to the satisfaction of the Buyerthat the Vendor has engaged an Agent or paid commission or influenced any personto obtain the contract as described in clauses relating to Agents/Agency Commission andpenalty for use of undue influence, the Seller, on a specific request of the Buyer, shallprovide necessary information/ inspection of the relevant financial documents/information.

7. Non-disclosure of Contract documents: Except with the written consent of theBuyer/ Seller, other party shall not disclose the contract or any provision,specification, plan, design, pattern, sample or information thereof to any third party.

8. Liquidated Damages: In the event of the Seller's failure to submit the Bonds,Guarantees and Documents, supply the stores/goods and conduct trials, installation ofequipment, training, etc as specified in this contract, the Buyer may, at his discretion,withhold any payment until the completion of the contract. The BUYER may also deductfrom the SELLER as agreed, liquidated damages to the sum of 0.5% of the contractprice of the delayed/undelivered stores/services mentioned above for every week ofdelay or part of a week, subject to the maximum value of the Liquidated Damages being nothigher than 10% of the value of delayed stores.

9. Termination of Contract: The Buyer shall have the right to terminate this Contractin part or in full in any of the following cases:-

(a) The delivery of the material is delayed for causes not attributable to ForceMajeure for more than (four months) after the scheduled date of delivery.

(b) The Vendor is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by morethan (four months) provided Force Majeure clause is included in contract.

Page 15: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

15

(d) The Buyer has noticed that the Vendor has utilised the services of anyIndian/Foreign agent in getting this contract and paid any commission to suchindividual/company etc.

(e) As per decision of the Arbitration Tribunal.

10. Notices: Any notice required or permitted by the contract shall be written in theEnglish language and may be delivered personally or may be sent by FAX or registeredpre-paid mail/airmail, addressed to the last known address of the party to whom it is sent.

11. Transfer and Sub-letting: The Seller has no right to give, bargain, sell, assign orsublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let athird party take benefit or advantage of the present Contract or any part thereof.

12. Patents and other Industrial Property Rights: The prices stated in the presentContract shall be deemed to include all amounts payable for the use of patents, copyrights,registered charges, trademarks and payments for any other industrial property rights. TheVendor shall indemnify the Buyer against all claims from a third party at any time onaccount of the infringement of any or all the rights mentioned in the previous paragraphs,whether such claims arise in respect of manufacture or use. The Vendor shall beresponsible for the completion of the supplies including spares, tools, technical literatureand training aggregates irrespective of the fact of infringement of the supplies, irrespectiveof the fact of infringement of any or all the rights mentioned above.

13. Amendments: No provision of present Contract shall be changed or modifiedin any way (including this provision) either in whole or in part except by an instrument inwriting made after the date of this Contract and signed on behalf of both the parties andwhich expressly states to amend the present Contract.

14. Taxes and Duties

General

(a) If Bidder desires to ask for excise duty or Sales Tax/VAT/GST extra, the samemust be specifically stated. In the absence of any such stipulation, it will bepresumed that the prices include all such charges and no claim for the same will beentertained.

(b) If reimbursement of any Duty/Tax is intended as extra over the quotedprices, the Bidder must specifically say so. In the absence of any such stipulation itwill be presumed that the prices quoted are firm and final and no claim on account ofsuch duty/tax will be entrained after the opening of tenders.

(c) If a Bidder chooses to quote a price inclusive of any duty/tax and does notconfirm inclusive of such duty/tax so included is firm and final, he should clearlyindicate the rate of such duty/tax and quantum of such duty/tax included in theprice. Failure to do so may result in ignoring of such offers summarily.

(d) If a Bidder is exempted from payment of any duty/tax upto any value ofsupplies from them, he should clearly state that no such duty/tax will be charged by

Page 16: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

16

him up to the limit of exemption which he may have. If any concession is available inregard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulationslike, the said duty/tax was presently not applicable but the same will be charged if itbecomes leviable later on, will not be accepted unless in such cases it is clearlystated by a Bidder that such duty/ tax will not be charged by him even if the samebecomes applicable later on. In respect of the Bidders, who fail to comply with thisrequirement, their quoted prices shall be loaded with the quantum of such duty/taxwhich is normally applicable on the item in question for the purpose of comparingtheir prices with other Bidders.

(e) Any change in any duty/tax upward/downward as a result of any statutoryvariation in excise taking place within contract terms shall be allowed to the extent ofactual quantum of such duty/tax paid by the supplier. Similarly, in case of downwardrevision in any duty/tax, the actual quantum of reduction of such duty/tax shall bereimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs,exemptions, rebates, concession etc. if any obtained by the Seller.

15 Customs Duty –

(a) For imported stores offered against forward delivery, the Bidder shall quoteprices thereof exclusive of customs duty. The Bidder shall specify separately theC.I.F. prices and total amount of customs duty payable. They will also indicatecorrectly the rate of customs duty applicable along with Indian Customs TariffNumber. Customs duty as actually paid will be reimbursed on production ofnecessary documents i.e. (i) Triplicate copy of the bill of entry; (ii) copy of bill oflading; (iii) a copy of foreign principal’s invoice. However, if the Bidder imports thestores in question against his own commercial quota Import Licences, he will also berequired to submit in addition the triplicate copy of bills of entry etc. a certificate fromhis Internal Auditor on the bill itself, to the effect that the following items/quantity inthe bill of entry related to the stores imported against DefenceBuyer contract number…………………………….. dated…………..

(b) The Vendor is also required to furnish to the Paying Authority the followingcertificates:

(i) Certificate with each bill to the effect that no refund has been obtainedin respect of the reimbursement of excise duty made to the Vendor duringthree months immediately preceding the date of the claim covered by therelevant bill.

(ii) Certificate as to whether refunds have been obtained or applied for bythem or not in the preceding financial year after the annual Audit of theiraccounts also indicating details of such refunds/applications, if any.

(iii) A certificate along with the final payment bills of the Vendor to theeffect whether or not they have any pending appeal/protest for refund orpartial refund of excise duties already reimbursed to the Vendor by theGovernment pending with the Excise authorities and if so, the nature, theamount involved, and the position of such appeals.

Page 17: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

17

(iv) An undertaking to the effect that in case it is detected by theGovernment that any refund from Excise Authority was obtained by theVendor after obtaining reimbursement from the Paying Authority, and if thesame is not immediately refunded by the Vendor to the Paying Authoritygiving details and particulars of the transactions, Paying Authority will havefull authority to recover such amounts from the Seller’s outstanding billsagainst that particular contract or any other pending Government contractsand that no dispute on this account would be raised by the Seller.

(c) Unless otherwise specifically agreed to in terms of the contract, the Buyershall not be liable for any claim on account of fresh imposition and/or increase ofExcise Duty on raw materials and/or components used directly in the manufactureof the contracted stores taking place during the pendency of the contract.

16 Sales Tax / VAT/GST

(a) If it is desired by the Bidder to ask for Sales tax / VAT/GST to be paid asextra, the same must be specifically stated. In the absence of any such stipulationin the bid, it will be presumed that the prices quoted by the Bidder are inclusive ofsales tax and no liability of sales tax will be developed upon the Buyer.

(b) On the Bids quoting sales tax extra, the rate and the nature of Sales Taxapplicable at the time of supply should be shown separately. Sales tax will be paid tothe Vendor at the rate at which it is liable to be assessed or has actually beenassessed provided the transaction of sale is legally liable to sales tax and the sameis payable as per the terms of the contract.

17 Octroi Duty & Local Taxes

(a) Normally, materials to be supplied to Government Departments againstGovernment Contracts are exempted from levy of town duty, Octroi Duty, TerminalTax and other levies of local bodies. The local Town/Municipal Body regulations attimes, however, provide for such Exemption only on production of such exemptioncertificate from any authorised officer. Vendor should ensure that stores orderedagainst contracts placed by this office are exempted from levy of Town Duty/OctroiDuty, Terminal Tax or other local taxes and duties. Wherever required, theyshould obtain the exemption certificate from the Buyer, to avoid payment of suchlocal taxes or duties.

(b) In case where the Municipality or other local body insists upon paymentof these duties or taxes the same should be paid by the Vendor to avoid delay insupplies and possible demurrage charges. The receipt obtained for such paymentshould be forwarded to the Buyer without delay together with a copy of the relevantact or by- laws/ notifications of the Municipality of the local body concerned to enablehim to take up the question of refund with the concerned bodies if admissible underthe said acts or rules.

Page 18: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

18

Part IV – Special Conditions of RFP

The Bidder is required to give confirmation of their acceptance of Special Conditionsof the RFP mentioned below which will automatically be considered as part of theContract concluded with the successful Bidder (i.e. Vendor in the Contract) as selectedby the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder.

1. Performance Guarantee: The Bidder will be required to furnish a PerformanceGuarantee by way of Bank Guarantee through a public sector bank for a sum equal to 10%of the contract value within 30 days of receipt of the confirmed order. PerformanceBank Guarantee should be valid up to 60 days beyond the date of warranty. The specimenof PBG is given in Form DPM-15 (Available in MoD website and can be provided onrequest).

2. Option Clause: The contract will have an Option Clause, wherein the Buyer canexercise an option to procure an additional 50% of the original contracted quantity inaccordance with the same terms & conditions of the present contract. This will beapplicable within the currency of contract. The Bidder is to confirm the acceptance of thesame for inclusion in the contract. It will be entirely the discretion of the Buyer to exercisethis option or not.

3. Repeat Order Clause – The contract will have a Repeat Order Clause,wherein the Buyer can order upto 50% quantity of the items under the presentcontract within six months from the date of supply/successful completion of thiscontract, the cost, terms & conditions remaining the same. The Bidder is to confirmacceptance of this clause. It will be entirely the discretion of the Buyer to place the Repeatorder or not.

4. Tolerance Clause – To take care of any change in the requirement during theperiod starting from issue of RFP till placement of the contract, Buyer reserves the right to10-20% plus/minus increase or decrease the quantity of the required goods upto thatlimit without any change in the terms & conditions and prices quoted by the Seller.While awarding the contract, the quantity ordered can be increased or decreased by theBuyer within this tolerance limit.

5. Payment Terms for Indigenous Sellers -It will be mandatory for the Biddersto indicate their bank account numbers and other relevant e- payment details so thatpayments could be made through ECS/EFT mechanism instead of payment throughcheques, wherever feasible. A copy of the model mandate form prescribed by RBI to besubmitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available inMoD website and can be given on request). The payment will be made as per the followingterms, on production of the requisite documents:

Payment will be made after acceptance of the items at the consignee as followssubject to forwarding the documents:

(a) 100% payment for the corresponding value of...................sheets suppliedin ____________ after acceptance by the user/inspection authority.

Page 19: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

19

(b) 100% payment for the corresponding value of.................sheets suppliedin ___________ after acceptance by the user/inspection authority.

(c) 100% payment for the corresponding value of.................sheets suppliedin ___________ after acceptance by the user/inspection authority.

6. Paying Authority:

(a) Indigenous Sellers: (Sainik Schools Society, New Delhi). The payment of billswill be made on submission of the following documents by the Vendor to the PayingAuthority along with the bill:

(i) Ink-signed copy of contingent bill / Seller’s bill.(ii) Ink-signed copy of Commercial invoice / Seller’s bill.(iii) Copy of Supply Order/Contract with U.O. number(iv) CRVs in duplicate.(v) Inspection note.(vi) Claim for statutory and other levies to be supported with requisitedocuments / proof of payment such as Excise duty challan, Customs dutyclearance certificate, Octroi receipt, proof of payment for EPF/ESICcontribution with nominal roll of beneficiaries, etc as applicable.(vii) Exemption certificate for Excise duty / Customs duty, if applicable.(viii) Bank guarantee for advance, if any.(ix) Performance Bank guarantee / Indemnity bond where applicable.(x) Details for electronic payment viz Account holder’s name, Bankname, Branch name and address, Account type, Account number, IFSCcode, MICR code (if these details are not incorporated in supplyorder/contract).(xi) Any other document / certificate that may be provided for in the SupplyOrder / Contract.(xii) A certificate from the Sainik Schools Society giving details of thesystem Test Report, quantity, quality received along with the date/mode ofreceipt will have to be submitted to the Sainik Schools Society along with theinvoice/challan will be required to be submitted for processing the payment.(xiii) Photocopy of PBG.(xiv) Advance Payment. No advance payment will be made.

7. Risk & Expense clause:

(a) Should the stores or any instalment thereof not be delivered within the time ortimes specified in the contract documents, or if defective delivery is made in respectof the stores or any instalment thereof, the Buyer shall after granting the Vendor 45days to cure the breach, be at liberty, without prejudice to the right to recoverliquidated damages as a remedy for breach of contract, to declare the contract ascancelled either wholly or to the extent of such default.

(b) Should the stores or any instalment thereof not perform in accordance withthe specifications / parameters provided by the VENDOR during the check prooftests to be done in the BUYER’s country, the BUYER shall be at liberty, without

Page 20: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

20

prejudice to any other remedies for breach of contract, to cancel the contract whollyor to the extent of such default.

(c) In case of a material breach that was not remedied within 45 days, theBUYER shall, having given the right of first refusal to the VENDOR be at liberty topurchase, manufacture, or procure from any other source as he thinks fit, otherstores of the same or similar description to make good:-

(i) Such default.

(ii) In the event of the contract being wholly determined the balance of thestores remaining to be delivered there under.

(d) Any excess of the purchase price, cost of manufacturer, or value of any storesprocured from any other supplier as the case may be, over the contract priceappropriate to such default or balance shall be recoverable from the SELLER. Suchrecoveries shall not exceed 10% of the value of the contract.”

8. Specification: The following Specification clause will form part of the contractplaced on successful Bidder - The Vendor guarantees to meet the specifications as perPart-II of RFP and to incorporate the modifications to the existing design configuration tomeet the specific requirement of the Buyer Services as per modifications/requirementsrecommended after the Maintenance Evaluation Trials. All technical literature and drawingsshall be amended as the modifications by the Vendor before supply to the Buyer. TheSeller, in consultation with the Buyer, may carry out technicalupgradation/alterations in the design, drawings and specifications due to change inmanufacturing procedures, indigenisation or obsolescence. This will, however, not in anyway, adversely affect the end specifications of the equipment. Changes in technical details,drawings repair and maintenance techniques along with necessary tools as a result of

upgradation/alterations will be provided to the Buyer free of cost within (30) days ofaffecting such upgradation/alterations.

9. OEM Certificate: In case the Bidder is not the OEM, the agreement certificatewith the OEM for sourcing the spares shall be mandatory. However, where OEMs donot exist, minor aggregates and spares can be sourced from authorized vendors subject toquality certification.

10. Earliest Acceptable Year of Manufacture: Quality / Life certificate will need tobe enclosed with the Bill. The OMR sheets need to be printed not more than one monthprior to the delivery to IAF.

11. Packing and Marking: The following Packing and Marking clause will form part ofthe contract placed on successful Bidder –

(a) The Vendor shall provide packing and preservation of the equipment andspares/goods contracted so as to ensure their safety against damage in theconditions of land, sea and air transportation, transhipment, storage and weatherhazards during transportation, subject to proper cargo handling. The Vendor shallensure that the stores are packed in containers, which are made sufficiently strong,and with seasoned wood. The packing cases should have hooks for lifting by

Page 21: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

21

crane/fork lift truck. Tags with proper marking shall be fastened to the specialequipment, which cannot be packed.

(b) The packing of the equipment and spares/goods shall conform to t herequirements of specifications and standards in force in the territory of the Seller’scountry.

12. Inspection Authority: The Inspection will be carried out by Rep of Sainik SchoolsSociety. The mode of Inspection will be User Inspection.

13. Franking clause – The following Franking clause will form part of the contractplaced on successful Bidder –

(a) Franking Clause in the case of Acceptance of Goods: The fact that thegoods have been inspected after the delivery period and passed by the InspectingOfficer will not have the effect of keeping the contract alive. The goods are beingpassed without prejudice to the rights of the Buyer under the terms and conditions ofthe contract.

(b) Franking Clause in the case of Rejection of Goods: The fact that thegoods have been inspected after the delivery period and rejected by the InspectingOfficer will not bind the Buyer in any manner. The goods are being rejected withoutprejudice to the rights of the Buyer under the terms and conditions of the contract.

14 Claims: The following Claims clause will form part of the contract placed onsuccessful Bidder –

(a) The claims may be presented either: (a) on quantity of the stores, where thequantity does not correspond to the quantity shown in the Packing List/Insufficiencyin packing, or (b) on quality of the stores, where quality does not correspond to thequality mentioned in the contract.

(b) The quantity claims for deficiency of quantity shall be presented within 45days of completion of inspection and acceptance of goods. The quantity claim shallbe submitted to the Vendor as per Form DPM-22 (Available in MoD website and canbe given on request).

(c) The Vendor shall collect the defective or rejected goods from the locationnominated by the Buyer and deliver the repaired or replaced goods at the samelocation under Seller’s arrangement.

(d) Claims may also be settled by reduction of cost of goods under claim frombonds submitted by the Vendor or payment of claim amount by Vendorthrough demand draft drawn on an Indian Bank, in favour of PrincipalController/Controller of Defence Accounts concerned.

(e) The quality claims will be raised solely by the Buyer and without anycertification/countersignature by the Seller’s representative stationed in India.

Page 22: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

22

15. Warranty – The following Warranty will form part of the contract placed onsuccessful bidder –

(a) The Vendor warrants that the goods supplied under the contract conformto technical specifications prescribed and shall perform according to the saidtechnical specifications.

(b) The Vendor warrants that the goods/stores supplied under the contract andeach component used in the manufacture thereof shall be free from alltypes of defects/failures.

(c) If within the period of warranty, the goods are reported by the Buyer to havefailed to perform as per the specifications, the Vendor shall either replace or rectifythe same free of charge, within a maximum period of 15 days of notification of suchdefect received by the Seller, provided that the goods are used and maintained bythe Buyer as per instructions contained in the Operating Manual. The Vendoralso undertakes to diagnose, test, adjust, calibrate and repair/replacethe goods/equipment arising due to accidents by neglect or misuse by the operatoror damage due to transportation of the goods during the warranty period, at the costmutually agreed to between the Buyer and the Seller.

(d) The Vendor also warrants that necessary service and repair back up duringthe warranty period of the equipment shall be provided by the Vendor and he willensure that the downtime is within 5% of the warranty period.

(e) The Vendor shall associate technical personnel of the Maintenance agencyand Quality Assurance Agency of the Buyer during warranty repair and shall alsoprovide the details of complete defects, reasons and remedial actions for defects.

(f) If a particular equipment/goods fails frequently and/or, the cumulativedown time exceeds 10% of the warranty period, the complete equipment shall bereplaced free of cost by the Vendor within a stipulated period of 15 days of receipt ofthe notification from the Buyer. Warranty of the replaced equipment would start fromthe date of acceptance after Joint Receipt Inspection by the Buyer/date of installationand commissioning.

(g) In case the complete delivery of Engineering Support Package is delayedbeyond the period stipulated in this contract, the Vendor undertakes that thewarranty period for the goods/stores shall be extended to that extent.

16. Miscellaneous: The following criteria will be mandatory for compliance:

(i) A sample sheet is to be enclosed with the bid.(ii) Unit rate is to be quoted as per the price bid format given below.(iii) The sheets are to be packaged in bundles of 100 and delivered with sufficientpacking to withstand transportation by Road/Rail/Air.

17. Advance Payment: No advance payment(s) will be made.

Page 23: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

23

Part V – Evaluation Criteria & Price Bid issues

1. Evaluation Criteria - The broad guidelines for evaluation of Bids will be as follows:

(a) Only those Bids will be evaluated which are found to be fulfilling all theeligibility and qualifying requirements of the RFP, both technically and commercially.

(b) In respect of Two-Bid system, the technical Bids forwarded by theBidders will be evaluated by the Buyer with reference to the technical characteristicsof the equipment as mentioned in the RFP. The compliance of TechnicalBids would be determined on the basis of the parameters specified in the RFP.Commercial Bids of only those Bidders will be opened whose Technical Bidswould clear the technical evaluation.

(c) The Lowest Bid will be decided upon the lowest price quoted by the particularBidder as per the Price Format given at Para 2 below. The consideration of taxesand duties in evaluation process will be as follows:

(i) All taxes and duties quoted by the Bidders will be considered. The ultimate costto the Buyer would be the deciding factor for ranking of Bids.

(d) The Bidders are required to spell out the rates of Customs duty, Excise duty,GST, VAT, Service Tax, etc in unambiguous terms; otherwise their offers will beloaded with the maximum rates of duties and taxes for the purpose of comparison ofprices. If reimbursement of Customs duty / Excise Duty / VAT is intended asextra, over the quoted prices, the Bidder must specifically say so. In theabsence of any such stipulation it will be presumed that the prices quoted are firmand final and no claim on account of such duties will be entrained after the openingof tenders. If a Bidder chooses to quote a price inclusive of any duty and does notconfirm inclusive of such duty so included is firm and final, he should clearly indicatethe rate of such duty and quantum of excise duty included in the price. Failure todo so may result in ignoring of such offers summarily. If a Bidder is exemptedfrom payment of Customs duty / Excise Duty / VAT duty upto any value of suppliesfrom them, they should clearly state that no excise duty will be charged by them upto the limit of exemption which they may have. If any concession is available inregard to rate/quantum of Customs duty / Excise Duty / VAT, it should bebrought out clearly. Stipulations like, excise duty was presently not applicablebut the same will be charged if it becomes leviable later on, will not be acceptedunless in such cases it is clearly stated by a Bidder that excise duty will not becharged by him even if the same becomes applicable later on. In respect of theBidders who fail to comply with this requirement, their quoted prices shall be loadedwith the quantum of excise duty which is normally applicable on the item in questionfor the purpose of comparing their prices with other Bidders. The same logic appliesto Customs duty and VAT also.

(e) If there is a discrepancy between the unit price and the total price that isobtained by multiplying the unit price and quantity, the unit price will prevail and the

Page 24: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

24

total price will be corrected. If there is a discrepancy between words and figures,the amount in words will prevail for calculation of price.

(f) The Lowest Acceptable Bid will be considered further for placement ofcontract / Supply Order after complete clarification and price negotiations asdecided by the Buyer. The Buyer will have the right to award contracts to differentBidders for being lowest in particular items. The Buyer also reserves the right to doApportionment of Quantity, if it is convinced that Lowest Bidder is not in a position tosupply full quantity in stipulated time (70:30).

(g) Compliance to the terms and conditions

2. Price Bid Format: The Price Bid Format is given below and Bidders are required tofill this up correctly with full details:

SlNo

Item Description Qty UnitRate

Taxes Unit RateWith

Taxes

Amount

1. Interactive Web Portal includingrequired OMR Scanner

As per specifications/conditions stipulatedin RFP

2 OMR Application Form sheets & OMRAnswer sheet :As per specifications/conditions

stipulated in RFP3 Providing envelopes (Size A-4) of min

100 GSM paper (colour _______) atthe rate two envelops per candidates

(Note : Details of taxes, if applicable are to be spelt out separately in the format givenbelow)

3. PLEASE SPECIFY THE GST and Other applicable details:-

SlNo.

Details To be filled by thefirm

1

2

3

Page 25: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

25

Format Performance Bank Guarantee

From:Bank _______________

To,The PrincipalSainik School Kunjpura,Karnal, Haryana

Dear Sir,

1. Whereas you have entered into a contract No._______ dated_________ (hereinafterreferred to as the said Contract) with M/s_________________________,hereinafter referred to as the “seller” for supply of goods as per Part-II of the saidcontract to the said Vendor and whereas the Vendor has undertaken to produce a bankguarantee for(10%) of total Contract value amounting to _________ to secure itsobligations to the President of India. We the _______________ bank hereby expressly,irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of theVendor that, in the event that the President of India declares to us that the goods have notbeen supplied according to the Contractual obligations under the aforementioned contract,we will pay you, on demand and without demur, all and any sum up to a maximum of____________Rupees _____________ only. Your written demand shall be conclusiveevidence to us that such repayment is due under the terms of the said contract. Weundertake to effect payment upon receipt of such written demand.

2. We shall not be discharged or released from this undertaking and guaranteeby any arrangements, variations made between you and the Seller, indulgence to theVendor by you, or by any alterations in the obligations of the Vendor or by anyforbearance whether as to payment, time performance or otherwise.

3. In no case shall the amount of this guarantee be increased.

4. This guarantee shall remain valid for …… months from the date of JRI acceptanceof test consignment in India or until all the store, spares and documentation havebeen supplied according to the contractual obligations under the said contract.

5. Unless a demand or claim under this guarantee is made on us in writing or on beforethe aforesaid expiry date as provided in the above referred contract or unless thisguarantee is extended by us, all your rights under this guarantee shall be forfeited and weshall be discharged from the liabilities hereunder.

6. This guarantee shall be a continuing guarantee and shall not be discharged byand change in the constitution of the Bank or in the constitution ofM/s___________________

Page 26: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

26

Part –VI Misc & Terms and conditions for bidders

1. Complete System Acceptance for Offline mode of Examination : At the end ofsystem acceptance period, Sainik Schools Society will acknowledge the complete systemacceptance in writing to successful bidder upon completion of following:

(a) Sign off from the competent authority of Sainik Schools Society aftercompletion of project activities like installation of hardware, software, developmentand deployment of application, training, etc.

(b) All required activities as defined in the bid document including all changesagreed by Sainik Schools Society are delivered by the successful bidder andaccepted by Sainik Schools Society in order to accept the system, department mustbe satisfied that all of the work has been completed and delivered with completesatisfaction and that all aspects of the system perform satisfactorily.

2. Managed Support Services for Offline OMR mode of Examination : Successfulbidder shall adopt an integrated service model for providing Management Support services.The Successful bidder shall be responsible for end to end provision of management supportservices including planning, delivery and execution of services during the contract period of2 years from Go-live. This 3 years contract term will be extendable for further 2 years onsimilar terms and conditions and on mutual consent of Sainik Schools Society andSuccessful bidder. The successful bidder shall deploy the required resources and isresponsible for indicative list of activities mentioned in this RFP:

3. Post GO-LIVE services for Offline mode of Examination: As a part of Post-Implementation services, the successful bidder shall undertake the following services forthe period of 3 years (extendable for two more years based on satisfactory performance ofsuccessful bidder) from the date of successful testing and Live Implementation:

(a) Resolve any issues including bug fixing, improvements in functionality andothers within a duration mentioned in Service Level Agreement.(b) Modification or changes to be made in application shall be done using achange requestmanagement tool which will provided by successful bidder.(c) Provide latest updates, patches / fixes, version upgrades relevant for thesoftware components.(d) Software version management and software documentation managementreflecting features and functionality of the solution.(e) The vendor has to co-ordinate with other vendors, whereverrequired/applicable.

4. Generic Features for proposed application of Offline mode of ExaminationArchitecture:

(a) Centralised server architecture (3-tier architecture with web enabled userinterface).(b) Every exam centre shall have its own server which shall further linked withcentral serverlocated at Data Centre.(c) The presentation logic should be decoupled from the business componentslogic.(d) Data access layer will be on RDBMS platform.Access & Data Security

Page 27: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

27

(a) Role based authentication to various functionalities in different modules withencrypted passwords(b) An audit trail of changes to data in the system shall be maintained to identifythe users responsible for the modification. There should be a facility to create reportson audit logs.(c) Information Security i.e. Integrity, Confidentiality & Availability of data to bemaintained.

Scalability

(a) System should be built using Service oriented, Open Architecture.(b) It should be possible to add more fields to the data input screens for capturingadditional business specific information without having to do major coding.(c) Capability to modify existing forms to suit the requirements without requiringadditional development tools.

General

Successful bidder should follow all e-Governance standards for Application Softwareand Data as per the guidelines published (from time to time) by Government of India,including (but not limited to) NIC Web Guidelines, Accessibility Guidelines, W3C andSecurity Standards.

5. Project Timeline: The overall implementation of the project is envisaged to becompleted in 10 weeks. Development, testing & implementation of registration portal,establishment of help desk, Candidate registration, tested and implemented shall be covered inFirst phase. Second phase of the project will include details as per schedule II as per theschedule defined by Sainik Schools Society and support & maintenance of examinationportal and other applications, empanelling setting up an office for printing and scanning of OMR &attendance sheets, setting up a help desk etc. Time taken by Department for evaluation andapproval of deliverables are excluded from these timelines. Below are the mentionedtimelines for successful bidder to perform various activities under given milestones.

“T” as referred below is the date of signing of contract between the MSP and SainikSchools Society.“E” refers to the date on which instructions are issued by Sainik Schools Society tothe MSP for commencement of Examination Process (Each and Every Examinstance)

Sr. No. Process Step / Activity TimelinesA. Development and hosting of Web-Portal and Offline Examination

application as per Para 3(b) Part-II , Para 3(c) Part-iii of enclosed letter.1. Kick-off meeting, Submission of Project Plan and Requirement

GatheringT + 1

2. Submission, Review, Finalization and Approval of FRS andSRS document

T + 2

3. Submission, Review and Approval of Design and ApplicationPrototype

T + 3

4. Integration with Developed of Offline examination system,submission of working prototype, review, finalization of workingprototype

T + 7

Page 28: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

28

5. Master Data Configuration, Preparation of Test Case, UserAcceptance Testing and Approval

T + 8

6. Security Testing by Cert-in empanelled Agency & Training toSainik School users

T + 9

7. Deployment / Hosting, Configuration of Master Information,Testing on Live and Application portal GO-LIVE

T+10

8. Establishing an office & help desk for an Offline Examinationwith necessary equipment’s and manpower

T+10

B. Preparedness for Offline Examinations1. System Configuration E+1

2. Availability of Online portal for candidates E+23. Apprising Sainik Schools Society about number of application E+44. Document Verification& Scanning of forms E+65. Centre Allocation, Admit Card Generation, availability of Admit

Card for downloading to applicantsE+7

6. Appraise Sainik Schools Society for the status of Infrastructureavailability

E+7

7. Printing of OMR sheets E+88. Delivery of OMR sheets E+99. Scanning of OMR sheets, Preparation of Results and

Publication of Results on Portal in consultation with SainikSchools Society

E+10

Note: Above examination timelines are tentative except development timeline. The actualtimeline will decided by the Sainik Schools Society at the time of examination as per theexam requirement and MSP has to follow the same timeline.

6. Qualification of BidderPre-Qualification CriteriaSr.No. Pre-qualification Criteria Supporting Document to be

submitted1) Bidder must be a company registered in

India under the Companies RegistrationAct, 1956. The company must be registeredbefore 1st April 2012.

Copy of the valid registration certificateissued by competent authority.

2) Bidder must have an average annualturnover of at least INR 75 lakhs fromIT/ITeS business during the last 3 financialyears (FY2014-15 & FY2015-16, FY2016-17).

Copy of Audited Balance sheet for all 3years & Certificate from the CompanySecretary Certifying the Turnoveramount from IT/ITeS business

Page 29: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

29

3) Bidder must have successfully executedOMR Based Examination for EducationBodies/Institutes/Universities during theprevious 4 years (As on bid opening date).The bidder should have executed printingand scanning of minimum 1 lakh records forany project.

Work Order/Agreement copies andCompletion Certificate/Successfulexecution for each years have to beenclosed.

4) The Bidder should have a valid SEI CMMilevel 3 certification or above

Copy of SEI CMMi level 3 certificate

5) Bidder must have at least two similarproject experience in executing confidentialexamination work facilitating minimum 1lakh candidates in each project (e.g.Printing of OMR sheets, Creation ofDatabase with necessary software, Printingof Question papers booklet, resultprocessing through OMR/ICR/OCRtechnology and uploading the result & OMRImages on web servers) during the last 4years period.

Work Order(s) and CompletionCertificate/Documents showing

Successful execution of confidentialexamination projectsfacilitatingminimum 1 lakh candidates

6) The Bidder should not be Black Listed byany Government Department or Semi-government organization on the day ofbidding.

Declaration of non-blacklisting onbidder’s letter head.

7) Bidder should be ISO 9001: 2008 certifiedfor providing software development and itsrelated consultancy services and ISO27001:2013 certified

Copies of the relevant quality certificates

8) The bidder must possess a valid:· Income Tax Registration/ PAN· Service Tax Registration Certificate .VAT / CST No/GST

Copies of relevant certificates ofRegistration

In addition to the above, the bidders must ensure the following:

• The Bidder must have a Non-Disclosure Agreement.

• The Bidder must not be Black Listed by any Government department or Semi-government organization as on the day of bidding.

• The bidder should have to submit Service Tax/VAT/CST/GST No. and PAN along withtender documents.

Page 30: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

30

Technical ProposalTechnical Bid shall be submitted along with covering letter. The technical Bid shouldcontain a detailed description of the proposed solution. It should articulate in detail, as tohow the Bidder’s Technical Solution meets the requirements specified in the Bid. TheTechnical Bid must not contain any pricing information. Any information submitted,additional to the required response should be marked as ‘Supplementary’ and will befurnished as separate section. If the Bidder wishes to propose additional services (orenhanced levels of services) beyond the scope of this Bid, the proposal must include adescription of such services as a separate attachment to the Bid. The technical Bidshould entail the details of Tasks to be performed as per detailed scope of work andtechnical specifications.

Along with Technical Proposal, the bidders are advised to submit a copy of their technicalpresentation in PDF Format. Purpose of this presentation is to facilitate committeemembers to effectively comprehend the proposed solution, bidder’s capability, additionalofferings and compliance on technical evaluation parameters. The presentation shouldbe in following format:

a) Introduction of bidder (3 Slides)b) Experience of similar projects (4 to 6 slides)c) Strategy for development of "Computer Based Exam Conducting Protocol" and

Computer Based Exam Management Framework Document (2-4 Slides).d) Strategy for conducting Computer Based Exams in highly secured, fair and

transparent manner (3-5 Slides).e) Strength and Capability of Bidder with respected to Computer Based Exam

Assignment (3-5 Slides).f) Offerings additional to RFP Scope, if any. (2-3 Slides)g) Compliances on Technical Evaluation Parameters with reference of Technical

Proposal submitted with Bid (3-5 Slides)

Commercial Proposal1) The commercial proposals should be submitted as per the format of Commercial Bid

given at Part V adherence to the prescribed format and terms as mentioned in thisRFP must strictly be followed. Any deviation or any condition written in the financialexcept mentioned in the prescribed format, will result in disqualification of bid.

2) The unit quantity data specified in the price Bid serial no. A & B indicates the volumelikely to get routed during three years which is purely based on the average of pastfive years data. Further estimations are carried out to ascertain the quantities that arelikely to get routed through offline exams for further period. The bidder shall notregard the volume specified as a commitment from the Department, as these arementioned for bid evaluation purpose. The figures are bound to change based onvarious circumstances.

3) Unless expressly indicated, Bidder shall not include any technical informationregarding the services in the commercial Bid. Additional information may besubmitted to accompany the proposal. In submitting additional information, it shouldbe marked as supplemental to the required response. Prices shall be quoted entirelyin Indian Rupees and must include all applicable taxes and levies.

4) The Bidder is required to ensure that the products and services quoted are as perprescribed specifications and standard.

Page 31: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

31

5) The Bidders are required to quote their best prices, inclusive of all taxes, levies,freight, forwarding, handling, insurance, inland transportation, and local costs etc.incidental to the delivery of goods and services to their final destination.

6) The rates offered by the Bidder should be firm and free from all escalations. Pricesquoted by the Bidder shall be fixed during Bidder’s performance of the Contract andshall not be subject to variation on any account.

Bid evaluation1. Bids will be evaluated by bid Evaluation Committee constituted by Sainik Schools

Society.2. The decision of the bid Evaluation Committee shall be final. No correspondence will

be entertained outside the process of negotiation/ discussion with the committee.3. If there is a discrepancy between words and figures, the amount in words shall

prevail.4. The Technical Evaluation Committee may conduct clarification meetings with each or

any bidder to discuss any matters, technical or otherwise.5. Bid documents shall be evaluated as per following steps:

Preliminary Examination1. A three-stage procedure will be adopted for evaluation of bid proposals, with the

prequalification being completed before the technical evaluation and thereafterfinancial proposals being opened and compared.

2. The documents submitted in envelope one shall be examined to determine whetherthe bidder meets the pre-qualification /eligibility criteria, completeness of the bid,whether the documents have been properly signed by the authorized signatory andwhether the bids are generally in order.

3. Sainik Schools Society reserves the right to seek information/clarifications from thebidders. Any bids found to be non-responsive for any reason or not meeting theminimum levels of eligibility criteria specified in the various sections of this TenderDocument shall be rejected and not included for further consideration.

4. Bid Evaluation Committee may waive any minor infirmity or non-conformity orirregularity in a Bid which does not constitute a material deviation, provided such awaiver does not prejudice or affect the relative ranking of any Bidder.

5. Prior to the detailed evaluation, the Evaluation Committee will determine thesubstantial responsiveness of each Bid to the bidding documents. For purpose ofthese Clauses, a substantially responsive Bid is one, which conforms to all the termsand conditions of the bid documents without material deviations.

6. If the Evaluation Committee determines that a Bid is materially deviating from theprescribed terms and conditions, then the matter may be referred at higher level todecide whether the deviations of the Bid are material or not. Decision of theEvaluation Committee regarding this shall be final and binding.

7. The Committee’s determination of a Bid's responsiveness shall be based on thecontents of the Bid itself without recourse to extrinsic evidence.

8. If there is any difference in interpretation of RFP Terms, Bid Evaluation Committee'sinterpretation will be final and applied on all the bids. Bidders are advised to seekclarification on such RFP terms, if any, during pre-bid meeting.

Page 32: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

32

Technical Evaluation1. Technical bids shall be opened only of the bidders who qualify pre-qualification

criteria and submitted all the documents and details in prescribed format.2. An intimation of will be given to all the bidders before opening of technical bid.3. The committee will evaluate technical bid on the ground of scope of services

mentioned in the RFP.4. The committee may seek further clarification, if required, from the bidders for the

purpose of technical evaluation.5. If a Technical Bid is determined as not substantially responsive, the department will

reject it and in such a case Commercial Bid will not be opened.6. The committee will invite each of qualified bidders to make a presentation at a date,

time and location decided by department. The purpose of such presentations wouldbe to allow the Bidders to present their proposed solutions to the committee and thekey points in their Bids.

7. Solution, strategies, offerings and compliances presented in the form of technicalpresentation will become essential part of Services Agreement to be signed with thesuccessful bidder.

Page 33: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

33

The technical proposal will be evaluated using following criteria:SrN

Criteria Max.

Marks

Method of allotting marks

1 Bidder/Vendor must havesuccessfully executed OMRBased Examination for EducationBodies/Institutes/Universitiesduring the previous 4 years (Ason bid opening date). The biddershould have executed printingand scanning of minimum 1 lakhrecords for any project.

20 Sr.No

Projectexecution forNo. ofrecords inscope

Allotment ofMarks

1 >= 3 Lakhs 202 <= 3 Lakhs &>

2 Lakhs15

3 <= 2 Lakhs &>1,00,000

10

4 Below 1,00,000 02 Bidder/Vendor must have at

least two similar projectexperience in executingconfidential examination workfacilitating minimum 1 lakhcandidates in each project (e.g.Printing of OMR sheets,Creation of Database withnecessary software, Printing ofQuestion papers booklet, resultprocessing throughOMR/ICR/OCR technology anduploading the result & OMRImages on web servers) duringthe last 4 years period.

20 Sr.No

No. ofsuccessfulexecution ofsimilar projectsduring the last3 years

Allotment ofMarks

1 > =5 Projects 20

2 >=3 & <5Projects

15

3 >= 1 & <3Projects

10

4 Less than 1Projects

0

3 Valid printer

Printing Capacity:

Criteria 1:>= 15000 per dayprints of the OMR sheets.

Criteria 2: >=10000 < 15000 perday prints of the OMR sheets

Criteria 3: Below 10000 per dayprints of the OMR sheets

20 Sr.No

PrintingCapacity

Allotment ofMarks

1 Criteria 1 20

2 Criteria 2 10

3 Criteria 3 0

Page 34: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

34

4 Bidder must have experience insecure packing and delivery ofthe examination materials indifferent number of deliverycentres

5 Sr.No

Ability todeliver at No. ofdeliveryCentres insingle day

Allotment ofMarks

1 > = 50 centres 5

2 >=25<50 centres 2

3 <25 centres 0

5 Methodology and Process foroverall execution of projects. Apresentation of all the biddersthat qualify for the technicalevaluation round shall be called.The bidders shall be evaluatedon the following aspects:

Understanding of Scopeof Work Approach &Methodology Solution design

&architecture Execution /Implementation Strategy Quality of Manpower to bedeployed Project Plan / Timelines Demonstration of

online integrated grievancemanagement module & Site visits

20 1 DetailedProject Plan

20

6 Bidder must have an averageannual turnover of at least INR75 lakhs from IT/ITeS businessduring the last 3 financial years(FY2013-14, FY2014-15 &FY2015-16).

10 Sr.No

Average AnnualTurnover(in lakhs Rs)

Allotment ofMarks

1 >= 150 102 > = 100 but < 150 7

3 > = 75 but < 100 5

4 Below 75 0

7 The Bidder should have a valid SEICMMi level 3 or abovecertification

5 Bidder with valid SEI CMMi level 3 or abovecertification will get 5 marks

Total 100

Page 35: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

35

The commercial bids of only those bidders, who have scored at least 70 marks intechnical bid evaluation process, will be considered for commercial bid evaluation

Opening & Evaluation of Commercial bids1. The department will open the Commercial Bids of only the technically qualified

department, in the presence of the representatives of the Bidders who choose toattend, at the time, date and place, as decided by the department.

2. The Commercial Bids will be opened and compared (after the technical evaluation iscompleted) for those Bidders whose technical bids reach the minimum thresholdstandards (i.e. 70 marks).

3. Bidder quoting “QCBS” will be considered for selection.Selection of Bidder1. Evaluation criteria proposed to be adopted will be Quality cum Cost Based System

(QCBS) where Technical Bid Score will get a weightage of 50% and Commercial BidScore a weightage of 50%.

2. The bidder would be technically evaluated out of 100 marks. All the bidders who secureoverall minimum of 70% (70 Marks out of 100 across all the components together) will beconsidered as technically qualified. Technical score of all bidders will be calculated on thebasis of the following formula:Technical Score of bidder (TS) = Technical Marks received by the bidder x 50%

3. The Bid having the Lowest Commercial Quote shall be termed as the Lowest EvaluatedBid and will be awarded 100 marks. Commercial score of all the other bidders will becalculated on the basis of the following formula:

Reduction of 05 marks for every higher quote of Rs. 1,00,000/- and part there uponExample :-L-1 quote Rs. 25,00,000 = 100 marksL-2 quote Rs. 26,00,000 = 100-05 = 95 marksL-3 quote Rs. 26,80,000 = 100-10 = 90 marksL-4 quote Rs. 27,00,000 = 100-10 = 90 marks

Commercial score of bidder (CS) = Commercial Marks received by the bidder x 50%

4. Final Score of the bidder: Final Score of the each bidding party will be computed byadding the Technical score and Commercial Score on the basis of the following formula:

Total Score = TS + CS

5. The bidder whose bid has secured the “Highest Total Score” out of 100 as per aboveevaluation will be considered as best evaluated Bid. In case of a tie where two or morebidders achieve the same highest overall score, the bidder with the higher technical scorewill be invited first for negotiations.

6. The bidder whose bid has secured the “Highest Total Score” out of 100 as per aboveevaluation will be considered as best evaluated Bid. In case of a tie where two or morebidders achieve the same highest overall score, the bidder with the higher technical scorewill be invited first for negotiations.

7. Sainik Schools Society is not bound to accept the best evaluated bid or any bid andreserves the right to accept any bid, wholly or in part.

Page 36: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

36

Bidder’s Form Addressed to:

Principal Sainik Shool Kunjpura

RFP reference:

1. Name of Bidder2. Registered Office Address and Website3. Year of Establishment4. Type of Firm Public Limited/Private Limited/

Proprietary/Partnership/Society/Other

5. Name of the authorized contact personof the Bidder.

6. Mobile Number7. Email address8. Fax No.9. Year-wise financial turnover 2014-15 2015-16 2016-17

1. Experience in similar projects completedSr.No.

Name ofDepartment anddetails of Contact

Person

Descriptionof Project

Role ofbidder in the

project

Order Valuein INR

Completiondate

1.2.(Please attach completion certificates from concern department/ company)4. Details of ongoing similar projects with status

Sr.No. Name ofDepartment anddetails of Contact

Person

Descriptionof Project

Role ofbidder in the

project

Order Valuein INR

ProjectStatus

12

Support NetworkDetails Numbers LocationsRegistered Head OfficeDevelopment centresEmpanelled exam centresHelp desk/ call centre

Page 37: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

37

1. The rates quoted are valid upto 180 days from the last date of bid submission. Thevalidity can be extended with mutual agreement

2. We agree to abide by all the conditions mentioned in this Tender Notice issued by theTendering Authority and also the further conditions of the said Tender Notice given inthe attached sheets (all the pages of which have been signed by us in token ofacceptance of the terms mentioned therein).

3. We understand that re-produced/re-word-processed formats or Bidder's own formatsfor the price quotations will disqualify the Bidder.

4. We accept payment modality as mentioned in the bid document.

5. Technical Bid is duly filled and signed is enclosed in a separate envelope with thisTender form along with Terms & Conditions in token of acceptance.

6. Financial Bid of this Tender Document is enclosed in a separate envelope duly signedand sealed.

7. An organization chart indicating the project Team organization as envisaged by thebidder for execution of this assignment to be given in the technical bid.

8. Detailed time schedule for various activities is given in the technical bid.

We believe and agree in good faith that the decision of Bid Evaluation Committee andTendering Authority will be final and will be binding on us.

Dated:Name of the bidder:Place: Sign & Seal:

Page 38: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

38

Pre-qualification form

Bidder must have successfully completed at least 3 OMR based examinations projectsduring the last 3 years in India for any Central / State / PSU client with followingcomponents being a part of the scope:

a. Developing IT system for accepting and processing of applications (Allocation of testcentres, hall ticket download, uploading of results, etc.)

b. Printing and scanning OMR sheets with appropriate security features, resultprocessing, etc.

Sr.No NameProject

of Name ofConcerned Govt.Department/Agency

Total ProjectValue in INR

ContractAward Dateand WorkCompletionDate

CompletionCertificates

1.

2.

Particulars of Authorization of the person signing these documents on behalf of the bidder.Sr.No. Particular Details

1. Detail of authorised person to sign this biddocument for this project:a) Nameb) Companyc) Designationd) Addresse) Mobile Numberf) Email address

2. Authorization given by

Date:

Place: Name & Designation with Seal:

Page 39: CALLING OF QUOTATIONS 0184-2384551 Sainik School Kunjpura Fax : 0184-2385059 Kunjpura, Karnal Email : sai_kunj@yahoo.com Haryana -132023 No 4(I ) /SSS/AISSEE/2017 05 Aug 2017 CALLING

39

Self-declaration of Non-black listing

To,

__________________________

Subject: Self declaration with reference to bid for Selection of Managed ServiceProvider (MSP) to conduct Offline OMR based test for School

In response to the Tender for Selection of Managed Service Provider (MSP) to conductOffline OMR based test for Sainik Schools Society, as an owner/partner/Director of……………………………………….. I/We hereby declare that our Company/firm is havingunblemished past record and has not been declared blacklisted or ineligible for non-performance, corrupt or fraudulent practices either indefinitely or for a particular period oftime in last 5 years by any State or Central Government Agency/department in India.

Name of the bidder:

Signature:

Seal of the Organization: