E-Tender Notice For Engagement of an Agency for assisting Directorate General …€¦ · ·...
Transcript of E-Tender Notice For Engagement of an Agency for assisting Directorate General …€¦ · ·...
Page 1
No: MSDE-18021/4/2015-TTC
Government of India
Ministry of Skill Development & Entrepreneurship
Directorate General of Training
New Delhi.
E-Tender Notice
For
Engagement of an Agency for
assisting Directorate General of
Training under Ministry of
Skill Development &
Entrepreneurship in conducting
All India Trade Test Under the
aegis of NCVT/CAC
Page 2
Contents 1. Definition & Acronyms............................................................................................................5
2. Letter of Invitation....................................................................................................................6
3. Bid Data sheet...........................................................................................................................7
4. Background ..............................................................................................................................8
5. Project Profile..........................................................................................................................11
6 Eligibility Criteria...........................................................................................................12
7. Scope of Work..........................................................................................................................13
7.1. Question Papers.......................................................................................................................13
7.2. Printing………..........................................................................................................................14
7.3. Packaging and Delivery.............................................................................................................14
7.4. Printing and Post Examination Processing of OMR Sheets………………………………………….…..15
8. Quality…………………………………………………………………………………….……...16
9. Secrecy……………………………………………………………………………………….… ...17
10. Reporting Progress…………………………………………………………………………….…17
11. Invoicing...................................................................................................................................18
12. Central Co-ordination Centre.......................................................................................... .........18
13. Business Continuity..................................................................................................................18
14. Specifications............................................................................................................................18
15. Manpower……….....................................................................................................................19
16. Backup and Recovery…...........................................................................................................19
17. Maintenance of Physical Security ………...............................................................................19
18. Roles and responsibilities..........................................................................................................20
18.1Roles and responsibilities of the Service Provider....................................................................20
18.2Roles and responsibilities of DGT.............................................................................................21
19.Deliverables......................................................................................................................................22
19.1Data Collection Strategy............................................................................................................22
Page 3
19.2 Project Plan and Schedules......................................................................................................22
19.3 Project Tracking / Operations..................................................................................................22
20. Time Schedule...........................................................................................................................22
21. Amendment of Bidding Documents.........................................................................................22
.
22. Bid Evaluation Method.............................................................................................................23
22.1 Phase 1: Scrutiny......................................................................................................................23
22.2. Phase 2: Technical Evaluation Framework..............................................................................23
22.3 Technical Evaluation…………………………………….……………………………….. ..23
22.4 Clarification of Technical Bids………………………………………………………….…...24
23. Phase 3: Financial Evaluation Framework..............................................................................25
23.1 Invitation to Attend Opening of Financial Bids……………………………………...25
23.2 Correction of Errors and Omissions…………………………………………...…..25
23.3 Award of Contract……………………………………………………………… …25
23.4 Contacting the Consultancy Evaluation Committee………………………………………..…..25
24. General Terms and Conditions ................................................................................................26
24.1 Instruction to Bidders...............................................................................................................26
25. Change Management................................................................................................................30
26. Relationship between the parties..............................................................................................30
27. Standard of performance...........................................................................................................30
28. Downstream Business Interests ...............................................................................................30
29. Bidder Personnel......................................................................... ............................................31
30. Applicable Law........................................................................................................................31
31. Indemnity.................................................................................................................................31
32. Performance Bank Guarantee..................................................................................................31
33 Liquidating damages..............................................................................................................32
34. Termination of Contract..........................................................................................................32
35. Termination for Insolvency, Dissolution.......................................................................................32
36. Force Majeure..............................................................................................................................32
37. Taxes and Duties ................................................................................................................ ........33
Page 4
38. Resolution of Disputes................................................................................................................33
38.1 Amicable Settlement………………………………………………………………… ……..33
38.2 Resolution of Dispute……………………………………………………………………….33
38.3 Legal Jurisdiction ................................................................................................................34
39 Duration of the Contract ...................................................................................... ......................34
39.1 Special Conditions of the Contract........................................................... ............................35
40 Formats .................................................................................................................................36
40.1 Format for Technical Bid .....................................................................................................36
40.2 Financial Bid ........................................................................................................................37
40.3 Terms & Condition……………………………………………………………………...…38
41. Required Service Level (SLA) .............................................................................................39
42. Annexure: Proposal Submission Forms ...............................................................................40
42.1 FORM 1: Cover Letter .........................................................................................................40
42.2 FORM 2: Bidders Authorization Certificate ............................................................... ........42
42.3 FORM 3: Self Declaration (Notarized Affidavit) ................................................................43
42.4 FORM 4: Bidders Particulars ..............................................................................................44
42.5 FORM 5: Format of furnishing relevant experience ...........................................................46
42.6 FORM 6: Query Format ......................................................................................................47
42.7 FORM 7: Format of Work Plan ................................................................................. .........47
42.8 FORM 8: Approach, Methodology and Quality Assurance....................................... .........47
42.9 FORM 9: Format of Curriculum Vitae (CV) for proposed professional staff .............. .....48
42.10 FORM 10: Format of Financial Proposal .........................................................................50
42.11 FORM 11: Format of Performance Bank Guarantee................................................. .......51
42.12 FORM 12: Statement of Nil Deviation ..................................................................... .......53
42.13 FORM 13: Warrantee................................................................................................ .......54
42.14 FORM 14: Reference Index......................................................................................... .....55
43. List of Document to be uploaded for Technical Bid……………...………………… ….57
Page 5
1. Definitions & Acronyms
DGT Directorate General of Training
MSDE Ministry of Skill Development & Entrepreneurship
GoI Governments of India
ATS Apprentice Training Scheme
CTS Craftsman Training Scheme
T.T. Cell Trade Testing Cell
SP Service Provider
PBG Performance Bank Guarantee
SLA Service Level Agreement
RFP Request for Proposal
SPOC Single Point of contact
TOR Terms of Reference
PAO Pay and Account Officer
Center Center of Examination
NDA Non Disclosure Agreement
CEC Consultancy Evaluation Committee
CAC Central Apprenticeship Council
Page 6
2. Letter of Invitation
Letter No: MSDE-18021/4/2015-TTC
Government of India
Ministry of Skill Development & Entrepreneurship
Directorate General of Training
New Delhi
Dated: ----------------------------
To
........................................
Dear Sir/Madam,
The Ministry of Skill Development & Entrepreneurship, Government of India invites techno
commercial proposals for inviting Rates for Translation (in regional languages), Printing,
Packaging, Dispatch, Collection & Evaluation of Secret and confidential Documents on PAN
India Basis for Directorate General of Training under Ministry of Skill Development and
Entrepreneurship., New Delhi. The tender document containing details of eligibility criteria, submission requirement, detailed
objectives, scope of work, and method of evaluation etc. is obtained form the undersigned with the cost of
bid documents of Rs. 10,000/- in the form of bank draft in favour of PAO, DGT, New Delhi.
You may submit your techno commercial proposals On-Line and also in sealed envelopes in the
prescribed format to the undersigned at or before 04.11.2015.
Yours sincerely,
Sh. Sunil Kumar Gupta
Director (TTC)
Room No. 602A
Directorate General of Training,
Ministry of Skill Development & Entrepreneurship, Shram Shakti Bhawan, New Delhi Telephone No. 011-23708198 E-mail [email protected]
Page 7
3. Bid Datasheet
Table 1 Bid Datasheet
S.No. Information Requirement
1. Scope of Work Translation in Regional languages, Printing, Packing,
Dispatch of question papers and OMR sheets & also
collection of OMR sheets , its evaluation and dispatch
back to the collection centers after evaluation, on PAN
India basis and preparation and submission of prepared
result to DGT under Ministry of Skill Development &
Entrepreneurship.
2 About the Assignment To provide end to end services for smooth conducting of
All India Trade Test under NCVT and CAC.
3. Name of the Tender Inviting
Authority
The Director (TTC)
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
4. Cost of Bid Document Rs. 10000 (Rupees Ten Thousand Only)
5. Date of Inviting tenders. 14.10.2015
6 Last date for submission of
written queries for clarification
by email only
23.10.2015, 4:00 PM
7. Pre Bid Meeting There is no pre-bid. However, individual Bidders may
approach DGT via email till , 30.10.2015, 5:00 PM.
8. Place of Pre Bid Meeting There is no pre-bid. Therefore, no actual place of pre bid
meeting. However, individual Bidders may approach
DGT via email till27.10.2015, 5:00 PM.
9. Date and Time for Submission of
Bids
04.11.2015, 3:30 PM.
10. Date and Time for Opening of
Technical Bids
05.11.2015, 3:30 PM.
11. Date and Time for Opening of
Financial Bids
09.11.2015, 3:30 PM.
12. Earnest Money Deposit (EMD) Demand Draft Rs. 25,00,000/- (Rs. Twenty five Lacs
Only)
Page 8
S.No. Information
13. Validity period of Earnest Money
Deposit (EMD)
Demand Draft, Valid for a period of Ninety days (90 days)
14. Performance Bank Guarantee
(PBG)
Rs 2 crores for the contract period and also valid for a
period of one year post the contract dates.
15. Proposal Validity period 90 Days from the date of opening of the bids
16. Place, Date and Time of opening
of Technical Proposals
Chambers of Director(TTC)
Sharam Shakti Bhawan
Rafi Marg, New Delhi 110001
17. Contact Person for queries The Director (TTC)
Room no. 602 (A), Sharam Shakti Bhawan
Rafi Marg New Delhi 110001
Telephone No. 011-23708198 18. Addressee and Address at which
Bid is to be submitted
The Director (TTC)
Room no. 602 (A), Sharam Shakti Bhawan
Rafi Marg New Delhi 110001
Telephone No. 011-23708198
19. Commencement of the
Assignment
As per the Letter of Award / Letter of Intent
20. Website www.dgt.nic.in
The Document is non-Transferable. In case a Holiday is declared on the day of the event, the
same will be held on the next working days at the same time and same venue.
4. Background
The Directorate General of Training (DGT) in Ministry of Skill Development &
Entrepreneurship (MSDE) is the apex body for development and coordination at National level
for the programmes relating to vocational training including Women’s Vocational Training
Services. Industrial Training Institutes are under the administrative and financial control of State
Government or Union Territory Administrations. DGT also operates Vocational Training
Schemes in some of the specialized areas through field institutes under its direct control.
Development of these programmes is at national level, particularly in the area concerning
common policies, common standards & procedures, training of instructors and trade testing are
the responsibility of the DGT. But, day-to-day administration of Industrial Training Institutes
rests with the State Governments / Union Territories Administrations. Distribution of
responsibilities between Central Government, State Governments and Industry is given in the
Table (try referring): Tasks and Responsibilities
Page 9
Table- 2 Distribution of Tasks and Responsibilities between Government of India, State
Governments and Industry.
Training Scheme Govt. of India State Government Industry
Craftsmen Training Policy and Procedures.
Standards, duration etc. in
consultation with the
NCVT.
Conduct final trade tests
on behalf of NCVT
(National Council for
Vocational Training)
Day to day
administration of the
Institute
Advise Central and
State Governments at
National, State and
Institutional level.
Assist in the final trade
tests.
Craft Instructors
Training
Policy and procedures,
standards, duration etc. in
consultation with the
NCVT.
Implementation and
administration of the
programme in CTI / ATIs.
Conduct final Trade Tests
on behalf on NCVT.
Depute ITI
Instructors for
Training in CTI /
ATIs
Advise Central
Government at
National and
institutional level.
Assist in final trade
tests.
Apprenticeship
Training
Policy, Procedure,
Notification of industries,
designation of trades,
syllabi, standards etc. in
consultation with the
Central Apprenticeship
Council.
Assist, co-ordinate and
regulate programmes in
Central public sector
industries.
Concurrent jurisdiction
with the State to assist,
co-ordinate and regulate
programmes in private
sector industries.
Conduct final trade tests
on behalf of NCVT.
Assist, co-ordinate
and regulate
programmes in State
public and private
sector industries.
Impart related
instructions.
Impact basic training
in the case of those
industries in the
private sector which
employ less than 500
workers
Implementation of the
practical training
programme in
accordance with the
Apprentices Act and
the rules made there
under.
Arrange for basic
training (by
employers, employing
more than 500
workers).
Advise the central and
the State Governments
at the National and
State levels.
Page 10
4.1 Major functions of the DGT are:
1. To frame overall policies, norms and standards for vocational training.
2. To diversify, update and expand training facilities in terms of craftsmen and crafts instructors training.
3. To organize and conduct specialized training and research at the specially established training Institutes.
4. To implement, regulate and increase the scope of training of apprentices under the Apprentices Act,
1961.
5. To organize vocational training programs for women.
6. To provide vocational guidance and employment counseling.
7. To assist scheduled castes/ scheduled tribes and persons with disabilities by enhancing their capabilities
for wage employment and self-employment.
8. Conduct final trade tests on behalf of National Council for Vocational Training (NCVT) and CAC,
Regional and National level competitions under various schemes.
4.2 DGT at a glance
Table 3- DGT at a glance
Approximate number of students(CTS+ATS) appeared and appearing in Exam
2012-13 14,77,324
2013-14 29,89,798
2014-15 32,00,000
Total Number of Examination Centers
2012-13 3922
2013-14 5450
2014-15 5882
Number of Pages in Question Papers
2012-13 1,03,41,268
2013-14 4,72,00,881
2014-15 6,44,67,809
Page 11
5. Project Profile
To meet the above mentioned activity of conducting final Trade Test on behalf of NCVT and CAC, a
dedicated section Trade Testing Cell (T.T. Cell) under DGT in Ministry of Skill Development &
Entrepreneurship (MSDE) has been formulated. T.T. Cell is responsible for creation of the question
papers and its timely delivery to the examination centers and subsequently issuance of national trade /
apprentice certificates.
Table 4: Note the below number may vary according to the numbers of trades/occupation
Types of paper
ATS
(Apprentice Training Scheme)
CTS
(Craftsmen Training Scheme)
CITS
(Crafts Instructor Training
Scheme)
Approximate Number of
papers: 602 (Which may
increase or decrease)
Approximate Number of
papers: 1050
( Which may increase or
decrease)
Approximate
Number of papers:
175 (Which may
increase or decrease)
Frequency : Bi – annual Frequency: Bi- annual Frequency: Bi-annual
Total Examination Centers: 3500-5450 (May increase or decrease)
Total States + UTs: 29+7
Total District: 640
Impression per question papers
(1) 12-16 numbers both side
(2) 1-4 numbers both side
.
Apprentice Training Scheme (ATS)
Craftsmen Training Scheme (CTS)
Crafts Instructor Training Scheme (CITS)
The Complete work of T.T.Cell is extremely confidential, secret and time bound in nature. T.T. Cell is
responsible for conducting all India Trade Tests under different schemes under the aegis of National
Council for Vocational Training (NCVT) & CAC and awarding certificate to successful candidates
thereafter. The All India Trade Tests for Craftsmen (January & July) and All India Trade Test for
Apprentices (April & October) are conducted twice every year.
Page 12
In order to conduct these tests, more than 3500-5000 question papers are prepared, printed in lakhs and
then distributed to various Centers located in different parts of the country. About 10-18 lakh students
appear in each Exams at various Trade Testing Center throughout the country in a year, number may vary
each year. Successful candidates are issued NCVT certificate. The work of T.T. Cell is not only calls for
strict adherence to the time schedule but also demands high standard of quality and security / secrecy in
working. With the ever increasing success of the schemes leading to increase in the number of prospective
candidate, T.T.Cell is looking partner with Industry professional for the purpose of translation, Printing,
destination-wise packing and dispatch of question papers and OMR sheet, scanning of OMR sheets and
result preparation..
6. Eligibility Criteria only for evaluation of Technical Bid
The firm should submit the following documents:-
1. The firm shall be a Company registered under the Indian Companies Act, 1956.
2. The firm should have an experience of execution of secret/confidencial job.
3. The firm should have a minimum average annual turnover of INR 300 Lakhs in the last
three financial years (FY-2011-12, FY-2012-13, FY-2013-14).
4. The firm should have ability to give a bank guarantee of at least Rs. 200 lakhs
5. The firm should have satisfactorily completed the secret jobs in Central Government/State
Governments/PSUs/Government bodies/ Autonomous Bodies/Private Sector in India.
6. Firm/Organization should be certified by the International Organization for
Standardization (preferably ISO 9001:2008 or ISO 12647).
7. The firm should not be black listed by any Central Government/ State Government/
PSU/ Government Bodies/Autonomous Bodies/ Private Sector.
8. The firm should have at least minimum 50 personnel (including regular & contractual).
However the firm should have at least 15 senior regular staff capable of handling secret
documents services.
9. EMD of Rs. 25,00,000/- (Rupees Twenty Five Lacks only) in form of Bank draft should be
submitted along with tender.
Page 13
7. Scope of Work
The selected firms will be responsible for Translation from English to other Regional languages.
Printing, Packing, Dispatch of question papers and OMR sheets & also collection of OMR sheets
its evaluation and dispatch back to the respective State Directorates/UT’s collection centers after
evaluation, on PAN India basis and preparation and submission of prepared result to DGT under
Ministry of Skill Development & Entrepreneurship.
7.1. Translation, Composing and Proofreading of secret (Q.P.) document
I. Bidder will be responsible for collection of the original manuscript of the question paper in
English and related material (Indent / Task order / Labeling Details / Special Instructions etc.)
from the office of the DGT in hard copy / soft copy format.
II. The original manuscript in English will need to be translated and vetted by experienced and
qualified professionals into the required languages (Hindi and Regional Language as per
Rajbhasha/DGT) accurately and completely. The list of languages is as per VIII Schedule of
Constitution article 344 (i) and 351 and is periodically revised. Currently there are 22
languages following under above category. Translation of question papers will be required in
the regional languages as per the demand of State Directorate. However, at any given time
translation will be required to be done in any of the specified languages.
III. Proof copies for the original English manuscript and the translated manuscripts are to be
proofread by the bidder to ensure that the translation is not just literal and the original meaning
is preserved and conveyed accurately in the translated document. The proofreader will also
consider the style and vocabulary of the translation and may make constructive suggestions to
improve the syntax and clarity of the text.
IV. The final documents are then to be randomized from a perspective of questions and multiple
sets of the translated documents are to be created. Those documents that contain 3 or more
questions will be randomized. The final documents sets are to be composed for printing from a
perspective of layout to ensure optimal readability of the documents. The composed documents
should be in a format that preserves the page layout of the original manuscript and present the
translated material sequentially. The bidder should ensure that the layout maximizes the space
availability on a page. The bidder needs to ensure that material a composed in A4 size sheets
or as the case may demand. The bidder will ensure that latest software is utilized for the same.
V. Any clarification and discrepancies in the document are to be immediately brought to the notice
of the T.T. Cell / DGT and rectification done as per the direction of the T.T Cell / DGT.
VI. Approved copies of proofs are to be maintained in chronological order for records either in
hardcopy or softcopy format in case the same is required at a future date by DGT.
Page 14
VII A fixed cost per page for translation service will be paid.
Note:- A page will be defined as one side of a sheet of paper of the prescribed size containing upto
300 words for the purpose of translation, composing and proofreading.
7.2. Printing
I. The bidder will print the manuscripts sets (original manuscript and translated document/s)
approved at the proofreading stage by the bidder, accordingly to the indent raised by the DGT and
the specification laid down in this document. The bidder will be required to print document in
either landscape or portrait back to back, 2 up layout as the case may demand. The bidder during
the printing process will introduce a unique serial number to each question paper set. This serial
number is to be used later for Labeling /MIS and other reporting and tracking purpose. The
position of printing the serial number is also to be changed at periodic intervals.
II. The bidder will be completely responsible for ensuring the accuracy, completeness and readability
of the printed documents.
III. A detailed record of Quality Control (QC) will be maintained. The details of Q.C shall be subject
to review by the DGT as and when desired.
IV. Paper for printing is to be procured by the bidder and shall be as per the specifications indicated in
this Tender. The bidder will need to maintain sufficient inventory to ensure that printing needs of
the DGT are met at all times and reasonable spurts in volume requirement can be met at short
notice. Sample of the paper proposed to be used will require be submitting in a prescribed manner
along with the bid and certifying by the printer. The quality of paper and printing must be at par
with the specifications mentioned in this Tender Document otherwise the Tender agreement can be
cancelled immediately by the Competent authority and appropriate action may be initiated against
the bidder as per the norms and decision taken by the Competent authority.
7.3. Packaging and Delivery
I. The printed documents will be packed to make logical sets (multiple page documents) as per the
volume requirement indicated in the indent. The detail of this will be made available to the bidder
in the indent. The paper are to be counted subject wise and center wise separately and filled in
self-sticking plastic envelopes. The bidder will need to ensure that each bundle is complete in all
aspects.
II. The size of plastic envelopes are 16” x 12” and 10” x 12”. The base of color of envelope will be
white and matter on the envelope will be printed in 5 different color i.e. blue, green, violet, red &
black.
Page 15
III. A outer cover detail of papers (Subject Wise) which are supplied to different centers is to be
prepared as per the format which will be given later on. The plastic envelopes of all the subjects
of respective examination centers, the content list, marking instructions along with guidelines for
Bank as per instructions are then packed in white poly-sack bag of size 24” x 34” which is then
stitched with cotton thread/synthetic thread, cross tide with plastic strip and sealed with sealing
wax. Address of the respective destination will be pasted on poly sack bag and addresses are then
covered with transparent tape so that the same are not worn out/ rubbed/ destroyed during transit.
The poly sack bags are then weighted and the weight is written on the address slip and postal list
are prepared in duplicate for pasting of barcode by postal Department. Care is to be taken that
each packages does not exceed 20 kg in weight. In case a package for a particular center exceeds
20 kg in weight it is to be split in multiple packages. Additionally there may be requirement of
putting barcode and other indicators to facilitate tracking of packaged during the dispatch phase.
IV Poly sack bags will be dispatched by speed post (Department of Post) insured and record of
dispatch should be kept. The bidder will also conform to the prevalent standards for moving
freight via Rail, Air and Surface Transport.
V. The bidder will maintain hard copy (in triplicate) and softcopy of the center wise dispatch details
of packages. These should include center code, dispatch volume, number of packages, along with
the serial number of question papers etc.
VI. The bidder shall be responsible for ensuring timely delivery of the final printed, packaged and
labeled document at pre-decided central location in the state capital as per the SLA defined.
Charges on packing, forwarding and delivery to the central location will be borne by the bidder.
VII. A soft copy of each of the final document will be required to be preserved and submitted to DGT.
VIII. A hard copy of the final proofed document will be required to be preserved and submitted to DGT.
Note:- A leaf will be considered as both side of a sheet of paper of the prescribed size for the purpose
of Printing/Packaging/Dispatches.
7.4. Printing and Post Examination Processing of OMR Sheets:
I. Printing of approved OMR sheet in designated colors paper-wise for differentiating
Engineering and non-engineering papers.
II. One cycle may involve above 15. lakh students appearing in two papers, which means
approx.35- 45 lakh OMR sheets to be printed, scanned and result to be prepared (approx. 70-
90 lakh OMR sheets to be printed and processed annually).
III. The successful bidders would supply OMR sheets (as per the given specification and in
specified quantities) in 100 sheets per packet, with 20 packets packed in plastic coated water
resistant corrugated boxes each and dispatch to the respective State Directorate, as per the list
and demand raised by DGT.
Page 16
IV. The bidder should develop of OMR Scanning Software which is required to carry out post
examination processing; capable of tabulation, scorecard generation and searching of OMR
Sheet images by Indexes (Roll No/Bar Code/Scanning No etc.). This work must be completed
within a period of one month from the date of completion of examination. The required
answer keys, would be made available to the bidder.
V To collect OMR sheets after the completion of examination from State Directorate offices.
VI To setup Infrastructure, including Installation of machines, double scanning of OMR
Sheets, storing and indexing the scanned image of OMR Sheets, correction of exceptions
and required post examination processing leading to score card generation.
VII To update the absenteeism of students, on the basis attendance sheet and report of
discrepancies if any.
VIII Prepare tabulation of marks in soft-copy to generate the scorecard as per the individual
OMR sheet.
IX To process damaged OMR sheets manually by capturing the responses through data entry
(maximum 0.5% of the total volume).
X OMR sheets in boxes should be return to the respective State Directorates Offices after
preparing result.
8. Quality
The bidder shall include in his proposal the Quality Assurance Program containing the overall
quality management and procedures which he proposes to follow in the performance of the works
during various phases as detailed in relevant clause of the tender document. At the time of award
of contract, the detailed Quality Assurance Program is to be submitted for approval of DGT after
approval, such agreed program shall form a part of the contract.
I. The bidder will be responsible for maintaining the quality in the entire process and there
should be a continuous improvement in the quality.
II. During the course of the work, if the bidder observes any major deficiencies, they should
immediately bring such observations, deficiencies, areas of improvement and suggestions for
improvement to the notice of the concerned persons. The service provider should also discuss
with guide / help the staff of the tendering authority in implementation of the critical and
important suggestions.
III. The bidder will also suggest areas of improvement in the field of packaging, printing and
dispatch to improve the cost effectiveness of the entire operations.
IV. The bidder will suggest the best practices that may be adopted to improve the overall
efficiency and cost effectiveness of the process and be ready to adopt the same. These
suggestions would not be binding on DGT.
Page 17
9. Secrecy
I. The bidder will need to maintain Top level secrecy and confidentially in all the steps of the
process.
II. The bidder will need to sign a Non-Disclosure Agreement (NDA) from all members of their
staff / workers involved in the complete process. The NDA would be submitted annually and
as and when any new staff / workers are employed by the bidder in the process.
III. In case of leakage of any documents that are attributable to the bidder, the EMD / Security
will be forfeited, the contract would be immediately terminated by the competent authority
and appropriate penal action initiated against the bidder as per the norms and decisions taken
by the competent authority.
IV. Detail of the staff involved in the process should be submitted to DGT.
V. Quality norms will be followed as per ISI standard related to printing industry related to
printing of questions paper and certificates.
10. Reporting Progress
I. Service Provider shall monitor progress of all the activities specified in the contract and
submit free of cost weekly / fortnightly progress report about various aspects of the work to
the tendering authority. The tendering authority on mutual agreement between both parties
may change the periodicity of such reports. Extracts of the progress report to be termed, as
“Executive Summary” shall be submitted in 3 copies, along with 3 copies of monthly
progress report. The same is required to be submitted in soft copy as well. Formats for such
reporting shall be discussed and finalized mutually.
II. The facilities / services, equipment and / or labour to be provided by the Service Provider
under the Contract and the manner and speed of execution and maintenance of the work are
to be conducted in a manner to the satisfaction of the representative of the tendering authority
in accordance with the Contract. Should the rate of progress of the work, compliance to the
requirements of the its facilities, or any part of them at any time fall behind the stipulated
time for completion or is found to be too slow to ensure completion of the works or
insufficient for satisfactory operation of the services, the representative of the tendering
authority shall so notify the Service Provider in writing.
III. The Service Provider shall reply to the written notice giving details of the measures proposes
to take to expedite the progress so as to complete the works by the prescribed time. The
Service Provider shall not be entitled to any additional payment for taking such steps. If at
any time it should appear to the tendering authority or the representative of the tendering
authority that the actual progress of work does not conform to the approved program, the
Service Provider shall produce at the request of the representative a revised program showing
the modification to the approved program necessary to ensure completion of the works within
the time for completion or steps initiated to ensure compliance / improvement to the
stipulated requirements.
IV. In case during the services, the progress falls behind schedule or does not meet the desired
requirements and time schedule, the Service Provider shall deploy extra manpower,
resources, infrastructure to make up the progress or to meet the requirements. All time and
cost effect in this respect shall be borne, by the Service Provider.
Page 18
11. Invoicing
I. The bidder will invoice DGT at the beginning of the calendar month for the completed
deliveries in the previous months. The invoices are to be submitted in duplicate. The printed
documents shall be subject to inspection. Documents, which do not conform to specifications
and schedule of delivery, are liable to be rejected in full. The successful bidder will be
required to replace the rejected documents at their cost and deliver them at the specified
destination as per instruction given by the DGT.
II. A penalty of 5% (five per cent) of total value of the job shall be charged from the printer
for every day’s delay or part thereof in addition to the cost of opportunity lost as decided
by the competent authority. This penalty will be binding on the Service Provider. DGT
will have the right to cancel / offload the work in full / part and get the same completed
through alternate source at the risk and cost of the successful bidder.
12 Central Co-ordination Center
I. The bidder will maintain a nodal point for co-ordination that will act as a single point of
contact to facilitate easy co-ordination.
II. Information sharing among various entities / agencies engaged in these activities. The
contact details of the central coordination will be provided by the Service Providers (SP) at
the time of singing the contract. In the event of change of contact details the SP will
proactively inform the same at least 2 weeks prior to the change.
13.Business Continuity
I. The bidder will ensure that there is a published and approved business continuity plan to
mitigate various risks that may arise in this activity.
Note: The above scope of work is intended to give insight into the type and scope of Services
Required. The bidder may at their own cost carry out a detailed study in conjunction with
DGT to satisfy themselves of the nature and scope of work.
14. Specifications
I Technical specifications of the Questions papers: All paper size will be of A4 size (8.268
inches by 11.693 inches / 210mm by 297 mm) on 70 GSM paper, .
II Print Specification: Black and White printing, All Margin: 1 inch, line spacing – 1.5, single
space between two works, 12 Font Size, and the type face will be as per the language. Characters,
Numeric and images and other formatting elements are to be printed.
Page 19
III Packing specifications:- A) Plastic envelopes with double seal with security features, size
16”x12” and 10”x12” thickness 125 micron
B) Poly sack bag of size as per requirement both side water proofing and thickness 350 micron
IV OMR sheet specifications: - A4 size sheet of 105GSM with security features and Numbering.
Note: Two Sample s of above items should be enclosed with seal and signature of the firm
along with the tender paper.
15. Manpower
The bidder (Service Provider) shall submit a detailed deployment plan for manpower to be
deployed during entire project and / or various phases of the project. The deployment plan
submitted by the Bidder shall be one of the parameters of evaluation of technical bid and thereafter
performance evaluation of Bidder.
The deployment position as submitted by the Bidder in the technical bid and agreed by DGT
during subsequent discussions prior to finalization of bid shall only be changed with prior
permission of DGT. The credentials of manpower shall have to be submitted by the Bidder at the
time of deployment.
The Bidder shall submit charges for services/ activities under this TOR inclusive of all manpower
deployed for the purpose. Any payment exclusively for manpower deployed shall not be made by
the DGT.
16. Backup and Recovery
The bidder will ensure that it will maintain backup of different equipment to ensure that no SLA
are missed. In event of mishappenings and unforeseen events it will be the responsibility of the
bidder to ensure that recovery i.e. continuation of services is guaranteed and maintain the time
schedule.
17. Maintenance of Physical Security
Physical access to technical suites and other areas of the center should be controlled and monitored
on an ongoing basis to maintain and control access to restricted areas. Access to the printing area
should by strictly regulated, and limited to only those personnel who are engaged for its operation.
Entry of other than those engaged should be strictly restricted and record to be maintained.
Representatives of DGT may visit the print and other facilities during the course of this
engagement to satisfy themselves of the levels of security being maintained.
Page 20
18. Roles and Responsibilities
18.1 Roles and responsibilities of the Service Provider
The Service Provider will be responsible for the following:
1. Service Provider will work in close co-ordination with DGT, MSDE for the project.
2. Service Provider will carry out the activities as indicated in section on scope of work of
the document and submit all the mentioned deliverables within the stipulated time-frame.
3. Service provider will ensure that deliveries at the predefined central location in the state
Capital as per the SLA.
4. The Service Provider will ensure that adequate stocks of all consumables are maintained.
5. The Service Provider will ensure that appropriate safety norms are followed as applicable for a
production and printing unit of printing secret documents.
6. Service Provider will ensure that the time schedule will be adhered to if there are any
perceived slippages on the time lines, Service Provide would deploy required manpower
and requisite equipment, free of any additional charges to make up the slippages on
timeline.
7. Service Provider will make the best effort to ensure that the quality of deliverables meets the
acceptable expectations.
8. The service Provider would get the relevant sections of deliverables, particularly the
deliverables of outputs to be printed, duly verified/validated from the concerned
officer/official if required.
9. The deliverables will be accepted only if they conform to the specification as laid down in this
Scope of work. Deliverables of the Service Provider will be considered to have been formally
accepted only after DGT, MSDE communicate so in writing.
10. Any queries regarding the deliverables will have to be answered in writing by the
Service Provider within 3 working days.
11. The Service Provider will share with DGT all intermediate documents, drafts, reports, surveys
and any other item related to this assignment. No work products, methodology or any other
methods used by the Service Provider should be deemed as proprietary and non- shareable
with DGT.
12. Service Provider shall organize weekly/fortnightly/periodic review meetings with DGT to
review functionality / operational issues and progress of work being carried out. The work
Page 21
frequency of meeting may be revised in conjunction with the Service Provider in
consideration of requirements in the interest of the project.
13. Service Provider would prepare the minutes of the review meetings mentioning the issues
discussed, decision taken on them and appropriate level at which these require to
be resolved.
14. Service Provider would submit hardcopies and softcopies of all the deliverables to DGT.
15. Service Provider and its support employees will work in secrecy and maintain confidentiality in
all its operations related to the contract.
16. Bidders will prepare the dates/tables etc. indicating the demand of the question paper and
trades of each state in respect to the year and make a comparative statement the previous
printing job done.
17. Bidder will maintain accurate MIS of the process. The MIS will be created by taking
inputs from the TT Cell / DGT.
18. As an exception, sometimes there may be sudden demand of question paper which was
not indicated in the indent, in such a situation bidder should be flexible to accommodate
such unforeseen demand at a short notice.
18.2 Roles and Responsibilities of DGT
DGT will be responsible for the following:
1. An Evaluation Committee comprising of officers from the DGT and nominated
Personnel shall be constituted to evaluate the bidder’s proposals as per the evaluation
Criteria set forth in the RFP.
2. Will Award contract to the selected Service Provider.
3. To provide close tie-ups with the stakeholders in the project, to provide commitment and
support, help to bring – in the process changes and overall guidance to the project.
4. To identify the Project Champion / SPOC ensuring complete involvement of the Project
Champion from start to the finish of the project.
5. Providing timely sign-offs for the deliverable is accepted within 2 weeks. However,
considering the government procedures, more time may be required for accepting the
deliverables. In any case, such periods of delay would not count towards levying of penalty.
6. Release payments subject to bills / invoice and supporting documents being in order.
Page 22
19. Deliverables
19.1 Data Collection Strategy
The Bidder is required to develop its own secure method for collection of the secret documents from
DGT, T.T Cell or nominated persons and transferring such documents to and from printing
premises. The process is to be designed keeping in mind the confidentiality of the documents.
The Bidder is to design various information interchange report formats in mutual agreement with
DGT or its nominated agency for the purpose of monitoring progress, sharing information etc.
19.2 Project Plan and Schedules
The Bidder has to provide detailed project plan with milestones and corresponding time schedule
as part of the technical bid. This will be mutually discussed and agreed upon as part of Required
Service Level agreement (SLA).
Understanding of the scope of work involved and competence on translation, printing,
packaging and dispatch of secret documents to the predefined central location in the state
capital.
Approach and methodology for Date Build-up plan
Project management methodology for pre- implementation planning
Project management methodology for implementation / Execution
Project management methodology for post-implementation Support
Risk identification and mitigation methodology proposed
Standards to be followed during the lifecycle of the engagement
Expertise / experience of Proposed manpower deployment in their respective roles during the
whole project period
Escalation Process and Escalation Matrix containing contact details (name, designation, phone
numbers, email id etc.) of people that are to be contacted and the time lines for escalation.
19.3 Project Tracking / Operations
The Bidder has to provide regular project / task tracking reports to DGT at agreed periodicity to
facilitate progress. This will be mutually discussed and agreed upon as part of Required Service
Level agreement (SLA).
20. Time Schedule
Service provider will ensure that all deliverables at the predefined central location in the state
capital as per the SLA and agreed stipulated time frame in the individual work orders.
21. Amendment of Bidding Documents
1. At any time prior to the deadline for submission of bids, the Tendering Authority may, for any
reason, whether on its own initiative or in response to the clarification requested by a prospective
bidder, may modify, change, incorporate or delete certain conditions in the bidding document. In
such circumstances all prospective bidders who have received the bidding documents shall be
notified of the amendment in writing and the same shall be binding on them.
2. In order to allow prospective bidders reasonable time to take into consideration the amendments
while preparing their bids the Tendering Authority, at its discretion, may extend the deadline for
Page 23
the submission of bids while providing at least minimum of 3 days to submit the bids and its be
applicable for all bidders
22. Bid Evaluation Method
The bids submitted will go through three phase evaluation, i.e. scrutiny, Technical Evaluation and
Financial Evaluation.
Bidders passing the scrutiny stage should obtain minimum 60% in the technical evaluation to
qualify for opening of the Financial Bid. DGT’s evaluation in this regard shall be final and
binding on all the bidders. DGT may at its sole discretion, waive any minor informality or
nonconformity or irregularity in this TOR, which does not constitute a material deviation,
provided such a waiver does not prejudice or affect the relative ranking of any Bidder. A
Consultancy Evaluation Committee (CEC) will be created by DGT to carry out the same.
22.1 Phase 1: Scrutiny
Prior to the detailed evaluation of the Technical Bids, DGT shall determine whether each bid is (a)
complete, (b) is accompanied by the required information and documents and (c) is substantially
responsive to the requirements set forth in the TOR document. Only Bidders, who fulfill all these
eligibilities, shall be scrutinized further to assess the Bidder as per the Evaluation Framework
given below.
22.2 Phase 2: Technical Evaluation framework
Evaluation will be done by DGT for both technical & financial bids. Bid Documents shall be
evaluated and scored based on an objective score system while assessing each Bidder’s ability to
satisfy the requirements set forth in the TOR Document.
22.3 Technical Evaluation
Broad criteria for the evaluation are as follows:
Table 5 Technical Bid Evaluation Criteria
S. No Technical Evaluation Parameters Marks
1 Translation Services
Translator / proofreader staff The bidder has to submit an affidavit (of
appropriate value) that they will have requisite staff who will translate
documents into the required languages (Hindi and Regional Language as per
Rajbhasha/DGT) accurately and completely within the stipulated timeframe of
the Service Level.
a. If 15 or above
b. If Less than 15
10
a. 10
b. 5
2. Type Setting and Composing 10
2.1 A. Technology used for Typesetting
a. Latest computer 5 or above
b. Latest computer less than 5
5
a. 5
b. 2
2.2 B. Typesetting / Compositing Staff / DTP Staff
a. Qualified staff 5 or above
b. Qualified staff less than 5
5
a. 5
b. 2
3. Printing 20
3.1 A. Quality of Printing material used i.e. paper and OMR sheet
(Sample of Papers must be submitted )
4
Page 24
3.2 B. Annual Volume of Prints handled by the bidder & will need to
submit proof of printing volumes
a. If Greater than 2 crores
b. If Less than 2 crores
4
a. 4
b. 2
3.3 Number of large volume printers (equipment) that will be deployed
towards the activity
(a) if greater than 5
(b) If less than 5
4
a. 4
b. 2
3.4 Capability of the gathering of printed material to create logically
segregated bundles according to the Print volume requirement center
wise/ trade wise / subject wise etc.,
(a) Manual
(b) Automatic
4
(a) 2
(b) 4
3.5 OMR scanning machines
(a) if 5 or above
(b)If less than 5
4
a. 4
b. 2
4. Complete Set of packing material used for packing (Sample enclosed) 40
5. Security 20
5.1 A. Process of handling original manuscript
a. Manual
b. Computerized
5
a. 1
b. 5
5.2 B. Bio-Metric Device at entry in confidential area
a. Yes
b. No
3
a. 3
b. Nil
5.3 C. Presence of CCTV camera in all area of work
a. Yes
b. No
5
a. 5
b. Nil
5.4 D. Physical Security of Premises (No. of Security Guard )
a. Staff 5 or above
b. Less than 5
3
a. 3
b. 1
5.5 E. Segregation of Work Areas
a. Yes
b. No
2
a. 2
b. Nil
5.6 F. Firefighting equipment installed in the working area
a. Yes
b. No
2
a. 2
b. Nil
Total 100
Each Eligible Bidder would be given Technical Marks (TM) based on above evaluation. Each
bidder will need to support / substantiate evidences of above sections in the documentary proof
submitted in support of their bids.
22.4 Clarification of Technical Bids
DGT may seek clarification vie e-mails with each or any Bidder to discuss any matters,
technical or otherwise. If deems fit, DGT may also call individual bidders for clarifications. The
DGT or its nominated Consultancy Evaluation Committee may visit projects being already
handled by the Bidder. In case the bidder wishes to meet the DGT or its nominated Consultancy
Evaluation Committee it may do so with prior appointment. In case, any interpretations and
clarifications are issued by DGT, same shall be carried out in accordance with the process laid out
in Amendment of Bidding Documents as described above.
Page 25
23. Phase 3: Financial Evaluation Framework
23.1 Invitation to Attend Opening of Financial Bids
Financial Bids of technically qualified Bidders shall only be opened On-Line. Such qualified
bidder shall be intimated of the opening and evaluation of financial bids.
The financial offers of only those Bidders who obtain minimum 60% score in Technical
Evaluation shall be opened On-Line. After opening the financial bids, the only criteria for
evaluation will be L1 basis the financial bid format of complete scope of work. The DGT shall
select L1 bids for complete work as defined in the financial bid format.
The Consultancy Evaluation Committee will open On-Line Financial Bids of technically qualified
Bidder at the time and date informed to the Bidders. The Bidder’s names, the gist of Bid Prices,
the total amount of each bid, and such other details as the Consultancy Evaluation Committee may
consider appropriate, will be announced and recorded by the Consultancy Evaluation Committee
at the opening.
23.2 Correction of Errors and Omissions
Financial Bids determined to be substantially responsive will be checked by the Consultancy
Evaluation Committee for any errors and omissions. If there is a discrepancy between the quoted
rate in figures and the quoted rate in words, the rate in words will take precedence. In case of
omission, the purchaser reserves the right to reject the bid or to load the value of the same
component equivalent to the highest offer rate from the opened financial bids.
23.3 Award of Contract
DGT will notify the successful bidder in writing by registered post or by fax in writing regarding
acceptance of their tender that their bid has been accepted. The letter of award will constitute the
formation of the contract. The Bidders, who do not qualify for financial bid their EMD will be
returned after the award and acceptance of the work order to the successful bidder.
The successful bidder has to submit Performance Bank Guarantee as per the prescribed format,
issued by a Nationalized Bank situated in India within 7 days from the letter of award and also to
finalize the terms of contract agreement as per the prescribed format of DGT attached with this
document.
23.4 Contacting the Consultancy Evaluation Committee
Any effort by the Bidder to influence DGT officials and Consultancy Evaluation Committee in the
evaluation of technical and Financial Bids, bid comparison or the DGT’s decisions on acceptance
or rejection of bids may result in rejection of the bid.
Page 26
24. General Terms and conditions
These general conditions shall apply to the extent that provisions in other parts of the Contract do
not supersede them. For interpretation of any clauses in the RFP or Contract Agreement, the
interpretation of DGT shall be final and binding.
Note: Bidders must read these conditions carefully and comply strictly while sending / submitting
their Bids otherwise bids will rejected.
24.1 Instruction to Bidders
1. Bid forms shall be filled in ink or typed. Bids filled in pencil shall not be considered.
2. The Bidder shall submit a copy of the RFP signed on each page, as token of acceptance of all the
terms and conditions mentioned therein along with his technical proposal.
3. All communication will be in the English Language only. All correspondences and other
documents pertaining to the RFP and subsequent contract will be in the English Language.
Wherever the correspondence is not in English, requisite translation should be attached, and the
English version shall prevail in case of dispute.
4. Rates shall be written both in words and figures. There must not be errors and / or overwriting.
Corrections if any should be made clearly and initialed by the authorized signatory of the bidder
along with the date.
5. The rates should mention State VAT, Central Sales Tax separately, Service Tax and other statutory
taxes as applicable clearly and separately.
6. Proposal will be submitted in sealed covered addressed to The Director (TTC), Room No
602(A), Sharam Shakti Bhawan, Rafi Marg New Delhi -110001 by Registered Post or by
hand. The prospective bidders may also arrange to hand deliver the sealed envelope at above
mentioned address before the Date and Time for Submission of Bids.
7. The DGT shall not be responsible for the delay or non-submission of bid in time. Proposals
received late, after the due Date and Time for Submission of Bids will not be considered.
8. Proposals will be received on or before 3:00 PM on 04.11.2015, during office hours (except
holidays) and will be opened on dated 05.11.2015 at 2 PM in the presence of the bidders or their
authorized representatives who may like to remain present.
9. All currency is to be quoted in Indian Rupee only. Taxes and levies as applicable at the time of
submission of bids to be mentioned separately.
10. Conditions of GFR of the Government would also be applicable to the extent the relevant
provisions of DGT rules/covenant of this agreement are silent.
11. Complete Tender Documents i.e. technical bid must be submitted along with the following
documents duly singed and stamped.
Page 27
a. VAT clearance certificate.
b. Pan/Tan certificate
c. Bank draft of Rs. 10000/ (Rupees Ten Thousands only) of Nationalized
bank/Commercial bank drawn in favor of PAO, DGT, Ministry of Skill Development &
Entrepreneurship, New Delhi towards tender fee.
d. EMD of Rs. 25,00,000/- (Rupees Twenty Five Lacs only) of Nationalized
Bank/Commercial Bank in shape of Bank Draft drawn in favour of PAO, DGT, Ministry
of Skill Development & Entrepreneurship, New Delhi
e. Complete Sample sets i.e Printing paper, OMR paper &packing material.
f. List of machinery.
12. Conditional bid is not acceptable and will be liable for outright rejection.
13. Each bidder will only submit a single bid. No alternate bids will be allowed.
14. The tender is not transferable.
15. No subcontracting will be allowed.
16. If some of the document / annexure (s) is / are missing, the DGT has the right to reject the Bid as
INVALID Bid.
17. Bid Submission: Bids are invited in two parts. All two envelopes will be sealed and shall be
placed in another envelope (container envelope) and the full name and address of the bidder shall
be clearly written in the bottom left corner of each envelope.
18. The Bidder will submit the EMD and Technical bid in two separately sealed envelopes first of
which one is to be labeled as “EMD” containing the EMD, Certificate of Nil Deviation and
covering letter, the second envelope is to be labeled as “Technical Bid” containing the required
documents/Schedules/ Annexure Samples etc. duly filled, signed by the Bidder authorized along
with the company stamp on each page. The Technical bid should be bound and all pages
continuously and serially numbered. Financial Bid must be sent On-Line duly filled as per the
format, signed by the Bidder authorized along with the company stamp on each page. The bidder
shall quote in the appropriate schedule cost of services for the entire scope of works covered under
the tender document for the services it proposes to deliver under the contract.
19. These (EMD, Technical Bid Separately sealed envelopes will be placed in a third (big one)
envelope, which may be called the container envelop, and it will also be sealed, marked as “Bid
for conducting All India Trade Test of NCVT and addressed to The Director (TTC), Room No
602(A), Sharam Shakti Bhawan, Rafi Marg New Delhi 110001. The name and address of the
bidder should be clearly mentioned in the bottom left corner of the container envelope.
20. The big one envelope (container envelop) containing the envelopes of EMD and technical bid will
be opened on the date & at the time and place mentioned in the TOR.
21. Willing Bidders may also be present at the time of opening this container envelop as well as at the
time of opening of technical bids.
22. After opening the bid or the container envelop, the two envelops of EMD and technical bid will be
taken out and the members of Consultancy Evaluation committee will sign these sealed envelopes.
The envelope for EMD will be opened first and scrutinized, in the absence of the required
documents for this envelope, the bid will be rejected. If the EMD along with required documents
are found as per the tender document then only the envelope for technical bid will be opened at the
date of the opening.
23. Thereafter, envelops of technical bids will be opened at the same time and place, and all the
documents/schedules/annexure will be taken out and signed by the members of the Consultancy
Evaluation committee.
Page 28
24. The financial bids of only those Bidders will be opened who are found technically eligible as per
bid evaluation of technical bids.
25. Right to accept/reject any bid or all bids: The DGT reserves the right to accept any bid, and to
annual the bid process and reject any and all bids at any time prior to award of contract, without
assigning reasons and without thereby incurring any liability to the affected Bidder or any
obligation to inform the affected Bidder of the grounds for the DGT’s action. In such eventuality
EMD will be refunded and no interest shall be payable.
26. Letter of contract award: Prior of the expiration of the period of the bid validity, the DGT will
notify the successful Bidder in writing that it bid has been accepted. The letter of contract award
will constitute the formation of contract. Upon the successful Bidder’s furnishing of performance
security, the DGT will notify each unsuccessful Bidder and will refund its EMD. No interest will
be paid on the EMD by DGT.
27. Period of Validity: Bids shall remain valid for 180 (one hundred and eighty) days after last date of
bid submission prescribed by the DGT which may be extended with mutual consent. A bid valid
for a shorter period may be rejected by the DGT as non-responsive.
28. The DGT may, at its discretion, extend the deadline for submission of Bids by amending the Bid
Documents, in which case all rights and obligation of the DGT and Bidder will thereafter be
subject to the deadline as extended. This will be common to all bidders.
29. The payment towards the services provided shall be calculated on the basis of per page rate at the
end of the month on production of satisfactory reports from the user’s concerned basis the
completeness (accuracy, volume, readability etc).
31. Secrecy in printing of question paper has to be maintained. Any leakage of questions paper before
the date of examination at the level of press will affect penal provision as well as forfeiting EMD
money as well as the security deposit & initiation of legal action.
32. If the successful bidder fails to execute the order of supply in the schedule date and time, the EMD
and security money will be forfeited and if necessary possible steps for penalty under rules will be
initiated along with legal action.
33. The contract will remain valid up to the period of 3 years ( on year to year basis after review) for
printing and supply of question papers and OMR sheets, scanning and preparation of result.
34. The printing cost should be inclusive of all associated costs including Translation, printing,
packaging and delivering (through insured speed post to all over India i.e. to all central location as
mention in the indent) and for OMR its printing, packing , dispatch, collection , evaluation and
sending back to respective State.
35. The tenderer has to quote the price and all taxes as prescribed under govt. norms. The rates will
remain valid up to the agreement period.
36. Quality of printing should be of high order, without any mistake and execution should be neat and
legible.
37. In case of re-examination in any subject resulting due to fault of bidder, the cost of re-examination
shall be recovered from the bidder following due procedure under law.
Page 29
38. The printing work and day-to-day progress will be verified by TT Cell in charge or any other
officer authorized by Director (TTC), DGT.
39. Any software or associated hardware required to provide services under this engagement will be
provided by the bidder at their own cost.
40. If DGT decrease the quantities of any of the specified Papers / Hardware/ manpower in the TOR or
Bid, the amount will be paid accordingly. In case, DGT requires less than the quantity indicated in
the bid document, the Bidder shall not be entitled to claim any compensation for the same.
41. DGT is not bound to accept the lowest financial offer and also reserves the right to accept or reject
any or all tender without assigning any reason thereof.
42. The Bidder shall bear all costs associated with the preparation and submission of its bid and DGT
shall in no event or circumstance be held responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
43. The financial bid shall indicate the price and govt. taxes as per govt. norms.
44. No alterations or additions anywhere in the Bidder Document are permitted. Corrections if any
should be made clearly and initiated by the authorized signatory of the bidder along with dates. If
any of these are found, the Bid may be summarily rejected.
45. In case of Private limited / public limited companies, the power of attorney shall be supported by
Board Resolution and appropriate and adequate evidence in support of the same shall be provided.
46. Bidder shall properly serially number the documents attached with the Bid as support/documentary
evidences and a reference of such page number shall be provided in the Bid. The bids should be
spiral bound to prevent any pages being missed.
47. All pages and pasted slips should be signed by the Bidder. Corrections, if any, must be signed No
page shall be added or removed from the set of Bid Document.
48. The Bidder shall submit the Bid which satisfies each and every condition laid down in this RFP,
failing which the Bid will be liable to be rejected. Conditional Bid will be rejected.
49. The Bidder is expected to work out their own rates based on the detailed description of items, the
specifications, drawings, software needed and conditions and finally arrive at the cost of the
Works / Service in the appropriate place. The Bidder shall be deemed to have satisfied itself
before bidding as to correctness and sufficiency of its Bid. The rates and prices quoted shall,
except as otherwise provided, cover all its obligations under the contract and all matters and things
necessary for proper execution Works/Services.
50. Where necessary, before submitting its On-Line Financial bid the Bidder should inspect and
examine the site and its surroundings and shall satisfy itself about form and nature of the DGT, the
quantities and nature of the Work/Services and materials necessary for the completion of the
Works/Services, means of access to the site, the accommodation it may require, and in general,
obtain all necessary information as to risk, contingencies and other circumstances which may
influence or affect its Bid. No extra charges consequent on any misunderstanding or otherwise
shall be allowed.
Page 30
25. Change Management
1.1.1. The Client may at any time, by written notice to the Contractor, instruct the Contractor to alter,
amend, omit, add to or otherwise change any part of the Works.
1.1.2. Upon notification by the Client of such change, the contractor shall submit to the Client an
estimate of costs for the proposed change (hereinafter referred to as the Change), within ten (10)
calendar days of receipt of notice of the change, and shall include an estimate of the impact (if
any) of the Change on the delivery dates under the Contract, as well as a detailed schedule of
execution of Works under the Contract.
1.1.3. The Contractor shall not perform changes in accordance with instructions above until the Client
has authorized a Change Order in writing.
1.1.4. Changes mutually agreed upon shall constitute a part of the work under this Contract, and the
provisions and conditions of the Contract shall apply to the said Change.
26. Relationship between the parties
Nothing mentioned herein shall be constructed as relationship of master and servant or of the
Principal and agent as between DGT and Bidder. The Bidder subject to this contract for selection
has complete change of its personnel in performing the services under the project from time to
time. The Bidder shall be fully responsible for the services performed by it or any of its personnel
on behalf of the Bidder hereunder.
27. Standards of performance
The Bidder shall perform the services and carry out its obligations under the Contract with due
diligence, efficiency and economy in accordance with generally accepted professional standards
and practices. The Bidder shall always act in respect of any matter relating to this contract as
faithful partner to DGT. The Bidder shall always support and safeguard the legitimate interests of
the DGT, in any dealing with the third party. The Bidder shall abide by the Provisions/ Acts/
Rules etc. of The Information Technology Act and secrecy prevalent in the country. The Bidder
shall conform to the standards laid down in the RFP in totality.
28. Downstream Business Interests
The Bidder shall give a declaration that they do not have any interest in upstream or downstream
business any they will not participate in any manner in any RFP leading to a conflict of interest
constructed by this assignment in the DGT, Ministry of Skill Development & Entrepreneurship.
29. Bidder Personnel
The Bidder shall deploy and provide such qualified and experienced personnel as may be required
to perform the services under the project. It is desirable from the Bidder to deploy the domain /
subject specialists, from time to time, who have adequate experience in the domain related with the
project.
Page 31
Ordinarily, the Bidder would not replace its personnel deployed for the assignments. However,
replacement will only be allowed with prior permission of DGT, MSDE.
30. Applicable Law
Applicable Law means the laws and any other instruments having the force of law in India as may
be issued and in force from time to time. The Contract shall be interpreted in accordance with the
laws of the Union of India.
31. Indemnity
The bidder shall indemnify tendering Authority from and against any costs, loss, damages, expenses
and claims including those from third parties or liabilities of any kind howsoever suffered arising or
incurred inter-alia during and after the contract period out of :-
1. Any negligence or wrongful act or omission by the bidder or any subcontract or third party
in connection with or incidental to this contract or
2. Any breach of any of the terms of this contract by all Vendors or any sub-contract or third
party.
32. Performance Bank Guarantee
Within 7 days of receipt of award / letter of intent for the award of contract, the Service Provider
shall furnish a performance Bank Guarantee (PGB), as per the prescribed format, amounting to 2
crores for the entire contract period as its commitment to perform services under the contract from
a Nationalized Bank. This bank guarantee should remain valid for a period of one year beyond the
contract period. On extension of the contract the successful Vendor shall have to extend the
validity of this bank guarantee for the period for which extension has been awarded.
Failure to comply with the requirements shall constitute sufficient grounds for the forfeiture of the
PBG.
The PBG shall be released immediately after expiry of the contract provided there is no breach of
contract on the part of the Service Provider.
No interests will be paid on the PBG.
The duration of contract will be for a period of 3 years from the date of award of contract extended
from year to year basis.
33. Liquidating damages
This RFP is for selection of the Service Provider for execution of the assignments. If during
execution of the contract any of the following problems occurred then a penalty of 5 % of the
Contract value per day of delay arising out of the problems for each assignment arising out of the
RFP, may be imposed by DGT, which will be the part of the RFP: (link this to scope of work)
1. Quality of deliverable is not up to mark, (till the quality is improved to the required
extend)
Page 32
2. Delays in deliverables
3. Not assigning adequate resources in time
4. Not deploying resources on a dedicated basis, when required
5. Assigning resources that do not meet the DGT’s requirements
6. Inadequate interaction with the DGT
7. The work is either not complete or not completed satisfactorily as per the approved time
schedule or the quality of deliverable.
If the delay is beyond 2 Weeks on any of the milestones then DGT may rescind the Contract and
shall be free to get it done from some other sources at risk and costs of the Service Provider. The
Service Provider may be debarred for applying in future assignments.
34. Termination of Contract
The Service Provider’s association with the DGT will terminate in following ways:
1. The terms of Contract expires.
2. Termination of Contract within two weeks’ notice by DGT due to non-performance during the
execution of Project
a. Performance is below expected level
b. Non adherence to the timelines of the project
c. Quality of work is not satisfactory
d. Any other unforeseen reason
35. Termination for Insolvency, Dissolution
DGT may terminate within two weeks’ notice the Contract by giving written notice to the Service
Provider. If the Service Provider becomes bankrupt or otherwise insolvent or in case of dissolution
of firm/company or winding up of firm/company. In this event termination will be without
compensation to the Service Provider, provided that such termination will not prejudice or affect
any right of action or remedy, which has accrues or will accrue thereafter to DGT.
36. Force Majeure
1. The Service Provider shall not be liable for forfeiture of its PBG or termination of contract for
default if and to the extent that its delay in performance or other failure to perform its obligations
under the Contract is the result of an event of Force Majeure.
2. For purposes of this clause, “Force Majeure” means as event beyond the control of the Service
Provider and not involving the Service Provider’s fault or negligence, and not foreseeable. Such
events may include, but are not restricted to, acts of the DGT in its sovereign capacity, wars or
revolutions, riot or commotion, earthquake, fires, floods, epidemics, quarantine restrictions and
freight embargoes.
3. If a force majeure situation arises, the Service Provider shall promptly notify the DGT in writing
of such condition and the cause thereof. Unless otherwise directed by DGT in writing, the Service
Provider shall continue to perform its obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
Page 33
37. Taxes and Duties
1. All taxes, duties and levies etc as applicable should be indicated.
2. Any taxes (including service tax) and other duties that are levied after the bid submission date will
be paid to the Service Provider by DGT.
38. Resolution of Disputes
If any dispute arises between parties, then these would be resolved in following ways:
38.1. Amicable Settlement
Performance of the Contract is governed by the term and conditions of the contract, however at
times dispute may arise about any interpretation of any term or condition of Contract including the
scope of work, the clauses of permanents etc. In such a situation either party of the contract may
send a written notice of dispute to the other party. The party receiving the notice of the dispute
will consider the Notice and respond to it in writing 30 days after receipt. If that party fails to
respond within 30 days, or the dispute cannot be amicably settled within 60 days following the
response of the party, then the following clause of resolution of disputes shall become applicable.
38.2. Resolution of Disputes
1. Performance Review
In the event of any dispute, controversy, or claim between the parities hereto arising from or
relating to the subject of the Agreement (a “Dispute”), upon the written request of either party each
of the parties shall appoint a designated officer to meet and negotiate in good faith to resolve such
Dispute. Formal proceedings for the arbitration of such Dispute in accordance with below
mentioned clause hereof may not be commenced until the earlier of (a) the expiration of 14 days
after the initial request for such negotiations, or (b) either of the designated officers concluding in
good faith and notifying the other designated officer that amicable resolution through continued
negotiation of the mater in issues does not appear likely.
2. Arbitration
a. If any dispute or difference shall arise out of or relating to or in connection with any act,
deed or thing done under or pursuant to this Agreement between the parties, they shall
make every effort to resolve the same amicable by direct or informal negotiations. If,
within thirty (30) days from the date of commencement of such direct or informal
negotiations. DGE&T and the consultant are unable to resolve amicably such difference or
dispute, notice of the existence of such dispute or difference may be served by either party
to the other resolution by arbitration under and in accordance with this Clause, failing
which such dispute or difference shall be deemed to have been forfeited and given up and
amicably resolved by the Parties without either party being liable to the other in any
manner under law and equity or otherwise.
Page 34
b. If, at any time, any questions, dispute or dispute or difference whatsoever shall arise
between the parties out of or relating to or in connection with this Agreement or any act,
deed or thing done under or pursuant to this agreement or matters arising there from, either
of the parties may give to the other notice in writing of the existence of such a questions,
dispute or difference and the same shall be referred to a board of three arbitrators of whom
one to be nominated by the DGT, MSDE and the other to be nominated by the Service
Provider and the third arbitrator, who shall be the presiding arbitrator to be jointly selected
by the two arbitrators appointed as aforesaid by the Parties. Such a notice of the existence
of any question, dispute or difference shall be served by either party within 30 (thirty)
days of commencement of such dispute falling which all rights and claims shall be deemed
to have been forfeited and given up absolutely and unconditionally.
c. And award made in any such arbitration shall be final and binding on the Parties. The
venue of the arbitration shall be at DGT office, New Delhi. The provisions of the Indian
Arbitration and Conciliation Act, 1996 and the rules, if any framed there under and any
statutory medication thereof shall apply to such arbitration.
d. Upon every or any such reference, the cost of or incidental to the reference and award(s)
respectively shall be borne as determined by the Award which shall directly be whom and
in what manners the same shall be borne and be paid.
e. During the pendency arbitration the Parties shall continue to perform their respective
obligation under the Agreement.
38.3. Legal Jurisdiction
All legal disputes between the parties shall be subject to the jurisdiction of the Courts situated in
Delhi only.
39. Duration of the Contract
The total duration of the contract between DGT and the Service Provider is 3 years (36
months from the date of award of contract).
Duration of the contract shall be Three years subject to yearly appraisal and review by the
Tendering Authority. In case the performance is not found to be satisfactory or not in conformity
with the terms and conditions of the Tender document, the contract shall be terminated even before
the schedule time after following due procedure of law. In the event of premature closure of
contract for reasons mentioned herein above, the Security Deposit shall be absolutely forfeited
along with penalty as decided by the Tendering Authority.
However, the contract may be renewed further year to year basis based on the performance of
work provided that both parties agreed on mutual terms and conditions as specified in the contract.
Page 35
Format for measuring yearly performance
S.No Description
1. Translation work without mistake in prescribed time limit.
2. Timely delivery of question papers at the destination.
3. Delivery of OMR sheets as per demand of the respective States.
4. Collection of OMR sheets after exam within the prescribed time limit.
5. Scanning of OMR sheets and declaration of result within the prescribed time
limit.
39.1 Special Conditions of the Contract
1. It shall be deemed that the bidder has got fully acquainted with the scope of the work, working and
other prevalent conditions and fluctuations thereto whether they actually visited the site / area or
not and have taken all the above factors into account while quoting his rates.
2. Bidder will have to make their own arrangement of supervision/ vigilance on the activities of
employees engaged by him for the works. The bidder will be responsible for any misconduct,
theft / attempt of pilferage or misdemeanor on the part of bidder’s employees engaged in the works
of the Tendering Authority in connection with the contract work. If the bidder’s employee (s) is /
are found to be involved in such activities the bidder will be held responsible for the same, and
apart from penalty / penal action, bidder will be liable for administrative action including
Blacklisting the bidder for future Contracts.
3. The losses to government properties, if any by contract laborers, will be recovered from the bidder.
The demurrages charges / losses if any due to bidder will be recovered from the bidder. The
bidder will have to abide by the all security instructions and requirements as necessary and
intimated by tendering authority.
4. The bidder will have to maintain daily attendance register and get it duly signed by bidder’s
competent authority.
5. A complaint register will be kept at suitable location for complaints with regard to any aspect of
service provided by the contractor.
6. The undersigned reserves the right to decrease or increase quantity of question cum answer paper
(OMR Sheets).
40. Formats
S. No. Form Description
1. FORM 1 Cover Letter
2. FORM 2 Bidders Authorization Certificate
Page 36
3. FORM 3 Self Declaration (Notarized Affidavit)
4. FORM 4 Bidders Particulars
5. FORM 5 Format of furnishing relevant experience
6. FORM 6 Query Format
7. FORM 7 Format of Work Plan
8. FORM 8 Approach, Methodology and Quality Assurance
9. FORM 9 Format of Curriculum Vitae (CV) for proposed
professional staff
10. FORM 10 Format of Financial Proposal
11. FORM 11 Format of Performance Bank Guarantee
12. FORM 12 Statement of Nil Deviation
13. FORM 13 Warrantee
14. FORM 14 Reference Index
40.1 Format for Technical Bid
The technical bid should contain the covering letter and all associated formats, citations,
presentations and seriatim.
40.2 Financial Bid
Table 6: Financial Table 1
S. No Scope of work Rate in INR
A1 B1 C1
Page 37
Printing, packaging and delivering of Secret Documents
1
The cost should be inclusive of
all associated costs including
translation in Hindi and other
regional languages
Per page cost should be mentioned.
2. The cost should be inclusive of
all associated costs including
Printing, packaging and
delivering of question papers
(through insured speed post duly
paid to all over India i.e. to all
central location).
Per leaf cost should be mentioned.
3. The cost should be inclusive of
all associated costs including
Printing, packaging and
delivering of OMR sheets.
Double scanning of OMR sheets,
image scanning of OMR sheets,
collection and transporting boxes
back to the respective State
Directorates. Preparation of
result.
Per sheet cost should be mentioned.
NOTE: The Cost mentioned in column (C1) excludes of all applicable government taxes. Taxes
extra as applicable.
40.3 Terms & Conditions
1. No advance Payments will be made.
2. The bidders will raised the bill after completion of the work including results of
examination and will certify that bidders has completed the following condition:
Page 38
a. Bidders had supplied the quantity as indented.
b. Bidders had supplied the quantity as indented in the language.
d. Bidders had used the quality of papers as specified.
e. Bidders had used the quality of printing as specified.
f. Bidders had used the quality of packaging as specified.
g. Bidders had delivered and Packed for delivery as per the indented
Locations (proof of speed post is enclosed).
h. Bidder had delivered the quality of scanning as specified.
i. Bidder had delivered quality result as specified.
3. The rates quoted are for per document and the payment will be made on the actual
number of documents indented and the certificate submitted as per the condition
stated at point 2 above. The rates quoted are inclusive of all materials,
consumables, equipment, software and scope of work stated in the tender.
4. The rates quoted shall be valid for 3 years from the date of signing of contract
except the government taxes.
5. The complete work should be allotted to only one vendor and it will be calculated
on cumulative bases.
6. The vendor will submit three copies of accurate invoices on the letter head of the
company with signature of the authorized signatory and the seal of the
organization.
7. The payment will be made by cheque/ECS in the name of the firm.
8. Applicable TDS shall be deducted at the time of payment
9. Any variation in taxes will be on account of the purchaser, in the event the taxes
are increased by the Government authorities, then the bidder will have to provide
the accurate invoice with the effect of increased taxes, with the documentary
evidence of increased taxes. In case the taxes are reduced then the bidder will have
to submit the accurate invoice with the effect of reduced taxes with the
documentary evidence
10. Please note this is a time bound work, in case of any delay penalty will be
imposed @ of 5% per day for the total value of job.
11. Delivery period should be counted after delivery of manuscripts.
We accept the terms & Conditions mentioned and our financial offer will abide by
the terms of payments and other clauses mentioned in the RFP document. We also
declare that our offer is unconditional.
12. EMD/ Performance security deposit exemption to NSIC registered firm will not be
allowed due to time bound and secret work.
Name of the authorized signatory
Signature of the authorized signatory
Designation
Page 39
Company
Date
Location
41. Required Service Level (SLA)
Sr. No. Service Module Details of Service Service Level
Benchmark
1. Translation The duration in which the
bidder will translate from
English to regional
languages.
30 days
2. Delivery of Documents
to centralized location /
State Capital
The duration in which the
bidder will accept the
Manuscript, print required
volume, package
according to center code
and deliver to predefined
centralized location / State
Capital before exam.
60 days
3. Result after evaluation
of OMR sheets
a.The duration in which
the bidder will dispatch
OMR sheet to all the State
Directorates/UTs before
the exam.
b. Collection of OMR
sheet from
Directorates/UTs after the
exam.
c. Result Predation
d. Correction of result and
return the OMR sheets.
30 days
10-15 days
30 days
10 days
42. Annexure: Proposal Submission Forms
Note: All pages of the annexure /s and formats should carry the company seal on each page duly
signed by authorized signatory.
Page 40
42.1 FORM 1: Cover Letter
On letter head of the company
<Location, Date>
The Director (TTC)
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Room No. 602(A), 6th Floor
Shram Shakti Bhawan,
Rafi Marg,
New Delhi – 110001
Subject: Engagement of an Agency for assisting Directorate General of Training under Ministry of
Skill Development & Entrepreneurship in conducting All India Trade Test of NCVT
Dear Sir,
Having examined the tender documents including all Annexure the receipt of which is hereby duly
acknowledged, we, the undersigned, offer for Engagement of an Agency for assisting Directorate General
of Training under Ministry of Skill Development & Entrepreneurship in conducting All India Trade Test
of NCVT
We have read all the provision of RFP and confirm that these are acceptable to us
We further declare that additional conditions, variations, deviations, if any, found in our proposal shall not
be given effect to.
We agree to abide by this proposal, consisting of this letter, technical and commercial proposals, the duly
notarized written power of attorney, and all attachments, for a period of six months from the date of
opening of technical proposals as stipulated in the RFP and modifications resulting from contract
negotiations, and it shall remain binding upon us any may be accepted by you at any time before the
expiration of that period.
Until the formal final contract is prepared and executed between us, this proposal, together with your
written acceptance of the proposal and your notification of award, shall constitute a binding contract
between us.
We are herby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal
sealed under a separate envelope. We hereby declare that all the information and statements made in this
Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification.
Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.
We understand you are not bound to accept any proposal you receive, not to give reason for rejection of
any proposal and that you will not defray any expenses incurred by us in bidding.
Page 41
Demand draft no. _________ dated _________ drawn on __________ for Rs. 25 Lacs/- is enclosed
towards EMD
Demand draft no. _________ dated _________ drawn on __________ for Rs. 10,000/- is enclosed towards
RFP
We remain,
Yours sincerely,
Authorized Signatory [In full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
42.2 FORM 2: Bidders Authorization Certificate
<Location, Date>
The Director (TTC)
Directorate General of Training
Page 42
Ministry of Skill Development & Entrepreneurship
Room No. 602, 6th Floor
Shram Shakti Bhawan,
Rafi Marg,
New Delhi – 110001
Dear Sir,
<Bidder’s Name> ----------------------------< Designation > -----------------------------
Is hereby authorized to sign relevant documents on behalf of the Company in dealing with Tender of
reference >Tender No. and Date > -----------------------------. He is also authorized to attend meeting and
submit Technical and Commercial information as may be required by you in the course of processing
above said tender.
Thanking you,
The specimen signature of the authorized person is as:-
Yours sincerely,
Authorized Signatory [In full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
This tender document is not transferable
Page 43
42.3 FORM 3: Self Declaration (Notarized Affidavit)
<Location, Date>
The Director (TTC)
Directorate General of Training
Ministry of Skill Development &Entrepreneurship
Room no. 602, Shram Shakti Bhawan,
Rafi Marg,
New Delhi – 110001
In response to the tender No ……………………. Dated ……….………. as a owner / partner / Director of
……………. I / We hereby declare that our Agency ………….…………….. is having unblemished past
record and was declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular
period of time.
We M / s ________________ (Name of the Company) are not blacklisted in any Department of
Government.
We further undertake that our partner M/s ____________________ (Name of Vendor) having office are
also not blacklisted in any Department of Government
We hereby declare that there are no pending cases against M/s____________________ & Address of
Bidder with Government or any other court of law
We hereby declare that Bidder’s company of Director / Owner of the company have not been declared by
any Court of Competent Authorities in solvent or involved in any fraudulent mean (Economical &
Criminal) as on submission date of this proposal.
Yours sincerely,
Authorized Signatory [In full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
Page 44
42.4. FORM 4: Bidders Particulars
Detail Required Provide the relevant information with proper
documentary evidence
Name of Service Provider
Name of Contact Person
Registered office Address
Constitution of Service Provider
Type of bidder’s organization (Government /
Semi-Government / Private)
Year of Establishment
Telephone Number (s)
Fax Number
Mobile Number
Area of Specialization
Details of PAN (certified copy to be enclosed)
Details of TAN (certified copy to be enclosed)
Registration Number under Indian Company Act,
1956 / the partnership act 1932
Total Annual Turnover : Please attach auditors certificate to support the financials
Year Amount (Rs. In Crore) Audited (Y/N) Annexure Number
2014-15
2013-14
2012-13
Net Worth : Please attach auditors certificate to support the financials
Year Amount (Rs. In Crore) Audited (Y / N) Annexure Number
2014-15
2013-14
2012-13
Net Profit : Please attach auditors certificate to support the financials
Year Amount (Rs. In Crore) Audited (Y / N) Annexure Number
2014-15
Page 45
2013-14
2012-13
ISO Certification
Total number of staff as on 31st March 2015
Address of Print Center
Signature of Authorized Signatory
Name of Authorized Signatory of this Bid.
Company Seal
Page 46
42.5. FORM 5: Format of Furnishing relevant experience
Relevant services carried out in the last three years, that best illustrate qualifications (Using the
format below, provide information on each reference / assignment for which your company or as one
of the major companies within an association, was legally contracted.) Use the below format for each
reference that you want to submit.
Assignment Name
Client Name
Name Key Client Contact
Designation of Key Client Contact
E Mail Address of Key Client Contact
Telephone Number / s of Key Client Contact
Nature of Work (tick the appropriate) Translation/Printing / Packaging / Dispatch /
Others
Duration of Assignment (in months)
Start Date of Assignment
dd-mmm-yyy
End Date of Assignment
dd-mmm-yyy
Approximate Value of Services
In INR
Name of Senior Staff
Role performed
1.
2.
n.
Name of Associated Staff
Role Performed
1.
2.
Narrative Description of Project
Explain how this project is relevant to the scope
of work described in this RFP
Authorized Signatory
Page 47
42.6. FORM 6: Query Format
Name of
Company
Page Number Clause
Number
Question / Query /
Clarification
Suggestion Reply
42.7. FORM 7: Format of Work Plan
S. No.
Activity
Months
1 2 3 4 5 6 7 8 9 10 11 n
1.
2.
3.
N.
Sign of
Authorized
Signatory
and
Company
Seal
42.8 FORM 8: Approach, Methodology and Quality Assurance
The Solution Provider in this section must highlight their ability to meet the project requirements in terms
of the following
A. Approach
Understanding the need of the project the solution provided must state the philosophy and approach
adopted to meet the objectives of the engagement .The approach being projected to meet the secrecy and
confidentiality needs of the engagement
Page 48
B. Methodology
Explain the operational methodology towards the entire engagement
C. Quality Assurance Methodology
Explain the Quality Assurance methodology towards the entire engagement
42.9 FORM 9: Format of Curriculum Vitae (CV) for proposed professional
staff.
Format of Curriculum Vitae (CV) for proposed Professional staff .Separate sheet to be attached for
each professional
1 PROPOSED POSITION FOR THIS PROJECT
2 NAME OF SUBJECT AREA FOR THIS PROJECT TO
HANDLE
3 NAME (First Name, Middle Name, Last Name)
4 DATE OF BIRTH (dd/mm/yyyy)
5 NATIONALITY
6 PERSONAL Details
1. Address
2. Telephone No.
3. Fax No.
4. E-Mail address
7 EDUCATION DETAILS (the years in which various
qualifications were obtained must be stated.
8 OTHER TRAINING
9 LANGUAGE & DEGREE OF PROFICIENCY ( indicate
proficiency in speaking reading and writing of each language by
excellent, good, fair or poor)
10 MEMBERSHIP IN PROFESSIONAL BODIES
11 KEY QUALIFICATIONS AND WORK EXPERIENCES (state in
detail and the fields involved)
1. Relevant to this project
2. Not relevant to this project
Page 49
12 Employment Record
From To
Employer
POSITION HELD AND DESCRIPTION OF DUTIES
Starting with present
position, list in
reversed order every
employment held and
state the art and end
dates of each
employment).
(Clearly distinguish
your “employer” as
an employee of the
firm from a
“Employer” for
whom you have
worked as a
consultant or an
advisor).
13 Detailed tasks assigned WORK
UNDERTAKEN
THAT BEST
ILLUSTRATES
CAPABILITY TO
HANDLE THE
TASKS ASSIGNED.
(in this column, list
project name, location
Year, position held,
i.e. Tem Leader, etc.
and exact duties
rendered and time
spent on each project.
I, the undersigned, certify that to the best of my knowledge and belief, this CV/Bio-data correctly
describes my qualifications, my experience, and myself. I understand that any willful misstatement
described herein may to my disqualification of dismissal, if engaged.
SIGNATURE: DATE OF SIGNING
COMPANY SEAL Day Month Year
Page 50
42.10 FORM 10: Format of Financial Proposal
To
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Shram Shakti Bhawan, Rafi Marg,
New Delhi – 110001
Sir / Madam
Reference: Financial Proposal for Engagement of an Agency for assisting Directorate General of
Training under Ministry of Skill Development & Entrepreneurship in conducting All India Trade Test
of NCVT
<RFP No.> We, the undersigned, offer to provide services for the above mentioned project, in
accordance with your Request for Proposal <<write RFP number>> dated << write RFP date>>, and
our bid Proposal (Technical and Financial Proposals). Our attached Financial Proposal is as follows:
Our financial proposal shall be binding upon us, subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal, i.e., [Insert date]. We understand
you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Signature ………………..
In the capacity of …………………
Duly authorized to sign Proposal for And on behalf of ………………..
Date ……………….. place………………..
Company Seal
Page 51
42.11 FORM 11: Format of Performance Bank Guarantee
To
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Shram Shakti Bhawan, Rafi Marg,
New Delhi – 110001
In consideration of Ministry of Skill Development & Entrepreneurship, Government of India, New
Delhi action through ____________ (Hereinafter referred to as DGT which expression shall include
his successor and assignees) having awarded to _____________ (hereinafter referred to as “the
Service Provider” which expression, wherever the subject of context permits, includes its successors
and assignees) a contract for <name of the project> in terms of inter-alia DGT’s letter No. ----------
Date------ (hereinafter called “the Contract,”) and other General Terms and upon the condition of the
Service Provider’s furnishing Security for the Service Provider’s liability under and in connection
with the said contract up to a sum of Rs. ---------- amounting to 2 Crores Rs. of the total cost.
1. We ____________ (hereinafter referred to as the Bank of the said bank) and having our registered
office at _____________ do hereby jointly and severally undertake to guarantee the payment to DGT
in rupees forthwith on demand in writing and without any protest of demur any or all monies payable
by the Service Provider to DGT’s respect of or in connection with the said contract inclusive of all
DGE&T’s losses and damages and costs. (Inclusive between attorney and client charges, and
expenses and other moneys anywise payable in respect of the above as specified in the notice of
demand made by DGT to the Bank with reference to this guarantee up to an aggregate limit of Rs. 2
Crores
2. We _______________ further agree that DGT shall be the sole judge of and as to whether the said
Service Provider has committed any breach of breaches of any of the terms and conditions of the said
contract and the extent of loss, damages, charges and expenses caused to or suffered by or that may be
caused to or suffered by DGT on account thereof and the decision of DGT that the Service Provider
has committed such breach or breaches and as to the amounts of loss, damage, costs, charges and
expenses caused to or suffered by DGT from time to time shall be final and binding on us.
3. DGT shall have the fullest liberty without reference to the bank and without effecting in any way
the liability of the said Bank under this guarantee to take any other security in respect of the
obligation and liabilities hereunder or to vary the contract / work to be done there under vis-á-vis the
Service Provider or to vary the prices of the total contract value or to release or forbear form
enforcement of all or any other security or any other securities now or anytime held by DGT and such
arrangements with the Service Provider or release or forbearance whatsoever shall absolve the bank of
the full liability to DGT hereunder or prejudice the rights of DGT against the bank.
4. The guarantee shall not be determined or affected by the liquidation or winding up of, dissolution
change in constitution or insolvency or the Service Provider but shall in all respect and for all purpose
be binding and operative unit payment of all moneys payable to Service Provider in terms thereof.
5. The bank hereby waives all rights at any time inconsistent with the terms of this guarantee and the
obligations of the bank in terms hereof shall not be in anywise affected or suspended by reasons of
any dispute or dispute or disputes having been raised by the Service Provider (whether or not pending
before any arbitrator, Tribunal or court) or purporting to stop prevent any payment by the bank to
DGT in terms thereof. The Bank’s liability under these presents being absolute and unequivocal.
Page 52
6. The amount stated in any notice of demand addressed by DGT to the bank as liable to be paid to
DGT by the Service Provider or as suffered or incurred by DGT on account of any losses, damages,
costs, charges and expenses shall be conclusive evidence of the amount so liable to be paid to DGT or
suffered or incurred by Service Provider as the case may be and in terms hereof.
7. This guarantee / undertaking shall be in a continuing guarantee / undertaking and shall remain valid
and irrevocable for all claims of DGT and liabilities of the Service Provider arising up to and until
midnight of ………
8. This guarantee / undertaking shall be in addition to any other guarantee or security whatsoever that
DGT may now or any time anywise may have in relation to the Service Provider’s obligations or
liabilities under and / or in connection with the said contract, and DGT shall have full authority to
have recourse to or enforce this security in preference to any other guarantee or security which DGT
may have or obtain and not forbearance on the part of DGT in enforcing or requiring enforcement of
any other security shall have the effect or releasing the bank form its full liability hereunder.
9. It shall not be necessary for DGT to proceed against the said Service Provider before proceeding
against the Bank and the guarantee herein contained shall be enforceable against the bank
notwithstanding that any security which DGT may have obtained or obtain from the Service Provider
shall at the time when proceeding are taken against the said bank hereunder be outstanding or
unreleased.
10. We the said bank undertake not to revoke this guarantee during this currency except with the
consent of DGT in writing and agree that any change in the constitution of the said Service Provider
or the said bank shall discharge our liability hereunder.
11. Notwithstanding anything contained herein above, our liability under this guarantee shall be
restricted to Rs ………… and this guarantee shall remain in full force till …………. and unless a
claim is made on us within …………. Months from the date i.e. before ………… all the claims under
this guarantee shall be forfeited and we shall be relived of and discharged from our liabilities
hereunder.
Dated ………..
Day of ……………… 2015.
Name of Bank: ………………..
Address: ………………….
Date: ………………….
Page 53
42.12 FORM 12: Statement of Nil Deviation
To
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Shram Shakti Bhawan, Rafi Marg,
New Delhi – 110001
Dear Sir,
With reference to your Tender Document “printing, packaging and dispatch of secret documents” as
outlined in your tender document no. ………… dated ………….., we have read the provisions of the
tender document and confirm that there are no deviations submitted in our bid from your tender
conditions, both technical and commercial conditions.
We further confirm that any deviation found anywhere in our proposal, shall stand unconditionally
withdraw, without any cost implication whatsoever to DGT, failing which our bid security may be
forfeited.
Yours sincerely,
Signature ……………………
In the capacity of ………………….
Duly authorized to sign Proposal for And on behalf of ……………….
Date …………………… Place ……………….
Company Seal
Page 54
42.13 FORM 13: Warrantee
The Warrantee on the following format should be submitted along with Security deposit which should be
on appropriate Non-judicial Stamp Paper duly attested by Public Notary:-
WARRANTEE FORM
M/s ………………. Having its registered office at herein after referred to as the Contractor having
carefully studied all the documents, specifications, drawings, etc. pertaining to the Contract for works
required for the completion of work of Providing desired services as per the Scope of the Work and other
terms of the engagement to the DGT.
DO HEREBY WARRANTY THAT:
1. The Contractor is familiar with all the requirements of the Contract.
2. The Contractor has investigated the site and satisfied himself regarding the character of the work and
local conditions that may affect the work of its performance.
3. The Contractor is satisfied that the work can be performed and completed as required in the contract.
4. The contractor has seen all risks directly or indirectly connected with the performance of the contract.
5. The Contractor has had no collusion with other Contractors, or with any other person to execute the said
works according to the terms and conditions of the said Contract.
6. The Contractor has not been influenced by any statement or promise of the DGE&T or Officers of the
DGT or Ministry of Skill Development & Entrepreneurship but only by the Contract documents.
7. The Contractor is financially solvent.
8. The Contractor is experienced and competent to perform the Contract to the satisfaction of the
Tendering Authority.
9. The statement submitted by the Contractor is true.
10. The Contractor is familiar with all general and special Laws, Acts, Ordinances, Rules and Regulations
of the Municipalities, District, State and Central Government that may affect the work, its performance or
personnel employed therein.
Authorized Signatory [in full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
Page 55
42.14 FORM 14: Reference Index
S. No. Technical Evaluation Parameters Name of
Reference
Document
Page Number
where the
reference is
available
1. Translator / proofreader staff The bidder has to
submit an affidavit (of appropriate value) that
they will have requisite staff who will translate
documents into the required languages (Hindi
and Regional Language as per Rajbasha/DGT)
accurately and completely within the stipulated
timeframe of the Service Level.
a.If 15 or above
b.If Less than 15
2. Type Setting and Composing
2.1 A. Technology used for Typesetting
a. Latest computer 5 or above
b.Latest computer less than 5
2.2 B. Typesetting / Compositing Staff / DTP
Staff
a. Qualified staff 5 or above
b.Qualified staff less than 5
3. Printing
3.1 A. Quality of Printing material used i.e.
paper and OMR sheet (Sample of Papers
must be submitted )
3.2 Annual Volume of Prints handled by the
bidder & will need to submit proof of
printing volumes
c. If Greater than 2 crores
d. If Less than 2 crores
3.3 Number of large volume printers
(equipment) that will be deployed towards
the activity
(c) if greater than 5
(d) If less than 5
3.4 Capability of the gathering of printed
material to create logically segregated
bundles according to the Print volume
requirement center wise/ trade wise / subject
wise etc.,
12. Manual
13. Automatic
3.5 OMR scanning machines
Page 56
(a)if 5 or above
(b)If less than 5
4. Complete Set of packing material used for
packing (Sample enclosed)
5 Security
5.1 A. Process of handling original manuscript
a. Manual
b. Computerized
5.2 B. Bio-Metric Device at entry in
confidential area
a. Yes
b. No
5.3 C. Presence of CCTV camera in all area of
work
a. Yes
b. No
5.4 D. Physical Security of Premises (No. of
Security Guard )
a. Staff 5 or above
b. Less than 5
5.5 E. Segregation of Work Areas
a. Yes
b. No
5.6 F. Firefighting equipment installed in the
working area
a. Yes
b. No
Yours sincerely,
Signature …………………
In the capacity of ………………..
Duly authorized to sign Proposal for And on behalf of ………………
Date ……………….. Place ……………..
Company Seal
Page 57
43 . List of Document to be uploaded for Technical Bid
1. Form 1:- covering letter
2. Form 2:- Bidders Authorization certificate.
3. Form 3:- Self Declaration on stamp paper of Rs.10 duly Notarized.
4. Form 4 :- Bidders Particulars.
5. Earnest money in shape of demand draft ( Scan Copy).
6. Pan number of the company.
7. ITR of last three financial years.
8. List of machines installed in press involved in this work.
9. Vat clearance certificate.
10. ISO certificate 9001:2008 or ISO 12647.