e-tender notice for engagement of an agency for assisting directorate general …€¦ ·  ·...

57
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

Upload: vandieu

Post on 19-Apr-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

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.