request for proposal - mohanlal sukhadia university online tender20oct12.pdf · request for...
TRANSCRIPT
1 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Cost of Tender form: Rs.1000.00/- only
Request for Proposal
For
Online submission of Application form and pre Examination
and other work for various examinations for the year 2012
and 2013
Conducted by
MOHAN LAL SUKHADIA UNIVERSITY, UDAIPUR (RAJ.)
No. MLSU/TEN/XN/ONLINE/2012-13/437 Dated : 20.10.2012
Important Dates
S.No. Events Date
1. Date of Issue of Notice Inviting Tender (NIT)
20.10.2012
2. Date of availability of Tender Document at University web
site www.mlsu.ac.in
21.10.2012
3. Last Date & Time of Submission of Tender document (to
reach MLSU, Udaipur)
6.11.2012
01.00 PM
4. Date & Time of Opening of Technical Bid 6.11.2012
02.00 PM
5. Date & Time of Opening of Financial Bid 07.11.2012
2.00 PM
2 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Definitions and Acronyms
M.L.S.U. Mohan Lal Sukhadia University, Udaipur
BIDDER The eligible firm who will participate in tendering process
EMD Earnest Money Deposit
IT Information Technology
PURCHASER Mohan Lal Sukhadia University, Udaipur
RFP Request for Proposal (Tender) Document
SUPPLIER The bidder who will be finally selected and in whose name the
work order will be released
Exam Section An office of Controller of Examination/Deputy Registrar
Examination in the MLSU.
Secrecy Section An office of Controller of Examination/Deputy Registrar Secrecy
in the MLSU.
UG Under Graduate Examination comprise of 3-4 year span.
PG Post Graduate Examination comprises of 2-3 year span.
3 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Brief Overview of the Project
The M.L.S U has approx. 1.5 lacs students registered to its 200 constituted and affiliated
colleges under nearly 150 examinations schemes. These examinations are mostly conducted on
yearly pattern but few examinations are conducted on semester pattern. The maximum number
of students registered in an examination can be as large as approx. 45000 while the minimum
number of students can be as less as 10. This involves providing web link for www. mlsu.ac.in
by designing, maintaining a secure website so that students, colleges and the University can
access rights-based information pertaining to examination year 2012-2013. From this web
interface students will be able to fill their Main/Semester Examination Form, Re-evaluation
Form, and Supplementary Form & Enrolment Form. Students may also communicate
corrections in his/her particulars and get their information remotely.
SUMMARY OF WORKS:
S.NO. TYPE OF WORK-FILLING ONLINE FORMS STARTED FROM (Dates
are tentative)
1. Main Exam. Form 2013 (approx 1,50,000 students) Nov./Dec. 2012
2. Enrolment form for Private students (approx. 20,000) Nov./Dec. 2012
3. Main Exam. and Semester pattern Re-evaluation
Form 2013 (approx 20,000 students)
March to Oct., 2013
4. Semester Exam. Form 2013 (approx 1,500 students) May, 2013
5. Enrolment Form for Regular students (approx
20,000 students)
1st July 2013
6. Supplementary Exam. Form 2013 (approx 5,000
students)
Aug. 2013
7. Semester Exam. Form 2013 (approx 1,500 students) Nov. 2013
TOTAL FORMS 2,18,000 (APPROX)
The project will help in building trust and faith in examination system besides bringing in
efficiency and effectiveness in exam conduction through greater transparency, accountability,
responsiveness and accessibility.
4 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Letter of Invitation of Bids
For effective data capturing in online E-application in prescribed digital format,
processing and supply of material in a time bound manner, MLSU intends to award the work to
competent and professional firm. The tasks consist of the following:
• Firm will draw the examination scheme from syllabus in force required for form filling and understand the examination system clearly. The firm also seek the approval of the
same from MLSU and then do all processing activities of Pre Examination
main/supplementary work and supply reports.
• To provide an interface for the University to Add, Delete, Edit (subject, paper code, paper name, maximum & minimum marks in each subject/paper). The firm will make all
entries require to prepare the database as well as to connect the same with the Syllabus
PDF files provided by the university from the course wise syllabus in CD so that students
will be able to view/print syllabus of individual papers, scheme of
examination/examination rules etc. Hard copy print out of the database will be provided
to the University for Approval and will make addition/corrections as per direction of the
University.
• To provide an interface for the University to add a college, college name, examination, subjects, number of seats in each subject offered in the college. The firm will draw the
Initial data from the last year result database. Hard copy print out of the database will be
provided to the University for Approval and will make addition/corrections etc. as per
direction of the University.
• Design, Develop and Maintain Web application for online capturing Examination form in the desired e-Application Form and providing interface for students, colleges and
University. Providing secured server space to MLSU for full examination Cycle.
• Developing On-line Application for examination and hosting the same on server space having high bandwidth (to support minimum 2000 users logging in at a time) so that
candidates making online application shall not experience difficulties due to slow
response of the server.
• To provide university interface to enter, modify schedule (Course/examination wise) for filling online application for examination (Last date, Examination Fee, Late fee etc. for
regular and non-collegiate candidates, examination dates etc.) and to make initial entries
as per direction of the MLSU and to produce appropriate bank challan for the candidates
making online application.
• To provide university and college interface through which daily progress of filling examination forms ( Examination wise, College wise ) can be viewed.
• To provide University and College interface to view Challan Number, Name & Father`s Name of candidates with facility for approval by concerned college/university based on
bank challans/Application forms collected, view approved and pending list of
applications, facility to download and print the lists.
• To do enrolment work using data collected from online interface and print and supply the enrolment register and final list.
• Designing of various e-Forms for various examinations, query form. Providing/ Maintaining the data storage server for minimum one year or throughout the
examination cycle which ever is later covering student details for approx. 1.5 lac
5 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
students.
• The firm will provide the database after validating/updating corrections on CDR or link. The firm will also provide such facility for the MLSU so that University may take a
backup on day to day basis of form filling.
• Doing all Data processing activities and supply of reports (Admission Form, Challan, Roll List, Admission card etc. as per the format/requirements of MLSU. At the end of
each phases by supplying updated data to be used for result processing in required
format.
• Providing required support in case of any discrepancies or in the need of corrective and preventives actions suggested by the MLSU.
• Supplying Fee collection statement college wise/Exam wise/month wise with mention of fee heads and sub heads and bank reconciliation statement. Any print statement required
by the university on data captured and compilation.
• Hosting of all the web application developed as above on MLSU web server with automatic backup of all data on daily basis as a security measure.
MLSU is issuing this Request for Proposal ("RFP") and the accompanying documents for
inviting "bids" comprising Technical Proposal (or "Statement of Qualification") and Commercial
Bid from eligible individual company/firm ("Bidder") as to select the firm for online web
application, processing and supply of printed material for colleges affiliated to MLSU to the
University.
Two-stage selection procedure shall be adopted that will proceed as follows:
• The first stage proposal will consist of Technical Bid & second stage will be the Financial Bid. Financial Bids of only technically qualified bidders based on evaluation of
the Technical Bid shall be opened. A decision as to whether or not a Bidder will be
technically qualified will be based on the Bidder's experience and reputation.
• Earnest Money Deposit will be as described later in this document.
• Bid Validity will be as described later in this document.
• Each Bidder shall submit only one bid and bid must be delivered according to schedule.
6 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Scope of the Work
Scope
System study of present working system of the University with special reference to examination
conduct(Main/Supplementary/Semester) for various examination schemes are the integral
constituents of the project along with user friendly web application interface for students,
colleges and University.
Key Features required for project:
Online web based application for Pre Examination (Main / Supplementary/ Semester):
• Designing of e-forms for various examinations. The application should be browser independent and dynamic in nature. The labels on the form should be bilingual
(Unicode based) wherever required i.e. in Hindi as well as in English.
• On-line filling up of examination forms and enrollment forms considering eligibility criteria and validation. Printing the filled form and Bank pay-in-slip (challan) with unique
control number (Challan number) on both to enable the student deposit the fee along
with a copy of pay-in-slip to any branch of a designated bank and deposit a copy of the
form and pay-in-slip to the college and another copy be kept with the student for his/her
future reference. The challan number must be printed on application form and challans in
number format as well as in barcode format.
• To upload photo and signature of applicant.
• To generate and send SMS to the candidates who have successfully completed on-line filling of examination form. Validation of mobile numbers should be made to avoid use
of same mobile numbers for multiple candidates by cyber cafes.
• To provide facility to the candidates to view/reprint their examination form
• Providing Web Support for getting admission card online, and providing interface to the
college so that they should be able to print roll list etc. of their college online in the event
of material not reached.
• Portal should have related training material like HOW TO fill ONLINE forms, eligibility
criteria’s etc. in PDF or PPT formats.
• Reflection of last year data in e-forms for U.G. 2nd year, 3rd year and P.G.final year candidates to provide ease for form filling. (if required, data of last year examination
will be provided to the firm)
• Providing necessary training to the University officials and college Principals/ representative at the University to handle web based working at their end. (if required)
• Providing interface to view college wise/ exam wise examination statistical information on the University portal.
• Providing suitable web interface along with secure procedure on website for students, colleges and University (password based) for different usage. There should be separate
section for publishing general information like time table, press notes, circulars, RTI
7 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
information and other information of student/college interest.
• Prepare and supply of examination material (after generating roll number of all the candidates, enrollment number of new candidates) like center copy of admission card,
Roll List , QP statement , Re-evaluation Roll list etc. for conduct of examination. And
upload the Admission card for the students on the University web site. Printing
University time-table on the Admission Card (Only for I yr., II yr., III yr. Arts Non-
collegiate students)
• The processes of generating Roll Numbers and Enrollment numbers are explained later in this document.
• Supplying fee collection statement college wise/exam wise with mention of fee-heads and any other print statement required by the University based on data captured and its
compilation.
• Generation of final report with the student details, fee heads and amount along with the generation of unique challan no. as unique no.
• Supply of material printed reports for various processes as detailed mentioned later in this document.
• Firm should have ability to organize gathered data/information in the format desired by the University.
• Firm will hire server space and will make registration of domain name.
• Scalability: The system shall be scalable to incorporate additional requirements, high
volume of transactions / simultaneous operations etc. The software should be load tested
and fine tuned for performance to accept at least 50000 to 75000 applications per day. It
should be able to serve minimum of 2000 concurrent users.
• The application software should provide for proper audit trail for any change made in the data.
• Hosting of all the web application developed as above on university web server with automatic backup of all data on daily basis in the University server as a security measure.
• Final data must be submitted in two copies to MLSU in prescribed formats and on proper media i.e. CDR/DVDR as per time schedule of project.
1. PREPARATORY WORK FOR ONLINE EXAMINATION FORM
(a) Registration of domain name and providing web space. The bandwidth, storage
space, response time, reliability and security of the server hired must be such that
candidate filling application form should not experience difficulties due to slow
response or failure of the server. Dedicated servers with high bandwidth,
mirroring at different geographical location, elastic resources facilities from cloud
or any other technology required for smooth, secure, reliable and proper
responsive online examination form filling facility to the candidates. The firm
will be responsible for any failure in providing the service. Extra care must be
taken to avoid slow response by the server in the event of heavy load on the
server.
8 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
(b) Using last year examination result data, syllabus provided by the university, the
firm should generate following information and submit for approval of the
university
(i) College code, college name, subjects offered for regular and private
candidates in each college, maximum number of seats available in each
college
(ii) Paper code, name of paper, category of the paper ( i.e. theory or practical)
type of the paper, maximum marks (External, Internal) and link to the
PDF file of the syllabus to view syllabus ( CD of course wise PDF files of
the syllabus will be provided).
© The firm will build and demonstrate interfaces for following before hosting
online examination form. Approval of the university must be obtained on a hard
copy before hosting the online examination form.
(i) Interfaces for View, Modify, Approve information under 2(a) and 2(b)
described above through College Panel and University Panel with data
approved by the University. All data entry and editing work required will
be responsibility of the firm.
(ii) Interface for Fee and Schedule for filling examination form with facility to
view, modify and approve information. The interface must be such that
within few minutes university should be able to set the fee, last dates etc.
for each examination and same must be reflected on the bank challan &
examination forms. Last date for depositing fee must be printed on the
challan. All data entry and editing work required will be the responsibility
of the firm.
(iii) Interface for fixing Examination date and time for each paper with facility
to View, Modify and Approve information.
(iv) Interfaces to monitor approve and print list of candidates filed online
application forms, print out statistics required for QP and other
information as described earlier.
(v) Interfaces to download all databases in MS Excel/MS Access format.
(D) After getting approval for the above, the firm will demonstrate satisfactory
working of the online application form where all data validations are
incorporated. All examination rules and other information will be hosted on
website. A copy of the all the information hosted will be uploaded in the
university website. All data entry and editing work will be responsibility of the
firm.
1. ON-LINE EXAMINATION FORM FILLING
The firm will be required to provide at least one technically competent person (Assistant
Programmer Level) in the university during the period of online filling to carry out following
work. The person should be available daily from 10AM to 6 PM and must report to the
Incharge of Online Examination Form
(a) To operate university panel and interfaces, make corrections/ editing work etc
9 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
(b) To attend calls from university helplines and provide solution for grievances related to technical difficulties faced by the candidates and colleges
(c) Prepare daily report of online filling of examination forms
(d) Download/backup of databases and depositing with the university
If the problems/technical difficulties experienced necessitates more than one technical
person, the firm should depute sufficient number of technical persons to solve the problem
immediately.
In the event of any grievance which requires web programming/modification in the
application/ Data entry or editing work, the firm must implement it immediately. Stationery
and consumables for above work carried out in the university premises will be provided by
the university.
2. APPROVAL OF EXAMINATION FORMS
The agency will depute a person in the University to receive filled examination forms
received from colleges. Each examination form received from college will be taken out and
by reading challan number from barcode on challan, approval will be made through
university panel. Daily record of the college and number of forms approved will be prepared
and submitted to the Online Incharge. Maximum three computers and one printer facility will
be provided for this purpose. Agency must depute sufficient persons for approval process so
that all the forms received must be approved within 48 hrs from handing over application
forms.
3. PREPROCESSING OF APPLICATION FORMS
The firm must check approved application form data for following:
(i) Invalid paper combinations, paper codes
(ii) Eligibility to appear in the examination using roll number of previous
examination passed provided by the candidate and making use of Last year
results. Names (candidate, father’s and Mother’s name), PASS in the previous
examination, due papers etc to be checked. Reports required must be prepared.
4. INCORPORATING CORRECTIONS, ENTRY OF MANUAL FORMS.
There can be few manual forms (Not exceeding total 1000) data of which should be entered
into the system. Corrections/modifications in data after validations, checking of forms etc must
be made by the firm as a part of the work.
5. PROCESS OF ROLL NO. GENERATION
After pre-processing the data and after incorporating all corrections, additions, deletions,
firm should make alphabetical sorting of names of candidates appearing from a college in a
exam. The roll number series for each exam will be provided to the firm by the Exam Section
on submission of report having mention of exam name and number of forms collected on the
cut-off date of form filling. Unique Roll Number should be generated in the order of
College�Centre�Category � Name of candidate �Father's name �Mother's Name. A
suitable gap in numbers on centre change will also be decided by the examination section.
10 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
After generating roll numbers, the firm should arrange examination forms and put roll
numbers on each form using red pen. A roll list as per given format must be submitted along
with examination forms arranged roll number wise for final checking of the forms.
6. PROCESS OF ENROLLMENT NO. GENERATION
It is expected that there will be 40,000 to 45,000 new students enrolled this year. Unique
Enrolment numbers will be generated for Regular and Non collegiate (NC) separately class wise,
and duly checked data of all I year, Previous year/I semester examinations in the order of ROLL
NO. For regular students enrolment number will start from 1 to 45000 and for NC the same will
start from 45001. In the Roll list, enrolment list must be printed. Firm has to provide enrolment
no. which are put up on Examination form by University staff.
7. IMPLEMENTATION METHODOLOGY
• The selected firm will implement the project in planned manner as per schedule.
• The firm will first go through the understanding of the system and requirements, prior to
the implementation phase.
• Onsite deployment of technical manpower to develop the web application and designing
of e Forms after consultation with the MLSU authorities.
• The firm will do the proper documentation (Project plan etc.) of the project
• The firm would be required to deploy at least one Project Manager and 2 Assistant
Programmers for the successful execution of the project, who should be involved right
from the start of project. The persons deputed at the MLSU should be experienced
Information Technology Professionals capable of solving day to day problems related to
the data handling and correction notes etc. They shall remain at the MLSU till the project
completion as per University requirement.
• The space, basic furniture, electricity etc will be provided by the MLSU. Firm has to
maintain its server, application, back office processing activities at its own premises and keep
the student records for 1 year time period or full examination Cycle.
11 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Data Format
• Data will be supplied by the firm should be in .dbf format. Following is the All subject
files should be supplied with full subject details along with centre and exam master.
• Student's cropped passport size colour photo and signature must be stored in separate
examination and district wise folders in .jpg file format
• Folder hierarchy will be as follows:
1 Database: Year/Exam/Database.dbf
2 Photo: Year/Exam/photo/*.jpg
3 Signature: Year/Exam/Signature/ *.jpg
• Photo and Signature files to be stored in respective folders by computer generated
Challan No. i.e. Challan No .jpg.
• Challan No and Roll No. must be primary key in final student data table.
• All data must be in prescribed format only. Discrepancy in format will not be accepted
and data will be rejected.
• All data must be in exam wise single data table in .dbf file format.
• Mobile Numbers of students must be included in the data base.
12 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Roles
Role of Mohan Lal Sukhadia University
• MLSU will deploy the Dy.Registrar/Controller of Examination to supervise / compile the
task as per terms and conditions of tender within stipulated time frame.
• MLSU will be responsible for the quality checking of the data after receiving data.
• MLSU will provide acceptance letter about completeness and correctness for the data
provided. If MLSU does not respond within six months of submission of final data to it,
data would be deemed to be approved by MLSU.
• MLSU will monitor the progress of the project by the firm.
Role of bidder:
• Firm has to arrange staff having required technical qualification to carry out job.
• Firm has to submit daily status report to Controller of Examination /Dy. Registrar (Exam)
MLSU.
• Firm will be responsible for correctness of work and completion of the project as per the
scheduled time.
• Firm has to deliver the deliverables as specified in this document. No extra payment will
be made for the procurement of media and material transportation.
• The firm has to deploy sufficient resources to meet out the project requirements. The firm
has to depute a dedicated nodal officer to look after the entire operation with no other
responsibility to him. The nodal officer shall coordinate with the designated officer of the
MLSU.
• The firm has to bear all the cost related to the process as per the scope of the work. MLSU
will not be responsible for additional cost regardless of the conduct or outcome during the
execution of said work.
• Firm will arrange to provide lodging/Boarding to their staff, if needed.
• Firm will be responsible for the damage/ theft or any other mis-happening occurring to
their equipments used to complete the said work.
13 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Eligibility Criteria
The following criteria must be fulfilled by a Bidder:
1. An Individual organization shall submit the Bid. No consortium is allowed.
2. The bidder should be an ISO certified company/firm in the area of University Examination Form
processing/Data processing/Providing Online services.
3. The bidder should be established, reputed and reliable firm in the field of examination data
processing using Infomation Technologies. Bidder should have completed Pre/post examination
work of at least 1.00 lac candidates of a University for at least two years where the cost of project
undertaken should be minimum Rs.10 lacs (Ten lacs)/year. The bidder should attach copies of the
work orders/contracts clearly indicating total value of work, deliverables and scope of work for the
projects without which the firm's bid will liable to be rejected.
4. The bidder must have successfully completed at least one On-line examination form registration
and processing work of a university where undergraduate and post graduate examination Arts,
Science and Commerce faculties with at least 1.00 lac candidates are involved, so that they are well
conversant with typical problems associated with online system having different varieties of
papers. The online work carried out by them must have image capturing as well as handling of
huge data in its web application for 1.00 lac students.
5. The bidder should attach the copy of work completion certificate of the submitted work orders as
mentioned in section-2 above. For work completion, following may be considered:
• Work Completion certificate
• Documents of amount received, toward each work order, which should not be less than Rs. 10
lacs (Ten lacs).
• Work completion certificate indicating 90% or more work completed of total awarded work
where work completion percentage amounts to Rs 10 lacs(Ten lacs) or more.
6. The bidder should have an annual turnover of minimum Rs. 1 Cr. (Rs. One Crore) in each of the
last three financial years. In case bidder does not satisfy turnover criteria his bid will be rejected
summarily. Audited copies of Balance Sheet and Profit & Loss Account of last three financial year
i.e. 2009-2010, 2010-2011 and 2011-2012 must be enclosed with the Technical Bid. In case of
audited accounts for financial year 2011-2012 is not available, certificate from CA must be
enclosed with technical bid and as and when Audit completed. Audited copy of the financial year
2011-2012 must be submitted.
7. The bidder should be in a profitable position for all these three financial years.
8. The bidder must not be black listed by any government/PSU/Board/University. Bidder has to
submit undertaking in this regard.
9. The bidder has to provide a copy of Service Tax registration certificate, Service tax clearance
certificate and PAN card.
10. The bidder has to execute and complete the awarded work in the specified time period. The bidder
has to submit undertaking in this regard.
11. The bidder has to submit the proposed team structure with roles and responsibilities of key top
management and technical staff.
12. The bidder has to submit the proposed methodology for undertaking this assignment.
14 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Deliverables
The web application as per the scope of work be deployed and maintained as per the scope of
work detail. The Reports and data are to be submitted to MLSU for all activities given in the
scope of work.
1. Reports:
S.No.
Reports Required for Pre Exam. (Main/
Semester) Work on Pre-printed stationary
(For approximately 1.5 Lacs students)
Type of
Stationary
/Part
Printing
type
1. College wise/Exam wise fee collection report with
fee heads and Challan No. etc. (only live cases)
15x12x2
(60 GSM) LineMatrix
2. Check list of Forms filled with full data captured
online, exam wise college wise. (only live cases)
15x12x2
(60 GSM) LineMatrix
3. Update List of check list 15x12x2
(60 GSM) LineMatrix
4. Basic roll list 10x12x1
(60 GSM) LineMatrix
5. List of Exam wise Registered number of students
Seeking Roll No. series from MLSU
15x12x2
(60 GSM) LineMatrix
6.
Roll list 3 copies after generation of unique roll no
and enrolment numbers as mentioned in section
"scope of work" and third copy of roll list will be
packed Exam. Centre wise.
15x12x3
(60 GSM) LineMatrix
7. College wise and Centre wise packing of Centre
Admission Card with roll list
A4
cut sheet
( 80 GSM)
Pre Printed
Laser
8.
Check list Enrolment for Non Collegiate students
with proper space between 2 candidates (as per
sample)
15X12X1
(100 GSM)
Pre printed
LineMatrix
9. Final List of Enrolment for despatch to Colleges 10x12x3
(60 GSM) LineMatrix
10. Question Paper (QP) Statement (6 copies) with
nomenclature and code numbers.
15x12x3
(60 GSM) LineMatrix
11. Check list of Re-evaluation
Final Roll list of Re-evaluation
10x12x1
10x12x1
(60 GSM)
LineMatrix
12. Numerical Statement (6 copies) with nomenclature 15x12x3 LineMatrix
15 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
and code numbers. (60 GSM)
13. Registration summary (statistical statement) as
required by the University.
15x12x3
(60 GSM) LineMatrix
14. Roll List of students having registration in practical
subjects for secrecy section. (as per sample)
15x12x1
(60 GSM) LineMatrix
15. Bank Statement A4
cut sheet
16.
College wise/roll no wise/subject wise list of
(excluding compulsory subjects) for Ex and Non
collegiate students to fill practical awards for carry
forward purpose
10x12x2
(60 GSM) LineMatrix
17. Any other report required by the University.
S.No.
Reports Required for Supplementary Exam.
only for UG final Year classes on Pre-printed
stationary (For approximately 5000
supplementary cases)
Type of
Stationary
/Part
Printing
type
1.
Extracting data from Main Exam data file for
Supplementary and other relevant cases, this data
will be used for on line form filling.
data
processing -----
2. Reports mentioned above for pre exam. (Main) work
from S.No. 2 to 8 and S.No. 12 to 17.
as mentioned
above
as
mentioned
above
3. Any other report required by the University.
2. SMS generation: The system should also generate SMS on the mobile phone number provided by the applicant completion of following:
(a) Sucessful completion of On-line filling of examination form.
(b) Uploading of Admission Card
The SMS gateway shall be arranged by the firm and there is no extra charges for the same will
be paid by the University.
3. Data:
Submission of final data as mentioned in section "Data Format" in two copies on CDR/DVDR
(No payment will be made to the firm for media)
16 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Time Schedule S.No. Activity Time Schedule
A. Understanding of the user requirement Within 4 days from the date of
work order.
B. Preparation/approval of requirement Within 8 days from the date of
work order.
C. Load testing, safe to host certification, development
and testing with checks and validations of secure web
application. Final demo to the University.
Within 20 days from the date
of work order.
D. Launching of application software Within 25 days from the date
of work order.
E. Day to day management of application software for
online form filling
For the entire period the
acceptance of online
application form is open.
F. Upgradation / customisation / maintenance of
application software as per requirement of the
University
As and when required.
G. Pre Examination Processing work and Supply of
Report.
As per last date of form filling
announced by the University.
H Supply of Raw Data ( Complete data captured from
candidate including images)
within 2 days from the last
date for filling online form
I. Supplementary Processing work and Supply of Report. As per last date of form filling
announced by the University.
J. Supply of final Data after updating all corrections.
Main/Semester and supplementary exam separately.
Within 15 Days of end of
Examination Cycle.
17 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Earnest Money Deposit
1. The bidder has to submit an earnest money deposit (EMD) of Rs. 14000/ (Rupees Fourteen thousand only) as part of the technical bid.
2. The EMD can be in following form:
3. Cash or Demand Drafts/Bankers Cheque of the Bank drawn in favour of
Comptroller, Mohan Lal Sukhadia University, Udaipur (Rajasthan) and payable at
Udaipur. Such negotiable instrument should be valid for a period of three months from
the date of deposition of EMD.
4. Earnest Money of unsuccessful bidders will be returned within 60 days after the placement of work order in favour of successful bidder.
5. The earnest money/security deposit lying with the Department/office in respect of other tender awaiting approval or rejected or on account of contracts being completed will not
be adjusted towards earnest money/security money for the fresh tenders. The earnest
money may however, be taken into consideration in case tenders are re-invited.
6. Earnest Money of the successful bidder will be released once the bidder signs the agreement and furnishes the performance guarantee/Security Deposit.
7. The Earnest money will be forfeited on account of one or more of the following reasons:
a. The Bidder withdraws their bid during the period of bid validity specified by them on the bid letter form.
b. Bidder does not respond to requests for clarification of their bid
c. Bidder fails to co-operate during the bid evaluation process, and
d. In case of a successful Bidder, the said Bidder fails:
i. to sign the Agreement in time; or
ii. to furnish Performance Guarantee/Security deposit.
e. When the bidder withdraws or modifies the offer after opening of tender but before acceptance of the tender;
f. When he fails to commence the services as per work order within the time prescribed.
8. The EMD may be adjusted in the Performance Security by depositing the difference amount of Performance Security or alternatively EMD could be refunded back by taking
fresh Performance Security.
18 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Bidding Process
1. Bid submission a. The bid shall be submitted by hand or by Regd./Speed Post at the Tender Section
of MLSU office in Udaipur. b. The last date and time for submission of bid is as mentioned in the section
"Important Dates". The bid should be deposited or reached to MLSU latest by the
date & time mentioned in the section "Important Dates"
2. Procedure for submission of bid
a. The bidding comprises of two bid system i.e. Technical Bid and Financial Bid.
b. The bidder has to submit an earnest money as specified in the section "Earnest
Money Deposit" along with the technical bid.
3. Prices must not be indicated in the Technical Bid and must be quoted in the
Financial Bid only.
4. Financial Bid
Financial Bid should only indicate price without any condition or qualification
whatsoever, including all taxes applicable viz. CST/ST, VAT, Octroi etc.
5. Bidders should express the price of their services in Indian currency only.
6. Validity of Bids
Bids shall remain valid for 365 days after the date of technical bid opening and
further extendable for one year if required by the University. A Bid valid for a
shorter period shall be rejected as non-responsive.
7. Date & Time of opening of bid
The Technical bids will be opened on date and time mentioned in the section
"Important Dates" in the MLSU, Udaipur.
8. Cost of preparation of bids
The Bidder shall be solely responsible for the cost of preparing and submitting the
Bid and all other related costs.
19 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Disqualification
Tendering Authority may in its sole discretion and at any time during the processing of
tender document, disqualify any bidder from the tender process if the bidder has:
• Submitted the tender after the schedule date and time.
• Firms not meeting eligibility criteria mentioned in the section 'Eligibility criteria'.
• Made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
• Found to have a record of poor performance such as abandoning works, not properly
completing the contract, inordinately delaying completion, being involved in litigation or
financial failures, etc.
• Submitted tender which is not accompanied by required Earnest Money Deposit (EMD).
• Failed to provide clarifications related thereto, when sought.
• Submitted more than one tender. This will cause disqualification of all tenders submitted
by such bidders.
Bidders, who are found to canvass, influence or attempt to influence in any manner the
qualification or selection process, including without limitation, by offering bribes or other illegal
gratification shall be disqualified from the process at any stage.
A Bid not valid that are not as per section 'Bidding Process' and will be considered as
non-responsive and would be disqualified.
20 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Bid Evaluation Process
1. Opening of bids: The Tendering Authority will open the bid in the presence of bidder's
representatives who choose to attend, as per schedule.
2. Correction of Errors: Price Bids determined to be substantially responsive will be checked by the Tendering Authority for any errors. If there is a discrepancy between the
quoted rate in figures and the quoted rate in words, the rate in words will take
precedence.
3. Evaluation of Technical Bids: The Tendering authority may take presentation in order to examine the technical competence of the bidder.
4. Evaluation and Comparison of Financial Bids
a. The Tendering authority's evaluation of a financial bid will take price quoted for project as final price.
b. If the bid of the successful bidder is substantially below the Tendering Authority's estimate for the contract, the Tendering Authority may require the bidder to produce
detailed price breakup to demonstrate the internal consistency and
justification/reasonability of those prices. After evaluation of the price analysis, the
Tendering Authority may require that the amount of the performance security be
increased at the expense of the successful bidder to a level sufficient to protect the
Tendering Authority against financial loss in the event of default of the successful
bidder under the Contract.
21 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Performance Security & Liquidated Damages
1. Selected firm shall carry out the services in conformity with generally accepted professional and technically accepted norms relevant to such assignments that are
required for the project and which are to the entire satisfaction of the Tendering
Authority.
2. In the event of any deficiency in services, the selected firm shall promptly take necessary action to resolve it, at no additional fees to the Tendering Authority.
3. Successful bidder will have to execute an agreement on a Non-Judicial Stamp of Rs.
500/-(Rs. Five Hundred only) value within a period of 7 days of receipt of work
order and deposit security as mentioned below prior to signing of agreement.
4. The earnest money deposited at the time of tender can be adjusted towards security amount or alternatively the bidder, taking the EMD back, may deposit a fresh
performance security. The Security amount shall in no case is less then earnest money.
5. Successful bidder shall deposit the security/performance guarantee money as follows:
FIVE PERCENT (5%) of total order value.
The form of security money shall be as Bank Draft/ Bankers Cheque in favour of
Comptroller, Mohan Lal Sukhadia University Udaipur, Rajasthan.
6. No interest will be paid by the purchaser on the EMD & performance security deposit.
7. Failure of the selected firm to comply with the requirements shall constitute sufficient grounds for the annulment of the award and forfeiture of the Performance Security.
8. Liquidated Damages:
In case of extension in the delivery period / completion with liquidated damages the
recovery shall be made on the basis of following percentages of value of total project
cost.
S.No Condition LD % of price
quoted
a. Delay up to one fourth period of the prescribed delivery period /
completion of work as per time schedule.
5.0 %
b. Delay exceeding one fourth but not exceeding half of the
prescribed period / completion of work as per time schedule.
10.0 %
c. Delay exceeding half of the prescribed period / completion of
work as per time schedule.
20.0 %
22 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
� Fraction of a day in reckoning period in supplies shall be eliminated if it is less than half a day.
� The maximum amount of liquidated damages shall be 20%.
� If the selected firm requires an extension of time in completion of contractual supply on account of occurrence of any hindrance, he shall apply in writing to the authority, which
has placed the supply order, for the same immediately on occurrence of the hindrance but
not after the stipulated date of completion of supply.
� Delivery period may be extended with or without liquidated damages if the delay in the supply of goods/completion of work is on account of hindrances beyond the control of
the bidder.
� Also Liquidated Damages would be deducted from the payment due for that milestone as mentioned in the section 'Terms of Payment'.
9. Forfeiture of Performance Security
i. Forfeiture of Security Deposit: Security amount in full or part may be forfeited in the
following cases:
a. When the terms and conditions of contract is breached.
b. When the bidder fails to make complete work satisfactorily.
c. When contract is being terminated due to non-performance of the selected firm for consecutive two quarters of a year.
d. Hiding of facts by the bidder if revealed at any stage, would amount to forfeiture of security and subsequently the bidder may also be black listed.
ii. Failure of the successful bidder to comply with the requirement of the contract, shall
constitute sufficient grounds for the annulment of the award and forfeiture of the bid
security, in which event the purchaser may make the award to the next lowest evaluated
bidder or call for new bids.
10. Release of Performance Security
The security/performance guarantee, which is deposited for the project, will be returned
back after 6 months of successful completion of the project after deducting the Dues.
23 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Terms of Payment
1. Payment shall be made by the Tendering Authority only after completion of work order or
delivery of services, commissioning and acceptance of the Tasks detailed in section 'Scope
of work' and 'Deliverables', to the entire satisfaction of the University or any other agency
nominated by University.
2. The Tendering Authority may consider making payments, which shall be subject to the
following conditions on various tasks as under:
S.No. Milestone Amount Payable (in % of
quoted Cost of Project)
1
Understanding the System and complete the
task mentioned in the section of ‘Scope of
work'. 70% of the pre examination
(Main/Semester) work order
value. 2
On Complete work of University main
Examination and Semester Examination May,
2013 Last Phase of University Main/Every
Semester Examinations & Enrolment Forms
and supply of deliverables.
3
On declaration of 80% Result of the
University and Completion of online Re-
evaluation forms and Enrolment Complete
work.
remaining 20% of the pre
examination(main/Semester)
work order value.
4
After Completion of Online Supplementary
Exam. forms and Semester Exam. forms Nov.
2013
10% of the Total Bill
amount
Note: No Advance Payment will be made.
24 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
General Terms and Conditions of Tender
Note: Bidder must read these conditions carefully and comply strictly while sending/submitting
their tenders.
1. Cost in financial bid shall be written both in words and figures and there should be no
errors.
2. The bidders' representatives who are present at the time of technical bid and opening of
financial bid shall sign a register evidencing their attendance. The bidder's names, the Bid
Prices, the total amount of each bid, and such other details as the Tendering Authority may
consider appropriate, will be announced and recorded by the Tendering Authority at the
opening.
3. Bidder shall quote firm prices against each of the items as detailed in the price bid. No
conditional discounts shall be quoted in the bid e.g. discounts based on conditions linked
with bid/performance security/guarantees, advance payments, selection of combination of
products or product options, number of personnel etc. Financial bids with such conditional
discounts would be summarily rejected.
4. All required software and hardware has to be managed by the firm on its own cost for
successful and timely completion of the project.
5. The complete bid document submitted by the firm should have page numbering.
6. Any Change in the constitution of the company, etc. shall be notified forth with by the
selected firm in writing to the purchase officer and such change shall not relieve any
former member of the company, etc., from any liability under the contract.
7. If any dispute arises out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred to the Hon'ble Vice
Chancellor, Mohan Lal Sukhadia University, Udaipur whom decision shall be final.
8. Income Tax may be deducted at source as per rules.
9. All legal proceedings, if necessary arises to institute may by any of the parties (MLSU or
Contractor) shall have to be lodged in courts situated in Udaiur and not elsewhere.
10. Loss of Revenue to the Tendering Authority: The bidder shall be vicariously liable to
indemnify the Tendering Authority in case of any misuse of data/information by the
bidder, deliberate or otherwise, which comes into the knowledge of the purchaser during
the performance or currency of the contract.
11. Currency of Payment: Payment shall be made in Indian Rupees only.
12. Change orders: The Tendering Authority may at any time, by a written order given to the
bidder, make changes within the general scope of the Contract. If any such change causes
an increase or decrease in the cost of, or the time required for, the bidder's performance of
any part of the work under the contract, whether changed or not changed by the order, and
equitable adjustment shall be made in the performance security, Contract Price or delivery
schedule, or both, and the contract shall accordingly be amended. Any claims by the bidder
for adjustment under this clause must be asserted within thirty (30) days from the date of
the bidder's receipt of the purchaser's changed order.
13. Contract Amendments: No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by both the parties i.e. the Bidder and the
25 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Purchaser.
14. Tendering Authority Right to Accept any bid and to reject any or all bids: The
Tendering Authority reserves the right to accept any bid, and to annul the tender process
and reject all bids at any time prior to award of contract, without assigning reasons &
without thereby incurring any liability to the affected bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Purchasers action.
15. Tendering authority reserves the right to distribute the work among one or more bidders
who agree to match L1 rates for the said work. However final decision will be of
tendering authority and will be binding on all bidders.
16. Notification of award: Prior of the expiration of the period of the bid validity, the
Tendering Authority will notify the successful bidder in writing that its bid has been
accepted. The notification of award will constitute the formation of contract. Upon the
successful bidder's furnishing of performance security, the Tendering Authority will notify
each unsuccessful bidder and will discharge its EMD.
17. Force Majeure:
a. Notwithstanding the provisions of contract, the bidder shall not be liable for forfeiture of its performance security, or termination for default, if and to the extent that, it's
delay in performance or other failure to perform its obligations under the contract is
the result of an event of Force Majeure.
b. For Purposes of this clause, "Force Majeure "means an event beyond the control of the bidder and not involving the bidder's fault or negligence and not foreseeable. Such
events may include but are not restricted to acts of not foreseeable. Such events may
include but are not restricted to acts of the Tendering Authority either in its sovereign
or contractual capacity, or revolutions, fires, floods, epidemics, quarantine restrictions
and freight embargoes.
c. If a Force Majeure situation arises, the bidder shall promptly notify the purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by the
Tendering Authority in writing the bidder shall continue to perform its obligations
under the contract as far as is reasonably practical and shall seek all prevented by the
force majeure event.
18. Termination for insolvency: The Tendering Authority may at any time terminate the
contract by giving written notice to the bidder, without compensation to the bidder, if the
bidder becomes bankrupt or otherwise insolvent provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.
19. Termination for Convenience: The Tendering Authority, may, by written notice sent to the
bidder, terminate the contract, in whole or in part at any time for its convenience. The
notice of termination shall specify that termination is for the Tendering Authority's
convenience, the extent to which performance of work under the Contract is terminated
and the date upon which such termination becomes effective.
20. The bidder shall not assign or sub-let his contract or any substantial part thereof to any
other agency.
21. The bidder shall pay the expenses of stamp duty for execution of agreement.
22. If a bidder imposes conditions, which are in addition to or in conflict with the conditions
mentioned herein, his tenders is liable to summary rejection. In any case none of such
26 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
conditions will be deemed to have been accepted unless specifically mentioned in the letter
of acceptance of tender issued by the Purchase Officer.
23. Use of online documents and information
a. The bidder shall not, without the Tendering Authority's prior written consent,
disclose the contract, or any provision thereof, or any specification, plan, drawing,
pattern, sample or information furnished by or on behalf of the Tendering Authority
in connection therewith, to any person other than a person employed by the bidder
performance of the contract. Disclosure to any such employed person shall be made
in confidence and shall extend only so far, as may be necessary for purposes of such
performance.
b. The bidder shall not, without the Tendering Authority's prior written consent, make
use of any document or information enumerated in this document except for
purposes of performing the contract.
c. Any document, other than the contract itself, shall remain the property of the
Tendering Authority and shall be returned (in all copies) to the purchaser on
completion of the Bidder's performance under the contract, if so required by the
purchaser.
24. Rejection:
a. Various reports mention in the section 'Deliverables' should be stipulated format and
consistent with data.
b. Final data submitted in corrupt or unrecognisable or incomplete in terms of part
fields or containing any security threats will not be accepted and will have to be
resubmitted by the firm at his own cost to MLSU.
25. The bidder shall be responsible for the proper packing so as to avoid damage under normal
conditions of transport by rail and road or air and delivery of the student data
(CD/DVD/HDD) in the good condition to the consignee at destination. In the event of any
loss, damage, breakage or leakage or any shortage the bidder shall be liable to make good
such loss and shortage found at the time of checking/ inspection by the consignee. No extra
cost on such account shall be admissible.
26. The Contract for the supply can be repudiated at any time by the Purchase Officer, if the
supplies are not made to his satisfaction after giving an opportunity to the bidder of being
heard and recording the reasons for repudiation.
27. Delivery:
a. The bidder whose tender is accepted shall arrange to supply the ordered data/reports
as per specifications mentioned in this document and within time period.
b. Warranty/Guarantee Clause: Bidder will have to resubmit the report/data to
MLSU within TWO days of notice if such condition arises after final submission
of the same. This clause will be valid for one year term after final submission of
data/reports. Otherwise the bidder shall pay such damages as may arise by the
reason of the breach of condition herein contained. Nothing herein contained shall
prejudice any other right of the Purchase officer in that behalf under this contract
otherwise.
28. Insurance: The data/reports will be delivered at the destination office in perfect condition.
The selected firm, if he so desires may insure the goods (data, web application and
equipments used by firm etc.) against loss by theft, destruction or damage, by fire, flood,
27 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
under exposure to whether or otherwise viz., (war, rebellion, riot, etc.,) The insurance
charges will be borne by the selected firm and Tendering Authority will not pay such
charges if incurred.
29. The time specified for delivery in the tender form shall be deemed to be the essence of the
contract and the successful bidder shall arrange supplies within the specified period.
30. Recoveries: Recoveries of liquidated damages, short supply, breakage, rejected data shall
ordinarily be made from bills. Amount may also be withheld to the extent of short supply,
breakage, rejected data and in case of failure in satisfactory replacement by the selected
firm along with amount of liquidated damages shall be recovered from his dues and
security deposit available with the department. In case recovery is not possible recourse
will be taken under Rajasthan PDR Act or any other law in force.
31. The Tendering Authority reserves the right to carry out the capability assessment of the
Bidder and the Purchaser's decision shall be final in this regard. The individual signing the
tender or other document, in connection with the tender must certify as to whether he or
she has signed as:
a. A "Sole proprietor" of the firm or constituted attorney of such sole proprietor.
b. A partner of the Bidder, if it be partnership, in which case he must have authority to
refer to arbitration disputes concerning the business partnership either by virtue of
the partnership agreement or a power of attorney.
c. Constituted attorney of the Bidder, if it is a company.
32. Standard of Performance: The selected firm shall carry out the tasks! Services assigned and
carry out its obligations under the contract with due diligence, efficiency and economy in
accordance with generally accepted norms techniques and practices used in the industry.
The selected firm shall also adhere to professional engineering and consulting standards
recognized by international professional bodies and shall observe sound management,
technical and engineering practices. It shall employ appropriate advanced technology and
safe and effective equipment, machinery, material and methods. The selected firm shall
always act in respect of any matter relating to this contract, as faithful advisors to the
Purchaser and shall, at all times, support and safeguard the Purchasers legitimate interests
in any dealings with the third party.
33. Firm will be required to attend any problem raised at any level i.e. data capturing, data
entry and submission of data. Any call will have to be attended/rectified within an hour.
34. Schedule of Payment: Payment shall be made as per 'Terms of Payment' of the tender and
to the entire satisfaction of the Tendering Authority or any other agency nominated by him.
35. Taxes and Duties: The selected firm shall be entirely responsible for all taxes, duties,
license fees etc. incurred until delivery of the contracted Goods (student form data) to the
Tendering Authority. '
36. Termination For Default: The Tendering Authority may, without prejudice, to any other
remedy for breach of contract, by written notice of default sent to the bidder, terminate the
contract in whole or in part if :
a. The bidder fails to deliver any or all of the obligations within the time period(s)
specified in the contract, or any extension thereof granted by the Tendering
Authority.
b. The bidder fails to perform any other obligation(s) under the contract.
28 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
37. "NO CLAIM" Certificate: The bidder shall not be entitled to make any claim,
whatsoever, against the Tendering Authority under or by virtue of or arising out of this
contract nor shall the Tendering Authority entertain or consider any such claim, if made by
the bidder after he shall have signed a "no claim" certificate in favour of the Tendering
Authority in such forms as shall be required by the Tendering Authority after the works are
finally accepted.
38. Passing of property: Ownership shall not pass to the Tendering Authority unless and until
the data and documentation thereof have been tested and accepted in accordance with the
conditions of the contract to the entire satisfaction of tendering authority.
39. Other Conditions: The MLSU will be free to use data and reports submitted in any
possible way. The Tendering Authority reserves the right to release the order for whole or
part of the products as per the requirements of the Tendering Authority.
The selected firm shall indemnify the Tendering Authority against all third-party claims of
infringement of patent, trademark/copyright or industrial design rights arising from the use
of the products supplied by the selected firm.
The selected firm shall provide training on appropriate aspects wherever desirable that
Tendering Authority feels necessary to such persons as nominated by the Tendering
Authority.
40. Acceptance: If the data submitted to MLSU does not match with the verified data form,
MLSU shall reject the data and firm will be responsible for rectifying the error to extent as
required by MLSU.
41. Blacklisting: The Tendering Authority would forfeit all the performance securities
deposits against the supply orders placed on to it, if selected firm is blacklisted.
29 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Attachments of Documents in the Bid – Checklist
S.No. List of Documents Whether
enclosed
(Yes or No)
Annexed as
(Page No.)
1. Cover Letter
2. Certificate of Incorporation/ Articles of association/
Partnership Deed, etc.
3. Details of the authorized contact person of the Bidder
4. Documentation showing the proof of having fulfilment of
eligibility conditions.
5. Proposed methodology for undertaking this assignment.
6. Earnest Money Deposit in favour of Comptroller, MLSU,
Udaipur
7. A declaration of any actual or potential conflict of interest.
8. Annual Reports / audited Balance Sheet and Profit & Loss
Account of the Bidder for the last three Financial Years clearly
mentioning the revenues and net worth of the Bidder for these
years.
Financial Year 2009-2010
Financial Year 2010-2011
Financial Year 2011-2012
9. Tender document with technical bid, DD or receipt of Earnest
money duly signed & sealed in token of acceptance of terms
and conditions of the tender (from pages 1 to 30). Sealed
envelope marked as "Technical Bid"
10. Financial bid signed and sealed by the bidder in a separate
envelope. (Page 31). Separate sealed envelope marked as
"Financial Bid"
11. Declaration must be furnished in case bidder is Blacklisted by
Private / Public body.
12. Address of the bidder's office in Rajasthan
13. A sealed envelope marked "Tender for Online submission of
Application form and pre Examination work and other work
for various examinations for the year 2012 - 2013" and
address to The Comptrollerr, Mohan Lal Sukhadia
University, Udaipur containing 2 separate sealed envelopes
mentioned at S.No. 9 and 10 in this table.
30 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Technical Bid
Tender Form
I. Addressed To:
Name of the
Tendering Authority
Comptroller, Mohan Lal Sukhadia University,
Udaipur (Rajasthan)
Address Mohan Lal Sukhadia University Udaipur 313001
(Rajasthan)
Telephone 0294-2470621
Fax 0294-2471150
II. Other Related Details
Name of Bidder
Name of Contact Person
Registered Office Address
Year of Establishment
Type of Firm
Public Limited Private Limited
Put Tick mark (�)
Telephone Number(s)
Email Address/ Website
Email: Web-Site:
Fax No.
Mobile Number
Area of Specialization
31 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
III. The Tender Fee amounting to Rs ________ (Rupees ______________Only) has been deposited
vide Cash receipt no. ______ dated ____________.
IV. Following documents are attached towards the proof of earnest money deposited.
V. We agree to abide by all the conditions mentioned in this Tender Notice issued by the Tendering
Authority and also the further conditions of the said Tender. Notice given in the attached sheets
(all the pages of which have been signed by us in token of acceptance of the terms mentioned
therein).
VI. Reproduced / re-word-processed formats or tenderer's own formats for the price bids will
disqualify the tender.
VII. Tax Clearance Certificates:
Sno Type of Tax Whether Tax Clearance certificate enclosed(Yes/no) Certificate Number
VIII. We accept the schedule of payment in this document.
IX. Technical Bid duly filled and signed is enclosed with this tender form along with Terms and
conditions in token of acceptance.
Dated:
Name of Tenderer:_____________________________________
Sno. Earnest Money Deposited through Number Dated
1 Demand Draft
2 Bankers Cheque (Local only)
3 Cash Deposit at MLSU Cash counter
32 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Details of main work orders of the Education Board / University regarding on line work /
examination work
Year of
Examination
Name of the education
board / University
No. of
students
Total value
of work
order (Rs)
Nature of work
Examination
year 2009 - 2010
1.
2.
3.
4.
5.
Examination
year 2010 - 2011
1.
2.
3.
4.
5.
Examination
year 2011 - 2012
1.
2.
3.
4.
5.
33 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Letter of Undertaking/Declaration
(ON THE LETTER HEAD OF THE TENDERER) LETTER OF UNDERTAKING DECLARATION
We, M/s ................................................................................................... hereinafter called as
"Tenderer" complete address
............................................................................................................................... . ... ... ... ...... ... ......
... ...... ... ...... ... ...... ... ...... ... ...... ...... ... ... ...... ... ... hereby declare in favour of the Comptroller,
MLSU, Udaipur, Hereinafter called as the "Tendering Authority" and agree to abide by the
following:
1. We have attached company constitution details.
2. Certificate of satisfactory past performance have been enclosed.
3. We have performance certification(s) as given below (Certificate valid till-date are enclosed)
S.N
o.
Name of the University for
which the work is carried out
Year of
Examinati
on
Type of work Amount Description of
Work
1
2
3
4. We have organisation/service setup given below.
S.No. Place
(Name &
address
Infrastructure setup
Computers
with brand
and type
web
server
data
server
Printers
linematrix
Printers
Laser
Scanner Data
backup
devices
UPS Others
5. We have manpower setup as given below.
S.N
o.
Place (Name
and Address) Manager Supervisors Programmer Assistant
Programmers
Operators Others
6. The annual turn over of our firm for last three financial years is given below.
Turn Over of the Firm
for India (Rs. In Lac.)
2009-10 20010-11 2011-12
7. We agree to accept partial Order if placed.
8. We shall give benefit of any price reduction found by the time of placing the supply order.
9. The above document is executed on ___/___/_____ place ______and we accept that if any thing out of the information stated above found wrong, our tender is liable for rejection.
Name of Person:______________________________________________________
Complete Address:_____________________________________________________
34 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
Financial Bid
Dated:_____________
Tender No:_______________________________ date: ________
Name of the Company/Firm:
___________________________________________________________________________
Address for Correspondence:
___________________________________________________________________________
___________________________________________________________________________
Exam. form/Enrolment form/Reval form (Approx) : 2,18,000
Colleges# (Approx.) : 200 Exams scheme(Approx.): 200
S.No. General specification of the work Rate per form
including all
taxes and
charges
Examination work for pre Examination and other works
(MAIN/SEMESTER/SUPPLEMENTARY EXAMS) Approx
2,18,000 forms
Generation of filling through online system for UG/ PG/ Professional/
Semesters for examination 2013 with following work (detail given in
the section 'Scope of the work and brief overview of the project')
1. Editing and updation of the data
2. Roll number generation
3. Arranging Forms College wise and Roll no. wise for verification by
University staff
3. Enrolment number generation
4. Arranging Forms Alphabetically College wise for verification by
University staff
5. Supply of reports/services/ data as mentioned in the section
‘Deliverables’ in the tender document.
6. Re-evaluation work and other work to be allotted by the University.
35 | P a g e S i g n a t u r e & s e a l o f t h e f i r m
MOHANLAL SUKHADIA UNIVERSITY, UDAIPUR
No. MLSU/TEN/XN/ONLINE/2012-13/437 Dated : 20.10.2012
/ / TENDER NOTICE //
Sealed tenders are invited from reputed, experienced technologically sound firms having at
least one year experience of Online form filling & two year experience of pre examination work
for any University having student strength of one lac and above. Tender form having terms & Condition,
technical aspects and other details of work may be obtained on payment of Rs. 1000/- cash or through
demand draft from office of the Comptroller,M.L.S. University, Udaipur during office hours. It can also
be downloaded from University website www.mlsu.ac.in last date for depositing completed tender
form in the university upto 06.11.2012 up to 1.00 p.m. Tenders shall be opened on
06.11.2012 at 03.00 p.m. in the presence of tenderers or their representatives. Estimated cost of the
work will be 7.00 lakh EMD will be Rs. 14000/-
COMPTROLLER