expression of interest (eoi) with price bid - · pdf fileexpression of interest (eoi) with...
Post on 12-Feb-2018
226 Views
Preview:
TRANSCRIPT
EXPRESSION OF INTEREST (EOI) WITH PRICE BID
FOR
THE EMPANELMENT OF AGENCIES FOR CONDUCTING ONLINE EXAMINATIONS
WITH COMPUTER BASED EVALUATION PLUS TRAINING IN IT EDUCATION
Reference No. BECIL/EOI/ONLINE EXAM AGENCY/2017
Dated 25/07/2017
BROADCAST ENGINEERING CONSULTANTS INDIA LIMITED (A Govt. of India Enterprises – A Mini Ratna Company)
An ISO 9001:2008 Certified Company Head Office: 14-B, Ring Road, I.P. Estate, New Delhi -110002, Tel: 011-23378823, Fax: 23379885 Corporate Office: C-56/A17, Sector-62, Noida -201 307, Tel: 0120-4177850, Fax: 120-4177879
Email: itprojects@becil.com, Website: www.becil.com
S.No
Description
Details
1. EOI Ref. No BECIL/EOI/Online Exam Agency/2017
EOI for Conducting online examinations with computer based evaluation and training in IT education.
2. Date of Issue of EOI 25-07-2017
3. Last date of Submission of 04-08-2017 till 1:00 P.M.
EOI
4. Date of opening of EOI (EXCEPT PRICE BID) 04-08-2017 at 2:30 P.M.
5. Address of: Broadcast Engineering Consultant Limited
Purchase of EOI Document/ BECIL Bhawan, C -56, A/17, Sector-62
Submission of EOI / Opening Noida, Uttar Pradesh—201307
of EOI Ph. 0120 – 4177850 Fax. 012.0 – 417787
6. Website www.becil.com
7. Cost of EOI Document INR 2000/-
Authorized Signatory
1. ABOUT BECIL:
1.1. Broadcast Engineering Consultants India Limited (BECIL) an ISO 9001:2008 certified, a Mini Ratna public sector enterprise of Government of India under Ministry of Information & Broadcasting, was established on 24th March, 1995 for providing consultancy services of international standards for broadcasting in transmission and production technology including turnkey solutions in the specialized fields of Terrestrial & Satellite Broadcasting, Cable and various Information Technology(IT) related fields, including acoustics & audio-video systems & Security Systems.
1.2. BECIL is the professional platform which caters to all aspects of projects related to TV,
Radio, Communication and Security System from concept to completion and from regulation to realization. BECIL outsources manpower to various government departments, autonomous bodies, public sector enterprises etc.
2. EOI NOTICE:
2.1. Broadcast Engineering Consultants India Limited (BECIL) invites sealed Expression of
Interest (EOI) along with price bids from agencies having proven experience and ability for either or both of the following:
a. Conducting online examination with computer based evaluation.
b. Conducting online examination with computer based evaluation & Training in IT Education.
2.2. The bidders are advised to submit the bids in the following manner:
(a) Sealed Envelope-1 super scribed “PAYMENT FOR EOI DOCUMENT” (b) Sealed Envelope-2 super scribed “EOI DOCUMENT FOR TECHNICAL EVALUATION” (c) Sealed Enveloped-3 super scribed “PRICE OFFER/COMMERCIAL QUOTE” (d) Sealed Envelope-4 in which the sealed envelopes 1, 2 and 3 are enclosed super scribed
“EOI DOCUMENT FOR EMPANELMENT OF AGENCIES FOR CONDUCTING ONLINE EXAM ETC.”
2.3. The EOI must be submitted at the below given name and address:
Assistant Manager (HR) Broadcast Engineering Consultants India Limited C-56/A-17, Sector-62 Noida-201307 (UP)
2.4. The EOI bid must be submitted in English or Hindi language only with a font size of 12. All the document including the supporting documents/enclosures etc. must be fully legible. Supporting documents if in a language other than English must be accompanied by a certified English translated document. The English version shall prevail in matters of interpretation. EOI bid documents which are not legible shall be rejected.
2.5. Each bidder shall submit only one EOI bid. In case of two or more bids received from a
bidder, all the bids from that bidder shall be rejected.
2.6. Consortiums are not allowed. 2.7. The bidder shall bear all costs associated with the preparation and submission of EOI bid
and BECIL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the EOI process.
2.8. In case the bidder has any doubt about the meaning of anything contained in the EOI document, she/he shall seek clarification within 7 days of issue of EOI. Except for any written clarification by Ms. Avantika Malhotra, Assistant Manager (HR), BECIL via E-MAIL ID: avantika@becil.com no written or oral communication, presentation or explanation by any other employee of BECIL shall be taken to bind or fetter BECIL under the contract.
2.9. Bidders shall have to submit an amount of INR 2000/- (Rupees Two Thousands Only) in the form of Demand Draft in favor of " Broadcast Engineering Consultants India Limited” Payable at Noida along with the EOI towards the cost of EOI Document and no other mode of payment is acceptable. EOI Document is also available at BECIL Office: at C-56/A17, Sector-62, Noida - 201307. The cost of EOI document is non-refundable. EOI Document once sold will not be taken back.
2.8. The successful Bidders shall have to submit an amount of INR 100000/- (Rupees One Lakh
Only) in the form of Demand Draft in favour of “Broadcasting Engineering Consultants India Limited” payable at Noida as an empanelment fee (non-refundable). The empanelment will be valid for a period of two years. It may be extended for another two years for a revalidation fee of INR One lakh (non-refundable). In case of any ongoing project involving the empanelled bidder during the crossover time of two years, the fee shall be deducted from the project cost payable to the agency if not paid by the agency.
2.9. The Management of BECIL reserves the right to amend or withdraw any of the terms and conditions mentioned in the EOI Document or reject any or all the bids without giving any notice or assigning any reason. The decision of the Chairman and Managing Director, Broadcast Engineering Consultants India Limited in this regard shall be final and binding on all.
2.10. BECIL does not guarantee any business. However, all shortlisted agencies will will have to sign a non-disclosure agreement and MOU with BECIL before empanelment.
2.11. In case of entering into any contract, separate agreement shall have to be signed by the empanelled agency. All payments in the business shall be back to back basis only. EMD as applicable shall be payable by the agency entering into agreement as per the terms of the contract. This is over and above the registration fee.
2.12. BECIL may empanel one or more agencies and the agencies will have to match the price of the best bidder i.e. H1 if price quote is higher.
3. Submission of EOI
3.1. EOI, complete in all respects, must be submitted on or before the due date and time i.e. 04-08-2017 at 1:00 PM (IST). Late submitted EOI bids will be rejected.
3.2. BECIL may, at its own discretion, extend the last date for submission of EOI. In such a case, all rights and obligations of BECIL shall stand applicable on the bidder for the extended
time frame. 3.3. The bidders submitting their EOI through courier/by post must ensure that their EOI bid is
received on the said address by the stipulated date and time. No time extension for shall be granted and BECIL will not be responsible for any postal delays/loss/non-receipt thereof.
3.4. At any time prior to the last date for receipt of EOI, BECIL may for any reason, whether at
its own initiative or in response to a clarification requested by a prospective bidder, modify the EOI Document by an amendment. The amendment will be notified on BECIL’s website http://www.becil.com in tender section and should be taken into consideration by the prospective bidders while preparing their EOI.
3.5. In order to give prospective bidders reasonable time to take the amendment into account
in preparing their EOI bid, BECIL may at its discretion, extend the last date for the
submission of EOI. No EOI may be modified subsequent to the last date for receipt of EOI.
The EOI shall be ignored, if complete information is not given there-in, or if the particulars
and data (if any) asked for are not filled in properly.
4. Opening of EOI Bids
4.1. BECIL shall convene an EOI opening session on 04-08-2017 at 2:30 PM IST.
4.2. Envelope-4 shall be opened first.
4.3. Envelope-1 containing the EOI fee shall be opened second.
4.4. Envelope-2 shall be opened third only for those bidders whose EOI fee is found in Envelope-1. Remaining bids will be rejected.
4.5. Envelope-3 shall be opened on the price bid opening date (to be announced later to successful bidders only).
4.6. The bidder may depute its representative for the bid opening with authorization letter.
5. Qualification / Eligibility Criteria for Bidders
Following are the Qualification / Eligibility Criteria to participate in the EOI bid (Bidder is required to fulfil all the condition of Qualification/ Eligibility Criteria and in case any of condition is not met, EOI bid will be rejected)
S. N. Pre-qualification Criteria Supporting Documents
1. The firm should be a company registered under the Indian Companies Act, 1956 and have their registered offices in India
Copy of Certificate of Incorporation
2. The firm should have ISO 27001 and ISO 20000-1 Copy of Certificate
3. The bidder is required to submit following documents:* a) Company Registration b) Copy of PAN No. c) Copy of TAN No. d) Copy of Service Tax No. (if applicable) e) Copy of TIN/VAT No. (if applicable) f) Copy of GSTN *In case any document mentioned above is not submitted, the bid shall stand rejected.
Copy of all mentioned Certificate must be enclosed
4. Bidder must have their branch/regional office in Delhi/NCR
Self-certified address of the Delhi/ NCR office (shall be verified by BECIL)
5. The firm should have Average Turnover of Rs.25 Crore in last three financial years (i.e. FY 2014-15, 2015-16, 2016-17) in India.
Audited Balance Sheet should be enclosed along with the CA certificate
6. The firm should not be blacklisted by any Central Government/State Government/PSU/Government Bodies/Autonomous Bodies/Private Sector.
Undertaking (on Non-Judicial stamp paper of Rs.100/-, duly Notarized)
7. Bidder should own the source code of the solution proposed for online examination and must be submitted to BECIL after the contract period.
Self-declaration signed by the Authorized Signatory (on Non-Judicial stamp paper of Rs.100/-, duly Notarized)
NOTE: 1. All the Annexures must be duly filled, signed and stamped by bidder. 2. The agency meeting the eligibility criteria and scoring atleast 50 marks will be considered
for empanelment.
3. The agency shall submit a financial bid also along with the technical bid as per Annexure–IV. 4. The empanelment will be based on a QCBS method of evaluation with 75% of Technical
score and 25% of Financial quote. Commercial bid/quotes if found unreasonable shall be disqualified and bid shall be rejected. Discretionary power for disqualification will be of BECIL only and shall be binding on the bidders. Apart from the quoted price for Training in IT education BECIL may discuss the prices with agencies offering exclusive business solutions separately and the final pricing in such cases shall be based on the mutual agreement between BECIL, Agency and Client. However, this provision does not interfere with the qualified bidders for regular business.
EVALUATION CRITERIA FOR BIDS IN RESPECT OF ONLINE EXAMINATION WITH COMPUTER BASED
EVALUATION
S. No.
Criteria Basis of Evaluation Max
Marks Supporting
1
Average Annual turnover in the last 3 financial year i.e. 2014-15, 2015-16, 2016-17 (Turnover in Rs. Crore)
• More than or equal to 75 Cr: 10 marks • More than or equal to 50 Cr and less than 75 Cr: 8 marks • More than or equal to 25 Cr and less than 50 Cr: 6 marks
10
Audited Financial or CA Certificate.
2
The bidder should have executed End to End Computer Based Exam (Including Online Application, Admit Card generation, Content creation, Conduct of exam including venue booking, Result and Merit list with minimum of 100000 (One lakhs) registered candidates in an examination cycle for any Government Departments/bodies as on RFP publish date.
• 5 or more exam: 20 marks • 4 exams:15 marks • 3 exams:10 marks • 1 -2 exams :5 marks
20
Work order and Client testimonial
3
The bidder should have executed End to End Computer Based Exam (Including Online Application, Admit Card generation, Content creation, Conduct of exam including venue booking, Result and Merit list) in a single shift for any Government Departments/bodies as on RFP publish date.
• 50000 or more scheduled in single Shift : 15 marks • More than 30000 & less than 50000 scheduled in single Shift : 12 marks • More than 15000 & less than 30000 scheduled in single Shift : 9 marks • More than 10000 & less than 15000 scheduled in single Shift : 6 marks
15
Work order and Client testimonial
4
Experience of Bidder in conducting computer based examination should be at least 5 years for external clients.
• 10 or more years: 20 marks • More 9 years and less 10 years :15 marks • More 8 years and less 7 years :10 marks • More 5 years and less 7 years :5 marks
20
Work order or client certificate, showing the experience of the bidder.
5
The Bidder should have proven capability of computer based evaluation (evaluation of scanned answer booklets using computer) for any govt. department or Govt. education body, in last financial year i.e. 2016-17.
• More than 5 projects: 5 • More 3-5 Project: 3 • 1-2 Projects :2
5
Work order/ client certificate
6
The Bidder should have proven capability of computer based evaluation (evaluation of scanned answer booklets using computer) with answer booklet scanning experience at multiple locations for any govt. department or Govt. education body, in last financial year i.e. 2016-17.
• More than 30 Location: 5• More than 20-30 Location: 3• Upto 20 Location: 2
5
Work order/ client certificate
7
The Bidder should have proven capability of computer based evaluation (evaluation of scanned answer booklets using computer) on a single project Cycle for any govt. department or Govt. education body.
• 5 lakhs or More copies: 10 marks • More than 3 lakhs and less than 5 lakhs copies: 8 marks • More than 2 lakhs and less than 3 lakhs copies: 6 marks • More than 1 lakhs and less than 2 lakhs copies: 4 marks • More than 50 thousand lakhs and less than 1 lakhs copies: 2 marks
10
Work order/ client certificate
8
Certifications • ISO 9001: 2 Marks • ISO 27001: 2 Marks • STQC/ Cert-In: 4 marks • Any other certification specific to Assessment: 2 marks
10
Relevant Certificate
9
Number of on-roll employee • More than 500: 5 marks • 400 to 499 employees:4 marks • 300 to 399 employees:3 marks • 200 to 299 employees:2 marks 5
Letter from Head HR along with the list of name and official email id of the employee, and PF no.
100
EVALUATION CRITERIA FOR BIDS IN RESPECT OF ONLINE EXAMINATION WITH COMPUTER BASED
EVALUATION AND TRAINING IN IT EDUCATION
S. No.
Criteria Basis of Evaluation Max Marks
Supporting
1
Average Annual turnover in the last 3 financial years i.e. 2014-15, 2015-16, 2016-17 (Turnover in Rs. Crores)
• More than or equal to 75 Cr: 10 marks • More than or equal to 50 Cr and less than 75 Cr: 8 marks • More than or equal to 25 Cr and less than 50 Cr: 6 marks
10
Audited Financial or CA Certificate.
2
The bidder should have executed End to End Computer Based Exam (Including Online Application, Admit Card generation, Content creation, Conduct of exam including venue booking, Result and Merit list) with minimum of 100000 (One lakhs) registered candidates in an examination cycle for any Government Departments/bodies as on RFP publish date.
• 5 or more exam: 10 marks • 4 exams:8 marks • 3 exams:6 marks • 1 -2 exam :4 marks
10
Work order and Client testimonial
3
The bidder should have executed End to End Computer Based Exam (Including Online Application, Admit Card generation, Content creation, Conduct of exam including venue booking, Result and Merit list) in a single shift for any Government Departments/bodies as on RFP publish date.
• 50000 or more scheduled in single Shift : 15 marks • More than 30000 & less than 50000 scheduled in single Shift : 12 marks • More than 15000 & less than 30000 scheduled in single Shift : 9 marks • More than 10000 & less than 15000 scheduled in single Shift : 6 marks
15
Work order and Client testimonial
4
The bidder must have successfully completed Training Assignments for one or more Govt. within last five Financial years.
• 5000 or more trained: 5 marks• More than 4000 & less than 5000 :4 marks• More than 3000 & less than 4000 :3 marks• More than 2000 & less than 3000 :2 marks• Upto 2000 trained: 1 marks
5
Work Orders + Self Certificate of Completion (Certified by CA)
5
Bidder Should have training centre across India. Owned/Franchised under companies brand names.
• More than 500 centre: 15 marks • More than 400- 499 Centre : 12 Marks • More than 300- 399 Centre : 9 Marks • More than 200- 299 Centre : 6 Marks • Up to 200 centre: 4 marks
15
Centre list along with name address and contact number of centre owner.
6
The Bidder should have proven capability of computer based evaluation (evaluation of scanned answer booklets using computer) on a single project Cycle for any govt. department or Govt. education body.
• 5 lakhs or More copies: 10 marks • More than 3 lakhs and less than 5 lakhs copies: 8 marks • More than 2 lakhs and less than 3 lakhs copies: 6 marks • More than 1 lakhs and less than 2 lakhs copies: 4 marks • More than 50 thousand lakhs and less than 1 lakhs copies: 2 marks
10
Work order/client certificate
7
Certifications • ISO 9001: 2 Marks • ISO 27001: 2 Marks • STQC/ CertIn: 4 marks • Any other certification specific to Assessment and training: 2 marks
10
Relevant Certificate
8
Experience of Bidder in conducting computer based examination/ Training should be at least 5 years for external clients.
• 10 or more years: 20 marks• More 9 years and less 10 years :15 marks• More 8 years and less 7 years :10 marks• More 5 years and less 7 years :5 marks
20
9
Number of on-roll employee • More than 500: 5 marks • 400 to 499 employees:4 marks • 300 to 399 employees:3 marks • Upto 299 employees:2 marks
5
Letter from Head HR along with the list of name and official email id of the employee and PF No.
100
6. Bidder code of conduct and business ethics
BECIL is committed to its ‘values & beliefs’ and business practices to ensure that companies and Bidders, who supply goods, materials or services, will also comply with these principles.
4.1. Bribery and corruption:
Bidder are strictly prohibited from directly or indirectly (through intermediates or subcontractors) offering any bribe or undue gratification in any form to any person or entity and / or indulging in any corrupt practice in order to obtain or retain a business or contract.
4.2. Integrity, indemnity & limitation:
Bidder shall maintain high degree of integrity during the course of its dealings with business/contractual relationship with BECIL. If it is discovered at any stage that any business/ contract was secured by playing fraud or misrepresentation or suspension of material facts, such contract shall be voidable at the sole option of the competent authority of BECIL. For avoidance of doubts, no rights shall accrue to the Bidder in relation to such
business/contract and BECIL or any entity thereof shall not have or incur any obligation in respect thereof. The bidder shall indemnify BECIL in respect of any loss or damage suffered by BECIL on account of such fraud, misrepresentation or suspension of material facts.
8.3 Reporting Misconduct:
Bidders are required to report any misconduct/violations/improper demands from BECIL employees to the Chief Vigilance Officer/Director (O&M)/CMD. All communication in this regard should be directed only to above as per below mentioned email ids;
Chairman and Managing Director: george@becil.com
No Communication shall be encouraged to any other authority / external sources in this regard.
Annexure-I
SELF DECLARATION FOR THE CODE OF INTEGRITY
(To be included in the RFP) I/We shall maintain a high degree of integrity during the course of my/our dealings business/contractual relationship with BECIL. If it is discovered at any stage that any business/ contract was secured by playing fraud or misrepresentation or suspension of material facts, I/We authorize BECIL to term such contract as voidable at the its sole option. Place: ______________________ \
Signature of Authorized Signatory on behalf of Agency
Date : _________________ Address : __________________________ Mobile : _________________________ Email ID: _________________________
ANNEXURE -II
UNDERTAKING & ACCEPTANCE LETTER BY THE BIDDER
(To be included in the EOI) I/We have carefully gone through the various terms and conditions listed in the EOI Document for conducting online/ offline examinations & computer based evaluation and to provide it, education & skill development training for BECIL as an empanelled agency. I/We agree to all these conditions and offer for the same as mentioned above for BECIL and submitting this EOI after carefully reading the conditions and understanding the same without any kind of pressure or influence from any source whatsoever. I/We hereby sign this undertaking in token of our acceptance of various conditions listed in the EOI document. Place:_____________ ________________________________
Signature of Authorized Signatory on behalf of Agency
Date:__________________ Address:________________ Mobile Number:_________Email ID:______________
Annexure-III
PARTICULARS OF THE BIDDER TO BE FURNISHED FOR THE PURPOSE OF ELIGIBILITY
1. Name of Organization /firm/company
2. Office Address /Telephone No / Fax No / email id / website
3. Year and Place of incorporation
4. Status of the firm (Proprietary/Partnership/Private
Limited/ Limited Firm)
5. Name of Directors/Partners/Proprietor
ii)
iii)
6. Details of principle person concerned with this work with
Name/ Designation/contact no./ Fax/ Email Id, Etc.
7. Whether registered with the registrar of companies
/registrar of firms. If so, mention number and date.
8. In case of change of Name of the Firm, former Name / Names
and year/ years of establishment:
09. State Annual turnover of the company
Furnish copies of audited balance sheet and profit & loss account (audited) for the last three years (ie. FY 2014-15, 2015-16, 2016-17).
last three years.
10. EOI fee Details: Amount: DD No. Date: Bank:
Place:
Date: Signature of the Bidder
Annexure IV
PRICE BID
Basic Rate (INR) Taxes (INR) Total (INR)
1 Rate per candidate for conducting online examination without CCTV coverage of exam, photo-capture & Biometric.
i) For Single Shift ii)For Multiple Shift
2 Rate per candidate for conducting online examination with CCTV coverage of exam, photo-capture & biometric.
i)For Single shift ii)For Multiple shift
3 Rate per candidate for computer based evaluation only
4 Rate per candidate imparting IT training (includes trainer cost, content cost & venue cost for minimum 20 candidates)
NOTE: Rates for Online examination must include cost towards online application, admit card, online
payment of fee, content, SMS and email to candidates, conduct of test, venue booking and merit list
as per the client requirement.
top related