mid day meal scheme karnataka bangalore “tender...
TRANSCRIPT
1
MIDDAYMEALSCHEME
Karnataka‐Bangalore
“TENDERNOTIFICATION”
Toprovidetheservicesof“SoftwareEngineer(Developer),Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant,DataEntryOperators,DriverandMessengersto
StateOffice.
TENDERDOCUMENT
AddressforcommunicationOfficeoftheJointDirector,
PublicInstruction,
Middaymealscheme,Opp.CauveryBhavan
K.G.Road,Bangalore‐09.
Email:[email protected]&[email protected]
Website:www.schooleducation.kar.nic.in
PhoneNo:22242943FaxNo:22271998
2
.
NO:M5/MDMoutsourcetender‐15/2016‐17Dated:25‐07‐2016
TenderSchedule
TenderApproximatevalue:Rs.45.00Lakhs
Sl.no Particulars Date Time Venue01 DateofcommencementoftheBid 25‐07‐2016 3‐00PM e‐portalonline02 Prebidmeeting 09‐08‐2016 4‐00PM OfficeoftheJoint
Director,MidDayMealscheme,K.G.Road,Bangalore‐09
03 Lastdateforsubmissionofthebid 24‐08‐2016 5‐30PM e‐portalonline04 OpeningofTechnicalBid 26‐08‐2016 11‐00AM e‐portalonline05 OpeningofcommercialBid 31‐08‐2016 11‐00AM e‐portalonline
3
NOTICEINVITINGTENDERFOR“Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant,,DataEntryOperators,Driverand
MessengerstoStateOffice”.
TENDERNOTIFICATION(Throughe‐procurementportalonly)
NO:M5/MDMoutsourcetender‐15/2016‐17Dated:25‐07‐2016
The Commissioner for Public Instruction, N.T.Road, K.R.Circle, Bangalore ‐01,invitesTendersintwo‐tendermode,i.e.TechnicalandFinancial,fromeligibleTenderersfor providing services of “Software Engineer (Developer), Programmer, Junior(Assistant) Programmer, StatisticalAssistants,AccountsAssistant, DataEntryOperators,DriverandMessengerstoStateOffice.
1.PRE‐QUALIFICATIONCRITERIAThe Tenderer who intend to participate shall meet the following qualifyingrequirements:(a)TechnicalCriteria(i) The prospective Tenderer (i.e. Facility Management Agency) should have
successfully provided Software Engineer (Developer)/Programmers/Statistical Assistants/Asst/Junior Programmers/Account’s Assistants /DataEntry Operators, Driver and Messengers. Technical or Skilled Manpowerservicestoanyorganization/establishmentfornotlessthan50,persons/usersonanormalworkingdayinasingleunitforacontinuousperiodoftwoyearsduringthelastthreeyears.
(ii) The annual value of single largest contract at a unit should be not less thanRs.25lakhsperannumonadailyoperation.
(iii) Forthepurposeofcalculating'valueofwork'ofafacilitymanagementagency,
thevalueofoperatinganindustrial/academicinstitution/establishmentwillbeconsidered.
(iv) Thetimeperiodofthreeyearsshallbereckonedason31.3.2016(v) Tenderershallnotbeunderadeclarationofcorruptandfraudulentpractices
issuedbyGovernmentofKarnataka.(vi) Tenderershouldhavebeeninexistenceforatleast5years.(vii) Tenderer should preferably have been incorporated in Karnataka. If
incorporatedelsewhere,shouldhavenecessarypermission/licensetooperateinKarnataka.
(viii) Servicepersonnelemployedshouldbeabove18yearsofageandbelow65years.(ix) PriorexperienceofservicestoGovernment,PSUswillbeanaddedadvantage
4
(x) All Tenders should include the Technical and Financial requirement
informationasperAnnexure‐2&Annexure‐7(xi) ApplicationsshouldbeaccompaniedbycopiesofvalidRegistrationcertificates
under Income Tax, Service Tax, Provident Fund, Employees State Insuranceandanyotherstatutoryrequirements.
(xii) The Tenderers are responsible for employee insurance including medical
coverage.CPI ( Commissioner forPublic instruction) hasno liability in thisconnection.
(xiii) Tenders should be accompanied by copies of Income Tax and Service Tax
Returnsforthelast3years.(xiv) TendersshouldbeaccompaniedbycopiesofthelatestreturnsofPFandESI.
(xv) ISOCertificationiscompulsory.(b)FinancialCriteria:
Company/firm should have an cumulative Turnover of Rs.1.00 crore during
the past three audited years i.e. 2013-14, 2014-15 & 2015-16.
2.GENERALTERMSANDCONDITONS(a) The Tenderer shall submit documentary evidence in support of the above
prequalification criteria. Tenderers with all information and supportingdocumentsbywayofcopiesofworkordersandauditedBalanceSheets,includingProfit&LossStatement,AnnualTurnoverStatement, latest IncomeTaxReturns,etc. to establish their credentials and track record for fulfilling the experience,financialandrankingsystemrequirements,alonewillbeconsidered.
(b) For the purpose of ascertaining the experience and financial criteria, theexperience and financial criteria of the Tenderer entity alonewill be taken intoconsideration.
(c) Thereshallnotbeanycaseorchargeunder investigation/enquiry/trialagainst
theTendererorconvictedinaCourtofLaworsuspended/blacklistedbyanyorganizationonanygrounds.
(d) Commissioner forPublic Instruction,K.R. Circle,Bengaluru, reserves the right tousein‐houseinformationforassessmentofcapabilityofTenderer.ThedecisionofCPIregardingthetenderwillbefinalandbinding.
5
(e) IftheperformanceoftheTendereris/hasbeenfoundtobeunsatisfactoryforanyreason, whatsoever, in any organization including MMS, then CPI reserves therighttorejectthetenderssubmittedbysuchTendereratanypointoftime.
(f) JointVentures/Consortiumbasedoffersshallnotbeaccepted.(g) Tender document can be downloaded from the websitehttp://eproc.karnataka.gov.in(h) TheTendererhastoensurethatthetenderdocumentisstrictlyaspertheorder
indicatedinthemasterindex.
(i) Tender document completed in all respects along with supporting documentsshallbesubmittedon‐lineupto05.30PMon24‐08‐2016.TheTechnicalOffersshall be openedon 26‐08‐2016at11.00AM. The short‐listed tenderswill beconsideredforopeningofFinancialTenderon 31‐08‐2016at11‐00AM. If theabovedayofopeninghappenstobeaclosedholidayforCPIorrespectiveoffice,itisimpliedthattheopeningofthetenderswillbeheldonthenextworkingdayatthetimestipulatedasabove.
(j) Tenderer's pre‐site inspection, queries and discussion can be made any time
during working hours (between 3.00 to 5.00 pm) from the office of JointDirector,MidDayMeal,Scheme.KGRoadBangaluru.Further details in thisregardarehighlightedinthesection"InstructiontoTenderer".
(k) Request forsendingtheTenderdocumentbypostorCourieroranyothermodeshallnotbeentertained.Telex/E‐mail/Faxtendersshallnotbeaccepted.
(l) Tenderershallensuresubmissionofcompleteinformation/documentsatthefirst
instance itself. Commissioner for Public Instruction, K.R. Circle, Bengaluru,reservestherighttocompletetheevaluationbasedonthedetailsfurnishedbytheTendererwithoutseekinganysubsequentadditionalinformation.Tendersnotincompliancewith tender conditionsorwith incomplete information/documentsareliableforrejection.
(m) Issuance of tender or submission of tender by itself shall not amount to pre‐
qualificationorentitletheTenderertoparticipateinthetendering.(n)CPIshallnot be responsible for any costs or expenses incurred by the Tenderer inconnectionwiththepreparationofTender.
(n) Canvassinginanyformbytheagencydirectlyorindirectlyorbyanyotheragency
/personontheirbehalf,mayleadtodisqualificationoftheirtender.(o) Clarification, if any, can be obtained from the Administration section on all
workingdaysduringtheworkinghoursoftheOfficei.e,between3.00to5.00pm.
JointDirector(MDM)TenderInviting
Authority
6
INSTRUCTIONSTOTENDERER[(GeneralConditionsofContract(GCC)]1.Generalprovisions1.1DefinitionsUnlessthecontextotherwiserequires,thefollowingtermswheneverusedinthiscontracthavethefollowingmeanings;a) “ApplicableLaw”meansthelawsandanyotherinstrumentshavingtheforceoflaw
inIndia,astheymaybeissuedandinforcefromtimetotime;
b) “Contract”meansthecontractsignedbytheparties,towhichthesegeneralconditionsofcontract(GC)areattached;
c) “EffectiveDate”meansthedateonwhichthiscontractcomesintoforceandeffectpursuantofClauseGC2.1.
d) “ContractPrice”meansthepricetobepaidfortheperformanceoftheservices,inaccordancewithclause6;
e) “GC”meanstheseGeneralconditionsofcontract;
f) “Government”meanstheGovernmentofKarnataka;
g) “LocalCurrency”meansIndianRupee;
h) “MMS”meansMidDayMealScheme.
i) “CPI”meansCommissionerforPublicInstruction,K.R.Circle,Bengaluru,
j) “StateOffice”meansJointDirectorMidDayMeals,KGRoadBangalore‐09.”
k) ”Member” in case the Agency/Firm consists of a joint venture of more than oneentity, means any of these entities, and “Members” means all of these entities;“Member in Charge”means the entity specified in theGC to act on their behalf inexercisingalltheFirmrightsandobligationstowardstheclientunderthiscontract.
l) “Party”meanstheclientortheAgencyasthecasemaybe,andpartiesmeansbothofthem;
m) “Personnel”meanspersonshiredbytheTenderersandassignedtotheperformanceoftheservicesoranyparthereof;
n) “Services”meanstheworktobeperformedbytheTendererspursuanttothiscontractasdescribedinTermsofReference.
7
1.GENERALCONDITIONSOFCONTRACTYou are invited to submit your Technical bid and Financial bid separately for"SoftwareEngineer(Developer),Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant, ,DataEntryOperators,Driver andMessengers to State Office for a period of 12 months. The 'Scope ofWork/Services'isoutlinedunderthesametitleinalatersectionofthisdocument.TheTENDERdocumentsshallremaintheexclusivepropertyoftheCPIwithoutanyrighttotheTenderertousethemforanypurposeexcepttenderingandforusebysuccessfulTendererwithreferencetothework.
2.TENDERDOCUMENT:
Tender document is available in the Karnataka Government web‐sitehttp://eproc.karnataka.gov.inandcanbedownloaded.
3.ONETENDERPERTENDEREREachparticipantshallsubmitonlyonetender(i.e.,TechnicalandFinancialtender).TendererwhosubmitsorparticipatesinmorethanoneTenderwillbedisqualified.
4.TENDERVALIDITY
Thebidsshallremainvalidforacceptanceforaperiodof4(four)monthsfromtheduedateofsubmissionoftender.TheTenderershallnotbeentitledtomodify,vary, revokeorcancel their tenderduring thesaidperiod. Incaseof theTenderermodifying,varying,revokingorcancelingthetender, theTenderershall forfeit theEarnest Money Deposit paid. The validity of the tender shall be extended as andwhenrequiredfortheperiodasrequestedbytheCPIOfficeinwriting.
5.AMENDMENTTOTENDERINGDOCUMENT TheCPIOfficemayforanyreason,whetheratitsowninitiativeorinresponsetotheclarificationrequestedbytheprospectiveTenderer,issueamendmentintheform of addendum / corrigendum either during the period of issue of tenderdocumentandsubsequenttoreceivingthetenders. Anyaddendum/ corrigendum thus issued shallbecomepartof theTenderDocument and the Tenderer shall submit "Original" addendum corrigendum dulysigned and stamped in token of acceptance. For addendum/ corrigendum issuedduringthetenderingperiod,Tenderershallconsidertheimpactofsuchaddendum/corrigenduminthetender. For addendum /corrigendum issued subsequent to receiving the tenders,Tenderer shall follow the instructions issued along with such addendum /corrigendum.
6.CLARIFICATIONSREQUESTEDBYTENDERERS:
AlthoughthedetailspresentedinthetenderingdocumentconsistsofConditionsofContract,ScopeofWork/Services,Specificationsandhavebeencompiledwithinallreasonablecare,itistheTenderer'sresponsibilitytoensurethattheinformationprovidedisadequateandclearlyunderstood.
8
TheTenderershallexaminetheTenderDocumentthoroughlyinallrespectandif
anyconflict,discrepancy,errororomissionisobserved, theTenderermayrequestclarificationduringthepre‐bidmeetingtobeheldpriortotheTenderClosingDate.
Such clarification requests in writing, shall be addressed to the CPI (JointDirector,MDM)OfficeKGRoad,Bengaluru.
7. CHECKLISTFORSUBMISSIONOFTENDERIn order to ensure that the Tenderer complete the tender, a check list forsubmissionofvariousdocumentsdetailsin"Technical&FinancialTender,hasbeenenclosedasAnnexure‐2.
The Tenderer in their own interest, are requested to fill the check list and
submit it along with the tender for ready reference.In case of incompletesubmission,CPIOfficeK.R.Circle,Bengaluru,willnotbeunderanyobligationtogivetheTendereranopportunitytomakegoodsuchdeficienciesandCPIOfficemayatitsowndiscretion treatsuch tendersas incompleteandnotconsider thesame forfurtherevaluation.
8. MODEOFSUBMISSIONOFTENDERTENDERshallbesubmittedine‐procurementportalintwoBids.PART‐I:TECHNICALBIDPART‐II:FINANCIALBIDPart‐I of the tender document shall contain all pre‐qualification,i.e.,the Technical details as mentioned in Annexure‐2,under the heading "Pre‐QualificationRequirement".
Part–IIofthetenderdocumentshallcontaininformationregardingtheratesto be quoted. Any conditionsmentioned by the Tenderer in Part ‐ II shall not betakenintoaccountandifinsistedupon,thetendershallbeliableforrejection.
9. TENDERSUBMISSION.TenderdocumentscanbedownloadedfromTheTenderersshouldensurethattheiroffersareuploadedate‐procurementportalwithinthestipulateddateandtime.CPIOffice shall not take responsibility if the tenders are not uploaded at the aboveportalwithinduedateand timeand the tendersuploadedafter thedateand timestipulatedforreceiptoftendersareliabletoberejected.Norequestforextensionoftimeforsubmissionoftendershallbeconsidered.
10. EARNESTMONEYDEPOSIT(EMD)
10.1EarnestMoneyDepositofRs90,000/‐(Ninetythousandrupeesonly)shallbedepositedwiththeTender.
9
10.2TheEMDshallbepaidthroughe‐procurementwithanyofthefollowingmodes:a)DebitCard,b)CreditCard,c)NEFT(NationalElectronicFundTransfer)andd)OTC(Over‐the‐Counterpayment‐throughICICIBank).Note:EMDshallbepaidthroughonlineonly.
10.3TenderswithouttheEMDwillberejected.10.4NointerestshallbepayableontheEMDfurnished.10.5IftheTendereraftersubmittingthetender,revokestheofferormodifiesthetermsandconditionsthereofduringthevalidityoftheoffer,exceptwheretheCPIOfficehasgivenopportunitytodoso,theEMDshallbeliabletobeforfeited.10.6IntheeventofwithdrawaloftheInvitationtoTenderbytheCPIOffice,theEMDpaidwiththetenderwillbereturnedtotheTendererwithinaperiodof8weeks.10.7IntheeventofthesuccessfulTenderer'sfailureorrefusaltosigntheagreementorfurnishthesecuritydeposit,theearnestmoneydepositshallbeforfeited,reservestherighttorecoveranyfurtherlossordamageincurredorcausedinconsequencethereof,fromtheTenderer.10.8 TheEMDshallbe returned to theunsuccessfulBidderswithinaperiodof four(4)weeks fromthedateof issuing theworkorder to theSuccessfulBidder.TheEMDsubmittedbytheSuccessfulBiddershallbereleaseduponfurnishingthePerformanceSecurityintherequiredformandmannerasstipulatedintheAgreement.10.9 TheEMDshallbeforfeitedinthefollowingcases:a) IftheBiddermodifiesorwithdrawstheProposal;b) If theBidderwithdraws theProposal during the interval between theProposal
duedateandexpirationperiodoftheProposalValidityperiod;c) If the Successful Bidder fails to provide the Performance Security within the
stipulatedtimeoranyextensionthereofprovidedbytheCPIofficed) If any information or document furnished by the Bidder turns out to be
misleadingoruntrueinanymaterialrespect;e) If the successful Bidder fails to provide the suitable candidates with in the
stipulatedtime.f) In case of CPI Office finds that the performance of the bidder is not to the
expectedquality,thentheCPIOfficeK.R.Circle,Bengaluru,reservestherightofcancellationofthecontractwithoutgivinganyreason.
11. TECHINCALDISCUSSIONS
Technical Discussions with the Tenderer shall be arranged, if needed. TheTenderershalldeputetheirauthorizedrepresentative(s)attendingthediscussionsandsign the minutes of meeting on behalf of his organization. The authorizedrepresentativesmustbecompetentandempoweredtosettlealltechnicalissues.
10
12. COMPLIANCETOTENDERREQUIREMENT
CPI Office expects the Tenderer to comply with requirement of tenderingdocument without any deviation. In any case, no exception or deviation shall beaccepted. Deviation on clauses, if felt necessary, should be furnished in the technicaltender itself as per the enclosed format. CPI Office shall not take cognizance of anydeviationstipulatedelsewhereinthetender.13. TENDEREVALUATIONCRITERIA13.1TenderingistheresponsibilityoftheTendererandnorelieforconsiderationcan
be given for errors and omissions made by the Tenderer in advertently orotherwise.Tenderwithincompleteinformationisliableforrejection.
13.2TheTenderer,whointendstoparticipateshallmeetthequalifyingrequirementasmentionedinnoticeinvitingtender.
13.3Tendersnotmeetingthequalifyingrequirementsshallbesummarilyrejected.13.4 Tenders of those Tenderer which are found to be meeting the qualifying
requirement,shallbetakenupfordetailedevaluation.13.5IncasethetenderdoesnotfullycomplywiththerequirementofTenderdocument
and incase theTenderercontinues to stipulateexceptionsanddeviations to theclausesofTenderdocumentandifthesameisnotacceptabletoCPIOfficethenthetenderwillberejected.
13.6Proposeddeploymentof resources likemanpowershallbecompliedwithaspertherequirementsspecifiedandwillbecompletedpriortothecommencementofwork.
13.7PerformanceofTendereronworksexecuted/underexecutionshallbetakenintoconsiderationbeforeselectingtheTendererforopeningoftheirfinancialpart.
13.8 The Tenderer shall not mention their Financial terms/ rates anywhere in theTechnical (Part‐I) part of the tender. If Tenderer specifies or quotes Financialterms/rates Tender in the Technical (Part‐I) part of the tender, then their offershallberejectedsummarily.
14. PROPOSALOFTHETENDERER:
TheTenderershallarrangetheirtenderinthefollowingorder:
14.1 PART‐ITECHNICALPART:
(a) Tenderingdocumentdulyuploadedinallrespects(b) Documentsinsupportofpre‐qualifyingrequirementsasperAnnexure‐2,(c) EarnestMoneyDepositofRs90,000/‐(Ninetythousandrupeesonly)through
online. (d) ServiceTaxRegistrationCertificate(e) DetailsofTechnical/SkilledManpowerproposedtobedeployed‐inaseparate
annexure(f) PowerofAttorneyinthenameofthepersonwhohassignedthetenderincase
iftheowneroftheCompanyisunabletosignthedocumentforanyunavoidablereasons.
(g) AnnualTurnoverStatement2013‐14,2014‐15and2015‐16(h) DetailsaboutESI(i) DetailsaboutEPF(j) DetailsaboutLabourLaws
11
(k) DetailsaboutLocalbodiesregistration(l) ISOcertificate(m) Otherstatutorydetails,ifany.
14.2 PART‐II‐FINANCIALPART
TheFinancialPartof tendershallbesubmittedasgiven inAnnexure‐7.Financial
tender shall containonlyFinancialsquotedby theTenderer.The tenderquoteof thebidderswhoquote0%asservicechargeswillnotbeconsidered.Applicableincometaxwillbedeductedasperprevailingrulesagainstthebillssubmitted.ProfessionaltaxwillbedeductedasperPTrules.15. TENDERER'SRESPONSIBILITYFORQUOTATION
Althoughthedetailspresentedinthistenderdocumenthavebeencompiledwith,withallreasonablecare,itistheTendererresponsibilitytoensurethattheinformationprovidedisadequateandclearlyunderstood.16. EVALUATIONOFFINANCIALTENDERS
16.1.ThefinancialtendersofonlythoseTenderershallbeconsideredforopeningandevaluation whose tender is determined to be technically and commerciallyacceptable to CPI Office. Evaluation of financial tenders shall be taken up todetermine the competitive Financials of the technical tenders and include thefollowing:
Financial tenders containing overwriting/erasures in the quoted rates shall be
liableforrejection.Cuttingsandoverwritingshallbeavoided.However,incaseanycuttingisunavoidablethesameshallbeattestedbythesignatoryofTender,failingwhichsuchFinancialtendersshallbeliableforrejection.
Thebiddershouldquotethepercentageofservicechargescommonforallposts.
On arriving at the final evaluated Financials of all Tenderer, any uncalled for
lumpsum/percentage/oradhocreduction,ifany,offeredbytheTendererafterthelastdateofsubmissionofFinancialsorrebatesofferedatanyplaceshallnotbeconsidered for thepurposeofevaluation.However, such reduction/rebatefrom the Tenderer, who is finally selected, shall be taken into account whileissuingfinalorder.
16.2.CPIreservestherighttonegotiateonthequotedFinancials.17. CONTRACTDOCUMENT17.1TheTenderer,whosetenderhasbeenacceptedbyCPI shallenter intoformal
agreementwithCPIatthedateandplacetobenotifiedbytheCPIOffice.17.2Contractdocuments for agreement shall bepreparedafterawardofworks as
intimated to the successful Tenderer and by a Letter of Acceptance by the
12
Tenderer. Until the final contract documents are prepared and executed, theTendering document together with the annexed documents and Tenderer'sacceptance thereof shall constitute a binding contract between the successfulTenderer and the CPI Office. Contract documents to be signed betweenCommissioner for Public Instruction, K.R.Circle, Bengaluru, and successfulTenderer,shallconsistoffollowing:
Agreementonstamppaperofappropriatevalue LetterofAcceptance DetailedLetterofAward. OriginalTenderingdocumentdulysignedbytheTenderer. AddendumissuedtoTenderer,ifanydulysignedbytheTenderer.
18. AWARDOFWORK
TheTenderer,whose tender is accepted byCPI, shall be issuedwith a Letter ofAcceptance prior to expiry of tender validity. Tenderer, shall confirm Acceptance byreturningasignedcopyoftheLetterofAcceptance.CPIshallnotbeobligedtofurnishany information / clarification / explanation to the unsuccessful Tenderer as regardsnon‐acceptanceoftheirtenders.ExceptforrefundofEMDtounsuccessfulTenderer,theCPIOfficeshallcorrespondonlywiththesuccessfulTenderer.
CommissionerforPublicInstruction,
K.R.Circle,Bengaluru
13
TERMSOFREFERENCEFORPROVIDING“SoftwareEngineer(Developer)
02, Programmer 01, Junior (Assistant) Programmer‐01, StatisticalAssistant01, AccountsAssistant‐02,DataEntryOperators3,Driver1andMessengers3toStateOffice.
1. BACKGROUND:
MidDayMeal Programme, Scheme is Centrally sponcered Scheme, ThemainobjectiveisuniversalisationofElementaryEducation,givemiddaymealstoall6‐16years age groupof childrenwho studied inGovt andAided Primary andHighschools ,toimprovenutritional levelsandhealthandHygiene,aspertheNFSSAactandHonrableSupremecourtdirections.InallthedistrictsofKarnatakastateforwhich fundsaresharedbetweentheGovernmentof IndiaandStateGovernment.TheprogramisimplementingthroughZillapanchayathandTalukpanchayat.2.OBJECTIVES:
1.ImplementationofthemiddaymealsprogrammewiththehelpofTechnology.
MaintaintheSchoolleveldata/informationatTalukalevel. TosendthedatafromTalukleveltoStatelevelinthestate. Maintain the correct Statistics at various level i.e, from Cluster,
Block,DistrictandStatelevel.StateleveltoMHRD. periodically Update Annual and Monthly Online data on MIS
software,maintainfromNIC‐NewDelhi. To get the reports from thedatabase, generate various reports as
pertherequirements.Keepreadyinelectronicform.2. CPI intends to procure the services of Software Engineer (Developer),Programmer, Junior (Assistant ) Programmer, Statistical Assistants, AccountsAssistantswillhave towork at the JointDirector ,MidDayMealsProgramme,Data Entry Operators Driver and Messengers will have to work at the JointDirector ,MidDayMealsProgramme,Bengaluruonalltheworkingdaysduringtheofficehoursandco‐ordinatewiththeotherworks.
14
1.REQUIREDQUALIFICATIONS
No EducationalQualification Requiredpersonnel
Experience
1 3 4 51. TheSoftwareEngineer(Developer):B.E
ComputerScience/B.Tech/M.Tech/MCAPassing.Capabletodoandmaintainsoftwareindependently.
02 2 yearexperiencein.Net,C#,SQLServer,
Asp.Net
1.
The Programmer: B.E Comp / M.C.Apassing. Capable to do softwareindependently.Databasemanagement andprogrammedevelopmentondotnet andjavatechnology.
01
fiveyearexperienceindatabasemanagement
2 TheStatisticalAssistant:M.Sc.Statistics/M.ScMathematics or M.com, passing. Must toprepare various kinds of statistics withanalytical way, with knowledge of MicrosoftWord, Excel, Internet browsing, PPT, mailingetc.They shouldbeofgood in typingKannadausingNudifonts.
01
twoyearsexperienceinanygovernment/semigovernmentofficerelatedto
statisticsconcern/Rtd.Statistical
officer/Assistant
3 Account Assistatnt: Graduate with passingwith tally andHe/She should haveworked inthe Accounts unit. With knowledge ofMicrosoftWord,Excel,Internetbrowsing,PPT,mailing etc,. They should be of good intyping Kannada using Nudi fonts. PrioritywillbegiventoB.ComorBBM.
02
minimum2yearsofanygovernment/semigovernmentorganization
4 Junior(Assistant)Programmer: B.EComputerScience/MCApassingwithoneyearexperienceorDiplomaincomputer/B.Sccomputerpassing 01
Withthreeyearsexperienceinanygovernment/semigovernmentofficeorMNCrelatedtocomputersoftwareanddatabasemanagement.
5 Data Entry Operater : Diploma/ JOC/ PUCpassing .with Typing in English and kannada(Nudisoftware)andMSOffice.PrioritywillbegiventoDegreewithabovesaidexperience.Theyshouldbeofgood intypingKannadausingNudifonts.
03
threeyearsexperienceinanygovernment/semigovernmentofficerelatedtoOnlineDataEntry,
15
6 Driver: 10th Std Pass Should possesvaliddrivinglicensefromtheconcerneddept/authority
01
threeyearsexperienceinanygovernment/semigovernmentoffice
7 Messenger:7thStdpassorfail,
03
one yearexperienceinanygovernment/semigovernmentoffice
Along with the Educational Qualification the candidates to be selected as “SoftwareEngineer (Developer),Programmer, Junior (Assistant) Programmer, StatisticalAssistants, Accounts Assistant, Data Entry Operators, Driver and Messengers:shouldhave:‐
goodpersonalityandwellmanneredtosuittheethicsofworkinginGovernment
offices. capableofraisingtotheneedsoftheoccasion,takeupresponsibilitiesandachieve
tasksindependentlyandingroups. requiredtobepresentandworkintheStateOfficeonallworkingdaysduringthe
workinghours. prepared toworkevenbefore andbeyondofficehours andalsoonGovernment
holidaysincasethesituationsodemandsforthecompletionofaparticulartask.The Data Entry Operators so provided by the Agency will not in way share
Employee‐EmployerobligationswithCPIOfficeHence,CPI/JDMMS/willnotbeinanyway directly or vicariously liable for any injury or damage caused to the “SoftwareEngineer (Developer),Programmer, Junior (Assistant) Programmer, StatisticalAssistants, Accounts Assistant, Data Entry Operators, Driver and MessengersprovidedbytheAgency.2. TASKS/RESPONSIBILITIES: No Name Task/responsibilitiesareto1 SoftwareEngineer
(Developer) Todevelopsoftwareasperrequirementsusing.net,c#
andSQL‐server. Maintainthedatabase AutomatedMonitoringSystemDatamaintainandget
variousreportsasperrequirement. Preparevariouskindofreportsaswhenitrequired. DaytoDaysendthereportsoftotalnumberof
childrentakenmealstoMHRDinXMLformat. Workinglocationat#455,NIC,4thfloor,MSBuilding.
2 Programmer: Todevelopsoftwareasperrequirements
Maintainthedatabase MISDatamaintainandgetvariousreports Preparevariouskindofreportsaswhenitrequired. MaintaintheQPR AWP&Bdatamaintainance,Preparethedocument,
andPPT3 Junior(Assistant)
Programmer WorkasaassistanttoaProgrammer, Developsoftwareaswhenitrequiredtotaluk,districtand
state. MISonlinesoftwaremonitoringandupdates
16
GiveassistancetoDistrict/Taluka,ProblemrelatedtoMIS.
Maintainthedata. Monthlymonitoringdata Prepareavarioustypesofgraphicreports.PPT
presentations InvolveinAWP&Bworks
4 TheStatisticalAssistant:
MaintenanceofStatistics Collecttheinformationfromtaluk/Districtfrequentlyand
updatetheinformation Maintainonlinedata Kitchenshedsinformation Kitchengarden,Toilet,drinkingwater, DatabaseofworkingofCCH’s.,TrainingofCCH’s,Injuries,
Detath,Accedent,rehabitation, Complaintstatistics. MaintainPlanrelatedstatistics,GOKandGoIStatistics
5 AccountAssistatnt AssisttoAccount’ssection Collecttheexpenditurefromdifferentdistrictandtaluk, Preparefinancialprogress PrepareQPRFinancialexpenditure Allocationandexpenditureagainsteachhead/component MaintainMMEexpenditure,Reconsilationinformation, Prepare&AssistAWP&Bplan, MaintainIndentingandexpenditureoffoodgrains Maintain,KMFpayments,pendingbills,advancesat
variouslevels.6 DataEntry
Operater: MISdataonlineentry.MPR,QPR,INDENT.Utilization
data. Enteringdataonthecomputer TypingoflettersinKannada&Englishlanguage Transcribeselecteddataintocomputer. Performingthetasksassignedtothem. Transferringtheselecteddata Sending&receivingemails.
7 Driver: Readytostayoutsidetheheadquarters8 Messenger: Cleaningtheoffice,filephysicalmovement,postofficework,
Tobringandsubmitfilefromvariousofficeaspertheinstructions.Etc.
3. REPLACEMENT:
1. ItismandatorythattheAgencyshouldreplacetheservicesoftheDEO’swhoseservices are found to be unsatisfactory by this office and provide suitable andequivalent replacement within seven days of information by the authorizedofficial overphoneoremail. If theAgency fails toproviderequirednumberofManpower in the stipulated period, Rs.1000/‐ per person/ day will be leviedupontheAgencyaspenalty.
17
2. TheAgencyshouldalsoreplacetheserviceofDEO’swhoquittheserviceorwhofails to attend the office work regularly on all working days. Those servicesshould also be replaced immediately upon notice from the authorized officialoverphoneoremail.Failingwhich,after threedays,Rs.1000/‐perperson/daywillbeleviedupontheAgencyaspenalty.
4. SECURITYDEPOSIT:
PerformanceSecurityamountasperprevailingrules(5%ofthetotalannualacceptedtenderamount)shouldbesubmittedtotheCPIOfficebythesuccessfulTendererbeforegettingtheworkorder.
5. DURATIONOFCONTRACT5.1Thedurationof contract shall be for a periodof 12 (Twelve)monthsonly. The
scheduledcommencementdateofcontractshallbefromthedateasindicatedintheMOU.
5.2TheTenderershallbeallowedaperiodof7daysfromthedateofsigningtheMOUto deploy the “Software Engineer (Developer), Programmer, Junior(Assistant) Programmer, StatisticalAssistants,AccountsAssistant, DataEntryOperators,DriverandMessengerstoStateOffice.
18
5.3Notwithstandinganythingcontainedinanyotherclause,theCPIreservestheright
to terminate the contract due to any failure on the part of the Tenderer indischargingtheirobligationsunderthecontractor intheeventof theirbecominginsolventorgoingintoliquidation.ThedecisionoftheCPIaboutthefailureonthepartoftheTenderershallbefinalandbindingontheTenderer.
5.4TheTenderershallgivepriornoticeof3(Three)monthstoCPIforterminationofcontract.
5.5TheCPIshallalsohave,withoutprejudicetheotherrightsandremedies,theright,inthe event of breach by the Tenderer of any of the terms and conditions of thecontract, or due to the Tenderer's inability to perform as agreed for any reasonwhatsoever,toterminatethecontractforthwithandgettheworkdonefortheun‐expired period of the contract at the risk and cost of the Tenderer, and recoverlosses, damages, expenses or costs that may be suffered or incurred by the CPIOffice. The decision of the Commissioner for Public Instruction, K.R.Circle,Bengaluru.CPI/JDMMSaboutthebreach/failureonthepartoftheTenderershallbefinalandbindingontheTendererandshallnotbecalledintoquestion.
5.6 Commissioner for Public Instruction, also reserves the right to terminate thecontractatanytimeduringitscurrencywithoutassigninganyreasonthereonbygivingthreemonthsnoticeinwritingtotheTendererattheirlastknownplaceofresidencebusinessandtheTenderershallnotbeentitledtoanycompensationbyreason of such termination. The decision of the Commissioner for PublicInstruction, under this clause shall be final, conclusive and binding on theTendererandshallnotbecalledintoquestion.
7.7TheCommissionerforPublicInstruction,onexercisingtherighttoterminatethe
contract as above, the Tenderer shall with draw the services of the “SoftwareEngineer(Developer)‐02,Programmer01,Junior(Assistant)Programmer‐01,StatisticalAssistant01,AccountsAssistant‐02,DataEntryOperators3,Driver1andMessengers3 toState Office. Withinseven (7)days fromthedate of official termination. At the same time, beforewithdrawal, the Tenderershouldmakegoodofthedamages/loses,ifany,causedbytheEmployeeatMMSstate.
6. LABOURLAWS,PROVIDENTFUND,ESI6.1 TheTenderershallobtainnecessarylicensefromtheLicensingAuthorityunderthe
Contract Labour (Regulation&Abolition) Act, 1970 and the Central Rules framedthereunderandproducethesameCPIoffice,intheTenderdocument.
6.2 The Tenderer shall not undertake or execute or permit any other agency or sub‐Tenderer to undertake or execute any work on the Tenderer's behalf throughcontractlabourexceptunderandinaccordancewiththelicenseissuedinthatbehalfbytheLicensingOfficerorotherauthorityprescribedundertheFactoriesActortheContractLabour(Regulation&Abolition)Act,1970oranyotherapplicablelaw,ruleorregulation.
6.3 TheEPFratesshouldbeaspertheGOI,MinistryoflabourandemploymentletternoEDL1/24/amendment scheme/2014 Dated 29.08.2014 has to be noted andincorporated.
6.4 The Tenderer shall comply with the provisions of ESI Act and Scheme framed
19
thereunderwithregardtoallhisDataEntryOperatorsinvolvedintheperformanceoftheContract,andshalldeductemployee'scontributionfromtheremunerationofeach of the employees and shall deposit the same together with employer'scontributionofsuchtotalremunerationpayabletotheemployeesintheappropriateaccount. Tenderer is required to submit documents/ challans towards proof ofremittancetowardsESIfortheDEO’sengagedforthisworkalongwitheveryRAbill.
6.5 The Tenderer should comply with the relevant provisions of the Employees
Provident Fund Act. The Tenderer should promptly deposit P.F. deduction of theeligiblecontractemployeesplusthe/employers'contributiontotheRPFC.Forthispurpose agency must submit a certificate in their Bill that PF amount has beendeducted from the eligible employees and alongwith the employers contributionhas been deposited with R.P.F.C. In support of this, the agency must furnish thechallanreceiptforthepaymentmadetoRPFC.Allsupportingdocuments/recordsshouldbemadeavailablebytheTenderertotheOfficeofCPIwhencalledfor.
6.6 All liabilities of the Contract, remuneration and other statutory obligations inrespectofthepersonsengagedbytheTenderershallbebornebytheTenderer.InviewoftheprovisionsoftheESIAct,PFActandotherActs,theTenderershalltakenecessary steps to cover its employeesunder the said enactments/ andshallsubmitproofofsuchcompliancetoRespective officemonthly,oratanydateuponsuchrequest,asmaybemadebyCPIofficetotheTenderer.
6.7 TheprovisionofEPF&MPAct,1952andtheRules/Schemesthereundershallbeapplicable to the Tenderer and the “Software Engineer (Developer),Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant,DataEntryOperators,DriverandMessengersengagedbyhimforthework.
7.REMUNERATION:1. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkas
SoftwareEngineer(Developer)intheJointDirectorOffice,MiddaymealsshouldbepaidtheminimumconsolidatednetremunerationofRs.39,800/‐
2. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkasProgrammer in the Joint Director Office, Mid day meals should be paid theminimumconsolidatednetremunerationofRs.24,800/‐
3. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkas
Junior(Assistant)ProgrammerintheJointDirectorOffice,MiddaymealsshouldbepaidtheminimumconsolidatednetremunerationofRs.19,800/‐
4. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkasTheStatisticalAssistantintheJointDirector,MiddaymealsOfficeshouldbepaidtheminimumconsolidatednetremunerationofRs.24,800/‐
5. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkasAccountAssistatntintheJointDirector,MiddaymealsOfficeshouldbepaidtheminimumconsolidatednetremunerationofRs.19,800/‐
20
6. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkasDataEntryOperater intheJointDirector ,MiddaymealsOffice,shouldbepaidtheminimumconsolidatednetremunerationofRs.11,000/‐
7. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkasDriver in the JointDirector Office,Middaymeals shouldbepaid theminimumconsolidatednetremunerationofRs.10,000/‐.
8. CommissionerforPublicInstruction,intendsthatthecandidatespostedtoworkasMessengerintheJointDirectorOffice,MiddaymealsshouldbepaidtheminimumconsolidatednetremunerationofRs.9000/‐.
9. TheAgencyshallberequiredtopaythemonthlypaymenttothecandidatesasabove and the Agency can quote their price bids keeping in view of theapplicableservicecharges.
10. The Agency will be solely responsible for the provision for any facilities to the
candidatesunderanyofthelawsundertheConstitutionofIndia.11. The payment for the “Software Engineer (Developer), Programmer, Junior
(Assistant) Programmer, Statistical Assistants, Accounts Assistant, DataEntryOperators,DriverandMessengers foreverycompletedmonthshouldbepaidonorbefore5thdayofthemonthdirectlytotheBankAccountoftheconcernedData Entry Operator and necessary proof of the same should be submitted alongwiththebills.
12. ThenecessaryTaxdeductionswillbeeffectedinthebillsasperrules.
13. Leave facility of One day per each calendar month is allowed to the “Software
Engineer (Developer), Programmer, Junior (Assistant) Programmer,StatisticalAssistants,AccountsAssistant, Data EntryOperators,Driver andMessengers.
14. They have to be provided Provident Fund & Other statutory benefits as per theexistingrulesoftheStateGovernment/CentralGovernmentasapplicable.
15. TheTenderershallmakepaymenttotheDEO’sdeployedbyhimonthescheduled
date.TheTendererhastomaintaintheECsstatement(aquittance)forthepaymentmade to the personnel deployed as “Software Engineer (Developer),Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant, Data EntryOperators,Driver andMessengers. The copy of aboveproofshallbe/enclosedalongwithmonthlyrunningbills.
TheTenderershallbesolelyresponsible todisburseremunerationduepayable tothepersonneldeployedasSoftwareEngineer(Developer),Programmer,Junior(Assistant) Programmer, Statistical Assistants, Accounts Assistant, DataEntryOperators,DriverandMessengers promptlyby5thdayofeverymonth.Ifthe Tenderer fails to pay the remuneration to “SoftwareEngineer (Developer),Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant, Data Entry Operators, Driver and Messengers with the relevant
21
statutoryprovisions,CPIOfficewouldimposeapenaltyofRs.1000/‐dayforallthedelayeddays.Thispenaltyperiodwouldbeforamaximumof10days.Beyondthisperiod,CPIofficewouldconsiderofcontinuingtheContract.
16. TheTenderer should submit copies returns filedbeforeEPFand/ESIofmonthlyremittancestotheJointDirector,MiddaymealsOfficeby10thofsubsequentmonthalong with monthly running bills and submit the Attendance / ECs statement(aquittance)fortheDEO’sengaged.
17. The Tenderer shall, whenever required by the CPI Office or Government Officials
authorizedundertheStatutes,produceforinspection,allforms,registersandotherdocumentsrequiredtobemaintainedundervariousstatutes.
8. PENALTIESFORNON‐REMITTANCEOFPF&ESICONTRIBUTION
In the case of delay/default in payment of contribution under ESI Scheme andEPFSchemebesides the recoveryof the amountsdueby theTenderer towards theircontribution, penal interest and/or damages as may be levied by the ESI or PFAuthorities,apenaltyof20%oftheaboveamountwouldalsobeleviedandrecoveredfrom their running bills. In the event of cessation of the contract due to any reasonwhatsoever,theSecurityDepositwillberefundedonlyafterduesatisfactionasregardsthepaymentofESIandEPFduesbytheTenderer.
9. GOVERNMENTANDLOCALRULES
Theapprovalfromanyauthorityrequiredasperstatutoryrulesand/regulationsofCentral/StateGovernmentshallberesponsibilityoftheTenderer.10. FIRSTAID
TheTenderershallprovidenecessaryFirstAidFacilitiestohispersonnel.11. GENERAL11.1TheTenderershallfurnishinwritingthelistofpersonstobedeployedbyhim.He
shallnotengagepersonsbelow18years,willnotexceedof65yearsofage.11.2 If any of the workers employed by the Tenderer is found indulging in acts
subversiveofdiscipline,thesamewillbebroughttotheknowledgeoftheTendererandheshallarrangeforreplacementofsuchpersonnel.
12. ARBITRATION
12.1IfanydisputearisingoutofthiscontractshallbesettledaspertheArbitrationand
ConciliationAct1996.12.2Intheeventofanydisputeastotheinterpretationofanyoftheseprovisions,such
dispute shall be settled through mutual negotiations or by appointing a soleArbitrator mutually agreed upon or an Arbitrator from panel of ArbitratorsofIndianCouncilofArbitration.
22
12.3 In the event of a referencemade to an Arbitrator, the decision of theArbitratorshall be final andbinding onboth theparties of this agreement and shall not becalledintoquestion.
12.4 Subject as aforesaid, the Arbitration&Conciliation Act, 1996, shall apply to the
arbitrationproceedingsunder this clauseandsucharbitrationshall takeplace inBangalore.
12.5TheCostsofandinconnectionwitharbitrationshallbedecidedbytheArbitrator
athissolediscretion,whomaymakeasuitableprovisionforthesameinhisAward.13. CONSTITUTIONOFTHETENDERER
The Tenderer shall not change the composition during the currency of thecontractwithout thepriorapprovalof theCPIOffice.Anyhappening likeDeath!Resignationofanypartner/director/membershallbeintimatedwithin3workingdays of such happening, in writing, to Commissioner for Public Instruction,Bengaluru.Onreceiptofsuchnotice,theCPIOfficereservestherighteithertoterminateor
continue the contract. In theeventof anydispute, legalorotherproceedingsbyanypartyorpartiesconcerningtheconstitutionorcompositionof theTenderer,the CPI Office reserves the right to take such necessary action as it deems fit,includingterminationofcontractandwithholdingpaymentsdueoraccruedtotheTenderer.
14. SUBLETTING
TheTenderershallnotsublet,transferorassignthecontractoranypartthereofwithoutthepriorwrittenapprovaloftheCPIOffice.
15. LAWSGOVERNINGTHECONTRACT
TheContractwillbegovernedbytheLawsofIndiainforcefromtimetotimeandasamendedormadefromtimetotime.
16. COMPLIANCEOFSTATUTORYPROVISIONS16.1TheTenderershallcomplywiththeprovisionsoftheMinimumremunerationAct
(Central/ State), if applicable and as applicable, Contract Labour (Regulation&Abolition) Act, 1970 read with the Central Contract Labour (Regulation&Abolition) Rules. 1975, ESI Act, 1948 Employees Provident Fund andMiscellaneous Provisions Act, 1952, and any other law applicable for theemploymentofContractServicesasamendedfromtimetotime.
16.2TheTenderershallbesolelyresponsibletocomplywithallActs,Laws,RulesandRegulations,asmaybeapplicable fromtime to time inrespectofrunningof theservices and shall pay all taxes, debts and/or levies as may be levied by theappropriateGovernment/localbodiesandotherauthoritiesinthisregard,andtheTenderershallindemnifytheCPIOfficeagainstallclaims,loss,damageandcoststhereofincaseofanybreachofanyoftheseActs,Laws,RulesandRegulations.
23
16.3TheTenderershallhaveseparateESI/EPFcodenumberontheirownnameand
ensure prompt payment and submission of related returns on time to theauthorities concerned and produce documentary evidence to that effect. TheTenderer should have separate EPF and ESI Code numbers for DEO’s. TheTenderershouldensureremittanceofEPFandESI,totherespectiveaccountsof the individual DEO’s. CPI/ JD MMS reserves the right to check therecords.
16.4TheTendererhastosubmittoRLC'sOfficebyJanuary/JulyofeveryyearInForm
XXIVofContractLabour(Regulation&Abolition)Act,1970.17. THEJDMMS/CPIOFFICENOTBOUNDBYPERSONALPRESENTATIONS17.1TheTendererwillbe theemployer forall theDEO’sdeployed for theContract
andnocaseshallthesepersonnelbetreatedastheemployeesofJDMMSofficeBangaloreatanypointoftime.
17.2Allrisksoflossorofdamagetopropertyandofpersonalinjuryanddeathwhich
arise during and in consequence of the performance of the contract are theresponsibilityoftheTenderer.
17.3 The Tenderer shall be personally responsible for any theft, dishonesty and/or
disobedience anddiscourteous behavior on the part of the “SoftwareEngineer(Developer), Programmer, Junior (Assistant) Programmer, StatisticalAssistants, Accounts Assistant, Data Entry Operators, Driver andMessengerssoprovidedbythem,
17.4TheTenderer shallnot transferorassignor sub letanypartof theserviceonceagreed or any share or interest herein in any manner or degree directly orindirectlytoanyperson,firmortocompanywhatsoever.
24
ANNEXURE‐1
TECHNICALPROPOSAL‐STANDARDFORM
FormatforLetterofProposal
(OntheLetterheadoftheBidder)
Date:
To,TheCommissionerforPublicInstruction,NrupatungaRoadKRCircle.Bangalore—560001Sir,
Sub:Providingservicesof“SoftwareEngineer(Developer),Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant,Data
EntryOperators,DriverandMessengerstoStateOfficeBeing duly authorised to represent and act on behalf of ................................................(hereinafterreferredtoas“theBidder”),andhavingreviewedandfullyunderstoodtheProposalrequirementsandinformationprovided,theundersignedherebysubmitstheProposalfortheprojectreferredabove.We confirm that our Proposal is valid for a period of 90 days from ...................................(ProposalDueDate)Yoursfaithfully,...................................................(SignatureoftheAuthorisedSignatoryofBidder)....................................................(NameanddesignationoftheAuthorisedSignatoryofBidder)
25
ANNEXURE‐2
TECHNICALBID(Pre‐qualificationRequirement)
NAMEOFTHEWORK:PROVIDING“SoftwareEngineer(Developer),Programmer,Junior(Assistant)Programmer,StatisticalAssistants,AccountsAssistant,Data
EntryOperators,DriverandMessengersTOJDMMSOffice.
ThistablehastobefilledinbytheprospectiveTendererwithoutfail.Detailsofcontractundertaken&annualturnoveroftheTenderforthepreceding3yearsshallbegiven.
Sl.No Description ContractPeriod ParticularstobefurnishedbytheTenderer
1Nameofwork&Description 2013‐14
2014‐152015‐16
2
ContractDetailsa)NameofClientb)Name&AddressofClient’scontactpersonc)Telephone&FaxNd)NoofDEO’sprovidedtotheclient.
2013‐14
ContractDetailsa)NameofClientb)Name&AddressofClient’scontactpersonc)Telephone&FaxNod)NoofDEO’sprovidedtotheclient.
2014‐15
ContractDetailsa)NameofClientb)Name&AddressofClient’scontactperson
c.Telephone&FaxNod.NoofDEO’sprovidedtotheclient.
2015‐16
3
SupportingDocumentsa) Work order (Copy to befurnished)b)Contract completioncertificate (Copy to befurnished)
2013‐14
SupportingDocumentsa) Work order (Copy tobefurnished)b)Contract completioncertificate (Copy to befurnished)
2014‐15
SupportingDocumentsa.Work order (Copy to befurnished)
2015‐16
26
Contract completioncertificate (Copy to befurnished)
4Details of Annual TurnoverofTendererprecedingthreeyears:
2013‐142014‐152015‐16
5Whether Audited BalanceSheets & Profit & LossAccountsubmitted.
2013‐142014‐152015‐16
YES/NOYES/NOYES/NO
6Networth 2013‐14
2014‐152015‐16
7
Banker’sdetails–NameandAddressTypeofaccount&No.
2013‐14
Banker’sdetails–NameandAddressTypeofaccount&No.
2014‐15
Banker’sdetails–NameandAddressTypeofaccount&No.
2015‐16
Note:c) Tenderer shall furnish the experience details as above only of those contracts,
which theyconsider suitable formeeting thequalifying requirements specified inthe Notice Inviting Tender. CPI reserves the right not to evaluate any othercontractdetails.Detailsofmorecontractsmaybefurnishedinthesameformat, ifdesired.
d) Tenderermaynotethatnon‐submissionofrelevantsupportingdocumentswilllead
to rejection of their tender. It shall be ensured that all relevant supportingdocuments are submitted along with their tender in the first instance itself.Evaluationmaybecompletedbasedonthedetailssofurnishedwithoutseekinganysubsequentadditionalinformation
e) If the Tenderer has executed/completed similar nature of work (as called in
ExperienceCriteriaofNIT (Notice InvitingTender, then it is the responsibility oftheTenderer toproducedocumentaryevidence fromClient toestablishthevalueand description of such works and that the Tenderer meets the experiencerequirementsoftender
UNDERTAKING1. I/Wehavereadandagreetoadherebyalltermsandconditionsofthesame.2. I/Weherebystatethatnoneoftheservicepersonalsofmy/ourorganizationisa
relativeofanyemployeeofCPIand thatnoneof theemployeesofCPI/MMS isabeneficiary of my/ our organization including in the capacity as part‐ timeemployee,agent,partnerorshareholder.
SIGNATUREOFTENDERERWITHOFFICIALSEAL
27
ANNEXURE‐3
This tablehas tobe filled inby theprospectiveTendererwithout fail. Self‐ attestedcopiesofcertificatesofregistrationsundervariousdepartmentsofStateandCentralGovernmenttobefurnished.SL Description DetailstobefurnishedbyNo. Tenderer
01 PFRegistrationNo.1) State
02ESIRegistrationNo.1) State
03 ServiceTaxRegistrationNo1) State
04 IncomeTax/PANNo
05CertificateofIncorporation(incaseofCompany)
06 Registrationobtainedfromlabour/SISDepartment
07 AnyotherStatutoryregistrationobtained
I/Weconfirmthatalltheaboveregistrationsareunderoperationpresentlyandshallbeusedforallrelatedactivities
SIGNATUREOFTENDERERWITHOFFICIALSEAL.
28
ANNEXURE‐4
CRITERIAFOREVALUATION
NameandPostalAddressoftheBidderalongwithContactdetails
Sl.No AttributeFortheuseofOfficersonly
PointsAllotted PointsObtained1. Tenderershallhavetheir
registered/corporateoffice/regionalofficeandbusinessEstablishmentlocatedinBangalore
If“No”,rejectthetender
2. TheTenderershouldbeaFacilityManagementAgencywithmorethan50personnelwithfullyoperationalfacilityandexperienceinexecutingsimilarprojectsintheareaofGovernment/PSUservice
If“No”,rejectthetender
3 TheannualvalueofsinglelargestcontractataunitshouldbenotlessthanRs.25lakhsperannumonadailyoperation
If“No”,rejectthetender
4 Tendererhasminimumthreeyearsi.e.,2013‐14,2014‐15and2015‐16experienceasFacilityManagementAgency.
Iflessthanthreeyearexperienceinprivateorgovernmentsector,rejectthetender.
5 IfTenderingAgency(ServiceProvider):a) Istheconcernincorporated
undertheCompaniesActof1956
b) SpecificlicensefromtheLabourDepartment/InspectorofFactories/Shops/Labourforundertakingservicecontract
c) Registration/Allotmentno.forESI
d) Registration/Allotmentno.forEPF
e) DetailofRecordMaintenanceasperContractLabour(RegulationandAbolition)Act,1970
f) AnysystemforverificationofantecedentsofcandidatesavailableLiveRegister
g) Anyschemeofinsurancecoverageprevalentformanpowersuppliedunderservicecontract
h) ANYOTHERSOCIALSECURITYSCHEMEFORWORKERS(ATTACHPROOF).
a) =16points
b) =16points
c) If“No”rejectthetender
d) If“No”rejectthetender
e) =08points
f) =08points
g) =08points
h) =08points
i) =20points
29
i) SatisfactoryServicecertificatefromGovt/PSUsectorclients(Attachproofofallaboveitems)
6 IncomeTaxPermanentAccountNumber(PAN)(attachproofofallotment,itshouldbeallottedtothebidder)
If“No”rejectthetender
7 WhetherIncomeTaxreturnfiledforthepast3yearsi.e.,fortheyear2013‐14,2014‐15and2015‐16(attachproof)
=16points
8 ServiceTaxRegistrationNumber______________________(attachproofofallotment;itshouldbeallottedtothebidder)
If“No”rejectthetender
Maximumpointsallotted.............................................100points(Hundred)
Note:ThebidderwhohasmaximumpointsamongalltheTendererswillbetheBench
MarkforcomparisonwithotherTenderers.IfanyTendererhavinglessthan35ofBenchMark, then such Tenders or who fail to meet the technical qualificationcriteria.,maybedroppedatthediscretionoftheCPI.
30
ANNEXURE‐5
ThistablehastobefilledinbytheprospectiveTendererwithoutfail.DetailsofTenderer'sprofilearetobefurnishedinthefollowingproforma.
Sl.No. Subject Details
1 NameandaddressoftheTenderer
2 Whethera Proprietor/Partnership/Company/Any other?‐Pleaseindicate 3 IfCompany,pleaseindicate whetheraPrivateCompanyorPublic Company. 4 PANissuedbytheIncomeTaxDept. (acopyofPANtobeenclosed) 3 OfficialaddressoftheTenderer(Ifa Companypleaseindicateregistered officeaddressandcorporateaddress separately) 4 Nameandaddressoftheperson Shri/Smt, submittingthetenderwhose photographisaffixedabove(Incase ofproprietor/partnershipfirms,the tenderhastobesignedbyproprietor oroneofthepartneronly,asthecase maybe)5 TelephonenumberoftheTenderer (Oft): (Res:): (Mobile): (Fax): (e‐Mail):
6 Registrationandincorporation particularsoftheCompany.(If PartnershiporProprietorship,please indicateregistrationdetailsobtained fromlocalauthority)7 Name/sandaddressof 1. Proprietor/Partner/Directorstobe 2. furnished 3. 4.
8
BankDetails1.NameandaddressoftheBank:
2.BankAccountNo3.TypeofAccount
Note:
1. The Tenderers, as the case may be, shall submit self‐attested copies of PANCard, Certificate of Incorporation, Certificates of registration from localauthorities,PartnershipDeed,ArticlesandMemorandumofAssociation.
31
2. Authorization letter of the Company in case the person signing the tender
documentisanauthorizedrepresentativeofthecompany.
3. The tender is liable to be rejected if the signature and photograph do notmatch with the photograph affixed and the signature made in the tenderdocuments,withtheIdentityandsignatureproof.
4. Pleaseattachacopyoflastincometaxreturn.
I/Weherebydeclare that the information furnished above is true and correct to the
bestofknowledgeandbelief.
Place: SIGNATUREOFTENDERERDate: WITHOFFICIALSEAL
32
ANNEXURE‐6CHECKLIST
Thetenderershallcheckthefollowingparametersbeforesubmittingthetender
SINo EnclosureDetails Remarks1 Name&AddressofTendererwith
photographYes/No
2 Tenderingdocumentdulyuploadedinallrespects
Yes/No
3 Documentsinsupportofpre‐qualifyingrequirementsasperAnnexure‐I,
Yes/No
4 EMDofRs.Rs90,000/‐ (Ninety thousandrupeesonly)throughonline
Yes/No
5 ServiceTaxRegistrationCertificate Yes/No6 AuthorizationletteroftheCompanyincasethe
personsigningthetenderdocumentisanauthorizedrepresentativeoftheCompany.
Yes/No
7 PowerofAttorneyinthenameofthepersonwhoisauthorizedtoattendPre‐bidtendermeeting
Yes/No
8 AnnualTurnoverStatementenclosed Yes/No9 Registrationmentionyears
ESI EPF LabourLaws
Yes/No
10 EnclosedcopiesoflatestReturnsfiledinrespectofyears
IT ESI EPF
Yes/No
11 CopyofPancardenclosed Yes/No12 CopyofRegistrationandincorporation
particularsofthe(IfPartnershiporProprietorshipacopyofPartnershipDeed/Registrationcertificatedissuedlocalauthorities)
Yes/No
13 Bankdetailsfurnished Yes/No14 RegistrationobtainedfromLabour
DepartmentYes/No
15 Otherstatutorydetails,ifany.
33
ANNEXURE–7FINANCIALPROPOSAL(PRICEBID)
From ToTheCommissionerforPublicInstruction,NrupatungaRoadKRCircle.Bangalore—560001
Sir,
WetheundersignedoffertoprovidetheservicesofqualifiedDataEntryOperatorsinaccordancewithyour‘RequestforProposal’andourTechnicalProposal.Ourfinancialproposalisasfollows:
RemunerationComponentsforOutsourcingstaffwithallcontributionsanddeductions
SlNO
Details
1.SoftwareEngineer(Develop
er) (2Posts)
2.Programmer(1Posts)/StatisticalAssistant.(1Posts)
3.JuniorProgrammer (1Posts)/AccountAssitant. (2Posts)
4.DataEntry
Operator(3Posts)
5.Messangers
(3Posts)
6.Driver(1post)
1Remuneration(Basic+VDA+PF13.36%+ESI4.75%)
4426228381 23380 14547 11902 13223
(Basic+VDA+other) 42017 26600 21600 12513 10238 11375
Employeecontribution2 PT 200 200 200 0 0 0
3 EPF12% 2017 1600 1599 1293 1058 1175
4 ESI1.75%(GrossPay) 0 0 0 219 179 199
5 NetRemuneration 39800 24800 19800 11000 9000 10000
Employerssharecontribution
6 EPF13.36%remuneration 2245 1781 1780 1440 1178 1308
7 ESI4.75% 0 0 0 594 486 540
8Servicecharges(commonforallposts)
GrandTotal
9ServiceTaxon(1+6+7+8@15%) Note:
1) Thebiddershouldquotethepercentageofservicechargescommonforallposts.
2) Thetenderquoteofthebidderswhoquotezero%asservicechargeswillnotbeconsidered.
3) Applicableincometaxwillbedeductedasperprevailingrulesagainstthebillssubmitted.
4) ProfessionaltaxwillbedeductedasperPTrules.SignatureoftheAuthorizedSignatory.NameandDesignationAddress
*****