Bihar School Examination Board SECTION-I REQUEST FOR PROPOSAL Bihar School Examination Board, Patna,...
-
Upload
phungtuong -
Category
Documents
-
view
215 -
download
1
Transcript of Bihar School Examination Board SECTION-I REQUEST FOR PROPOSAL Bihar School Examination Board, Patna,...
1
Bihar School Examination Board Sinha Library Road, Patna-800017
NOTICE INVITIG SHORT TERM TENDER
Tender Notice No-59/16
Bihar School Examination Board, Patna invites short term Sealed tendersunder two bid systems from the reputed, experienced & technologically sound Firms /Companies/Agencies/Societies having adequate infrastructure and Experience of handling the works of “HIRING OF CCTV SYSTEM WITH MAINTENANCE/MONITORING FOR SURVEILLANCE OF EXAMINATION RELATED ACTIVITIES FOR BSEB”
SL No. Scope of work Cost of tender
document
(In Rupees)
Earnest Money
(In Rupees)
1 2 4 6
01.
Hiring of CCTV System with
Maintenance/Monitoring for
surveillance of Examination related
activities for BSEB
Rs. 2000.00 Rs. 25000.00
Tender Schedule/Programmme:
Sl.
No. Activity Date/Time: Duration
1. Sale/Download date of Tender documents From 24-10-2016 to 31-10-2016 (11:00 Hrs.)
(www.biharboard.ac.in)
2. Pre-Bid Meeting 26-10-2016 up to 11:00 Hrs. (Bihar School
Examination Board, Sinha Library Road,
Patna-800017)
3. Submission of submission of offer/Bid along
with tender fee & EMD in Hard
copy/Original
31-10-2016 up to 15:00 Hrs. (Bihar School
Examination Board, Sinha Library Road,
Patna-800017)
4. Date & time for opening of technical and
commercial
31-10-2016 at 15:30 Hrs.
5. Financial Bid Opening Date and Time Date to be announced later by competent
authority.
6. Contact Mob: 9990507237, 8544429120
2
TABLE OF CONTENTS
SECTION TITLE PAGE NO
NOTICE INVITING SHORT TERM TENDER 1
TABLE OF CONTENTS 2
I REQUEST FOR PROPOSAL 3
II Eligibility Conditions (Qualification Criteria) 4
III GENERAL (COMMERCIAL) CONDITIONS OF
CONTRACT 13
IV SCOPE OF WORK 16
V TECHNICAL BID 17
VI FINANCIAL BID 19
VII BID SECURITY FORM 20
VIII PERFORMANCE SECURITY GUARANTEE
BOND FORM 21
IX DECLARATION REGARDING NEAR
RELATIONSHIP WITH BOARD EMPLOYEE 23
X
SECTION-X
ANNEXURE-1-4
24
3
SECTION-I
REQUEST FOR PROPOSAL
Bihar School Examination Board, Patna, is the only Board in Bihar, responsible for the
conduct of various examinations at school level in the entire state. The Board intends to invite
short term tender for surveillance of the examination related activitiesfor the Compartmental
Examination (Matric & Intermediate) 2016. For this purpose, apply under two bid systems.
Demonstration, are invited from the manufacturers, authorized distributor/Dealers or dealing in
the trade for the hiring of CCTV Cameras and other accessorieshaving adequate infrastructure
and experience of handling the various works like of CCTV system consisting of IR fixed
cameras with digital video recorders, colour monitor etc for surveillance of the identified areas.
The tender isto be submitted with Technical and Financial Bids in respective stage latest by 31-
10-2016.Separate bids (Both Technical & Financial) are to be submittedfor the work with
required amount of EMD in the form of Demand Draft in favour of – Secretary, Bihar School
Examination Board Patna. The Technical Bids will be opened on 31-10-2016 at 15:30 Hrs.
The Financial Bids of only those bidders who qualify in technical evaluation will be
announced later by the Board.
4
SECTION-II
Eligibility Conditions (Qualification Criteria) The bidder must fulfill the following Qualification Criteria / Eligibility Conditions PART A i) The Bidder must be providing complete solution in security and surveillance/CCTV
system for the last threeFinancial years (2012-2013, 2013-2014 and 2014-2015).
ii) The bidder must submit the Non-refundable Tender Document fee of Rs. 2000/- in the form of Demand Draft in favour of – Secretary, Bihar School Examination Board, Patna. Similarly, the Bidder must deposit the required amount of EMD in the form of Demand Draft in favour of – Secretary, Bihar School Examination Board, Patna, along with the bid document submission.
iii) One self-attested recent passport size photograph of the Bidders or the authorized person of the bidder, with name, with designation, address, email Id, fax no & telephone no etc. mentioned on a separate paper must be furnished while submitting the Tender document. If the bidder is a Partnership Firm, then the name, designation, address & office telephone no of Director/Partner is to be mentioned on a separate paper and must be furnished while submitting the Tender. Please refer Annexure-1.
iv) Partnership deed in case of Partnership Firm, the bidder must have Articles of Association (In case of Company), by laws and Certificate of Registration (In case of Registered Co-operative Society).
v) The bidder must submit an undertaking on a stamp paper of Rs (as applicable)- as per the given format in Annexure-2.
vi) The bidder must have VAT/CST Registration Number (Registration Number of the
Firm/Company/Agency) PAN of Firm/Company/Agency/Society.
vii) The Firm/Company/Agency must have ISO 9001:2008
viii) The Bidder’s Average Annual Turnover during for last three financial years (2012-
2013, 2013-2014 and 2014-2015), should be at least Rs.50 (fifty) Lacs. Copies IT
returns for last three financial years (2012-2013, 2013-2014 and 2014-2015) are to be
enclosed in the Technical Bid.
ix) The company must have executed at least three projects of Rs. 5lacs or above.
x) The bidder must have independently handled two assignments of similar nature in the last 5
(Five) years. The bidder must enclose self-attested copies of Satisfactory Completion/ Performance Certificate for the works executed by it.
xi) The bidder should have at least three-year experience of supply, installation and
commissioning of CCTV system.
xii) If the services of the firm are not found satisfactory during the validity period of
the tender, the competent authority may its discretion terminate the tender
immediate notice to the Bidder.
5
xiii) The installation and testing of the items as required must be done sufficiently
advance to avoid any hassle and to the full satisfaction of the representative
authorize by the competent authority.
xiv) Manpower requirement as needed from operating the system will have to be
arranged by the Bidder.The bidder will depute his representative, who will remain
present to ensure proper working of the system, till the completion of function.
xv) All the accessories required for CCTV installation such as installation of mike/
CCTV/ connectors/ Cable and labouretc shall be arranged by the Bidder and no
extra payment would be made in this regard.
xvi) No extra payment shall be made to the Bidder on account of transportation of
items/ equipments to the office/ site. Permission required for transport etc from
competent authority/ Police is to be obtained by the Bidder to move in restricted
area around the office.
xvii) The Board will not be responsible for any damage caused to the items/ equipment
of the Bidder / firm/ agency by any means i.e by accident or by natural calamity.
xviii) The Bidder should have sufficient standby equipment and ensure full functional
setup during the performance. No payment would be made for such standby
equipments.
xix) The Bidder should ensure that all the equipment should be of reputed brand/ made
and is in good working conditions.
xx) If the Bidder fails to provide CCTV Systems in accordance with the scope of
work, The Board reserves the right to cancel the order and get the work done on
risk & cost of the bidder.
xxi) Bidder shall insure their staff personnel deputed for installation work against all
risk and related charges of insurance shall be borne by the firm and no extra
payment shall be made by the Board to the Bidder.
xxii) To assess the nature of work, firm may visit this office on any working day between
10:00-17:00 hrs.
xxiii) The liability for any compensation on account of injury sustained by an employee
of the Bidder will be exclusively that of the Bidder.
xxiv) The contract shall be valid for a period of completion after award of work, The Board
may extend at his discretion the contract of hiring CCTV System with operator for
next examination activity on the same rate, terms and conditions. The Board reserves
the right to terminate the contract without assigning any reason during the
prevalence of contract period by giving a immediate notice to the contractor in
writing.
6
xxv) All disputes arising in connection with the contract shall be settled in mutual
consultation. If no agreement is reached the dispute shall be settled in accordance
with the provisions of the Arbitration and Conciliation Act` 1996 and the rules
made there under. The dispute shall be referred for arbitration to any arbitrator to be
appointed by the head of the organization. The award of the arbitrator shall be final and
binding on both the parties. The venue of the Arbitration shall be Patna in Bihar. The
award to be given by the Arbitration shall be a speaking award. All questions,
disputes, differences arising under or in connection with this contract shall be to
the exclusive jurisdiction of Patna Courts.
xxvi) The Bidder shall replace immediately any of its personnel if found unacceptable
to the office because of surety risk, incompetence, conflict of interest and breach
of confidentially or improper conduct.
xxvii) The Board shall not be liable for any loss, damage, theft, burglary or robbery of
any personal belongings, equipment or vehicles of the personal of the Bidder.
xxviii) The Bidder`s personnel should be polite, cordial, positive and efficient, wear
uniforms provided by the firm/ agency while handling the assigned work and their
action shall promote good will and enhance the image of this office. The Bidder
shall be responsible for any act of indiscipline on the part of persons deployed by him.
xxix) The Bidder shall not assign, transfer, pledge or sub contract the performance of
services without the prior written consent of the Board.
xxx) The Bidder shall ensure proper conduct of his person during the event and enforce
prohibition of consumption of alcoholic drinks, chewing paan, smoking, loitering
without work.
xxxi) The transportation, food, medical and other statutory requirement in respect of
each personnel of the service provider will be the responsibility of the Bidder.
xxxii) The Bidder will submit the bill in triplicate on successful completion of work.
Thereafter, the payment will be released by the last week of the following month.
xxxiii) Payments to the service provider would be strictly on certification by the officer
deputed by the competent authority for the job.
xxxiv) The agency should be registered with the concerned Govt. Authorities and authority
concerned with the Service Tax etc., and a copy of the registration of the firm
should be submitted.
xxxv) Escalation clause shall not be accepted on any grounds during the period of contract.
xxxvi) The award of the contract will be subject to the fulfillment of the conditions laid
down in Rules 157,158 and 160 of GFR, 2005 as amended time to time.
xxxvii) PLEASE NOTE THAT ANY TENDER BID WHICH IS SUBMITTED IN
FORMAT OTHER THAN AS STATEDABOVE SHALL BE REJECTED.
7
xxxviii) In case, the services are not found to be satisfactory, The Board reserves the
right to terminate the contract at any stage without any notice.
xxxix) All types of taxes as applicable shall be deducted from the bill of the contractor
as per rules amended time to time.
xl) The Bidder shall be wholly responsible for breakdown or any mischief done by
their staff, and any loss of BH/ NBH, The Board shall be recovered from the
immediate bill of the Bidder, balance if any from securities or otherwise to be paid
by Bidder.
xli) The Bidders should neither have been Debarred/blacklisted for the last 5 years bythe
Central/State/Govt. Department/ Universities/Educational Institutions/ Organization
xlii) Consortium Partners are not permitted. Number of bidder should be one.
PART B i) The bidder should have sufficient number of Trained Technical Staff to resolve
technical issues and supervise the works as in the Bid Document.
ii) The bidder should also mention any other relevant and important information which is
directly or indirectly connected with the proper execution of the contract.
iii) Workmanship and material used should be of the best quality.
iv) The successful bidder shall give comprehensive hands on Training to the officials of
Board on operations, preventive maintenance, recording and retrieval of the CCTV
recordings etc.
v) The successful bidder shall carry out the work strictly as per specifications mentioned
in various sections of this tender document to the satisfaction of the indenting
department.
vi) Product should be and CE, FCC and UL Certified.
vii) Warranty on products should be 2 Years.
viii) The Bidder must ensure that the CCTVs, Recording etc are working uninterrupted
during period of the service. In case of failure of any of the device, there must be
redundancy already provided.
ix) Complaint should be attendedimmediately.
x) In case, the bidder does not complete the contract within the stipulated period given by
the Department, the same will be hired from open market and the difference of the cost,
if any, will be recovered from Security Money and action will be initiated to forfeiture
of Security Money and blacklist the firm.
8
xi) The bidder will have to bear the cost of damage to the CCTV Cameras & Accessories
that may occur due to storm, fire, rain, natural calamities and any other unforeseen
circumstances.
xii) TheBoard authorities, in order to satisfy itself, can make spot enquiry to verify the
soundness, capability, viability and any other information given by the tendering firms.
xiii) The location for installation of Cameras & Control Room will be intimated by the
Board.
xiv) The rates will be valid till the contract is completed, in all respect.
xv) The Board reserves the right to increase or decrease, the number of CCTV, place of
installation, nature of requirement, specification of devices to be installed at any stage
till the completion of contract.
3. Bid Document
Bid document includes:
i. Notice Inviting Tender.
ii. Instructions to bidders.
iii. General condition (Commercial) of the contract.
iv. Special conditions of contract.
v. Details of Work.
vi. Technical Bid.
vii. Financial Bid
viii. Annexure-2. (Undertaking on a Stamp Paper of Rs. (as applicable).
ix. Bid Security Form.
x. Checklist for Technical Bid
xi. Performance Security Bond Form.
xii. Consent for selective activities.
xiii. All sections and Annexures. 4. Copy of Documents required to be submittedfor establishing Bidders Eligibility and
Qualifications.
(i) Tender Document fee and Earnest Money Deposit (EMD) for the amount inthe
form of Demand Draft in favour of – Secretary, Bihar School ExaminationBoard,
Patna.
(ii) Self-attested one recent passport size photograph (s) of the Bidder or
theAuthorized person or person (s) of the firm/Company/Agency with Name,
Designation, Office/Residential address and office Telephone Number, whether
the bidder is a sole proprietor/ Partnership Firm and if Partnership firm, Name,
Addresses and Telephone Number of Directors/Partners must be furnished and
enclosed.
9
(iii) Partnership Deed in case of Partnership firm. The bidder must enclose the
Articles of Association (In case of Company), by laws and Certificate of
Registration (In case of Registered Co-operative Society).
(iv) An under taking on as Stamp Paper of Rs. (as applicable) - as per the given
format in Annexure-2.
(v) Self-Attested copy of PAN Card, VAT/CST Registration.
(vi) Self-Attested copy of ISO Certification.
(vii) Self-Attested copies of Annual Income Tax Returns of Previous 3 years (2012-
2013, 2013-2014 and 2014-2015) financial years.
(viii) Proof of Satisfactorily Performance execution of similar works as specified in the
eligibility criteria.
(ix) An Affidavit that the Firm/Company/Agency/Society has not been debarred
and/or Blacklisted in the last five years.
5. Bid Price.
i) The bidder shall quote financial bid strictly as per given format.
ii) The price quoted by the bidder shall remain fixed during entire period of contract & shall not be subject to variation on any account. A Bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.
6. Clause by clause compliance.
A clause- by –clause compliance of services to be provided (SECTION-II), and special conditions (SECTION-IV) shall be given. In case of deviation, a statement of deviation shall be given.
7. Bid Security
i) The bidder must deposit bid security as prescribed in tender document. The Bid
Security should be in the form of Demand Draft in favour of – Secretary, Bihar School
Examination Board Patna.
ii) The successful bidder’s security will be discharged upon the bidder’s acceptance of
theaward of contract satisfactorily in accordance with tender document and furnishing the performance security along with agreement (non-judicial stamp paper of Rs-(10 % of 10% of the tendered value as applicable), within 7 days from the date of award.
8. The Bid Security may be forfeited:
a) If bidder withdraws his bid during the period of bid validity specified by the bidder in
the bid form. b) If the successful bidder fails
i) To sign contract in accordance with criteria, terms & conditions of the tender
document.
10
ii) To furnish performance security in accordance with the tender document. iii) A bid not secured in accordance with terms and conditions of the tender
documentshall be rejected by the BOARD as non-responsive at the bid opening stage and returned to the bidder unopened.
iv) The bid security of unsuccessful bidder will be discharged / returned as early as possible as but not later than 30 days after the expiry of the period of bid validity.
9. Format and Signing of Bid.
The bidder shall prepare one complete set of Bid and each page should be Stamped andsigned.
i) The original copy of the bid shall be typed or printed and all pages numbered
consecutively and shall be signed by the bidder or by a person duly authorized to sign
the contract. ii) The over writing / erasures in the bid made by the bidder shall be attested by the person
signing the bid.
10. Submission of Bid.
The Bids should be submitted in two parts i.e. Technical Bid and Financial Bid.
Technical Bid:- The Technical Bid should be put in a single sealed cover super
scribing the wordings “Technical Bid” for CCTV system for Bihar School
Examination Board, Patna. The EMD/ Tender form fee must be enclosed with
the technical bid.
Please note that prices should not be indicated in the Technical Bid and if price
found quoted, the bid will be summarily rejected.
Financial Bid:- Financial Bid should be put in a single sealed cover super
scribing the wordings “Financial Bid” for CCTV system for Bihar School
Examination Board, Patna.
Financial Bid should only indicate prices filled as per BOQ provided in the
Tender Document.
The Technical Bid Cover and Commercial Bid Cover prepared as above are to be
kept in a single sealed cover superscribed with the wordings “Technical and
Financial Bids” for CCTV system for Bihar School Examination Board, Patna
Only authorized person should sign the tender/quotation. His name, designation
and address should be given in capital letters.
No tender will be considered unless and until all the documents are properly
signed and all corrections must also be signed by the Bidder.
11. Opening of Technical Bid
11
Bihar School Examination Board, Patna shall open bids on the given date & time.
12. Evaluation
i) Bihar School Examination Board, Patna shall evaluate the bids to determine whether they
are complete, whether any computational errors have been made, whether documents have been properly signed and whether bids are generally in order.
ii) If there is a discrepancy between words and figures the amount in words shall prevail prior to detail evaluation. Bihar School Examination Board, Patna will determine the substantial responsiveness of each bid to the bid document. A substantially responsive bid is one, which conforms to all the terms and conditions of bid document without material deviation. A bid determined as substantially non responsive will be rejected by Board.
iii) Technical bids will be evaluated by a committee. Financial bids of only those bidders will be opened who are found suitable and eligible as per technical bids and inspection and who participate in the demonstration of the capabilities.
iv) Board shall evaluate in detail and compare the substantially responsive bids and
comparison of bids shall be on the price of the services offered as indicated in the
Financial Bid of the bid document.
v) Premises of bidder/agencies may be visited/inspected by the Board officers to ensure
competency and capability of the agency without disclosingthe date of visit.
vi) Before finalizing the Quoted Rates in the Financial Bids of the qualified Bidders in
terms of their Technical Bids, the rates will be reviewed and finalized.
13. Award of Contract
Bihar School Examination Board, Patna shall consider placement of letter of intent to those bidders whose offers have been found technically, commercially and financially acceptable& fit. The bidder shall give his acceptance along with performance security (SECTION IX of the bid document) in conformity within 7 (Seven) days of issue of letter of intent along with copy of agreement on non-judicial stamp paper of RS (as applicable) In case of delay, Rs5000/- per daymay be imposed as penalty which will be deducted from thebill of the agency.
14. Right to vary quantities
Bihar School Examination Board, Patna will have the right to increase or decrease the required volume of work specified in the schedule of requirement without any change in charges of the offered quantity and in other terms and conditions at the time of award of contract.
12
15. Period of validity of bids
i) The bid (Technical & Financial) shall remain valid for 90days after the date of opening
of financial bids. A bid valid for a shorter period may be rejected by Board as non-
responsive.
ii) A bidder accepting the request of Board for an extension to the period of bid validity, in
exceptional circumstances, will not be permitted to modify his bid.
iii) Validity of the bid (Financial bid) may extend by mutual consent of both the parties.
16. Grievances-Redressal Mechanism and other Support Services
For any difficulty/grievances faced/felt by the board or by anyone at the end user needs to be
promptly attended by the prospective bidder immediately. The bidder/vendor must take all
necessary steps to ensure that absolutely no difficulty of any kind is faced by anyone during
the entire process. In case of any difficulty, make such a technological arrangement that the
difficulty is detected/pointed out and at the same time the solution/remedy for the same be
provided for immediate solution. The overall purpose of the above mechanism is to ensure
that the required services by the bidder remain hassle free, time saving, cheaper, more
convenient and user friendly. Daily basis report of grievances received, redressed,
pending if any must be provided to the competent authority of the Board.
13
SECTION-III GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1. Application
Submission of bid against this offer shall bind the bidder for the acceptance of all the conditions specified herein by the BOARD.
2. Performance Security
i) The successful bidder shall be required to deposit an amount equal to 10% of the
tendered value of the assigned work within 7 days of conveying BOARD’ for accepting
the bid as Performance Security.
ii) Performance Security shall be submitted in the form of Demand Draft issued by a scheduled Bank.
iii) Performance Security will be discharged after completion of bidder’s performance
obligationsunder the contract. iv) If the contractor fails or neglects any of his obligations under the contract it shall be
lawful for BOARD to forfeit either whole or any part of performance security furnished by the bidder as compensation for any loss resulting from such failure.
3 EXECUTION TIME LIMIT
The time period as stipulated in the contract or letter of intent shall be deemed to be essence of the contract.
4. PAYMENT TERMS
4.1 No advance payment will be made under any circumstances.
4.2 The payment to the respondent shall be made by BSEB, Patna based on the services
provided by the respondent to the BSEB, Patna as per the Scope of Work under this
Tender and the Contract signed between the respondent and the BSEB, Patna.
4.3 The payment would be made as per the following table on submission of invoice by the
Vendor to the Bihar School Examination Board, Patna. 100% Payment would be
released within 7 days after satisfactory work completion.
14
6 TERMINATION OF CONTRACT
A. BOARD may without prejudice to any other remedy for breach of contract may terminate the contract in whole or in parts.
i) If the contractor fails, to execute the job within stipulated time frame or to provide
Data/reports accuracy as desired or to the entire satisfaction of BOARD.
ii) If the contractor fails to perform any other obligation (s) under the contract.
B. BOARD may without prejudice, to other rights under law or the contract provided get the services of other agencies at the risk and cost of the contractor, in above circumstances. And the contractor shall be liable for any loss or damages which the BOARD may sustain by reason of such failure on the part of the contractor.
7 TERMINATION FOR INSOLVENCY
BOARD may also by giving written notice and without compensation to the contractor terminate the contract if the contractor becomes unwilling, bankrupt or otherwise insolvent without affecting its right of action or remedy as hirer.
8 FORCE MAJEURE
If any time, during the continuance of this contract, the performance in whole or in part by
either party of any obligation under this contract is prevented or delayed by reason of any
war, or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods,
explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (Hereinafter
referred to as events) provided notice of happenings, of any such eventuality is given by
either party to the other within 21 days from the date of occurrence thereof, neither party
shall by reason of such events be entitled to terminate this contract nor shall either party
have any claim for damages against the other in respect of such on performance or delay in
performance under the contract shall be resumed as soon as practicable after such an event
may come to an end or cease to exist, and the decision of BOARD as to whether the supplies
have been so resumed or not shall be final and conclusive, provided further that if the
performance in whole or part of any obligation under this contract is prevented or delayed
by reason of any such event for a period exceeding 60 days either party may, at his option
terminate the contract.
9 ARBITRATION
i) In the event of any question, dispute or difference arising under the agreement or in
connection there with (except as to matter the decision to which is specifically provided
under this agreement), the same shall be referred to the sole arbitration of the
Chairperson, Bihar School Examination Board, Patna or his Nominee. In case
hisdesignation is changed or his office is abolished then in such case to the sole
arbitration of the officer for the time being entrusted whether in addition to the function
of the Chairman, Bihar School Examination Board, Patna or by whatever designation
such officers may be called (hereinafter referred to as the said officer) and if the
Chairman, Bihar School Examination Board, Patna or the said officer is unable or
unwilling to act as such, then to the sole arbitration of some other person appointed by
15
the Chairman, Board of School Education Bihar or the said officer.
ii) The venue of the arbitration proceeding shall be Office of the Chairman, Bihar School
Examination Board, Patna or such other place as the arbitrator may decide.
10 TENTATIVE PERIOD DURING WHICH THE WORK IS TO BE DONE The above details are for reference only, which may vary as per BOARD’s decision. For the upcoming compartment examination 2016, actual dates would be notified to the Agency by the BOARD.
16
SECTION-IV
SCOPE OF WORK
i) The bidder has to provide CCTV surveillance service along with recording at following places.
Place of Installation
Sr
No
Place No of Installation
Points
No. of CCTVs at
each location
1 Evaluation Center 38 Districts 4
2 Examination Centers Approx. 100 4
3 Strong Room 38 Districts 4
ii) The bidder has to provide CCTV service along with high quality recording in 24x7
mode.
iii) The bidder has to arrange 100% power backup facility without fail at the installation
location indoor and outdoor CCTV camera systems.
iv) The bidder has to provide wireless or wired /IP network camera based CCTV security,
systems based on the requirement of the board.
v) The bidder has to ensure that the installed CCTV surveillance system must provide
Simultaneous Recording, Playback, and Network Access facility along with Remote
Live View & Playback.
vi) The bidder must ensure that the installed CCTV Supports Recording Modes: Schedule /
Continuous / Motion / Alarm.
vii) The bidder has to provide CCTV surveillance with built-in night vision at the places as
and when required by the board.
viii) The bidder must ensure that the installed CCTV Supports Simple USB Flash-drive Drive
Backup / Export.
ix) The Bidder has to provide CCTV services as per the requirement given.
i. Optical zoom (For Indoor Camera) 18 X or better.
ii. Optical zoom (For Outdoor Camera) 26 X or better.
iii. Number of Pixels 720 X 576.
iv. Resolution 480 TVL or better
x) The hiring charges shall include of Installation, Maintenance/Monitoring of each system
included with 2TB HDD for upto1 month recording, 22" Monitor, appropriate capacity
UPS for Backup for each system on Hiring Basis.
xi) The bidder has to provide all the recording in External HDD (to be provided by the
bidder) in the format decided by the board.
17
SECTION-V
TECHNICAL BID
Technical Bid for Pre & Post Processing of examination along with Printing of various reports and Certificates etc for the Compartmental 2016 & Annual 2017 (Secondary & Sr. Secondary Exams).
(* Please attach relevant documents only as per Annexure- 3)
i. ABOUT THE FIRM
1 Year of Establishment
2 Type of firm (Proprietary/Private/Public/Govt.)
3
Total Turnover during(Attach proof)
2014-2015
2015-2016
4 Whether the firm is Income Tax payee (Attach proof)
5 Details of premisesOwned/RentedArea in Sq. feet
6 Quality Certification No, if anyDetails of Issuing Authority Validity of Certificate (Attach proof)
7
Past experience in development of web-applications,
hosting and examination data processing job of other
Boards.
Mention name of the organization (s), nature of jobs,
volume of work in terms of No. of candidates handled
every academic year/session (Attach copy of work orders)
Year, organization,
volume
2013
2014
2015
8 Name and contact number of officials to whom you
provided the above services.
9 Mention PAN / TAN
10 Have you ever been Blacklisted / Debarred? If no Attach
affidavit
18
ii. PROFESSIONAL SUPPORT AVAILABLE:
1
No. of Projects Handled till date
2
Maximum No. of site covered under single project (Attach
Details & Proof)
3
No. of Technical Operators
4
No. of staff for manual / Data checking work
5
No. of CCTV Camera / nodes (Nos, configuration)
6
Data backup facilities
7
No. of DVR
Details of Earnest Money deposit: Certified that all the terms and conditions of this TENDER are accepted by us.
19
SECTION-VI
FINANCIAL BID Financial Bid for entire work as per the tender document for (Compartmental 2016)- in view of activities mentioned in section - Scope of Work /obligations section & Terms &conditions: -
RATES FOR THE WORKS INDICATED IN THE BID DOCUMENTS
For the purpose of selection, financial bid with lowest rates shall be qualified for awarding the
tender the tender.
NOTE: 1. Rates must be inclusive of all taxes as applicable. Service tax is not applicable as The Board is
exempted from service tax.
2. The hiring charges shall include all the incurred expenses (of Maintenance/Monitoring of each
system included with 2TB HDD for up to 1 month recording, 22" Monitor, 1 KW UPS for
Backup for each system) on Hiring Basis
Sr
No Work Description
Rateincluding
all expenses(in
Rupees)
1. Rate for hiring complete CCTV Surveillance work, 4
Cameraset with DVR Recording- Per Site
Total Cost
20
SECTION-VII BID SECURITY FORM
Whereas ………………………………………… (Hereafter called “the bidder”) has submitted
its bid dated……………………. For Tender No ………………. dated. at ……………KNOW
ALL MEN by these presents that We…………………of ……………having our registered
office at …………………………………………… (Hereafter called “the bank”) are bound
unto Secretary, Bihar School Examination Board, Patna in the sum of Rs. ……………For
which payment will and truly to be made the bank binds itself, its successor and assign by these.
THE CONDITION of the obligation are: -
1 If the Bidder withdraws its bid during the period of bid validity specified by The Bidder
on the Bid Form; or
2 If the Bidder, having been notified of the acceptance of its bid by the Purchaser during
the period of Bid Validity.
(a) Fails or refuses to execute the Contract, if required, or
(b) Fails or refuses to furnish performance security, in accordance with the
instructions to Bidders.
We undertake to pay to the Secretary, Bihar School Examination Board, Patna up to the
above amount upon receipt of its first written demand, without having to substantiate its
demand, provided that in its demand, BOARD will note that the amount claimed by it is due to
it owing to the occurrence of one or two or both conditions specifying the occurred condition or
conditions.
This guarantee will remain in force as specified in clause-11 of section-II of the Bid Document
up to and including thirty (30) days after the period of bid validity and any demand in respect
thereof should reach the Bank not later than the specified date/ dates.
Signature of the BankName
Signed in Capacity of
Signature of Witness Full Address of Branch
Name of Witness Tel. No. of Branch
Address of Witness Fax No. of Branch
21
SECTION-VIII
PERFORMANCE SECURITY GUARANTEE BOND FORM
1. In consideration of Bihar School Examination Board, Patna (here in after called the BOARD)
having agreed to exempt____________________________________________ (here in after
called the said contractor(S) from the demand of security deposit/earnest money of Rs.
____________________ on production of Bank Guarantee for Rs. __________ For the due
fulfillment by the said contractors of the terms & conditions to be contained in an Agreement in
connection with the contract for supply of_____________________________________ we,
(name of the bank)______________________________ (here in after referred to as “the Bank”)
at the request of___________________________ Contractor’s do hereby undertake to pay to
the BOARD, _____________________an amount of not exceeding
___________________________________, against any loss or damage caused to or suffered or
would be caused to or suffered by the BOARD, ___________ by reason of any breach by the
said contractor’s of any of the terms & conditions contained in the said agreement.
2. We (name of the bank) ___________________________________________ do hereby
undertake to pay the amounts due and payable under this guarantee without any demur, merely
on a demand from the BOARD, ____________________ stating that the amount claimed is
due by way of loss or damages caused to or would be caused to or suffered by the BOARD,
________________ reason of breach by the said BidderTerms& conditions contained in the
said agreement or by reason of the contractor’s failure to perform the said Agreement. Any
such demand made on the bank shall be conclusive as regards the amount due and payable by
the Bank under this guarantee where the decision of the BOARD, ________________ in these
counts shall be final and binding on the bank. However, our liability under this guarantee
shall be restricted to an amount not exceedingRS.
____________________________________________________________.
3. We undertake to pay to the BOARD, _________________ any money so demanded not
Withstanding any disputes raised by the contractor(s)/supplier(s) in any suit or proceeding
pending before any court or tribunal relating thereto our liability under the present being
absolute and equivocal. The payment so made by us under this bond shall be valid discharge
of our liability for payment there under and the contractor(s)/ supplier(s) shall have no claim
against us for making such payment.
4. We (name of the bank) ______________________________________________further
agree that the guarantee herein contained shall remain in full force and effect immediately
for a period of one year from date herein and further agrees to extend the same from time to
time (one year after) so that it shall continue to be enforceable till all the dues of the
BOARD,
22
______________________under or by virtue of the said agreement have been fully paid and
its claims satisfied or discharged or till BOARD, ____________________certifies that the
terms & conditions of the said agreement have been fully and properly carried out by the
said contractor(s) and accordingly discharges this guarantee.
5. We -----------------------------------------------------(name of the bank) further agree with the
Secretary, Bihar School Examination Board, Patna that the Secretary, Bihar School
Examination Board, Patna shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary and of the terms & conditions of
the said agreement or to extend time of performance by the said contactor(s) from time to
time or to postpone for any time to time any of the powers exercisable by the Secretary,
Bihar School Examination Board, Patna against the said contractor(s) and to forbear or
enforce any of the terms &conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being granted to the
said contractor(s) or for any forbearance, and or any omission on the part of the Secretary,
Bihar School Examination Board, Patna or any indulgence by the Secretary, Bihar School
Examination Board, Patna to the said contractor(s) or by any such matter or thing
whatsoever which under the law relating to sureties would , but for this provision, have
effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s) / supplier(s)
7. This guarantee shall be irrevocable and the obligations of the Bank herein shall not be
conditional to any prior notice by BOARD.
Dated: _________________________
For
______________________________________
(Indicating the name of the bank)
N.B. This guarantee should be issued on non-judicial stamped paper, stamped in accordance
23
SECTION-IX
DECLARATION REGARDING NEAR RELATIONSHIP WITH BOARD
EMPLOYEE I___________________________________S/o__________________________________
R/o______________________________________________________________________
_________________________________________________________________________
Hereby certify that none of my relative(s) as defined in the Tender / Bid document is / are
employed in BOARD. In case at any stage, it is found that the information given by me is false/
Incorrect, BOARD shall have the absolute right to take any action as deemed fit, without any
prior intimation to me.
Signature:
Name:
Signed in capacity of:
Date:
24
SECTION-X
ANNEXURE-1 TENDER FORM FOR ……………………………………………………………… 1. Cost of tender: Rs 2,000.00
2. Due date for submission of tender __/__/____ up to __:__p.m.
3. Opening time and date of Technical Bid __/__/____ at __:__ p.m. 4. Names, address of firm/Agency_____________________________________ ________________________________________________________________ and Telephone numbers____________________________________________ 5. Registration No. of the Firm/Agency. _________________________________ 6. Name, Designation, Address_______________________________________ and Telephone No. of the Bidder or Authorized person of Firm/ Agency to deal with________________________________________________ 7. Please specify as to whether_______________________________________ Tenderer is sole proprietor/__________________________________________ Partnership firm. Name and__________________________________________ Address and Telephone No__________________________________________ of Directors/partners should__________________________________________ specified. 8. Copy of PAN card issued by Income Tax and copy of previous three Financial Year’sIncome Tax Return___________________________________ 9. Provident Fund Account No._______________________________________ 10. ESI Number___________________________________________________ 11. License number under Contract Labour (R&A) Act, if any. _____________________________________________________________
12. Details of Bid Security deposited: (a) Amount: Rs.___________________________________________________
25
(Rupees in words also) _____________________________________________
13. Details of Tender cost, if Down loaded
from the website
14. Details of ISO Certification: _______________________________________ 15. Any other information, if any: _____________________________________ ______________________________________________________________
16. Declaration by the bidder: This is to certify that I/We before signing this tender have read and fully understood all the terms
and conditions contained herein and undertake myself/ourselves abide by them.
(Signature of the bidder)
Name and Address (with seal)
26
ANNEXURE-2
(ON A STAMP PAPER OF Rs. (As applicable)) UNDERTAKING
Tender No. BSEB/ONLINE-01/2016-2017 Dated:
To
The Secretary
Bihar School Examination Board,
Patna-800017
(Name of the
Firm/Agency/Company) Name
of the tender
Due Date of Tender
Dear Sir,
1. Having read the conditions of contract and services to be provided, the receipt of which is
hereby duly acknowledged, we, undersigned, offer to provide the required Services for the work
with the conditions of contract and specifications for the sum shown in the schedule of prices
attached herewith and made part of this Bid.
2. We undertake, to enter into agreement as early as possible of being called upon to do so and
bear all expenses including charges for stamps etc and agreement will be binding on us.
3. If our Bid is accepted, we will obtain the guarantees of a Scheduled Bank for a sum not
exceeding 10% of the contract sum for the due performance of the Contract.
4. We agree to abide by this Bid for a period of 90 days from the date fixed for Bid opening and it
shall remain binding upon us and may be accepted of any time before the expiration of that
period.
5. Until an agreement is signed and executed, this Bid together with your written acceptance
thereof in your notification of award shall constitute a binding contract between us.
6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent Re-
placement.
7. We understand that you are not bound to accept the lowest or any bid, you may receive.
Dated this ……………………. Day of ………………201
Signature of incapacity of
Duly authorized to sign the bid for and on behalf of … Witness
……………………………………………………………
Address …………………………………….
Signature Signature of the Bidder with seal
27
ANNEXURE-3
CHECKLIST FOR TECHNICAL BID
PART-A
Sr.
No
Documents asked for
Page number at
which document is
placed
1 Tender Document Fee and Earnest Money Deposit (Bid Security) to besubmitted in the form of Demand Draft
2
One Self-attested recent passport size photograph of the authorized person of the bidder, with name, designation, address, and telephonenumbers. If the bidder is a partnership firm, name designation, addressand office telephone numbers of Directors/Partners (As per Annexure-1).
3 Self-attested copies of Partnership Deed/Articles of Association/Certificate of Registration
4 Undertaking on a Stamp paper of Rs. (As applicable)/- as per the given Format, (as per Annexure-2)
5 Self-attested copy of PAN card. Self-attested copy of VAT/CST Registration Number
6 Self-attested copy of ISO 9001:2008
7 Total turnover during 2014-2015 (attached copy) 2015-2016
8 Self-attested copy of Annual Income Tax Returns of previous two years supported by audited trading, Profit & Loss Account and balance sheets for the last 3 financial years (2012-13,13-14,14-15).
9 Proof of satisfactorily execution of similar works . Names of the Key Persons and their Contact No. of the organization concerned be mentioned
10. Self-Attested copies of execution of examination work for at least Five lacks candidates
11 An affidavit that the Firm/Company/Agency/Society has not been de-barred and/or black listed in the last five years.
Signature of the Bidder with Seal