WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity...

13
WEST BENGAL STATE COUNCIL OF TECHNICAL EDUCATION (A Statutory Body under Government of West Bengal Act XXI of 1995) KOLKATA KARIGARI BHAVAN, 110 S.N. Banerjee Road, Kolkata – 700013 Phone : (033) 22277592; Telefax : (033) 22277070; Fax : (033) 22277591 E-mail : [email protected] Website :www.webscte.org Memo no.5959–SC(T)E Dated : December 20, 2013 Tender Reference No : WBTET/SCTE/NIT-1/5959/2013-14 Notice Inviting e-Tender for printing OMR application forms and instruction booklet, Pre- examination Post-Examination processing for entrance tests (VOCLET–2014 & JEXPO–2014) (Through Pre-qualification) (Submission of Bid through online) The Council conducts competitive Joint Entrance Examination (VOCLET & JEXPO) to select from amongst applicants / prospective candidates for admission into polytechnics for pursuing the Diploma in Engineering and Technology courses under its regulatory purview. The council has decided to outsource the jobs detailed below for efficient and timely discharge of procedural formalities related to admission into polytechnics in the state of West Bengal for the academic session 2014–2015. In its endeavour to conduct the entrance tests JEXPO-2014 & VOCLET-2014, Secretary on behalf of the West Bengal State Council of Technical Education invites e-tenders for the job detailed below i) Supply of printed OMR application forms along with Instruction Booklet. ii) Pre-Examination processing work. iii) Post–Examination processing work in connection with conduct of above said exams. For above said job listed in BOQ (Bills of Quantity) Table -1 Sl No. Name of Work Cost of Tender Form Earnest Money 1 Listed worked mentioned in i, ii & iii Nil Rs.50,000/- In the event of e-filling, intending bidders may download the tender documents from the website: http://wbtenders.gov.in directly with the help of Digital Signature Certificate and earnest money (if applicable) may be remitted to the office of the West Bengal State Council of Technical Education, Kolkata Karigori Bhavan through demand draft/pay order drawn from any nationalized bank payable at Kolkata in favour of “West Bengal State Council of Technical Education” should be submitted physically, to the office of the West Bengal State Council of Technical Education, Kolkata Karigari Bhavan”, 2 nd Floor, 110 S.N. Banerjee Road, Kolkata–700013 as provided in the table in Sl.No.4 and also to be documented through e-filling. 1. Both Technical bid and Financial Bid are to be submitted concurrently duly digitally signed in the website http://wbtenders.gov.in . 2. THE TIME SCHEDULE FOR OBTAINING THE BID DOCUMENTS, PRE BID MEETINGS, REGISTRATION WITH THE TENDERING AUTHORITIES, THE SUBMISSION OF BIDS AND OTHER DOCUMENTS ETC. WILL BE AS PER THE LIST PROVIDED IN SERIAL NO 23 BELOW. 3. ELIGIBILITY FOR QUOTING : Manufacturers and Authorized Distributors/Authorized Dealers /direct importers having the following criteria: a) Should be a Public/private company under companies act at Kolkata. b) At the least 5 years’ experience in examination processing & printing works.

Transcript of WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity...

Page 1: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

WEST BENGAL STATE COUNCIL OF TECHNICAL EDUCATION (A Statutory Body under Government of West Bengal Act XXI of 1995)

KOLKATA KARIGARI BHAVAN, 110 S.N. Banerjee Road, Kolkata – 700013 Phone : (033) 22277592; Telefax : (033) 22277070; Fax : (033) 22277591

E-mail : [email protected] Website :www.webscte.org Memo no.5959–SC(T)E Dated : December 20, 2013

Tender Reference No : WBTET/SCTE/NIT-1/5959/2013-14

Notice Inviting e-Tender for printing OMR application forms and instruction booklet, Pre-examination Post-Examination processing for entrance tests (VOCLET–2014 & JEXPO–2014)

(Through Pre-qualification) (Submission of Bid through online)

The Council conducts competitive Joint Entrance Examination (VOCLET & JEXPO) to select from amongst applicants / prospective candidates for admission into polytechnics for pursuing the Diploma in Engineering and Technology courses under its regulatory purview. The council has decided to outsource the jobs detailed below for efficient and timely discharge of procedural formalities related to admission into polytechnics in the state of West Bengal for the academic session 2014–2015.

In its endeavour to conduct the entrance tests JEXPO-2014 & VOCLET-2014, Secretary on behalf of the West

Bengal State Council of Technical Education invites e-tenders for the job detailed below

i) Supply of printed OMR application forms along with Instruction Booklet.

ii) Pre-Examination processing work.

iii) Post–Examination processing work in connection with conduct of above said exams.

For above said job listed in BOQ (Bills of Quantity)

Table -1

Sl No. Name of Work Cost of Tender Form

Earnest Money

1 Listed worked mentioned in i, ii & iii Nil Rs.50,000/-

In the event of e-filling, intending bidders may download the tender documents from the website: http://wbtenders.gov.in directly with the help of Digital Signature Certificate and earnest money (if applicable) may be remitted to the office of the West Bengal State Council of Technical Education, Kolkata Karigori Bhavan through demand draft/pay order drawn from any nationalized bank payable at Kolkata in favour of “West Bengal State Council of

Technical Education” should be submitted physically, to the office of the West Bengal State Council of Technical Education, Kolkata Karigari Bhavan”, 2nd Floor, 110 S.N. Banerjee Road, Kolkata–700013 as provided in the table in Sl.No.4 and also to be documented through e-filling.

1. Both Technical bid and Financial Bid are to be submitted concurrently duly digitally signed in the website http://wbtenders.gov.in.

2. THE TIME SCHEDULE FOR OBTAINING THE BID DOCUMENTS, PRE BID MEETINGS, REGISTRATION

WITH THE TENDERING AUTHORITIES, THE SUBMISSION OF BIDS AND OTHER DOCUMENTS ETC. WILL

BE AS PER THE LIST PROVIDED IN SERIAL NO 23 BELOW.

3. ELIGIBILITY FOR QUOTING : Manufacturers and Authorized Distributors/Authorized Dealers /direct importers having the following criteria: a) Should be a Public/private company under companies act at Kolkata. b) At the least 5 years’ experience in examination processing & printing works.

Page 2: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

c) Experience of having worked for a state level joint entrance examination. d) The firms having worked with Engg./Tech education shall be given preference. e) Having experience of at least printing & supplying 50,000 OMR forms & brochures for at least 2 such state

level entrance tests in last three years.

ANNUAL TURNOVER REQUIREMENTS: Principal manufacturer (inside or outside of West Bengal), direct importers holding valid import licence, State

Based PSUs and State Based other manufacturing units whose average annual Turn Over for last three financial years is more than Rs.2.00 (Two) crores and S.S.I.s registered in West Bengal whose average annual Turn Over for last three financial years is more than Rs.50 (Fifty) Lakh, are only eligible to participate in the Tender. SUBMISSION OF THE TENDERS All tenders must be submitted online as provided in Table in Annexure-A. Tenders will be opened in presence of such tenderers or their authorized representatives.

4. The tender is to be submitted in a Two Bid System.

(i) “BID A”: One folder for “Essential Requirements of the Tendering Firm for participation” shall contain all papers related to the essential requirements of the Tenderer for participation in the tender viz. 1> Prequalification doc:

1 Demand Draft/Pay Order of Rs.50,000 /- (Rupees Fifty Thousand only) favouring “West Bengal State Council of Technical Education “payable at KOLKATA as Earnest Money for the whole tender

2 Authorisation as sought for in Cl 3 and / or Cl 5

3 Application form

2> Technical Doc:

1 Documents related to Claus 8,9, 10 & 11, if applicable

** A folder will contain only one file. A file may contain multiple pages

Non statutory documents/my documents to be attached with the Technical Bid:

Sl.No. Category Name Sub Category Name Sub Category Description

A CERTIFICATES A1. CERTIFICATES PAN Card, Professional Tax Registration, Service Tax/ VAT Registration, Sales Tax registration

B COMPANY DETAILS

B1. COMPANY DETAILS 1 TRADE Licence/Enlistment, current registration as SSI, Registration with the registrar of companies

C CREDENTIAL C1. CREDENTIAL1 Current No-conviction certificate or affidavit of non conviction affirmed before a First Class Magistrate (affidavit sworn after 1st January 2013)

D FINANCIAL INFO

D1. P/L & BALANCE SHEET 2010-2011

P/L & Balance sheet 2010-2011

D2. P/L & BALANCE SHEET 2011-2012

P/L & Balance sheet 2011-2012

D3. P/L & BALANCE SHEET 2012-2013

P/L & Balance sheet 2012-2013

E DECLARATION E1.DECLARATION 3 years returns of Income Tax

E2.DECLARATION

3 years returns of VAT/ 3 years returns of CST

E3.DECLARATION 3 years returns of Service Tax

Page 3: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

(ii) “BID B”:

Another folder as “Financial Bid” shall contain the financial bids with the base rate per accounting inclusive of transportation, installation charges, freight charges and exclusive of VAT, Excise duty and

entry tax (wherever applicable) to be quoted. (iii) During the tender evaluation process, the “Bid A” will be opened first. Those Tenderer who have qualified the

essential requirements will be identified. On the basis of the supplied documents, the Tender Selection Committee will assess the capability of the bidders for supplying the requirements of the state during the tender period and then only their “Bid B” will be opened. The “Bid B” of those Tenderer failing to meet the essential requirements of participating in the tender will not be opened and be rejected.

(iv) The Tenderer quoting the lowest rate in “Bid B” will be considered as successful.

(v) THE DECISION OF THE TENDER SELECTION COMMITTEE WILL BE FINAL IN THIS MATTER.

5. APPOINTMENT OF AUTHORISED DISTRIBUTOR/DEALER/C&F/LIAISONER ETC : (THE TERMS DISTRIBUTOR IMPLIES AUTHORISED DISTRIBUTOR, AUTHORISED DEALER, C&F AGENT, LIAISONER, CONTACT PERSON ETC IN WHATEVER FASHION ADRESSED WHO SHALL FACILITATE THE PROCESS OF TAKING ORDERS, ENSURING TIMELY SUPPLIES AND COLLECTING PAYMENT ON BEHALF OF THE MANUFACTURERS) THIS CLAUSE IS APPLICABLE IN CASES WHERE MANUFACTURERS DIRECTLY TAKE PART IN THE ETENDER AND LIKE TO GET SUPPLY ORDERS IN THE NAMES OF THEIR DISTRIBUTORS / DEALERS ETC. AS A WHOLE OR IN A FRAGMANTED MANNER. All over the state, manufacturers/ importers/ tenderers may have a distributor/Dealer/C&F or branch office in this state, prior to the submission of the tender. Such distributor on behalf of the firm requires to be accepted by the Tender Selection Committee. The Tenderer may appoint one state wide distributor & the appointment should

be affixed with the technical documents in the “Bid A”. The manufacturer may not be allowed to change or, cancel its approved distributor during the period of the tender.

The under mentioned documents of the distributor must be submitted with the proposal along with two copies of ‘DISTRIBUTOR SUMMARY’ (as per proforma given herein).

i. Letter of Authority from the approved Tenderer, ii. Agreement between the Manufacturer and the Distributor sworn before any Notary public / Executive Magistrate, iii. Declaration from the Distributor mentioning therein the name, address & Ph. No. of the person/s to be

contacted, iv. PAN No. & Last year’s Income Tax Return submitted, v. VAT/ST Registration Certificate & Validity Documents, vi. Current Trade Licence vii. Current Non-conviction certificate or Affidavit of non conviction sworn before a Notary/ First Class

Judicial Magistrate

It is, however, made clear that agreement in pursuance of the accepted tenders will be executed only with the Tenderer who alone will be responsible for the supply. Order & Bill shall be raised in the name of the selected vendor and the payment will accordingly be released in favour of the selected vendor only. No orders shall normally be placed in the name of the distributor/dealer/C&F nor will any payments be made in the name of the distributor or the like. However, the distributor etc can collect the orders and payments on behalf of the manufacturer, if so authorised by the Tenderer. If the volumes and the cost of materials to be procured from the out of state manufacturer so determine that the orders and payments are to be made to the distributor on behalf of the Tenderer, specific reason for the same is to be provided at the time of making the offer. The Tender Selection Committee may not agree to the request of the manufacturer if the justification is of sufficient merit.

Page 4: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

LIST OF SCOPE OF WORK MAY BE SEEN AT TABLE IN ANNEXURE – A OF THIS TENDER DOCUMENT.

6. AUTHORISED DISTRIBUTORS AND/OR DEALERS ARE ALSO ABLE TO PARTICIPATE IN THE TENDER:

7. EARNEST MONEY:

(a) Each tenderer, unless exempted under the existing orders of the West Bengal Govt. must deposit Demand Draft showing that Earnest Money/ Pay Order of Rs 50,000 (Rupees Fifty Thousand) only in favour of

Joint Director (Accounts), Directorate of Technical Education & Training, West Bengal, before opening of Bid –‘A’. The onus of providing that a Tenderer is exempted from Earnest Money will lie on the Tenderer and must be proved by the submission of valid documents. The Earnest Money is to be deposited once for participation in the whole tender. A copy of the Demand Draft/ Pay Order of the Earnest Money

deposited should be included with the documents submitted in “Bid A”. (b) The earnest money of the Tenderer will be liable to be forfeited if the Tenderer withdraws his tender as a

whole or for any particular item at any stage after the opening of the tender, or fails / refuses to enter into written agreement for any or all of the items of his accepted tender within the time specified when requested to do so/fails to furnish Performance Bank Guarantee within the stipulated time.

(c) The Earnest Money will be refunded after finalization of the tender or within 3 (three) months from the date of opening of tender whichever is later against the specific prayer of Tenderer.

8. PREFERENCE & REGULATIONS FOR S.S.I., W.B. & OTHERS AS NOTED HEREUNDER:

i. Preference will be given to the S.S.I., W.B., P.S.U., W.B. and State Based Other Manufacturers as per West Bengal Financial Rule incorporated under notification No. 10500-F dated 19.11.04.

ii. Registration as a Small Scale Industries unit after the submission of the tender will not entitle the Tenderer to get exemption from payment of Earnest Money.

iii. Treasury Challan showing the deposit of Earnest Money or certificate for registration as S.S.I. Units under the Govt. of West Bengal from the competent authority of Govt. of West Bengal should be submitted.

iv. In case of holder of permanent Small Scale Industries Registration Certificate of the Govt. of West Bengal proof(s) to the effect that the unit has furnished the required valid returns etc. to the appropriate authority to

retain the Small Scale Industries Registration Certificate. The documents so produced shall be to the satisfaction of the Tender Selection Committee.

v. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract period, the Tenderer should produce a revalidation certificate to the satisfaction of the Tender Selection Committee, in due time.

All above documents/papers as applicable should be submitted with Bid –‘A’ 9. BIS Certification/I.S.I. Certificate:

a. Items, for which BIS or ISO or other specifications have been specified, should be certified to be of the specified standard by the Bureau of Indian Standards (BIS) and have the necessary valid licenses at the time of the supply orders. In cases of non-availability of BIS certification and valid license, a certificate from a Government recognized test house should be attached specifically certifying that the supplied item conforms to the IS/ISO standard as specified. If the specified IS/BIS/ISO standard has been superseded by a more recent standard, then the more recent standard will be considered by the Tender Selection Committee.

b. In items requiring mandatory certification under the relevant law, the manufacturer should have the necessary up to date licenses/ certifications from BIS and/or other statutory authorities as applicable. Non-compliance, if detected on a later date, will lead to summarily cancellation of the offer and penal provisions for fraudulent submission of tender will be invoked.

10. IMPORT LICENCE: Only In Cases where it is applicable. Duly attested photocopy of the Import Licence with up to date renewal from licensing authority must be submitted.

11. SALES IN THE OPEN MARKET: The Tenderer must have sales in the open market for the product he is quoting. At least 10% of the total production of the material during the last three financial periods should have been sold to any other

Page 5: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

organisation/party/persons other than the WBSCTE. The Tenderer has to submit a declaration certified by a Chartered Accountant regarding total sales in the open market during last three financial years in respect of the product(s) he is quoting. This criterion will be used to exclude those Tenderer who do not have at least 10% of the

production of the items they are quoting, sold in the open market during the preceding three financial years. These criteria of sales in the open market may be relaxed by the Tender Selection Committee. Any false declaration will invoke penal measures.

12. RATE: a. Rate should be quoted in decimal coinage as per specification given inclusive of all incidental charges including

delivery at the office of the WBSCTE. b. Rates shall be valid throughout the period to be covered by the contract to be executed with successful

tenderers along with any extensions as may be made by the competent authority from time to time. c. The basic rate per accounting unit should be furnished inclusive of Customs Duty, Transportation Cost,

Insurance, Freight, incidental Charges etc. but excluding of VAT, Excise Duty, Entry Tax & Cess etc. which shall be quoted separately in the template for Bill of Quantities.

d. Percentage of Excise Duty, CESS etc. to be mentioned in respective Column In BOQ and Percentage of VAT to be mentioned in respective Column of the template for Bill of Quantities.

13. TESTING:

(a) WBSCTE will be at liberty to get the supplied items tested at Govt. selected/empanelled laboratory, Govt approved Test Houses, BIS Labs etc., the identity of which shall not be divulged to the Tenderer.

(b) A sum@2% of bills exclusive of Govt. tax & duties will be deducted from the bills of the supplies of items to meet the cost of testing charges.

14 WITHDRAWAL /CANCELLATION & PURCHASE POLICY OF TENDERING AUTHORITY:

i) The tendering authority reserves the right to withdraw any item from the tender at any stage. The selection of such item, if already made in favour of any Tenderer, shall be treated as cancelled.

ii) The tendering authority reserves the right to reject or accept any tender or part thereof at any stage or to split any tender without assigning any reason. Withdrawal of tender or any revision after submission of

tender by the Tenderer will not be allowed. iii) The tendering authority reserves the right to accept or reject any tender, in part or in full, without

assigning any reason. iv) Purchase will, however, be made following the existing purchase policy of the Govt of West Bengal and

its amendment(s) or addendum made from time to time. The purchase policy of the State Government as provided in the West Bengal Financial Rules, the policy of price preference, in particular, incorporated under Notification No. 10500-F dated 19.11.04 shall be observed in considering the tenders.

v) The tendering authority reserves the right to procure any item, of the tender directly from any agency having valid D G S & D rate contract even if a tender for the same has been offered/ accepted.

15. PENALTY CLAUSE- (A) In case of supply of the sub- standard items, any such items determined by the appropriate

authority will not be accepted and the payment for such items will not be made to the supplier.

(B) Debarment from participation in next tender processes of the Technical Education & Training Department: The tender selection committee reserves the right to declare a firm/ Company blacklisted for five years due to the following reasons: If the supplier

i) withdraws from agreement after being the “Lowest Quoted Tenderer” ii) Failure in supply within stipulated period. iii) For supply of substandard items within tender period as determined by the Competent

Authority. iv) In consequence of submission of false or fabricated documents by any firm/ company for

participating in the tender, if proved later on. v) Tenderer who have quoted absurdly high or low rate in the opinion of Tender selection

Committee, with the intention to vitiate the tender process.

Page 6: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

vi) Submission of tender for the product(s) for which the concerned company has been blacklisted either by the state Government other State / Central Government Organization.

vii) Submission of tender during the period of blacklisting of Concern / Company either by Tender

Inviting Authority or by any State Government or by other State/Central Government.

(C) Financial Penalties for deficiencies in services/supplies during the period of the tender and its subsequent extensions:

1. For supply of sub-standard items within tender period or its extensions – Clause 15 will be followed. 2. For delay in the supply of items ordered: (The procuring officer shall provide the evidence of sending the

order to the approved supplier or his authorised distributor or dealer, as the case may be). Part supply will not be considered as supply in full unless specified in the supply order.

a. First time offence : If orders are not supplied in full within one week of the date of supply as mentioned in the work

order- Caution to be sent along with the copy of the order. b. Second time offence for the same material/other materials: If orders are not supplied in full within one week of the date of supply as mentioned in the work

order or receipt of the caution notice as provided in 4a above - 5% of the total value of the order or Rs 50,000 (Fifty thousand) whichever is less will be deducted from the billed amount.

c. Third time or each subsequent offence If orders are not supplied in full within one week of the date of supply as mentioned in the work order- 25% of the total value of the order or Rs.5,00,000 (Five lakhs) whichever is less will be deducted from the bill amount

d. For firms who fail to supply the full order on five occasions within the tender period and its extensions- the whole Performance Bank Guarantee will be forfeited and the firm and its principals will be debarred from participation in tenders of this Dept. for the next five years.

3. The names of the defaulting suppliers will be put up in the Departmental website.

4. Enhancement of rates of raw materials etc or the fact that the tender period has been extended will not be acceptable as a plea for not supplying the materials within the stipulated period as provided in the work order.

(D) Non–supply /Risk Purchase

i) If Tenderer fails to execute the supply within the stipulated period, the Tender inviting authority/ order placing authority, is at liberty to make alternative purchase of item/ items for which orders have been placed from any other source, following provisions of the existing Acts/ rules/ Orders.

ii) For the situation as enumerated in points i), ii), iii) under Clause 14 (B), the supplier will be imposed penalty apart from forfeiture of Performance Guarantee. The excess expenditure over and above contracted prices incurred by the Tender inviting authority/ Order placing authority in making such purchases from any other sources or in the open market or from any other money due and will become due to the default supplier and in the event of such amount being insufficient, the balance will be recovered personally from the supplier or his

pending bills, if any.

16. PENALTY FOR FORMATION OF CARTEL OR FURNISHING OF FRADULENT/MISLEADING DOCUMENTS:

If during the tender process or at any stage during the validity of the tender period, it is found that a Tenderer(s) has formed a cartel in whatsoever form or name to fix up the rates or suppliers to the detriment of the fairness of the tender process, penal measures shall be initiated. Similar penal measures shall also be initiated against those tenderers who have submitted false/ misleading/ fraudulent documents or made incorrect declarations. The penal measure will be

Forfeiture of Earnest Money

Forfeiture of Performance Bank Guarantee.

Cancellation from the approved list of suppliers and debarment from further supply orders

Page 7: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

Black listing from all Departmental tenders (called by the TET or others) of the Tenderer, the Principals of

the firm(s) and the concerned distributor(s) for a period of five years

17. APPEAL:

Appeal against the decision to impose such a penalty will lie with the Tender Selection Committee. Review against the decision of the T.S.C. will lie with Tech Edn & Trg Deptt of the Govt of WB. The Secretary will be the appellate authority within the Department of Tech Edn & Trg, Government of West Bengal. Before imposing any penalty as per clauses mentioned above, the concerned supplier may appeal to the authority citing the proper reasons for non- imposing the penalty as stated.

18. AGREEMENT: On a tender being accepted, intimation of acceptance will be forwarded to the Tenderer by the WBSCTE Such intimation may be forwarded either in one lot or in different lots. After communication of the same, the Tenderer will have to execute agreement in the prescribed form with the WBSCTE. or his nominee In case any direct purchasing unit wishes to go for a separate agreement the head of the purchasing unit must get written permission to that effect from his controlling authority. This present document and the tender forms filled in by the Tenderer or copies thereof in so far as they are not inconsistent with these terms & Conditions will be incorporated as part of the agreement. Such agreement will be binding on the Tenderer.

19. VALIDITY PERIOD OF AGREEMENT:

The contract period will be for a period of six months which may be extended up to six months with prior approval of the WBSCTE, if necessary.

20. ORDER & SUPPLY:

i) Orders for the supply of estimated quantities of items in this tender will be placed with the successful tenderers after the execution of the agreements, and such supply shall have to be made in such instalments as may be fixed or spread over the period to be specified in the supply orders to be made in pursuance of the agreements ii) An idea as to quantities of different items that may be required should be obtained by getting in touch with the

WBSCTE, if the tenderers so desire. The assessed quantities may be increased or decreased at the discretion of the demanding units at any time throughout the period of validity of the tender/ contract.

21. ‘PERFORMANCE BANK GUARANTEE’

(i) The performance bank guarantee will be mandatory for all suppliers and will not be waived in any case. (ii) The successful tenderers shall be required to furnish the ‘Performance Bank Guarantee’ equal to 5% of the

value of the supply order shall be kept with the procuring officer as Performance Bank guarantee. (iii) ‘Performance Bank Guarantee’ should be submitted within three working days from the date of issue of

supply order.

(iv) The Performance Bank Guarantee will be liable to forfeiture as enumerated in Clauses above. 22. PAYMENT TERMS:

Payment will be made after execution of due supply as ordered subject to :

1. Submission of Performance Bank Guarantee in and subject to penalty as mentioned in relevant clauses.

2. Supply of the materials as per specification as provided in the tender documents and the catalogue

3. Installation and Commissioning, if needed, up to the satisfaction of the competent authority

4. Successful passing of the test conducted on the supplied material by the head of recipient institute.

5. Supply of the materials within the period as specified in the work orders

6. All deliveries under the contact is to be made at the council’s office at Kolkata Karigori Bhavan.

7. Proofs for all printing works have to be approved from the appropriate authority of the council before final

printing.

Page 8: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

8. All materials which will be supplied from the council for the purpose of furnishing information and all materials

which will have to be supplied by the firm to the council under the contact , property of council and vendor has

no right to use it in any manner whatsoever.

Nrec73@ 23. IMPORTANT INFORMATION :

Sl No.

Items

Publishing date(s)

1. Date of uploading of N.I.T. Documents (online) 21.12.2013

2. Documents download start date (Online) 21.12.2013

3. Date of Pre Bid Meeting with the intending bidders In the Conference Hall of Conference Hall (2nd floor) of Kolkata Karigari Bhavan, 110 S.N. Banerjee Road, Kolkata – 700013.

26.12.2013 at 1.00 P.M.

5. Bid Submission start date (On line) 27.12.2013

6. Bid Submission closing (On line) 03.01.2014 up to 3.00 P.M.

7. Last Date of submission of Earnest Money Deposit (Off line) 04.01.2014 up to 2.00 P.M.

8. Bid opening date for Technical Proposals (Online)(Bid A) 06.01.2014 at 12.00 noon

9. Date of uploading list for Technically Qualified Bidder (online)(Bid B) 06.01.2014 at 3-00 P.M.

10. Bid opening date for Financial Proposals (Online)(Bid B) 07.01.2014 at 11.00 A.M.

11. Date of uploading of list of bidders along with the approved rates 07.01.2014 at 4.00 P.M.

24. WEST BENGAL STATE COUNCIL OF TECHNICAL EDUCATION, RESERVES THE RIGHT TO CHANGE

THE ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTER PUTTING UP A NOTICE IN THE WEBSITE www.webscte.org AND OFFICE NOTICE BOARD.

25. All the prospective bidders are requested to be present during opening the financial bid, venue TO BE

NOTIFIED LATER ON in the website www.webscte.org.

26. No objections in this respect will be entertained raised by any Bidder who will be present during opening of

bid, or from any Bidder who will be absent at the time of opening of Financial Bid.

27. During the scrutiny, if it comes to the notice to tender inviting authority that the credential or any other paper found incorrect/ manufactured/ fabricated, that bidder would not allowed to participate in the tender and that application will be rejected without any prejudice.

28. Prospective bidders may mail their queries in the following e mail addresses :[email protected] 29. Any litigation in this connection is to be settled in Kolkata. 30. The Tender Selection Committee reserves the right to cancel the N.I.T. due to unavoidable circumstances and

no claim in this respect will be entertained.

31. For assistance on procedure of e-tendering, contact NIC helpdesk (033-2337-6098) Or Ms Sangeeta Mall 98318 99991

. Sd/-

(Dr. Subhashis Datta) Secretary, WBSCTE

Page 9: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

General guidance for e-Tendering Instructions/ Guidelines for tenders for electronic submission of the tenders online have been annexed for assisting the prospective Bidders to participate in e-Tendering. 1. Registration of Bidders :

Any Bidder willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system, through logging on to https://etender.wb.nic.in. The prospective Bidder is to click on the link for e-Tendering site as given on the web portal.

. Digital Signature certificate (DSC)

Each Bidder is required to obtain a class-II or Class-III Digital Signature Certificate(DSC) from NIC for submission of tenders, from the approved service provider of the National Information’s Centre(NIC) on

payment of requisite amount details are available at the Web Site stated in Clause-2 of Guideline to Bidder DSC is given as a USB e-Token.

3. The Bidder can search & download NIT & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents.

4. Participation in more than one item :

A prospective bidder shall be allowed to offer rate as per his or her choice subject to fulfillment of conditions laid down hereinabove and conforming to his production capacity to be laid down in the tender paper.

5. Submission of Tenders. General process of submission, Tenders are to be submitted through online to the website stated in Cl. 2 in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date &time using the Digital Signature Certificate (DSC) the documents are to be uploaded virus scanned copy

duly Digitally Signed. The documents will get encrypted (transformed into non readable formats).

6. Physical verification of samples to be made by the expert committee after evaluating Technical proposal. 7. Technical proposal

The Technical proposal should contain scanned copies of the following in two covers (folders).

8. “BID A”:

One folder for “Essential Requirements of the Tendering Firm for participation” shall contain all scanned papers

related to the essential requirements of the Tenderer for participation in the tender viz.

a. Trade licence/ Enlistment b. Manufacturing licence c. Balance sheet of last three years Annual turnover certified by a Chartered Accountant

d. PAN Card, Professional Tax Registration, ESI registration, EPF Registration, Service Tax/ VAT Registration, CST registration, Pollution Control Board NOC, Fire Licence, as applicable

e. 3 years returns of Income Tax, Service Tax, VAT, CST, as applicable

Page 10: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

f. Current registration as SSI, as applicable. g. Earnest Money, as applicable h. Current No-conviction certificate or affidavit of non conviction affirmed before a First Class Magistrate

(affidavit sworn after 1st January 2013)

9. “BID B”: Another folder as “Financial Bid” shall contain the financial bids with the base rate per accounting inclusive of customs duty, transportation charges, installation charges, Insurance, freight charges, incidental charges and exclusive of VAT, Excise duty and entry tax (wherever applicable) to be quoted separately.

10. During the tender evaluation process, the “Bid A” will be opened first. Those Tenderer who have qualified the

essential requirements will be identified and only their “Bid B” will be opened. The “Bid B” of those Tenderer failing to meet the essential requirements of participating in the tender will not be opened and be rejected. The Tenderer quoting the lowest rate will be considered as successful.

11. THE DECISION OF THE SPECIALIST COMMITTEES AND THE TENDER SELECTION COMMITTEE WILL

BE FINAL AND BINDING IN THIS MATTER. 12. Bidders may contact mail their queries in the following e mail addresses : [email protected]

Sd\-

(Dr. Subhashis Datta) Secretary, WBSCTE

Page 11: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

APPLICATION FORM (Duly signed scanned copy to be uploaded under prequalification Folder)

To

West Bengal State Council of Technical Education. “ Kolkata Karigori Bhavan”, 2nd Floor,

110 S.N.Banerjee Road, Kolkata-700 013

Sub: NIT for printed application form and Booklet and Other Pre & Post exam related work. Ref:- N.I.T. No …………………………………………... dated ……………….

Sir,

Having examined the pre-qualification documents (N.I.T. & Volume-I), I /we hereby submit all the necessary

information and relevant documents for evaluation.

The application is made by me / us on behalf of…………………………………………………………

In the capacity……………………………………duly authorized to submit the order.

The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of Firms

for Application and for completion of the contract documents is attached herewith.

We are interested in supplying the materials mentioned in the Bill of Quantities.

We understand that :

(a) Tender Selection Committee/ WBSCTE can amend the scope & value of the contract bid under this project.

(b) Tender Selection Committee/ WBSCTE reserves the right to reject any application without assigning any

reason ;

Date :-

Signature of applicant including title and capacity in which application is made.

Page 12: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

ANNEXURE -A For JEXPO-2014

Scope of Work

A. Printing of OMR Application Form & Instruction Booklet:

(i) Printing of instruction booklet as per specimen given by the council which include a bi-colour OMR

Application Form (both side) as per specimen in size (Legal): 8½″ (width) × 14″ (height) with 105 GSM Map-litho paper and continuous machine numbering (Double numbering – one in the RH upper-corner of the main form and another in the RH upper-corner of the receipt part) with a dual barcode duly attached in the booklet. The Book will be a bilingual with bi-colour printing comprising 20-22 pages and lamination of multi-colour cover page containing our office name, address & monogram as per sample , duly packed in packets of 100’s, 200’s & 500’s each or as per our requirement.

(ii) Approximate Quantity Required: At least 1,40,000 for JEXPO-2014.

B. Pre Examination Work:

(i) Scanning of data including photograph from filled-in OMR Application Form and preparation of master data.

(ii) Printing of Photo Admit Card in tri-colour pre-printed Admit Cards as per sample [size of paper: 6″

(height) x 8½″ (width)] along with printing of few duplicate Admit Cards (if required).

(iii) Printing of sample OMR answer sheet (both side printing) as per sample in 10″ x 8″, 50 GSM Map-litho

paper.

(iv) Preparation of ready-to-dispatch Admit Cards and sample OMR Answer sheet in window envelope for dispatching the same through UCP (Under Certificate of Posting).

(v) Sending of Admit Cards along with sample OMR Answer Sheet through Speed Post. The actual cost of sending admit cards through Speed Post will be borne by the Council, which should not be included in the price to be quoted.

(vi) The list containing name & address of the candidates whose admit cards will be sent through UCP will have to be submitted to the Council in original under proper attestation by the Postal Department.

(vii) Printing of center-wise Photo Attendance Sheet.

(viii) Printing of center-wise Descriptive Roll (5 copies). Descriptive Roll is a list wherein roll number, name, etc. are shown.

(ix) Printing of bi-colour OMR Answer Sheet in A4: size 8½″ (width) × 14″ (height) with 105 GSM Map-litho paper, duly packed in center-wise sealed waterproof packets super scribing details of the packets e.g. Center Index No., Center Name, etc. Number of OMR Answer Sheet required will be twice the number of application forms scanned.

(x) Approximate Quantity Required: At least 1,25,000 for JEXPO-2014.

C. Post Examination Work:

(i) Scanning of OMR Answer Sheet.

(ii) Preparation of Merit List (General Rank-wise) showing rank of different categories e.g. General Rank, SC

Rank, ST Rank, PC Rank, etc. 15 numbers of hard copies of the Merit List (General Rank-wise) are to be provided containing all merit listed candidates.

(iii) The soft copy of the data is to be provided in MS-Access or MS-Excel format.

(iv) 120 sets of hard copies of the Merit List (Enrolment Number-wise) up to a General Merit Rank 30,000 are also to be provided.

(v) Report generation as per requirement of the West Bengal State Council of Technical Education.

(vi) Approximate Quantity Required: At least 1,20,000 for JEXPO-2014.

Time Schedule for Execution of Works:

(i) Form selling starts from – 24th January, 2014.

(ii) Date of Exam for JEXPO, 2014 – By 13th April, 2014.

Page 13: WEST BENGAL STATE COUNCIL OF TECHNICAL …webscte.org/PDF/NIT_printing_works.pdfv. If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract

For VOCLET-2014 Scope of Work

A. Printing of OMR Application Form & Instruction Booklet:

(iii) Printing of instruction booklet as per specimen given by the council which include a bi-colour OMR

Application Form (both side) as per specimen in size (Legal): 8½″ (width) × 14″ (height) with 105 GSM Map-litho paper and continuous machine numbering (Double numbering – one in the RH upper-corner of the main form and another in the RH upper-corner of the receipt part) with a dual barcode duly attached in the booklet. The Book will be a bilingual with bi-colour printing comprising 20-22 pages and lamination of multi-colour cover page containing our office name, address & monogram as per sample , duly packed in packets of 100’s , 200’s & 500’s each or as per our requirement.

(iv) Approximate Quantity Required: At least 25,000 for VOCLET-2014.

B. Pre Examination Work:

(xi) Scanning of data including photograph from filled-in OMR Application Form and preparation of master data.

(xii) Printing of Photo Admit Card in tri-colour pre-printed Admit Cards as per sample [size of paper: 6″

(height) x 8½″ (width)] along with printing of few duplicate Admit Cards (if required).

(xiii) Printing of sample OMR answer sheet (both side printing) as per sample in 10″ x 8″, 50 GSM Map-litho paper.

(xiv) Preparation of ready-to-dispatch Admit Cards and sample OMR Answer sheet in window envelope for dispatching the same through UCP (Under Certificate of Posting).

(xv) Sending of Admit Cards along with sample OMR Answer Sheet through Speed Post. The actual cost for sending of admit cards through Speed Post will be borne by the Council, which should not be included in the price to be quoted.

(xvi) The list containing name & address of the candidates whose admit cards will be sent through UCP will have to be submitted to the Council in original under proper attestation by the Postal Department.

(xvii) Printing of center-wise Photo Attendance Sheet.

(xviii) Printing of center-wise Descriptive Roll (5 copies). Descriptive Roll is a list wherein roll number, name, etc. are shown.

(xix) Printing of bi-colour OMR Answer Sheet in A4: size 8½″ (width) × 14″ (height) with 105 GSM Map-litho

paper, duly packed in center-wise sealed waterproof packets super scribing details of the packets e.g. Center Index No., Center Name, etc. Number of OMR Answer Sheet required will be twice the number of application forms scanned.

(xx) Approximate Quantity Required: At least 20,000 for VOCLET-2014.

C. Post Examination Work:

(vii) Scanning of OMR Answer Sheet.

(viii) Preparation of Merit List (General Rank-wise) showing rank of different categories e.g. General Rank, SC Rank, ST Rank, PC Rank, etc. 15 numbers of hard copies of the Merit List (General Rank-wise) are to be provided containing all merit listed candidates.

(ix) The soft copy of the data is to be provided in MS-Access or MS-Excel format.

(x) 120 sets of hard copies of the Merit List (Enrolment Number-wise) up to a General Merit Rank 30,000 are also to be provided.

(xi) Report generation as per requirement of the West Bengal State Council of Technical Education.

(xii) Approximate Quantity Required: At least 18,000 for VOCLET–2014.

Time Schedule for Execution of Works:

(iii) Form selling starts from – 24th January, 2014.

(iv) Date of Exam for VOCLET, 2014 – By 27th April, 2014.

� The delivery shall have to be completed within 7 days from the placement of the work-order (Part – A of both JEXPO–2014 & VOCLET–2014).