You are on page 1of 33

Tender document for Tripura Public Service Commission 1

TRIPURA PUBLIC SERVICE COMMISSION


AGARTALA

BID DOCUMENT OF E-TENDER FOR

(i) Design, Printing, Packing, sealing and delivery of bar-coded


OMR Sheets without carbon copy to the Tripura Public Service
Commission, Agartala and
(ii) Scanning and Evaluation of filled up OMR Answer sheets in the
TPSC office building
Tender document for Tripura Public Service Commission 2

TRIPURA PUBLIC SERVICE COMMISSION


AGARTALA

DNIT NO: F.9.(30)-EXAM/TPSC/2020 Dated: 22/06/2021

Name of Work: (i) Design, Printing, Packing ,sealing and delivery of bar-coded OMR
sheets without carbon copy to the Tripura Public Service Commission, Agartala
and (ii) Scanning and Evaluation of filled up OMR Answer sheets in the TPSC
office building.

SL No. SECTION PARTICULARS PAGE No.

1. Section - I List of Dates, Press Notice, NIT 3-8

2. Section - II Terms & Condition 9 - 14

3 Section - III Instruction to Bidder 15 - 24

4. Section - IV Bill of Quantity (BOQ) 25 - 26

5. Section - V Annexure 27 - 33

Certified that this DNIT contains 33 Nos. pages numbered from 1 to 33 and schedule of the
e-Tender is shown in Section –I to V.

DRAFT NIT NO.

DNIT NO: F.9.(30)-EXAM/TPSC/2020

Draft Notice Inviting e-Tender for an amount of Rs 400000/- and Rs. 1000000/- only is hereby
APPROVED.

Sd/-
( N. Adhikari )
Secretary of TPSC
Tripura
Tender document for Tripura Public Service Commission 3

SECTION- I

PRESS NOTICE

NOTICE INVITING TENDER


LIST OF IMPORTANT CRITICAL DATES
Tender document for Tripura Public Service Commission 4

TRIPURA PUBLIC SERVICE COMMISSION


AGARTALA
DNIT NO: F.9.(30)-EXAM/TPSC/2020 Dated: 22/06/2021

The Secretary, Tripura Public Service Commission invites an e-Tender in two-bid system (Technical
& Financial) with Item-wise contract type through website http://tripuratenders.gov.in from the bonafied
manufactures or their authorized dealers and bid will be open for eligible Bidders/Firms/Agencies at
16.07.2021 for the following work:
Document
Tender
EMD& Download & Bid
Value/ Completio Place of
Sl. Name of Work Tender Bid Submission Opening
Estimated n Period Bidding
Fee End Date & Date
Cost
Time
1 30 days 15/07/2021 at 16/07/2021 e-
Rate per unit for
EMD: 17:30 Hrs at 11:00 Hrs Procurement
Design, Printing, Rs. 400000
Rs. 28000/-
which may
Portal,
Packing, Sealing be extended
( Four (Twenty Government
and delivery of by the
lakhs) Eight of Tripura at
bar-coded OMR sheet decision of
Thousand https://tripura
the
up to the Commission's only) tenders.gov.in
Commission
office
(Tender
( Without Carbon copy
period)
& Single Page) Tender Fee:
2 Rs. 1000000
Rs.2500
Rate for OMR sheet
Scanning, Evaluation & (Ten lakhs) (Two
Thousand
Preparation of merit Five
list as per the Hundred
Commission's only)
Requirement in the
TPSC office building.
( inclusive of all
charges for
travelling, boarding
and lodging of
concerned staff of
agency deputed for
result processing) .
All the information of the above stated tender is available in https://tripuratenders.gov.in. Eligible bidders shall
participate in bidding, only in online mode, through website https://tripuratenders.gov.in. Bidders are allowed to bid
24x7 until the time of bid closing, with option for Re-Submission, wherein only their latest submitted Bid would be
considered for evaluation. The e-Procurement website will not allow any Bidder to attempt bidding, after the
scheduled date and time of Bid Submission. Submission of bids physically is not permitted.

Earnest Money Deposit (EMD) and Tender Fee is to be drawn separately through online process.

Bid(s) shall be opened online by respective designated Bid openers of the Department and the same shall be
accessible by prospective Bidder through website https://tripuratenders.gov.in.

Sd/-
( N. Adhikari )
Secretary of TPSC
Tripura
Tender document for Tripura Public Service Commission 5

TRIPURA PUBLIC SERVICE COMMISSION


AGARTALA

NOTICE INVITING e-TENDER

DNIT NO: F.9.(30)-EXAM/TPSC/2020 Dated: 22.06.2021

The Secretary, Tripura Public Service Commission invites an e-Tender in two-bid system (Technical
& Financial) with Item-wise contract type through website http://tripuratenders.gov.in from the bonafied
manufactures or their authorized dealers and bid will be open for eligible Bidders/Firms/Agencies at
16/07/2021 for the following work:
Key Information
Document
Tender Download &
EMD & Bid
Sl. Value/ Completio Bid Place of
Name of Work Tender Opening
No Estimated n Period Submission Bidding
Fee Date
Cost End Date &
Time
1 Rate per unit for Design, 30 days 15/07/2021 at 16/07/2021 e-
Printing, packing, sealing EMD: 17:30 Hrs at 11:00 Hrs Procureme
Rs. 400000 which may
and delivery of bar-coded Rs. 28000/- nt Portal,
be
( Four (Twenty Eight
OMR sheets to Tripura Public extended Governme
lakhs) Thousand
Service Commission (TPSC), only)
by the nt of
Agartala decision of Tripura at
( Without carbon copy & the https://tripu
Single Page) Commission ratenders.g
[ Type of Paper-90 GSM Map Tender Fee: (Tender ov.in.
litho Rs.2500 (Two period)
Quality of printing- Offset Thousand
with paper role, cutting , Five Hundred
treaming then laser printing only)
Type of Sealing- PVC self
adhesive envelop of every
100 sheet then inserted into
cartoon and carton sealed
with PVC packet & belts from
outside. Software-Latest
version]
2 Rate for OMR sheet
scanning, Evaluation & Rs.
Preparation of merit list 1000000
as per the Commission's
( Ten
requirement in the lakhs)
TPSC office building .
( inclusive of all
charges for travelling ,
boarding and lodging
of concerned staff of
agency deputed for
result processing)
Tender document for Tripura Public Service Commission 6

Critical Dates in connection with the bid


Sl No Activity Date & Time
1. Completion period for the work: 30 days
2. Tender Publishing Date 22-06-2021, 18.00 Hrs.
3. Bid Submission Start Date 22-06-2021, 18.00 Hrs.
4. Seek clarification 28-06-2021(Before pre bid meeting date)
5. Pre Bid Meeting date 29-06-2021, 12.30 Hrs. (Through VC)
Tripura Public Service Commission,
6. Place for Pre Bid Meeting
Old Secretariat Building, A.K. Road, Agartala
8. Bid Submission End Date 15-07-2021, 17.30 Hrs.
9. Bid Opening Date(Technical) 16-07-2021, 11.00 Hrs. & onward
10 Bid Opening Date(Financial) Notified after scrutiny of Technical Bid.
Tripura Public Service Commission,
11 Place of Opening Tender
Old Secretariat Building ,A.K Road, Agartala
Presentation /demo on technical solution
12 To be informed later
by bidders
Secretary, Tripura Public Service Commission,
13 Address for communication
Old Secretariat Building ,A.K Road, Agartala-799001
Phone- 0381- 2325811
14 Contact Telephone & Fax number
Email :- secretary.tpsc@gmail.com

Notes: All the above mentioned time are as per clock time of e-procurement website
https://tripuratenders.gov.in
Tender document for Tripura Public Service Commission 7

1.1 BACKGROUND:
Tripura got her statehood on 21st January,1972 and Tripura Public Service Commission was
established on 30th October, 1972, under the provisions of Article 315 of the Constitution of India.
The Commission is, at present, located at the old Assembly House of Tripura, at Akhaura Road,
Agartala.

1.2 Definition:
“Organization/ TPSC” means The Tripura Public Service Commission established on 30th October,
1972, under the provisions of Article 315 of the Constitution of India.

“Tender Committee” means the committee formed by TPSC for the purpose of tender processing.

“Bid Document” shall mean the document submitted by the bidder, pursuant to understanding and
agreeing with the terms and conditions set out in this Tender Document.

“Bidder” means the company/Agency providing the services/Items under Agreement. The word
“Bidder” when used in the pre award period shall be synonymous with Bidder, and when used after
award of the Contract shall mean the successful Bidder with whom TPSC signs the agreement for
rendering of services.

“Contract” shall mean the agreement to be entered into between TPSC and the successful Bidder.

“Evaluation Committee” shall mean the committee constituted by TPSC for evaluation of the tenders.

“Project” shall mean Design, Printing, packing, sealing and delivery of OMR sheets and Scanning and
Evaluation of filled up Answer sheets

“ PBG” shall mean Performance Bank Guarantee (PBG).

“Authority” means the Secretary, TPSC.

1.3 SCOPE OF WORK


i) Design, Printing, packing, sealing and delivery of OMR forms upto Tripura Public Service Commission
(TPSC), Agartala as per Commission’s requirement time to time. Printing of no. of OMR sheet is about
50000 pa
ii) Scanning and Evaluation of filled up Answer sheets as per Commission’s requirement at TPSC Office.
Number of candidates may vary from 100 to 20000 in one examination.
iii) Only Scanning/ processing of OMR Answer Sheets in the office premises of the Commission for which
purpose the Agency shall set up a Bureau in the said premises and bring adequate number of OMR
scanners, each having adequate speed capacity of OMR Sheets .
(a) Capture mark sense(bubbles);
(b) Discriminate between smudges/ erasures and valid marks;
(c) Editing of Variable Master Data such as Roll Number.
iv) The data for both Scanners must be 100% error free. Agency shall take all sorts of measures to ensure
100% accuracy.
v) Tagging OMR Data with Pre‐ examination master database.
vi) Resolving mismatches between Attendance Sheets, Roll Nos. and Question Booklet Nos./Series, as
marked on OMR Sheets;
vii) Image scanning of OMR Answer Sheets;
viii) Storing the Images as per Barcode/batch no/unique serial no.
Tender document for Tripura Public Service Commission 8

ix) The whole scanning activity in respect of each assignment shall be completed within the period
stipulated by the Commission;
x) The captured data will be stored in two separate databases; a complete image of the forms will also be
stored;
xi) Any kind of data discrepancy shall be sorted out by the Agency using the scanned image in the
presence of Commission’s representative(s).
xii) The Agency shall provide back-up data on CD/ Hard disc or in such form as may be specified by the
Commission, immediately after completion of Scanning/ Scoring of Answer Sheets.
xiii) The Agency shall extract such data and in such form, as may be desired by the Commission, from the
captured data for different purposes including item analysis.
xiv) The Agency shall do used OMR sheet processing through OMR software and produce exam results in
excel and PDF formats along with statistical and graphical analysis reports for exam
xv) Necessary scanners and other peripherals for the purpose will have to be arranged by the
firm/agency itself. No request in this regard will be entertained by the Commission.
Tender document for Tripura Public Service Commission 9

SECTION- II

General Terms & Condition


Tender document for Tripura Public Service Commission 10

General Terms & Condition


1. Bid documents consisting of qualification information and eligibility criteria of bidders,
specifications and the set of terms and conditions of the contract to be complied by the bidder is
publicly visible in the website https://tripuratenders.gov.in free of cost between 22/06/2021 and
15/07/2021 at 17:30 hrs .
2. Bid will be opened online through website https://tripuratenders.gov.in at 16/07/2021 at 11:00
Hrs. & onward in the office of The Secretary, Tripura Public Service Commission. If the office
happen to be closed on the date of opening of the bids as specified, the bids will be opened on the
next working day at the same time and venue.
3. Terms and Condition;-
3.1. Eligibility criteria:-
3.1.1. The Agency/vendor must have its own printing press or collaboration with any
other printing press possessing facility of printing of OMR sheet using paper 90 GSM or
above thickness and with other necessary requirement such as bar code.
3.1.2. The Agency/vendor must have factory license issued by appropriate authority
for operating such printing press.
3.1.3. The Agency/vendor must have at least 3(three) years experience of printing of
evaluation of OMR sheet with any Public Service Commission (State or Union)/ Staff
selection Commission/ Banking Service Recruitment Board/ Railway Recruitment Board
or other such Government Recruitment Board. This 3 years experience must be in
preceding 3 years from the date of issuing the e- Tender.[Vendor(s) will submit their all
experiences as per tabulation sheet(year wise)-].

3.1.4. The Agency/vendor will have to submit experience certificate issued by


appropriate authority in this regard.
3.1.5. Tax clearance certificate of last financial year.
3.1.6. The vendor will have to submit name of liaison officer who will represent the
vendor for finalization of confidential work with the Commission.
3.1.7. The Agency/vendor will have to submit the profile of the printing press with all
details.
3.1.8. The firm must possess latest ISO/CMMi certification.
3.1.9. The firm will have to sign an agreement as non discloser agreement for
maintenance of secrecy.
3.1.10. The firm has never been black listed/debarred by any organization/
authority.
3.1.11. Minimum score for qualifying in technical evaluation required 70% out of 100
marks.
3.1.12 Minimum annual turnover in the three financial years(i.e 2017-18, 2018-19,
2019-20,) is 3 Crores.

3.2. Eligible vendor may submit rate as per following manner-


a) Rate per unit for Design, Printing, Packing, Sealing and delivery of bar-coded
OMR sheet up to the Commission's office, Agartala. Rate must be quoted for
OMR Sheet without carbon copy & single page. .
b) Rate for OMR sheet Scanning, Evaluation & Preparation of merit list as per the
Commission's requirement in the TPSC office building.
c) Successful bidders of the technical bid evaluation process will be eligible for
financial bidding process.
d) All the technically qualified bidders will be notified to participate in Financial Bid opening process.
e) Final award (award of certificate) will be made by adding rate /cost quoted both
items at 3.2(a) & 3.2(b) and also based on QCBS (Quality & Cost Based System)
which is mentioned below at clause 3.3.
f) If bidder quoted only single item shall be considered incomplete.
Tender document for Tripura Public Service Commission 11

3.3. Evaluation Process :-


(a) The evaluation will be 2(two) stages i.e. Technical Quotation & Financial Quotation of the
proposal submitted by the Bidder .
(b) The bidders who qualify in Technical Evaluation will be eligible for opening of Financial
bid documents.
(c) The Financial proposal of those bidders who get more than 70 marks out of a maximum of
100 marks , in the Technical Evaluation shall be considered for Financial Bid evaluation.
(d) The qualifying Financial Proposals as per the criterion given above will be opened and
evaluated as below :

The Financial evaluation would be based on the cost of the services provided by the bidder
in the Financial bid. The evaluation will be done taking the following components in to
consideration.
Total evaluated bid value = X
The Financial scores will be calculated as follows:-
Fn = Fmin / Fb*100
Where
Fn = Normalized Financial Score of the Bidder under consideration
Fmin = Minimum evaluated cost for any bidder
Fb = Evaluated cost for the bidder under consideration

The overall score will be calculated as follows :-


Bn = 0.70 *Tn + 0.30*Fn
Where
Bn = Overall Score of Bidder under consideration
Tn = Pre-qualification cum Technical score for the bidder under consideration
Fn = Normalized Financial Score of the Bidder under consideration
The bidder with the highest score is LI Bidder. In case LI two or more bidders
found same ,the final selection will be made by adding Presentation score with
respective LI Bidder Score ( which is mentioned in Page-23, clause -18.5 Sl.No 6).

3.4. The Commission reserves the right to visit vendor's printing press facility,
evaluation process facility or to call the vendor to make power point
presentation on the facility of printing press, evaluation process during Technical
bid process.

4. Earnest Money Deposit (EMD) & Tender Fee:


EMD: Rs. 28,000/- (Rupees Twenty Eight thousand) only
Tender Fee: Rs. 2,500/- (Rupees Two Thousand Five Hundred) only (non refundable).
a) EMD and Tender Fee is to be paid separately only online mode.
b) Bidders exempted under specific Government order/ rules from submitting EMD have to
furnish Scan copy of the related Governments order/rules in English language, along with the
tender in support of their claim exemption
c) Earnest money shall be refunded to all unsuccessful Bidders after final decision about
acceptance of the Bid.
d) Prayer for converting previous year’s earnest money/security money, if any, to earnest
money/security money for the tender under reference shall not be entertained under any
circumstance and tender will be treated as invalid.
e) Tender Inviting Authority may forfeit the EMD amount and Cancel the Tender, if the successful
bidder does not start supply of item as stipulated, after being awarded the Contract.
Tender document for Tripura Public Service Commission 12

5. Agreement:
The successful bidder shall have to execute an “AGREEMENT” with the Tripura Public Service
Commission for execution of work within 14 (Fourteen) days from the date of issue of AOC
(Award of Contract) in the Procurement Portal, failing which AOC (Award of Contract) shall
automatically stand cancelled and earnest money of the tenderer will be forfeited to the
Government account.

6. Performance Security:
a) The successful Bidder shall be required to deposit an amount equal to 5 % of the value of the
contract as Performance Security, within 14 days of Signing of the Agreement and before
Issuance of the Order of Supply. Performance Security shall be furnished in the form(as per
annexure-IV under Section-V of this document) of a irrevocable Bank Guarantee from a
Nationalized Bank in favour of “Secretary , Tripura Public Service Commission”.
Performance Security (Bank Guarantee) shall remain valid for a period of 60 (Sixty days) days
beyond the date of completion of the supply, for completions of all contractual obligations of
the supplier i.e. 2(two) years.
b) If the successful Tenderer fails to deposit security money within the stipulated period, the
tender shall be treated as invalid and rejected and the bidder’s EMD shall be forfeited to the
Government.
c) Performance security money will be liable to be forfeited to the Government, in case of
violation or breach of any of the terms of contract i.e timely OMR Sheet supply & flow less
evolution in given timeline.
d) Supply should be completed in full within the time period to be indicated in the supply order.
Performance Security will be liable to be forfeited by the Government in the event of failure to
supply in full as per supply order within the time schedule and the supply order (s) will likely to
be treated as cancelled.
7. Signing:
If an individual makes the bid, it shall be digitally signed by him/her and the undertaking shall
also be signed with his/her full name and his/her address. If a firm makes the bid, a member of the
firm shall digitally sign it and the undertaking shall be signed with the co-partnership name by the
same member of the firm, who shall also sign his/her own name, and the name and address of each
member of the firm shall be given. If the bid is made by a corporation, it shall be digitally signed
by a duly authorized officer and the undertaking shall also be signed by the same duly authorized
officer who shall produce with his/her bid satisfactory evidence of his/her authorization. Such
corporation submitting bids may be required to furnish evidence of its corporate existence, before
the contract is executed.

8. Release of Payment:
a) No ADVANCE PAYMENT will be made under any circumstances.
b) The rate will remain valid initially up to 2(Two) year from date of execution of the Deed of
agreement and may be extended by the decision of the Commission. & satisfactory work with
mutual consent.
c) 100 % payment will be made after completion of each item satisfactorily i.e timely OMR Sheet
supply & flawless evaluation in given timeline by the Commission..
d) No interest can be claimed in case of delay in making payment beyond the stipulated period of
payment.

9. Bid Language:
All documents to be uploaded by the Bidder shall be in English language only. In case the
Bidder intends to upload a document which is not in English but in any of the other scheduled
language in the country, the Bidder shall also submit a Notarized version of the English Translation.

10. Resolution of Disputes:


In case of disputes, if any, the decision on the matter of dispute by the Secretary, Tripura
Public Service Commission, Tripura shall be the final and binding. It is also provided that the
courts at Agartala in Tripura State only will have the jurisdiction to decide the dispute between the
Tripura Public Service Commission and other party in respect of the matter arising out of the
contract/purchase order for the tender itself.
Tender document for Tripura Public Service Commission 13

11. Force Majeure:


a) The supplier shall not be liable for, forfeiture of its performance security, liquidated
damages or termination for default, if and to the extent that its delay in performance or other failure
to perform its obligations under the contract is the result of an event of Force Majeure.

b) For purpose of this clause, “Force Majeure” means an event beyond the control of the
supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may
include, but are not restricted to, acts of the purchaser in its sovereign capacity, war or revolutions,
fires, floods, epidemics, quarantine restrictions and freight embargoes.

c) If a Force Majeure situation arises, the supplier shall promptly notify the Tripura Public
Service Commission in writing of such conditions and the cause thereof. Unless otherwise directed
by the Tripura Public Service Commission in writing, the supplier shall continue to perform its
obligations under the contract as far as reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.

12. BOQ Tampering


a) The provided BOQ in the Bid is, meant for downloading in the Bidders machine, for entering
the relevant fields meant for rates & Bidders particulars and finally uploading along with the Bid.
The BOQ Excel sheet is macro enabled and working with the sheet requires the Macro to be
allowed/enabled to run.
b) Bidders are hereby warned not to temper with the Ms-Excel sheet, make copies and work in
a copied sheet or break through the default work sheet Security. Such BOQs with stated violations
will be treated as Tampered BOQs and Bids uploaded with Tampered BOQs will be summarily
rejected.

13. Packaging:
Tripura Public Service Commission will be receiving all items with water proof packing.

14. Rates:
a) The rate should be offered as per destination points i.e Tripura Public Service Commission.
b) Rate(s)quoted by the Bidder is final for the period of contract. No subsequent escalation of
price will be accepted even in case of increase of Railway/ Airway/ transportation cost/labour
charges/ wages/cost of bags and bagging/stitching/handling charges costs.
c) Amount of concession, transport subsidy etc. as applicable are to be reimbursed from
Government of India by the Tenderers themselves on the basis of certificate to be issued from the
competent authority.

15. List of the documents to be scanned and uploaded with the Bid:
(i) Technical documents
a) Digitally Signed DNIT
b) Proof in support of having experience of 3 years in any State/ Central Govt./
University/PSC/PSU for a turnover of Rs 3 Crores cumulative in given three years. (i.e. 2017-
18,2018-19,2019-20). Related Order of Supply and Execution needs to be uploaded.
c) Proof in support of having experience in related the OMR Evolution process ,online/offline
examination management. Experience in successfully OMR Evolution process ,executing
/supporting(application management, admit card management, confidential matter handling,
assistance in conduct of examination and result generation) online/hybrid recruitment exam
process for candidates strength of minimum 50,000 candidates throughout the year. Related
copies needs to be uploaded.
d) Up-to-date Professional Tax Clearance certificate, PAN Card, GST Registration, Income Tax
Return of last 3 Financial Years.
Tender document for Tripura Public Service Commission 14

e) Balance Sheet for 3(three) years (i.e. 2017-18,2018-19,2019-20), audited by Chartered


Accountant.
f) Authorization from the Principal firm, if the bidder is an authorized dealer.
g) Authorization from the Principal firm in favour of signatory of bid.
h) The firm should submit the profile of the Printing press with all details.
i) The firm must possess latest ISO/CMMi level certification.
j) One sample copy of OMR sheet .
k) List of manpower on roll deployed in recruitment /examination process(PF/ESI enrolled)
l) Copy/document of project management methodology.
m) Details specification of (i) OMR Scanner & (ii) OMR evaluation & result processing Software .
n) These documents must be in conformity with clause 18.5 of Section III for objective
evaluation of Technical bids.
o) The bidder will have to submit self declaration that his/her firm has never
been black listed/debarred by any organization/ authority.

(ii) Financial Document


BOQ (Bill of Quantity)
Note: If any of the documents (Technical and Financial) contains multiple pages, bidder shall scan
and submit all the pages of the related documents. Missing of any pages of any type of any
documents will be considered as invalid documents and that bidder will be treated as rejected.
Any attempt to submit the missing pages physically will not be accepted/ processed.
16. During Technical Evaluation process, if any confusion arises in any of the technical documents,
bidder may be called to bring the original documents and produce the same in front of Tender
Screening Committee/ Tender Evaluation Committee.

17. Tender Inviting Authority reserves the right to postpone, reject or accept any tender including
the lowest one partly or wholly without assigning any reason or distribute the same to two or more
Bidders, if necessary.

18. The Tender as well as the Contract can be cancelled/ terminated at any point of time by the
Department without previous notice and without assigning any reason, whatsoever.
Tender document for Tripura Public Service Commission 15

SECTION - III
INSTRUCTIONS TO BIDDERS
Tender document for Tripura Public Service Commission 16

TABLE OF CONTENTS
INSTRUCTIONS TO BIDDERS
CLAUSE ITEM
A GENERAL
1 General
2 Firms Eligible to Bid
3 Pre-Qualification data of the Bidders
4 Pre-bid meeting/conference
5 Evolution process
6 Cost of Bidding
7 General provisions
B. BID DOCUMENT
8 Contents of Bid document
9 Amendment to Bid Documents
C. PREPARATION OF BIDS
10 Bid Offer
11 Validity of Bids
12 Earnest Money Deposit (EMD)
13 Alteration
D. SUBMISSION OF BIDS
14 Submission of Bids
15 Last date / time for Submission of the Bid(s).
16 Late Bids
E. BID OPENING AND EVALUATION
17 Bid opening
18 Bid Evaluation and Comparison of Bids.
19 Discrepancy in Bid rate quoted
F. AWARD OF CONTRACT
20 Award Criteria
21 Notification of Award and Signing of Agreement
22 Corrupt or Fraudulent Practices
Tender document for Tripura Public Service Commission 17

1. General

1.1 To participate in the bid, the bidder shall have a valid Class 3 Digital Signature certificate
(DSC), obtained from either of the certifying authorities, enlisted by Controller of
Certifying Authorities (CCA) at http://cca.gov.in.
1.2 The Bidder shall enrol himself/herself in the e-procurement portal
https://tripuratenders.gov.in and obtain User ID and Password for bidding.
1.3 On publication of the bid, bidder shall download the DNIT and all the work items from
website as mentioned in the DNIT and minutely go through the instructions/terms
conditions/critical dates/eligibility criteria of the DNIT.
1.4 The Bidders shall have to scan all the required documents mentioned in this DNIT into PDF
format of 100 dpi resolution, for uploading as part of Bid.
1.5 Bill of Quantity (BOQ), which is in MS-Excel shall be downloaded, filled up properly and
uploaded with the bid after digital signing. The Bidder shall always open the BOQ sheet
with Macro Enabled.
1.6 Bidders shall furnish a declaration (Annexure-I of pre-qualification information) as a part of
bid that they are not been blacklisted by any department in Tripura. Any wrong declaration
in this regard which comes to notice at a later date will disqualify them and the bids so
received will be rejected.
1.7 If any of the certificates/documents furnished by the Bidder, found to be false / fabricated /
bogus, the bidder will be liable to blacklisted and their E.M.D. will be forfeited.
1.8 Rate Quotation: BOQ should be downloaded from the e-procurement application
https://tripuratenders.gov.in and the same BOQ should be filled up properly and uploaded
as a part of bid with digital signing. Bidder shall quote the Rate for all item/ selective item
only in the Bill of Quantity (BOQ) which is in MS-Excel (macro enabled) and Name of the
bidder/company/firm must be written in the appropriate field of Bill of Quantity (BOQ) by
bidder.
1.9 Bidders are allowed to bid 24x7 until the time of Bid closing, with option for Re-Submission,
wherein only their latest submitted Bid would be considered for evaluation. The e-
Procurement website will not allow any Bidder to attempt bidding, after the scheduled date
and time.
1.10 All the documents shall be submitted online at https://tripuratenders.gov.in only. Physical
submission of any document (hard copy) will not be entertained and will be liable for the
rejection.

2. Firms Eligible to Bid:


2.1 The Firms who:
i) Are not blacklisted or debarred or suspended by the Government for Whatever the
reason, prohibiting them not to continue in the contracting business.
ii) Have complied with the eligibility criteria specified in the NIT are the eligible bidders.

3. Pre-Qualification data of the Bidders


3.1 The bidder should satisfy the pre-qualification criteria as fixed under this NIT (Notice
Inviting Tender) and in case any bidder is not found satisfying any of such criteria as fixed,
his/her bid will be summarily rejected. The bidder shall furnish all the Technical and
Financial particulars in the PDF of 100 dpi resolution.
Tender document for Tripura Public Service Commission 18

3.2 Even though the bidders meet all the qualifying criteria, they are liable to be disqualified/
debarred / suspended / blacklisted if they have:
a) Furnished false/ fabricated particulars in the forms, statements and / annexure
submitted in proof of the qualification requirements and/or
b) Not turned up for entering into agreement, when called upon.
c) Record of poor progress such as abandoning the work/ supply, not properly completing
the contract, inordinate delays in completion, litigation history or financial failures etc.
and/or
d) Even while execution of the supply, if found that the supply was awarded to the Bidder
based on false/ fake certificates of experience, the Bidder will be blacklisted and
necessary action will be taken as per rules.
3.3 Any definite attempt of profiteering by any bidder will render himself liable to be debarred
permanently from biding or for such period as the bid accepting authority may decide. The
bidder overall rate should be based on the controlled prices for the materials, if any, fixed
by the Government.

4. Pre-Bid Meeting/Conference
4.1 TPSC will host a Pre-bid meeting for queries (if any) by the prospective bidders. The date ,
time & place of the meeting are given in the tender document.

4.2 The representatives of the bidders may attend the Pre-Bid Conference at their own cost. The
purpose of the pre-bid meeting is to provide a forum to the bidders to clarify their
doubts/seek clarification or additional information , necessary for them to submit their bid.
The queries should be emailed to secy-tpsc@nic.in/secretary.tpsc@gmail.com. Bidders
should be submit their queries before the date of pre-bid meeting.
4.3 The queries should necessarily be submitted in the given format
Request for Clarification
Name & Address of the Organization submitting request
Name & Position of person submitting request
Contact details of the organization representative
Tel:
Mobile:
E-mail:
Document Document Queries/Clarification Justification
Sr. No Clause Title
page No Clause No Sought by Bidder

4.4 Based on queries received, the TPSC may amend the Tender/issue Corrigendum, if
required on the website of TPSC viz. www.tpsc.tripura.gov.in or e-tendering portal viz.
http://tripuratenders.gov.in .
Tender document for Tripura Public Service Commission 19

5. Evaluation Process :-
(a) The evaluation will be 2(two) stages i.e. Technical Quotation & Financial Quotation of
the proposal submitted by the Bidder .
(b) The bidders who qualify in Technical Evaluation will be eligible for opening of Financial
bid documents.
(c) The Financial proposal of those bidders who get more than 70 marks out of a maximum of
100 marks , in the Technical Evaluation shall be considered for Financial Bid evaluation.
(d) The qualifying Financial Proposals as per the criterion given above will be opened and
evaluated as below :

The Financial evaluation would be based on the cost of the services provided by the bidder
in the Financial bid. The evaluation will be done taking the following components in to
consideration.
Total evaluated bid value = X
The Financial scores will be calculated as follows:-
Fn = Fmin / Fb*100

Where
Fn = Normalized Financial Score of the Bidder under consideration
Fmin = Minimum evaluated cost for any bidder
Fb = Evaluated cost for the bidder under consideration

The overall score will be calculated as follows :-


Bn = 0.70 *Tn + 0.30*Fn
Where
Bn = Overall Score of Bidder under consideration
Tn = Pre-qualification cum Technical score for the bidder under consideration
Fn = Normalized Financial Score of the Bidder under consideration
The bidder with the highest score is LI Bidder. In case LI two or more
bidders found same,the final selection will be made by adding
Presentation score with respective LI Bidder Score ( which is mentioned in
Page-23, Clause -18.5 Sl.No 6)

6. Cost of Biding
The bidder shall bear all costs associated with the preparation and submission of his Bid
and the bid inviting authority will in no case be responsible and liable for those costs.

7. General Provisions
7.1 Technical Support
For any technical related queries please call at 24x 7 Help Desk Number 0120-4200462,
0120-4001002, 0120-4001005, 0120-6277787.

7.2 Interpretation of Documents


7.2.1 TPSC will have the sole discretion in relation to:
a) The interpretation of this Tender, the Bids and any documentation provided in
support of the Bids; and
b) All decisions in relation to the evaluation and ranking of Bids, whether or not to
request for any clarifications or additional information from Bidder in relation to its
Bid and the selection of the Successful Bidder.
Tender document for Tripura Public Service Commission 20

7.2.2 TPSC will have no obligation to explain its interpretation of this Tender, the Bids or their
supporting documentation and information or to explain the evaluation process, ranking
process or the selection of the Successful Bidder.

7.3 Confidentiality
Any kind of confidentiality clause (department wants to include) can be maintained or
agreed by both parties after Award of Contract/ during execution of Agreement/ release of
Supply Order

7.4 Indemnity of the Authority


It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers/consultants, irrevocably, unconditionally,
fully and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/ or
performance of any obligations hereunder and the Bid Documents, pursuant hereto, and/
or in connection with the Bid Process, to the fullest extent permitted by applicable law,
and waives any and all rights and/ or claims it may have in this respect, whether actual or
contingent, whether present or in future.

7.5 Miscellaneous

7.5.1 The Bid Process shall be governed by, and construed in accordance with, the laws of
India and the competent Courts in Tripura shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/ or in connection with the Bid Process.

7.5.2 Authority, in its sole discretion and without incurring any obligation or liability, reserves
the right, at any time of the e-Tendering, to;
i) Cancel the Bid Process and/ or amend and/ or supplement the Bid Process or
modify the dates or other terms and conditions relating thereto ;
ii) Bidder should clarify their doubts either in Pre bid meeting or seek clarification start & end
date.
iii) During Technical Evaluation, if Dept. found something wrong and doughtful in any,
Bidder can ask for producing the original document.
iv) retain any information and/ or evidence submitted to Authority by, on behalf of,
and/ or in relation to any Bidder ; and/ or
v) independently verify, disqualify, reject and/ or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Bidder having
paper of power of attorney.

B. BID DOCUMENT
8. Contents of Bid document.
One set of Bid document, comprises of the Technical documents and another set
comprise of the Financial Documents as mentioned in the clause 15 under Section-II. In any
circumstances if any Bidder upload the Financial documents in the Technical document folder,
then that bidder will be summarily rejected.
Tender document for Tripura Public Service Commission 21

9. Amendment to Bid Documents


9.1 Before the last date for submission of Bids, the bid Inviting Officer may modify any of the
Contents of the Bid Notice, Bid documents by issuing amendment / Addendum
/corrigendum.
9.2 Any addendum/amendments/corrigendum issued by the bid Inviting Officer shall be part
of the bid Document and it shall be published in the e-procurement portal at
https://tripuratenders.gov.in. Registered Bidders shall be notified of the related
Corrigendum(s) by e-mail. However, Tripura Public Service Commission shall bear no
responsibility or liability arising out of non-receipt of the same in time or otherwise.
Bidders are requested to visit the website frequently to check whether there is any related
Corrigendum(s) or not.

C. PREPARATION OF BIDS
10. Bid Offer:
The Bid should be Item wise tender, BOQ contains the quantities worked out by the
Department and bidder shall quote the rate for all items/ selected items in MS Excel BOQ
sheet with which he intends to execute the work. Thus, the total amount (for overall quoted bid
percentage) as computed through Macro Enabled MS Excel BOQ Sheet would be the quoted
offered amount for the work, which will be shown in figures & words automatically.

11. Validity of Bids:

11.1 Bids shall remain valid for a period of not less than 90( Ninety)days from the last date of
bidding specified in NIT.
11.2 During the above-mentioned period, no plea by the bidder for any sort of modification of
the bid based upon or arising out of any alleged misunderstanding of misconceptions or
mistake or for any reason will be entertained.

12. Earnest Money Deposit


12.1 EMD given by all bidder’s except the successful bidder, shall be refunded through online
mode after issuing Award of Contract(AOC)
12.2 The EMD deposited by the successful bidder will not carry any interest and it will be dealt
with as provided in the conditions stipulated in the bid.

13. Alteration
Any alteration which is made by the bidder in the contract form, the conditions of the
contract, the drawings, specifications or statements / formats or quantities accompanying the
same will be recognized; and, if any such alterations are made the bid will be void.

D. SUBMISSION OF BIDS
14. Submission of Bids:
14.1 The participating, who are desirous of participating in bid, shall submit their Pre-
Qualification and other details etc., in the Standard formats prescribed in the bid
documents through the application https://tripuratenders.gov.in
14.2 List of documents to be scanned and uploaded:
All the documents mention in the Clause 15 under Section-II (List of the documents to
be scanned and uploaded with the Bid) must be submitted online at
http://tripuratenders.gov.in. Technical documents should be uploaded in Technical cover and
Financial Document should be uploaded in Financial Cover, otherwise the bid will be rejected.
Tender document for Tripura Public Service Commission 22

Note: If any of the above mentioned documents (Clause 15 (List of the documents to be
scanned and uploaded with the Bid) )is not applicable for a particular Bidder than he / she
shall prepare a PDF Document containing the remark as ‘NOT APPLICABLE’ WITH
NAME OF THE BIDDER & ADDRESS and upload the same in the relevant Folder.
14.3 If any of the certificates/documents furnished by the Bidder, found to be false / fabricated /
bogus, the bidder will be liable to blacklisted and their E.M.D. will be forfeited.

15. Last date / time for Submission of the Bids.


Bids must be submitted within the Bid Submission start and end date and time specified
in DNIT Tripura Public Service Commission, Agartala may extend the dates for issue and receipt
of Bids by issuing corrigendum in which case all rights and obligations of the Tripura Public
Service Commission, Agartala and the bidders will remain same as previously.

16. Late Bids.


The e-Procurement application https://tripuratenders.gov.in will not allow any Bidder to
attempt bidding, after the scheduled date and time prescribed in DNIT.

E. BID OPENING AND EVALUATION

17. Bid Opening


The bid will be opened online by the Bid openers on behalf of the Tripura Public
Service Commission, Tripura at the time, date and venue as specified in the bid documents.
Bids shall be scrutinized in accordance with the conditions stipulated in the Bid document. In
case of any discrepancy of non-adherence Conditions, the Bid accepting authority shall
communicate the same which will be binding both on the bid Opening authority and the Bidder.
In case of any ambiguity, the decision taken by the Bid Accepting Authority on bids shall be
final.
18. Bid Evaluation
18.1 All the statement, documents, certificates, demand draft/bank guarantee, BOQ (bill of
quantity) etc., submitted/uploaded by the bidder will be verified by the Tender Evaluation
Committee. The clarifications, particulars, if any, required from the bidders, will be
obtained by addressing the bidders.
18.2 Bids will be evaluated against the specified parameters / criteria same as in the case of
conventional bids and the qualified bidders will be identified. The result of bids evaluation
can be seen in the e-procurement application https://tripuratenders.gov.in by all the
bidders who participated in the Bid.
18.3 Details of ‘Tender Evaluation Committee’ shall be uploaded in the e-procurement
portal https://tripuratenders.gov.inand all the bidders can access the same.
18.4 Tender Inviting Authority may cancel the tender at any stage without any prior notice.
Tender document for Tripura Public Service Commission 23

18.5 The Pattern of distribution of marks on Technical Bid as follows :-

Pattern of distribution of marks on Technical Bid

Serial Head Details Criteria Marks Max.


No. Allotted Mark
s
1. Turnover Cumulative turnover generated from Upto 3 Crores 20 24
services related to OMR Evaluation ,
recruitment examination related 3.1 to 5 Crores 22
activities (Online/Offline), OMR
Evaluation process in the given 3 years More than 5 Crores 24
(produce relevant documentary
evidence/certificates from client)
(i.e 2017-18, 2018-19,2019-20,)
2. Experience in As mentioned in the Clause 15(i)(c) 3 crores 18 24
OMR Sheet under Section-II
Scanning, >3 to 5 Crores 20
evaluation and
result processing >5 to 7.5 Crores. 22

>7.5 Crores 24

3. ISO/CMMi Level Quality certifications in relevant a) ISO 9001:2015 5 10


Certification specific area of work as specified on & ISO 27001:2013
Certificate b) CMMi Level
Certification 5
4. Manpower Dedicated permanent manpower on Minimum 20 10 15
roll deployed in recruitment /
examination process ( PF / ESI >20 upto 40 12
enrolled)
>40 upto 60 14

>60 15

5. Project i) Completeness of the proposed 6 12


management project plan with proper timeline,
methodology Responsibility matrix
ii) Strategy to meet implementation 6
timelines.
6 Presentation Presentation of proposed solution and 15 15
examination process flow: The agency Capacity = 5
will have to make a presentation
Technology = 5
before the committee towards its
capacity, technology and a work plan Work Plan = 5
through which the entire activity will
be executed.
Maximum Marks 100

19. Discrepancy in Bid rate quoted.


Bids shall be scrutinized in accordance with the conditions stipulated in the Bid document.
Bidder shall quote rate in figures only. BOQ (in MS-Excel format) shall be open with
Macro Enabled for automatic conversion from figures to words. In case of any ambiguity,
the decision taken by the Bid Accepting Authority on Bidders shall be final.
Tender document for Tripura Public Service Commission 24

F. AWARD OF CONTRACT
20. Award Criteria
20.1 The Secretary of Tripura public Service Commission will award or recommend to the
Competent bid accepting authority for award of the contract to the Bidder who is found
Technically Qualified as per the Bid conditions and whose Offer Rate is considered as
final by the Evaluation Committee based on QCBS method as mentioned in Section-II
at Clause-3.2(e)
20.2 The bid accepting authority reserves the right to accept or reject any Bid or all bids and to
cancel the Bidding process, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the reasons for such action.

21. Notification of Award and Signing of Agreement.


21.1 The Bidder whose Bid has been accepted will be notified of the award of contract by any
authorized official, prior to expiration of the Bid validity period by publishing the Award of
Contract in the Tripura Tenders portal and also may send the same through registered
letter.

22. Corrupt or Fraudulent Practices


The Department require that the bidders / suppliers / Bidders under Government financed
contracts, observe the highest standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the Department:
(a) Define for the purposes of the provision, the terms set forth below as follows:
(i) “Corrupt practices” means the offering, giving, receiving or soliciting of anything of
value to influence the action of a Government official in procurement process or in
contract execution: and
(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
Government and includes collusive practice among Bidders (prior to or after Bid
submission) designed to establish in Bid prices at artificial non-competitive levels and
to deprive the Government of the benefits of free and open competition.
(b) Will reject a proposal for award if it determines that the Bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question.
(c) Will blacklist / or debar a firm, either indefinitely or for a stated period of time, if at any
time determines that the firm has engaged in corrupt or fraudulent practices in competing
for, or in executing a Government Contract.
(d) Furthermore, Bidders shall be aware of the provisions stated in the General Conditions of
Contract.
Tender document for Tripura Public Service Commission 25

SECTION- IV

BILL OF QUANTITIES
Tender document for Tripura Public Service Commission 26

Tender Inviting Authority :- Tripura Public Service Commission

Name of Work: (i) Design, Printing, Packing ,sealing and delivery of bar-coded OMR forms
without carbon copy to the Tripura Public Service Commission, Agartala and (ii) Scanning and
Evaluation of filled up OMR Answer sheets in the TPSC office building.
DNIT No. F.9(30)-Exam/TPSC/2020
Name of the Bidder/Agency/Company
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the Bidder and same should be uploaded after
filling the relevant column , else the bidder is liable to be rejected for this tender. Bidder should allowed to
enter the bidder the name and value only.
GST
(12%
for Total Total
Basic item 1 amount amount
Sl. Item Description Quantity Units
rate & without without
18 % GST GST
for
item 2)
1 2 3 4 5 6 7 8

1 Rate per unit for Design, Printing,


Packing, Sealing and delivery
of bar-coded OMR sheet up to 1 Nos.
the Commission's office ( Without
Carbon copy & Single page)
2 Rate per unit for OMR sheet
Scanning , Evaluation & 1 - 500 Nos.
Preparation of merit list as per
the Commission's requirement in
the TPSC office building. 501 - 1000 Nos.
( inclusive of all charges for
travelling , boarding and
lodging of concerned staff of 1001 &
agency deputed for result Nos.
above
processing)

• Bidders are allowed to quote their rate only in Col-5.


• Total Amount with tax for the required quantity will be autocalculated in col 8
• Tax applied (GST@12% for single page OMR sheet printing & GST @ 18% for any Scanning
related activities & others ) mentioned in Col-6 will be autocalculated.
• Scannig & Evalution will complete in single phase smaultanously.

PREAMBLE
1. The Bill of quantity shall be read in conjunction with the DNIT instruction to Bidder,
conditions of contract, and Specifications.
2. Bill of Quantity(BOQ), which is the Rate quoting sheet in MS-Excel format shall be
downloaded from e-procurement portal, filled up properly and uploaded in the bid after
digital signing.
3. The Bidder shall always open the BOQ sheet with Macros Enabled.
4. Name of bidder must be written in the appropriate field of rate quoting sheet by each
bidder.
Tender document for Tripura Public Service Commission 27

SECTION - V

ANNEXURE
Tender document for Tripura Public Service Commission 28

To be filled by Bidder- sign, scan in pdf format and upload the same in the Tripura tenders
portal]

Annexure – I

DECLARATION

I/we ………………………………………………………...…..............................................................,
have gone through carefully all the Bid conditions and solemnly declare that I / we will abide by
any penal action such as disqualification or black listing or termination of contract or any other
action deemed fit, taken by, the Department against us, if it is found that the statements,
documents, certificates produced by us are false / fabricated.

I / we hereby declare that, I / We have not been blacklisted / debarred / Suspended /


demoted in any department in Tripura or in any State of India due to any reasons.

Signature of the Bidder


Tender document for Tripura Public Service Commission 29

[To be filled by Bidder - sign, scan in pdf format and upload the same in the Tripura tenders
portal]

Annexure – II

DECLARATION

I do hereby declare that I have personally gone through the relevant


Detailed Notice Inviting Tender and understood all the clauses, specifications
of e-tendered items, instruction of the NIT and having been fully satisfied, I
have quoted the rate of item. This is further to certify that I have suppressed
no fact in the tender which could debar me to participate into the tender. If it
is revealed after opening of the tender that any fact is suppressed by me,
tendering authority shall have the right to reject my tender along with other
punitive action against me as per terms and conditions of the tender. I do
affirm that all the terms & conditions of the NIT are unconditionally accepted
by me. I have no objection if any extra term & condition, mutually accepted by
me and purchaser is incorporated into the agreement.

(Signature of bidder)
Full name & seal
Tender document for Tripura Public Service Commission 30

ANNEXURE– III

BIDDER’S SHEET

Bidders are requested to provide required information in this sheet and if any point(s), not
related with their tender may please be mention as “N/A”.
1. Detailed address of the bidder along with phone and Fax No. with STD Code.

2. If bidder has any past experience of /Govt/North East India/ Private channel. If yes, please
give details.

3. Is there any pending court case or any other dispute related with the bidder. If so, please
give details.

4. Please indicate ISO/CMMi Certificate.

5. Brand of the bidder

6. Bidders may use this space to provide any further required information to explain their bid.

Signature of bidder
Tender document for Tripura Public Service Commission 31

ANNEXURE – IV

PERFORMANCE SECURITY BOND FORM

In consideration of the President of India (hereinafter called „the TPSC‟)


having agreed to exempt ------------- --------- (hereinafter called „the said Agency(s)‟ from the
demand, under the terms and conditions of an agreement / (Work Order) No. ----------------------
Dated ----- ---------------- made between ------------------------ and --------------------- for the providing
service of - ---------------------------------- (hereinafter called „the said Agreement‟), of
performance security for the due fulfilment by the said Agency(s) of the terms and conditions
contained in the said Agreement, on Production of a bank guarantee for -------------------------------
-------------------- we, (Name of the bank) ---------------------------------------------- (hereinafter
referred to as „the Bank‟) at the request of ----------------------------------------Agency(s) do hereby
undertake to pay to the TPSC an amount not exceeding ----------------- ----- against any loss or
damage caused to or suffered or would be caused to or suffered by the TPSC by reason of any
breach by the said Agency (S) of any of the terms or conditions contained in the said
Agreement.

2. We (Name of the bank) ---------------------- do hereby undertake to pay the amount due and
payable under this guarantee without any demur, merely on a demand from the TPSC stating
that the amount claimed is due by way of loss or damage caused to or would be caused to or
suffered by the TPSC by reason of the Agency(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 TPSC in these counts shall be final and
binding on the bank. However, our Liability under this guarantee shall be restricted to an
amount not exceeding ----------------------------.

3. We undertake to pay to the TPSC any money so demanded notwithstanding any dispute or
disputes raised by the service provider(s) in any suit or proceeding pending before any court
or tribunal relating thereto our liability under this present being absolute and unequivocal. The
payment so made by us under this bond shall be valid discharge of our liability for payment
there under and the service provider(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 during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the dues of
the TPSC under or by virtue of the said Agreement have been fully paid and its claims satisfied
or discharged or till -------------------------- (office/ Department) ------------------- ----- certifies that
the terms and conditions of the said Agreement have been fully and properly carried out by the
said Agency(S)and accordingly discharge this guarantee. Unless a demand or claim under this
guarantee is made on us in writing on or before the expiry of ONE and HALF YEAR from the date
hereof, we shall be discharged from all liability under this guarantee thereafter.

5. We (Name of the bank) ---------------- further agree with the TPSC that the TPSC shall have the
fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary the terms and conditions of the said Agreement or to extend time of
performance by the said contract(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the TPSC against said Contract(s) and to forbear or
Tender document for Tripura Public Service Commission 32

enforce any of the terms and 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 Contract(s) or for any forbearance, act or omission on the part of the TPSC or any
indulgence by the TPSC to the said contract(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
service provider(s).

7. We (name of the bank) ------------------------------- lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the TPSC in writing.

Dated the --------------- day of ----------- For --------------------------------------

(Indicate the name of the bank)

Witnesses:- 1.
Telephone No.(s):-
STD Code-

Witnesses:- 2.
Telephone No.(s):-
STD Code-
Tender document for Tripura Public Service Commission 33

ANNEXURE – V

PROFORMA FOR TECHNO-COMMERCIAL BID (TO BE TYPED IN THE LETTER HEAD OF


THE BIDDER)

To,
The Secretary
Tripura Public Service Commission
AkhuaraRoad ,PO: Agartala
Agartala, Tripura (West) – 799 001

Ref. Tender No ________________________________________________________

Subject: Proposal for Notice Inviting Tender for (i) Design, Printing, Packing ,sealing and delivery
of bar-coded OMR forms without carbon copy & Single page to the Tripura Public
Service Commission, Agartala and (ii) Scanning and Evaluation of filled up OMR Answer
sheets in the TPSC office building.

Sir,
Having examined the conditions of contract as in the eligibility and general instructions, scope of
work and special terms and conditions, I/we, the undersigned, offer to undertake (i) Design, Printing,
Packing ,sealing and delivery of OMR forms without carbon copy & Single page to the Tripura
Public Service Commission, Agartala and (ii) Scanning and Evaluation of filled up OMR Answer
sheets in the TPSC office building in conformity with conditions of contract and specifications
for sum as may be ascertained in accordance with the Qualifying and financial bids attached herewith and
made part of this Bid.

We undertake, if our Bid is accepted, to commence Services within 15 days and to complete
delivery of all the Services as specified in the work order within stipulated time in work order. If our Bid is
accepted, we will obtain the performance guarantees of a Scheduled Bank for a sum equal to 10% of the
quoted value for the due performance of contract and in accordance with the agreement.

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 at any time before the expiration of that period. Until
a formal Work Order of Contract is prepared and executed, this Bid together with your written
acceptance thereof in your notification of award shall constitute a binding contract between us. Bid
submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and
replacement. We also declare that the printed terms and conditions, if any at the back of our tender
quotation or any other paper enclosed are not applicable. We understand that you are not bound to
accept the lowest or any bid, you may receive. We enclose herewith the complete Technical Bid as
required by you.

We do undertake that, until a formal contract is prepared and executed, this bid, together with
your acceptance thereof, the tender document and placement of letter of intent awarding the contract,
shall constitute a binding contract between us.

Full Signature of the bidder


Date:
Place:

You might also like