Tender document for Outsourcing the conduct of Written Test for various non-academic posts

Similar documents
INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

PEC University of Technology, Chandigarh

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

IGNOU THE PEOPLE S UNIVERSITY. Indira Gandhi National Open University Student Evaluation Division Maidan Garhi, New Delhi

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

Notice for inviting Tender for hiring of vehicle

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

FORMAT OF BANK GUARANTEE AGAINST BID SECURITY, ADVANCE PAYMENT, SECURITY CUM PERFORMANCE GUARANTEE BID SECURITY (EMD) FORM

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 11/03/2016. For Supply of

Notice for inviting E-Tender for hiring of vehicles

INDIRA GANDHI NATIONAL OPEN UNIVERSITY MaidanGarhi, New Delhi Central Purchase Unit SPEED POST

Notice inviting e-bids for Printing and Supply of IEC Material

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Tender document for Empanelment of firm for the supply of Markeen Cloth

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Certificate by Chartered Accountant on letter head

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

NOTICE INVITING TENDER

Tender No. IG/CPU/IGCFSS/SOSS/Laptop/ Dated: INDIRA GANDHI NATIONAL OPEN UNIVERSITY

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

INDIRA GANDHI NATIONAL OPEN UNIVERSITY

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

The last date for submission of the bids is at

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Hiring of Commercial Vehicle for Official Use at STPI

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

PUNJAB TECHNICAL UNIVERSITY,

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

National Intelligence Grid (Ministry of Home Affairs) 2nd Floor, Vijaya Building, 17, Barakhamba Road, New Delhi

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Circular to all trading and clearing members of the Exchange

Tender. For. Human Skeleton

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

BHARAT HEAVY ELECTRICALS LIMITED,

Tender. for. Indian Institute of Technology Jodhpur

Hiring of Courier Agency for delivery of Provisional Degree Certificate and Transcripts to Students

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

ANNEXURE - C TO OT E/ FOR CYLINDR, COVER AND ADJ.DISC CASTINGS CHECK LIST STANDARD COMMERCIAL TERMS & CONDITIONS S

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

Tender document For Supply and installation IT Hardware at Block 8.

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited

Tender notice Printing of Wall Calendars for the year 2015

Please purchase PDFcamp Printer on to remove this watermark.

e-tender for Comprehensive Annual Maintenance Contract (AMC) of Un-interrupted Power Supplies (UPS) installed at Patent Office, Mumbai

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

5.1 LETTER OF ACCEPTANCE

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

Total No. of pages of the tender documents are 12 (Twelve) pages.

Embassy of India Abidjan (Cote d'ivoire)

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Tender. For. Scrub Stations

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

NATIONAL INSTITUTE OF IMMUNOLOGY Aruna Asaf Ali Marg New Delhi

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

National Fund for Basic, Strategic and Frontier Application Research in Agriculture (NFBSFARA)

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Dated: LIMITED TENDER INQUIRY

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

MISHRA DHATU NIGAM LIMITED

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Standard Bid Document

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

TENDER DOCUMENT FOR. Purchase Section

COMMERCIAL TERMS AND CONDITIONS

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. SECURITY SERVICES in

Transcription:

Tender No. IG/RECTT/2012 Cost of Tender Document : 1,000/- (in INR) INDIRA GANDHI NATIONAL OPEN UNIVERSITY (ADMINISTRATION DIVISION) [RECRUITMENT SECTION] Tender document for Outsourcing the conduct of Written Test for various non-academic posts Pre-bid meeting for any clarification: 22 nd August, 2012 at 11.00 AM Last Date & Time for submission of Tender: 31 st August, 2012 at 11.00 AM Date & Time for opening of Tender: 31 st August, 2012 at 11.30 AM Registrar (Administration) Indira Gandhi National Open University Maidan Garhi, New Delhi 110068

C O N T E N T S Sl.No. Topics Page No. 1. BACKGROUND 1 2. TERMS & CONDITIONS OF TENDER DOCUMENT 2.1 Availability & Cost of the Tender Document 1 2.2 Tender System 2 - Technical Bid 2 - Financial Bid 3 2.3 Earnest Money Deposit 3 2.4 Performance Security Deposit 3 2.5 Submission of Tender 4 2.6 Opening of the Tender 4 2.7 Scope of Services 5 2.8 Payment Terms 5 2.9 Risk Factor 5 2.10 Penalty clause 5 2.11 Schedule of Work 6 2.12 Sub-Contracts 6 2.13 Validity of Offer 6 2.14 Force-Majeure 6 2.15 Dispute Settlement 7 2.16 Key Contacts 7 3. IGNOU s Advt. (Annexure-I) 8 4. Scope of Services (Annexure-II) 15 5. Basic Information about the Bidder (Form-I) 17 6. Financial Bid Proforma (Form-II) 18 7. Details of EMD (Form-III) 19 8. Bank Guarantee Proforma (Form-IV) 20 9. Undertaking (Form-V) 22 10. Documents to be enclosed (Check List) 23

Tender No. IG/RECTT/2012 Dated : 10 th August, 2012 INDIRA GANDHI NATIONAL OPEN UNIVERSITY (ADMINISTRATION DIVISION) [RECRUITMENT SECTION] Subject : Tender document for Outsourcing the conduct of Written Test for various nonacademic posts 1. BACKGROUND : The University wishes to outsource the conduct of written test of various nonacademic posts advertised vide Advt. No.48/2012 published in Employment News dated 31 st March, 2012 (Annexure-I). The details of such posts where the provision of written test is mandatory showing the total number of applications received against each post are given as under : Sl.No. Name of Post(s) No. of Posts Total no. of applications received. 1. Asstt. Registrar 09 565 2. Translator 01 36 3. Asstt. Executive (Data 19 2202 Processing) 4. Production Asstt. 01 98 5. Technician 05 339 6. Semi Professional Asstt. 08 1373 7. Proof Reader 10 119 8. Stenographer 57 4695 9. Jr.Asstt.-cum-Typist 101 17137 TOTAL : 211 26564* * subject to variation Accordingly, the University invites the sealed Tenders from the reputed and experienced agencies/organizations having expertise to conduct country wide Written Test in off-line mode for recruitment of office-personnel in Central/State Govt./Autonomous Bodies/PSUs/Leading Public Sector Banks. 2. TERMS & CONDITIONS OF TENDER DOCUMENT : 2.1 Availability & Cost of the Tender Document : The Tender document can be purchased on payment of Rs.1000/- (Rupees One Thousand only) in the form of Demand Draft only in favour of IGNOU, New Delhi from the Section Officer, Recruitment Section, Block-7, Room No.13, Administration Division, IGNOU, Maidan Garhi, New Delhi-110068. The Tender document can also be downloaded from IGNOU s website i.e. www.ignou.ac.in and its fee of Rs. 1000/- (Rupees One Thousand only) in the form of Demand Draft only in favour of IGNOU, New Delhi is to be submitted along with the Technical Bid, Financial Bid and EMD. Signature with Seal of the Bidder 1/23

2.2 Tender system : The Tenders are invited in two parts as per details given below : Part-A : Technical Bid consisting of all technical details along with commercial terms and conditions; and Part-B : Financial Bid indicating price for the services mentioned in the Technical Bid. Part-A : Technical Bid Eligibility Criteria : Essential : The Bidder should have i. handled similar tests on an all India basis for at least 20,000 candidates in a single sitting in more than 15 cities, at least two times in last 3 years for recruitment of Group A, B & C categories for Central/State Govt./Autonomous Bodies/PSUs/Leading Public Sector Banks and conduct of written test at multi locations. The Bidder must provide documents to support the eligibility Criteria. ii. devised objective type tests in both English and Hindi and descriptive type test in English. (The prescribed syllabi of the written test will be provided by IGNOU for setting the question papers). The Bidder must attach the Example of Tests both objective & descriptive tests for at least two organizations. iii. In-house resources available including specialists employed, computer hardware and software for data processing and for designing and hosting the website, printing facilities, OMR scanning etc. The Bidder must provide the number of such specialists with organization or on panel. Also the available Hardware and Software (In house or third party) should be listed. iv. a foolproof system of security for handling test material and maintaining utmost secrecy. The Bidder must provide procedures followed by him in details. v. Annual turnover in last three years from the business of conducting such tests in India should be not less than Rs.2 crore (Rupees Two crore) annually. The Bidder must provide CA certified copies for last three years giving details of turnover from this service. vi. Should not have been blacklisted by any client organization (Govt./Autonomous Bodies/PSU/Bank) in the last five years. The Technical details and other basic information about the Bidder is required to be furnished in Form-I. Note : Please note that there will be a Pre-bid meeting for any clarification as per date and time given on the title page of the Tender document. During the course of Pre-bid meeting, any clarifications and/or suggestions proposed by bidders, if any, will be examined and if found suitable will be incorporated in the Tender document. These changes will be uploaded on the website for all to note the changes. Signature with Seal of the Bidder 2/23

Part-B : Financial Bid This Bid should contain only the Financial Bid in the prescribed Financial Bid Format given at Form-II. Bidder should quote the price towards data entry of all applications and their scanned copies received for the purpose of screening and shorlisting of applications as per eligibility criteria given in the advertisement and secondly the price for carrying out all activities as per details given in Scope of Services & Obligations of Outsource Agency (Annexure-II). It is to be noted that Service Tax chargeable as per the prevailing rate and rules of Government of India shall be indicated separately in the Financial Bid. Please note that the rates quoted should be mentioned in the Financial Bid (Form II) only and not on any other page of the Technical Bid or any other document, non-compliance of this will result in no submission of the response and the Bid will be rejected. Note : Tender document must be signed by Authorized Signatory, Name of the person, Company s Name & seal on every page of the tender documents, failing which the Bid will be considered non- responsive and will be rejected. The name of the Authorized Signatory must be approved by the Management or Board or a Principal Officer of the Company or equivalent. 2.3 Earnest Money Deposit : Earnest Money deposit (EMD) amount for Rs. 2,00,000 (Rupees Two Lakh only) shall be submitted along with the Technical Bid, Financial Bid & Cost of the Tender Document (through DDs only) in the form of Demand Draft/FDR from any nationalized/commercial Bank drawn in favour of IGNOU payable at New Delhi. The Demand Draft / FDR should be kept in separate cover clearly written EMD on the cover. The cover should be placed in the envelope/box containing Technical and Financial Bids. The EMD amount will be refunded to unsuccessful bidder(s) at the earliest after expiry of the final bid validity and latest on or before the 30 th day after the award of the contract. No interest shall be paid on the EMD. However, in case of successful bidder it will be refunded only after receipt of Performance Security. (Format of Submission of EMD Form-III) 2.4 Performance Security Deposit : The successful Bidder shall, before executing the order, within 07 working days of dispatch/ issue of letter intimating acceptance of the offer in terms of Letter of Intent deposit an amount equivalent to 10% of the value of the contract as security deposit for due performance of the contract. The security deposit may be furnished in the form of a Bank Guarantee/ Demand Draft/FDR drawn in favour of IGNOU or a bank guarantee from a nationalized/commercial bank duly countersigned by the bankers (Format of Bank Guarantee Form-IV). The Performance Security should remain valid for a period of 60 (sixty) days beyond the date of completion of all contractual obligations of the agencies and acceptance by IGNOU. Failure to furnish Security Deposit/Bank Guarantee within the stipulated period shall be treated as breach of contract and entail cancellation of the contract and forfeiture of EMD. If the Bidder is not able to execute/provide the services as per the Tender completely within the specified period to the complete satisfaction of the IGNOU, the penalty clause shall be invoked and the security deposit shall be forfeited as the case may be. Only after furnishing of the aforesaid performance Security the Award Letter will be issued. Signature with Seal of the Bidder 3/23

2.5 Submission of Tender : The Tender documents duly filled in and complete in all respects for both Technical Bid & Financial Bid (Parts A & B) should be sealed in separate covers super scribing the Technical Bid and Financial Bid with EMD in the separate cover. Also if the Tender Document has been down loaded on-line the draft (Rs. 1000/-) of the Tender Fee should also be placed in a separate cover. If the Tender document purchased from IGNOU against the Demand Draft, the receipt of Demand Draft should also be kept in a separate cover. These two sealed covers i.e. Technical Bid & Financial Bid along with the other two covers containing EMD and Tender Fee are to be put in a single big envelope/box super scribing Tender for outsourcing the conduct of Written Test for various non-academic posts in IGNOU. Bidder s name, address and phone number should be mentioned on the bottom left side of the envelope/box. This sealed envelope/box must be dropped in the Tender Box kept in the Recruitment Section, Block No.7, Room No.13, IGNOU, Maidan Garhi, New Delhi 110 068., latest by 11:00 a.m. on 31 st August, 2012. Alternatively, sealed tenders will also be acceptable by Registered post/speed Post only at the address given above. Tenders received by any other means and after the time and date as mentioned above will not be considered for evaluation. The University will not be held responsible for any postal delay. Bidders are advised to submit the Tender well in advance to avoid any delay. Any mutilated/unsealed or incomplete tender in any respect shall not be considered as no response to the tender and the Bid will be rejected. 2.6 Opening of the Tender : (a) Only the Part-A i.e. Technical Bid of the Tender received upto 11:00 a.m. on 31 st August, 2012 will be opened on the same day at 11:30 a.m. at IGNOU, Maidan Garhi, New Delhi by the Tender Opening & Evaluation Committee in the presence of the Bidders or their representatives, who may wish to be present at the time of opening of Tenders. Tenders received without cost of the tender and Earnest Money deposit shall be considered as no response to the tender and will be rejected. (b) At the second stage, Part-B i.e. Financial Bid of only those Bidders shall be opened on a date to be announced later, whose bids on scrutiny, are found technically suitable, in the presence of Bidders or their authorized representatives who may wish to be present. The Financial Bid will be evaluated further for deciding the ranking before the Award Letter is issued. If considered necessary, the Evaluation Committee may decide to visit office/s of the Bidders and other related site, as it may find worth in order to gather information leading to evaluation of bids. Bidders will be bound to provide all necessary information as desired by the Evaluation Committee at such sites. The short-listed Bidder(s) may be, if required, called for detailed discussions including presentation to IGNOU officials at a specified date, time and venue. (c) In case the opening of technical/financial bid does not take place as per scheduled date and time due to unforeseen circumstances, the same will be opened on the very next working day at the same time at the same venue until and unless specified. (d) The IGNOU reserves the right to award the contract to any of the bidders irrespective of not being lowest and in this respect, the decision of the University shall be final. (e) IGNOU also reserves the right to accept/reject any/all tender documents in full or in part without assigning any reason whatsoever. Signature with Seal of the Bidder 4/23

2.7 Scope of Services : As per Annexure-II. 2.8 Payment Terms : (a) (b) (c) The total payment will be disbursed as per the following schedule, i.e. Stage-I (Pre-screening) : On completion of activities mentioned at (i), (ii) & (iii) shown under the column of Pre-conduct of written test of Obligations of Outsource Agency (Annexure-II). First Payment : 50% (Fifty percent) of the agreed amount of Stage-I (Pre-screening) will be released within 30 days on completion of activities and accepted by IGNOU shown under Stage-I. Stage-II (Post-screening) : On completion of the work relating to Despatch of Admit Cards to the eligible candidates, Finalization of Exam. Centres across the country and printing of question papers of all posts etc. Balance of First Payment : Balance 50% (Fifty percent) of first payment under Stage-I and 30% (Thirty percent) of the total cost of Stage-II will be released within 30 days on completion of the activities shown under Stage-II. Full & Final payment : The full and final payment will be made within 30 days of submission of result of written test. 2.9 Risk Factor : If the Bidder fails to deliver the services as per Scope of Services or fails to complete the order within the period prescribed for such service, IGNOU shall be entitled at its option to cancel the contract either fully or partially at the risk and cost of the Bidder. In the event of the IGNOU terminating the contract in whole or in part as mentioned above, the services may be arranged by IGNOU on such terms and in such manner as deemed appropriate and the Bidder shall be liable to IGNOU for any excess costs for such services. However, in case of part termination of the contract by IGNOU, the Bidder shall continue to perform the contract to the extent it is not terminated under the provision of this clause. 2.10 Penalty clause : (a) The Penalty will be calculated as 0.5% of total value of the contract per fortnight for any delay in executing an activity as specified in Schedule of work. The maximum penalty will be 20% and this will be deducted from the pending payments to be made and or Bank Performance Guarantee. (b) IGNOU reserves the right to forfeit the Security Deposit as well as to impose such monetary penalty, as it may feel reasonable, besides taking action to blacklist the agency, in case of failure to deliver the service as per tender document. Signature with Seal of the Bidder 5/23

2.11 Tentative Schedule of Work : (To be finalized and signed in consultation with bidder) Sl.N Activities To be completed on/by o. 1. Collection of Applications from IGNOU 25/10/2012 2. Data Entry for shortlisting of Applications and 10/11/2012 availability of scanned copies of Applications 3. To prepare the list of Eligible candidates/ 15/11/2012 Ineligible candidates, reasons thereof 4. To make available the said lists (refer to 18/11/2012 Sl.No.11) to IGNOU for cross checking with scanned applications 5. Identification of Exam. Centres/cities based on 20/11/2012 the geographical areas of eligible candidates 6. Fixing of Date sheets of Written tests Date of Written Tests : 1 & 2 Dec. 2012 (Tent.) 7. Design of Admit Cards 11/10/2012 8. Setting of Question Papers (postwise) 10/11/2012 9. Printing of Question Papers 15/11/2012 10. Issue of Admit Cards 05/11/2012 11. Provision of Duplicate Admit Cards on website 20/11/2012 12. Deployment of Observers from IGNOU at each Exam. Centres 13. Submission of Result of Written Tests to IGNOU (postwise/categorywise) 15/11/2012 31/12/2012 2.12 Sub-Contracts : The Bidder shall not assign or sub-contract in whole or in part this contract in any manner, except with the prior written approval of IGNOU. 2.13 Validity of Offer : The offer/contract shall be kept valid for acceptance and award the contract to the successful Bidder for a minimum period of six months or till the completion of scope of services, whichever is later from the date of opening of Financial Bid. 2.14 Force-Majeure : i. In the event either or both the parties to the contract is / or prevented from discharging its/their obligation(s) under the contract by reason of one or more of the events such as arrest(s), restraint(s) by Government (State or Central), blocked(s), revolution(s) insurrection(s), mobilization(s), strike(s), lock-out(s), civil commotion(s), riot(s), accident(s), act(s) of God or other natural calamities or on account of any other act(s) beyond the control of the parties, the time of the delivery shall be extended by the period equal to the period of delay/constraints occasioned by one or more of the aforesaid Force-Majeure conditions. Signature with Seal of the Bidder 6/23

ii. On the occurrence of any of the above Force-Majeure conditions, the party concerned shall notify the other party in writing of such occurrence(s) within ten days of Force-Majeure stating therein (i) the date of occurrence(s) of Force-Majeure disability, (ii) nature of such Force-Majeure disability, alongwith a Chamber of Commerce of the concerned State certifying the fact of the Force-Majeure conditions during the period. iii. In the event of the party invoking the Force-Majeure condition(s), IGNOU shall have the option to cancel the contract for the reason of any or all of the Force-Majeure condition(s) notified by the Bidder without being liable to pay any compensation whatsoever to the party. 2.15 Dispute Settlement : Any claim, dispute or difference that cannot be settled by mutual discussion between the parties, within a period of 30 days, shall be referred to, by either party, to the sole arbitration of the Vice-Chancellor, IGNOU, whose decision shall be final and binding on both the parties. However, legal recourse can be opted by either of the parties if not satisfied by the aforesaid decision and the Courts of Delhi/New Delhi, India only will have the jurisdiction to adjudicate upon the matter. 2.17 Key Contacts : For any clarification regarding the Tender Documents, the following officer of IGNOU may be contacted : Mr. Vinod Kumar, Asstt. Registrar (Rectt.) Administration Division Indira Gandhi National Open University Maidan Garhi, New Delhi 110 068. Phone 011-29536953 Email : vinodkumar@ignou.ac.in Signature with Seal of the Bidder 7/23

ANNEXURE-I Signature with Seal of the Bidder Signature with Seal of the Bidder 8/23

Signature with Seal of the Bidder 9/23

Signature with Seal of the Bidder 10/23

Signature with Seal of the Bidder 11/23

Signature with Seal of the Bidder 12/23

Signature with Seal of the Bidder 13/23

Signature with Seal of the Bidder 14/23

I. SCOPE OF SERVICES ANNEXURE-II The outsource agency shall render their services to IGNOU for conduct of Written Test of the posts of Assistant Registrar, Translator, Assistant Executive (Data Processing), Production Assistant, Technician, Semi Professional Assistant, Proof Reader, Stenographer and Jr. Assistant-cum-Typist on the basis of nation wide competitive Written Test for IGNOU to be held in 15 or more cities across the country. II. OBLIGATIONS OF OUTSOURCE AGENCY The obligations of outsource Agency for the said recruitment assignment shall be as follows : PRE-CONDUCT OF WRITTEN TEST : i) Collect Applications (post wise) from the Section Officer, Recruitment Section, Administration Division, Block No.7, Room No.13, IGNOU, Maidan Garhi, New Delhi 110 068 and acknowledge the receipts of applications by an authorized officer of the outsource Agency. ii) iii) iv) The outsource Agency shall arrange to enter the details/information of all applications and their scanned copies submitted by the candidates in the computer for the purpose of short listing the applications (post wise)corresponding to the eligibility criteria given in the Advertisement. The outsource Agency will provide a list of eligible candidates along with list of rejected candidates, if any with brief reasons of rejections, based on primafacie scrutiny of information provided by the candidates in their applications. Design & print Admit card (call letters) mentioning therein candidate s particulars such as their name, date of birth, roll no., category, post applied, correspondence address and examination particulars such as address of examination centre, date and time of Written Test, general instructions in respect of Written Test. v) The Admit card shall bear the scanned photo and signature of the eligible candidate as provided in the application form. vi) Place the printed Admit card in window envelops and dispatch these admit cards to all the eligible candidates by Registered post under scanned signature of authorized IGNOU officials and send a copy of the list of these candidates to IGNOU. vii) Host facility for downloading/printing of e-admit cards by providing a link to IGNOU s website so as to enable eligible candidates to download e-admit card from IGNOU s website. Such candidates who opt to avail the facility of e- Admit card will be required to paste a photograph & sign the e-admit card to appear for the Examination. viii) Arrange for the services of subject experts discipline-wise for setting-up of question papers, as per the scheme/syllabus of the written test. ix) Organise moderation of question paper through Moderator(s). x) Identify & finalise examination centres, centre superintendents, invigilators clerks, water boys and other staff for conduct of the Written Test. Signature with Seal of the Bidder 15/23

xi) a) Design, develop & print final set of Question Paper, OMR Answer Sheets and Main Answer Sheets to be used for Descriptive Question Papers. b) Organise to pack, label the examination material city- wise/centre-wise in sealed, secured and weather proof cartons and transport the said examination material to various cities/centres. xii) a) Organise to depute outsource Agency official(s), at least one day before the scheduled date of examination, to each of the city of examination for supervisory duties. b) Outsource Agency official will also oversee the logistic arrangements made by the centres for smooth conduct of the examination. c) Further, the deputed official shall man a nodal centre, a day prior to the examination, to attend to the candidate s queries, if any, and duplicate (provisional) Admit cards shall also be issued to those candidates, who have not received their Admit cards by post or due to any other reasons, after verifying the eligibility of the candidates from the list of the eligible candidates. The candidates will be provided with duplicate Admit cards after verifying his/her ID proof i.e. Voter ID Card, Driving License, Adhaar Card etc. CONDUCT OF WRITTEN TEST : xiii) Conduct Written Test of the scheduled date under the over all supervision of centre superintendent and in the presence of representatives of outsource Agency. In addition, the services of local observers will also be availed for smooth conduct of the examination. POST-CONDUCT OF WRITTEN TEST : xiv) xv) Organise in secured manner to transport/bring back the used OMR Answer sheets and Main Answer sheets of descriptive question papers, Attendance sheet and other examination materials to outsource Agency on completion of the Written Test. Scan OMR Answer sheets in respect of candidates present in the examination. xvi) Evaluate the Answer sheets of descriptive question paper. xvii) Prepare combined merit list/roll no. wise list/category wise merit list of the Written Test, as per the prescribed formats and submit these lists/evaluation reports accordingly to IGNOU. xviii) Hand over all the applications and other examination documents viz. question papers, OMR Answer sheets, Answer keys, Answer sheets of descriptive question papers, Attendance sheets etc. to the authorized IGNOU official at Delhi with in one month of submission of final results. xix) Agency will provide the name and contact number of authorized officials who are involved in the process of conduct of examination at the time of acceptance of contract. Signature with Seal of the Bidder 16/23

Tender No. IG/RECTT/2012 Form-I Basic Information about the Bidder 1. Name, address and phone numbers of the Bidder: 2. Registration office address and phone numbers of the Tendrer 3. Ownership details : 4. Status of the company (Limited, PSU, SSI etc) 5. PAN Number (attach photocopy): 6. Service Tax Regn. No. 7. Name and designation of the Authorized Signatory 8. Bank Account Details : a) Name of the Account Holder: b) Name of the Bank c) Branch Address d) 9-digit MICR Code e) Account type (SB, Current, Cash Credit A/c etc) 9. Contact person s Name & Designation : 10. Address of the Contact Person, Phone, Fax and E-mail ID: 11. Income-tax Return for the last 3 years (Attach photocopy duly certified by CA) 12. Financial details of the company. (Attach photocopy, duly certified by CA) Financial year Turnover (Rs.in crores) Profit/Loss (Rs.in crores) The Bidder must supply CA certified copies for the last three years giving details of turnover from this service. 13. Current/Major Client List : Sl.No. Name of the Client Services provided as per Scope of Services (Attach copies of the Order, duly self-attested) We hereby certify that all the information provided above is correct and true to the best of our knowledge. Date : Signature Name Company Name & Seal of authorized person 17/23

Tender No. IG/RECTT/2012 Form-II Financial Bid Proforma 1. The total payment will be calculated on the basis of two stages i.e. Stage-I (Pre-screening) : Data entry of all applications and their scanned copies received for the purpose of screening and shortlisted applications on the basis of eligibility criteria Rate of per application : (Rupees in words : ) Stage-II (Post-screening) : The activities involved i.e. pre-conduct, conduct and post-conduct of written test in case of eligible candidates as per details given in Annexure-II. Rate of per application : (Rupees in words : ) The above amount is exclusive of Service Tax which would be charged as per the prevailing rate and rules of Govt. of India. Financial Bid which is not as per the above format or containing elements not specified by IGNOU will not be accepted. Date : Signature Name Company Name & Seal of authorized person 18/23

Tender No. IG/RECTT/2012 Form-III DETAILS OF EARNEST MONEY DEPOSIT Name of the Company Details of Earnest Money Deposit: Total EMD Amount: Rs. (in figures) In words : (Rupees ) Details of Demand Draft/FDR : Amount Name of the Bank DD/FDR No. Date Date : Signature Name Company Name & Seal of authorized person 19/23

Form-IV BANK GUARANTEE PROFORMA 1. In consideration for the Vice-chancellor, Indira Gandhi National Open University (hereinafter called the IGNOU) having agreed to exempt... (hereinafter called the said contractor(s) from the demand, under the terms and conditions of an Agreement dated made between.. and.. of EMD/Performance Security for the due fulfillment of the said contractor(s) of the terms and conditions contained in the said Agreement, on production of Bank Guarantee for Rs.. (Rupees ) (indicated the name of the bank) at the request of... contractor(s) do hereby undertake to pay to the IGNOU an amount not exceeding Rs.. against any loss or damage caused to or suffered would be caused to or suffered by the IGNOU by reason of any breach of the said Contractor(s) of any of the terms or conditions contained in the said agreement. 2. We.. do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely or a demand from the IGNOU stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the IGNOU by reason of breach by the said contractor(s) of any of the terms or conditions contained in the said agreement or by reason of the contractor(s) failure to perform the said agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs 3. We undertake to pay the IGNOU any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any Court or Tribunal relating there to liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our liability for payment thereunder and the contractor(s)/supplier(s) shall have no claim against us for making such payment. 4. We,. 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/ validity of the offer and that it shall continue to be enforceable till all the dues of the IGNOU under or by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before the. Guarantee thereafter. 5. We.. further agree with the IGNOU that the IGNOU shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the IGNOU against the said contractor(s) and the forbear or 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 contractor(s) or for any forbearance, act or omission of the part of the IGNOU or any indulgence by the IGNOU to the said contractors 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. contd. 20/23

6. Notwithstanding any thing contained herein above our liability under the guarantee is restricted to Rs.. And shall remain in force until.. Unless acclaim or suit under this guarantee is filled with us on before.. ALL OUR RIGHTS UNDER THE GUARANTEE SHALL BE FORFEITED and Bank shall be relieved and discharged from all liabilities therein. 7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/ supplier(s). 8. We.. lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the IGNOU in writing. Dated the date of..2012 For. (indicate the name of bank) Signature... Name of the Officer.. (in block capitals) Designation of... Code no.. Name of the Bank & Branch [To be counter signed by the branch bank of the indenter] 21/23

Tender No. IG/RECTT/2012 Form-V UNDERTAKING (On a non-judicial stamp paper worth Rs.100/-) and duly notarized. Acceptance of Terms & Conditions of Tender Document 1. We, M/s., having its registered office at. do declare that we, have read all the Terms and Conditions of the Tender floated by IGNOU for outsourcing the conduct of written test for various non-academic posts, viz. Assistant Registrar, Translator, Assistant Executive (Data Processing), Production Assistant, Technician, Semi Professional Assistant, Proof Reader, Stenographer and Jr. Assistant-cum-Typist, as per Advertisement issued vide Advt. No. 48/2012 published in Employment News dated 31 st March, 2012, and agree to abide by all the Terms and Conditions set forth therein. 2. We do hereby undertake that our Company/firm has not been blacklisted for business by any Govt. Deptt./Autonomous Body/PSU in the last five years. 3. We do hereby undertake that there is no Vigilance/CBI/legal case pending against the first/company. 4. All information furnished by Bidder is true to the best knowledge of the Bidder. Date : Signature Name Company Name & Seal of authorized person 22/23

CHECK LIST OF DOCUMENTS TO BE ENCLOSED NAME OF THE BIDDER: Envelope No. 1 (Technical Bid) will contain the following documents : Whether enclosed 1. Cost of the Tender Document Rs.1000/- (Rupees One thousand only) Yes/No 2. Earnest Money Deposit of Rs.2,00,000/- (Rs. Two lakhs) Yes/No 3. Form-I : Basic Information about the Bidder Yes/No 4. Form-III : Details of Earnest Money Deposit Yes/No 5. Form-V : Undertaking in Affidavit Yes/No 6. Annexure-II : Scope of Services Yes/No 7. All pages of Tender Documents duly signed by the Bidder Yes/No 8. Check list Yes/No 9. Photocopies of the following documents :- a) Proof of Nature of Firm (duly self-attested) Yes/No b) Registration No. in case of Ltd. Company (duly self-attested) Yes/No c) Income-tax Return for the last 3 years (duly certified by CA) d) Proof of Annual turnover and Profit /Loss (duly certified by CA) Yes/No e) Compliance status against each of the eligibility criteria with supporting documents (duly self-attested) Yes/No Envelope No. 2 (Financial Bid) - should contain the following document : 1. Financial Bid as per Form-II duly signed with date. Yes/No Date : Signature Name Company Name & Seal of authorized person 23/23