Anda di halaman 1dari 28

Tender no: - NICSI/PMT/2010/38 NICSI Page 1 of 28

No. 10(50)/2010-NICSI
NATIONAL INF ORMATICS CENTRE SERVICES Inc.
(NICSI)
(A Government of India Enterprise under NIC)
Ministry of Communications & Information Technology
Hall No. 2 & 3, 6
th
Floor, NBCC Tower
15, Bhikaiji Cama Place, New Delhi: - 110 066
Phone: 91-11-26105054 Fax: 91-11-26105212
Email: tender-nicsi@nic.in

Tender No. NICSI/PMT/2010/38

NICSIs Tender No. NICSI/Tender/2010/38 for Empanelment of agencies for ICT
enabled curriculum for the students of Senior Secondary School and Secondary
School in North East.

1. Introduction

NICSI, a section 25 company under the National Informatics Centre (NIC), Department
of Information Technology (DIT), Ministry of Communication and Information
Technology, is engaged in the Development and support of a large number of citizen
oriented e-governance projects in the country. NICSI has implemented ICT projects, in
Social Sector, Public Administration and towards ICT empowerment of officials under
the overall coordination of NIC.

DIT/NIC has set up Community Information Centres (CIC) at 550 blocks of North East
States with an aim to abridge the digital divide. Recently the ICT infrastructure at the
district has been extended through Wi-Max to connect district level offices including
senior secondary schools/ colleges and a comprehensive course for senior secondary
students had been delivered to selected schools of North East states in the academic
session 2009-10 and 2010-11. It has opened up channel to bridge the gap in availability
of qualified and experienced Post Graduate Teachers in North East states. Further
considering the effectiveness and impact of tele-education service, it is proposed to
extend ICT infrastructure at the district level to connect all Senior Secondary Schools,
colleges having science stream so that these schools as well as colleges with CIC
located at their premises can be offered quality education through e-learning
technology. These services will be delivered through empanelled private sector service
provider on non-exclusive basis and with proper understanding among NICSI/NIC, the
Service Provider and State governments. State Government/ NIC/ NICSI will put the
ICT infrastructure in place, State Government will set the process of delivery
streamlined and the private service provider will conduct the classes in e-learning mode.

The availability of education facility in the North Eastern region is inadequate in terms of
either because of policy of some of the state government or due to the population of the
region. There is dearth of quality teaching resources which has resulted in missing out
the opportunities by students of NE region. The resources are restricted to very few big
towns like Guwahati and Shillong or other capital towns. The students have not been
able to get even the average share of seats in good professional institutes of the

Tender no: - NICSI/PMT/2010/38 NICSI Page 2 of 28
country. This has given rise to exodus of students to metro cities such as Delhi,
Bangalore, Kota, Chennai, etc. However, financial constraints have prevented the vast
majority of them from availing such opportunities leading to massive imbalance. ICT will
enable to provide uniform quality of education across the region and infrastructure set
up by NIC will be more used with physically strong citizen centric focus.


2. Scope of E-learning objective

The thrust of this project is to supplement the educational facilities in the North East for
enhanced representations of the local students in all India competitive examinations
who otherwise are unable to afford expensive and outstation coaching. This would
enable reduction of the gap to some extent and gradually bring the region at par with
rest of the country. This will also help in service providers getting more opportunities in
expanding such activities to other streams as well in the region.

In the school sector, tele-education would be started in around 25-50 locations with a
capacity of around 25-40 students per location/centre initially which will be extended
further. The tele-education service will be for senior secondary school and secondary
school covering 80-100 hours per subject spanning over whole academic year to cover
entire syllabus. Other educational services would also be offered based on local
need/requirement. The services will be given using NICNET.


3. Envisaged Functional Requirements to be fulfilled by the Vendor

The delivery of ICT enabled schools curriculum would be supplement (add-on) to
existing education system, as mentioned earlier. The focal point of tele-education
services for senior secondary schools is to strengthen the foundation of students which
will ultimately enable them to qualify PMT/ Engineering / Medical Entrance
Examinations. The stakeholders of tele-education service delivery are State
Government (User department), Vendor(s) / agency(ies), who is service provider,
School as beneficiary (Principal / Coordinator / Subject Teachers / Students), and
NIC/NICSI for ICT related activities. The vendor(s), should be able to provide state-wise
tele-education services and its related activities using ICT based infrastructure provided
by NICSI / NIC. The vendor shall be required to deliver either Full Course or Crash
Course depending on the requirement. The Full Course shall cover entire syllabus of
particular class in 80-100 hours per subject spread to seven to nine months which shall
be delivered in synchronisation with schools regular curriculum whereas Crash Course
will be revision class of 50-60 hours duration.



Tender no: - NICSI/PMT/2010/38 NICSI Page 3 of 28
4. Services To Be Provided By Vendor(s) / Agency(ies)


4.1. On receipt of request from a user department, NIC/NICSI Coordinator, the
agency(ies) shall be asked to access the user requirement in coordination with user
department.

4.2. The tele-education service to the identified schools would be delivered state-
wise.

4.3. The vendor shall get the syllabus of Full Course/ Crash Course examined and
vetted by state level team of experts (Principal/ Teacher/ Nominee from Education
dept., etc.) before preparation of course material and start of service delivery.

4.4. The Full Course shall be covered in 85 hours spread to seven to nine months
whereas Crash Course shall be covered in 55 hours. If required, the number of hours
shall be increased in order to complete the syllabus of any subject.

4.5. The agency shall prepare time table for entire course duration to synchronise
their curriculum with schools regular curriculum and it shall be circulated to all
stakeholders in advance.

4.6. The tele-education service shall be delivered in synchronisation with schools
regular curriculum.

4.7. The process of registration of students from the schools identified by user
department shall be done by vendor in consultation/coordination with State Government
/ NICSI / NIC. The registration process shall be completed within 15 days after list of
schools are finalised by user department.

4.8. Properly indexed and self readable course material on CD and printed copy shall
be made available to each school, SIO and NICSI/NIC. The printed course material
shall be provided to each registered students at no additional cost. The printed study
material shall be delivered and also distributed to students within 20 days from the date
of start of service.

4.9. The feedback of registered students shall be collected on weekly basis. Refer the
feedback format at annexure-E.

4.10. The feedback on service delivery in the current week would be collected online
from students on first day of next week. The students are supposed to submit feedback
on first day of week but before next feedback schedule. If any student does not submit
feedback, the next feedback would be considered for evaluation purpose of previous
week also. The feedback submitted by students will only be visible to respective
students and it may be accessible to other stakeholders on case to case basis.
However the weighted average of feedback of each school would be visible to all
stakeholders.


Tender no: - NICSI/PMT/2010/38 NICSI Page 4 of 28
4.11. The students feedback shall further be linked to students attendance for
significant evaluation.

4.12. Subject-wise weighted average of weekly feedback would be measured on five
point scale and the following range will be read as:
i. 4.5 >and <=5.0 Excellent
ii. 4.0 >and <=4.5 Very Good
iii. 3.5 >=and <=4.0 Good Threshold Level (70%)

iv. 3.0 >and <=3.5 Average
v. 2.5 >and <=3.0 Below Average

4.13. Performance of agency(ies) shall be measured on five point scale using
weighted average derived from the feedback.

4.14. In case the performance level continues to be below threshold level for two
consecutive weeks of service delivery, then service provider/ their representative shall
visit the respective school to address the concerned area. The remedial action could be
reorganising content, replacing faculty, local language speaking faculty, change in
teaching methodology, etc.

4.15. The agency shall have to arrange extra session in respective subjects to reach
70% satisfaction level within the time schedule given in the work order.

4.16. Bi-Monthly evaluation of students based on objective / subjective
examinations shall be done. The summary of periodic performance evaluation of
students and constraint, if any, should be submitted to user department. The service
provider shall suggest remedial action if the performance of student is below
satisfactory level.

4.17. The agency shall conduct two separate workshops of duration of one/two
day(s) for Principals, Coordinators/ Subject teachers, etc. either at state level or for the
cluster of schools depending on geographical status of a state. (i) Before start of service
delivery - to brief and train participants. (ii) In mid of service delivery - for evaluation and
improvement. The TA/DA of the participants for workshop will be taken care by user
department.

4.18. In the Cluster mode of workshop, there is a possibility to organise more
workshops for identified schools to meet the requirement. The payment shall be made
for workshop(s) as per requirement indicated in work order.

4.19. The agency shall take into account for the network downtime for whatever
reasons such that the defined number of hours of CRASH/FULL course is required to
complete
.
4.20. The schools attendance shall be minimum 80% of training hours conducted so
far. The remaining 20% has been kept for unforeseen circumstances like power failure,
connectivity, law & order issues, etc. The user department / NIC / NICSI will review

Tender no: - NICSI/PMT/2010/38 NICSI Page 5 of 28
periodically and in case number of schools who logged-in below 80% of training hours,
is significantly high (20% of total schools or more), the vendor shall organise special
sessions for those schools in order to bring them in sync with other schools.

4.21. The agency shall have studio with all necessary ICT infrastructure including
software, hardware, transmission studio, electronic boards, electronic pads, WAN
connectivity (minimum 2 Mbps link per studio), networking etc. for successful
completion of the training. The The agency shall have to setup new studio if there is a
clash of timing with the same of other state.

4.22. In order to improve the quality of service delivery, if required, the agency shall
require to upgrade the specification of their existing ICT infrastructure on mutual
agreement with NICSI/ NIC. Non-compliance with the directions of NICSI/ NIC in this
regard may result in forfeiture of the selected agencys EMD, and/ or termination of the
Contract for default.

4.23. The agency needs to provide, if required, the faculty who can speak local
language or translator while delivering the lectures.

4.24. The agency should deliver their services through Enterprise Communication
Platform (ECP) / Enterprise Content Management (ECM) provided by NIC / NICSI.

4.25. The agency should have faculty having experience of class room based
teaching or e-learning software teaching. The faculty having Doctorate degree,
Graduate from IIT would be preferred for XI & XII classes.

4.26. The service provider will have to submit a set of printed material which was
provided to all registered students.


5. Availability of Tender

The bidding process will be online through NICSI e-Procurement System. The tender
document is available at NICSI e-procurement site http://eproc-nicsi.nic.in. Prospective
bidders desirous of participating in this tender may view and download the tender
document free of cost from above mentioned website. However bidders need to submit
the tender fee of Rs. 500/- (Rupees Five hundred only) through demand draft / pay
order from a schedule commercial bank drawn in favour of National Informatics Centre
Services Incorporation New Delhi along with the bid.



Tender no: - NICSI/PMT/2010/38 NICSI Page 6 of 28
6. IMPORTANT DATES

1 Date of publication XX/XX/XXXX at NICSI e-procurement site
http://eproc-nicsi.nic.in
2 Start of Sale of Tender
Document:
XX/XX/XXXX
3 Pre-bid Meeting: XX/XX/XXXX at XX:XX Hrs at
National Informatics Centre Services Inc.,
Hall No. 2 & 3, 6th Floor,
15, NBCC Tower,
Bhikaji Cama Place,
New Delhi - 110066
4 Bid submission end date: XX/XX/XXXX upto XX:XX Hrs
5 Opening of Tender Bids
(Eligibility &Technical):
XX/XX/XXXX at XX:XX Hrs


7. Pre-Bid Meeting

NICSI shall hold a pre bid meeting with the prospective bidders at XX:XX Hrs on
XX/XX/XXXX in the NICSI conference hall. Queries received, from the bidders, two
days prior to the pre bid meeting shall be addressed. The queries can be sent to NICSI
through email at tender-nicsi@nic.in or faxed on 26105212.


8. Eligibility Criteria:

The Eligibility Criteria of bidders are as follows.

8.1. The bidder should have minimum three years of experience either in providing
class room based education / academics or e-learning software based class.

8.2. Should have at least a total of 10 experienced faculty and associated staff (at
least two per subject) in all required subjects. (At least 5 yrs of teaching experience
Attach bio-data of faculty who would actually be part of teaching team in respective
subjects).

8.3. The bidders shall submit their bid in the format given at annexure-C1 & C2. The
bidders shall also submit the bid in the format at annexure-D.

8.4. Availability of digital as well as printed content as per CBSE/ ICSC/ NCERT
syllabus or combination of these. (sample content on CD may be submitted preferably).

8.5. Internet connectivity with assured bandwidth of 2 mbps per studio at their centre.

8.6. Availability of ICT based coaching infrastructure /transmission studio, electronic
boards and electronic pads etc.


Tender no: - NICSI/PMT/2010/38 NICSI Page 7 of 28
8.7. The agency should have capability in providing training on the e-learning
software (attach undertaking in this regard).

8.8. Competence for preparation of digital content as per requirement within one
month and before start of the service delivery (attach undertaking in this regard)

8.9. The primary bidder, in case of joint venture, shall be the single point of contact
for NIC/NICSI and shall be solely responsible for overall performance/delivery of
services. The bidder must submit an undertaking to this effect.

8.10. The bidder should have been in operation for a period of at least three years as
on December, 2010, as evidenced by the Certificate of Incorporation, issued by any
Registrar of Companies in India.

8.11. The primary bidder must have overall turnover of Rs 20 Lakhs for each of the last
3 years from training/education related services.

8.12. Implementation & Delivery plan and methodology for 25-50 schools with around
25-40 students each.

8.13. Performance in terms of success rate in Entrance tests during last 3 years,
please attach performance chart and testimonials.

8.14. The bidders should have a valid VAT/ST/CST, Service Tax registration number
and PAN for the bidders firm.

8.15. Attested copies of Articles of Association (in case of registered firm), Byelaws
and certificates for registration (in case of registered co-operative Societies),
partnership deed (in case of partnership firm), certificates of Registration/Incorporation
(in case of Proprietorship) also must be submitted along with the technical bid.

8.16. The bidder shall submit a certificate (self certified on letter head) that the firm has
not been black listed by any institution of the State/Central Government in the past.

8.17. The bidders must submit signed copy of tender document and corrigendum if any
or self declaration letter that he/she has read and understood all tender terms &
conditions and all tender conditions are acceptable to him/her, as token of acceptance
of all tender terms & conditions.

NB: Documentary proof for above should be submitted. NICSI reserves the right to
verify/confirm all original documentary evidence submitted by the agency in support of
above mentioned clauses of eligibility criteria. Each & every page should be signed &
stamped. Tender with incomplete Information Sheets or insufficient documentary
evidence shall be rejected. No correspondence about the in-eligible and rejected cases,
shall be attended/responded to by NICSI/NIC.


Tender no: - NICSI/PMT/2010/38 NICSI Page 8 of 28
Upon verification, evaluation / assessment, if in case any information furnished by the
bidder is found to be false / incorrect, their bid shall be summarily rejected and no
correspondence on the same shall be entertained.

THE BID SUBMITTED BY ANY BIDDER NOT FULFILLING THE ELIGIBILITY
CONDITIONS / CRITERIA STIPULTED ABOVE, WILL NOT BE CONSIDERED


9. Bid Submission

9.1. Online bids (complete in all respect) must be uploaded on http://eproc-
nicsi.nic.in latest by 11:00 hrs on XX/XX/2011.

9.2. The Online bids should be submitted as under:

9.2.1. EN-1 Bank Draft(s) towards EMD and TENDER FEE in one cover sealed and
superscripted EMD and Tender Fee - NICSI tender for Tele-Education due
on XX/XX/XXXX 11:00 Hrs. A letter specifying the draft details along with the
bank draft should be submitted physically. However the scanned copy of Bank
drafts must be uploaded (PDF format) electronically on http://eproc-nicsi.nic.in

9.2.2. EN-2 The PDF file, containing all the relevant documents justify eligibility
mentioned in eligibility criteria.information, should be titled as Eligibility Criteria
- NICSI tender for Tele-Education.

The above PDF files not containing the above documents or containing the
financial bid in explicit/ implicit form will lead to rejection of the bid.

9.2.3. EN-3 The XLS file for Abridged Financial Bid- NICSI tender for Tele-
Education and should contain the Abridged Financial Bid as per format given
at Annexure C1.

9.2.4. EN-4 The XLS file for Detailed Financial Bid- NICSI tender for Tele-
Education and should contain the Detailed Financial Bid as per format given
at Annexure C2.

9.3. All the bids documents should be digitally signed by the authorized signatory.

9.4. All pages of the bid being submitted must be sequentially numbered by the
bidder.

9.5. NICSI will not be responsible for any delay on the part of the vendor in obtaining
the terms and conditions of the tender notice or submission of the online bids.



Tender no: - NICSI/PMT/2010/38 NICSI Page 9 of 28
10. Earnest Money Deposit (EMD) and Tender Fees

Earnest Money Deposit (EMD) of Rs. 2,00,000 (Rupees Two Lakhs only) and tender
fees of Rs. 500/- (Rupees five hundred only) has to be submitted. The EMD and the
tender fees are to be submitted through Demand Draft / Pay Order of any Scheduled
Commercial Bank drawn in favour of National Informatics Centre Services Inc., New
Delhi physically before 11:00 Hrs on XX/XX/XXXX. Otherwise bids will be rejected.
However the scanned copy of Bank drafts must be uploaded (PDF format)
electronically on http://eproc-nicsi.nic.in . No Bank Guarantee towards EMD or tender
fee will be acceptable. EMD of unsuccessful bidders will be returned, without any
interest, on tender finalization. The tender fee is non refundable.


11. Bidding Process

Bidders are advised to study the Bid Document carefully. Submission of the bid, shall
deemed to have been done after careful study and examination of all instructions,
forms, terms and requirement specifications in the tender document with full
understanding of its implications. Bids not complying with all the given clauses in this
tender document are liable to be rejected. Failure to furnish all information required by
the tender document or submission of a bid not substantially responsive to the tender
document in every respect will be at the vendors risk and may result in the rejection of
the bid.


12. Bid Preparation Guidelines

12.1. The Vendor shall bear all costs associated with the preparation and submission
of its bid, including cost of technical presentation etc., NICSI will in no case be
responsible or liable for those costs, regardless of the outcome of the Tendering
process.

12.2. Alterations if any in the bid should be attested properly by the Agency, failing
which the bid is liable to be rejected.

12.3. Incomplete and unsigned bids are liable to be rejected. All the covers thus
prepared should also indicate clearly the name and address of the Vendor. The bid
documents must be uploaded on http://eproc-nicsi.nic.in .

12.4. The rates are to be quoted in strict compliance to the financial bid
otherwise the bid is liable to be rejected.

12.5. NICSI will not be responsible for any delay in obtaining the terms and conditions
of the tender or submission of the tender document.



Tender no: - NICSI/PMT/2010/38 NICSI Page 10 of 28
13. Last Date for Bid Submission

13.1. Online bids (complete in all respect) must be uploaded on http://eproc-nicsi.nic.in
latest by 11:00 hours on XX/XX/XXXX. No tender will be accepted beyond the above
mentioned date & time.

13.2. The offers submitted through telex/telegram/fax/email or any manner other than
specified above will not be considered. No further correspondence will be entertained
on this matter.

13.3. At any time prior to the last date for receipt of bids, NICSI, may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
agency, modify the Tender Document by an amendment. The amendment will be
notified on NICSIs website, which will be binding on the prospective agencies to
consider the amendment for quoting. In order to give prospective agencies reasonable
time to take the amendment into account in preparing their bids, NICSI may, at its
discretion, extend the last date for the receipt of bids. No bid may be modified
subsequent to the last date for receipt of bids. No bid may be withdrawn in the interval
between the last date for receipt of bids and the expiry of the bid validity period
specified by the agency in the bid. Withdrawal of a bid during this interval may result in
forfeiture of Agencys EMD.


14. Bid Validity

All the bids must be valid for a period of 180 days from the date of tender opening for
placing the initial order. However, the rates should be valid for initial/extended period of
empanelment from the date of empanelment. No request will be considered for price
revision during the empanelment (contract) period. If necessary, NICSI shall seek
extension in the bid validity period beyond 180 days. The bidders, not agreeing for such
extensions will be allowed to withdraw their bids without forfeiture of their EMD.


15. Opening of Bids

The tender bids will be opened in the presence of representatives of bidders on
XX/XX/XXXX at 11:30 Hrs at NICSI, New Delhi. Only one representative per bidder shall
be permitted to attend.

15.1. Opening of EN-1 - EMD and Tender Fee - Prior to opening the EN-01, NICSI
shall announce the names of bidders, who have given advance notice for modification
to or withdrawal of their bids from the tendering process well before the deadline for the
submission of bids. Bid envelopes, of the bidders who wish to withdraw from the
tendering process, shall be returned to their representatives, if present or sent by post
unopened to their addresses. Subsequent to this, the EMD & Tender Fee envelope will
be opened. Bids not accompanied with the requisite EMD and Tender fee shall be
returned back to the bidders.


Tender no: - NICSI/PMT/2010/38 NICSI Page 11 of 28
15.2. Opening of EN-2 Eligibility Criteria - Eligibility criteria envelope of only those
bidders, whose EMD and Tender fee are in order, shall be opened in the same session.
The bids will then be passed on to a duly constituted Committee for evaluation.

15.3. Opening of EN-3 - Abridged Financial Bid - original and revised, if any, of the
bidders whose technical bids qualify as per the prescribed eligibility conditions and other
tender terms without any deviations, shall be opened on same date and time. The
financial bid will then be passed on to a duly constituted Financial Evaluation Committee
(FEC) for evaluation.

15.4. Opening of EN-4 Detailed Financial Bid - Having identified the L1 bidder (as
per Clause-3 of Annexure-C1), Annexure-C2 of only L1 bidder shall be opened on same
date and time in the presence of bidders representatives (only one per bidder). The
rates quoted by L1 bidder in Annexure C2 shall be accepted as the tender rates, if the
same are found in order else the bid will be rejected and L1 bidders EMD will be
forfeited. Thereafter tender will be refloated.


16. Evaluation of Bid

16.1. When deemed necessary, NICSI may seek clarifications on any aspect of their
bid from the agency. However, that would not entitle the agency to change or cause any
change in the substance of the tender submitted or price quoted. This would also not
mean that their quote has been accepted.

16.2. Any effort by an agency to influence NICSI's bid evaluation, bid comparison or
contract award decisions may result in the rejection of the agency's bid and forfeiture of
the agency's EMD.

16.3. NICSI reserves the right to accept any bid, and to cancel/abort the Tender
process and reject all bids at any time prior to award of Contract, without thereby
incurring any liability to the affected agency or agencies, of any obligation to inform the
affected agency of the grounds for NICSIs action and without assigning any reasons.

16.4. The duly constituted committee may at its own discretion decide to inspect the
agencys work premises to evaluate and ascertain the details as furnished by the
agency in the basic bid and agencys competence to perform the services to be offered.

16.5. Printed Conditions mentioned in the bid will not be binding on NICSI. If any
specific condition is to be accepted it should be specifically mentioned in the tender
itself.


17. Financial Evaluation

17.1. A Financial Evaluation Committee (FEC) would scrutinize the commercial bids
(Annexure-C1 Only) of the technically qualified bidders. The bids, found lacking in strict
compliance to the commercial bid format will be rejected straightaway.

Tender no: - NICSI/PMT/2010/38 NICSI Page 12 of 28
17.2. L1 bidder shall be the one quoting least value of X in Annexure-C1 (Abridged
Financial Bid). In case more than one bidder quoted the same value of X then the
bidder having the maximum Total turnover for three years as per item (10) of the
Annexure-A will be reckoned as L1. A list of L1, L2..will be prepared.

17.3. Having identified L1 bidder, the Detailed Financial Bid (Annexure-C2) of only L1
bidder shall be opened on a date and time duly notified. The rates quoted by L1 bidder
in Annexure C2 shall be accepted as the tender rates, if the same are found in order
else the bid will be rejected and L1 bidders EMD will be forfeited.

17.4. A panel of two agencies will be kept for providing the services of Tele-Education
training. For this, L2, L3and so on will be asked to match L1 rates as quoted in
Annexure C2 of L1. If L2 agrees they are considered for empanelment otherwise the
opportunity will be extended to L3 and so on.

17.5. The rates will be applicable for locations all over India.


18. Award of Contract (Empanelment)

18.1. On written communication from NICSI for having qualified for empanelment the
agency shall sign the contract (letter of empanelment) within seven days of such
communication. Failing which the offer shall be treated as withdrawn and EMD forfeited.

18.2. The agency(ies) selected for empanelment shall give security deposit of
Rs.2,00,000/- (Rs. Two Lakhs only) in the form of Bank Guarantee from a scheduled
commercial bank for the duration of the empanelment or extended period, if any, in
favour of NICSI, New Delhi. On receipt of bank guarantee towards security deposit, the
EMD of the empanelled agencies will be returned without any interest. NICSI will have
the right to invoke the security deposit without assigning any reasons if performance of
the empanelled agency is not found up to the mark.

18.3. NICSI shall have a panel of two agencies for availing the services during the
period of empanelment, which will be initially for two years. Depending on the
requirements, NICSI may extend the period of empanelment for one more year through
mutual consent under the same terms and conditions. The empanelled agency(ies) will
have to renew/re-submit the security deposit for the extended period of empanelment. If
required, L3, L4 may be asked to match the L1 rates during the period at the
discretion of NICSI/NIC and empanel them to meet the extra requirement of the service
deliveries. If empanelled then the new agencies will have to submit the security deposits
as per clause 2 above.



Tender no: - NICSI/PMT/2010/38 NICSI Page 13 of 28
19. Payment Schedule

19.1. The payment will done as per the table below:

1
Training course and other
items
25% on Completion of 40% of the training
hours / sessions along with satisfactory
performance certificate
2
Training course and other
items
25% on completion of 70% of the training
hours / sessions along with satisfactory
performance certificate
3
Training course and other
items
Balance 50% on completion of the training
hours / sessions with necessary completion
certificate and satisfactory performance
certificate

19.2. The agency will submit student satisfaction level for each course collected from
web site designed for the purpose to project manager. The satisfaction level criteria i.e.
weighted average of feedback, has been devised and placed at Annexure-E.

19.3. Based on feedback, the project manager will give the satisfactory performance
certificate to be submitted along with the bills.

19.4. Activity completion certificate issued by the project manager, for the activities like
Workshop, Service Delivery, and Evaluation through examination, etc. are to be
submitted along with the bills. The format of certificate shall be devised after release of
work order.

19.5. The Project Manager from NIC/ NICSI/ User department will prepare the penalty
calculation sheet. In case of no penalty, the nil certificate will be given.


20. Payment Terms

20.1 Payment will only be made in Indian Rupees.

20.2 Pre-receipted bills shall be submitted in triplicate in the name of NICSI or as
specified in the work order.

20.3 Based on payment schedule, the agency will submit the bills along with
Satisfactory Performance Certificate, Activity completion certificate and Penalty
Calculation Sheet obtained from project manager/ user department or any authorised
official.

20.4 Further, all payments shall be made subjects to deduction of TDS (Tax deduction
at Source) as per the income- Tax Act, 1961 and other taxes if any as per Government
of India rules.


Tender no: - NICSI/PMT/2010/38 NICSI Page 14 of 28
20.5 NICSI reserves the right to deduct amount from the bill as may be considered
reasonable for unsatisfactory delayed execution of the work. The decision of NICSI will
be final in this regard.


21. Penalty


21.1 Late Delivery of Service - The training will be delivered as per time schedule
agreed upon after release of the work order. Any un-excused delay by the agency in
adherence to the time schedule the agency is liable to penalty. If the agency, after
receipt of the work order, does not start the training within two weeks from the date of
work order, the agency is liable to penalty. This will be in addition to the penalty for non-
adhering to the work order time schedule. The penalty shall be levied at the rate of 1.5%
of the total amount of work order per week of delay, to a maximum of 7.5 % of the total
amount of the work order for each of above late delivery of service. For calculation,
incomplete week will be taken as full week.

21.2 If at any time during performance of the Contract, the selected agency should
encounter conditions impeding timely performance of Services, the selected agency
shall promptly notify the NICSI in writing of the fact of the delay, its likely duration and its
cause(s). As soon as practicable after receipt of the selected agencys notice, NICSI
shall evaluate the situation and may at its discretion extend the time for performance in
writing.

21.3 Cancellation Penalty - If the agency, after receipt of the work order, doesnt
start the training for four weeks, NICSI shall have option to cancel the work order, levy
penalty at the above rate for four week. In addition work order cancellation charges of
10% of the work order value shall be payable by the defaulting vendor.

21.4 For three recurrences of not starting the training for 4 weeks after receipt of work
order, NICSI holds the option of terminating the contract by forfeiting the EMD/Security
deposit. NICSI may debar the agency for NICSI tender participation for three years or
initiate action to black list the defaulting agency.

21.5 If training is halted due to unforeseen circumstances which are beyond the
control of vendor, and the course syllabus could not be completed before the end of the
session then the payment criteria shall be decided on mutual agreement for partially
completed Services.

21.6 Service Delivery Penalty - The payment shall be released in three phases, as
explained earlier. The penalty shall be calculated as per formula given below:


Tender no: - NICSI/PMT/2010/38 NICSI Page 15 of 28
Calculation:
(i) Work Order (WO) Value =W

(ii) Total number of schools registered =N

(iii) Total number of subjects =S

(iv) %age of WO Value (A) =1% of W

(v) (a) Number of schools with performance below threshold limit in any subject =B
(b) Number of subjects having performance below threshold limit per week per
school =C

(vi) Service Delivery Penalty (SDP) per week per school =D

D
i
= ( A x C
i
) / ( N x S ), ( i = 1, , B )

(vii) Total SDP per state per week =E

E
j
= D
i
, ( i = 1, , B) & ( j = 1, , No. of weeks)

(viii) Total SDP per phase / billing cycle =F

F = E
j
, ( j = 1, , No. of weeks)

(ix) Maximum Penalty =Minimum ( F, Phase WO value)

(Note: Refer Sample calculation sheet at annexure-F)

Above penalties are independent of each other. The penalties as applicable are going to
be deducted from the each phased payment as due for that phase.

Phase-1
On completion of 40% of
the training hours /
sessions
Total Penalty calculated as above,
subject to a maximum of 25% of WO
value (Phase-1 value) for the respective
billing period
Phase-2
On completion of 70% of
the training hours /
sessions
Total Penalty calculated as above,
subject to a maximum of 25% of WO
value (Phase-2 value) for the respective
billing period
Phase-3
On completion of entire
hours / sessions
Total Penalty calculated as above,
subject to a maximum of 50% of WO
value (Phase-3 value) for the respective
billing period


Tender no: - NICSI/PMT/2010/38 NICSI Page 16 of 28
21.7 Workshop Penalty - If the agency, after receipt of work order, does not organise
workshop as mentioned at section-4, the agency is liable to penalty at the rate of 1.5%
of the total amount of work order per workshop.

21.8 Evaluation Penalty - If the agency, after receipt of work order, does not conduct
bi-monthly evaluation of students based on objective / subjective examinations as
mentioned at section-4, NICSI shall have the option to levy penalty at the rate of 1.5%
of the total amount of work order.


22. Indemnity

22.1 NICSI and its client organizations stand indemnified of all legal obligations,
past/present/future, and the vendor may have with its professionals, or the infringement
of copyrights committed by the agency.

22.2 NICSI and its clients stand absolved for any liability on account of death or injury
sustained by the vendor staff during the performance of the empanelment and also for
any damages or compensation due to any dispute between the vendor and its staff.


23. General Terms & Conditions

23.1 The Agency shall perform the services and carry out its obligations under the
Contract with due diligence and efficiency, in accordance with generally accepted
techniques and practices used in the industry and with professional engineering and
training/consulting standards recognized by national/international professional bodies
and shall observe sound management, technical and engineering practices. It shall
employ appropriate advanced technology and safe and effective equipment, machinery,
material and methods. The Agency shall always act, in respect of any matter relating to
this Contract, as faithful advisors to NICSI and shall, at all times, support and safeguard
NICSIs legitimate interests in any dealings with Third parties.

23.2 NICSI/ NIC reserve the right to inspect the performance of the agency prior to
commencement or in between the work progress. The inspection may cover all areas
related to the assigned work order, especially methodology, manpower, infrastructure
etc. NICSI reserves the right to cancel the work order assigned to the agency at any
time which includes the time after the completion of assigned work without assigning
any reason for the same. In case the work order is cancelled then the costs incurred will
be born by the agency and under no circumstances the agency shall be eligible for any
payment or damages from the NICSI.

23.3 NICSI/ NIC may at any time halt the service delivery by giving written notice to
the selected agency, without compensation to the selected agency, if the performance
is not up to the satisfaction either reported by students/ schools/ state government/
NICSI/ NIC.


Tender no: - NICSI/PMT/2010/38 NICSI Page 17 of 28
23.4 In case number of schools registered for the course reaches 100 or more, the
vendor may have to deliver service in separate batches of schools. However decision of
splitting schools in batches lies with NICSI / NIC.

23.5 NICSI reserves the right to modify, expand, restrict, scrap, and refloat the tender
without assigning any reason.

23.6 The Empanelment for this tender may also be used for projects by NIC/NICSI.

23.7 The selected agency shall not, without NICSIs prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample of
information furnished by or on behalf of NICSI in connection therewith, to any person
other than a person employed by the Agency in the Performance of the Contract.
Disclosure to any such employed person shall be made in confidence and shall extend
only as far as may be necessary for purposes of such performance.

23.8 The selected agency or his employees will not disclose the content of training,
the details NIC/ NICSI software, to any person and allow its unauthorized use. The
selected agency should not also disclose the above to any of its existing or future
clients.

23.9 The selected agency may be asked to provide CBT-CDs in addition to the printed
training material for some of the training programmes at an additional cost. However,
the L1 agency will have to agree to the L1 cost of CBT quoted by any responsive
agency.

23.10 The selected agency shall not outsource the training assignments to any other
agency except their direct franchisees under any circumstances. This violation will
attract forfeiture of EMD/Security deposit and cancellation of work order. The cost
incurred on executing the work order through other empanelled source will also be
recovered from the outstanding bills or by raising claims.

23.11 If the selected agency is not able to fulfil its obligations under the contract, which
includes non completion of the work, NICSI reserves the right to cancel the
Purchase/work order and select another agency to accomplish the work. Any costs,
damages etc. resulting out of the same shall have to be born by the selected agency

23.12 NICSI in no case will be liable to pay any costs and/or damages to the agency for
the prototypes. NICSI reserves the right to cancel any work assignment given to the
agency without assigning any reason for the same. In case any work order is cancelled
then NICSI is not liable to pay any cost incurred thereof.

23.13 The end product of all the work assignments carried out by the agency, in any
form, will be the sole property of NICSI.

23.14 NICSI may at any time terminate the Contract by giving written notice to the
selected Agency, without compensation to the selected Agency, if the selected Agency
becomes bankrupt or otherwise insolvent, provided that such termination will not

Tender no: - NICSI/PMT/2010/38 NICSI Page 18 of 28
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to NICSI.

23.15 NICSI may by written notice sent to the selected Agency, terminate the work
order and/or the Contract, in whole or in part at any time of its convenience. The notice
of termination shall specify that termination is for NICSI's convenience, the extent to
which performance of work under the work order and /or the Contract is terminated, and
the date upon which such termination becomes effective. NICSI reserves the right to
elect :

23.15.1. To have any portion completed at the work order and/or the Contract
terms and prices;

23.15.2. To cancel the remainder and pay to the selected Agency an agreed
amount for partially completed Services.

23.16 In the event of any dispute or difference arising under these conditions or any
special condition of contract in connection with this contract, the same shall be referred
to Chairman, NICSI for final decision the same will be binding on all.

23.17 The decision of NICSI arrived at as above will be final and no representation of
any kind will be entertained on the above. Any attempt by any agency to bring pressure
of any kind may disqualify the agency for the present tender and the agency may be
liable to be debarred from bidding for NICSI tenders in future for a period of three Years.

23.18 In the event the Agency's Company or the concerned division of the Company is
taken over/ bought over by another company, all the obligations under the agreement
with NICSI, should be passed on for compliance by the new company in the negotiation
for their transfer.

23.19 All panel agencies will have to enter into a written agreement with NICSI for
honouring all aspects of fair trade practices in executing the Work orders placed by
NICSI or organizations supported by NICSI.

23.20 NICSI will process the tender as per NICSIs standard procedures. It however,
reserves the right to reject any tender without assigning any reason. NICSI would not be
under obligation to give any clarifications to those agencies whose tenders have been
rejected.

23.21 All terms and conditions governing prices and supply given above, as applicable
to NICSI, will be made equally applicable to NIC.

23.22 NICSI reserves the right to modify and amend any of the above-stipulated
condition/criterion depending upon Project priorities vis--vis urgent commitments.
NICSI also reserves the right to cancel this tender without assigning any reason
therefore.


Tender no: - NICSI/PMT/2010/38 NICSI Page 19 of 28
23.23 NICSI may at it discretion, extend this date for the receipt of bids by amending
the tender document, in which case all rights and obligations of the client and tenderer
previously subject to the last date will there after be subject to the last date as extended.

23.24 NIC may operate the tender with all the terms and conditions as applicable to
NICSI.

23.25 NIC as technical consultant shall have full right and obligation to administer /
manage service delivery.


24. Termination for Insolvency & Default

24.1 Termination for Insolvency

NICSI may at any time terminate the work order / contract by giving written notice
of two weeks to the agency, without any compensation to the agency, if the
agency becomes bankrupt or otherwise insolvent.

24.2 Termination for default

24.2.1 Default is said to have occurred

24.2.1.1 If the agency fails to deliver any or all of the services within the time
period(s) specified in the work order or any extension thereof granted by
NICSI.
24.2.1.2 If the agency fails to perform any other obligation(s) under the
contract / work order.

24.2.2 If the agency, in either of the above circumstances, does not take remedial
steps within a period of 15 days after receipt of the default notice from NICSI
(or takes longer period in spite of what NICSI may authorize in writing), NICSI
may terminate the contract / work order in whole or in part. In addition to above,
NICSI may at its discretion also take the following actions.

24.2.3 NICSI may transfer upon such terms and in such manner, as it deems
appropriate work order for similar support service to other agency and the
defaulting agency shall be liable to compensate NICSI for any extra
expenditure involved towards support service to complete the scope of work
totally.


25. Force Majeure

25.1 Force majeure clause shall mean and be limited to the following in the execution
of the contract / purchase orders placed by NICSI :-
a. War / hostilities.
b. Riot, sabotage or Civil commotion.

Tender no: - NICSI/PMT/2010/38 NICSI Page 20 of 28
c. Earthquake, flood, tempest, lightning or other natural physical disaster.
d. Restriction imposed by the Government or other statutory bodies, which is
beyond the control of the agencies, which prevent or delay the execution
of the order by the agency.

25.2 The agency shall advise NICSI in writing, duly certified by the local Chamber of
Commerce, the beginning and the end of the above causes of delay, within seven days
of the occurrence and cessation of the force majeure conditions. In the event of a delay
lasting for more than one month, if arising out of clauses of force majeure, NICSI
reserve the right to cancel the order without any obligation to compensate the agency in
any manner for what so ever reason.


26. Arbitration

26.1 In case any dispute or difference arises out of or in connection with or the
carrying out of works (whether during the progress of the works or after their completion
and whether before or after the termination, abandonment or breach of contract) except
as to any of the accepted matters, provided hereunder, the parties hereto, shall first
endeavour to settle such disputes of differences amicably.

26.2 If both the parties fail to reach such amicable settlement, then either party (the
Purchaser or Contractor) may (within 28 days of such failure) give a written notice to the
other party requiring that all matters in dispute or difference be arbitrated upon. Such
written notice shall specify the matters which are in difference or differences of which
such written notice has been given and no other shall be referred to the arbitration of a
single arbitrator, to be appointed by both the parties or in case of disagreement as to
the appointment of a single arbitrator, to that of two arbitrators, one to be appointed by
each party or in case of said arbitrators not agreeing then, to the umpire to be appointed
by the arbitrators in writing before entering upon the references. Provisions of Indian
Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof
and rules framed there under from time to time shall apply to such arbitration.


27. Applicable law

The work order shall be governed by the laws and procedures established by Govt. of
India, within the framework of applicable legislation and enactment made from time to
time concerning such commercial dealings/processing.

Tender no: - NICSI/PMT/2010/38 NICSI Page 21 of 28
Annexure - A
Information Sheet to be filled by Agencies

The details filled in these form must be accompanied by sufficient documentary
evidence, in order to verify the authenticity and correctness of the information.
Part - I
1. Name of Agency
2.
Address


3. Phone and Fax #
4. E-mail address, if any.
5. Website address, if any.
6. Name of Registration Authority
Registration Number and Year of Registration
Product / Service for Which Registered
Validity Period, if applicable
7 VAT/Central Sales Tax No.
8 Service Tax No'
9. PAN No.
10
Annual Turnover from ICT enabling curricular services (Rs In
Lakh)

2007-2008,
2008-2009
2009-2010
11. Income Tax paid during the financial years (Rs In Lakh)
2007-2008,
2008-2009
2009-2010
12.
Attested copies of Articles of Association (in case of registered
firm), Byelaws and certificates for registration (in case of
registered co-operative Societies), partnership deed (in case of
partnership firm), certificates of Registration/Incorporation (in
case of Proprietorship) also must be submitted along with the
technical bid

13. Name of the Authorized Signatory, who is
authorized to quote in the tender and enter
into the rate contract
(Power of attorney to be submitted)
14. Name of the Bankers along with Branch
(as appearing in MICR Cheque) &
Account #


Signature of the Authorized Signatory

With Date and Office Seal

Tender no: - NICSI/PMT/2010/38 NICSI Page 22 of 28
Annexure B
Part II

Please provide details of 2 major coaching/education Projects (preferably ICT based)

Executed during 2007-08, 2008-09 and 2009-10


Name of the Organization________________________________


1. Full Address of with contact person name &
Phone No. for whom the project was undertaken


2. Total cost of the project
3. Year of commencement
4. Period of contract
5. Details of Project
6. Details of results/achievements

Note:
1. Use separate Sheet for Each project done
2. Enclose documentary proof & necessary Details like work Order, design layout
etc. for each project


Date: _______

Place: __________ Signature of the Authorized Signatory

With Date and Office Seal






Tender no: - NICSI/PMT/2010/38 NICSI Page 23 of 28
Annexure C1
ABRIDGED FINANCIAL BID
(Costing per State)

Name of the Agency:

(Rs. In lakh)
X =Sum of P1, P2 & P3 as indicated in Annexure - C2
i.e.
(X =P1+P2+P3)


1. The participating bidders must first fill rates in Annexure-C2. Rates for all the
categories have to be quoted for consideration of their bid. They should also work out
the value of X=P1+P2+P3.

2. In Annexure C1 (this proforma), the value of X as calculated in Annexure-C2 has to
be reproduced as above. This proforma shouldnt contain any detailed rates otherwise
the bid will be rejected.

3. L1 bidder shall be the one quoting least value of X. In case more than one bidder
quoted the same value of X then the bidder having the maximum Total Turnover for
three years (as quoted in item (10) of Annexure-A) will be reckoned as L1. A list of L1,
L2..will be prepared.

4. Having identified L1 bidder, Annexure-C2 of only L1 bidder shall be opened on a date
and time duly notified. The rates quoted by L1 bidder in Annexure C2 shall be
accepted as the tender rates.

5. In order to create a panel of 2 bidders, L2, L3 in that order would be asked to
match the L1 rates as quoted in Annexure C2 of L1. If L2 agrees they are considered
for empanelment otherwise the opportunity will be extended to L3 and so on. In case
none of the L2, L3.agree to match L1 rates then L1 alone shall be on the panel.

6. Service Tax is payable extra as applicable.




Place: Authorized Signatory:
Date: Name:
Mobile: E-mail
Telephone: Company Seal

Tender no: - NICSI/PMT/2010/38 NICSI Page 24 of 28
Annexure C2
DETAILED FINANCIAL BID
(Costing per State)

Name of the Agency:
Part-I - FULL COURSE (P1)

Total time
required
for each
subject
Sl
.
N
o.
Cla
ss
Stream Subjects to be covered
Number of
Hours
Cost for
Service
Delivery
(Rs. In
Lakh)

1 XII Science Physics, Chemistry, Mathematics, Biology 85 each A
2 XI Science Physics, Chemistry, Mathematics, Biology 85 each B
3 X
Science
Subject
Science (Physics, Chemistry, Biology),
Mathematics
85 each

C
4 IX
Science
Subject
Science (Physics, Chemistry, Biology),
Mathematics
85 each

D
Total P1=A+B+C+D

Part-II - CRASH COURSE (P2)

Total time
required
for each
subject
Sl.
No
.
Clas
s
Stream Subjects to be covered
Number of
Hours
Cost for
Service
Delivery
(Rs. In
Lakh)

1 XII Science
Physics, Chemistry, Mathematics,
Biology
55 each

E
2 XI Science
Physics, Chemistry, Mathematics,
Biology
55 each

F
3 X
Science
Subject
Science (Physics, Chemistry, Biology),
Mathematics
55 each

G
4 IX
Science
Subject
Science (Physics, Chemistry, Biology),
Mathematics
55 each

H
Total P2=E+F+G+H

Part-III - WORKSHOP (P3)

Sl.
No
.
Subjects to be covered Unit
Cost for
Workshop
(Rs. In Lakh)

1 Workshop One I
Total P3=I



Tender no: - NICSI/PMT/2010/38 NICSI Page 25 of 28
1. The above cost shall include cost of minimum 1500 set of printed material.

2. For consideration of their bids, the agencies have to quote for all the items of
above tables.

3. L1 is the agency quoting least value of X=P1+P2+P3.

4. The agency will provide agency developed user friendly course material to the
participants in all the training courses conducted for NICSI. Submit samples of
complete course material.

5. Service Tax, Government levies, as applicable will be paid extra.




Place: Authorized Signatory:
Date: Name:
Mobile: E-mail
Telephone: Company Seal

Tender no: - NICSI/PMT/2010/38 NICSI Page 26 of 28
Annexure-D

Cost of unit set of Printed Material (In Rupees)





XII XI X IX
Full Course
Cost of One Set of Printed Material

Crash Course

Cost of One Set of Printed Material







Place: Authorized Signatory:
Date: Name:
Mobile: E-mail
Telephone: Company Seal

Tender no: - NICSI/PMT/2010/38 NICSI Page 27 of 28
Annexure E

Feedback Format for each subject to be filled up by Students of XI/XII


School's Name : xxxxxxxxxx, State: .. Class : XI / XII

Physics
Chemistry Biology Maths
Sl
No
Student's Name
CC RE OE CC RE OE CC RE OE CC RE OE
1 xxxxx

2 xxxxx



Remarks:
(i)
(ii)


Feedback Format for each subject to be filled up by Students of IX/X


School's Name : xxxxxxxxxx, State: .. Class : IX / X

Science
Maths
Sl
No
Student's Name
CC RE OE CC RE OE
1 xxxxx

2 xxxxx



Remarks:
(i)
(ii)


Note:
CC Content Coverage
RE Relevance & Effectiveness of example used by Faculty
OE Overall Effectiveness of Teaching Faculty

Five Point Scale:
1 To Be Re-Planed (Students need to specify the area to be improved)
2 Below Average
3 Average
4 Good
5 Very Good


Tender no: - NICSI/PMT/2010/38 NICSI Page 28 of 28
Annexure F

Sample Calculation of Service Delivery Penalty


<States Name - Mizoram>, <Week No. - >

Weighted Average of Feedback C
SDP i.e. D
(Rs.) Sl. No. School
Phy Chm Math Bio
1 St Paul, Aizwal 4.2 3.2 4.5 5.0 1 500.00
2 GHS, Champhai 3.2 3.1 3.9 4.0 2 1000.00
3 GHS, Mamit 4.5 2.5 4.7 4.8 1 500.00
4 GHS, Lunglai 4.1 4.2 4.7 4.5 0 0.00
.
.
.


N
E =Total Service Delivery Penalty of above <week No.> 2000.00


Assumption for above sample calculation
1. N = 30
2. S = 4
3. W = Rs. 60 Lakh
4. A = Rs. 60,000

Anda mungkin juga menyukai