Вы находитесь на странице: 1из 24

d-s- t 1 01 1/3/sfis(qqf{)/q?r.

rv/201 5-1 6

EITtnT SFfiTT
qifuTfr qii sr{r,'rr *,rq?q{a dTrfiq
Trt^&q ctrqrt g{anq EFrqtilq
Tdq, fursdT rTsrrr (Tsqrdrq)
'

qeardRs ar+a
to+, eirqra am ogr rls,
frfafliTr - 7oo 1oB
ffrio :26.05.2016

ga:fri+at qrat

a{rra * Trs-EcF fir 3Tk t sTT{ qilfrilro, sdq, FdtTrqf, ceTr{ (S.fr.S.) {Tufiq cF-qat sdergl
ordrffi 1va.W.w.ril.1, +tf,fiFlt, dq, fuIl-{fr ceTrq ({Eqrfl), q.B.*-;q, fif{9f6, o.6.*4,
arrrT{ ritr u.fr.+-d, tg fd,d h fr,('{T.c.Tr.73d'dt-r *-11,144 vtF.r's.q, *'q+i'fi qFdFe 3fk
q7eild lffi qd.n efrtrO +,r4 * Rq sgeffi qtrHFelBIi t d-fdr cun-fr fr 3fiaalFd Ffut
3Trdff,d o- t t

Fffi:it +tfr drfi $ fu- http://eprocure.eov.in/eprocure/app w $-um"1 * fr('*-frq *fi


go+rO
qrqul freT (fi.fi.q.fi.) t rqrtr 3fia-drfl dffi mt $-u-qr 6-{A * fr(r "Fffi3ii * R('
sE*r' sfr+m" + 3id-dtd Ffu{r- d-F*o d' fr(' arc' rgiln q-T qlila +,tt Ffua ?Fal-ns drrdrq *.
idlilgc ( http ://www.m os pi. n i c.i n) q{ eff sqretl t t

dft-sf fi.q.fi.fi. iET5c http://eprocure.qov.in/eprocure/app qr 6r wqr fi qrff ilF(tt

(3Tlt;elq d6+')
Fdeffi qd mrdrilq qrys
qpilq d. : (033)-2578e063
tEr fr,

1. sq Frdrffreerm', Eiqrr ttcr, :m.t.5{q, 4$ FF-e, gw darc+ * a-q-sr$E q{ gTili b R('t


2. {l!l;n qg'|
F.No-D-1 1011/3/DPD(HQ)/Admn-lV /2015-16
Government of India
Ministry of Statistics & Programme Implementation
National Sample Survey Office
Data Processing Division (HO '

Mahalanobis Bhavan,
164, G.L.T. Road

Kolkata-700108

Dated: 261512016
Notice Invitins Tender

On behalf of President of India, Additional Director General, Data Processing Division (DPD), National
Sample Survey Office(NSSO), Kolkata invites online tenders in two bid system from experienced
f i r m s / agencies for work of Data Entry and Verification (Double Data Entry system) of ll,I44 FSU(s)
of NSS 73'o Rcifund in respect of Data Processing Divisions(Hqrs.), Kolkata,D.P. Centre, Giridih, D.P.
Centre, Nagpur and D.P. Centre, Delhi.
2. Tenderers are advised to follow the instructions provided in the tender documents under heading
"Instructions to the Tenderer" for the e-submission of the bids online through the Central Public
Procurement Portal(CPPP) for e-Procurement at http://eprocure.gov.inleprocure/app. The tender
documents are also available on the website of this Ministry i.e. www.mospi.nic.in

3. Bids shall be submitted online at CPPP website: http://eprocure.gov.in/eprocure/app.

,rrl:f re
(Arindani Modak)
Director &H.O.
TeI.: 033-25789063
To
1. DDG, Computer Centre, R.K.Puram, New Delhi for placing on the website of this
Ministry.
2. Notice Board.
F.No-D-1 1011/3/DPD(He)/Admn-1V t}0t1-t6
Government of India
Ministry of Statistics & Programme Implementation
National Sample Survey Office
Data Processing Division (He)

Mahalanobis Bhavan,
164, G.L.T. Road

Kolkata-700 108

Dated:261512016
E . TENDBR NOTICE
Sub.: E-TENDER FOR DATA ENTRY AND VERIFICATION (Double data Entry) OF NSS
73RD ROUND
DATA.
Part-l

On behalf of President of India, Additional Director General, Data processing Division (DpD),
National Sample Survey Office(NSSo), Kolkata invites online tenders in two bid
system from
experienced firms/agencies for work of Data Entry and Verification (repeat data entry)
of ll,I44
FSU(s) of NSS 73'd Round in respect of Data Processing Divisions(Hqrs.), Kolkata
,D.p. Centre,
Giridih, D.P. Centre, Nagpur and D.p. Centre, Delhi.
2. Bids shall be submitted online only at central public procurement Portal (CPPP) website:
. Tenderers are advised to follow the instructions provided in
the Tenderers for the e-submission of the bids online through the CPPP for e-
Procurement at http://eprocure. gov.irVeprocure/app.

3. CRITICAL DATE SHEET


Published Date 2610s120r6
Bid Document Download/Sale Start Date 27t05t2016
Clarification Start Date 27 t05t2016

Clarification End Date 7/06t20r6


Pre bid meeting (at DPD Hqr at Kolkata) 910612016 (2.00 pm)
Bid Submission Start Date 3010st2016
Bid Document Download end date rU06/20t6
Bid Submission End Date r3/06t20r6
Technical bid opening date rst06/20r6
Financial bid opening date 23/06t2016

4. Tender documents can be downloaded from Ministry's Website http://www.mospi.nic.in


and
CPP site http ://eprocure. gov.in/eprocure/app.
Tenderer who has downloaded the tender from the website http://www.mospi.nic.in
and Central
Public Procurement Portal (CPPP) website http://eprocure.gov.in/eprocure/app shall
not
tamper/modifythetenderformincludingdownloadedp"i@ymanner.
In case if the same is found to be tempered/modified in any manner, tender will be Lompletely
rejected and EMD would be forfeited and tenderer is liable to be banned for future.
5. Cost of tender Document: Tender Documents can be downloaded from the Central Public
Procurement Portal for e-Procurement at http://eprocure.gov.inleprocure/app. The tender
documents are also available on the website of this Ministry i.e. www.mospi.nic.in. Bidder shall
submit a tender fee of Rs. 500/-(Rupees Five Hundred ) only (non-refundable) by way of
Demand Draft in favour of PAO, MOSPI, Kolkata. A scanned copy of the Demand Draft must
be uploaded alongwith other tender documents and Original shall be submitted to the this office (
i.e. Data Processing Division HQ,@PD(HQ), Kolkata)before the opening of the Technical Bid.
5.1 Estimated cost of the tender: Rs.20,71,600/-
6. EMD Payment:
6.1 Eamest Money Deposit of Rs.1,00,000/- (Rupee one lakh only) is to be deposited in the
form of Demand Draff/Pay Order favour of the PAO, MOSPI, Kolkata. The EMD received from
the tenderers will be returned without interest immediately after the process of award of contract
is over. Bidders are required to submit the details of EMD payment at the time of Bid
Preparation.
6.2 The offers without EMD will be rejected. However, there is exemption of EMD
applicable to the units registered with Central Purchase Organization (DGS&D),
National Small Industries Corporation (NSIC) or the this Ministry or Department as defined
under Rule 157 of General Financial Rules (GFR), 2005.
6.3,{ copy of valid exemption certificate shall be enclosed along with the Technical bid for
availing EMD exemption. (The copy of the same having signature of authorized person should
be submitted in the office before technical bid submission end date)
6.4 The firms'/agencies' bid will be evaluated only on the receipt of the
payment (EMD) in original to this office(i.e. DPD(HQ)) before the opening of Technical Bid.
7. DPD will not deal with any entity other than the authorized bidder, whatsoever the nature of
its relation with the bidder.
8. Period of contract: 6 months from the date of agreement (unless otherwise specified) or
completion of work put to tender, whichever is earlier.
9. Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by
the Government of India or any State Govemment.
10. Tender shall be duly, properly and exhaustively filled in. All pages of the tender should be signed
with stamp by the Authorized Signatory of Tenderer with company stamp on all the pages of this tender
and scanned copy must be uploaded at CPPP website: http://eprocure.gov.in/eprocure/app along
with other tender documents.
11. Any cutting/over writing etc. in the tender must be signed by the person who is signing the
tender. The rates and units shall not be overuryitten. The financial figures in commercial bid shall
always be both in figures and words. In case of any discrepancy in figures and words, the amount
written in words shall be considered.
l2.Bids should be valid for a period of 6 months from the last date fixed for submission of bids.
13. The Earnest Money Deposit (EMD) may be forfeited, if the bidder withdraws his bid during
the period of bid validity or in case of successful bidder's failure to furnish the performance
guarantee with in prescribed time.
14. The cost incurred towards bidding and submission of tender documents is the responsibility
of bidders, regardless of the conduct or outcome of the tendering process.
15. Submission of the duly signed tender implies that these conditions of tender have been read
by the Tenderer .The final acceptance of the tender rests with the Data Processing Division(HQ),
who reserves the right to accept or reject any or all tenders without assigning any reason there of.
16.Duly signed hard copy of the uploaded document must have to reach to DPD(HQ) before the
Technical Bid Opening date.
id Submission
The bidders are required to *bt"tt ,"ft ."pt* of their bids electronically on the cpp portal,
c3rtjlcatel. Irio.. i"r".*"ti"" usetul for submitting online bids
H:T#t:13^',-11-llgn-1,:t.
the CPP Portal may be obtained at: http:l on
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on
the tender document
before submitting their bids.

2) Bidder should go through the tender advertisement and


the tender document carefully
to understand the documents required to be submitted as part
of the bid. Bidder
should note the number of covers in which the bid
documents have to be submitted,
the number of documents including the names and
- content of each of the document
that need to be submitted. Any devialions from these
may lead to ..3..tion of the bid.
SUBMISSION OF BIDS
1) Bidder should log on to the site well in advance for bid submission
so that they can
upload the bid in time i.e. on or before the bid submission
time. Bidder will be
responsible for any delay due to other issues.

2) TheJbidder has to digitally sign and upload the required bid documents one by
one as
indicated in the tender document.

3) Bidder has to-select the payment option as "offline" to pay


the tender fee / EMD as
applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions


specified in the tender
document' The original should be posted/couriered/given
in p..ro1to the concerned
official, latest by the last date of bid submission- or as specified
documents' The details of the DD/any other accepted instrument,
in the tender
physically sent,
should tally with bid submission time. otherwise the
uploaded bid will be rejected.
5) The server time (which is displayed on the bidders' dashboard) will be considered
as
the standard time for referencing the deadlines for submission
of the bids by the
bidders, opening of bids etc. The bidders should follow
this time during bid
submission.

6) All the documents being submitted by the bidders would


be encrypted using pKI
encryption techniques to ensure the secrecy of the data.
The data entereo cannot be
viewed by unauthorized persons until the time of bid
opening. The confidentiality of
the bids is maintained using the secured Socket Layer
128 bit encryption technology.
Data storage encryption of sensitive fields is done. Any
bid'iocument that is
uploaded to.the server is subjected to symmetric encryption
using a system generated
symmetric key. Further this key is subjected to asymmetJc
encryption using
buyers/bid openers public keys.

7) The uploaded tender documents become readable


only after the tender opening by the
authorized bid openers.

8) upon the successful and timely submission of bids (i.e. after clicking ,.Freeze
Submission" in the portal), the portal will give a strccessful
Bid
bid submiision message
& a bid summary will be displayed withlhe bid number and the date
submission of the bid with all other relevant details.
& time of
9) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for any
bid opening meetings.
/
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the tgrms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender during Pre-Bid Conference .
2) Date, time and place for Pre bid meeting is 0910612016, 14.00 hrs, NSSO,
DPD(Hqrs), Mahalanobis Bahwan,164, GLT Road, Kolkata - 700108.
3) Date, time and place for Technical Bid opening is 1510612016, 10.00 hrs, NSSO,
DPD(Hqrs), Mahalanobis Bahwan,164, GLT Road, Kolkata - 700108.
4) Date, time and place for Price Bid Opening is 2310612016, 10.00 hrs, NSSO,
DPD(Hqrs), Mahalanobis Bahwan,164, GLT Road, Kolkata - 700108.
5) Any queries relating to the process of online bid submission or queries relating to
CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contract
no. for the helpdesk is 1800 3070 2232.

X\
Part-II

General Instruction To Bidders

1. General:

1.1 DEFINITIONS:

a. ADG(DPD): Addl. Director General, Data processing Division(He),


Kolkata, National Sample Survey office(NSSo) and his successors.

b. Government of India: The Government or Government of India


shall mean the President of India.

c. The office: The office means the Data processing Division


(Headquarters), Kolkata, National Sample Survey OfficeQ.{SSO), Govt. of
Indial Ministry of Statistics and Programme Implementation, which invites
the tenders on behalf of Additional Director General, Data Processing
center, DPD(Hqrs.), Kolkata, , D.p. centre, Nagpur and D.p. centre, Delhi
and D.P. centre Giridih in National Sample Survey office(NSSo).

d. Representative of (ADG(DpD)): Representative of ADG(DPD) means


officers & staff for the time being in ,,the officeo' deputed by the
ADG(DPD) for inspecting or supervision of the work or testing etc.

e. contract: The term contract means, the documents forming the


tender and acceptance thereof and the formal agreement executed
between the competent authority on behalf of the Office and the Vendor,
together with the documents referred to therein including these conditions,
the specifications & instructions issued from time to time all these
documents taken together, shall be deemed to form one contract & shall
be complementary to one another. In the contract, the following expressions
shall, unless the context otherwise requires, have the meaning, hereby
respectively assigned to them. The expression of works or work shall
unless to mean the work by or by virtue of the contract contracted to be
executed whether temporary or permanent & whether original, altered,
substituted or additional.
f. vendor: The vendor shall mean the individual, firm incorporated
or not, undertaking the works and shall include the legal personal
representative of such individual or the persons comprising such firm or
Office, or the successors of such firm or Office and the permitted assignees
of such individual. firm or Office.

g. work: the reference in the scope of work section (Annexure-I).

h. Normal time or stipulated time: Normal time or stipulated time means


time specified in the Delivery Schedule to complete the work.
,
\-\
6 \ \
4r4az-
2. ELIGIBILITY CRITERIA:

2.1 The tenderer shall produce a certificate indicating minimum 12 months


experience in similar job in Data Entry Work with Gor,t. Organizations/Public
Sector Undertaking or Enterprise in the last five years as on date of issue of this
tender.

2.2 The tenderer should have a Data Entry Unit at a fixed premise, equipped with a
minimum of 50 (Fifty) Pentium or higher version Computers to be used as Data
Entry machinesi each with WINDOWS XP professional Operating System and
having a minimum configuration of 512MB of RAM and 80GB Hard Disk.

2.3 The said Data Entry Unit must have adequate provision of power backup for the
PCs, and arrangement for effective cleaning of Computer Viruses.

2.4The tenderer should have a minimum of 25 (twenty five) Data Entry Operators
having experience of minimum of six months on the pay roll of the agency.

2.5 Averuge annual turnover over the last three years should not be less than Rs.25
lakhs.

2.6 Disqualify for Bidding:


The office reserves the right to disqualify such bidders who do not fulfill some or
all of the criteria mentioned at Clauses numbered 2.1,2.2,2.3,2.4 and2.5 above or
providing all required documents as per bid document or had a record of not
meeting the contractual obligations against earlier contracts entered into with the
Govt. of India. A physical verification to this effect shall be carried out by DPD
officers, after technical bid opening. Based on their verification reports bidders
shall be finally selected for financial bid eligibility.

3. BID DOCUMBNTS:
3.1 Technical Bid, in separate envelop consists of the documents as per the
technical bid Format & requirement(Annexure-Ill)
3.2 Rate Schedule (in the Financial Bid in separate sealed cover):
The Financial bid shall consist of rate per FSU, which is quoted by the Tenderer,
as per Annexure-IV

4. QUERIES ON BID DOCUMENTS:


4.1 A Prospective bidder, requiring any clarification of the Bid Docu ments shou
attend the Pre-Bid conference as per the scheduled date and time.

4
5.AMENDMENT OF BID DOCUMENTS:
5.1 At any time, prior to the last date for submission of bids, the
Office may,
for any reason whether suo motto or in the response to a clarification
requested by a prospective Bidder, modifu the bid documents by amendments.

5'2 The amendments shall be published on the CPPP alongwith tnder


section of the
website of MOSPI.

5.3 In order to afford prospective bidders reasonable time to take the


amendments
into_account in preparing their bids, the Office may, at its discretion,
extend the
deadline for the submission/opening of bid suitably.

6.PREPARATION OF BIDS:
6'l Cost of Bidding: The bidder shall bear all costs associated with the
preparation & submission of the bid. The Office will in no case,
be responsible or
liable for these costs, regardless of the conduct or outcome of the biddin! process.

7. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILTY AND


QUALIFICATIONS:

7.1 The biddef shall Jurnish, as part o f his bid documents establishing the
bidder's eligibility, the following Documents:
i) Bid Security (EMD)
ii) Required tender documents(s), in original, duly filled in and
signed by tenderer or his Authorized representative alongwith seal
on
each page. All corrections and overwriting must be initialed with
date by the tenderer or his authorized representative.
iii) Duly filled-in Technical Bid form alongwith a copy of all required documents.
iv)Duly filled-in rate Schedule.
v) Duly signed in "EMD/pERFORMANCE SECURITY DEposIT Nor
FORFEITED(Partly/Fully) CERTIFICATE,, _Annexure_V
vi) Duly signed undertaking that the vendor/tenderer have understood the volume.
nature, intricracies, deliverables of this job. As in Annexure - vA
vii) Hard copy of all the ubo.,r_. documents duly signed by authorized signatory must
reach DPD(HQ) before the Technical Bid Opening Date.

8. BrD SECURTTY (EMD):


8.1 The bidder shall furnish, as part of his bid, the bid security (EMD) Rs.
1,00,000/- (Rupees one lakh only) to be paid in the form of Accountpayee
Demand Draft drawn in favour of "Pay & Accounts Officer, Ministry
of Statistics
& Programme Implementation, (MoS & pI) Kolkata,' or Banker,s chlque or Bank
Guarantee from any commercial bank in an acceptable form. No interest is payable
on the EMD.
8.2 The bid Security is required to protect the Office against the risk
of bidders
conduct, which would warrant the security's forfeiture, pursuant to clause
9.
8.3 A bid not secured in accordance with para g.1, shall be
rejected by
the Office as non-responsive.
bid security of the unsuccessful bidder will be refunded as early as possible
9 1 Ih.
(within 1 months) after finalization of the tender.

\\
4l^\
_-J
9 The bid security shall be forfeited:
9.1 If a bidder withdraws his bid during the period of bid validity specified in the
bid document or.
9.2 If the bidder makes any modifications in the terms & conditions of the
tender before acceptance of the tender, which are not acceptable to the Office or

9.3 In case of a successful bidder, if the bidder fails


i) To sign agreement in accordance with clause 26
ii) To furnish the security deposit in accordance with clause25.2.

IO. PRICE QUOTED IN THE BID:


10.1 The price quoted by the bidder shall remain hxed during the entire period
of contract & shall not be subject to variation on any account. A bid submitted
with an adjustable price quotation will be treated as non-responsive & rejected.
10.2 Rates should be quoted for entire quantum of work treating as per rate
schedule in annexure--IV treating it as one job, inclusive of all taxes but excluding
service tax and service tax to be claimed separately in the bill.

11. PERIOD OF VALIDITY OF BIDS:


11.1 Bid shall remain Valid for 180 days from date of opening of the bid' A
bid valid for a shorter period shall be rejected by the office as non-responsive.
12. SIGNING OF BID:
l2.l The bidder shall submit, as a part of his bid, the bid documents (in
original) duly signed on each & every page, establishing the conformity of his bid
documents of all the works to be executed by the bidder under the contract'
12.2 The bid shall contain no inter-lineation, erasures or overwriting except as
necessary to correct errors made by the bidder in which case, the person or persons
signing the bid shall sign such corrections with date.
12.3 The tenderer will be bound by all terms, conditions & specifications as
detailed in the tender documents.
12.4 Any tender with conditions other than those specified in the tender
documents is liable to be summarily rejected. No modification by the Vendor in
any of the conditions will be permitted after the tender is opened.
13. SUBMISSION OF BIDS: Bid will be submitted online through CPPP .

14. POSTPONEMENT OF TENDER OPENING:


14.1 will be published on CPPP as well as website of MOSPI whenever decided by
the Competent Authority.

15. LATE BIDS:


15.1 Tender will not be received after the specified time of closing of the tender
& the same shall be rejected & returned unopened to the bidder. It is the sole
responsibility of the tenderer that he should ensure timely submission of tender.

16.MODIFICATIONS AND WITHDRAWAL OF BIDS:


16.1 The bidder may modify his bid after submission & before opening, only
through CPPP, as per the provision available as per CPPP before the scheduled
time & date for closins of tender.
16.2 No bid shall be modified subsequent to the deadline for submission of bids.

9
17. BID OPENING AND EVALUATION:
17 'l The office shall open the online
bids in the presence of bidders or his
authorized representatives who choose to attend, at iO.:O
Hrs on the due date
1510612016 at NSSo, DpD(Hqrs), Mahalanobis Bahwan,
764, GLT Road, Kolkata
- 700108. . The bidder's representatives, who are present, shall sign an attendance
register. The bidder shall submit a letter of authority to
this effeci before they are
allowed to participate in the bid opening. (A format is given
in Annexure-Il)

17 '2 one representative for any bidder shall be authorized & permitted to
attend thebid opening.
17 '3 If all technical bid documents are found complete as per requirement and
acceptable by the tender opening Committee(Toc) then
only financial bid would
be opened.
r7.7 In case there is discrepancy in figures & words in the quote,
_ the
same shall be announced in the bid opening, but the quote in
word stratt p.euait.
l7'8-Bidder having the lowest rate for as specified in Rate Schedule
in Annexure-IV
will be selected as successful bidder.

18. CLARIFICATION OF BIDS BY THE OFFICE:


18.1 To assisf in examination, evaluation & comparison
of bids, the office at
its discretion ask the bidder for clarification of its bid. The request
clarification & its response shall be in writing. However, no
for its
post_ bid
clarification at the initiative of the bidder shall be enteriained.

19. PRELIMINARY EVALUATIONS:


19.1 The Office will evaluate the bids to determine whether
they are complete,
whether any computational errors have been made, whether
required securities
have been furnished, whether the documents have been properly
signed &
whether the bids are generally in order.
19 '2 If there is discrepancy between words
& figures, the amount in words shall
prevail. If the Vendor does not accept the correction of the errors, his bid shall be
rejected.
l9'3 Prior to the detailed evaluation, the Office will determine the substantial
responsiveness of each bid to the bid documents.
For purpose of these
clauses, a substantially responsive bid is one, which conforms
to all the terms &
conditions of the bid documents without deviations. The Office,s
determination of
bids responsiveness is to be based on the contents of the bid itself
without recourse
to extrinsic evidence.

20. CONTACTING THE OFFICE:


20.1 Subject to clause 18.1 no bidder shall try to influence
the Office on any
matter relating to its bid, from the time of bid opening till the
time the contract is
awarded.

?0^?
A"y effort by the bidder to modif, his bid or influences the Office in the
office's bid evaluation, bid comparison or the contract award decision,
shall result
in the rejection of the bid.

l0
21. AWARD OF CONTRACT:
21.1 The tenderer whose tender is responsive and the rate is lowest will be treated
as Ll tenderer.
21.2 The Office shall consider award of contract only to those eligible bidders
whose offer have been found technically, commercially & financially acceptable.
21.3 The work against the tender is for 6 months requirement & the terms &
conditions of this tender shall be operative for a period of 12 nlonths from the date
of signing of agreement between the Office & the Vendor. The period can be
extended by another 1 months or till the new tender is finalized, whichever is earlier
with the same terms and conditions.

22. OFFICE'S RIGHT TO VARY QUANTUM,OF WORK:


22.1 The Office. at the time of award of the work under the contract, reserve the
right to decrease or increase the work by upto 25o/o of the total quantum of
works without any change in the rates or other terms & conditions.
22.2The actual volume of work will depend on the filled-in schedules received
from the field offices, and cannot be subject ofdispute.

23. OFFICEJS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR


ALL BIDS:
23.1 The Office reserves the right to accept or reject any bid and to annul the
bidding process & reject all bids, at any time prior to award of contract without
assigning any reason what-so-ever & without thereby incurring any liability to
the affected bidder on the grounds for the Office's action.
24. ISSUE OF'LETTER OF INTENT:
24.1 The issue of letter of intent shall constitute the intention of the Office to
enter into the contract with the bidder. Letter of intent will be issued as an offer to
the successful bidder.
25. PERFORMANCE SECURITY DEPOSIT:
25.1 Purpose: The Performance Security Deposit (PSD) payable as a guarantee
for the satisfactory execution and performance of the contract.
25.2 The successful tenderer shall within 10 days of issue of letter of intent, furnish
the full amount of Performance Security Deposit equal to Rs.200000/- (Rupees Two
lakhs) in the form of Demand Draft drawn in favor of "Pay & Accounts Officer,
Ministry of Statistics and Programme Implementation" payable at Kolkata or a bank
Guarantee from a commercial bank and enter into an agreement and the PSD must
be valid for a period more than two months of the contract period .
25.3 The Security deposit will not bear any interest while in the custody of Data
Processing Division (HQ), Kolkata.
25.4 Forfeiture: The Security is liable to be forfeited either in full or in part, if
the successful tenderer fails or neglects to perform any of his obligations under the
terms and conditions of the tender and work order placed on the Vendor.
25.5 Release of Performance Security deposit: The Security Deposit will be
released after satisfactory execution of the work orders i.e. after the warranty
period.
25.6 The successful tenderer shall send a pre-stamped receipt with a request to get
refund of PSD after one month but not later than 8 months from the date of
completion of period of validity of contract, subsequently his request for refund of
PSD will not be considered.
25.7 SIGNING OF AGREEMENT: The signing of agreement shall constitute
the award of contract on the bidder. The agreement with the successful bidder
11
orfice within a week of submission
;:ltrnJ;H'.fJrJ:' of security deposit as
26. FORCE MAJEURE:
26'l rf at any time, during the continuance
in the performance in whire o. of this contract, any failure of
in puJ 6 lfr;; or delay
this contract sha, be p..urni.a iurr, o, any obrigation under
reasonable control, including ti, l"r"i*uiirr, due to
but not rimitedi"..ir'"rgod,,war, "uur.- beyond its
disputes, embargoes, government strikes
or labour
orders o.
unrorrr., ror.. majeure event.
27. SCOPB OF WORK AND
DELIVERABLES:
quantum of work covered
il;j.-",llr: una., in.'contract shat be as
given in
27 '2 The data entry
and verification (Double
at the premises of the vendor Data Entry) work has to
be ca'ied out
ur r1"s his owffioo*.,. and
for storage utiai.unr.nission computer resources.
;:Tffillmedia ortirJ.nt..ed data rr,uri u. uorne
by
27 '3 The filled-in
schedules are to b-e collected
Processing center (Dpc) by the vendor from the Data
ur roitutu, N"gp*, ;iiiaiil
cost' The fiiled-in schedules uno New Delhi at irs own
wilr be_supptieo to ttre venao,
by the Dpcs as per the
r.,ioio?,n"p,.-
i*:ii{:,:J.ffi#t'*'.ffiT11{ffiffi
27 '4 The vendor shall
i5ilid:'"r,.,*-f
return irr. n'.a-in orrJ"r.,
at their own cost, strictly captured data therein,
"tr!:
ur p"rdl DELIVERi-icilEOULE.
remain respohsible
filled-in schedules
f"ri.;;'-"til",i*, The vendor shall
au.n-ug. ]."unuutrrorized
sharing of the
yhilg,fr.y
27.5 In case of.!1lav
irits custody.
"..
in.J;;;';he fiiled-in schedures and the captured
the office for more than one data to
ri"rtrr nom tt.-Jul"'1o91troned
a penaltv of 10% witt^uJ^i-por.a in the derivery
i;l;i;]'' oo,r'll*ar biu raised for this part
or
27'6' Modalities of collection
of schedule: Ail the filled-in schedules
collected from the respective need to be
centres- and sent uu.t
of the data entrv and verificuti;; to-irr. centres after compretion
;; tn. ..l.uuni^r.i"lur". at no extra cost.
addresses of D.p. c.nt..r
ur.;t"*;; Annexure-v, oith. tender document.
The
28. CONFIDENTIALTTV
OT FILLED.IN SCHEDULES
2 8 ' 1 The Vendor ana the AND THE DATA:
p"ril*.r *9.kirg-""der him have to maintain
!"'"1,Ti?i:inlfiffiilx',il:.:::'l*,ffi
fl :;ill,.'",.,"""ii-.*'*,un,
-;;' ^';"ysecurity arrangements,
now,
in digital "TI
administrative/ organizational'matt-e"r!
all i'formation'aizatronat;1d{1i$1ri other format as
persarulsf *o,ki,, j.,nfJin,"'^::,{W,:;i:;;\fiiffii1:[itrffi,7
in hard copv of iny part of
the data.or the nilJi, JJt.out"r, failing which the
ilTfflfl ;tff'T:,ffi :Tlf ii,?J5ldilffiiil:i?t'.,"u.p.",.?u,"iuna",
28'2 Fairure of the successfur
clause 27 '1 shall constitute
bidder to comply with the
requirement of
sufficient g.ouna roi tl.
forfeiture of the bid.security; annurment of the award
event, the office may make &
any other bidder at the discietion
';^;;il office or ca, for new bids. the award to
2e. ASSURANcE on quaiii;d; sERvrcE:
"i;"
29 '1 The data entry and I ooz
u.rln.ation
is to be done usins a Data pnt.v-sod*ure (Double Data Entry) of the entered data
Sw for data entrvis screen-bur.d. to be ,uppti"aly the office.
It The said
is currently on ur"ut rt Dpcs
office mav arange for discu*i* of DpD. The
personner of the u.:i,ol
r". i".'i"ririi"rli,hg " for the
supervisory
at the office premises of
29'2 The entrv and verification'iork the rocar Dp centers.
Data Entrv operators' oiuesun'#i. oon. by two different
unique ID and password 11*r-"r.,r,ir,}r rrr.
for sw ;;, ;" that ?T1;;ilb"i.ruto^ shourd be given
DpD i, rn u iorrtion to identify
t2
who \
NA
have entered/verified data. The Vendor should maintain relevant office record for
this purpose.
2g.3 The Vendor will make suitable arrangements up to the satisfaction of the
DPD authorities for a computer-virus-free hardware environment where data entry
will be carried on.
29.4 The entered and verified data will be subject to a random checking at the
DPCs by the Authorized Officer(s) of the office to verify that the exact content of
the filled-in schedule has been captured in the data. A random sample of 0.5% of
the filled-in schedules will be checked. Entire output of submitted in a lot shall be
rejected and returned back to the Vendor for rectification, if more than lYo of the
data fields shows mismatch with the filled-in schedule.
29.5 The rejected lot must be corrected within 15 days from the date of
communication, failing which a penalty of 10% will be imposed on the total bill
raised for this part of the job.
29.6 There will be inspection by the officers of DPD at the premises of the Data
Entry Unit where the work will be carried out, to check the overall quality of
performance.

30. GENERAL CONDITIONS OF CONTRACT:


30.1 The successful tenderer should nominate a supervisor who will supervise the
working of thd workers and furnish the supervisor's full address and
telephone no. to DPD(HQ). The supervisor should always be available during
the working of the workers and to take instruction as and when required from the
Representative of the Office.
30.2 DPD will not be a party to the dispute between the selected agency and its
employees.
3T. SUBCONTRACTING:
31.1 The Vendor shall not assign, sub-contract or subject the whole or any part of
the works covered by the contract, under any circumstances.

32. PAYMENT:

The Office will accept part-Bills for the part of jobs completed. The bill complete in
all respects shall be submitted by the Vendor before 1Oth of the month. The Bill has
to be certified by the Authorized Officer of DPD(HQ) for assured quality of service
before its processing for payment.

33. PENALTY CLAUSE OF NON-PERFORMANCE:


Consecutive failure in providing service or failure to comply with requirement of
clause 27 and 28 and the sub-clauses there under, will result in termination of
contract apart from black listing and forfeiture of the Security Deposit. The
remaining work will be done at his risk & cost'

34. ISSUANCE OF NOTICE:


The ADG(DPD) shall issue show cause notice giving details of lapses, violation
of terms & conditions of the contract, wrongful delays or suspension of
work or slow progress to the Vendor directing the Vendor to tXke the corrective
\\
13 4A
' -/-
action. If within definite time Vendor fails to take corrective action
within the
stipulated time frame, the ADG(DPD) shall submit a final notice
alonf with a
detailed report to the competent authority who has accepted the
contract.
35. TERMINATION OF CONTRACT:
Circumstances of Termination of contract:
Under the following conditions the competent authority may terminate
the contract:
a) Unsatisfactory work
b) Fails to carry out the work as specified in the bid document.
c) If the Vendor commits breach of any item of terms & conditions of the contract
d) If the Vendor suspends or abandoned the execution of work & the ADG(DpD),
NSSO comes to conclusion that work could not be carried out.
e) If the vendor has been given by the Nodal officer of DpD(He)/ Dp center
a
notice in writing to rectiSr/replace any defective work & he/She
faits to comply
with the requirement within the specified period.
36. Termination:
3 6 . I The agreement may be terminated by ADG(DPD)
anytime by giving a
1otic9 in writing to the tenderer without assigning any reasons thereof and
decision to terminate shall be final. The Job *oikr -purely temporary
and hence
the contract may be terminated any time before the expiry of tender
required, delayed by reason of any wjrr, or hostility, acts
if no longer
of the public enemy,
civil commotion sabotage, fires, floods, explosions, epidemics, quarantine
restrictions, strikes, lockouts, or act of God (herein after refened
to ;s evenrs.)
provided notice of happenings, of any such eventuality is given
by either pany ro
other within 2l days from the date of occunence thereoi neither party
lhall be
reason of such event be entitled to terminate this contract nor
shall eitler party have
such claim for damages against the other in respect of such event
may *n1. to un
end or cease to exist, & the decision of the Olfice as to whether
the work have
been so resumed or not shall be final & conclusive is prevented
or delayed by
reason of any such event for a period exceeding 60 days either
purty at its
option terminate the contract. ^iy,
36.2 Provided also that if the contract is terminated under this
clause, the Office
shall be at liberty to take over from the Vendor at a price to
be fixed by the Office,
which shall be final, all unused, undamaged & acceptable materialsj
bought out
components & stores in the course of execution of the contract,
in pos-session
of the Vendor at the time of such termination of such portions therlof as the
Office may deem fit expecting such materials bought out components
& stores as
the contracts may with the concurrence of the office elect to retain.

37. ARBITRATION:
3 7 ' I In the event of any question, dispute or difference
arising under this
agreement or in connection there-with except as to matter the
decision of which is
specifically provided under this agreement, the same shall be referred
to the sole
arbitrator appointed by ADG, DpD for this purpose. There will be no
objection to any such appointment that arbitrator is dou.**.nt
servant or that
he has to deal with the matter to which the agreement relates or that
course of his duties as Government servant he has expressed views
in the
on all or any of
the matter under dispute.

The award of the arbitrator shall be final & binding on the parties. In the
event of such arbitrator to whom the matter is originally referred,
being transferred
or vacating his office or being unable to u.i foi any reasons whatsoever
ADG(DPD) shall appoint a n other person to act as arbitrator in accordance
with \
14 Ary
the terms of the agreement & the person so appointed shall be entitled to proceed
from the stage at which it was left out by his predecessors.
37.2 The arbitrator may from time to time with the consent of parties enlarge
the time for making & publishing the award, Subject to aforesaid Indian
Arbitration & Conciliation Act 1996 & rules made there under, any modifications
thereof for the time being in force shall be deemed to apply to the arbitration
proceeding under this clause.
37.3 The venue of the arbitration proceeding shall be the office of the ADG(DPD),
NSSO Kolkata or such other places as the arbitrator may decide..
37.4 The Vendor shall at his own cost at the Office's request defend any suit or
other proceeding asserting a claim covered by this indemnity, but shall not
settle, compound or compromise any suit of other finding without first consulting
the Office.

38. INDEMNITIES:
The Vendor shall at all times hold the Office harmless & indemnifu against all
action, suits, proceedings, works, cost, damages, charges claims & demands of
every nature & descriptions, brought or procured against the Office, it officers &
employees & forthwith upon demand & without protest or demur to pay to
the Office & all losses & damages & cost (inclusive between attorney & client)
& all costs incur"red in endorsing this or any other indemnity or security which the
Office may now or at any time have relative to the work or the Vendor's
Obligation or in protection or endorsing its right in any suit on other legal
proceeding, charges & expenses & liabilities resulting from or incidental or
in connection with injury, damages of the Vendor or damage to property
resulting from or arising out of or in any way connected with or incidental to
the operations caused by the contract documents. In addition the Vendor
shall reimburse the Office or pay to the Office forthwith on demand without
protect or demur all cost, charges & expenses & losses & damages otherwise
incurred by it in consequences of any claim, damages & actions which may be
brought against the Office arising out of or incidental to or in connection with the
operation covered by the Vendor.

39. SET OFF:


Any sum of money due & payable to the Vendor (including security deposit
refundable to him) under this contract may be appropriated by the Office or the
Govt. or any other person or persons contracting through the Govt. of India & set
off the same against any claim of the Office or Govt. or such other person or
person for payment of sum of money arising out of his contract made by the
Vendor with Office or Govt. or such other person or persons contracting through
Govt. of India.

15
Annexure - I

The contract will cover DATA ENTRY SERVICE


required at D.p. center, Data processing Division
SH'J;J"",,,:?#,l,hl ii*?ri""t""ffi5ll?f:";; ;ln'C;;,
Derhi under the contror oraicropoj,

VOLUME AND SPECIFICATION OF DATA


ENTRY AND VF,RIF,IC_ATION (Double Data
entry)
BY rHE D'P' cENrER, Data pro.orine Division
PXJ?":#S.,fJ.oluttouRcED (Hqrs.),

l' complete Data entry and l}}Yoverification^by


entering, uling the SW supplied by the office,
all the filled-in Schedules 0.0, Schedute 2.3i
orNsS'#
units (FSiJs) from the D.p. clr,".nrqus as detailed
"il;;'h-ffi: o, First
of
stage
below :

DPD(Hqrs.) Unit-I, Kolkata


:2432 FSU(s)
DPD(Hqrs.) Unit-II, Kolkata :2438 FSU(s)
DPD(Hqrs.) Unit-ilI, Kolkata
:1971 FSU(s)

D.P. Centre. Giridih


:307 FSU(s)
D.P. Centre, Nagpur
:2417 FSU(s)

D.P. Centre, Delhi


:1579 FSU(s) -

The data of following Blocks are to be entle$


and verified (Doubre Data Entry) from
each FSU as provided for in the Data Entry the Schedules of
Software t"bJr;ppri"d by DpD:

Data to be entered for followine blocks

Sample copy of FSUs may be seen at


Kolkata, Giridih, Delhi or Nagpur Centres of
assessment of workload. DpD for

16
Annexure-II

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

Tender Number

Subject: Authorization for attending bid-opening on ---------(date) in


the tender of

Following persons are hereby authorized to attend the bid opening for the tender
mentioned above:

On Behalf of
(Bidder) in order of preference given below:
tr
Order of Preference Specimen Signatures Name

il
Altemate Representative
Signature ofbidder or
Office authorized to sign the bid
Documents on behalf of the bidder.

Note: 1. One representative will be permitted to attend bid opening. In cases where it is restricted to one,
first preference will be allowed. Alternate Representative will be permitted when regular representative is
not able to attend.

Signature of the Tenderer

t7
ANNEXURB
TECHNICAL BID
FORMAT & REQUIREMENTS

l. Tender Ref. No:

2. Name of Tenderer:
3. Complete office address of Tenderer..

4. contact details ofauthorized person oftenderer who have


signed the tender.
a. Name......
b. Designation................
c. Phone (Office).............
d. Phone (Mobile)............
e. E mail.....
6. EMD payment details (Demand Draft number & bank detail)
7. Tender fee (Demand DrBft number & bank detail) _-_
8. Documents to be enclosed with the Technical bid are as under
:

a. Duly signed & stamped Tender documents (Ail


pages) as a mark of your acceptance,
6. a. Service Tax Registration
No.:(photo copy is to be enclosed)
b. EpF Code No.: (photocopy is to be enclosed)
c. ESI Code No.: (photocopy is to be enclosed)
d. pAN ofthe company (photocopy to be enclosed)

7' Experience: Give details of minimum twelve months experience in the


last 5 years. please enclose the photo copies
order(s)/contract awarding letter/work completion of the work
certifi cate.

8, Eligibility:
(i) Whether data entry is done in a fixed premises?:
(ii) Number of Data Entry machines (pcs)
of required configuration:
(iii) Number of Data Entry Operators:
(iv) Whether power backup/Virus cleaning
facility exists in the pc(s).
(v) Configuration of DE machines (pCs):

Turnover ofthe Firm in the last 3 years:

Turnover (in Rs)


2015-16
2014-15
2013-14

9. No relation certificate-Bidder shall submit an undertaking


that it has no direct relation with any of the officials
DPD. of

I/we hereby declare that the information furnished above


is true & correct.
Place:
Date:
S i gnature of tenderer/Authorized gnatory
si

Name of the tenderer

l8
Annexure-'IV

(RATE SCHEDULE)
FORMAT & REQUIREMENTS

1. Tender Ref. No.: ...:....


2. Name of the Tenderer: .

3. The offer withrates for the schedule of requirements of items, as elaborated under, to
be submitted. (Adhering to the format given below is a Pre-requisite for considering your quotations)

To be Ouoted ner FSU

-
Per FSU rate in Rs. (0.00)
Nature of Job (inclusive of all taxes but excluding Service
Tax)

Data entry of all the schedules under


one FSU of NSS 73'o round

I/ We agree render the services at the above quoted rates during the entire validity period. It is hereby confirmed
that Vwe shall abide all the terms & conditions as specified in the tender.

Service Tax Registration No. .PAN/TAN No.----

Date: Signature of the Tenderer With seal

Place:

l9
d
Annexure -V

EMD/PERFORMANCE SECURITY DEPOSIT


NOT FoRFEITED(Partty/Futty) SERTIFICATE
I hereby declare that I am not BLACK-tol.q in any Government
state and my EMD/ Security not forfeited in of India Tenders in any
any Goverdent Department Tender neither
Partly nor fully.

Place:
\,
Date:
Signature of the Tenderer

Annexure -VA
I hereby declare that I have understood the volume,
nature, intricacies, deliverables of this job

Place:

Date:
Signature of the Tenderer

20
Annexure-VI

DELIVERY SCHBDULE
KOLKATA
Number of FSUs to be handed over to the
WeekNo. Deliverables
Vendor for data entry & verification
(Starting from the week of
the month of awarding the
Contract NSS 73'd Round Return of Paper Schedule (FSU) along with Entered and 100%
verified data for FSUs, within two weeks of hand-over
I (2) (4)
lo Week of July 2016 1140 140
3'o week of July 2016 I140 t40
I't Week of Auzust 2016 l140 r40
3'o week of August 2016 1140 140
l" Week of September 2016 I 140 140
3'' week of SeDtember 2016 I141 t4l
TOTAL 6841

NAGPUR
Number of FSUs to be handed over to the
WeekNo. Deliverables
(Starfing from the week of
Vendor for data entry & verification
the month of awarding the
Contract
NSS 73nd Round Return of Paper Schedule (FSU) along with Entered and 100%
verified data for FSUs. within two weeks of hand-over
(2) A\
l" Week of July 2016
403 403
3'o week of July 20l6 403 403
l"tWeek of Aueust 2016
403 403
3'o week of August 2016 403 403
l"'Week of September 2016 403 403
3'o week of September 2016 402 403
Total 2417

Next page

d
2l
DELHI
Number of FSUs to G h*d.d
Week No. over to the Vendor for data entry
(Starting from the week ofthe Deliverables
& verification
month of awarding the
Conhact NSS 73"d Round Retum of Paper Schelule (FSLI) along
with Entered and 100% verified
data for FSUs, within two weeks of hand_over
(2)
l"
3'o week
Week of July 2016
263
263 _
of July 2016
263
l"'Week of August 2016 263
263
3'" week of August 2016 263
263
I "' Week of SeptembEi20G 263
263
3'o week of Septem6er 20i? 263
264
Total 264
r579

GIRIDIH
{
Number of FSUs to Ue hanOeO orrer
Week No. to the Vendor for data entrv &
(Starting from the week of
the month of awarding the
Contract Refum of Paper S-chedule (FSL| along
with Entered and 100%
venrled data tbr FSUs, within two weeks
of hand_over
l" Week of July 2016
week of July 2016
l" Week of august-0G
3'd week of augu;20G
l" Week of Septembe,2b'-16
week ofSeptember 2016

)a

22
Annexure-VII
Address of the D.P. Centres with name of the NODAL OFFICERS of the Centre

D. P. Centre Address of the Centre Name of the Nodal Officer

Government of India
Ministry of Statistics & Programme Smt. Gopa Chattapadhyaya
KOLKATA Implementation DPD(HQ), Kolkata.
(HQ-r/HQ- National Sample Survey Office Ph. No. 033-25783131
Data Processing Division Headquarters Mob:09433443403
rI/HQ-rrr) Mahalanobis Bhavan
164,G.L.T. Road, Kolkata-700 108

Govemment of India
Ministry of Statistics & Programme
Shri T.K. Basu, DDG,
Implementation
NAGPUR D. P. Centre, Nagpur.
National Sample Survey Office
Ph. No.: 0712-2511288
Data Processing Centre,
Mob:09890320084
CGO Complex, B. Block, Sixth Floor
Seminar Hills, Nagpur -440006

Govemment of lndia
Ministry of Statistics & Programme
Implementation
Shri S.M.Mahajan, DDG,
DELHI National Sample Survey Office
D. P. Centre. Delhi.
Data Processing Centre,
Ph. No.: 011-26054919
Pushpa Bhavan, Wing-C, Third Floor
Mob:09968316058
Madangir Road, New Delhi-110062

National Sample Survey Office Sh. P.K.P.Shryeshkar,Director


Data Processing Centre, DP Centre,Giridih
GIRIDIH Rose Villa, Giridih Ph No :06532- 222992
Mob:09810530944

23

Вам также может понравиться