Provision of Coaching of Science Subjects i.e. Physics, Chemistry, Biology and Mathematic in Government Senior Secondary Schools in the State of Haryana


Page 1 of 42
COMPREHENSIVE TENDER DOCUMENT FOR
Provision of Coaching of Science Subjects i.e. Physics,
Chemistry, Biology and Mathematic in Government Senior
Secondary Schools in the State of Haryana
(For the Selection of Service Providers for
the Department of School Education, Haryana)
2
Tender No: 19/18-2012 SE(4)
GOVERNMENT OF HARYANA
Through
Director Secondary Education Haryana,
Shiksha Sadan, Sector – 5, Panchkula, Haryana
134190
Telephone: 0172-2560246, Fax: 0172-2560253
E-mail – jdchildrenharyana@gmail.com
Website – www.schooleducationharyana.gov.in
Page 2 of 42
Serial No. _____________________________________
Issued to: _____________________________________
Against Request No.: _____________________________________
Dated: _____________________________________
Cost of Tender Document, Rs. 1000/- (One Thousand only) received Vide
Cash/Demand Draft No. __________________ Dated:_________________
Drawn on (Bank) __________________
Tender document issued on (Date): _____________________________________
Authorized Signatory
Page 3 of 42
TENDER SUMMARY
1. Tender No.: 19/18-2012 SE(4)
2. Description: For the selection of professional coaching agencies
for providing coaching for Science Subjects (i.e. Physics,
Chemistry, Biology and Mathematic) in approximate 21
Govt. Sr. Sec. Schools for the department of School
Education, Haryana.
3. EMD: Rs.2,00,000/- (Rs. Two Lacs)
4. Tender Document Cost: Rs.1000/- (Rs One Thousand)
5. Last Date of Bid
Submission:
10 May, 2012 Thursday (Up to 3.30 PM).
6. Date of Bid Opening: 10 May, 2012 Thursday (Up to 4.00 PM).
7. Place of Submission /
Opening of Bid
Sh. B.R. Vats,
Joint Director (Children),
O/o Director, School Education Haryana,
Room No. 218, 2nd Floor,
Shiksha Sadan, Sector – 5, Panchkula,
Haryana - 134109
Page 4 of 42
TABLE OF CONTENTS
S.NO. DETAILS PAGE
I Invitation for Bids 5-6
II Scope of Work and Detailed Technical Specifications 7-11
III Instructions to Bidders 12-16
IV Terms & Conditions of the Tender 17-26
V Evaluation Criteria 27-28
VI Pre-Qualification cum Technical Bid Preformed 29
VII Check List for Fulfilment of Pre-Qualification / Eligibility
Criteria
30
VIII Implementation Schedule 31
IX Declaration 32
X Commercial Offer 33
XI ANNEXURE 'A’ to ‘H’ (Syllabus Classes XI-XII) 34-41
XII ANNEXURE 'I' (Specifications) 42
Page 5 of 42
SECTION-I
INVITATION FOR BIDS
CLIENT:
Implies/Means Directorate of Secondary Education, Haryana for all intents and
purposes.
1.1 This invitation of bids is for carrying out the task of providing coaching for
Science Subjects i.e. Physics, Chemistry, Biology and Mathematic in approximate
21 Government Senior Secondary Schools under Directorate of School Education,
Haryana. However, the client reserves the right to increase or decrease 20 % of
the number of schools.
1.2 Bidders are advised to study the Tender Document carefully. Submission of
Tender shall deem to have been done after careful study and examination of
the Tender Document with full understanding of its implications.
1.3 Sealed offers prepared in accordance with the procedures enumerated in
tender document should be submitted to Director, School Education Haryana,
Plot No – 01 B, Shiksha Sadan, Sector – 5, Panchkula, Haryana -134190 not
later than the last date of submission.
1.4 All bids must be accompanied by an Earnest Money of Rs.2,00,000/- (Rs. Two
Lacs) only in the form of Bank Draft from National/Scheduled Bank in favour of
Director, School Education Haryana payable at
Panchkula/Chandigarh. No exemption will be allowed on EMD.
1.5 This Tender document is not transferable.
1.6 Schedules for Invitation to Tender:
a) Latest time and date for receipt of Tender: Upto 3.30 P.M. on 10 May, 2012.
b) Place, Time & Date of opening of technical bids: 10 May, 2012 Thursday (Up
to 4.00 PM). Sh. B.R. Vats, Joint Director (Children), Office of the Director,
School Education Haryana, Room No. 218, 2nd Floor, Shiksha Sadan, Sector–5,
Panchkula, Haryana -134109.
Page 6 of 42
c) Validity of the Tender: 60 days from the date of opening of bids.
1.7 Execution of the contract period: Maximum period of 30 days. However, this
period may be extended if mutually agreed to based on project requirements.
The execution period would mean that the Bidder has to start the teaching
work in the allotted schools from 1st June to 30th June, 2012.
Page 7 of 42
SECTION - II
SCOPE OF WORK AND DETAILED TECHNICAL
SPECIFICATIONS
1. It has been decided to introduce coaching for Science Subjects i.e.
Physics, Chemistry, Biology and Mathematic for the students of 11th & 12th
classes of all the Govt. Sr. Secondary Schools in the designated 21
Science Schools of the state of Haryana. The endeavour of Govt. is to
provide boosting of science students in all the Govt. Sr. Sec. Schools
expeditiously.
A minimum of four faculties (one for each subject) and learning
material (digital/print/other) to all the students who attend the coaching
will be provided by service provider.
Basic infrastructure like Rooms, Lab, Tables, Chairs will be provided
by the client in the allotted Govt. Sr. Sec. Schools.
The existing Electricity Connection of the school will be utilized for
the purpose. School Authorities will arrange a electricity connection. The
Electricity charges for running the centre will be borne by the school.
The Scope of the Contract is:-
i. The prescribed curriculum of one month duration each shall need to be
taught to all students of 11th and 12th classes. The contract shall be in
force from 1st June to 30th June, 2012 (summer vacations). The Service
Provider will be required to provide high calibre coaching as per
syllabus prescribed at Annexure ‘A’, 'B', ‘C’, ‘D’, ‘E’, ‘F’, ‘G’, ‘H’ and
‘I’ respectively. Client reserves the right to revise the course as well
as modify the prescribed syllabus in the tender document.
The Service Provider will have to ensure the teaching of the
syllabus of Haryana Board of School Education from class 11th and
Page 8 of 42
12th.
ii. Books/Courseware for the Learning Material duly approved by the
client will be provided by the Service Provider among students.
iii. The number of schools would be approximately 21 schools across
state. These schools would be allocated to respective successful
bidder of that zone.
iv. Faculty should carry an Identity Card issued by the Service Provider
as per specimen given below: -
v. Faculty although employee of the Service Provider will also be
under the concurrent control of the School Principal.
vi. In case any faculty goes on leave a substitute will be provided by
the Service Provider in advance. If service provider fails to do so,
they will be penalize for the reason (Absence) Rs. 2000/-(Two
Thousand only) per faculty per working day.
vii. The quality of teaching will be assessed by the department
through its designated agency from time to time on sample basis.
viii. The Service Provider shall ensure that at all times during the
currency of the contract a Project Manager at Chandigarh/
Panchkula, acceptable to the client, shall take charge of the
performance of the contract. The address, telephone, fax numbers
and email addresses of this Project Manager's office will be given in
Page 9 of 42
the schools as well as to the client.
ix. The Service Provider will be responsible for the entire system
including course content, teaching. The Service provider will
ensure that the classes in all schools commence as per
implementation schedule. All faculties appointed will report to the
respective schools within the stipulated period. Courseware will
also be supplied to all schools well in time before the start of the
classes before 1st June 2012. The Service Provider will submit
weakly report to the client duly signed by the Principal on mutually
decided formats. The report will carry information like faculty
attendance, student attendance and conduction of classes, etc.
x. Client reserves full right to inspect/evaluate independently or
through any agency the entire system's functioning,
implementation and administration.
xi. Department can extend the volume of work for additional Sr.
Secondary School based on the performance of the service
provider for this or any project at any time during the project
period. Client reserves the right to increase or decrease 20 % of
the number of schools.
xii. To ensure the quality of the teaching faculties the bidder will
provide the list of the faculty members along with their
documentary proofs in support of academic and professional
qualifications.
xiii. No coaching fee will be paid in respect of those students who
attend coaching for less than one week.
xiv. Those who will attend the coaching for a more than one week but
not for the whole duration which is of thirty days duration starting
June 1st, 2012 to June 30th, 2012 the payment will be made on the
basis of lecturers attended.
xv. There will be a pre-evaluation and post evaluation test of Multiple
Page 10 of 42
Choice Questions to know the gain of students during coaching.
This will be conducted by the SCERT,Gurgaon.
xvi. The agencies shall provide coaching material as approved by the
department to students who attend the coaching.
2.2 PROCEDURE FOR QUOTING THE RATES
i. A uniform rate per student charges for tuition fee and cost of course
ware per set as per scope defined in Section II may be quoted for the
contract period. The quote will be uniform for all the Schools covered
under the tender irrespective of their location. The rates should be
written both in figures and words. In case of contradiction the
amount written in words shall prevail.
ii. If considered appropriate by the Bid Evaluation Committee, the client
may award the work as per the below mentioned zones:
Zone Name of
Division
Districts Covered
1 Ambala Ambala, Panchkula , Y.Nagar , Kurukshetra, Kaithal
2 Rohtak Karnal,Panipat,Sonipat,Rohtak,Jhajjar
3 Gurgaon Faridabad,Palwal,Gurgaoan,Mewat,Rewari,
Mahendergarh
4 Hisar Bhiwani, Jind ,Hisar, Fatehabad ,Sirsa
a) L1 bidder will be allowed to select two zones of its choice from the
above four zones
b) L2 will be allowed to take one zone of its choice from the
remaining zone subject to L2 matching the L1 price
c) L3 will take the remaining zone subject to L3 matching the L1
price
d) In case L2 and L3 does not match the L1 price, the department
may award all the 4 (four) zones to the L1 bidder.
iii. The payment for the services will be made to the Service Provider in the
two months subject to the condition that the Service Provider submits
his claim within a week. The payment will be made by the client after a
satisfactory performance certificate duly signed by the respective
Page 11 of 42
Principals/Head Master of the school is submitted.
iv. EMD exemption will not be allowed for any Bidder.
2.3 OTHER RELATED INFORMATION:
i. Directorate of School Education shall have right to conduct inspection at
the Coaching Centre to be opened by the Service Provider.
ii. The Intellectual Property Rights for the material would continue to
remain with the respective owner. However, the intellectual property
right of the material developed during the process of teaching or
interaction with the children will be the sole property of the client.
iii. The Service Provider will ensure that the assets are not misused,
damaged or lost due to negligence on his part. The Service Provider will
not damage any school property at any time, in case of damage , the
Service Provider will be liable to make good such loss at the market
value plus interest @10% within ten days.
Page 12 of 42
SECTION – III
INSTRUCTIONS TO BIDDERS
3.1 Procedure for Submission of Bids: It is proposed to have a Two-Cover
System for this tender.
a) Pre-qualification cum Technical Bid in one cover.
b) Commercial bid in one separate cover.
3.1.1
a) The Pre-qualification cum Technical Bid should be filled in original
and should be sealed in a separate cover. The Pre- qualification
cum Technical bid should be superscribed as "Pre- qualification
cum Technical Bid-Envelope A; Tender No. 19/18-2012 SE(4) and
put in the cover along with EMD. The Bidder should sign all pages
of the Pre-qualification cum Technical bid.
b) The commercial Bid as prescribed should be filled in original for
a uniform rate per student charges for tuition fee and cost of
course ware per set as mentioned in Section II in a separate
cover. The Commercial Bid should be superscribed as
"Commercial Bid- Envelope B; Tender No 19/18-2012 SE(4) The
Bidder should sign all pages of the commercial Bid.
c) Both the bids should be enclosed in a single envelope which
should bear the name of the bidder and should be superscribed as
"Pre-qualification cum Technical Bid and Commercial Bid".
3.1.2 The Bidders have to qualify the Pre-qualification Criteria as given in
Section IV, "Terms and Conditions of the Tender", Article 4.1 'Bidder's
Qualification'. The Technical evaluation of only qualified Bidders would be
undertaken.
3.1.3 Pre-qualification cum Technical Bids will be opened on the prescribed
date (i.e. on 10 May, 2012 and time (i.e. 3:30 P.M.) and checked for
submission of EMD and other applicable documents specified in SectionPage
13 of 42
III "Clause 3.7 Documents Comprising Bids".
3.1.4 The covers thus prepared should also indicate clearly the name
and address of the Bidder to enable the Bid to be returned unopened
in case it is received "Late".
3.1.5 The bids received late and declared late by the Tender Evaluation
Committee after the last date and time for receipt of bids prescribed in
the tender document shall be rejected and/or returned unopened to the
Bidder.
3.1.6 The decision of Tender Evaluation Committee holding a tender to be
late for all intents and purposes will be final. No protest/appeal in this
regard shall be entertained.
3.1.7 Please note that rates should not be indicated in the Pre-qualification cum
Technical Bid and should be quoted only in the Commercial bid.
3.2 Tender Evaluation
3.2.1 The Pre-qualification cum Technical Bid will be opened and checked for
Pre- qualification Criteria under "Bidder's qualifications" Section-IV,
Article 4.1. Bids of only those Bidders who qualify the Pre-qualification
Criteria will be Technically Evaluated and processed further.
3.2.2 The bidders will be asked to make a presentation before the
Tender Evaluation Committee. The presentation should clearly
explain the implementation strategy of the project. Commercial Bids will
be opened for only those bidders who are technically qualified as per the
technical evaluation criterion.
3.2.3 The Service Provider(s) shall be issued a Letter of Intent by the client
detailing therein the contract rate per student charges for tuition fee
and cost of course ware per set and the contract value. Pursuant to
this, the Service Provider(s) shall sign the contract with the client within
Page 14 of 42
seven days of issue of Letter of Intent, failing which his EMD shall stand
forfeited.
3.3 Cost of Tender document
3.3.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, including cost of presentation for the purposes of
clarification of the bid, if so desired by the client and the client will in no
case be responsible or liable for those costs, regardless of the
conduct or outcome of the Tendering process.
3.3.2 The Bidder is expected to carefully examine all instructions, forms,
terms and specifications in the Tender Document. Failure to furnish all
information required in the Tender Document or submission of a bid
not substantially responsive to the Tender Document in every respect
will be at the Bidder's risk and may result in the rejection of the bid.
3.4 Clarification regarding Tender Document
3.4.1 A prospective Bidder requiring any clarification of the Tender
Document may notify Department of School Education Haryana in
writing at the Department mailing address indicated in tender.
Department of School Education Haryana will respond in to any
request for clarification of the Tender Document, received as
pre bid clarification to be hosted on department website.
3.5 Amendments in the Tender Document
3.5.1 At any time up to the last date for receipt of bids, the client may, for
any reason, whether at his own initiative or directions from the
client or in response to a clarification requested by a prospective
Bidder, modify the Tender Document by an amendment.
3.5.2 The amendment will be notified on the department website from
time to time as per tender schedule.
3.5.3 In order to afford prospective Bidder/Bidders reasonable time or
Page 15 of 42
otherwise for any other reason, in which to take the amendment
into account in preparing their bids, the client may, at its
discretion, extend the last date for the receipt of Bids.
3.6 Language of Bids
3.6.1 The Bids prepared by the Bidder and all correspondence, and
documents relating to the bids exchanged by the Bidder and the
client, shall be written in the English language, provided that
any printed literature furnished by the Bidder may be written in
another language so long as accompanied by an English
translation in which case, for purposes of interpretation of the bid,
the English translation shall govern.
3.7 Documents Comprising the Bids
3.7.1 The Bids prepared by the Bidders shall comprise of following
components:
(a) Pre-Qualification cum Technical Bid - consisting of the following:
i) Bid Proposal sheet duty filled in, signed and complete in all
respects.(Performa-I)
ii) Declaration, type on Company Letter Head, and signed by Authorized
signatory.
iii) Performa-II to IV duly filled in and signed by the Authorized
signatory of the Bidder.
iv) Certified Copy of Certificate of Incorporation and Memorandum and
Articles of Association.
v) Copy of latest income tax Clearance Certificate or copy of latest
Income Tax Return, PAN No and EPF No.
vi) General Power of Attorney executed in favour of person (s)
authorized to sign the tender bid and contract and all
correspondence/documents thereof.
Page 16 of 42
vii) Audited Balance Sheet and Income Statement for the last 3 years
duly signed by the Statutory Auditors and Authorized signatories of
the Bidder. Audited Annual Reports of the company can be submitted
in lieu of Audited Statements certified by Chartered Accountant.
viii) Documentary Evidence (signed by the Authorized Signatory)
proving that Bidder fulfills the Pre-qualification Criteria as stated in
Section IV, Article 4.1. Documentary Evidence should be provided
as per Performa III.
ix) Documentary Evidence (signed by the Authorized Signatory)
proving that Bidder has provided all the applicable data and
documents required for carrying out the evaluation of their Bid as
per the parameters given in Section-IV, Article 4.2. Documentary
Evidence should be provided as per Performa III.
x) The Bidder must deposit Earnest money of Rs 2,00,000/- (Two
Lacs) along with tender document only in the form of Bank Draft
from National/scheduled bank in favour of Director, School
Education Haryana, payable at Panchkula/Chandigarh. No
interest will be payable on the EMD.
xi) Undertaking from the bidder for not been blacklisted by any
State/Central Govt. institution.
(b) Commercial Bid - consisting of the following: -
i) The Bidder shall indicate the firm rate as per Commercial Offer
Format in Section VI COMMERCIAL OFFER", for indicated Tasks in
the scope of work.
Page 17 of 42
SECTION -IV
TERMS AND CONDITIONS OF THE TENDER
4.1. Bidder's Qualification:
The Bidder should be incorporated as a Private/ Public Limited company or
a Registered Firm engaged in Education in India and fulfilling the following
preconditions and must also submit documentary evidence in support of
fulfilling these conditions while submitting the pre-qualification cum technical bid:
i. The Bidder must be a reputed Education firm/Company engaged in
providing professional coaching in Physics, Chemistry, Biology and
Mathematic for at least 3 (Three) years in India.
ii. In the preceding 3 (Three) financial years, the annual turnover of the
Bidder on account of Coaching in Science i.e. Physics, Chemistry,
Biology and Mathematic shall not be less than Rs.2 (Two) Crores in at
least two years.
iii. The Bidder should have successfully executed science/maths coaching
presence in at list 5 states in India.
iv. The bidder should registered under Company Registration Act 1956,
Trust/Society/NGO registered under Center/State Government in India. In
case, bidder is NGO or Trust of non profit company, the same should be
registered under Society Registration Act 1860 /State Society Act and
1882 Act./State Trust Act respectively.
v. An Earnest Money Deposit of Rs. 2,00,000/- (Rs. Two lacs) will be paid
along with the tender/Bids.
vi. Consortium shall not be allowed.
4.2 Other Terms and Conditions:
4.2.1 The Bidder should have valid registration number under the relevant
Act, EPF Number, PAN Number and Sales Tax Number (if necessary)
(Attach relevant documents)
4.2.2 The Bidder shall not assign, in whole or in part, its rights and
obligations to perform under this Contract to a third party, directly or
indirectly.
4.2.3 Bidder shall not work in association with some other party to meet
the conditions.
Page 18 of 42
4.2.4 The Bidder will submit a Project implementation plan. The plan will
be considered at the time of technical evaluation to access the
capability of Bidder.
4.2.5 The client reserves the right to carry out the capability assessment
of the Bidder. The client's decision shall be final in this regard.
4.2.6 The appointed faculties should have the following minimum educational
qualifications from recognized university or their equivalent in relevant
subject from recognized institutions along with 3 years experience: -
M.Sc/M.A.(Physics/Chemistry/Biology/Maths) – 60% marks or above
OR
M.Phil./Ph.D or any higher educational qualification
4.2.7 The Department/Government will not be in any way responsible for
any statutory obligation in respect of the staff deployed for the
purpose. The manpower deployed will be the sole responsibility of the
Bidder and will never become the liability of the State Government under
any circumstances.
4.2.8 The list of the persons being hired shall be submitted to the client in one
week advance from start of coaching. The client can verify the
qualifications and experience of any faculty deployed by the Service
Provider.
4.2.9 The client reserves the right to seek clarification/justification from the
Bidder on the bid price in case the client deems it necessary. Based
on the justification provided by the Bidder, if the client feels that the
price is unrealistic / infeasible in order to execute a project of this nature,
the client reserves the right to reject the said bid. The Bidders shall
be governed by the decision of the client.
4.2.10 The normal coaching hours will be notified by client.
4.2.11 The preferential mode of communication with the students at
Page 19 of 42
coaching centre will be English and the faculty should have adequate
knowledge of both English and Hindi languages.
4.2.12 The individual signing the tender or other document, in connection
with the tender, must certify as to whether he or she has signed as:-
1) A partner of the firm, if it be partnership, in which case he must
have authority to refer to arbitration disputes concerning the
business partnership either by virtue of the partnership agreement
or a power of attorney. In the alternative all the partners should
sign the tender
2) Director/Directors of the company in pursuance to the companies
board resolution in this regard to execute and sign for and on
behalf of the company under its common seal, which is to be
affixed in the presence of aforesaid Directors/person, authorized
by name in this behalf as per company's memorandum or articles
of association in case of company. The proof regarding legality of
signatory authority must also be attached in respect of all above
mentioned cases, as applicable.
4.2.13 The prices and total bid value quoted by the Bidder for all the goods
& services shall be firm for the contract period and shall be inclusive
of all the taxes, duties, levies and all other charges applicable. All
payments will be subjected to tax deduction at source as applicable
at the prevailing tax rates. The decision of the client in this regard
will be final and binding and no disputes in this regard will be
entertained.
4.2.14 The implementation schedule specified in the tender should be
strictly adhered to.
4.2.15 Tenders with incomplete information OR not in accordance with
instructions or without EMD are liable to be rejected.
Page 20 of 42
4.2.16 The client reserves the right to negotiate for further reduction of
rates.
4.2.17 The Bidder shall abide by any direction prescribed by the client in
due course with regards to evaluation of students in respect of
quality teaching and course ware provided by the Bidder.
4.2.18 Government reserves the right to issue additional/supplemental
orders, instructions, guidelines, memos etc. and
modifications/amendments to the project towards successful
implementation and/or in the best interest of this project.
4.2.19 The client reserves the right of rejecting all or any of the
Bid/Quotations without assigning any reason. No Tender will be
considered unless and until all the documents are properly signed.
Conditional tenders would be liable to be rejected.
4.2.20 The firm/company who have been blacklisted by any State
Govt./Central Govt. in the past or whose services have come to
adverse notice and/or criminal case have been registered against
it/any Director/Proprietor will be disqualified.
4.3 Penalty Clause:
4.3.1 If the Service Provider is not able to implement the contract within the
stipulated period as prescribed in the implementation schedule
(Performa IV), a penalty at the rate of 5% (five percent) of per child
will be levied on the Contractor(s) for a maximum period of 07 days. If
the implementation is not completed even within this 07-days period
also, the contract can be terminated and the Performance Bank
Guarantee amount will be forfeited.
The penalty will be calculated on daily basis and deducted from
payment to be made to the Service Provider. The Project Manager will
give a complaint number in turn to the Principal/Head Teacher to
ensure the proper maintenance of record.
Page 21 of 42
4.3.2 If at any time, the Service Provider defaults in more than 15% of the
total Schools allotted to it, then, the whole amount of Bank guarantee
of the Bidder will be forfeited. The matter related to cancellation of
tender will be referred for arbitration.
4.3.3 In case the penalty amount exceeds the due amount to be paid in
respect of a particular school, then the Service Provider will have to
pay the balance amount within 15 days of being informed and in case
of any delay, interest © 12% pa. shall be charged.
4.3.4 The Bidder or a person/persons duly authorized by the Bidder shall
sign the Pre-qualification cum Technical bid and the Commercial bid
with his seal.
4.4 Execution of the Contract Awarded:
The completion period of the said tasks should be adhered to as will be
mentioned in the Award of Contract. The Coaching services shall actually be
deemed to have been done on the actual date/delivery of such services in
respective institutions.
4.5 Time Limit for Completion of Task:
The client's requirement for the completion schedule of different tasks under the
contract is given below.
4.5.1 The task of the scope of work indicated in Section II shall be
completed within stipulated period as will be mentioned in award of
contract.
4.6 Standard of Performance:
4.6.1 The qualified Bidder shall carry out the services and its obligations
under the contract with due diligence, efficiency and economy in
accordance with generally accepted norms, techniques and
practices used in the industry. The Bidder/ Bidders shall also adhere to
professional engineering and consulting standards recognized by
Page 22 of 42
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 Bidder/ Bidders shall always
act in respect of any matter relating to this contract, as faithful
advisors to the client and shall, at all times, support and safeguard
the client's legitimate interests in any dealings with the third party.
4.7 Use OF Contract Documents and Information:
4.7.1 The qualified Bidder shall not, without the client's prior written
consent, disclose the contract or any provision thereof, or any
specification, plan, drawing, pattern, sample or information furnished
by or on behalf of the client in connection therewith to any person
other than a person employed by the Bidder in the performance of
the contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far as may be
necessary for purposes of such performance.
4.7.2 The qualified Bidder shall not, without the client's prior written
consent, make use of any document or information.
4.7.3 Any document other than the contract itself shall remain the property of
the client and shall be returned (in all copies) to the client on
completion of the qualified Bidder performance under the contract if
so required by the client.
4.8 Earnest Money:
The Bidder must deposit Earnest money of Rs. 2,00,000/- (Two Lacs)
along with tender document only in the form of Bank Draft from
National/Scheduled Bank in favour of Director, School Education
Haryana Payable at Panchkula/Chandigarh.
4.9 Termination for Default:
4.9.1 The client may, without prejudice, to any other remedy for breach of
Page 23 of 42
contract, by written notice of 3 days of default sent to the Bidder,
terminate the contract in whole or in part & vice-versa if:-
a. The qualified Bidder fails to deliver any or all of the obligations
within the time period(s) specified in the contract, or any
extension thereof granted by the client.
b. The qualified Bidder fails to perform any of the obligation(s)
under the contract.
c. The client may at any time terminate the contract/ agreement by
giving written notice to the Bidder without compensation to the
Bidder, if the qualified Bidder becomes, bankrupt or otherwise
insolvent, provided that such termination will not prejudice or
affect any right of action or remedy which has accrued thereafter
to the client.
4.10 Performance Guarantee/Security:
The Service Provider shall be required to deposit a security for due
performance of the contract in the form of irrevocable Bank Guarantee on
any scheduled/nationalized Bank at Chandigarh/Panchkula amounting to 5%
of the total contract value, pledged in favour of Department of School
Education, Haryana, Panchkula valid for a period of six months from the date
of expiry of the stipulated period of providing Science coaching Services. The
Performance Guarantee can be revoked at the Chandigarh/Panchkula bank
branch in case of violation/non performance of contract. The Service Provider
shall be required to deposit requisite amount of performance guarantee
within five days from the date of issue of acceptance letter sent under
registered cover or telegram, failing which, the order shall be withdrawn at
the discretion of the client and the EMD of the bidder shall be forfeited
4.11 "NO CLAIM" Certificate:
The qualified Bidder shall not, be entitled to make any claim, whatsoever,
Page 24 of 42
against the client under or by virtue of or arising out of this contract/
agreement nor shall the client entertain or consider any such claim, if made
by the Bidder after he shall have signed a "No claim" certificate in favour of
the client in such forms as shall be required by the client after the works are
finally accepted.
4.12 Suspension
4.12.1 The client may by a written notice of suspension to the Bidder,
suspend all payments to the Bidder under the contract, if the Bidder
failed to perform any of its obligations under this contract, (including
the carrying out of the services) provided that such notice of the
suspension:-
4.12.1.1 Shall specify the nature of the failure.
4.12.1.2 Shall request the Bidder to remedy such failure within a
specified period from the date of receipt of such notice of
suspension by the qualified Bidder.
4.13 Document Prepared by Bidder to be the Property of the Client:
All plans, drawings, specifications, designs, data tables, presentations, reports
and other documents prepared by the Bidder in the execution of the contract
shall become and remain the property of the client, and before termination or
expiration of this contract, the qualified Bidder shall deliver all such
documents to the client along with the detailed inventory thereof.
4.14 Confidentiality:
The Bidder(s) and their personnel shall not, either during the term or after
expiration of this contract, disclose any proprietary or confidential information
relating to the services, contract or the client's business or operations without
the prior written consent of the client.
Page 25 of 42
4.15 Force Majeure:
4.15.1 Notwithstanding the provisions of the tender, the Bidder shall not be
liable for forfeiture of its performance security, liquidated damages or
termination for default, if and to the extent that, its delay in
performance or other failure to perform its obligations under the
contract is the result of an event of Force Majeure.
4.15.2 For purposes of this Clause, "Force Majeure" means an event beyond
the control of the Bidder and not involving the Bidder and not
involving the Bidders fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of the client either
in its sovereign or contractual capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions and freight embargoes.
4.15.3 If a Force Majeure situation arises, the qualified Bidder shall
promptly notify the client in writing of such conditions and the cause
thereof. Unless otherwise directed by the client in writing, the Bidder
shall continue to perform its obligations under the contract as far as
reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.
Even the client may terminate this contract, by giving a written notice
of minimum 3 days to the Bidder, if as a result of Force Majeure, the
Bidder being unable to perform a material portion of the services for a
period of more than7 days.
4.16. Governing Language:
The contract shall be written in the language of the bid, as specified by
Client, in the Instructions to Bidder/ Bidders subject to clause-3.6 of Section-III,
that language version of the contract shall govern its interpretation. All
correspondence and other documents pertaining to the contract, which are
exchanged by the parties, shall be written in that same language.
Page 26 of 42
4.17. Arbitration:
4.17.1 If any question, differences, Interpretation or objection whatsoever
shall arise, in any way connected with or arising out of this
instrument or the meaning or operation of any part there of or the
rights, duties or liabilities of either party than save in so for as the
decision of any such matter is here in before provided for and has
been so decided every such matter including whether its decision
has been otherwise provide for and/or whether it has been finally
decided accordingly in whether the contract should be terminated or
has been rightly terminated in whole or part and as regards the
rights and obligations of the parties as the result of such termination,
shall be referred for arbitration to Financial Commissioner and Principal
Secretary School Education, Haryana and his decision shall be final
and binding and where the matter involves a claim the amount if any
awarded in such arbitrations shall be recoverable in respect of the
matters so referred. Such arbitration shall be held at Chandigarh/
Panchkula.
Page 27 of 42
SECTION-V
EVALUATION CRITERIA
Department will form an evaluation Committee which will evaluate the proposals
submitted by the bidders for a detailed scrutiny. During evaluation of proposals,
department may ask the bidders for clarification of their Technical Proposals.
Only those proposals meeting the eligibility criteria will be evaluated as per the
parameters mentioned below for a project:
Sr.
No.
Particulars Criteria
Technical Bid : Max 70 marks
1 Agency should have been in existence for last 3
years: Max 10 marks
<= 3 yrs: 5 marks > 3 yrs & <= 5 yrs: 8 marks > 5 yrs : 10 marks
2 Agency should have science/maths coaching
presence in at least 5 states in India: Max 10 marks
<= 5 states : 5 marks > 5 states &<=8states: 8 marks >8 states : 10 marks
3 Agency should have done coaching to a minimum of
one thousand children in last three years (cut-off
date being 31 March 2012) : Max 10 marks
<= 1000students : 5 marks >1000 & <= 1100 students : 6 marks >1100 & <= 1200 students : 7 marks >1200 & <= 1300 students : 8 marks >1300 & <= 1400 students : 9 marks >1400 students : 10 marks
4 Agency should have minimum 50 placement
achievements in IITs/AIIMS/AFMC/AIEEE/IIS etc.
in the last academic year i.e. 2011-12: Max 10
marks
<=50 placement: 5 marks >50 & <= 60 placements: 6 marks >60 & <= 70 placements: 7 marks >70 & <= 80 placements: 8 marks >80 & <= 90 placements: 9 marks >90 placements: 10 marks
5 Agency should have minimum 50 science/maths
faculty on its roll for each of last three academic
years i.e. 2009-2010, 2010-11 and 2011-12 (till 31
March 2012) : Max 10 marks
<50 faculties : 5 marks >50 & <= 60 faculties: 6 marks >60 & <= 70 faculties: 7 marks >70 & <= 80 faculties: 8 marks >80 & <= 90 faculties: 9 marks >90 faculties: 10 marks
6 Score provided by the subject experts for course
material (on average basis ) : Max 20 marks
>=10 & <20 : 2 marks >=20 & <30 : 4 marks Page 28 of 42 >=30 & <40 : 6 marks >=40 & <50 : 8 marks >=50 & <60 : 10 marks >=60 & <70 : 12 marks >=70 & <80 : 14 marks >=80 & <90 : 16 marks >=90 & <100 : 18 marks >=100 : 20 marks
Total Technical Bid Marks 70
Total Financial Bid Marks 30
Grand Total 100
The bidder with the maximum technical score will be awarded 70 marks and this
score shall be added to Financial Score. After adding both the scores the highest scorer
shall get the bid.
The bidder with lowest financial quote will be awarded 30 marks and other
bidders will be awarded proportionately less marks {e.g. If the lowest quote is Rs. 500
the bidder quoting this price will get 30 marks. A bidder quoting Rs. 600 will get
[(500/600)x 30 = 25 marks)]}
Bid Evaluation:
Bid will be assigned a technical score (Tb) out of a maximum of 100 points. Bidders with
technical score of 60 and above will qualify for the evaluation in the commercial
process.
Note: - Minimum absolute technical score to qualify for commercial evaluation is 60.
Page 29 of 42
SECTION-VI
PRE-QUALIFICATION CUM TECHNICAL BID PROFORMAE
Performa-I
BID PROPOSAL SHEET
GENERAL INFORMATION
Profile of the Bidder
The Bidder should furnish the following details
1. Name of the Organisation:
2. Nature of the Organisation:
(Govt./Public/Private/Partnership)
3. Address with phone no, fax and email:
4. Number of Years of Operation:
In Science/Maths Coaching
Year of Establishment
(Proof should be furnished in the form
of Incorporation Certificate or equivalent document)
1. Indicate the financing plan for this contract:
(Furnish supporting
Documents like Bankers letter or letter of financial
Institution or letter from finance company/lease
finance Institution or audited financial statement
for Proof of sufficient reserves.)
5. Reserves and Surplus as per the latest: Audited
financial statement (Rs.)
6. Any other details in support of your offer:
As of this date the information furnished in all parts of this form is accurate and true
to the best of my knowledge
Witnesses (2 Nos.):
Signature __________________ Signature __________________
Name __________________ Name __________________
Designation __________________ Designation __________________
Address __________________ Address __________________
Company/Agency _______________ Company/Agency _______________
Date __________________ Date __________________
Company Seal
(With name & designation of the person signing the tender)
Page 30 of 42
SECTION-VII
Performa-III
CHECKLIST FOR FULFILLMENT OF PRE-QUALIFICATION/
ELIGIBILITY CRITERIA
Sr.
No.
Precondition Details of
Documentary
Proof to be
attached
Page No
( From… to…) in
the response
with proper Flag
Number & Index
Documentary Proof
Attached (Y/N)
(Give Annexure
No.)
1 The Bidder should be a reputed
Education Firm/ Agency or Company
directly providing Science /Maths
Coaching at least for the last 3
(Three) Years in India
Documentary
evidence to be
submitted.
2 In the preceding 3 (Three) financial
years, the annual turnover of the
Bidder on account of Science/Math
coaching shall not be less than Rs. 2
(Two) Crores. (Copy of Audited
Financial Statements should be
submitted as proof)
For the last 3 years,
Audited Financial
Statements certified
by Chartered
Accountant, or
Audited Annual
Report.
3 The Bidder should have
Science/Maths Coaching presence in
5 States of India.
Documentary
evidence to be
submitted
4 The Bidder should have done a
minimum of 1000 children in laster
years (cut-off date being 31 March
2012).
Documentary
evidence to be
submitted
5 The Bidder should have minimum 50
placement achievements
IIT's/AIIMS/AFMC/AIEEE/IIS etc. in
the last academic year i.e. 2011-12
Documentary
evidence to be
submitted
6 The Bidder should have minimum 50
science/maths faculty on its roll for
each of last three academic years i.e.
2009-2010, 2010-11 and 2011-12 (till
30th June 2012)
Documentary
evidence to be
submitted
7 The Bidder will submit the course
material to be covered during the
coaching period (1st June to 30th
June 2012)
Printed material to be
submitted
Note: Bid response should be page numbered, indexed, flagged (stapled) and binded
properly
Signature of the Bidder with seal
Page 31 of 42
SECTION-VIII
IMPLEMENTATION SCHEDULE
Signing of Contract : T (Day 1)
Completion of selection of faculties,
preparation of Course Material, and
Starting actual teaching in the school : 1st June 2012
Complete Teaching Prescribed course : 30th June 2012
The above schedule of implementation is acceptable to us.
Signature of the Bidder with seal
Page 32 of 42
SECTION-IX DECLARATION
(To be typed on Company Letter Head)
To
The Director
Secondary Education Haryana,
Plot No – 01 B, Shiksha Sadan,
Sector – 5, Panchkula, Haryana 134190
Subject Proposal for providing Science coaching Services in 21
Govt. Sr. Sec. Schools in the state of Haryana.
Dear Sir,
1. We, the undersigned Bidder, having read and examined in detail the specifications and all
bidding documents in respect of providing do hereby propose to provide Science coaching as
specified in the bidding document.
2. PRICE AND VALIDITY
2.1 All the rates mentioned in our proposal are in accordance with the terms
as specified in bidding documents. All the prices and other terms and conditions of this
proposal are valid for a period of 180 calendar days from the last date of submission of bids.
2.2 We have studied the Clauses relating to Indian Income Tax and hereby declare that if any
Income Tax, Surcharge on Income Tax and any other Corporate Tax is altered under the
law, we shall pay the same, however the service tax if applicable will be extra.
3 EARNEST MONEY
We have enclosed the earnest money in the form of Bank Draft amounting to Rs.
200,000/- (Two Lacs).
4. BID PRICING
We further declare that the RATES stated in our proposal are in accordance with your terms
& conditions in the bidding document.
5. QUALIFYING DATA
We confirm having submitted in qualifying data as required by you in your tender document.
In case you require any further information/documentary proof in this regard before
evaluation of our bid, we agree to furnish the same in time to your satisfaction. We
hereby declare that our proposal is made in good faith. without collusion or fraud and the
information contained in the proposal is true and correct to the best of our knowledge & belief.
6. We further understand and declare that all obligations/liabilities in respect of the staff deployed by
us will be our sole responsibility.
Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration
and replacement.
We understand that you are not bound to accept the lowest or any bid you may receive.
Thanking you,
Yours faithfully,
(Signature)
Date: Name:
Place: Designation:
Business Address: Seal
Page 33 of 42
Section-X
COMMERCIAL OFFER
To
The Director
Secondary Education Haryana,
Plot No – 01 B, Shiksha Sadan,
Sector – 5, Panchkula, Haryana 134190
Sir,
I/We hereby tender for the Science coaching services as per the specifications
given in this tender document of the client within the time specified and in
accordance with the Terms and Conditions. The rates are quoted in the
prescribed format given below:
Rate per school per month for the total Contract period.
SNO Details Rate In Figures
(inclusive of all taxes)
In Capital Words
(inclusive of all
taxes)
1 2 3
1 Service Fee for tution fee
(Rate per Student) in Rupees
2 Cost of courseware
Note: -
1. The department intends to provide four faculties in each 21 Science
schools . However, the department reserves the right to demand more
faculty if the enrolment increases/decreases in any school at any point of
time
Signature of the Bidder with seal
Page 34 of 42
SECTION- XI
ANNEXURE 'A'
Syllabus Class XI
Biology
Sr. No. Topic
1. THE LIVING WORLD, BIOLOGICAL CLASSIFICATION
2. PLANT KINGDOM, ANIMAL KINGDOM
3. MORPHOLOGY OF FLOWERING PLANTS, ANATOMY
4. STRUCTURAL ORGANISATIONS IN ANIMALS
5. CELL THE UNIT OF LIFE
6. BIOMOLECULES
7. CELL CYCLE AND CELL DIVISIONS
8. TRANSPORT IN PLANTS, MINERAL NUTRITION
9. PHOTOSYNTHESIS IN HIGHER PLANTS
10. RESPIRATION IN PLANTS, PLANT GROWTH, DEV.
11. DIGESTION AND ABSORPTION
12. BREATHING AND EXCHANGE OF GASES
13. BODY FUELS AND CIRCULATION
14. EXCRETORY PRODUCTS AND ELEMINATION
15. LOCOMOTION AND MOVEMENT
16. NEURAL CONTROL AND CO-ORDINATION
17. CHEMICAL COORDINATION AND INTEGRATION
Page 35 of 42
ANNEXURE 'B'
Syllabus Class XII
BIOLOGY
Sr. No. Topic
1. RE-PRODUCTION IN ORGANISMS, sexual reprod.
2. HUMAN REPRODUCTION , REPRODUCTION HEALTH
3. PRINCIPLES OF INHERITANCE AND VARIATIONS
4. MOLECULAR BASIS OF INHERITANCE
5. EVOLUTION
6. HUMAN HEALTH AND DISEASE
7. STRATEGIES OF ENHANCEMENT IN FOOD PROD.
8. MICROBES IN HUMAN WELFARE
9. BIOTECHNOLOGY: PRINCIPLES AND PROCESS
10. BIOTECHNOLOGY: APPLICATION
11. ORGANISMS AND POPULATIONS,ECOSYSTEM
12. BIODIVERSITY AND CONSERVATION, ENV. ISSUES
Page 36 of 42
ANNEXURE 'C'
Syllabus Class XI
Chemistry
Sr. No. Topic
1. BASIC CONCEPTS IN CHEMISTRY
2. ATOMIC STRUCTURE, PERIODIC TABLE
3. CHEMICAL BONDING AND MOLECULAR STRUCTURE
4. STATE OF MATTER
5. CHEMICAL THERMODYNAMICS
6. EQUILIBRIUM
7. REDOX REACTION, S-BLOCK ELEMENTS
8. P-BLOCKS ELEMENTS
9. BASIC CONCEPTS IN ORGANIC CHEMISTY
10. HYDROCARBON
11. HYDROGEN
Page 37 of 42
ANNEXURE 'D'
Syllabus Class XII
Chemistry
Sr. No. Topic
1. SOLID STATE
2. SOLUTION
3. ELECTRO CHEMISRY
4. CHEMICAL KINETICS, SURFACE CHEMISRY
5. ISOLATION OF THE ELEMENTS, P-BLOCK ELEMENTS
6. d AND f ELEMENTS
7. CO-ORDINATION COMPOUND
8. ARYL HALID AND ALKYL HALID
9. ALCOHOL, PHENOL, ETHERS
10. ALDEHYDES, KETONES AND CARBOXYLIC ACID
11. PERIODICAL TABLE
12. AMINES
13. BIO MOLECULES
14. POLYMERS
15. NUCLEAR CHEMISTRY
16. PRACTICAL CHEMISTRY
Page 38 of 42
ANNEXURE 'E'
Syllabus Class XI
Physics
Sr. No. Topic
1. UNIT & DIMENSIONS, VECTOR
2. 1-D MOTION
3. PROJECTILE MOTION
4. CIRCULAR MOTION
5. LAWS OF MOTION
6. FRICTION
7. WORK,POWER & ENERGY,SPRING
8. CONSERVATION OF ENERGY & MOMENTUM,CENTRE OF MASS
9. ROTATIONAL MOTION
10. ROLLING MOTION
11. GRAVITATION
12. FLUID AT REST, ELASTICITY
13. FLUID AT MOTION
14. SHM (GENRAL EQUATIONS)
15. SHM (APPLICATION)
16. WAVES & DOPPLER EFFECT
17. HEAT,CALAROMETRY,THARMAL EXPANSION
18. KTG,THARMODYNAMICS
19. HEAT TRANSFER
Page 39 of 42
ANNEXURE 'F'
Syllabus Class XII
Physics
Sr.No. Topic
1. ELECTROSTATICS
2. GAUSS'S LAW
3. ELECTROSTATICS(CAPACITANCE)
4. CAPACITANCE
5. CURRENT ELECTRICITY
6. MAGNETIC EFFECT OF CURRENT
7. MAGNETISM
8. E.M.I
9. ALTERNATE CURRENT
10. RAY OPTICS
11. WAVE OPTICS
12. MODERN PHYSICS
13. COMMUNICATIONS, E. M. WAVES
14. DIGITAL & ELECTRONICS
Page 40 of 42
ANNEXURE 'G'
Syllabus Class XI
Math
Sr. No. Topic
1. SET THEORY AND RELATIONS
2. COMPLEX NUMBER
3. PROGRESSIONS
4. QUADRATIC EQUATIONS
5. PERMUTATION AND COMBINATIONS
6. BINOMIAL THEOREM
7. EXPONENTIAL AND LOGARITHMIC SERIES
8. TRIGNOMETRY
9. CO-ORDINATE GEOMETRY OF TWO DIMENSIONS
10. PROBALITY
Page 41 of 42
ANNEXURE 'H'
Syllabus Class XII
Math
Sr. No. Topic
1. RELATION AND FUNCTION
2. FUNCTION
3. INVERSE AND TRIGNOMETRIC FUNCTIONS
4. MATRICES AND DETERMINANTS
5. CONTINUITY
6. DIFFERENTIABILITY
7. APPLICATONS OF DERIVATIVES
8. INTEGRAL(DEFINITE AND INDEFINITE)
9. APPLICATION OF INTEGRAL, DIFFERENTIAL EQNS
10. DIFFERENTIAL EQNS.
11. VECTORS
12. THREE DIMENSIONAL GEOMETRY
13. LINEAR PROGRAMMING
14. PROBABILITY
Page 42 of 42
SECTION-XII ANNEXURE 'I'
Specifications
Item Specifications Quantity
Printed
Courseware
( for class 11th
and 12th)
Cover: 170 GSM, 4 Color Print &
Laminated
Internal Sheets: 60 GSM Map
litho, two color
Center Staple( if no of pages
below 64)
Perfect bound (( if no of pages
above 64)
Language: Printed courseware
should be in:
• English for both class 11th
to 12th.
1 per student
1 per subject teacher
1 per Principal
5 units of each class shall be provided to
Directorate.

No comments:

Post a Comment

thanks for your valuable comment

See Also

Education News Haryana topic wise detail.