Download as pdf or txt
Download as pdf or txt
You are on page 1of 95

Document for Hiring of an Assessment Agency

BID DOCUMENT FOR HIRING AN ASSESSMENT AGENCY

RSCERT, Udaipur

Tender Reference No. RSCERT-UDAIPUR/7/2023-24

RSCERT UDAIPUR BIDDER SIGN AND SEAL


1 OUT OF 95
Document for Hiring of an Assessment Agency

Table of Contents

Notice Inviting Bid…………………………………...……………………….......5 - 7

Eligibility Criteria & Technical Check List………………………………….8 - 11

PART I: Instructions to Bidders……………………………………………….12 - 30

PART II: Scope of Work & Evaluation Criteria…………………………..31 - 48

PART III: General Terms & Conditions…………………………………......49 - 59

PART IV: Annexure/Forms…………………………………………………….....60 - 95

RSCERT UDAIPUR BIDDER SIGN AND SEAL


2 OUT OF 95
Document for Hiring of an Assessment Agency

RAJASTHAN STATE COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING, Udaipur


Phone - 0294-2415171, E-Mail: director.rscert@rajasthan.gov.in

(e-Tender) Date sheet

Tender Form for hiring an ASSESSMENT AGENCY


for a period of 1 year (from date of work order)

S. No Subject Date Time


1. Tender Inviting Authority-Director, RSCERT Udaipur (Rajasthan)
Bid Procedure Single Stage Two Envelops Bidding (two parts)
2.
Open competitive online bid procedure given at https://eproc.rajasthan.gov.in
Mode of Bid Submission
3.
Online through e-proc Portal i.e.https://eproc.rajasthan.gov.in
Bid Evaluation Criteria (Selection Method)
4.
Quality cum Cost Based Selection (QCBS) as specified in the document below.
Websites for downloading bidding documents, corrigendum’s, addendums etc.
5.
https://sppp.rajasthan.gov.in, https://eproc.rajasthan.gov.in
Bid document fee: 10000/- (Rupees Ten Thousand only) (Non-Refundable)
6.
e-GRAS/DD/BC in favor of Director, RSCERT, Udaipur
RISL Processing Fee: 2000/- (Rupees Two Thousand only)
7.
e-GRAS/DD/Bankers cheque in favor of MD, RISL, Jaipur
Estimated Bid Cost/Value (Inclusive GST)
8.
Rs. 200.00 lakh (Rupees Two Crore Only)
Bid Security fee Rs. 4,00,000/- (Rupees Four Lakh only)
9.
e-GRAS/DD/BC/BG in favor of Director, RSCERT, Udaipur
10. E-publishing Date 23/09/2023 04:00 PM
11. Document Download Start Date 23/09/2023 04:00 PM
12. Document Download End Date 16/10/2023 05:00 PM
Pre Bid meeting date, time & place
Office of the Director, RSCERT Udaipur
111, Saheli Marg, Udaipur
Pre Bid queries if any, to be submitted to 03.00 pm to
13. 09/10/2023
E-mail- director.rscert@rajasthan.gov.in 04.00 pm
Pre Bid queries if any, to be submitted before
11.00 AM up to 09/10/2023, queries received
after 09/10/2023, 11.00 AM will not be

RSCERT UDAIPUR BIDDER SIGN AND SEAL


3 OUT OF 95
Document for Hiring of an Assessment Agency

considered.

14. Bid Submission End Date 16/10/2023 05.00 pm


Technical Bid Opening Date
15. Place: CAO office, RSCERT, 111 Saheli Marg, 17/10/2023 03.00 pm
Udaipur
Submission of Demand Draft/Banker Cheque/BG
of Bid Document Fee, processing fees and Bid
Security money, Rs 100 non-judicial stamp for not Upto11.00
16. 17/10/2023
being blacklisted, Rs 100 non-judicial stamp am
regarding acceptance of terms and conditions of
bid in physical form along with cover letter.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


4 OUT OF 95
Document for Hiring of an Assessment Agency

RAJASTHAN STATE COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING, Udaipur


Phone - 0294-2415171, E-Mail: director.rscert@rajasthan.gov.in

No. F-RSCERT-UDR/Acct./2023-24/ Date:

NOTICE INVITING E-BID (NIB No. 7/2023-24 )


Single Stage Two-envelopes unconditional online bids are invited on behalf of the Governor of
Rajasthan for Hiring of an assessment Agency in RSCERT, Udaipur as per the Bidding Schedule
given below:

Estimated Amount
Cost for One of Bid Bid Fees RISL
Sr.No. Items Year Security Document Processing
(Rs in Lacs.) (Rs in (Rs) Fee (Rs)
Lacs.)
1. The hiring of an 200.00 4.00 10000.00 2000.00
Assessment Agency

Bidding Schedule

Sr.No. Subject Date Time


1. E-Publishing Date 23/09/2023 04:00 PM
2. Document Download Start Date 23/09/2023 04:00 PM
3. Document Download End Date 16/10/2023 05:00 PM
4. Pre Bid meeting date, time & place
Office of the Director, RSCERT Udaipur
111, Saheli Marg, Udaipur
Pre Bid queries if any, to be submitted to 03.00 pm
E-mail- director.rscert@rajasthan.gov.in 09/10/2023 to 04.00
Pre Bid queries if any, to be submitted before pm
11.00 AM up to 09/10/2023, queries received
after 09/10/2023, 11.00 AM will not be
considered.
5. Bid Submission End Date 16/10/2023 05.00 pm
6. Technical Bid Opening Date
Place: CAO office, RSCERT, 111 Saheli Marg, 17/10/2023 03.00 pm
Udaipur
7. Submission of Demand Draft/Banker Cheque/BG Upto11.00
17/10/2023
of Bid Document Fee, processing fees and Bid am
RSCERT UDAIPUR BIDDER SIGN AND SEAL
5 OUT OF 95
Document for Hiring of an Assessment Agency

Security money, Rs 100 non-judicial stamp for not


being blacklisted, Rs 100 non-judicial stamp
regarding acceptance of terms and conditions of
bid in physical form along with cover letter.
1. Bidding Document may be seen and downloaded from the website of the State Public
Procurement Portal, https://sppp.rajasthan.gov.in or e-procurement website
https://eproc.rajasthan.gov.in and the price of the Bidding Document may be paid along with
user charges/processing fee, affidavits, certificates and Annexure (if any), as required and
mentioned above.
2. Bid validity is 90 days from the bid submission deadline.
3. Since the bids have been invited electronically, the procedure for submission of Bids shall be
as provided on the State e-Procurement Portal, https://eproc.rajasthan.gov.in.
4. Bids received after the specified time and date shall not be accepted and opened.
5. Bid Security Money in the form of Demand Draft/Banker’s Cheque/ B.G. of scheduled Bank
in specified format/deposit through e-GRAS challan in favor of Director, RSCERT Udaipur,
and BID DOCUMENT FEE can be submitted in the form of Demand Draft/Banker’s Cheque/e-
GRAS challan in favor of Director, RSCERT Udaipur. payable at Udaipur and RISL processing
fee has to be submitted in the form of a Banker’s Cheque/Demand Draft/e-GRAS in favor of
MD, RISL, Jaipur. All the said Demand Drafts/Banker’s Cheques/BG of scheduled Bank in
specified format/deposit through e-GRAS challan has to be submitted physically in an
envelope with a cover letter, in the office of the Director, RSCERT Udaipur on or before the
date and time as prescribed in the bidding schedule.
6. The technical bids shall be opened by the procurement committee on the date & time
mentioned above, in the presence of the Bidders or their authorized representatives who
wish to be present.
7. Bidder, who wishes to participate in the bid, will have to register on
https://eproc.rajasthan.gov.in. The bidder will have to procure a digital signature certificate
(DSC) as per Information Technology Act 2000 and amendments, to participate in the online
Bid.
8. The procuring Entity is not bound to accept the lowest bid and may reject any or all bids
without assigning any reason thereof.
9. The Bidders shall have to submit a valid GST registration certificate from the concerned
authorities and the ‘PAN’ issued by Income Tax Department.
10. The details are appended with the bidding document.

Director
Rajasthan State Council of Educational
Research and Training, Udaipur

RSCERT UDAIPUR BIDDER SIGN AND SEAL


6 OUT OF 95
Document for Hiring of an Assessment Agency

Instructions for online submission of e-Bid

1- The Bidders who are interested in bidding can download Bid Documents from
https://eproc.rajasthan.gov.in, https://sppp.rajasthan.gov.in
2- Bidders who wish to participate in this bid, will have to be registered on
https://eproc.rajasthan.gov.in. To participate in online tenders, bidders will have to
procure Digital Signature Certificate (type III) as per Information Technology Act-2000
using which they can sign their electronic bids. Bidders can procure the same from any
CCA-approved certifying agency i.e. TCS, safe-crypt, (n) code etc or the Government of
Rajasthan, e-procurement Cell, Department of IT&C, Government of Rajasthan for further
assistance. Bidders who already have a valid Digital Certificate need not to procure a new
Digital Certificate. For new Digital Signature Contact No. 0141-4022688 (Help Desk 10.00
AM to 6.00 PM on all working days) email: eproc@rajasthan.gov.in, Address: e-
procurement cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur.
3- Bidder will submit their offer online in electronic formats both for technical and financial
proposals; however, DD/Banker Cheque/B.G. of scheduled Bank in specified
format/deposit through e-GRAS challan for bid document fees, processing fees and bid
security, stamp papers shall be submitted with the cover letter manually in the office of
tendering authority (Director, RSCERT, Udaipur) before scheduled date & time as
mentioned in bidding schedule. The scanned copy of all DD, BC, BG, stamps, e-GRAS shall
be uploaded along with the online bid.
4- Before electronically submitting the tenders, it shall be ensured that all the Bid papers
including conditions of the contract are digitally signed by the Bidder.
5- Training for the bidders on the usage of the e-Tendering system is also being arranged by
RISL on regular basis. Bidders interested in training may contact e-Procurement Cell, RISL
for booking the training slot.
6- Bidders are also advised to refer “Bidders manual” available under the “Download” section
for further details about the e-tendering process.
7- The prospective bidders if they so desire may participate in the pre bid meeting to clarify
the doubts in respect of the bidding document submitted before the scheduled time &
date of pre bid meeting as prescribed in the bidding schedule.

Special Note:-

All bidders are advised not to wait till the last date and are advised to submit their tender/Bid at
the earliest. The Director, RSCERT Udaipur will not be responsible for any last-minute rush on
the website. No extension in the deposition of Tender/Bid will be allowed.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


7 OUT OF 95
Document for Hiring of an Assessment Agency

ELIGIBILITY CRITERIA & TECHNICAL COVER CHECK LIST

Sr. Enclosed Page


Particulars
No. (Yes/No) No
1. The scanned copy of DD/BC/e-GRAS challan as bid document fee.
2. The scanned copy of DD/BC/e-GRAS challan as processing fee in favor
of MD RISL Jaipur.
3. The scanned copy of DD/BC/BG/e-GRAS challan as bid security fee.
4. The bidder shall have a minimum average annual turnover of Rs. 01.00
crores during any three successive of last 4 financial years i.e. 2019-20,
2020-21, 2021-22, 2022-23 Regarding average annual turnover bidder
shall submit the any three successive years' audited Balance-Sheet and
profit and loss account and trading account of any three successive
financial years i.e. 2019-20, 2020-21, 2021-22, 2022-23 along with the
bid.
5. During the three years period (2020-21, 2021-22, 2022-23), the bidder
shall have successfully completed similar nature of work of cumulative
value of a minimum of Rs 2.00 crore or more all over India (any state &
UT).
The bidder shall provide & append copies of the work order.
6. The bidder must have at least 25 full-time employees on its rolls on the
date of publication of this bid document. A certificate from the
company HR Department should be provided regarding minimum
strength of Employees with details of employees.
7. Self-attested copy of PAN card.
8. Self-attested copy of Goods and Service Tax (GST) registration and
copy of latest GST return (Not older than four months from issue date
of tender document) filled shall be enclosed.
9. Self-attested Copy of firm’s registration under Proprietorship/Indian
Partnership Act, 1932/ Indian Companies Act, 1956/Societies
Registration Act, Cooperative Societies Act along with a copy of bye-
laws be submitted with the relevant authority in India or any other Act
of State/ Union, as applicable for dealing in the subject matter of
procurement
10. Annexure A: Compliance with the code of integrity and no Conflict of
Interest
11. Annexure B: Declaration by the Bidder regarding Qualifications
12. Annexure C: Grievance Redressal during Procurement Process, form-1

RSCERT UDAIPUR BIDDER SIGN AND SEAL


8 OUT OF 95
Document for Hiring of an Assessment Agency

13. Annexure D: Additional Conditions of Contract


14. Annexure-E: Annual Turnover Statement (duly certified and signed by
Chartered Accountant)
15. Annexure F: Declaration regarding the acceptance of Terms &
Conditions of Bid on Rs 100 non-judicial stamp attested by notary
public.
16. Annexure G: Agreement
17. Annexure H: Bank Guarantee Format – BID SECURITY
18. Annexure I: Bank Guarantee Format– PERFORMANCE SECURITY
19. Annexure J: Bidder’s Authorization Certificate
20. Annexure K: Format for submitting doubts in Pre-Bid meeting
21. Annexure L: Evaluation criteria of Technical Proposal
22. Annexure M: Technical Evaluation Criteria
23. Annexure N: Self-Declaration by Bidder for not being Blacklisted
(A Rs.100 non-judicial stamp certifying that the firm/bidder has not
been blacklisted in any previous contract)
24. Annexure O: Consultant’s Agencies Organizations and Experience
25. Annexure P: Description of Approach, Methodology and Work Plan
for Performing the Assignment/Job
26. Annexure Q: Team Composition and Task Assignment/Job
27. Annexure R: Curricular Vitae (CV) for Proposed Professional Staff
28. Annexure S: Statement of past work experience & performance

RSCERT UDAIPUR BIDDER SIGN AND SEAL


9 OUT OF 95
Document for Hiring of an Assessment Agency

DETAILS OF BIDDER

E-Bid Notice No. 7 Date ……….

1. Name of the firm


2. Contact person name
3. Telephone no.
4. Mobile no.
5. Email id
6. Office address of the firm/co.
7. Constitution of the firm whether
proprietorship/partnership/company
In case of Proprietorship Firm
(Attach copy of relevant documents)
Name, Father’s Name and Residential
address of the Proprietor.
In case of Partnership Firm
(Attach copy of relevant documents
Name, Father’s Name and Residential
address of all the Partners.
Note: (Enclose the Registration
certificate from the Registrar of Firms
or its attested copy/Photocopy of
Partnership Deed (attach separate
sheet if space is insufficient).)
In-case of Company
(Attach copy of relevant documents
Regd. no. of the company
Name and address of the Directors of
the company (Attach a separate sheet
if space is insufficient)

08. Bank Details of Bidder Banker’s name with branch

Account type

RSCERT UDAIPUR BIDDER SIGN AND SEAL


10 OUT OF 95
Document for Hiring of an Assessment Agency

Account number/IFS Code


09. GST Registration No.
10. PAN No. of the Bidder
11. Bid document fee details (Rs 10,000) DD/BC/e-GRAS challan NO.
Date
Amount
12. RISL Processing fee details (Rs 2000) DD/BC/e-GRAS challan NO.
Date
Amount
13. Bid security fee details (Rs 4,00,000) DD/BC/BG/e-GRAS challan NO.
(Rs. four lakh only) Date
Amount
* Attach separate sheet for details, where required.
* In case of authorized representative signs this document enclose a copy of the authority letter.

Signature of the Bidder with Seal


(Name _____________________)
(Designation ________________)

RSCERT UDAIPUR BIDDER SIGN AND SEAL


11 OUT OF 95
Document for Hiring of an Assessment Agency

PART I : INSTRUCTIONS TO BIDDERS (ITB)

Important Instruction:-The Law relating to procurement "The Rajasthan Transparency in Public


Procurement Act, 2012"[hereinafter called the Act] and the "Rajasthan Transparency in Public
Procurement Rules, 2013"[hereinafter called the Rules] under the said Act have come into force
which is available on the website of Finance department Rajasthan and State Public Procurement
Portal https://sppp.rajasthan.gov.in. Therefore, the Bidders are advised to acquaint themselves
with the provisions of the Act and the Rules before participating in the bidding process. If there
is any discrepancy between the provisions of the Act and the Rules and this bidding document,
the provisions of the Act and the Rules will prevail.

1. The objective of the Bid is to Hire an Assessment Age Agency by RSCERT, Udaipur.

2. Sale of Bidding/Tender Documents


a) The sale of bidding documents shall be commenced from the date of publication of
Notice Inviting Bids (NIB) and shall be stopped as per NIB. The complete bidding
document shall also be placed on the State Public Procurement Portal and e-
Procurement portal. The prospective bidders shall be permitted to download the
bidding document from the websites and pay its price while submitting the Bid to the
procuring entity.

3. Pre-bid Meeting/Clarifications
a) Bidder shall read these terms & conditions carefully and comply with them strictly while
submitting their bids. If a bidder has any doubt regarding the terms & conditions and
specifications mentioned in the tender notice/catalogue, he shall e-mail his
doubts/queries before pre bid meeting and get his doubt clarified during the pre-bid
meeting on the date and time as mentioned in the bidding schedule in the office of
Director, RSCERT Udaipur. The decision of the Director, RSCERT Udaipur. will be final
and binding on the bidder.
b) The minutes and response, if any, shall be provided promptly to all bidders to which the
procuring entity provided the bidding documents, so as to enable those bidders to take
minutes into account in preparing their bids, and shall be published on the respective
websites.

4. Changes in the Bidding Document


a) At any time, prior to the deadline for submission of bids, the procuring entity may for
any reason, whether on its own initiative or as a result of a request for clarification by a
bidder, modify the bidding documents by issuing an addendum in accordance with the
provisions below.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


12 OUT OF 95
Document for Hiring of an Assessment Agency

b) In case, any modification is made to the bidding document or any clarification is issued
that materially affects the terms contained in the bidding document, the procuring
entity shall publish such modification or clarification in the same manner as the
publication of the initial bidding document.
c) In case, clarification or modification is issued to the bidding document, the procuring
entity may, prior to the last date for submission of Bids, extend such time limit in order
to allow the bidders sufficient time to take into account the clarification or modification,
as the case may be, while submitting their Bids.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall have
the opportunity to modify or re-submit it, as the case may be, within the period of time
originally allotted or such extended time as may be allowed for submission of Bids, when
changes are made to the bidding document by the procuring entity; provided that the
Bid last submitted or the Bid as modified by the bidder shall be considered for
evaluation.

5. Period of Validity of Bids


a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/
bidding document. A Bid valid for a shorter period shall be rejected by the procuring
entity as a non-responsive Bid.
b) Prior to the expiry of the period of validity of bids, the procuring entity, in exceptional
circumstances, may request the bidders to extend the bid validity period for an
additional specified period of time. A bidder may refuse the request and such refusal
shall be treated as a withdrawal of bid and in such circumstances bid security shall not
be forfeited.
c) Bidders that agree to an extension of the period of validity of their bids shall extend or
get extended the period of validity of bid securities submitted by them or submit new
bid securities to cover the extended period of validity of their bids. A bidder whose bid
security is not extended, or that has not submitted new bid security, is considered to
have refused the request to extend the period of validity of its bid.

6. Format and Signing of Bids


a) Bidders must submit their bids online at e-Procurement portal i.e.
https://eproc.rajasthan.gov.in.
b) All the documents uploaded shall be digitally signed with the DSC of authorized
signatory and uploaded only in PDF format with clear readability and prescribed file
names as mentioned in the table below. All the bid documents and required supporting
documents should be signed in original. A scanned signature on any document is not
permitted.
c) A Single stage Two-part/ cover system shall be followed for the Bid:
RSCERT UDAIPUR BIDDER SIGN AND SEAL
13 OUT OF 95
Document for Hiring of an Assessment Agency

Part-I Technical Cover (in PDF format)-

A. In the Fee Cover (in PDF format)


I. Scanned copy of DD/ Banker's Cheque/e-GRAS challan as Bid document fee in favor
of "Director, RSCERT Udaipur", payable at Udaipur.
II. Scanned copy of DD/Banker's Cheque/Bank guarantees/e-GRAS challans bid
security in favor of "Director, RSCERT Udaipur", payable at Udaipur.
III. Scanned copy of DD/BC/e-GRAS challan for processing fees in favor of MD, RISL
Jaipur payable at Jaipur.

B. In the Technical document cover (in PDF format)-


Scanned copy (signed & sealed) of the Technical Bid along with all the documents
mentioned in the “Eligibility Criteria/Technical Cover Check List”, in support of the
Eligibility and Annexure and supporting papers (except BoQ Sheet) for evaluation
of Technical Bids.

Part-II Financial Cover (.xls format)-


Financial Proposal Submission Sheet, i.e. BOQ XlS. format.

Note:- Bid will be liable for outright rejection if:-


I. Any rates are disclosed in Technical cover or fee cover.
II. Any discounts/special offers are made in Technical cover.
The bidder shall ensure that all the required documents, as mentioned in this bidding
document, are submitted along with the Bid and in the prescribed format only. Non-
submission of the required documents or submission of the documents in a different
format/content may lead to the rejection of the bid submitted by the bidder.
The Financial Bids of only those Bidders would be opened and considered, whose bids are
found technically qualified as per terms and conditions of the tender.

7. Alternative/ Multiple Bids


Alternative/ Multiple Bids shall not be considered at all.

8. Bid Security:
a) Every bid shall be accompanied by BID Security in form of Demand Draft/Banker
Cheque/Bank Guarantee/e-GRAS challan of Rs. 4,00,000/- (Rupees Four Lakh only) drawn
on any Nationalized Bank/Scheduled Bank in favor of "Director, RSCERT Udaipur" payable at
Udaipur. If bid security is in the form of B.G., then it will be valid for 1 year. Bids without

RSCERT UDAIPUR BIDDER SIGN AND SEAL


14 OUT OF 95
Document for Hiring of an Assessment Agency

Security stand summarily rejected. Bidders enclosing cheques also stand summarily
rejected. Bid security in any other form will not be entertained.
b) Bid Security of the successful Bidder may be adjusted towards Performance Security and
they shall deposit the balance Performance Security in the form of B.C./D.D./B.G./e-GRAS
challan in favor of "Director, RSCERT Udaipur" payable at Udaipur from any
Nationalized/Scheduled Bank. In case of furnishing bid security by way of D.D/B.C/B.G.
c) The Bid security of unsuccessful Bidder will be refunded soon after finalization of the Bid i.e.
signing of an agreement and submitting Performance Security by successful bidder.
d) In lieu of bid security, a bid securing declaration shall be taken from the-
I. Departments/Boards of the State Government or Central Government;
II. Government Companies as defined in clause (45) of section 2 of the Companies Act, 2013;
III. Company-owned or controlled, directly or indirectly, by the Central Government, or by
any State Government or Governments, or partly by the Central Government and partly
by one or more State Governments which is subject to audit by the Auditor appointed by
the Comptroller and Auditor-General of India under subsection (5) or (7) of section 139 of
the Companies Act, 2013; or
IV. Autonomous bodies, Registered Societies, and Cooperative Societies are owned or
controlled or managed by the State Government or Central Government.

e) Bid security instrument or a bid securing declaration shall necessarily accompany the
technical bid.
f) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting
decision shall not be adjusted towards bid security for the fresh bids. The bid security
originally deposited may, however, be taken into consideration in case bids are re-invited.
g) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form
and terms of the bid security, must be acceptable to the procuring entity.
h) Prior to presenting a submission, a bidder may request the procuring entity to confirm the
acceptability of the proposed issuer of bid security or of a proposed confirmer if required.
The procuring entity shall respond promptly to such a request.
i) The bank guarantee, if any, presented as bid security shall be got confirmed by the concerned
issuing bank. However, the confirmation of the acceptability of a proposed issuer or of any
proposed confirmer does not preclude the procuring entity from rejecting the bid security
on the ground that the issuer or the confirmer, as the case may be, has become insolvent or
has otherwise ceased to be creditworthy.
j) The Bid security taken from a bidder shall be forfeited, if any, in the following cases, namely:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


15 OUT OF 95
Document for Hiring of an Assessment Agency

I. When the bidder withdraws or modifies its bid after the opening of bids;
II. When the bidder does not execute the agreement, if any, after placement of
supply/work order within the specified period;
III. When the bidder fails to commence the supply of the service or execute work as
per supply/ work order within the time specified;
IV. When the bidder does not deposit the performance security within a specified
period after the supply/ work order is placed; and
V. If the bidder breaches any provision of the code of integrity, prescribed for
bidders, specified in the bidding document then action will be taken as per Clause
11 of the RTPP Act 2012 & Rule 82 of RTPP Rules 2013.
k) Notice will be given to the bidder with reasonable time before bid security deposit is
forfeited.
l) No interest shall be payable on the bid security.
m) In the case of the successful bidder, the amount of bid security may be adjusted in arriving
at the amount of the Performance Security, or refunded if the successful bidder furnishes
the full amount of performance security.
n) The procuring entity shall promptly return the bid security after the earliest of the following
events, namely:
I. The expiry of the validity of bid security;
II. The execution of an agreement for procurement and performance security is
furnished by the successful bidder;
III. The cancellation of the procurement process; or
IV. The withdrawal of bid prior to the deadline for presenting bids, unless the bidding
documents stipulate that no such withdrawal is permitted.

9. Withdrawals, Substitution, and Modification of Bids:


The Bidder may withdraw, substitute or modify its Bid Proposal after it has been submitted
by sending a written, duly signed by him or his authorized representative (authorization
letter be enclosed). Corresponding substitution or modification of the bid must accompany
the written notice. Bids requested to be withdrawn shall be returned unopened to the
bidders. No Bid will be withdrawn, substituted or modified after the last time and date fixed
for receipt of Bids as prescribed in https://eproc.rajasthan.gov.in
10. Opening of Bids:-
a) The Bids shall be opened by the bid opening & evaluation committee on the date and
time mentioned in the NIB in the presence of the bidders or their authorized
representatives who choose to be present.
b) The committee may co-opt experienced persons in the committee to conduct the
process of Bid opening.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


16 OUT OF 95
Document for Hiring of an Assessment Agency

c) The committee shall prepare a list of the bidders or their representatives attending the
opening of Bids and obtain their signatures on the same. The list shall also contain the
representative’s name and telephone number and corresponding bidders’ names and
addresses. The authority letters, if any, brought by the representatives shall be attached
to the list. The list shall be signed by all the members of the Bid opening committee with
the date and time of opening of the Bids.
d) All the documents comprising of technical Bid/cover shall be opened & downloaded
from the e-Procurement website (only for the bidders who have submitted the
prescribed fee(s) to RSCERT, Udaipur).
e) The committee shall conduct preliminary scrutiny of the opened technical Bids to assess
the prima-facie responsiveness and ensure that the: -
1. Bid is accompanied by bidding document fee, bid security or bid securing
declaration, and processing fee (if applicable);
2. A bid is valid for the period, specified in the bidding document;
3. A bid is unconditional and the bidder has agreed to give the required
performance security; and
4. Other conditions, as specified in the bidding document are fulfilled.
5. No Bid shall be rejected at the time of Bid opening except the Bids not
accompanied with the proof of payment or instrument of the required price
of bidding document, processing fee and bid security.
6. The Financial Bid cover shall be kept unopened and shall be opened later on
the date and time intimated to the bidders who qualify in the evaluation of
technical Bids.
7. The Financial Bids of only technically qualified Bidders will be considered.
Only the successful Bidders in technical Bids are eligible to participate in
further proceedings.
8. If the date fixed for the opening of Bids happens to be Govt. holiday, the
tenders filled online will be opened on the next working day at the same time
specified above.

11. Selection method:


Quality Cum Cost Based Selection (QCBS) As Specified In The Document Below.
12. Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids, the
bid evaluation committee may, at its discretion, ask any bidder for clarification regarding
its Bid. The committee’s request for clarification and the response of the bidder shall be
through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a
request by the committee shall not be considered.
RSCERT UDAIPUR BIDDER SIGN AND SEAL
17 OUT OF 95
Document for Hiring of an Assessment Agency

c) No change in the prices or substance of the Bid shall be sought, offered, or permitted,
except to confirm the correction of arithmetic errors discovered by the committee in
the evaluation of the financial Bids.
d) No substantive change to qualification information or to a submission, including changes
aimed at making an unqualified bidder, qualified or an unresponsive submission,
responsive shall be sought, offered or permitted.

13. Evaluation & Tabulation of Technical Bids


a) Determination of Responsiveness
1) The bid evaluation committee shall determine the responsiveness of a Bid on the
basis of the bidding document and the provisions of pre-qualification/eligibility
criteria of the bidding document.
2) A responsive Bid is one that meets the requirements of the bidding document
without any material deviation, reservation, or omission where: -
I. “Deviation” is a departure from the requirements specified in the bidding
document;
II. “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the bidding document;
and
III. “Omission” is the failure to submit part or all of the information or
documentation required in the bidding document.
3) A material deviation, reservation, or omission is one that:

I. If accepted, shall:

i. Affect in any substantial way the scope, quality, or performance of the subject
matter of procurement specified in the bidding documents; or
ii. Limits in any substantial way, inconsistent with the bidding documents, the
procuring entity’s rights or the bidder’s obligations under the proposed
contract; or

II. If rectified, shall unfairly affect the competitive position of other bidders
presenting responsive Bids.

4) The bid evaluation committee shall examine the technical aspects of the Bid, in
particular, to confirm that all requirements of the bidding document have been met
without any material deviation, reservation or omission.
5) The procuring entity shall regard a Bid as responsive if it conforms to all requirements
set out in the bidding document, or it contains minor deviations that do not
RSCERT UDAIPUR BIDDER SIGN AND SEAL
18 OUT OF 95
Document for Hiring of an Assessment Agency

materially alter or depart from the characteristics, terms, conditions and other
requirements set out in the bidding document, or if it contains errors or oversights
that can be corrected without touching on the substance of the Bid.

b) Non-material Non-conformities in Bids


1) The bid evaluation committee may waive any non-conformity in the Bid that does
not constitute a material deviation, reservation or omission, the Bid shall be deemed
to be substantially responsive.
2) The bid evaluation committee may request the bidder to submit the necessary
information or document like an audited statement of accounts/CA Certificate,
Registration Certificate etc. within a reasonable period of time. Failure of the bidder
to comply with the request may result in the rejection of its Bid.
3) The bid evaluation committee may rectify non-material nonconformities or
omissions on the basis of the information or documentation received from the
bidder under (b) above.
c) Technical Evaluation Criteria
Bids shall be evaluated based on the documents submitted as a part of the technical bid.
The technical bid shall contain all the documents as asked in the clause “Format and
Signing of Bids”. (Annexure L)
d) Tabulation of Technical Bids
1) Technical Bids shall be tabulated by the bid evaluation committee in the form of a
comparative statement to evaluate the qualification of the bidders against the criteria
for qualification set out in the bidding document.
2) The bidders who qualified in the technical evaluation shall be informed through the
e-procurement portal about the date, time and place of opening of their Financial
Bids. (Annexure M)

14. Evaluation & Tabulation of Financial Bids


Subject to the provisions of “Acceptance of Successful Bid and Award of Contract”
below, the procuring entity shall take the following actions for evaluation of financial
Bids:

a) The financial bids of the bidders who qualified in technical evaluation shall be opened
online at the notified time, date and place by the bid evaluation committee in the
presence of the bidders or their authorized representatives who choose to be present.
b) The process of opening of the financial bids shall be similar to that of technical Bids.
c) Conditional Bids are liable to be rejected.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


19 OUT OF 95
Document for Hiring of an Assessment Agency

d) The evaluation shall include all costs and all taxes and duties (excluding GST) applicable
to the bidder as per the law of the Central/ State Government/ Local Authorities, and
the evaluation criteria specified in the bidding documents shall only be applied.
e) The offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and
then others in ascending order in case price are the only criteria, or evaluated and
marked H1, H2, H3 etc. in descending order.
f) The bid evaluation committee shall prepare a comparative statement in tabular form in
accordance with rules along with its report on the evaluation of financial Bids and
recommend the lowest offer for acceptance to the procuring entity if the price is the
only criterion or most advantageous Bid in other cases.
g) The members of bids evaluation committee shall give their recommendations below the
table regarding lowest Bid or most advantageous Bid and sign it.
h) It shall be ensured that the offer recommended for sanction is justifiable looking to the
prevailing market rates of the service required to be procured.
i) Evaluation will be done on the Quality cum Cost Based Selection (QCBS) method with
the following weight-age:
Technical: 70%
Financial: 30%
15. Correction of Arithmetic Errors in Financial Bids
Provided that a financial bid is substantially responsive, the bid evaluation committee
shall correct arithmetical errors in substantially responsive Bids, on the following basis,
namely:
a) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the bid evaluation committee there is an
obvious misplacement of the decimal point in the unit price, in which case the total price
as quoted shall govern and the unit price shall be corrected.
b) If there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected; and
c) If there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case
the amount in figures shall prevail subject to clause (a) and (b) above.
d) If the Bidder that submitted the lowest evaluated Bid does not accept the correction of
errors, its Bid will be disqualified and its Bid Security will be forfeited or its Bid securing
declaration will be executed.

16. Exclusion of Bids/ Disqualification


I. A procuring entity shall exclude/disqualify a Bid, if: -
RSCERT UDAIPUR BIDDER SIGN AND SEAL
20 OUT OF 95
Document for Hiring of an Assessment Agency

a. The information submitted, concerning the qualifications of the bidder, was false or
constituted a misrepresentation; or
b. The information submitted, concerning the qualifications of the bidder, was
materially inaccurate or incomplete; and
c. The bidder is not qualified as per pre-qualification/eligibility criteria mentioned in
the bidding document;
d. The Bid materially departs from the requirements specified in the bidding document
or it contains false information;
e. The bidder, submitting the Bid, his agent or any one acting on his behalf, gave or
agreed to give, to any officer or employee of the procuring entity or other
governmental authority a gratification in any form, or any other thing of value, so
as to unduly influence the procurement process;
f. A bidder, in the opinion of the procuring entity, has a conflict of interest materially
affecting fair competition.
II. A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/
disqualification is discovered.
III. Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded
in writing and shall be: -
a. Communicated to the concerned bidder in writing;
b. Published on the State Public Procurement Portal, if applicable.

17. Lack of competition


a) A situation may arise where, after evaluation of Bids, the bid evaluation committee may
end up with one responsive Bid only. In such a situation, the bid evaluation committee
would check as to whether while floating the NIB all necessary requirements to
encourage competition like standard bid conditions, industry-friendly specifications,
wide publicity, sufficient time for formulation of Bids, etc. were fulfilled. If not, the NIB
would be re-floated after rectifying deficiencies. The bid process shall be considered
valid even if there is one responsive Bid, provided that

a. The Bid is technically qualified;


b. The price quoted by the bidder is assessed to be reasonable;
c. The Bid is unconditional and complete in all respects;
d. There are no obvious indicators of cartelization amongst bidders; and
e. The bidder is qualified as per the provisions of pre-qualification/ eligibility criteria
in the bidding document.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


21 OUT OF 95
Document for Hiring of an Assessment Agency

b) The bid evaluation committee shall prepare a justification note for approval of the
procuring entity, clearly including the views of the accounts/finance member of the
committee.
c) The procuring entity competent to decide a procurement case, as per delegation of
financial powers, shall decide whether to sanction the single bid or re-invite bids after
recording its reasons for doing so.

18. Acceptance of the successful Bid and award of contract

a) Before awarding of the contract, the procuring entity shall ensure that the price of a
successful Bid is reasonable and consistent with the required quality.
b) A Bid shall be treated as successful only after the competent authority (Director,
RSCERT) has approved the procurement in terms of that Bid.
c) The procuring entity shall award the contract to the bidder whose offer has been
determined to be the most advantageous in accordance with the evaluation criteria set
out in the bidding document and if the bidder has been determined to be qualified to
perform the contract satisfactorily on the basis of qualification criteria fixed for the
bidders in the bidding document for the subject matter of procurement.
d) As soon as a Bid is accepted by the competent authority, its written intimation shall be
sent to the concerned bidder by registered post or email and asked to execute an
agreement in the format given in the bidding documents on a non-judicial stamp of
requisite value and deposit the amount of performance security or a performance
security declaration, if applicable, within a period specified in the bidding documents or
where the period is not specified in the bidding documents then within fifteen days from
the date on which the letter of acceptance or letter of intent is dispatched to the bidder.
Meanwhile a Letter of Intent (LOI) may be sent to the bidder. The acceptance of an offer
is complete as soon as the letter of acceptance or letter of intent is posted and/ or sent
by email (if available) to the address of the bidder given in the bidding document. Until
a formal contract is executed, the letter of acceptance or LOI shall constitute a binding
contract.

19. Procuring Entity’s right to accept or reject any or all Bids


The Procuring entity reserves the right to accept or reject any bid, and to annul (cancel)
the bidding process and reject all Bids at any time prior to award of contract, without
thereby incurring any liability to the bidders.

20. Performance Security


a) Prior to execution of the agreement, Performance security shall be solicited from the
successful bidder except for the departments of the State Government and

RSCERT UDAIPUR BIDDER SIGN AND SEAL


22 OUT OF 95
Document for Hiring of an Assessment Agency

undertakings, corporations, autonomous bodies, registered societies, co-operative


societies which are owned or controlled or managed by the State Government and
undertakings of the Central Government. However, a performance security
declaration shall be taken from them. The State Government may relax the provision
of performance security in particular procurement or any class of procurement.
b) The amount of performance security shall be 5% of the accepted financial bid.
The performance security shall be furnished in any one of the following forms:
I. Deposited through e-GRAS challan
II. Bank Draft or Banker's Cheque of a Nationalized/Scheduled bank;
III. National Savings Certificates and any other script/instrument under National
Savings Schemes for promotion of small savings issued by a Post Office, if the
same can be pledged under the relevant rules. They shall be accepted at their
surrender value at the time of bid and formally transferred in the name of
procuring entity with the approval of the Head Post Master;
IV. Bank guarantee/s of a scheduled bank. It shall be got verified by the issuing bank.
Other conditions regarding bank guarantee shall be the same as mentioned in the
bidding document for bid security;
V. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of
procuring entity on account of the bidder and discharged by the bidder in
advance. The procuring entity shall ensure before accepting the FDR that the
bidder furnishes an undertaking from the bank to make payment/premature
payment of the FDR on demand to the procuring entity without the requirement
of consent of the bidder concerned. In the event of forfeiture of the performance
security, the Fixed Deposit shall be forfeited along with interest earned on such
Fixed Deposit.
c) Performance security furnished in the form specified in clause [b.] above shall remain
valid for a period of 60 days beyond the date of completion of all contractual
obligations of the bidder.
d) Forfeiture of Performance Security Deposit: Security amount in full or part may be
forfeited, including interest, if any, in the following cases:-
I. When any terms and condition of the contract is breached.

II. When the bidder fails to make complete supply satisfactorily.


III. If the bidder breaches any provision of the code of integrity, prescribed for
bidders, specified in the bidding document.
IV. Notice will be given to the bidder with a reasonable time before PSD deposited
is forfeited.
V. No interest shall be payable on the PSD.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


23 OUT OF 95
Document for Hiring of an Assessment Agency

21. Execution of Agreement


a) A procurement contract shall come into force from the date on which the letter of
acceptance or letter of intent is dispatched to the bidder.
b) The successful bidder shall sign the procurement contract within 15 days from the date
on which the letter of acceptance or letter of intent is dispatched to the successful
bidder.
c) If the bidder, whose Bid has been accepted, fails to sign a written procurement contract
or fails to furnish the required performance security within the specified period, the
procuring entity shall take action against the successful bidder as per the provisions of
the bidding document, Act, RTPP rules. The procuring entity may, in such case, cancel
the procurement process or if it deems fit, offer for acceptance the rates of the lowest
or most advantageous bidder to the next lowest or most advantageous bidder, in
accordance with the criteria and procedures set out in the bidding document.
d) The bidder will be required to execute the agreement on a non-judicial stamp of
specified value at its cost.
e) Period of Contract
The Contract period should commence from the date of issuing of work order (Effective
Date) and should remain valid for 60 Days post one (1) year of signing the contract.

f) Payment terms
The Procurement Entity shall make payment to the Agency as per the payment milestone
below against service delivery subject to receipt of invoice accompanied by the following
documents for all supplied services.

i. Successful sign-off issued by the designated authority of Rajasthan State Council of


Educational Research and Training, Udaipur.
ii. Payment Milestone and Timeline:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


24 OUT OF 95
Document for Hiring of an Assessment Agency

RAJASTHAN STATE COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING, UDAIPUR


1) Payment Milestone and Timeline:
Sr. No Activity Output Timeline Payment
% of rate
approved
for the
activity if
completed
within
timeline
1. Competency a. Completed the September 2024 100% (50-
Framework development of Phase 1: Class 1 50%)
competency framework in to 5
alignment with the learning Phase 2: Class
outcome contextualized to 6 to 8
Rajasthan for grade 1 to 8
subjects (English, Hindi,
Maths, EVS, Science ,Social
Science.)

RSCERT UDAIPUR BIDDER SIGN AND SEAL


25 OUT OF 95
Document for Hiring of an Assessment Agency

Summative a. Completed development of December 2023, 30%


question papers with high March 2024 and 30%
2. Assessments
order thinking (HOT) items of August 2024 30%
paper summative assessments (SA-2, (Final dates to be
SA-3 and SA-1) that measure aligned as per
creation
learning competencies aligned RSCERT Calendar)
with the state’s mandate –
with detailed project report for
fund disbursement.
b. Completed Competency
10%(Total
wise Item analysis of the December 2023,
fund to be
summative assessment data in March 2024 and
disbursed
the form of a report along with August 2024
post the
insights on misconceptions and
third
learning gaps - along with
report)
detailed project report and December
presentation for fund
2023
disbursement
c. Completed the
development guidelines for
paper setters, moderators,
evaluators Class 9th, 11th.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


26 OUT OF 95
Document for Hiring of an Assessment Agency

3. Items a. Successful submission and upload on March 2024 9.1%


creation Assessment Portal of item bank repository
Repository for class 11th and 12th (1200 items), post
review in the language preferred by the
RSCERT (Hindi and English)

b. Successful submission and upload on


Assessment Portal of item bank repository May 2024 22.7%
for class 9th and 10th (3000 items), post
review in the language preferred by the
RSCERT (Hindi and English)

c. Successful submission and upload on June 2024 34.1%


Assessment Portal of item bank repository
for class 6th, 7th, and 8th (4500 items),
post review in the language preferred by
the RSCERT (Hindi and English)

d. Successful submission and upload on


Assessment Portal of item bank repository Nov 2024 27.3%
for class 3rd to 5th (3600 items), post
review in the language preferred by the
RSCERT (Hindi and English)

e. Successful submission and upload on Nov 2024 6.8%


Assessment Portal of item bank repository
for class 1st to 2nd (900 items), post
review in the language preferred by the
RSCERT (Hindi and English)

RSCERT UDAIPUR BIDDER SIGN AND SEAL


27 OUT OF 95
Document for Hiring of an Assessment Agency

4. a. Completed 10 capacity building spaces Upon 100%


Capacity led by the bidder and submission of completion
Building In two slots
training report and training collaterals of all
post 5
(training module, agenda, concept note, trainings -
capacity
power point presentation, facilitation, timeline as
building
training summary etc.) used for training: aligned with
workshop
Successfully completed training of RSCERT
academic cell staff (state and district) in (50%-50%)
line with the training roadmap developed
for the assessment cell.
Training list will be shared by RSCERT as
per the PAB/STARS approval.

5. Development Completed submission of offline and March 2024 40%


of Training online modules/course material
Resources (module development should suffice upto
5 days/10hrs of online training) July 2024 40%
presentations, visual learning material for
the topic mentioned in the TOR point
number 4 (in both Hindi and English)
November 20%
2024
The submission needs to be done in 2:2:1
(As per the
course format as per the timeline.
training
calendar)

6. Post Large a. Successfully develop frameworks for April 2024 50%


scale intervention design for district and
assessments) block officials to analyze district and
intervention block reports to come up with action
steps..
(Strategy and
b. Plan and lead intervention workshops
implementati
at SCERT (this includes workshop
on) September
plan/workshop material/presentation,
2024 50%
etc) and submit state learning outcome
improvement strategy and oversee
district intervention plans

RSCERT UDAIPUR BIDDER SIGN AND SEAL


28 OUT OF 95
Document for Hiring of an Assessment Agency

*Note 1: All the deliverables and invoice need to be submitted in both hard and soft copy in Hindi &
English with authorized signature by the bidder.
*Note 2: A complete system of Computer and Office stationary (CPU, Monitor, Keyboard, Mouse, Printer,
Laptop, Extension Cord, Pen drive, Hard disk, Files, Folders, Paper (rim), pen, pencil, marker pen, High
lighter etc.
*Note 3: Any other task allotted by Rajasthan School Education Council, Jaipur (RScEC), Directorate
Bikaner and Director RSCERT, Udaipur, should also be mandatorily completed.
*Note 4: Subject expert, Data analysis expert, Assessment expert, psychology expert, training expert etc.
will be physically present according to the need of RSCERT, Udaipur time to time (as per rotation)

The Procurement Entity shall review the service level adherence by the Vendor before
making the payment. The Procurement Entity will make payment to Vendor after
adjustments against the penalties levied with respect to the SLAs.
g) Service Levels
Service Level Agreement (SLA) will form part of the contract between Procurement Entity
and the Vendor. SLA defines the terms of the Vendor’s responsibility in ensuring the
timely delivery and the compliance to the Performance Indicators as detailed in this
document. The Vendor must comply with Service Levels requirements to ensure
adherence to timelines (as per as per bid document), quality and availability of services.

The Procurement Entity should have the right to expect the following service levels as
also to impose penalty on Vendor on its failure to meet them as under:

S.No. Description Penalty

1. Delay up to one fourth period of the prescribed timeline. 2.5%


2. Delay exceeding one fourth but not exceeding half of the 5.0%
prescribed timeline.
3. Delay exceeding half but not exceeding three fourth of the 7.5%
prescribed timeline.
4. Delay exceeding three fourth of the prescribed timeline period 10.0%

SLA adherence reports must be generated by the Vendor and the same should be
submitted to Procurement Entity on along with the invoice. This would be used for
monitoring of SLA and calculation of penalties (if any), client at its own discretion may
verify the SLA performance reports and penalties.

h) Penalty
The Procurement Entity/Indenter/buyer will make a complaint about the service through
letter, e-mail, phone or any other means as the Procurement Entity/Indenter/buyer
thinks fit or convenient to the Single point of contact (SPOC) for that office regarding
deficiency in service provided.
RSCERT UDAIPUR BIDDER SIGN AND SEAL
29 OUT OF 95
Document for Hiring of an Assessment Agency

The penalty will be charged as explained in Point no. g of 21. If the total penalty reaches
an amount equal to or more than 10 % of the order value, the Procurement Entity shall
invoke the Performance Bank Guarantee (PBG).

Date:
Place: Sign and Seal of the Bidder

RSCERT UDAIPUR BIDDER SIGN AND SEAL


30 OUT OF 95
Document for Hiring of an Assessment Agency

PART II: SCOPE OF WORK & EVALUATION CRITERIA

1. Scope of Work/Project
Procurement Entity must engage a vendor to provide educational services which is mandatory
for Procurement Entity to perform its business operations. Vendor is required to provide such
goods, services and support as the Procurement Entity may deem proper and necessary, during
the term of this Contract, and includes all such processes and activities which are consistent with
the proposals set forth in the Bid, the Tender and this Contract and are deemed necessary by the
Procurement Entity, in order to meet its business requirements (hereinafter ‘scope of work’).

2. Key Performance Measurements


i. Unless specified by the Procurement Entity to the contrary, the Vendor shall perform the
Services and carry out the scope of work in accordance with the terms of the Contract,
Scope of Work and the Service Level Agreement as laid down under Point no. 21(g) of Part
1(Service Level Agreement) of the BID document.
ii. The Vendor shall commence the performance of its obligations under the Contract from
Effective Date and shall proceed to provide the Services with diligence and expedition in
accordance with any stipulation as to the time, manner, mode, and method of execution
contained in the BID document. The Vendor shall be responsible for and shall ensure that
all the Services are performed in accordance with the scope of work and that the Vendor’s
team complies with such scope of work and all other standards, terms and other
stipulations/conditions set out in the BID document.
iii. The services supplied under the Contract shall conform to the standards mentioned in the
scope of work given in the BID document. Delivery of services shall be made by the Vendor
in accordance with the BID document and the terms specified by the Procurement Entity
in Procurement Entity Order. In case if it is found that the provided by Vendor do not meet
one/ more criteria, the Vendor shall remain liable to provide a replacement for the same
which meets all the required scope of work as set out in the BID document.

3. Commencement and Progress


i. The Vendor shall commence the performance of its obligations in a manner as per the
scope of work and service levels and provisions of the BID document from the Effective
Date.
ii. The Vendor shall proceed to carry out the activities / services with diligence and
expedition in accordance with any stipulation as to the time, manner, mode, and method
of execution contained in this Contract.
iii. The Vendor shall be responsible for and shall ensure that all activities / services are
performed in accordance with the Contract, Scope of Work and Service Levels and that

RSCERT UDAIPUR BIDDER SIGN AND SEAL


31 OUT OF 95
Document for Hiring of an Assessment Agency

the Vendor’s team complies with such scope of work and all other standards, terms, and
other stipulations / conditions set out in the BID Document.
iv. The Vendor shall perform the activities/ services and carry out its obligations under the
Contract with due diligence, efficiency and economy, in accordance with generally
accepted techniques and practices used in the industry. The Vendor shall always act, in
respect of any matter relating to the contract, as faithful advisors to the Procurement
Entity and shall, always, support and safeguard the Procurement Entity’s legitimate
interests in any dealings with Vendor’ Team and third parties.

The service provider shall be responsible for the following in the proposed programme:

Terms of Reference: To build the capacity of the State Assessment Cell

Background:

Rajasthan has made significant progress in the last decade in strengthening the overall education
system including governance, teacher training, infrastructure and staffing. The government
school enrolment in Rajasthan has increased manifolds testifying to the improvement in quality
of schooling and increased trust in government schools. Continuing this transformational reform
journey, Rajasthan has prioritized improving the quality of learning outcomes in the state and
has initiated different learning and assessment-related reforms. Assessment Reforms are one of
the major components of this transformational journey given the criticality of assessments to
give meaningful insights to teachers, parents and officers to drive meaningful actions.

Additionally, under the Strengthening Teaching-learning And Results for States (STARS) – a World
Bank-funded project - of which Rajasthan is a lighthouse state, it is envisioned that the aim of
assessment in the culture of our schooling system will shift from one that tests rote memorization
skills to one that is competency-based, periodic and formative. The primary purpose of the
assessments is to test higher-order skills, such as analysis, critical thinking building conceptual
clarity while providing the teacher with accurate and actionable insights.

In 2021, the state initiated a project to establish an assessment cell at RSCERT, Udaipur to build
the institutional capacity around assessments, to improve learning outcomes as also outlined in
the National Education Policy 2020 (Para no. 4.34-4.41). Towards this, the state has made
significant progress in establishing a functional assessment cell. The assessment cell at RSCERT,
Udaipur is currently being staffed with ~10 full-time resource persons. RSCERT has also selected
66 district-level resource teams – 2 resource persons across each of 33 districts and is currently
in process of selecting a block-level resource pool across 356+blocks.

In collaboration with NIC, an assessment portal has been developed which has an item repository
RSCERT UDAIPUR BIDDER SIGN AND SEAL
32 OUT OF 95
Document for Hiring of an Assessment Agency

of more than 2000+ item repositories. Rajasthan also conducted Large scale assessment survey
to measure the learning growth for grades 3rd, 5th and 8th. Rajasthan Assessment Cell also
scored full points in the first phase of assessment reform implementation, by the World Bank’s
state incentive grant.

In line with the previous progress, the state envisions to enter the next phase with the
following priorities:

1)End to end development of state competency framework for grade 1st to 8th in cognitive
(academic subjects) and affective, psychomotor domain (SEEL, Life Skills, Art and Sports) to
be used by the state to develop assessments frameworks and test items.

2) Design of the Summative Assessments (3 summative assessments as defined by RSCERT)


for grades 3 to 8 to make it rigorous and competency-based covering at-grade and behind-
grade competencies to give usable insights to the teacher, parent and the state.

Theactivity includes: (grades 3-8)


a)finalization of the competencies (behind grade and at-grade)
b) blueprint development
c) item development

3) Building the capacity of the assessment cell at RSCERT, Udaipur on end-to-end assessment
management:

a) designing high order thinking skill (HOTS) based test items including PISA level items
b) designing competency-based assessments including blueprints
c) conducting large-scale assessments
d) understanding insights from learning data
e) drafting assessment policies for the state

4)Building a high-quality item repository for grades 1st-5th, 6th - 8th and 9th - 10th, to be used
by stakeholders – officers, teachers, students, to be hosted on the assessment platforms of
the state

5) Development of capacity building content in the form of online interactive courses, offline
and online training modules & presentations, visual learning material.

Suggested areas for the content creation / Capacity Building:


RSCERT UDAIPUR BIDDER SIGN AND SEAL
33 OUT OF 95
Document for Hiring of an Assessment Agency

a) Item creation, blueprint and assessment framework development


b) Item response theory (IRT) with hands on practice
c) School Based Assessment tools and techniques
d) Emerging areas like 21st century skills, FLN, SEEL, Life Skills, Art & Sports

6)District and block level intervention strategy basis the SLAS/SEAS diagnostic report
scheduled to be released by NCERT

a) Develop frameworks for intervention design for district officials to analyze district and block
reports to come up with action steps
b) Lead intervention/planning design workshops at SCERT
c) Formulate state’s learning outcome improvement strategy and oversee district intervention
plans

The detailed scope of work for each of these objectives is set out below
Defining a strategy for all the assessments done in the state of Rajasthan including Summative,
Formative, Boards (5th,8th and10th), spot-check and other large-scale assessments (including
NAS, SLAS/SEAS and 3rd party assessments) identifying purpose, format, use-case mappingfor
assessments of all grades.

The bidder shall be expected to:

Develop an assessments strategy laying down a framework and providing recommendations on


each type of assessment that should be conducted, the need/ objective of the proposed
assessment, the desired suitable administration process in line with the purpose of the
assessment (frequency, mode of conduct, nature and type of data collection if any) and overall
annual calendarization of all the proposed assessments. This strategy would serve as a guiding
document for the proposed strengthening and implementation of the

The guiding principle should be to have an adequate number of assessments for children that
provide meaningful actionable insights for all stakeholders and to ensure that these
assessments are rigorous, high quality and reliable.

1. Competency-Learning outcome Framework development for Rajasthan:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


34 OUT OF 95
Document for Hiring of an Assessment Agency

The bidder will develop a competency framework in alignment with the learning outcome
contextualized to Rajasthan for grade 1 to 8 subjects (English, Hindi, Maths, EVS, Social Science,
Science, Sanskrit).
The competency framework should map the national/state learning outcome with the
competencies as per recommended frameworks, that should be broken down into domain,
competency, learning outcomes, skill, subskills and methodology to utilize the competency for
curriculum and item development.

The framework needs to be in alignment with Rajasthan curriculum and in alignment with the
NEP 2020, the NCF and the SCF Rajasthan and the NIPUN Bharat Competencies
recommendations.

This should be provided in both English and Hindi.

2. Design of the Summative assessment and term exams of the state to make it competency-
based covering both at-grade and behind grade competencies that give usable insights to the
teacher and the state/districts.

The state has an existing system of summative assessments and term exams that happen
every quarter. The department wants to improve the rigor and quality ( item quality, data
fidelity, etc) of the assessments.

2.1 Creation of Summative assessment paper and term exams ( SA- Grades 3 to 8,Term
Exams - grades 3-8)

a. Create blueprints as per competency framework developed for the state; paper design
activity to incorporate blueprint development, competency/LO selection, items to include
conceptual, procedural and HOTS and to have mapping to the states Textbook and Workbook
.
b. Summative Assessments / Term Exams to be designed to give comparable learning insights.

c. Assist the department/PMU team with reviewing incoming learning data to identify outliers/
“bad” data, triangulating data from other sources and share the consolidated academic
performance reports with the state for periodic review.

d. The review of the test items/assessment tool will be conducted by the RSCERT Assessment
cell, which shall be incorporated by the bidder as per the alignment with .

RSCERT UDAIPUR BIDDER SIGN AND SEAL


35 OUT OF 95
Document for Hiring of an Assessment Agency

e. Summative Assessment results will be used to generate digital report cards with competency-
wise information to parents. The bidder is expected to align the assessment such that
competency-wise information can be provided for each child.

2.2 Development of guideline for examination reforms:

a. The bidder will develop guidelines for paper setters, moderators, evaluators for
standardizing assessment tool development in Class 9th, 11th to be used by all the DIETs
of Rajasthan.

3. Building a high-quality item repository for grades 1st to 12th to be used by stakeholders –
officers, teachers, students, hosted on the assessment platforms of the state.

The Department is also keen to create a central item (assessment) bank hosted on its assessment
platform to ensure better efficiency and quality in the test development process across levels.

The general guidelines at arriving the total number of items per competency is as follows: For
each grade - Subject

No of competencies No of learning #questions per LO Total Items / grade


outcomes subject

~10 Competencies ~3 per competency 10 questions / LO ~300 items

o Item bank 1: The item bank will consist of a set of questions mapped to grade and
competency (and mapped to Rajasthan textbook (NCERT BOOKS adopted by Rajasthan) for
grades 11th and 12th. It should include 300 test items per grade subject for grades Hindi,
English covering different question types (High Order Thinking).
o Item bank 2: The item bank will consist of a set of questions mapped to grade and
competency (and mapped to Rajasthan textbook (NCERT BOOKS adopted by Rajasthan) for
grades 9th and 10th. It should include 300 test items per grade subject for grades Hindi,
English, Science, Social Studies, Maths covering different question types (High Order
Thinking).
o Item Bank 3: The item bank will consist of a set of questions mapped to grade and
competency (and mapped to Rajasthan textbook (NCERT BOOKS adopted by Rajasthan) for
grades 6th to 8th. It should include 300 test items per grade subject for grades Hindi, English,

RSCERT UDAIPUR BIDDER SIGN AND SEAL


36 OUT OF 95
Document for Hiring of an Assessment Agency

Science, Social Studies, Maths, Sanskrit covering different question types (High Order
Thinking).
o Item Bank 4: The item bank will consist of a set of questions mapped to grade and
competency (and mapped to Rajasthan textbook (NCERT BOOKS adopted by Rajasthan) for
grades 3rd to 5th. It should include 180 test items for grades Hindi, English, Maths, EVS
covering different question types (High Order Thinking).
o Item Bank 5: The item bank will consist of a set of questions mapped to grade and
competency (and mapped to Rajasthan textbook (NCERT BOOKS adopted by Rajasthan) for
grades 1st to 2nd. It should include 150 test items for grades Hindi, English, Maths covering
different question types (High Order Thinking).

*IB -Item Bank


o Repository to be designed in a way such that it can be leveraged for school-based
assessments i.e. formative, summative and spot-check assessment purposes
o Question banks should also include benchmark items (common questions) from other states,
boards and national assessments.
o The tests should include questions to test not just the knowledge (recall and procedure) but
also the understanding and higher-order thinking skills (HOTS) for at least 50% questions
testing conceptual understanding.
All items to be submitted in both Hindi and English, to be uploaded on the portal.

Department has developed an online assessment portal; the item bank should be
integrated with such an assessment portal. The quizzes, worksheets, and games, which are
compatible for online use, shall be integrated with the assessment portal being built by the
department. Bidders’ responsibility shall be to provide and build the item bank material to/with
the department, coordinate with the technical partner of the assessment cell to provide inputs
to the design to ensure accessibility and usage of the items on the portal

RSCERT UDAIPUR BIDDER SIGN AND SEAL


37 OUT OF 95
Document for Hiring of an Assessment Agency

4. Building the capacity of the assessment cell – RSCERT

The Bidder will be responsible to build the capacity of the assessment cell to perform all functions
related to assessments. In the past year, various capacity building initiatives have been
undertaken by partner organizations of RSCERT; while building the plan for capacity building of
the assessment cell, the bidder shall ensure that the capacity building plan takes into account the
previous training. The bidder shall train 15 members of the state assessment cell and 66 District
Resource Persons selected by the department as District Cadre (may be referred to as district
resource group in the subsequent pages of the terms and numbers subject to change) and help
build the capacity of the district cadre to train the Block Cadre.

The bidder is required to define a comprehensive strategy for capacity building of the assessment
cell members in the state and districts with details on initiative wise timelines and execution
modes and define the roles and responsibilities of different team members in the assessment cell
in alignment with the Assessment cell calendars.

4.1 Areas of capacity building


The capacity building shall be done with the following objectives:

4.1.1 Assessment Design


a. The bidder will lay out a plan, and subsequently execute it to build assessment development
expertise including subject-specific expertise for item design, assessment blueprint design,
identifying and building grade-level competencies and designing high order thinking skills
(HOTS) item, field trials and a robust understanding of testing methodology for a good
competency-based test-item generation.
b. Capacity-building should be as per the and in alignment with RSCERT.
c. Subject-specific capacity building exercises will be conducted at a defined cadence. The
Bidder will ensure that these capacity building exercises are conducted by an expert in each
subject. Most of the training and exercises will be administered on-site at the assessment cell
in RSCERT, Udaipur unless the format of the training requires otherwise (in certain cases
training and exercise may be conducted on a virtual mode via video conferencing).
4.1.2 Capacity building in term exam assessment paper creation and affective & psychomotor
domain:

a. The bidder will develop capacity for development of midterm-end term assessment
tools for class 9th and 11th for grades for subjects Hindi, English and Maths.
b. This would include proper orientation of the pre-developed guideline, and hands-on
practice on development of assessment tools via creation of sample assessment paper
class 9th and 11th for grades for subjects Hindi, English and Maths.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


38 OUT OF 95
Document for Hiring of an Assessment Agency

c. The bidder shall also build capacity of the assessment cell to design assessments on 21 st
century skills, life skills, Social Emotional-Ethical Learning, art, aesthetic domains, and
psychomotor domain.

4.1.3 Assessment Administration

a. The bidder will build the capacity of the assessment cell to manage logistics and operations
to conduct large-scale assessments including printing and transportation of assessment tools,
managing invigilation and audits, in addition to data collection. The bidder is expected to
share best practices and propose the most efficient processes.

b. The bidder will build the capacity of the assessment cell to conduct digital assessments and
in the process, help build the capacity to evaluate and use various digital tools, conduct pilots
and identify nuances of digitally conducted assessments
c. The bidder will build the capacity of the assessment cell to identify the pros/cons (for e.g.
question-wise entry vs competency wise entry vs total score entry) and challenges associated
with different types of data entry (bad data, data with no useable insights) and build capacity
to select a data entry process for a specific use-case(s) based on the above-mentioned
criteria/guiding principles
d. The bidder will be responsible for developing implementation strategy and manuals for the
large scale assessments such as (SAS/SLAS/SEAS/NAS/3RD PARTY) with development of
budget, timeline and plan for post large assessment intervention designing workshop.
e. The Bidder will be responsible for drafting and providing the assessment cell with an
operating manual that will detail the administration process and data collection need and
operating model (if any) of the different proposed assessments as part of the state strategy,
along with certain guiding principles (to be made in consultation with the State Assessment
Cell, the PMUs working in the Department on relevant programs)

Note: All the training module, handbooks, presentation and material etc.. shall be provided in
Hindi by the agency prior to the commencement of the training. In addition to that, the bidder is
responsible for providing relevant and experienced resource person as an expert/lead for all the
capacity building spaces.

4.1.4 Data Analytics and Dissemination

a. Data analytics skills include cleaning and ensuring consistency in the results data. It also
involves the construction of the assessment data set and performing statistical analyses to
clean insights. The bidder is expected to train the assessment cell members on data analytics
from data collected via assessments.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


39 OUT OF 95
Document for Hiring of an Assessment Agency

b. The bidder will build the capacity in terms of communications and expertise in the
dissemination of the data including the design of a communication and dissemination
strategy, report writing and editing and development of policy briefs collating critical insights
for all levels of the Department, field, and school-level officers
c. Build capability to strengthen the data reliability of assessments through effective
communication around assessment, protocols and procedures to be followed for robust
administration and post facto analysis for identifying cheating, malpractices, score inflation,
triangulating from other data sources.
d. The bidder will also enable the cell to interact in a meaningful manner with the technical team
(also may be referred to as a technical partner in subsequent pages) managing data
monitoring & IT systems (data input and visualization tools such as Apps and dashboards)- so
that tech-enablement of certain assessments is smooth.

4.2 Advisory support to the assessment cell in effectively executing the ongoing state
assessments (to be seen as a hands-on/practical learning opportunity along with workshops)

a. The Bidder shall provide advisory support to the department for its ongoing assessments
based on the assessment strategy drafted by the bidder. The bidder shall be expected to build
the capacity of the cell on the execution of the strategy.
b. In line with this, the bidder should suggest certain ‘reporting formats’ in which inputs of
select specific assessments should be provided to the curriculum team, formats in which
assessment output should be shared.
c. The Bidder will share and align on a plan for advisory support and hands-on capacity building
as part of its overall capacity building effort for the state assessment cell (i.e. along with the
plan for workshops by topics.

The Bidder will be required to submit, at the time of the proposal, a list of competencies
(covering the above aspects) they will be aiming to develop in the officers of the cell for
different anticipated roles as per the suggested composition. The Bidder will also be required
to provide a detailed plan to train the DRG.

4.3 Method of capacity building


a. The Bidder will be required to provide needs-based, immersive and ongoing training as
well as other exercises to build the capacity of the assessment cell officers at RSCERT,
DIET and the DRG. A variety of methods may be used for capacity building. Apart from in-
person workshops, online courses, group work with peers, projects. maybe suitable for
specific areas/ topics of capacity building for different officers of the assessment cell. The

RSCERT UDAIPUR BIDDER SIGN AND SEAL


40 OUT OF 95
Document for Hiring of an Assessment Agency

Bidder should share its full plan and detailed approach for capacity building. (in alignment
to the assessment activity calendar)
b. The Bidder will use all ongoing assessments of the state and not limited to grade 5th, 8th
10th and 12th board exams, Summative Assessments, spot check assessments etc as
practical training opportunities to build the capacity of the assessment cell, and in that
process, also support improving, redesigning and usage of data from all the assessments
conducted in the state today. It is expected that even during the period of capacity
building of the full assessment cell, the bidder will have demonstrated an improvement
in the quality of the instruments, the data analysis and report quality in all assessments
conducted in the state working closely with the assessment cell members at RSCERT,
Udaipur.
c. The Bidder shall also conduct a pre and post practical test of the assessment cell to gauge
the impact of capacity building and identify areas for further strengthening and additional
training. These tests must be conducted at least annually during the project. The test must
be repeated at the end of each year

5. Designing training resources and tools on assessments for ongoing use and future
requirements- for teachers, and officers depending on relevant use cases.
The bidder will be responsible to support and guide the department to create a training
calendar, plan and resources to develop capacity across the state on assessment-related
components for 3 stakeholders – teachers, field officers and state team officers

5.1 Development of elaborated training/capacity building content:

The bidder will develop online interactive DIKSHA courses, offline and online training modules &
presentations, visual learning material and for item creation, blueprint and assessment
framework development, Item Response Theory (IRT) with hands on practice, 21st century
assessments, and development assessments for FLN, SEEL, Life Skills, Art & Sports, data driven
decision making on the basis of school based assessments.
The courses should include script, on screen text, narration and animation and open
source/unplagiarized content. The quality of the animations for the course should match the
industry standards and should be running animations with appropriate graphics.

The material should be compatible enough to publish on portals like DIKSHA and assessment
portal etc.

Building teacher capacity

RSCERT UDAIPUR BIDDER SIGN AND SEAL


41 OUT OF 95
Document for Hiring of an Assessment Agency

o Understand what learning competencies are and how to help children progressively develop
them
o Design assessments that collect information on whether students are making progress
towards key competencies
o Create assessments for students using the repositories created by the bidder/ item bank
o Use blueprints or standardized summative assessment papers available on the portal
created by the bidder or by the assessment team
o Analyze the data from these assessments to diagnose learning gaps and assist in developing
remediation plans
o Continue to monitor and record information on student progress over time.

Building capacity of field officials (across all levels)


o Understand different types of assessments and their relevance
o Understand what learning competencies are and how to help children develop them
o Roles and responsibilities of field officials to ensure effective and timely conduct of
assessments
o Understand their catchments area’s performance vs others; and how to improve the same
o Understand performance insights available to them, and how they can use it to drive action

Bidder is also expected to create a repository of all such training resources which can be
hosted on the digital platform as decided by the department and leveraged by the department
& teachers in the future for any purpose.

6. Post Large Scale assessment intervention designing workshop.

The state conducted a large-scale assessment in the session of 2023-24. The bidder is expected
to develop state and district level intervention strategies as per the diagnostic report developed.
The bidder is expected to:

a) develop frameworks for intervention design for district officials to analyze district and
block reports to come up with action steps.
b) lead intervention design workshops at SCERT (this includes workshop plan/workshop
material/presentation, etc)
c) formulate state’s learning outcome improvement strategy and oversee district
intervention plans.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


42 OUT OF 95
Document for Hiring of an Assessment Agency

Bidder’s team and personnel (30 Points)


To execute this assignment, it is expected that a minimum of 2 individuals outside of the
program manager (Bidder’s personnel) will be stationed at Udaipur through the length of the
assignment. The team will be required to travel to the various districts of Rajasthan as required.
The team will be required to provide all support to RSCERT to ensure the timely completion of
the assignment. The team will work closely with the State Assessment Cell and other relevant
members of the state in completing this mandate. The subject experts to be rolled in and out
continuously as per the need of RSCERT. The critical members of this team are:

1. Program manager(1 X 1 marks = 1)

Sr.no. Details Max


marks

1 MBA or master’s degree in a subject or areas like project 0.5


management, operations, policy, public administration, education
etc.

2 Minimum 3 years of managerial experience in govt relations, 0.5


assessments or capacity building

2. Assessment expert (2X2 marks = 4)

Sr.no Details Max


. marks

1 Masters or PhD in a subject, or education measurement and 1.0


evaluation.

2 Specific certification in assessments preferred 0.5

3 Minimum 3 years of experience in assessment tools development 0.5

3. Data analysis expert(2X1 marks= 2)

RSCERT UDAIPUR BIDDER SIGN AND SEAL


43 OUT OF 95
Document for Hiring of an Assessment Agency

s.no. Details Max


marks

1 Masters in statistics/ math/ economics/ econometrics/ data science 0.5


or B.Tech / M.Tech

2 Minimum 3 years of experience in conducting analytics for large 0.5


scale assessments, including IRT and multivariate analysis,
psychometry

4. Communications and capacity building expert(4x 2 marks = 8)

s.no. Details Max


marks

1 Preferred Master’s degree in a subject or specific postgraduate degree 1.0


in communication and facilitating/ designing capacity building
sessions/spaces

2 Minimum 2 years of experience in data visualization, report writing, 1.0


dashboard creation and communication for large scale assessments

5. Psychology Expert ( 1 x 1 marks = 1)


Sr.no Details Max
. marks

1 Masters or PhD in a subject, or education measurement and 0.5


evaluation.

2 Specific certification in assessments preferred 0.5

6. Subject Expert (14) (1 marks each 14x1=14)


s.no. Details Max
marks

1 Masters in specific subjects ( Hindi-2, English-2, Maths-2, Science-3, Social science- 0.5
3, Sanskrit-1, EVS-1) including psycho motor domain, physical education, creative
expression, psychometry etc/Master’s in child psychology/ equivalent degree
(Bidder may explain any alternate academic qualification)

2 Minimum 3 years of experience in assessment related to the subject, 0.5

3 years of experience in psychometric and value testing.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


44 OUT OF 95
Document for Hiring of an Assessment Agency

In addition to the team stationed at Udaipur (detailed above), the subject experts will
need to be available as and when necessary, through the course of the project.
All subject matter expert CVs will have to be submitted to and be approved by the
nodal officer of the state assessment cell as and when brought in for the project.

The Bidder is expected to provide detailed information on the exact composition of the
team that will be stationed in Udaipur and as well as the expected visiting experts in its response
to the RFP. The individual compensation of the team members and redressal of any grievance is
sole responsibility of the bidder.

Sustainability of the Assessment Cell

a. While executing all the activities mentioned above, it is expected that the bidder does it in a
way that the state capacities are built simultaneously, and the dependency on the bidding
agency reduces in time e.g., in the third year, most initiatives that have been implemented
before should be implemented by the dept. entirely with the agency providing course
correction and oversight
b. The bidder is expected to strengthen all knowledge and capabilities to the State assessment
cell through required training and continuous coaching throughout the contracting period
c. The bidder should share all the relevant materials such as assessment strategy, testing tool,
item banks (question banks), training resources, and any other required resources for
sustainability of the assessment cell so that the state can run the assessment cell completely
on its own without any reliance or dependency on the bidder.
d. The bidder is expected to share a continuous capacity building and handover plan along
with the response to this RFP.
e. The Bidder should provide subject expert, Data analysis expert, Assessment expert,
psychology expert, training expert etc. physically for preparing test item, Module content,
Question paper and review according to the need of RSCERT, Udaipur time to time (as per
activity table)
f. Every report submitted with presentation by the bidder to core committee of the RSCERT.

RSCERT, responsibilities

RSCERT UDAIPUR BIDDER SIGN AND SEAL


45 OUT OF 95
Document for Hiring of an Assessment Agency

The RSCERT, Udaipur has formed a committee to guide the Bidder in designing and
executing all aspects of the terms of reference. This will be presided over by the Director
RCSERT – Udaipur who leads the assessment cell at RSCERT, and selected partner
organizations working with the RSCERT, Udaipur as considered appropriate. The RSCERT
will additionally be responsible for the following:

a. Providing the necessary information to the Bidder to undertake the assignment. This will
include information about the previous diagnostic tests conducted, performance in these
assessment tests, all reports and analyses related to the same, and all other contextual
information necessary.
b. Providing the Bidder office space in RSCERT, Udaipur to support the Bidders’ personnel.
c. Providing timely approvals and support to ensure that the assignment is undertaken as per
anticipated timelines.
RSCERT to evaluate the performance of the agency at regular intervals and provide feedback to
the agency to be adhered to by the agency.

Selection Method
Evaluation will be done on Quality cum Cost Based selection (QCBS) method with the following
weight-age:
Technical: 70%
Financial: 30%
An evaluation committee so constituted by Procurement Entity will evaluate the bids. Selection
method is two stages:
1. Technical Qualification
2. Financial Evaluation
The Committee constituted by DIRECTOR, RAJASTHAN STATE COUNCIL OF EDUCATIONAL
RESEARCH AND TRAINING, UDAIPUR shall evaluate the responses to the BID document and all
supporting documents/documentary evidence. Inability to submit requisite supporting
documents/documentary evidence by bidders may lead to rejection of their bids.
The decision of the Evaluation Committee in the evaluation of bids shall be final. No
correspondence will be entertained outside the process of evaluation with the Committee. The
Evaluation Committee may ask for meetings or presentation with the Bidders to seek
clarifications or conformations on their bids.
The steps for evaluation are as follows:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


46 OUT OF 95
Document for Hiring of an Assessment Agency

i. Stage 1: Technical Bid


a. Procurement Entity shall open the “Technical Bid” on date and time mentioned in NIB.
Each of the Technical Criteria mentioned in Annexure-L is MANDATORY. In case, the
Bidder does not meet any one of the conditions, the bidder shall be disqualified.
b. Bidders would be informed of their qualification/disqualification based on the Technical
Qualification criteria through e-Tender portal and subsequently, the Bid Security/EMD
amount shall be returned to the respective disqualified Bidders after the submission of
Performance security and Agreement by the successful Bidder.
c. Financial bids for those bidders who don’t clear Technical qualification stage will not be
opened.
d. Evaluation Committee will review the technical proposals of the short-listed bidders to
determine whether the technical proposals are substantially responsive. Bids that are not
substantially responsive are liable to be disqualified at RSCERT’s discretion.
e. Each Technical proposal will be assigned a technical score out of 100 (Annexure-M).

ii. Stage 2: Financial Bid


All the technically qualified bidders will be notified to participate in Financial Bid opening
process.
The Financial bids for the technically qualified bidders shall then be opened on the notified
date and time Financial Bids that are not as per the format specified in (in the BOQ online)
shall be liable for rejection.
The normalized financial score of the technically qualified bidders will be calculated, while
considering the Total Cost of bid given by each of the Bidders in the Financial Bid as follows:

Normalized Financial Score of a Bidder = {100* Lowest Financial Price/ Bidders Price}
(Adjusted to 2 decimals)

i. The bid price will be inclusive of all Taxes i.e. GST etc. and shall be in Indian Rupees and
mentioned separately.
ii. Any conditional bid would be rejected.
iii. Errors & Rectification: Arithmetical errors will be rectified on the following basis:
a. “If there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail, and the total
price shall be corrected.
b. If there is a discrepancy between words and figures, the amount in words will
prevail.”

RSCERT UDAIPUR BIDDER SIGN AND SEAL


47 OUT OF 95
Document for Hiring of an Assessment Agency

c. If the Bidder does not accept the error correction, its Bid will be rejected and its
EMD may be forfeited.

Final score calculation through QCBS


Financial bid of only those bidders with at least 50 of 100 marks in technical evaluation will
be considered. The financial bid (fb) will be normalized on a scale of 100, with the lowest bid
being normalized to 100 and the rest being awarded on a pro-rata basis. The normalized
scores would be considered for the purpose of Quality and Cost Based Selection(QCBS).

The individual bidder’s financial scores are normalized as per the formula

fn = fmin / fb * 100%

• fn = Normalized financial score for the bidder under consideration


• fb = Absolute financial quote for the bidder under consideration
• fmin = Minimum absolute financial quote
• Final Composite Score (S) = tb * 0.7+ fn * 0.3

The bidder with the highest Composite Score(s) will be called for negotiations for the award of
contract.

The final score will be calculated Quality cum Cost Based selection method based with the
following weight-age:

Technical: 70%
Financial: 30%

Final Score = (0.70* Technical Score) + (0.30* Normalized Financial Score)

The bid price shall exclude all taxes and shall be in Indian Rupees (INR) and mentioned
separately.
The bidder should take care that rate mentioned sufficiently covers the expenses that the
bidder shall incur on the project as mentioned in the scope of work. There should not be any
separate cost for each item.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


48 OUT OF 95
Document for Hiring of an Assessment Agency

PART III: GENERAL TERMS AND CONDITIONS

Definitions:
For the purpose of clarity, the following words and expressions shall have the meanings
hereby assigned to them: -
a) ‘Act.’ Means the Rajasthan Transparency in Public Procurement Act., 2012

b) “e-Tendering System” means the Government of Rajasthan’s electronic

tendering system listed at https://eproc.rajasthan.gov.in


c) "The Procurement Entity" means Director, Udaipur

d) “Contract” means the Agreement entered into between the Purchaser and the

successful/ selected bidder, together with the Contract Documents referred


to therein, including all attachments, appendices, and all documents
incorporated by reference therein.
e) “Contract Documents” means the documents listed in the Agreement,

including any amendments thereto.


f) “Contract Price” means the price payable to the successful/ selected bidder as
specified in the Agreement, subject to such additions and adjustments thereto
or deductions there from, as may be made pursuant to the Contract.

g) “Day” means a calendar day.


h) “Delivery” means the transfer of the Goods from the successful/ selected

bidder to the Purchaser in accordance with the terms and conditions set forth
in the Contract.
i) “Completion” means the fulfillment of the related services by the successful/
selected bidder in accordance with the terms and conditions set forth in the
Contract.
j) "Goods” means all the equipment, other material / items which Vendor is
required to supply, install and maintain under the contract.
RSCERT UDAIPUR BIDDER SIGN AND SEAL
49 OUT OF 95
Document for Hiring of an Assessment Agency

k) “Eligible Bidder” means bidder satisfying qualifying criteria

l) “Purchaser” means the entity purchasing the Goods and related services, as
specified in the bidding document.
m) “The Vendor” means the successful bidder with whom the Procurement Entity

enters into contract against this tender.


n) “Related Services” means the services incidental to the supply of the goods,

such as insurance, installation, training and initial maintenance and other


similar obligations of the successful/ selected bidder under the Contract.
o) “Subcontractor” means any natural person, private or government entity, or a

combination of the above, including its legal successors or permitted assigns,


to whom any part of the Goods to be supplied or execution of any part of the
related services is subcontracted by the successful/ selected bidder.
p) “Supplier/ Successful or Selected bidder” means the person, private or

government entity, or a combination of the above, whose Bid to perform the


Contract has been accepted by the Purchaser and is named as such in the
Agreement, and includes the legal successors or permitted assigns of the
successful/ selected bidder.
q) “The Site,” where applicable, means the designated project place(s) named in

the bidding document.

r) ‘Rules’ means the Rajasthan Transparency in Public Procurement Rules, 2013

s) ‘RSCERT’ means Rajasthan State council Of Educational Research and Training

Udaipur, Rajasthan.

t) “Services” means the work to be performed by the bidder pursuant to this RFP
and to the contract to be signed by the Vendor in pursuance of the work
awarded by the Procurement Entity.

u) “QCBS” Quality and cost-based selection.

v) “Non-compliance” means failure/refusal to comply the terms and conditions

of the Tender;
RSCERT UDAIPUR BIDDER SIGN AND SEAL
50 OUT OF 95
Document for Hiring of an Assessment Agency

w) “Non-responsive” means failure to furnish complete information in a given


format and manner required as per the tender documents or non-submission
of tender offer in given Forms / Pro-forma or not following procedure
mentioned in this tender or any of required details or documents is missing or
not clear or not submitted in the prescribed format or non-submission of
tender fee on EMD.

Note: The bidder shall be deemed to have carefully examined the conditions,
specifications, size, make etc., of the goods to be supplied and related services to
be rendered. If the bidder has any doubts as to the meaning of any portion of
these conditions or of the specification etc., he shall, before submitting the Bid
and signing the contract refer the same to the procuring entity and get
clarifications.

1. Bidder shall submit authorization for the person signing this proposal to bind Bidder to the
proposal and to any contract resulting there from. (If any)
2. Bidder shall submit Bid form with signature on each page.
3. No Bid will be accepted after due date & time fixed for receiving of Bid.
4. If the last date fixed for opening of Bids in the office is declared to be a holiday, the next
working day will be deemed to be the last date for the purpose. The explanation will also
apply in relaxation to other dates fixed for any purpose whatsoever.
5. RSCERT reserves the right to reject any or all the tenders without assigning any reason
thereof.
6. E-Bid will be submitted up to date & time as per e-Bid notice for Supply of Specified
Services on rate contract for one Years form Date of Contract.
7. Bids will be submitted to Director RSCERT, Udaipur through
https://eproc.rajasthan.gov.in.of Govt. of Rajasthan.
i. Bidder shall file Bid duly furnishing the required information as per Bid Document.
ii. Bids shall be strictly in conformity with prescribed terms and conditions. Bids shall
not contain any conditions other than the prescribed terms & conditions. Bids,
which deviate from these terms and conditions, are liable to be rejected.
Before the last date for the submission of Bid, RSCERT may amend any of the Bid
conditions, as may be desired and if such an amendment is absolutely necessary and the
same will be made available on the website
http://eproc.rajasthan.gov.in/http://sppp.rajasthan.gov.in.
8. Financial Bid duly filled as per Part II. It shall not be disclosed in Technical Bid.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


51 OUT OF 95
Document for Hiring of an Assessment Agency

9. The Bidder will sign the Bid form at each page and at the end in token of acceptance of
all the terms and conditions of the Bid and then scanned copy will be uploaded on e-
portal except BOQ.

10. RSCERT will not be responsible for the payment of any compensation of the
hired/assigned team by the bidder.
11. Joint Venture, Consortium or Association
Joint Venture/Consortium or Association is not allowed for the bid.
12. Guarantee Clause:
The bidder will give guarantee that the services/products would continue to conform to
the description and quality as specified as per technical specifications from the date of
contract of the said services to be delivered/performed and that notwithstanding the fact
that the RSCERT may have inspected and/or approved the said services/products as per
technical specifications, the said services be discovered not to conform to the description
and quality as aforesaid/ or have determined and the decision of the RSCERT in that behalf
will be final and conclusive.
In the event of persistent dissatisfaction with the quality of the deliverables following
the second review/feedback cycle, the allocated funds shall be subject to immediate
dissolution, upon the directive of Director RSCERT, Udaipur, exercising full discretionary
authority in accordance with the established legal framework and contractual
provisions governing this tender.

13. Liquidated Damages:


In case of extension in the delivery period with liquidated damages the recovery will be made on
the basis of following percentages of value of undelivered stores which the Bidder has failed to
supply :-
(a) Delay up to one- fourth period of the prescribed delivery period - 2.5%
(b) Delay exceeding one fourth but not exceeding half of the prescribed delivery period -
5%
(c) Delay exceeding half but not exceeding three- fourth of the prescribed delivery period
- 7.5%

RSCERT UDAIPUR BIDDER SIGN AND SEAL


52 OUT OF 95
Document for Hiring of an Assessment Agency

(d) Delay exceeding three- fourth of the prescribed period - 10%.


Fraction of a day in reckoning the period of delay in supplies will be eliminated if it is
less than half a day.
(i) The maximum amount of agreed liquidated damages will be 10%.
(ii) If the supplier requires an extension in time for completion of contractual supply, on
account of occurrence of any hindrance he will apply in writing for extension on
occurrence of hindrance but not after the stipulated date of completion of supply.
(iii) The Director RSCERT, Udaipur may extend the delivery period with or without
liquidated damages in case they are satisfied that the delay in the supply of goods is
on account of hindrances beyond control, such reasons will be recorded while seeking
extension.
(iv) RSCERT reserves the right to charge a penalty as decided by the Director RSCERT,
Udaipur or withhold payment for any unsatisfactory stocks supplied by the Supplier
without prejudices to other rights and the decision of the Director RSCERT, Udaipur is
final and cannot be called into question. The Supplier is liable to reimburse/
Compensate the RSCERT or to a third party for any loss, damage, injury, etc caused or
arising out of the negligence in supply of low or inferior quality of stocks or any breach
of contract.
(v) Notwithstanding anything contained in the Terms and Conditions of this Bid the
Director RSCERT, Udaipur is the ultimate authority in deciding the recovery of penalty
from the agency.

14. Termination of contract on breach of conditions:


a) In case the Supplier fails or neglects or refuses to faithfully perform any of the
covenants on his part herein contained, it will be lawful for the RSCERT to forfeit
the amount deposited by the supplier as security deposit and cancel the contract
without one month’s notice.
b) RSCERT reserves the right to terminate without assigning any reasons there for
the contract/agreement, either wholly or partly, by giving one month’s notice to

RSCERT UDAIPUR BIDDER SIGN AND SEAL


53 OUT OF 95
Document for Hiring of an Assessment Agency

the agency. The agency will not be entitled for any compensation whatsoever in
respect of such termination of the contract/ agreement by the RSCERT.
15. Period of Rate Contract:
Period of rate contract under this bid shall be for a period as mention in NIB, from the
date of agreement and contract.
16. Extension clause:
The rate contract will be valid for one year and that may be extended for a period not
exceeding threemonths on same terms, conditions and rates. But extension will not be
claimed as a right. It will be solely at the discretion of the RSCERT.
17. Subletting/Subcontracting
The supply contract awarded shall be executed by the successful Bidder only and
subletting any of the functions under the contract is not permitted. If found subletting
it shall be deemed as breach of contract and action shall be taken against the supplier
accordingly.

18. Grievance Redressal during Procurement process:


The designation and address of the First Appellate Authority is state Project Director,
SmSAJaipur
The designation and address of the Second Appellate Authority is Secretary/ACS,
School Education Department, Jaipur.
i. Filing an appeal:
If any bidder of prospective bidder is aggrieved that any decision, action or omission
of the procuring entity is in contravention to the provisions of the Act or the Rules or
the Guidelines issued there under, he may file an appeal to First Appellate Authority,
as specified in the bidding document within a period of ten days from the date of such
decision or action, omission, as the case may be, clearly giving the specific ground or
ground on which he feels aggrieved:
Provided that after the declaration of a bidder a successful the appeal may be filed
only by a bidder who has participated in procurement proceedings: Provided further
that in case a procuring entity evaluates the technical bids before the opening of the

RSCERT UDAIPUR BIDDER SIGN AND SEAL


54 OUT OF 95
Document for Hiring of an Assessment Agency

financial Bids, and appeal related to the matter of financial Bids may be filed only by a
bidder whose technical Bid is found to be acceptable.
ii. The Officer to whom an appeal is filed under Para (i) will deal with the appeal as
expeditiously as possible and will Endeavour to dispose it off within thirty days from
the date of the appeal. Dispose it off within thirty days from the date of the appeal.
iii.If the officer designated under Para (i) fails to dispose of the appeal filedwithin the period
specified in Para (ii), or if the bidder or prospective bidder or the procuring entity is
aggrieved by the order passed by the First Appellate Authority, the bidder or
prospective bidder or the procuring entity, as the case may be, may file a second
appeal to second Appellate Authority specified in the bidding document in this behalf
within fifteen days from the expiry of the period specified in Para (2) or of the date of
receipt of the order passed by the First Appellate Authority, as the case may be.
iv. Appeal not to lie in certain cases:
No appeal will lie against any decision of the procuring entity relating to the following
matters, namely:-
(a) Determination of need of procurement;
(b) Provision limiting participation of bidders in the Bid process;
(c) The decision of whether or not to enter into negotiations;
(d) Cancellation of a procurement process;
(e) Applicability of the provisions of confidentiality.
v. Form of Appeal:
(a) An appeal under Para (i) or (iii) above will be in the annexed Form along with as many
copies as there are respondents in the appeal.
(b) Every appeal will be accompanied by an order appealed against, if any, affidavit
verifying the facts stated in the appeal and proof of payment of fee.
(c) Every appeal may be presented to First Appellate Authority or Second Appellate
Authority, as the case may be, in person or through registered post or authorized
representative.
vi. Fee for filling appeal:
(a) Fee for first appeal will be rupees two thousand five hundred and for second appeal
will be rupees ten thousand, which will be non-refundable.
RSCERT UDAIPUR BIDDER SIGN AND SEAL
55 OUT OF 95
Document for Hiring of an Assessment Agency

(b) The fee will be paid in the form of bank demand draft or banker’s cheque of a
Scheduled Bank in India payable in the name of Appellate Authority concerned
(RSCERT).
vii. Procedure for disposal of appeal:
(a) The First Appellate Authority or Second Appellate Authority, as the case maybe, upon
filing of appeal, will issue notice accompanied by copy of appeal, affidavit and
documents, if any, to the respondents and fix date of hearing.
(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate
Authority, as the case may be, will,-
1. Hear all the parties to appeal present before him; and
2. Peruse or inspect documents, relevant records or copies thereof relating to the matter.
(c) After hearing the parties, perusal or inspection of documents and relevant records or
copies thereof relating to the matter, the Appellate Authority concerned will pass an
order in writing and provide the copy of order to the parties free of cost.
(d) The order passed under sub-clause (c) above will be placed.
19. Compliance with the Code of Integrity and No Conflict of Interest:
Any person participating in a procurement process will-
a) Not offer any bribe, reward or gift or any material benefit either directly or indirectly
in exchange for an unfair advantage in procurement process or to otherwise influence
the procurement process,
b) Not misrepresent or omit misleads or attempts to mislead so as to obtain a financial or
other benefit or avoid an obligation,
c) Not indulge in any collusion, Bid rigging or anti-competitive behavior to impair the
transparency, fairness and progress of the procurement process,
d) Not misuse any information shared between the procuring entity and the bidders with
an intent to gain unfair advantage in the procurement process,
e) Not indulge in any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any part or to its property to influence the procurement
process,
f) Not obstruct any investigation or audit of a procurement process,

RSCERT UDAIPUR BIDDER SIGN AND SEAL


56 OUT OF 95
Document for Hiring of an Assessment Agency

g) Disclose conflict of interest, if any, and


h) Disclose any previous transgressions with any entity in India or any other country
during the last three years or any debarment by any other Procuring Entity
20. Conflict of Interest:
The Bidder participating in a bidding process must not have a conflict of interest.
A conflict of interest is considered to be a situation in which a party has interests that
could improperly influence that party’s performance of official duties or responsibilities,
contractual obligations, or compliance with applicable laws and regulations.
A Bidder may be considered to be in conflict of interest with one or more parties in
bidding process if, including but not limited to:
a. Have controlling partners/ shareholders in common; or
b. Receive or have received any direct or indirect subsidy from any of them;or
c. Have the same legal representative for purposes of the Bid; or
d. Have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or influence on the Bid of another
Bidder, or influence the decisions of the procuring entity regarding the bidding process;
or
e. The Bidder participates in more than one Bid in a bidding process. Participation by a
Bidder in more than one Bid will result in the disqualification of all Bids in which the
Bidder is involved. However, this does not limit the inclusion of the same subcontractor,
not otherwise participating as a Bidder, in more than one Bid; or
f. The Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the goods, works or services that are the subject of
the Bid; or
g. The Bidder or any of its affiliates has been hired (or is proposed to be hired by the
Procuring Entity as engineer-in charge/ consultant for the contract.

21. Saving clause:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


57 OUT OF 95
Document for Hiring of an Assessment Agency

No suit, prosecution or any legal proceedings will lie against Bid inviting authority or any
person for anything that is done in good faith or intended to be done in pursuance of
Bid.
22. Force majeure:
The Supplier shall not be liable for, forfeiture of its Performance Security, liquidated
damages or termination for default, if and to the extent that its delay in performance or
other failure to perform its obligations under the contract is the result of an event or
Force Majeure For purpose of this clause, “Force Majeure” means an event beyond the
control of the Supplier and not involving the Supplier’s fault or negligence and not
foreseeable. Such events may include, but are not restricted to, acts of the purchaser in
its sovereign capacity, was or revolutions, fires, floods, epidemics, quarantine
restrictions and freight embargoes. If a Force Majeure situation arises, the supplier shall
promptly notify the purchaser in writing of such conditions and the cause thereof.
Unless otherwise directed by the purchaser in writing, the supplier shall continue to
perform its obligations under the contract as far as reasonably practical, and shall not
seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
23. Agreement:
Successful Bidders shall execute agreement immediately by furnishing the Performance
Security as prescribed within ten (10) days as per the Terms & Conditions on requisite
amount non judicial stamp paper. In the event of failure to execute the agreement, the
Performance Security or Bid Security as the case may be stand forfeited apart from
cancellation of supply contact to contract besides debarring of the Bidder and RSCERT is
entailed to collect liquidated damages if any from the Bidder for his failure to comply
with the Terms and Conditions of the Bid.
24. Arbitration:
In case of any dispute arising between the Bidders and the procuring entity, the Director,
RSCERT, Udaipur will act as the arbitrator, and the decision of the arbitrator will be final
and binding on all the parties concerned.
25. Jurisdiction:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


58 OUT OF 95
Document for Hiring of an Assessment Agency

All disputes would be subject to the jurisdiction at Udaipur.


26. Successful Bidder will bind each and every letter issued by RSCERT regarding supply of
services
27. I/We had read and understand all the Terms and Condition of the Bid and agree to abide
it.

Signature of Bidder with seal


Date:
Place

RSCERT UDAIPUR BIDDER SIGN AND SEAL


59 OUT OF 95
Document for Hiring of an Assessment Agency

PART IV: ANNEXURES/FORMS

Annexure- A: Compliance with the Code of Integrity and No Conflict of Interest


Any person participating in a procurement process shall-
a) Not offer any bribe, reward of gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
b) Not misrepresent or omit misleads or attempts to mislead so as to obtain a financial or
other benefit or avoid an obligation;
c) Not indulge in any collusion, Bid rigging or anti competitive behavior to impair the
transparency, fairness and progress of the procurement process;
d) Not misuse any information shared between the procuring entity and the bidders with an
intent to gain unfair advantage in the procurement process;
e) Not indulge in any coercion including impairing or harming or threatening to do the same,
directly or indirectly, to any part or to its property to influence the procurement process;
f) Not obstruct any investigation or audit of procurement process,
g) Disclose conflict of interest, if any, and
h) Disclose any previous transgression with any entity in India or any other country during
the last three years or any debarment by any other procuring entity.

CONFLICT OF INTEREST:

The bidder participating in a bidding process must not have a conflict of interest. A conflict
of interest is considered to be a situation in which a party has interests that could
improperly influence that party’s performance of official duties or responsibilities,
contractual obligations, or compliance with applicable laws and regulations.
1. A Bidder may be considered to be in conflict of interest with one or more parties in
bidding process if, including but not limited to:
a. Have controlling partners/shareholders in common; or
b. Receive or have received any direct or indirect subsidy from any of them; or
c. Have the same legal representative for purposes of the Bid; or
d. Have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or influence on the Bid of another
bidder, or influence the decision of the procuring entity regarding the bidding process; or

RSCERT UDAIPUR BIDDER SIGN AND SEAL


60 OUT OF 95
Document for Hiring of an Assessment Agency

e. The bidder participates in more than one Bid in a bidding process. Participation by a
bidder in more than one Bid will result in the disqualification of all Bids in which the bidder
is involved. However, this does not limit the inclusion of the same subcontractor, not
otherwise participating as a bidder, in more than one Bid; or
f. The bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the goods, works or services that are the subject of
the Bid; or
g. The bidder or any of its affiliates has been hired (or is proposed to be hired by the
Procuring Entity as engineer-in charge/consultant for the contract.

Signature of Bidder with Seal


Date: Name:
Designation:
Address:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


61 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- B: Declaration by the Bidder regarding Qualifications

DECLARATION BY THE BIDDER

In relation to my/our Bid submitted to DirectorRSCERT Udaipur for procurement of


M/s…………………………………………… In response to their notice inviting Bids No.………………….Dated
…………….I/we hereby declare under Section 7 of Rajasthan Transparency in Public Procurement
Act, 2012, that:
1. I/we possess the necessary professional, technical, financial and managerial resources and
competence required by the bidding Document issued by the procuring entity;

2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the
State Government or any local authority as specified in the bidding document;

3. I/we are not insolvent, in receivership bankrupt or being would up, not have my/our affairs
administered by a court or a judicial officer, not have my/our business activities suspended
and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have been convicted of any criminal
offence related to my/our professional conduct or the making of false statements of
misrepresentations as to my/our qualifications to enter into a procurement contract within a
period of three years preceding the commencement of this procurement process, or not have
been otherwise disqualified pursuant to debarment proceedings;

5. I/we do not have a conflict of interest as specified in the Act, Rules and the bidding document,
which materially affects fair competition.

Signature of Bidder with Seal


Date: Name:
Place: Designation:
Address:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


62 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- C: Grievance Redressal during Procurement process


The designation and address of the First Appellate is State Project Director, Samagra Shiksha
Abhiyan, ( RCsCE) Jaipur, Jaipur.

The designation and address of the Second Appellate Authority is Secretary, School Education
Department Jaipur.

1. Filling an appeal:-

If any bidder or prospective bidder is aggrieved that any decision, action or omission of the
procuring entity is in contravention to the provisions of the Act or the Rules or the Guidelines
issued there under, he may file an appeal to First Appellate Authority, as specified in the bidding
document within a period of ten days, from the date of such decision or action, omission, as the
case may be, clearly giving the specific ground or ground on which he feels aggrieved:

Provided that after the declaration of a bidder as successful the appeal may be filed only by a
bidder who has participated in procurement proceedings:

Provided further that in case a procuring entity evaluates the technical bids before the opening
of the financial Bids, and appeal related to the matter of financial Bids may be filed only by a
bidder whose technical Bid is found to be acceptable.

2. The officer to whom an appeal is filed under Para (1) will deal with the appeal as expeditiously
as possible and will Endeavour to dispose it off within thirty days from the date of the appeal.

3. If the officer designated under Para (1) fails to dispose of the appeal filed within the period
specified in Para (2), or if the bidder or prospective bidder or the procuring entity is aggrieved
by the order passed by the First Appellate Authority, the bidder or prospective bidder or the
procuring entity, as the case may be may file a second appeal to second Appellate Authority
specified in the bidding document in this behalf within fifteen days from the expiry of the
period specified in Para (2) or of the date of receipt of the order passed by the First Appellate
Authority, as the case may be.

4. Appeal not to lie in certain cases:-

No appeal will lie against any decision of the procuring entity relating to the following matters,
namely:-

(a) Determination of need of procurement;


(b) Provision limiting participating of bidders in the Bid process;
(c) The decision of whether or not to enter into negotiations;
(d) Cancellation of procurement process;
(e) Applicability of the provisions of confidentiality

5. Form of Appeal:-

RSCERT UDAIPUR BIDDER SIGN AND SEAL


63 OUT OF 95
Document for Hiring of an Assessment Agency

(a) An appeal under Para (1) or (3) above will be in the annexed Form along with many copies as
there are respondents in the appeal.
(b) Every appeal will be accompanied by an order appealed against, if any affidavit verifying the
facts stated in the appeal and proof of payment of fee.
(c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as
the case maybe, in person or through registered post or authorized representative.

6. Fee for filling appeal

(a) Fee for first appeal will be rupees two thousand five hundred and for second appeal will be
rupees ten thousand, which will non-refundable.
(b) The fee will be paid in the form of bank demand draft or banker’s cheque of Scheduled Bank
in India payable in the name of Appellate Authority concerned.

7. Procedure for disposal of appeal:-

(a) The First Appellate Authority or Second Appellate Authority, as the case maybe, upon filing of
appeal, will issue notice accompanied by copy of appeal, affidavit and documents, if any, to
the respondents and fix date of hearing.
(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as
the case may be, will,-
(i) Hear all the parties to appeal present before him; and
(ii) Peruse or inspect documents, relevant records or copies thereof relating to the matter.
(c) After hearing the parties, perusal or inspection of documents and relevant records or copies
thereof relating to the matter, the Appellate Authority concerned will pass an order in writing
and provide the copy of order to the parties free of cost.
(d) The order passed under sub-clause © above will be place on the State Public Procurement
Portal.

Date: Signature of Bidder with Seal


Place Name:
Designation:
Address:
FORM No. 1
[See rule 83]

Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012

RSCERT UDAIPUR BIDDER SIGN AND SEAL


64 OUT OF 95
Document for Hiring of an Assessment Agency

Appeal No. ……………………….of………………….


Before the ……………………………………………………………(First/Second Appellate Authority)

1. Particulars of Appellant:
(i) Name of the appellant:
(ii) Official address, if any:
(iii) Residential address:
2. Name and address of the respondent (s)
(i)
(ii)
(iii)
3. Number and date of the order appealed against and name and designation of the
officer/authority who passed the order (enclose copy) or a statement of a decision, action or
mission of the procuring entity in contravention to the provisions of the Act by which the
appellant is aggrieved:

4. If the Appellant proposed to be represented by a representative, the name and postal address
of the representative:

5. Number of Affidavits and documents enclosed with the appeal:

6. Grounds of appeal:
……………………………………………………………………………………………………...……………………………………………
……………………………………………………………………………………………………………………………………………

(supported by an affidavit)

7. Prayer :
……………………………………………………………………………………………………………………………………………………
……………………………………………………………………………………………………………………………………………

Place………………….
Date…………………..
Appellant’s Signature

RSCERT UDAIPUR BIDDER SIGN AND SEAL


65 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- D:Additional Conditions of Contract


1. Correction of Arithmetic Errors:-

Provided that a financial Bid is substantially responsive, the procuring entity will correct
arithmetical errors during evaluation of financial Bids on the following basis:

(i) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price will prevail and the total price will
be corrected, unless in the opinion of the procuring entity there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted will govern and the unit price will be corrected;

(ii) If there is an error in a total corresponding to the addition or subtraction of subtotals, the
sub totals will prevail and the total will be corrected; and

(iii) If there is a discrepancy between words and figures, the amount in words will prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures will prevail subject to clause (i) and (ii) above.

If the bidder that submitted the lowest evaluated Bid does not accept the correction of
errors, its Bid will be disqualified and its Bid security will be forfeited or its Bid securing
declaration will be executed.

(iv) RSCERT will not be responsible for the payment of the salary of hired/assigned team by
the bidder.

2. Procuring Entity’s Right to Vary Quantities

The quantity mentioned in the Bid is the minimum approximate quantity that the bidder
will have to compulsorily supply to specified destination.

(a) At the time of award of contract, the quantity of Goods, works or service originally
specified in the Bidding Document may be increased or decreased by a specified
percentage, but such increase or decrease shall not exceed twenty percent, of the
quantity specified in the Bidding Document. It shall be without any change in the unit
process or other terms and conditions of the Bid and the conditions of contract.
(b) If the procuring Entity does not procure any subject matter of procurement or procure
less than the quantity specified in the Bidding Document due to change in
circumstances, the Bidder shall not be entitled for any claim or compensation except
otherwise provided in the conditions of contract.
(c) In case of procurement of Goods or services, additional quantity may be procured by
placing a repeat order on the rates and conditions of the original order. However,
the additional quantity will not be more than 50% of the value of Goods of the
original contract and shall be within one month from the date of expiry of last
RSCERT UDAIPUR BIDDER SIGN AND SEAL
66 OUT OF 95
Document for Hiring of an Assessment Agency

supply. If the supplier fails to do so, the Procuring Entity will be free to arrange for
the balance supply by limited bidding or otherwise and the extra cost incurred will

be recovered from the supplier.

Date: Signature of Bidder with Seal


Place: Name:
Designation:
Address:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


67 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- E: Annual Turnover Statement

The annual turnover of M/s. …………………………………………………………


………………………………………………………………………………………………for the any three successive years
of last 4 financial years are given below and certified that the statement is true and correct.

______________________________________________________________________Sr. No.
Financial Year Turnover in Rs.
(Rs) (Any three successive financial year)
______________________________________________________________________
1. 2019-20 _____________
2. 2020-21 _____________
3. 2021-22 _____________
4. 2022-23 _____________
______________________________________________________________________

Total - Rs. _______ Lakh

______________________________________________________________________

Three Year Annual Average turnovers per annum - Rs. _______ Lakh

Date: Signature of Auditor/Seal


Place: Charted Accountant
(Name & Address)
Membership No. :
Tel. No. :
Mob. No.:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


68 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- F: Declaration regarding acceptance of Terms & Condition of Bid


(On Rs. 100/- non judicial stamp paper duly attested by Notary Public to be submitted in
original)

Bidder Name………………………..

I/We confirm that I/We are authorized to submit Bid on behalf of the firm participating in the Bid
and have perused the entire Tender/Bid document including all its amendments till date.

Having perused the subject Bid with all amendments (wherever applicable). I/We hereby confirm
unconditional acceptance and compliance to abide by all its terms & conditions as mentioned in
Tender/Bid document including technical particulars, detailed technical specifications of the
product, special terms & conditions and general terms & conditions wherever indicated, offer
validity, terms of delivery without any deviations whatsoever:

I/We also confirm acceptance of the all general terms & conditions of Bid document.

I/We certify that the prices quoted against the Bid are competitive and without adopting any
unfair/unethical means in including cartelization.

I/we certified that tendering firm has not been black listed/banned by any Government
Department of the State /PSU from business dealings.

I/We also certified that the information given above is factually correct, true and nothing material
has been concealed.

Date: Signature of Bidder with Seal


Place: Name & Address

RSCERT UDAIPUR BIDDER SIGN AND SEAL


69 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- G: Agreement
AGREEMENT

1. An agreement made this …….. day of ……. between .. (hereinafter called “the
approved supplier”, which expression will, where the context so admits, be deemed
to include his heirs, successors, executors and administrators of the one part and
RSCERT (hereinafter called “RSCERT” which expression will, where the context so
admits, be deemed to include his successors in office and assigns) of the other part.

2. Whereas “the approved supplier”, has agreed with RSCERT to provide Specified
Services as per Bid Document in Specified Schools as Annexure-Q as per Terms and
Conditions of the Bid Document and contract appended herewith and at the rates Rs.
……… (In words Rs. ………………………………….) inclusive of Tax and Expenses as per Bid
Document.
3. (i)And whereas “the approved supplier”, has deposited a sum of Rs. …… in
e-Gras/ Bank Draft/ Banker Cheque No. …………. dated ……………… .
or
Bank guarantee/s of a scheduled bank. It will be got verified from the issuing bank. Other
conditions regarding bank guarantee will be same as mentioned in the rule 42 for Bid
security.
or
(iii)Fixed deposit receipt (FDR) of a scheduled bank. It will be in the name of RSCERT
on account of “the approved supplier”, and discharged by the “the approved
supplier”, in advance. RSCERT will ensure before accepting the Fixed Deposit
Receipt that “the approved supplier”, furnishes an undertaking the from the bank
to make payment/premature payment of the fixed deposit receipt on demand to
the RSCERT without requirement of consent of “the approved supplier”,
concerned. In the event of forfeiture of the performance security, the fixed deposit
will be forfeited along with interest earned on such fixed deposit.
As security for the due performance of the aforesaid agreement which as been formally
transferred to the RSCERT.
Performance security furnished in the form specified in clause (ii) & (iii) of sub-rule (3) will
remain for a period of 120 (One Hundred Twenty) days beyond the date of completion of
all contractual obligations of “the approved supplier”, including warranty obligations and
maintenance and defect liability period.
The conditions of the Bid and contract for open Bid enclosed to the Bid notice No. ……………
dated ……..and also appended to this agreement and are binding on the parties executing
this agreement. Letters Nos. ………. received from the approved supplier and letter nos.
……. issued by the RSCERT and appended to this agreement will also from part of this
agreement.
RSCERT UDAIPUR BIDDER SIGN AND SEAL
70 OUT OF 95
Document for Hiring of an Assessment Agency

LIQUIDITY DAMAGE
The supply of Specified Services will be effected and completed within the period noted
as per enclosed list from the date of supply order

a. In case of any delay in the delivery period, the recovery of liquidated damages will be
made from the approved supplier of the value of Specified items which the “the approved
supplier”, has failed to supply on the basis of following percentages:-

No. Condition L.D.%


a Delay up to one fourth period of the prescribed period of 2.5%
delivery and completion of subject matter of procurement
Delay exceeding one fourth but not exceeding half of the 5.0%
prescribed period of delivery and completion of subject
matter of procurement.
Delay exceeding half but not exceeding three fourth of the 7.5%
prescribed period of delivery and completion of subject
matter of procurement.
Delay exceeding three fourth of the prescribed period of 10.0%
delivery and completion of subject matter of procurement

Note:
i. Fraction of a day in reckoning period of delay in supplier will be eliminated if it is
less than half a day.
ii. The maximum amount of agreed liquidated damages will be 10%.
iii. If the “the approved supplier”, requires an extension of time in completion of
contractual supply on account of occurrence of any hindrances as specified in
force Majeure clause he will apply in writing to the RSCERT which had placed the
supply order. For the same immediately on occurrence of the hindrance but not
after the stipulated date of completion of supply.
iv. Delivery period may be extended with or without liquidated damages if the delay
in the supply of Specified items is on account of hindrances force Majeure beyond
the control of “the approved supplier”

INDEMNIFICATION:-
The approved Agency shall agree to indemnify RSCERT against and to reimburse
RSCERT for, and to our option, to defend RSCERT against, all damages for which it
is held liable in any proceeding arising out of the use of Specified items, pursuant
to and in compliance with this Bid/Agreement, and for all costs.

RSCERT reasonably incur in the defence of any such claim brought against RSCERT
or in any such proceeding in which RSCERT is named as a party, including
reasonable attorney’s fees, provided that RSCERT has timely notified us of such
RSCERT UDAIPUR BIDDER SIGN AND SEAL
71 OUT OF 95
Document for Hiring of an Assessment Agency

claim or proceeding. The approved Agency will indemnify the RSCERT against all
claims from a third party at any time on account of the infringement of any or all
the rights mentioned in the previous paragraphs.

JURISDICTION:-
All dispute would be subject to the jurisdiction at Udaipur.

SUPPLY CONDITION BY THE DEPARTMENT


The terms and condition with supply order imposed by the RSCERT would be the
a part of agreement and the approved supplier has to comply with by words to
words.

This Agreement will valid up to …………………………..


All terms and conditions of Bid will be the part of this agreement.

I/We had read and understand all the terms and condition of e-Bid No. …………………….
dated ……………. and agree to abide it.

Now these presents witness


In witness where of the parties here to have set their hands on the day of ………….

For and on behalf of For and on behalf of approved supplier


Director RSCERT
Date Date

Witness: 1 ………………………… Witness: 1 …………………………

Witness :2 ………………………… Witness :2 …………………………

RSCERT UDAIPUR BIDDER SIGN AND SEAL


72 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- H: Bank Guarantee Format– BID SECURITY


(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from
Rajasthan State only and to be issued by a Nationalized/Scheduled bank having its branch at
Udaipur in Rajasthan)

To,
The Director,
RSCERT,
1, Saheli marg, Udaipur

Sir,

1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB
Reference no. <Please specify> M/s. ……………………………. (Name & full address of the firm)
(Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the said
procurement/ bidding process as mentioned in the bidding document.

2. It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting
to <Rs...........................(Rupees <in words>)>............................................ in respect to the NIB
Ref. No. …………..Dated………. issued by The Director, RSCERT , Saheli Marg, Udaipur, Rajasthan by
a Bank Guarantee from a Nationalized Bank/ Scheduled Commercial Bank having its branch at
Jaipur irrevocable and operative till the bid validity date (i.e. <please specify> days from the date
of submission of bid). It may be extended if required in concurrence with the bid validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. (Rupees <in
words>)> to the RSCERT as earnest money deposit.

3. Now, therefore, we the ……………………. (Bank), a body corporate constituted


under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not
applicable) and branch Office at ………………………..(Hereinafter referred to as the Guarantor) do
hereby undertake and agree to pay forthwith on demand in writing by the RSCERT of the said
guaranteed amount without any demur, reservation or recourse.

4. We, the aforesaid bank, further agree that the RSCERT shall be the sole judge of and as to
whether the Bidder has committed any breach or breaches of any of the terms costs, charges and
expenses caused to or suffered by or that may be caused to or suffered by the RSCERT on account
thereof to the extent of the Earnest Money required to be deposited by the Bidder in respect of
the said bidding document and the decision of the RSCERT that the Bidder has committed such
breach or breaches and as to the amount or amounts of loss, damage, costs, charges and

RSCERT UDAIPUR BIDDER SIGN AND SEAL


73 OUT OF 95
Document for Hiring of an Assessment Agency

expenses caused to or suffered by or that may be caused to or suffered by the RSCERT shall be
final and binding on us.

5. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect until it is released by the RSCERT and it is further declared that it shall not be necessary
for the RSCERT to proceed against the Bidder before proceeding against the Bank and the
Guarantee herein contained shall be invoked against the Bank, notwithstanding any security
which the RSCERT may have obtained or shall be obtained from the Bidder at any time when
proceedings are taken against the Bank for whatever amount that may be outstanding or
unrealized under the Guarantee.

6. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,
registered post or other electronic media to our address, as aforesaid and if sent by post, it shall
be deemed to have been given to us after the expiry of 48 hours when the same has been posted.
7. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to
extend the period of this guarantee on the request of our constituent under intimation to you.

8. The right of the RSCERT to recover the said amount of <Rs. (Rupees <in words>) from us in
manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said
M/s. ……………………………..……(Bidder) and/ or dispute or disputes are Pending before any court,
authority, officer, tribunal, arbitrator(s) etc.

9. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to
<Rs………………….(Rupees <in words>)> and our guarantee shall remain in force till bid validity
period i.e. <please specify> days from the last date of bid submission and unless a demand or
claim under the guarantee is made on us in writing within three months after the Bid validity
date, all your rights under the guarantee shall be forfeited and we shall be relieved and
discharged from all liability there under.

10. This guarantee shall be governed by and construed in accordance with the Indian Laws and we
hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit
or action or other proceedings arising out of this guarantee or the subject matter hereof brought
by you may not be enforced in or by such count.

11. We hereby confirm that we have the power/s to issue this Guarantee in your favor under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power/s and has/have full power/s to execute
this guarantee under the Power of Attorney issued by the bank in your favor.

Date
(Signature)
Place (Printed Name)

RSCERT UDAIPUR BIDDER SIGN AND SEAL


74 OUT OF 95
Document for Hiring of an Assessment Agency

(Designation)
(Bank’s common seal)

In presence of:
WTTNESS (with full name, designation, address & official seal, if any)
(1)

(2)

Bank Details
Name & address of Bank:
Name of contact person
of Bank: Contact
telephone number:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


75 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- I: Bank Guarantee Format–PERFORMANCE SECURITY (PBG)


(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from
Rajasthan State only and to be issued by a Nationalized/ Scheduled bank having its branch
at Udaipur and payable at par at Udaipur, Rajasthan)

To,
The Director,
Rajasthan State council of
Educational Research and training,
111, Saheli Marg, Udaipur

1. In consideration of the DIRECTOR, RSCERT, UDAIPUR Govt. of Rajasthan (hereinafter called


"RSCERT") having agreed to exempt M/s ………………..................................(hereinafter called
"the said Contractor(s)" from the demand, under the terms and conditions of an Work Order
No…………………dated made between the RSCERT and ………………………-------------
………………………(Contractor) for Hiring of an Assessment Agency ...................................of
Security Deposit for the due fulfillment by the said Contractor (s) of the terms and conditions
contained in the said work order, on production of a Bank Guarantee for
Rs…………………………(Rupees………......................................................…………….only),
we……………………………………..(indicate the name of the Bank), (hereinafter referred to as "the
Bank") at the request of………………….............................................….Contractor(s) do hereby
undertake to pay to the RSCERT an amount not exceeding
Rs………………………………………………………(Rupees…….........………………only) on demand.
2. We................................. (Indicate the name of Bank), do hereby undertake to pay
Rs………………………………(Rupees.................................................. only), the amounts due and
payable under this guarantee without
any demur or delay, merely on a demand from the RSCERT. Any such demand made on the
bank by the RSCERT shall be conclusive as regards the amount due and payable by the Bank
under this guarantee. The Bank Guarantee shall be completely at the disposal of the RSCERT
and We……………………(Indicate the name of Bank), bound ourselves with all directions given
by RSCERT regarding this Bank Guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs……………(Rupees………………………only).
3. We........................................................(indicate the name of Bank), undertake to pay to the
RSCERT any money
4. so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit
or proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our
liability under these presents being absolute, unequivocal and unconditional.
5. We............................................................. (indicate the name of Bank) further agree that the
performance

RSCERT UDAIPUR BIDDER SIGN AND SEAL


76 OUT OF 95
Document for Hiring of an Assessment Agency

guarantee herein contained shall remain in full force and effective up to ......................and
that it shall continue to be enforceable for above specified period till all the dues of RSCERT
under or by virtue of the said Agreement have been fully paid and its claims satisfied or
discharged or till the RSCERT certifies that the terms and conditions of the said Agreement
have been fully and properly carried out by the said Contractor(s) and accordingly discharges
this guarantee.
6. We ..............................................(indicate the name of Bank) further agree with the RSCERT
that the RSCERT shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the said
work order or to extend time of performance by the said Contractor(s) from time to time or
to postpone for any time or from time to time any of the powers exercisable by the RSCERT
against the said Contractor(s) and to forbear or enforce any of the terms and conditions
relating to the said work order and we shall not be relieved from our liability by reason of
any such variation, or extension being granted to the said Contractor(s) or for any
forbearance, act or omission on the part of the RSCERT or any indulgence by the RSCERT to
the said Contractor(s) or by any such matter or thing whatsoever which would but for this
provision, have effect of so relieving us.
7. We.................................................. (indicate the name of Bank) further agree with the
RSCERT that the RSCERT shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and conditions
of the said work order or to extend time of performance by the said Contractor(s) from time
to time or to postpone for any time or from The liability
of………………….......................................................................
(Indicate the name of Bank), under this guarantee will not be discharged due to the change
in the constitution of the Bank or the contractor(s).
8. We ....................................................... (indicate the name of Bank), lastly undertake not to
revoke this guarantee except with the previous consent of the RSCERT in writing.
9. This performance Guarantee shall remain valid and in full effect, until it is decided to be
discharged by the RSCERT. Notwithstanding anything mentioned above, our liability against
this guarantee is restricted to Rs……………………………………………..(Rupees
.....................................................................................only).
10. It shall not be necessary for the RSCERT to proceed against the contractor before
proceeding against the Bank and the guarantee herein contained shall be enforceable
against the Bank notwithstanding any security which the RSCERT may have obtained or
obtain from the contractor.
11. We...................................... (indicate the name of Bank) verify that we have a branch
at UDAIPUR, Rajasthan. We undertake that this Bank Guarantee shall be payable at any of
RSCERT UDAIPUR BIDDER SIGN AND SEAL
77 OUT OF 95
Document for Hiring of an Assessment Agency

its branch at UDAIPUR, Rajasthan. If the last day of expiry of Bank Guarantee happens to be
a holiday of the Bank, the Bank Guarantee shall expire on the close of the next working day.
12. We hereby confirm that we have the power(s) to issue this guarantee in your favor
under the memorandum and articles of Association/constitution of our bank and the
undersigned is/are the recipient of authority by express delegation of power(s) and has/have
full power(s) to execute this guarantee for the power of attorney issued by the bank.

Dated day of for and on behalf of the <Bank> (indicate


the Bank)
Signature
(Name & Designation)
Bank's Seal
The above performance Guarantee is accepted by the RSCERT
For and on behalf of the RSCERT
Signature
(Name & Designation)

GUIDELINES FOR SUBMISSION OF BANK GUARANTEE


The Bank Guarantee shall fulfill the following conditions in the absence of which they cannot
be considered valid: -

1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value
purchased in the name of the bank.
2. Two persons shall sign as witnesses mentioning their full name, designation, address and
office seal (if any).
3. The Executor (Bank Authorities) may mention the power of attorney No. ..and date… of
execution in his/ her favor authorizing him/ her to sign the document. The Power of Attorney
to be witnessed by two persons mentioning their full name and address.
4. The Bank Guarantee shall be executed by a Nationalized Bank/ Scheduled Commercial Bank
only.
5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the
same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the
purchase of such stamp paper shall be treated as non-valid.
6. The contents of Bank Guarantee shall be strictly as per format prescribed by RSCERT
7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.
8. All corrections, deletions etc. in the Bank Guarantee shall be authenticated by signature of
Bank Officials signing the Bank Guarantee.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


78 OUT OF 95
Document for Hiring of an Assessment Agency

9. Bank shall separately send through registered post/courier a certified copy of Bank
Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at
the following address:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


79 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- J: Bidder’s Authorization Certificate


(To be filled by bidder)

To,

DIRECTOR,
RAJASTHAN STATE COUNCIL OF
EDUCATIONAL RESEARCH AND TRAINING
111, Saheli Margi, Udaipur – Rajasthan

I/We …………………………….…………………………………………………………………………(Name/Designation)
hereby declare/certify that ……………………………………………………………………. (Name/Designation)
is hereby authorized to sign relevant documents on behalf of the company/firm in dealing with
Tender.

She/he is also authorized to attend meetings & submit technical & commercial
information/clarifications as may be required by you in the course of processing the Bid. For
the Purpose of validation, his/her verified signatures are as under.

Thanking you.

Name of Bidder: Verified Signature


Authorized Signatory:
Seal of the Organization:
Date: …………………..
Place: ………………..

RSCERT UDAIPUR BIDDER SIGN AND SEAL


80 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- K: Format for submitting of doubts in pre bid meeting


(pre bid queries to be emailed to the address given in bid documents in stipulated time)

Firm name of Bidder: ……………………………………………………………………….

Sr.No. Detail of Bid condition/annexure Detail of doubt/Queries

Date: ………………….. SIGNATURE OF THE BIDDER WITH SEAL


Place: …………………… NAME:
ADDRESS:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


81 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- L : Evaluation criteria of Technical Proposal


Financial Proposal for only those bidders who have been found to be in compliance with the
technical qualification criteria mentioned above would be taken up for further evaluation.
The Procurement Entity reserves the right to check/validate the authenticity of the information
provided in the technical evaluation criteria and the requisite support should be provided by the
Bidder.
The technical evaluation bid shall be evaluated as per the technical parameters in the following
table:

S.No. Technical Qualification Criteria Documentary Evidence


1. firm’s registration under Proprietorship/Indian certificate, bye laws etc.
Partnership Act, 1932/ Indian Companies Act,
1956/LLP/Societies Registration Act,
Cooperative Societies Act along with copy of
bye laws be submitted with relevant authority
in India or any other Act of State/ Union, as
applicable for dealing in the subject matter of
procurement
2. GST Registration certificate
3. PAN no. (income tax Department) copy
4. The bidder must have at least 25 full time Certificate from Company HR
employees on its rolls on the date of publication department.
of this BID document.
5. Minimum average annual turnover of Rs. 01.00 three successive years audited
crore during any three successive financial Balance-Sheet of last four financial
years i.e.2019-20, 2020-21, 2021-22, 2022- years and profit and loss account
2023 of last four financial years and trading account of three
successive financial years of last
four years.
Annexure E

RSCERT UDAIPUR BIDDER SIGN AND SEAL


82 OUT OF 95
Document for Hiring of an Assessment Agency

6. for three years period ( 2020-21, 2021-22, copies of work order and submit
2022-2023) the Bidder Shall have successfully affidavit regarding successful
completed similar nature of work of cumulative completion of above said work.
value of minimum Rs 2.00 crore or more all
over India (any state & UT).

7. The bidder shall provide on Rs. 100 Nonjudicial as per attached format.
stamp certifying that the firm/bidder has not
Annexure N
been blacklisted in any previous contract.

Note: In the absence of any of the required documents, the bids are likely to be
Rejected.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


83 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- M: Technical Evaluation Criteria


S.No. Description (Evaluation criteria) Maximum Score Supporting
Documents Required
Technical Evaluation Framework
1. Number of projects related to building the 15 Marks
Report on the
capacity of the assessment cell of a govt.
assignments
dept to independently design and conduct
demonstrating size,
assessments (i.e., Summative, Formative,
quality and
census/sample-based assessments etc.)
outcomes of the
end to end in the last 5 years (P) (After
assessment, and
2017) Demonstrated expertise in each of
details of
the following areas:
responsibilities
a) Building strategy on different undertaken by the
assessments, capacity building agency/organization
initiatives for state level assessments
b) High quality assessment instrument Letter of award of
creation, sampling and field trails contract from the
c) End to End Logistics: Dissemination of state government/
instruments, test administration and agency in case of
collation of valid data ongoing projects
d) Capacity building initiatives at/with
state, District level representatives Letter of successful
e) Data analysis and report writing: IRT, completion of
multivariate analysis, summary of contract in case of
insights completed projects/
P=no of Projects assignments
P<2: 0 pt;
P=2: 5 pt; Documents that will
P=3: 10 pt; help identify the
P=>4: 15 pt calculate

RSCERT UDAIPUR BIDDER SIGN AND SEAL


84 OUT OF 95
Document for Hiring of an Assessment Agency

Number of projects demonstrating


2. 15 Marks Relevant documents
independentareas:
with the following
a) High quality item/ instrument creation, details may be
sampling and field trialing produced by the
b) Field training and logistics: Dissemination bidder.
of instruments, test administration and
collation of valid data
Report on the
c) Data analysis and report writing: IRT,
assessments
multivariate analysis, summary of insights
demonstrating size,
. quality and outcomes
of assessment, and
P=no of Projects
details of
P<3: 0 pt; responsibilities
undertaken.
P=3: 7 pt;
Letter of award of
P=4: 10 pt; contract from the state
government/ agency in
P=>4: 15 pt;
case of ongoing
projects

Letter of successful
completion of contract
in case of completed
projects/ assignments

RSCERT UDAIPUR BIDDER SIGN AND SEAL


85 OUT OF 95
Document for Hiring of an Assessment Agency

Team Profile:.
3. 30 Marks Resumes of the team to
(marks have been mentioned in bid documents be stationed at the site
for Team members.) and the team being
staffed on the Rajasthan
Points basis CVs: project.

Program Manager (1) 1x1=1

Assessment expert (2) 2x2=4

Data expert (2) 2x1=2

Phycological expert (1) 1x1=1

Training expert (4) 4x2=8

Subject Experts (14); 1 point per expert (14)


14x1=14

(All 14 subject expert CVs will be evaluated).

RSCERT UDAIPUR BIDDER SIGN AND SEAL


86 OUT OF 95
Document for Hiring of an Assessment Agency

Proposal and Presentation


4. 40 Marks Proposal/Presentation
outlining the approach
and detailed action plan
Proposal document and presentation on for the assignment

Technical Approach and Methodology,


indicating detailed understanding of
the scope of work / terms of reference
Suggested work plan, deliverables, proposed
Organization and Staffing

● Approach to board reforms, Summative


assessment reforms, training, Spot check
assessments to be able to handle and
execute the project: 15 points
● Proposed approach to capacity building
workshops organized for RSCERT and with
district level team: 10 points.
● Demonstration of best practices/ innovative
approaches to the assignment; with
particular emphasis of quality control of
outputs: 10 points.
● Q&A for the technical team with the RSCERT
faculty on matters related to this project: 5
points.

Total
100 Marks

Process and methodology of evaluation:

Financial bid of only those bidders with at least 50 out of 100 marks in technical
evaluation will be considered. The financial bid (fb) will be normalized on a scale of 100, with
lowest bid being normalized to 100 and the rest being awarded on a pro-rata basis. The
normalized scores would be considered for the purpose of Quality cum Cost Based Selection
(QCBS).

The individual bidder’s scores are normalized as per the formula fn = fmin/fb * 100%

RSCERT UDAIPUR BIDDER SIGN AND SEAL


87 OUT OF 95
Document for Hiring of an Assessment Agency

● fn = Normalized commercial score for the bidder under consideration


● fb = Absolute financial quote for the bidder under consideration
● fmin = Minimum absolute financial quote
● Composite Score (S) = tb * 0.7 + fn * 0.3

The bidder with the highest Composite Score(s) will be awarded the contract.

As a part of their financial bid, the bidder is required to submit the supporting documents in the
formats provided in Section.

To facilitate evaluation of proposals, the RSCERT, Udaipur may, at its sole discretion, seek
clarifications from any Bidder regarding its Proposal. Such clarification(s) shall be provided within
the time specified by the RSCERT, Udaipur for this purpose. Any request for clarifications and all
clarification(s) in response thereto shall be in writing.

If an applicant does not provide clarifications sought within the specified time, its proposal shall
be liable to be rejected. In case the proposal is not rejected, the RSCERT, Udaipur may proceed
to evaluate the proposal by construing the particulars requiring clarification to the best of its
understanding, and the Applicant shall be barred from subsequently questioning such
interpretation of the Authority.

Headquarters of the RSCERT, Udaipur will serve as the location for the assignment. The
assignment/job would entail visits to various districts and blocks in Rajasthan for piloting, trialing
and final investigation of assessments.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


88 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure N: Self-Declaration by Bidder for not being Blacklisted


[On Rs. 100 Nonjudicial Stamp Paper]
Date:…………………..
To
DIRECTOR,
RAJASTHAN STATE COUNCIL OF
EDUCATIONAL RESEARCH AND TRAINING
111, Saheli Margi, Udaipur – Rajasthan

Subject: Undertaking for not being blacklisted

We M/s ___________________ (Name of the Bidder) having head office at


_______________________________________ undertake the following

We M/s___________________ (Name of the Bidder) are not blacklisted by the Central


Government, State Governments or Government Corporations in India as on date of bid
submission.

Signed on behalf of M/s ________________________ (Name of Bidder)

Name and Designation of Signatory:

Place:

Date:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


89 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure O:Consultant’s Agencies Organization and Experience

Background
[Provide here a brief description of the background and organization of your firm/entity and
each associate for this Assignment/ job. The brief description should include ownership details,
date and place of incorporation of the firm, objectives of the firm etc. Also, if the consultant has
formed a consortium, details of each of the member of the consortium, name of lead members
etc. shall be provided]

Consultant / Agency’s Experience

Using the format below, provide information on each Assignment/job for which your firm, and
each partner in the case of a consortium or joint venture, was legally contracted either
individually as a corporate entity or as one of the major partners within an association, for
carrying out consulting Assignment/job similar to the ones requested under this
Assignment/job (If possible, the employer shall specify exact assignment/job for which
experience details may be submitted).In the case of a consortium, an association of
consultants, the consultant must furnish the following information for each of the consortium
members separately]

1 Assignment/job name
1.1 Description of Project
1.2 Approx. value of the contract (in Rupees)
1.3 Country
1.4 Location within country
1.5 Duration of Assignment/job (months)
1.6 Name of Department
1.7 Address
1.8 Total No of staff-months of the Assignment/job
Approx. value of the Assignment/job provided by your
1.9 firm under the contract (in Rupees)
1.10 Start date (month/year)
1.11 Completion date (month/year)
1.12 Name of associated Bidders, if any
1.13 No of professional staff-months provided by associated
Bidders
1.14 Name of the senior professional staff of your firm involved
and functions performed.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


90 OUT OF 95
Document for Hiring of an Assessment Agency

1.15 Description of actual Assignment/job provided by your


staff within the Assignment/job

Note: Please provide documentary evidence from the clienti.e copy of the work order, and
contract for each of the above-mentioned assignments. The experience shall not be considered
for evaluation if such requisite support documents are not provided with the proposal.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


91 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure P:Description of Approach, Methodology and Work Plan for Performing the
Assignment/Job

[Technical approach, methodology and work plan are key components of the Technical
Proposal. It is suggested that the Technical Proposal be divided into the following three
chapters]

A. Technical Approach and Methodology,


B. Work Plan, and
C. Organization and Staffing,

a) Technical Approach and Methodology. In this chapter, you should explain your
understanding of the objectives of the Assignment/job, approach to the Assignment/job,
methodology for carrying out the activities and obtaining the expected output, and the degree
of detail of such output. You should highlight the problems being addressed and their
importance, and explain the technical approach you would adopt to address them. You should
also explain the methodologies you propose to adopt and highlight the compatibility of those
methodologies with the proposed approach.

b) Work Plan. The bidder should propose and justify the main activities of the Assignment/job,
their content and duration, phasing and interrelations, milestones (including interim approvals
by the RSCERT, Udaipur), and delivery dates of the reports. The proposed work plan should be
consistent with the technical approach and methodology, showing an understanding of the TOR
and the ability to translate them into a feasible working plan. A list of the final documents,
including reports, drawings, and tables to be delivered as final output, should be included here.
The work plan should be consistent with the work schedule.

c) Organization and Staffing. The Bidder should propose and justify the structure and
composition of their team. A list of the main disciplines of the Assignment/job, the Project
Manager responsible, and proposed technical and support staff should be provided.

RSCERT UDAIPUR BIDDER SIGN AND SEAL


92 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure Q: Team Composition And Task Assignment/Jobs

Professional Staff

Sr. Name of Staff Qualification Experience Position / Task


No. s (in years) assigned for this job

RSCERT UDAIPUR BIDDER SIGN AND SEAL


93 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure R: Curriculum Vitae (CV) For Proposed Professional Staff

1. Proposed Position:

2. Name of Firm:
[Insert the name of firm proposing the staff]:

3. Name of Staff: [Insert full name]

4. Date of Birth:

5. Nationality:

6. Education:
[Indicate college/university and other specialized education of staff member, giving names
of institutions, degrees obtained, and dates of obtainment]:

7. Other Training relevant to the assignment

8. Overall employment Record:


[Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of
employment, name of employing organization, positions held]:

From [Year]: To Year]:


Department:
Positions held:
Detailed Tasks Assigned
[List all tasks to be performed under this Position]

9. Work undertaken that best illustrates capability to handle the tasks related to the
assignment

[Among the Assignment/jobs in which the staff has been involved, indicate the following
information for those Assignment/jobs that best illustrate staff capability to handle the
tasks listed in the assignment]
Name of Assignment/job or project:
Year:

RSCERT UDAIPUR BIDDER SIGN AND SEAL


94 OUT OF 95
Document for Hiring of an Assessment Agency

Annexure- S Statement of Past Work Experience and Performance


We ………………………….(name of firm) do hereby undertake that we have supplied specified items
as per details given below:-

Order Date of
Remarks Has the
Placed by Order completion of
indicating Specified
(Full address No. and delivery
Financial Descriptio reasons Service
of purchaser Date &
Year n of Work for late been
with Value of As per
Actual delivery, supplied
telephone & Order contract
if any satisfactory
Fax no.
1 2 3 4 5 6 7 8
2020-21

2021-22

2022-23

Note:

1. It shall be notarized and submitted with technical Bid in original.


2. The above information may be verified from relevant documents of bidder.
3. The bidder shall provide Certificate/documents regarding successful completion of the above
said work in support of his claim.

Date: Signature of Bidder with Seal


Place: Name & Address

xxxxxxxxxxxxxxxxxxxxxxxxx END OF THE DOCUMENT xxxxxxxxxxxxxxxxxxxxxxxxxxx

RSCERT UDAIPUR BIDDER SIGN AND SEAL


95 OUT OF 95

You might also like