Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Similar documents
Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

TENDER DOCUMENT FOR INSTALLING AADHAR BASED BIOMETRIC MACHINES AT LOCATIONS ACROSS INDIA

NOTICE INVITING TENDER

Short Term E-tender Notice for Internet Lease Line

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

BID DOUCMENT FOR ELECTRONIC TENDRING

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

BID DOUCMENT FOR ELECTRONIC TENDRING

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

Short Term Tender Notice for Printing of MCP Card

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

NOTICE INVITING TENDERS

INDIAN INSTITUTE OF SCIENCE BENGALURU

/ :55 P.M :00 A.M.

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

TECHNICAL OFFER (ENVELOPE I)

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

SPORTS AUTHORITY OF INDIA NETAJI SUBHAS NATIONAL INSTITUTE OF SPORTS : PATIALA (PUNJAB)

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

No: SDCMU/QC/72/TENDER/ 9421 / Date: 31/01/2018. TECHNICAL TENDER PART 1 (e-tender)

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

BOARD OF SCHOOL EDUCATION HARYANA,BHIWANI. Re-Tender NOTICE OF WASTAGE SWEEP (RADDI) FOR THE YEAR BSEH/MM/05/Wastage Sweep Dated:

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

Tender Notice. For. Purchase of Laptops

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

Details of the tender can be obtained from our website (

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

NAVODAYA VIDYALAYA SAMITI, REGIONAL OFFICE, BHOPAL

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

for SUPPLY OF HP TONER CARTRIDGE

Short Notice Inviting Tender for Supply, Installation, Commissioning and Maintenance of CCTV Systems with Central Monitoring System

TENDER NOTIFICATION FOR SUPPLY OF WALL CALENDARS

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/23. Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator).

Tender No. AAI/CC/205/88/ / Date:

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA

THE COTTON CORPORATION OF INDIA LTD. CBD BELAPUR, NAVI MUMBAI.

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

Sports Authority of India, Sports Training Centre, Dharamshala.

Ref. No. P&S/F.2/OR/198/ Date:

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

Notice Inviting E-Tender No. NC CHE & NC CHE KVA UPS

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

OSMANIA UNIVERSITY HYDERABAD , INDIA

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated:

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

at 13:30 hrs

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi Phone:

Indian Overseas Bank Printing and Stationery Department Central Office Phone No ,

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

REQUEST FOR PROPOSAL

Tender Fee Rs.1000/- plus GST 18% Last date and time for submission of Sealed Tenders up to 2.30pm

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

Notice Inviting Tender No. : PU/Tender/ News Paper Advt. Agn./ /1 Dated:

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS:

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

NATIONAL INSTITUTE OF FASHION TECHNOLOGY, BENGALURU.

Phone No

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

Medals: (As per Specifications in Annexure A of the tender) 1.02 Die for new medals: (Sample can be seen at University office) INR Zero only

Engagement of Chartered Accountant Firm. for. Maintaining the Accounts of HSTES

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

NORTH CENTRAL ZONE CULTURAL CENTRE

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following:

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

(A statutory body of Govt of Kerala)

General Terms & Conditions

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

TENDER FORM. Tender Enquiry No. IISERBpr/IWD/ /17 Date: Last date for receipt of Quotation/Tender:

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

TENDER DOCUMENT INVITATION OF TENDER FOR PRINTING OF LETTER HEADS, ENVELOPS, VISITING CARDS, TAR (DAMBAR) ENVELOPES ETC.

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

REQUEST FOR PROPOSAL FROM CHARTERED ACCOUNTANT FIRMS FOR

Transcription:

Price Rs.5000/- No. CCTV/2017 Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2017. To Secretary, Board of School Education Haryana, Bhiwani - 127021 (Ph.: 01664-243336 FAX : 01664-241611) Signature of bidder with Seal, Stamp and Address Page 1

DOCUMENT CONTROL SHEET 1. Name of Organization Board of School Education Haryana, Bhiwani 2. Scope of work Providing services for Live CCTV surveillance system in Examination venues on turnkey basis for HTET Exam Dec. 2017. 3. Tender Type Open 4. Tender category Services 5. Tender document Download Start Date 03-11-2017 6. Tender document download End Date 10-11-2017 7. Bid validity One year beyond the closing date of tender 8. Tender fee (non-refundable and nonadjustable) Rs.5,000/- to be deposit in to Board Account Account Name: Secretary, Board of School Education, Haryana IFSC Code: HDFC0000479 Account Number: 04791450000663 Through RTGS. 9. Earnest money deposit (EMD) Rs.2,00.000/- to be deposit in to Board Account Account Name: Secretary, Board of School Education, Haryana IFSC Code: HDFC0000479 Account Number: 04791450000663 Through RTGS. 10. Last date and time for submission 10-11-2017 11:00 AM. of Bids 11. Date and time of opening of 10-11-2017 11:30 AM. technical bids 12. Tender should be addressed to Secretary, Board of School Education Haryana, Bhiwani 13. Address for communication Assistant Secretary, (Conduct Branch) Board of School Education Haryana, Bhiwani 14. Period of completion of work As per Terms & Conditions of tender & Award letter. 15. Validity of contract/rates Up to 1 year from date of award & can be extended for Two years on satisfactory performance on same terms & conditions. Page 2

INDEX S. No. TOPIC PAGE NO. A. Instruction to Bidders 04 B. Tender notice 05 C. Tender Fee, Earnest Money Deposit and 06-07 Performance Security D. Scope of Work 08-09 E. Terms and Conditions 10-11 F. Negotiation, Penalty Clause & Payment Clause 12 G. Bid Opening Process 13-17 Page 3

A. INSTRUCTION TO THE BIDDERS 1) Please go through the Tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents including the names and content of each of the documents that need to be submitted. Any deviations from these may lead to rejection of the bid. 2) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the Tender document/schedule. 3) Bidders should take into account any corrigendum published on the Tender document before submitting their bids. All such corrigendum will be placed on BSEH website www.bseh.org.in & www.etenders.hry.nic.in Page 4

B. Re-Tender Notice:- BOARD OF SCHOOL EDUCATION HARYANA, BHIWANI (An ISO Certified Organization) NOTICE INVITING RE-TENDER Secretary on behalf of Board of School Education Haryana, Bhiwani invites sealed retenders under two bid systems (Technical & Financial) from the reputed, Firms /Companies/Agencies/Societies having adequate infrastructure and Experience of handling the works of Providing services for Live CCTV surveillance system in Examination venues and Board Control Room on turnkey basis for various Examinations conducted by the Board Including HTET Exam. The exam will be conducted in two days (one Shift in first day and Two shifts in second day) and No of centres approximately 600.The Tender Document will available on www.etenders.hry.nic.in & Board s Website www.bseh.org.in downloaded from the Board website for viewing from 03-11-2017 and last date for submission of bid documents is 10-11-2017 at 11 am. Any amendment /correction in the Tender Document will be done by the Board Authority through www.etenders.hry.nic.in & www.bseh.org.in. Prospective bidders are requested to regularly visit/check the Board s Website. The cost of bid document is 5000/- and EMD of Rs. 2,00,000 Lakh to be deposited in Board s Account Number 04791450000663 of HDFC Bank through RTGS (Real Time Gross Settlement) and the proof of deposited slip should be enclosed/upload with the tender document. Completely filled-up Bid Document must be submitted only online to Secretary, Board of School Education Haryana, Bhiwani through www.etenders.hry.nic.in. The Technical Bids shall be opened on 10-11-2017 at 11.30 am by the committee authorized by the Secretary for this purpose in the Board s Committee Room in the presence of the bidder who wish to remain present. The Financial Bids for the bidder whose Technical Bids found complete and confirm the eligibility criteria, shall be opened on 10-11-2017 at 3 pm. No tender by Fax/E-mail will be entertained. Conditional tender will not be accepted. Incomplete bids shall be similarly rejected. The competent authority of the Board reserves the right to accept or to reject any or all bids without assigning any reason. These bidders who have submitted their earlier with EMD do not have to submit their EMD again. SECRETARY Page 5

C. TENDER FEE AND EARNEST MONEY DEPOSIT 1) The tender fee (non-refundable and non-adjustable) of Rs. 5000/- is to be deposit into Board s Bank Account Number 04791450000663, IFSC Code HDFC0000479 through RTGS. 2) Earnest money deposit (EMD) of Rs. 2,00,000/- only (Rupees Two Lakh Only) is to be deposit into Board s Bank Account Number 04791450000663, IFSC Code HDFC0000479 through RTGS. 3) Bids without tender fee and/or EMD shall be rejected. 4) In the case of those Bidders who fail to qualify the eligibility criteria and whose technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded to them without any interest within one month from date of finalization of technical bids. Page 6

PERFORMANCE SECURITY DEPOSIT/ BANK GUARANTEE The successful bidder shall submit an unconditional and irrevocable performance demand Draft/Bank guarantee in the favour of Secretary, BSEH, Bhiwani of an amount equivalent to 10% of contract value valid for 90 days beyond the date of completion of Contract from any scheduled commercial bank located in India at his own expense within 7 working days from the date of issue of Work Order of the Contract failing which the work order stands cancelled and EMD shall be forfeited. Page 7

D. DETAIL SCOPE OF WORK: 1. Secretary, BSEH proposes to invite Technical and Financial Bids from the authorized Service Provider(s) to install, commission and operationalize the required Number of CCTV for close observation of activities of candidates Live & their recording in the Examination Centres on the day of examination, as per the requirement: I. The installation of CCTV should be made at least one day in advance from the scheduled date of examination and or in such a way that the CCTV are required to be functional for one hours before the scheduled time of commencement of the examination and ½ hour after the completion of the examination. II. To organize and provide required manpower to install the CCTV devices at the Centres. III. In case of Live CCTV surveillance, Cameras should be connected to internet and Control room need to be setup at BSEH. IV. To provide uninterrupted service of CCTV along with back-up of CCTV and ensure proper working of CCTV during the conduct of examination. V. During the period of examination, CCTV facility shall not be interrupted due to any technical fault, etc., and the Agency shall take due care of functioning of CCTV with adequate backup of CCTV during the conduct of written examination and as per the time period mentioned in the Work Order of respective assignments. VI. The bidder is required to submit complete recording of the entire examination duration within 10 days of successful completion of the examination. VII. Power backup and other arrangements on every center would be done by the bidder. VIII. The hardware required for the job shall be procured and maintained by the service provider and Training/ sensitization of staff deployed at the examination Centres shall be imparted by the service provider. IX. In case of 3 cameras a. One camera with one Led screen of 17 Inch need to install in control room. b. Two Cameras need to install on Entry Gate. X. In case of 16 Cameras a. One camera with one Led screen of 17 Inch need to install in control room. b. Two Cameras need to install on Entry Gate. c. One Camera each need to install in all exam rooms. i.e. 13 rooms XI. The liability of the board will only be limited up to payment of the rental/lease value of the cameras/ hardware provided and which includes connected service of the job, XII. Computer/ Laptop and manpower will be provided by vendor in Main Control Room, Bhiwani and internet will be provided by BSEH. XIII. Internet, Power backup and other arrangements on every center would be in the scope of bidder. XIV. Service Provider should have at least 2000 cameras in stock. The above scope of work also includes the following in addition to above: The bidder will have to ensure that the CCTV provided work properly, during the entire duration of the examination in the Centres or as ordered. The bidder will have to install 2 megapixel CCTV camera in the Centre. Page 8

2. The Bidder should satisfy the following criteria: (i) (ii) Firm or organization, whether partnership or proprietorship or Limited Company must be clearly mentioned in the tender. If partnership firm, the names & addresses of the partners and if Limited Co., the names and addresses of the Directors and Registration Number may be expressly stated. (iii) Copies of Registration certificate of GST / Pan Card must also be enclosed. Tax at source will be deducted at the rate applicable at the time of payment. (iv) Bidder should have executed at least one order of installation of CCTV Cameras on rental basis in minimum 100 Examination Centres/ One single order of executing CCTV Cameras on Rent having value at least 10 lacs from the Government Organization/ Public Service Commission/ PSU/ Central/state Govt for the provision of CCTV Services. (v) The bidder should not have been debarred/ blacklisted by any Organization/ Board/ Council/ University/ Commission and any other Government/ Government undertaking organization in the last five years 3. Documents: i) Documentary evidence in support duly certified by Authorized Signatory. The required completion certificate of above mentioned eligibility criteria must be enclosed. ii) Copy of registered partnership deed in case the firm is in partnership/ Copy of shop Establishment certificate in case of Proprietorship and Memorandum of articles in case the firm is Private Limited / Public Limited Company along with copy of registration. iii) The bidder has to undertake that the firm/individual State has not been blacklist from participation in tender anywhere in Central/state govt. Depts. /Central Govt. PSUs /Consumer Society approved by Central Govt iv) PAN Card, TIN No. & Bank Account no: & a copy of Registration of GST Page 9

E. TERMS AND CONDITIONS 1. The technical bid shall contain the documents specified or claimed by the bidder fulfilling the Eligibility and should be signed by the bidders failing which the bid will be summarily rejected. 2. The rates so quoted should be Exclusive of all taxes. 3. The examination centres are all over Haryana & Chandigarh. The Board may add/remove city of examination which will be informed to bidder well in time. 4. The Board reserves the right to restrict and deny the entry to any staff member of the bidder, if so deemed appropriate by it, in examination centre. 5. The bidder will ensure that the staff engaged are disciplined and maintain full decorum of the office. 6. The successful bidder shall make arrangement for check-up of the CCTV at his own cost and shall keep all the machines in perfect working condition at all time, so as to ensure smooth running of work. In case of failure of any of the CCTV, the bidder shall have to make alternative arrangement immediately so that the work does not suffer. 7. The CCTV surveillance should have Power backup for continuous working. 8. Continuance of the contract and payment of the work done shall be subject to satisfactory performance and fulfilling of all the terms and conditions of the contract duly certified by concerned officer/ in-charge. The contract may be cancelled at any time without assigning any reason for the same. The decision of the Chairman, BSEH in this regard shall be final and binding. 9. Time is the essence of the contract and the bidder shall adhere to the time schedule as prescribed by the BSEH for execution of the work. 10. If it is found at any time that the CCTV is not functioning in accordance with the agreed terms and conditions, the BSEH shall be entitled to withhold all payment of the bidder and forfeit the Bank Guarantee. 11. The bidder will ensure that the space provided to it by the BSEH is not misused in any manner. 12. An appropriate agreement will be executed by the successful bidder with the Board, on the agreed terms and conditions. The Board will deal with the successful bidder directly and no sub-contract/agent/consultant etc. should not be allowed. Page 10

13. The Board, in its discretion, reserves the right to reject or accept any bid without assigning any reason thereof. 14. If work gets stopped due to fault of the bidder, then penalty shall be levied for such stoppage at such rate as given in penalty clause. 15. The service provider is advised to visit all the Centres well in advance of the examination date to get acquainted with the available facilities at the center. 16. The Bidder s turnover in last three financial years on an average one Crores in each year (Supported by Financial statements, Balance Sheet duly certified by the Chartered Accountant), etc i.e (2014-15, 2015-16 and 2016-17). The bids with annual turnover less than prescribed limit will not be considered for evaluation process and would be rejected without assigning any reason. 17. Along with the live cameras, Jammers will also be installed and both these will be made operational simultaneonoly During Examinations. Page 11

NEGOTIATION Negotiation will be done as per Govt. Instructions. G. PENALTY CLAUSE 1 The time schedule has to be strictly adhered as the examination related work is highly time bound. In case of failure at the Centre on the part of the agency or on part of equipment s failures, it shall be liable to pay penalty @ Rs. 2000/- Per Camera per shift along with Camera Payment in case camera recording is missing. 2 In case if the Board is of the view that the work has not been satisfactorily and professionally performed by the bidder, the Board shall in addition to forfeiture of performance security and EMD shall be entitled to terminate the agreement without giving any notice. 3 If a dispute arises out of or in connection with this contract, decision of the Board Chairman shall be final and binding. All disputes in this connection will settled in jurisdiction of Bhiwani Court. 4 The Board also reserves the right to cancel/modify / relax any of the terms & conditions of the tender by declaring / publishing such amendments in a manner that all prospective vendors / parties to be kept informed about it. H. PAYMENT CALUSE a) No advance payment shall be made under any circumstances to the successful bidder. b) Rate quote by the bidder shall be Exclusive of all incidental cost of service provider including transportation, handling, and installation. c) The payment shall be in Indian Rupees and shall be paid only as per term & condition of payment. d) The payment will be made within 30 days of receipt of such certificate, along with all data in Hard Disk & center wise data in Pen Drive after satisfactory report by the branch. Hard Disk and Pen Drive is to be provided by the firm. e) Performance bank guarantee needs to be submitted by successful bidder before signing of agreement between Board and successful bidder. f) All Payment shall be subject to deduction of applicable TDS. Page 12

I. BID OPENING PROCESS 1) Technical bids of only those bidders, whose Tender Fee and EMD instruments are found to be in order, will be opened on the date and time of opening of Technical Bid in the presence of the representatives of the bidders who chose to remain present at Board Office. 2) The financial Bids of only those Bidders short listed from the Technical Bids will be opened in the presence of their representatives on a specified date and time, to be intimated to the eligible Bidders. 3) No enquiry shall be made by the bidder(s) during the course of evaluation of the tender, after opening of bid whether technical and financial, till final decision in this regard conveyed to the successful bidder(s). However, Committee of the Board or office can make any enquiry / seek clarification from the bidder, which the bidders must furnish within the stipulated time or else the bid would be evaluated on the basis of papers/ documents submitted by the Bidder. No separate representation would be entertained in this regard by the Board. Page 13

TECHNICAL BID 1. Name and address of the Firm / Company with contact details :- Telephone/Mobile: Fax :- Email: Contact details of the Person authorized to make communication with BSEH Name Designation Phone/Mobile No. Fax NO. E-Mail ID 2. Company /Firm Details Type of Company (PSU, Pub. Ltd /Pvt. Ltd/ LLP/ Proprietorship/ any other) Company / Firm Registration No. & Date OF registration Year of incorporation / establishment PAN No. (Copy to be enclosed) GST Registration (Copy to be enclosed) ISO Certification (9001-2008 / 27001-2013) (Copy to be enclosed) 3. Financial Information Balance Sheet 2014-15 2015-16 2016-17 a. Gross annual turnover b. Profit/loss 4. Proposed (tentative) manpower to be deployed by the bidder 5. Quantity of CCTV available with the agency Ownership basis Rental basis ANNEXURE - I 6. Project / work completed Work 1 Work 2 Work 3 a. Name of Project / work b. Name Of Client c. Years of Execution of the Project d. Project Value e. Remarks, if any Page 14

7. Detail of Tender Fee and Earnest Money Deposit (Scanned Copy Attached) Note: Following must be attached with technical bid 1. Copy of PAN Card of the Firm 2. Copy of Certificate of GST Registration No. 3. Copy of Balance sheet of 2014-15, 2015-16 and 2016-17. 4. All documents to support technical eligibility must be enclosed duly certified by Authorized signatory. 5. Any other certificate as per Technical Requirement mentioned above. Page 15

FINANCIAL BID ANNEXURE - II The Financial Bid should be submitted as per the following format: For providing services for Live CCTV surveillance system in various Examination venues on turnkey basis for various Examinations conducted by the Board. Detail of the rate Quoted Si. No. 1 2 Description Providing services for CCTV surveillance system in Examination venues on turnkey basis for Examinations conducted by the Board (Only Recording) Providing services for LIVE CCTV surveillance system in Examination venues on turnkey basis for Examinations conducted by the Board Rates Per Camera Per Day (3 Cameras) Rates Per Camera Per Day (16 Cameras) Note I. Rate should be quoted as Exclusive of Service Tax. II. Service Tax/ GST will be applicable as per Central / State Govt. rules / regulations. III. IV. Above rates include travelling, lodging, fooding etc. Power back will be Service provider responsibility. Page 16

FORWARDING LETTER (SELF DECLARATION FORM) (To be submitted on Bidder s letter head) Date To Secretary, Board of School Education Haryana, Hansi Raod, Bhiwani-127021. Ref: Tender Notice No. dated Sir, This is with reference to above mentioned tender for installation of CCTV in examination centres. We hereby submit our proposal along with the necessary documents and we hereby declare that our company is having unblemished past record and was not under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of India or any State Government /PSU in the country of India. Further, we agree to abide by all the terms and conditions as mentioned in the tender documents. We have also noted that the Board reserves the right to consider / reject any or all bids without assigning any reason thereof. Date: Authorized Signatory: Name: Designation: Place: Contact No: Email: Company Seal and Signature Page 17