Nothing Special   »   [go: up one dir, main page]

CBSE - Staffing

Download as pdf or txt
Download as pdf or txt
You are on page 1of 31

Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

Central Board of Secondary Education


(C.B.S.E)
Regional Office-Chennai & Centre of Excellence

Tender for Providing Manpower Services in the Central Board of


Secondary Education, Regional office, Chennai

REGIONAL OFFICE – CHENNAI


New No.3, ‘J’ Block, 16th Main Road, Anna Nagar (West),
TamilNadu, Chennai-600040
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

Central Board of Secondary Education


TENDER NOTICE
NOTICE INVITING BIDS FOR PROVIDING MANPOWER SERVICES
Central Board of Secondary Education (CBSE) invites bids from reputed agency/ firm for
Providing Manpower Services in CBSE offices in Chennai. The successful bidder at the end of the
bidding process may be awarded a contract to carry the work.
Interested organizations can download the Tender document from CPP e-procurement portal
and interested agency will fill the complete tender form at CPPP e-Procurement site
https://eprocure.gov.in/eprocure/app only as per the schedule as given in CRITICAL DATE SHEET as
under:-
CRITICAL DATE SHEET

Published Date 18 Jun 2020 (05.00 PM)


Bid Document Download / Sale Start Date 18 Jun 2020 (05.00 PM onwards)
Clarification Start Date & Time 20 Jun 2020 (10.00 AM)
Clarification Closing Date & Time 20 Jun 2020 (04.00 PM)
Bid Submission Start Date 21 Jun 2020 (05.00 PM)
Bid Submission End Date 13 Jul 2020 (11.00 AM)
Technical Bid Opening Date 14 Jul 2020 (03.00 PM)
Duration of Contract 1 Year
Tentative Cost of Tender Rs. 90,00,000 /-
Validity of Bid 90 Days

Bids shall be submitted only in online mode at CPPP website:


https://eprocure.gov.in/eprocure/app.
The cost of the Bid Document is Rs. 1000/- (Rupees One Thousand only) which is non-
refundable and the same is to be deposited online at the time of submission of bid document Bids
shall be submitted online only as per critical date sheet at CPP eProcurement website:
https://eprocure.gov.in/eprocure/app.

Earnest Money deposit (EMD) of Rs. 2,00,000/- in the shape of an Account Payee Demand
Draft, Fixed Deposit Receipt, Banquers Cheque or Bank Guarantee from any commercial Bank
favoring “ The Regional Officer CBSE Payable at Chennai” or through electronic fund transfer
in CBSE A/c No. 0974101019482, IFSC Code CNRB0000974, Canara Bank, Chennai.

The Hard Copy of original instruments in respect of cost of tender document, EMD and
tender fee to be sent to the Regional Officer at the address indicated below on or before bid
opening date/time as mentioned in critical date sheet.

Tender documents received in incomplete shape or beyond the stipulated period shall not be
entertained under any circumstances. The authority reserves the right to accept or reject any or
all tenders without assigning any reason thereof.

Address:
Address:-
Central Board of Secondary Education
No.1630-A , J Block, 16th Main Road, Anna Nagar(West)
Chennai-600040. Cont. No:- 044-26162213,26162214, Fax No. 044-26162212
E-mail:- rochennai.cbse@nic.in/ admn.cbsechennai@gmail.com

Page 2 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

CONTENT

S.N Description Page No

1 Instruction to Bidders 4

2 Minimum Eligibility Criteria 5

3 Terms and Conditions 6-12

4 Special Condition of Contract (SCC) 13-14

5 Schedule of Works/ Requirements 15-18

6 Instructions for Online Bid Submission 19-21

7 Annexure I – Technical Bid 22

8 Annexure II – Financial Bid 23

9 Annexure III - Pre Contract Integrity Pact 24-28

10 Annexure IV – List of required Manpower 29-32

11 Tender Acceptance Letter 33

Page 3 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


INSTRUCTIONS TO THE BIDDERS
A. For the Bidding / Tender Document Purposes, ‘Central Board of Secondary
Education’ shall be referred to as ‘CBSE’ and the Bidder / Successful Bidder
shall be referred to as ‘Contractor’ and/ or Bidder or interchangeably.
B. No claim on account of any errors detected in the tender documents shall be
entertained.
C. Please go through the Tender document carefully to understand the
documents required to be submitted as part of the bid.
D. Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the Tender document/schedule.
E. Bidders should take into account any corrigendum published on the Tender
document before submitting their bids.
F. The technical bids will be opened online as per the date sheet. The date and
time for opening of financial bids shall be informed online to those who will be
found technically suitable.
G. The bidders should write the name of their organization and ‘EMD/Tender fee
for Manpower Services’ on the backside of the Demand Draft and send the
hard copy of the Demand Draft to CBSE, RO, Chennai on the address as
mentioned above in the Tender Notice.
H. 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 interest. Earnest Money Deposit of the successful
bidder will be returned after submission of the performance bank guarantee.
I. The successful bidders shall submit performance security deposit in the form
of Demand draft / FDR of Nationalized/scheduled commercial bank in the
favour of “Regional Officer, CBSE, Chennai” of an amount equivalent to 10%
of contract value valid for 180 days beyond the date of completion of all
contractual obligations of supplier including warranty obligations from any
scheduled commercial bank located in India at his own expense within 15
working days from the date of issue of Work Order of the Contract or prior to
signing of the Contract whichever is earlier, failing which the work order
stands cancelled and EMD shall be forfeited.
J. The bidder shall attach the copy of the authorization letter / power of Attorney
as the proof of authorization for signing on behalf of the Bidder.
K. All Bidders are hereby explicitly informed that conditional offers or offers with
deviations from the conditions of Contract, the bids not meeting the minimum
eligibility criteria, Technical Bids without EMD & Tender fee of requisite
amount/format, or any other requirements, stipulated in the tender documents
are liable to be rejected.
L. The Bidding Company should only be a Limited/Private Limited Company,
registered under the Companies Act, 1956/ 2013. Bidding in the form of
Proprietorship Firm/Joint Venture/ Consortium is not permitted.
M. For all purposes of the contract including arbitration thereunder, the address of
the bidder mentioned in the bid shall be final unless the bidder notifies a
change of address by a separate letter sent by registered post with
acknowledgement due to the Central Board of Secondary Education. The
bidder shall be solely responsible for the consequences of any omission or
error to notify change of address in the aforesaid manner.
N. The Manpower strength may increase or decrease as per our requirement at
the sole discretion of the Competent Authority of the Board.

Page 4 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


MINIMUM ELIGIBILITY CRITERIA

The following shall be the minimum eligibility criteria for selection of bidders
technically.

i) Location: The Bidder should have registered or Branch Offices or operational


office located in Chennai.
ii) Legal Valid Entity: The Bidder shall necessarily be a legally valid entity either
in the form of a Limited Company or a Private Limited Company registered
under the Companies Act, 1956/ 2013. Bidder in the form of JV/consortium,
Proprietorship and Partnership is not permitted. A proof for supporting the
legal validity of the Bidder shall be submitted. Attested Copy of Certificates of
Incorporation issued by the respective registrar of firms/companies.
iii) Registration: The Bidder should be registered with the Income Tax
Department, Employees Provident Fund Organization, Employees State
Insurance Corporation and
iv) Also registered under the labour laws holding valid license/permit.
v) The Bidder should also have a valid GST Registration No. Attested Copy of
GST Registration Certificate should be attached.
vi) Experience of Similar work: The Bidder should have experience of similar
work (providing manpower-refer-Annexure-A) in Govt.
Ministries/PSUs/Banks/Autonomous Bodies/ Reputed Private Organizations
for atleast two years. Attested copy of experience certificates for completed
work issued by the Government Ministries/PSUs/Autonomous Bodies/Public
Sector Companies/Bank and Government Departments/ Private Organization
etc. shall be acceptable.
vii) Turnover: The Bidder should have a minimum financial turnover of Rs. 3.0
crores per annum during the last two financial years. Attested copy of the
audited balance sheets for the completed two financial years.
viii) Attested copies of PAN, Labour Registration, EPFO Registration, ESIC
Registration shall be acceptable.
ix) Attested copy of manpower wages roll and EPFO Challan in support of
available manpower (duly submitted to EPFO) in respect of the previous four
quarters shall be acceptable. Attested copies of ISO 9000, OHSAS 18001,
ISO 14001 etc.
x) Quality Certification: The Bidder should have quality certification w.r.t SOPs,
Environmental Management and Occupational Health and Safety
Management for Manpower services.

Page 5 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

TERMS AND CONDITIONS


1. The bids without Earnest Money or Tender Fee shall be summarily rejected.
2. No claim shall lie against the CBSE in respect of erosion in the value or interest on the
amount of earnest money deposit or security deposit.
3. The bid security may be forfeited:
(i) If the bidder withdraws his bid during the period of bid validity specified by the bidder in
the bid form; or
(ii) In case of successful bidder, if the bidder
(a) Fails to sign the contract in accordance with the terms of the tender document
(b) Fails to furnish required performance security in accordance with the terms of tender
document within the time frame specified by the CBSE.
(c) Fails or refuses to honor his own quoted prices for the services or part thereof.
4. Bidders shall not be permitted to withdraw their offer or modify the terms and conditions
thereof. In case the bidder fails to observe and comply with the stipulations made herein or
backs out after quoting the rates, the aforesaid bid security shall be forfeited.
5. Bids shall remain valid and open for acceptance for a period of 90 days from the last date
of submission of Bids.
6. Abnormally Low Rates –
a) All the prospective bidders must ensure that bid price is not abnormally low considering
all material concern and having substantial impact on performance and capability of
prospective bidder.
b) If a bid is found abnormally low, then Board may seek written clarification from the
bidder including detailed price analysis of bid price in relation to scope, schedule,
allocation of risk and responsibility and any other requirement of the bid document.
c) If after analysis of bid price, CBSE finds that the bid price is abnormally low or bidder
has substantially failed to demonstrate its capability to deliver the contract at offered
price then bid/proposal may be rejected.
7. The bids shall be opened only online on CPP e-procurement portal.
8. Micro and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by
Department of Micro, Small and Medium Enterprises (MSME) or the firms/ tenderers who
are registered with the Central Purchase Organization or the concerned Ministry or
Department or Start-ups as recognized by Department of Industrial Policy and Promotion
(DIPP) are exempted from depositing EMD. However, the performance security shall be
obtained from the successful bidder irrespective of their registration status etc.
9. If a Force Majeure situation arises, the firm/ agency will promptly notify this office in writing
of such condition and the cause thereof. Unless otherwise directed by this office in writing,
the firm/ agency shall continue to perform its obligations under the Tender/ Contract as far
as is reasonably practical, and shall seek all reasonable alternative means for performance
not prevented by the Force Majeure event. For purposes 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, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.
10. The bids can be submitted only through online mode on CPP Portal. Any Bid (s) received
offline shall not be considered.
11. In case of dispute, the matter shall be resolved by amicable solution by mutual discussion
of both the parties and the decision of the Regional Officer, CBSE shall be final. All the
disputes are subject to Chennai jurisdiction only.
12. The technical bids shall be evaluated based on the available documents submitted by the
bidder online on CPP e-procurement portal. To assist in the examination, evaluation, and
comparison of the bids, and qualification of the bidders, the CBSE may, at its discretion,
ask any bidder for a clarification of its bid. Any clarification submitted by a bidder that is not
in response to a request by the CBSE shall not be considered. The CBSE’s request for
clarification and the response shall be in writing.

Page 6 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

13. Technical Bid Evaluation - The tendering evaluation shall be done on weightage with
60% to technical evaluation and 40% to financial evaluation. During the technical
evaluation stage, each bidder shall be assigned different marks out of a total of 100 marks,
as per the criteria specified below:
a) Number of years in Operations Max 25 Marks
Less than 02 years 00 Marks
2-5 years 10 Marks
5-10 years 15 Marks
10 years and above 25 Marks
b) Turnover (Last Financial Year) Max 25 Marks
Less than Rs. 3 Crores 00 Marks
Rs. 3-5 Crores 10 Marks
Rs. 5-10 Crores 20 Marks
Rs. 10 Crires and above 25 Marks
c) Number of Manpower on roll Max 25 Marks
Less than 200 05 Marks
200-500 10 Marks
500-800 15 Marks
800 and above 25 Marks
d) Quality related marks Max 25 Marks
ISO 9001 05 Marks
ISO 14001 10 Marks
OHSAS 18001 10 Marks
14. A Bidder should secure mandatorily a minimum of 60% marks (i.e. 60 marks out of total
100 marks as per S.N 13 above) in Technical Evaluation in order to be a qualified bidder for
being eligible for Technical weightage and subsequently for opening of Financial Bid.
15. The total marks obtained by a Bidder in the technical bid (as per S.N 13 above) shall be
allocated 60% of technical weightage and the financial bids shall be allocated 40% of the
financial weightage, and thereby making a total of 100% weightage for the complete
bidding.
Illustration 1 (for Technical Weightage)
If a Bidder has secured 80 marks out of the total 100 marks in technical evaluation after
following S.N 13, his technical weightage shallbe:48 i.e. {80 x 60%)
16. The Bidder shall be required to produce attested copies of the relevant documents in
support of S.N 13 in addition to the documentary evidences as asked in minimum eligibility
criteria for being considered during technical evaluation.
17. The Bidders are advised to quote their Administrative Charges in Percentage in Financial
Bid for financial evaluation.
18. The financial evaluation shall be carried out and financial bids of all the bidders shall be
given 40% of weightage.
19. The Bidder with the lowest Administrative Charges (L1) shall be assigned full 40 marks and
his total scores of the bid shall be as per Illustration 2 below:
Illustration 2
If the Bidder at Illustration 1 is L1 Bidder and quoted Administrative Charges @5% for
being L1, then his total value shall be 88 i.e. (48 Technical Value + 40 Financial Value)
20. The financial scores of the other bidders (i.e. L2, L3…and so on) shall be computed as
under and as explained at Illustration 3 below:
40 × Lowest Value (L1 Administrative Charges) / Quoted Value (L2 OR L3..)
Illustration 3
If the Bidder at Illustration 1 is L2 Bidder and quoted Administrative Charges @8%,
therefore 40% being the weighted value, the financial scores for L2 shall be computed as
under:-
40 ×5 (lowest Admn Charges L1)/ 8 (quoted Admn. Charges L2) = 25 (financial score)
Therefore L2 Bidder shall have total value of 73 (48 Technical Value+ 25 Financial
Value)

Page 7 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

21. The Bidders’ ranking shall be arranged depending on the marks obtained by each of the
bidder both in Technical Evaluation and Financial Evaluation.
22. The Bidder meeting the minimum eligibility criteria and with the highest marks/ rank (i.e. the
total of technical evaluation marks and financial evaluation marks) shall be deemed as the
successful Bidder and shall be considered for further process.
23. If there is a discrepancy between words and figures, the amount in words shall prevail.
24. The Central Board of Secondary Education reserve all rights to reject any bid including of
those bidders who fail to comply with the instructions without assigning any reason
whatsoever and does not bind itself to accept the lowest or any specific bids. The decision
of the Regional Officer, CBSE in this regard shall be final and binding.
25. Any failure on the part of the bidder to observe the prescribed procedure and any attempt
to canvass for the work shall render the bidder‘s bids liable for rejection.
26. The Regional Officer, CBSE reserves the right to award any or part or full contract to any
successful agency (s) at its discretion and this will be binding on the bidders.
27. In case of failure to comply with the provisions of the terms and conditions mentioned, by
the agency that has been awarded the contract, the Regional Officer, CBSE reserves the
right to award the contract to the next higher bidder or any other outside agency and the
difference of price shall be recovered from the defaulter agency who has been awarded the
initial contract and this will be binding on the bidders.
28. The Central Board of Secondary Education may terminate the Contract if it is found
that the Contractor is black listed on previous occasions by any of the Government
Departments / Institutions / Local Bodies / Municipalities / Public Sector Undertaking
etc.
29. NOTIFICATION OF AWARD BY ISSUANCE OF ‘LETTER OF ACCEPTANCE (LoA)’ - After
determining the successful evaluated bidder, CBSE shall issue a Letter of Acceptance
(LoA) in duplicate to the successful bidder, who will return one copy to CBSE duly
acknowledged, accepted and signed by the authorized signatory, within three (3) days of
receipt of the same by him.
30. The issuance of the Letter of Acceptance to the bidder shall constitute an integral part and
it will be a binding to the contract.
31. The time taken between the date of issue of LoA and Notice to Proceed shall not prevent
the contractor to mobilize the man power.
32. The Earnest money Deposit of the unsuccessful bidders in the financial bid evaluation
stage shall be returned within 15 days on award of contract to the Successful bidder.
33. CONFIDENTIALITY
a) The Contractor shall take all precautions not to disclose, divulge and / or disseminate to
any third party any confidential information, proprietary information of the CBSE’s or
security arrangements (including but not limited to the Assignment Instructions,
Schedules and other subsequent Agreements) and/or information of the CBSE. The
obligation is not limited to any scope and the Contractor shall be held responsible in
case of breach of the confidentiality of CBSE’s information.
b) If the Contractor receives enquiries from Press / News / Media/ Radio / Television or
other bodies / persons, the same shall be referred by the Contractor to CBSE
immediately on receipt of such queries.
34. PERFORMANCE GUARANTEE (SECURITY DEPOSIT) - The successful bidder within
fifteen days of the acceptance of the LoA shall execute a Performance Security in the form
of a Bank Guarantee of any nationalized bank, a sum equivalent to 10% of the accepted
contract value in favour of Regional Officer, Central Board of Secondary Education,
Chennai payable at Chennai.
35. The Bank Guarantee can be forfeited by order of the Regional Officer, Central Board of
Secondary Education in the event of any breach or negligence or non-observance of any
terms/condition of contract or for unsatisfactory performance or for non-acceptance of the
work order. On expiry of the contract, such portion of the said Bank Guarantee as may be
considered by the Central Board of Secondary Education sufficient to cover any incorrect or
excess payments made on the bills to the firm, shall be retained until the final audit report
on the account of firm’s bill has been received and examined.

Page 8 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

36. If the contractor is called upon by the competent authority of Central Board of Secondary
Education to deposit Security and the contractor fails to provide the security deposit within
the period specified, such failure shall constitute a breach of the contract and the Central
Board of Secondary Education shall be entitled to make other arrangements at the risk,
cost and expense of the contractor.
37. On due performance and completion of the contract in all respects, the Security Deposit will
be returned to the contractor without any interest on presentation of an absolute No
Demand Certificate in the prescribed form and upon return in good condition of any
specifications, samples or other property belonging to the Board, which may have been
issued to the contractor.
38. NOTICE TO PROCEED -After the acceptance of the LoA and securing Performance Bank
Guarantee from the successful bidder, CBSE shall issue the ‘Notice to proceed’, to the
contractor authorizing him to provide manpower in the Office at the specified locations.
39. SIGNING OF CONTRACT AGREEMENT - The successful Bidder shall enter into contract
and shall execute and sign the Contract Agreement in accordance with the Articles of
Agreement before commencement of the services.
40. CBSE shall prepare an Agreement with duly incorporated all the Terms and Conditions of
the Tender Document and send the same in duplicate to the successful Bidder for their
concurrence.
41. The successful Bidder shall return the duly concurred copy of the Agreement within Two
(02) days of receipt of the Agreement from CBSE, duly printed on the correct amount of
stamp paper, duly adjudicated by the registrar of stamps where the contract is proposed to
be executed.
42. The competent authority of the CBSE shall sign the Contract agreement and return a copy
of the same to the successful bidder.
43. SERVICES REQUIRED BY THE CBSE - The Contractor shall be providing manpower
services in CBSE’s premises as per the details given herein, or any other location as
required by the CBSE to be read with the Special Conditions of Contract, Assignment
Instructions and Schedule of Requirements.
44. The CBSE shall pay the charges as agreed between the CBSE and the Contractor at the
time of bidding process. A schedule of charges shall be annexed to the Agreement after
finalizing the amount at the conclusion of bidding process.
45. The Contractor shall provide manpower services in the CBSE’s premises to its entire
satisfaction and it is the sole responsibility of the Contractor that the work is executed in all
respects in accordance with the Contractor’s obligations.
46. COMMENCEMENT OF SERVICES – The Contract shall become legally binding and in
force only upon:-
 Submission of Performance Bank Guarantee in accordance with Clause 2 (Section4).
 The Contractor shall commence manpower services in CBSE’s premises within 30 days
from the date of receipt of work order.
47. CONTRACTOR’S OBLIGATIONS
i) The Contractor shall provide manpower services at CBSE’s premises as per
Schedule of Work / Requirements which may be amended from time to time by the
CBSE during the Contractual period and it shall always form part and parcel of the
Contract. The Contractor shall abide by such assignments as provided by the CBSE
from time to time.
ii) The Contractor shall provide manpower services through its uniformed and trained
personnel for the performance of its services hereunder and these personnel deployed
shall be employees of the Contractor only and the CBSE shall not in any manner be
liable and all statutory liabilities (such as ESI & PF etc.) shall be paid for by the
Contractor.
iii) The Contractor shall submit to CBSE the details of amount deposited on account of
EPF and ESI in respect of the deployed personnel to the concerned authorities from
time to time.
iv) The Contractor shall produce to the CBSE the details of payments of statutory benefits
like bonus, leave, relief etc. from time to time to its personnel. No cost directly or
indirectly be charged from the personnel deployed in CBSE.
48. The CBSE shall have the right, within reason, to have any personnel removed who is
considered to be undesirable or otherwise and similarly the Contractor reserves the right to
remove the any personnel with prior intimation to the CBSE, emergencies, exempted.

Page 9 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


49. The Contractor shall cover its personnel for personal accident and death whilst performing
the duty and the CBSE shall own no liability and obligation in this regard.
50. The Contractor shall exercise adequate supervision to reasonably ensure proper
performance of Manpower Services in accordance with Schedule of Requirements.
51. The Contractor shall issue identity cards / identification documents to all its employees who
will be instructed by the Contractor to display the same.
52. The personnel of the Contractor shall not be the employees of the CBSE and they shall not
claim any salary or allowances, compensation, damages or anything arising out of their
employment/duty under this Contract. The Contractor shall make them known about this
position in writing before deployment under this agreement.
53. The Contractor shall also provide at its own cost all benefits statutory or otherwise to its
employees and the CBSE shall not have any liability whatsoever on this account. The
Contractor shall also abide by and comply with the Labour laws, Workmen Compensation
Act, EPF Laws, ESIC Laws, Income tax laws and Minimum Wages Laws, Contract Labour
(Regulations Abolition Act) or any other law in force.
54. The Contractor shall cover all its personnel under the relevant laws of EPF, Labour, ESIC
etc. Proof of the same should be submitted by the Contractor quarterly.
55. The Contractor shall submit a copy of wages sheet showing monthly wages paid to its
personnel.
56. Adequate supervision shall be provided to ensure correct performance of the services in
accordance with the prevailing requirements agreed upon between the two parties.
57. All necessary reports and other information shall be supplied immediately as required and
regular meetings will be held with the CBSE.
58. The Contractor shall not employ any person below the age of 18 years old. Manpower so
engaged shall be trained for providing services.
59. CONTRACTOR’S PERSONNEL - The Contractor shall at all times ensure that it has
sufficient, suitable and qualified personnel to supervise the CBSE premises and in sufficient
number to undertake the responsibilities imposed upon the Contractor under the Contract
and to provide full attention for executing the work thereof.
60. CONTRACTOR’S LIABILITY - The Contractor shall completely indemnify and hold
harmless the CBSE and its employees against any liability, claims, losses or damages
sustained by it or them by reason of any breach of contract, wrongful act or negligence by
the Contractor or any of its employees engaged in the provision of the manpower services
to the CBSE.
61. The Contractor shall not be liable in any way whatsoever and the CBSE hereby expressly
waives any right to, any loss, injury, damage, cost or expense of whatsoever nature directly
or indirectly.
a) Caused by, resulting from or in connection with any Act of Terrorism or any Biological
or Chemical Contamination or any Nuclear Risks;
b) Consisting of, caused by, resulting from or in connection with any loss, damage,
destruction, distortion, erasure, corruption or alteration of Electronic Data from any
cause whatsoever (including but not limited to Computer Virus) unless such loss,
damage, destruction, distortion, erasure, corruption or alteration of Electronic Data was
due to the negligence or default of the Contractor or any of its employees engaged in
the provision of manpower Services to the CBSE.
c) The Contractor shall not Sub-Contract or Sublet, transfer or assign the contract or
any other part thereof. In the event of the contractor contravening this condition, CBSE
shall be entitled to place the contract elsewhere on the contractors risk and cost and
the contractor shall be liable for any loss or damage, which the CBSE may sustain in
consequence or arising out of such replacing of the contract.
62. CBSE’S OBLIGATIONS
i) Except as expressly otherwise provided, the CBSE shall, at its own expense, provide
timely all the required equipment and facilities at the location(s) where the manpower
Services are to be provided required to enable Contractor’s employees to carry out the
Services.
ii) The CBSE shall comply with and fulfill the recommendations (if any), if deemed
necessary by the CBSE, made in writing by the Contractor in connection with the
performance of the Services. The CBSE shall notify the Contractor of any dishonest,
wrongful or negligent acts or omissions of the Contractor’s employees or agents in
connection with the Services as soon as possible after the CBSE becomes aware of
them.
iii) To enable the Contractor to provide the manpower services, the CBSE shall ensure that
their staff is available to provide such assistance.

Page 10 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

iv) The CBSE shall not be under any obligation for providing empanelment to any of the
personnel of the Contractor after the expiry of the contract. The CBSE does not
recognize any employee employers relationship with any of the workers of the
Contractor.
63. VALIDITY OF CONTRACT - The contract awarded shall be initially for a period of one year
subject to continuous satisfactory performance. In case of breach of Contract or in the
event of not fulfilling the minimum requirements / statutory requirements, the CBSE shall
have the right to terminate the contract forthwith in addition to forfeiting the performance
security amount deposited by the contractor and initiating administrative actions for black
listing etc. solely at the discretion of the competent authority of the office of the CBSE. The
duration of the contract is one year from the date of signing the contract. However, the
same can be extended on year to year basis for a maximum period of two more years
subject to satisfactory performance/services and mutual consent of both the parties.
64. PAYMENTS
a) After selection of the Successful bidder as Contractor, a price schedule shall be
annexed to the Articles of Agreement according to which all payments shall be made to
the Contractor by the CBSE for the manpower services.
b) The prices in the Price Schedule shall be exclusive of any service tax, education cess,
secondary and higher education cess or any other applicable taxes as may be levied by
the Government from time-to-time and the same shall be charged in addition to the
applicable rate.
c) The Contractor shall raise invoice per month and submit the same to CBSE by 5th of
every following month. The CBSE shall make all efforts to make payments within 15- 20
days from the date of the receipt of the invoice to the Contractor.
d) The initial cost of the Contract shall be valid for a period of one year. No price
escalation, other than minimum wages and other statutory rates shall be entertained by
the CBSE during the period.
e) After expiry of the initial period of the Contract of one year and if the Contract is
renewed by the CBSE, the Contractor shall claim increase in the Contract cost only on
account of increase in the minimum wages and other statutory rates, as and when
increased by the Government.
f) In addition to the Contract payments, the CBSE shall pay for any additional services
required by the CBSE, which are not specified in the Price Schedule.
g) All payments shall be made in Indian Currency by means of an Account Payee Cheque
or Electronic Fund Transfer.
h) CBSE shall be entitled to deduct in accordance with Applicable Law, Income Tax or
withholding tax or other deductions (as the case may be), from any payments made to
the Contractor, and the amount so deducted shall be deemed to be a payment made to
the Contractor. CBSE shall provide a certificate certifying the deduction so made.
i) No payment shall be made in advance nor any loan from any bank or financial
institution recommended on the basis of the order of award of work.
65. TERMINATION - This Contract may be terminated forthwith by either party by giving
written notice to the other if:-
I. The other party is in material breach of its obligations under this Agreement and / or, in
the case of such breaches capable of being remedied, fails to remedy that breach within
thirty days of receiving notice of such breach; or
II. The Contract may be terminated forthwith by the CBSE by giving written notice to the
Contractor, if:
a) In case of breach of any of terms and conditions of the Contract by the Contractor,
the Competent Authority of the CBSE shall have the right to cancel the Contract
without assigning any reason thereof, and nothing will be payable by the CBSE and
in that event and the security deposit in the form of performance Bank Guarantee
shall be forfeited and encashed.
b) The Contractor does not provide manpower services satisfactorily as per the
requirements of the CBSE or / and as per the Schedule of Requirements.
c) The Contractor goes bankrupt and becomes insolvent.

Page 11 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


66. DISCLAIMER - The relatives / near relatives of employees of the CBSE are prohibited from
participation in this bid. The near relatives for this purpose are defined as:
a. Members of a Hindu Undivided Family.
b. Their husband or wife.
c. The one is related to the other in the manner as father, mother, son(s), son’s wife
(daughter-in-law), daughter(s) & daughter’s husband (son-in-law), brother(s) &
brother’s wife, sister(s) and sister’s husband (brother-in-law)

67. INSOLVENCY - The Regional Officer, Central Board of Secondary Education may at any
time by notice in writing summarily terminate the contract without compensation to the
contractor in any of the following events, that is to say:
If the contractor being an individual or if firm, any partner in the contractor’s firm, shall at
any time be adjudged insolvent or shall have a receiving order or orders for
administration of his estate made against him or shall take any proceedings for liquidation
or composition under any insolvency not for the time being in force or shall make any
convenience or assignment of his efforts or enter into any arrangements or composition
with his creditors or suspend payment of if the firm be dissolved under partnership act, or
i) If the contractor being a company shall pass a resolution or the court shall make an
order for the liquidation of the affairs or a receiver of Manager on behalf of the
debenture holder shall be appointed or circumstances shall have arisen which
entitled the court or debenture holders to appoint a receiver or Manager.
ii) If the contractor commits any breach of this contract not herein specifically proved for:
Provided always that such determination shall not prejudice any right of action or
remedy which shall have accrued or shall accrue thereafter to the purchaser and
provided also that the contractor shall be liable to pay the purchaser for any extra
expenditure, he is thereby put to but shall not be entitled to any gain on repurchased.

68. CURRENCIES OF BID AND PAYMENTS - The Bidder shall submit his price bid / offer in
Indian Rupees and payments under this contract will be made in Indian Rupees.

69. GOVERNING LAWS AND SETTLEMENT OF DISPUTE - Any claims, disputes and or
differences (including a dispute regarding the existence, validity or termination of this
Contract) arising out of, or relating to this contract including interpretation of its terms shall
be resolved through joint discussion of the Authorized Representatives of the concerned
parties. However, if the disputes are not resolved by the discussions as aforesaid within a
period 30 days, then the matter will be referred for adjudication to the arbitration of a sole
arbitrator to be appointed by the CBSE in accordance with the provisions of the Arbitration
and Conciliation Act 1996 and rules made thereunder including any modifications,
amendments and future enactments thereto. The venue for the Arbitration will be Chennai
and the decision of the arbitrator shall be final and binding on the parties.

Page 12 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

“SPECIAL CONDITIONS OF CONTRACT”


(SCC)
1. The special conditions of Contract shall supplement the “Instructions to the Bidders” and
“Terms and Conditions” mentioned above.

2. INDEMNIFICATION - The successful bidder is solely liable to fully indemnify and keep
CBSE indemnified against all loses / penalties / awards / decrees arising out of litigation /
claims / application initiated against the CBSE on account of acts of omission /
commission attributable to the Contractor and which are punishable under the provisions
of various Central Labour and Employment Acts including the following Acts as amended
from time to time. CBSE shall be vested with sole discretion to determine damages/ loss
suffered on account of above from the dues payable from security deposit as
performance Guarantee or from either the personal property of bidder or property owned
by his firm/company by way of initiating suitable legal litigation against the Contractor at
any point of time.
3. LABOUR LAW COMPLIANCES –
a) The engagement and employment of labourers and payment of wages to them as per
existing provisions of various labour laws and regulations is the sole responsibility of the
Contractor and any breach of such laws or regulations shall be deemed to be breach of
this contract. CBSE may ask the contractor to produce documents to verify that these
provisions/laws are complied with by the contractor.
 All wages allied benefits such as leave, ESI, PF, Gratuity, Bonus etc, shall be paid by
the contractor and CBSE shall not incur any liability or additional expenditure
whatsoever for personnel deployed.
 It is mandatory that the employees must be paid through bank/cheques only.
b) The Contractor shall abide by all labour laws, laws related to EPF Organization, ESI
Corporation, Workmen Compensation Act. The details of EPF, ESIC in respect of their
deployed staff shall be submitted by the Contractor to CBSE every month alongwith the
bill. The Contractor shall abide including but not limited to, matters relating to timely
payment of wages and allowances, payment of minimum wages, payment of overtime,
grant of leave, payment of workmen's compensation, working hours, safety, maternity
benefits, holidays, framing of standing orders, disciplinary action against employees,
payment of provident fund contributions, payment of gratuities and payment of bonuses.
c) The contractor shall be liable for any legal dispute / case / claims that arises or may arise
during currency of the contract due to non-compliances of labour or other related laws.

4. The contractor shall be responsible for compliance of all the laws rules/regulations and
Govt. instructions that are/will be applicable to and aimed to protect the interest of the
employees/worker engaged by it and shall ensure payment of all the statutory
dues/liabilities as may have arisen during the past ‘or’ may arise during the course of
performance of contract.

5. The Contractor shall submit periodical returns as may be specified from time to time.

6. OFFICIAL RECORDS
a) The Contractor shall maintain complete official records of disbursement of wages / salary,
showing specifically details of all deductions such as ESI, PF etc in respect of all the staff
deployed in CBSE’s office.

b) The Contractor shall maintain a personal file in respect of all the staff who is deployed in
CBSE office. The personal file shall invariably consist of personal details such as name,
address, date of birth, sex, residential address (Temporary / Permanent) and all
grievances recorded by the staff vis-à-vis action taken etc.

c) The Contractor shall furnish an undertaking that within seven days of the close of every
month they will submit to CBSE a statement showing the recoveries of contributions in
respect of employees with Certificate that the same have been deposited with ESIC
/EPFO Commissioners.

Page 13 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

d) Each monthly bill must accompany the:


 List of employees with their date of engagement
 The amount of wages (The Contractor shall ensure that minimum wages are paid to all
the employees with all the benefits (such as ESIC/EPF/Bonus etc.)
 Copies of authenticated documents of payments of such contributions to EPFO/ESIC
 Declaration of the Contractor regarding compliance of all the clauses regarding Amount
of EPF/ ESIC.
 The Contractor shall also prepare a register indicating all payments / dues in respect of all
the employees.

Page 14 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

SCHEDULE OF WORKS/ REQUIREMENTS


In this Schedule of Requirements, the details of manpower services to be provided by the
Contractor and also other information, instructions of the CBSE and instructions to the
Contractor’s employees posted at the CBSEs’ offices and all such other aspect of the Contracts
are to be mentioned.
1. GENERAL INSTRUCTIONS
1.1 The Contractor shall deploy all manpower at the CBSE facility in the manner and as per
the instructions of the CBSE.
1.2 The Contractor shall ensure that all personnel are fully conversant with the premises and
with the CBSE’s business activities and its related manpower requirements.
1.3 The CBSE shall have the right to have any person removed who is considered to be
undesirable or otherwise and similarly the Contractor reserves the right to remove the
personnel with prior permission of to the CBSE, emergencies, exempted.
1.4 The Contractor shall cover its personnel for personal accident and/or death whilst
performing the duty.
1.5 The Contractor shall exercise adequate supervision to ensure proper performance of
Manpower Services in accordance with the requirements.
1.6 The Contractor shall issue identity cards / identification documents to all its employees
who will be instructed by the Contractor to display the same at all times. The personnel of
the Contractor shall be subject to detailed direction and control of the Contractor and in
relation to manner and model of performance of duties, as agreed vide this agreement.
1.7 The personnel of the Contractor shall not be the employees of the CBSE and they shall
not claim any salary or allowances, compensation, damages or anything arising out of
their employment/duty under this Contract. The Contractor shall make them known about
this position in writing before deployment under this agreement.
1.8 The Contractor shall also provide at its own cost all benefits statutory or otherwise to its
employees and the CBSE shall not have any liability whatsoever on this account.
1.9 The contractor shall not collect any amount from its employees deployed in CBSE in the
form of Registration Fee/Service Charges and the cost of deployment of manpower shall
be borne by the Board.
2. SUPERVISION
2.1 The Contractor shall depute one Supervisor in CBSE’s office, who shall ensure that all
the duties as may be assigned differently by the CBSE to various categories of
manpower are performed by them in the desired manner of CBSE, failing which it shall
invite penalties as prescribed in the following paragraphs.
2.2 The Contractor’s Supervisor shall be the first line of contact for CBSE, who shall report to
the designated officers of CBSE for all requirements.
2.3 The Contractor shall ensure that all statutory / mandatory requirements either related to
wages disbursements or related to deposition of EPF/ESIC with concerned authorities or
providing of ESIC facilities to the manpower are fulfilled through Contractor or its
Supervisor.
2.4 The Contractor shall ensure that the Supervisor is not below the level of Executive/HR
who is well versant with all HR related requirements and who should be prompt enough
to initiate all required action.
3. DEPLOYMENT OF MANPOWER
3.1 The Central Board of Secondary Education, Regional Office located at Anna Nagar West,
Chennai-40, requires the services of reputed, well established and financially sound
manpower Companies to provide manpower as per Annexure-IV.
3.2 The manpower appointed in different categories shall be deployed by the CBSE for the
work in offices located at Chennai/COE, Chennai.

Page 15 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

3.4 The manpower deployed shall be required to report for work at 9:00 hrs and would leave
at 17:30 hrs. In case, person deployed is absent on a particular day or comes late/leaves
early on three occasions, one day wage shall be deducted. In case of repetition of such
instances, the following may be applicable:
“The selected contractor shall immediately provide a substitute in the event of any person
leaving the job due to his/her personal reasons. The delay by the Agency in providing a
substitute beyond two working days shall attract liquidated damages @ Rs. 200/- per day
(per such case) on the service-providing contractor, besides deduction in payment on
pro-rata basis.”

4. PENALTIES
4.1 The agency shall disburse salary inclusive of DA, if any, to its deployed manpower latest
by 7th of next following month, failing which penalty of Rs.500/- per day will be imposed
upto 15th of the month and thereafter the penalty will be imposed Rs.1000/- per day from
16th to last day of month and the contract may be terminated if failure continues for more
than three months. Moreover, Performance Security shall be forfeited and encashed. The
Board will have the power to appoint any other agency for the manpower services at the
risk and cost of the Agency.
4.2 The agency shall strictly adhere to the schedule of disbursement of wages to the
deployed manpower. The disbursement of wages as per schedule shall not be delayed in
any case even if the claim of the agency is pending with the Board up to 03 months. For
this purpose, agency needs to maintain 03 month’s working capital.
4.3 If the Board finds that the assigned work is not being executed to the complete
satisfaction of the Board and no action is being taken immediately by the agency after
being informed, a penalty of Rs.1000/- per day per complaint shall be imposed by
invoking penalty clause, till settlement of the complaint.
4.4 The agency has to maintain adequate number of manpower as per contract and also
arrange a pool of standby manpower / supervisor. If the required number of workers /
supervisors / managers is less than specified number as mentioned in the contract, a
penalty of Rs.500/- per absentee per day shall be imposed.
4.5 If the agency fails to comply its statutory obligations i.e., ESIC/EPF as enumerated in
tender document, it shall be treated as breach of Contract. The Contract shall be
terminated and agency is liable to be blacklisted by the Board, in addition to forfeiting of
the monthly bills and Performance Security Deposit. Compliances of statutory obligations
must be substantiated with documentary evidence.
4.6 In case of breach of any conditions of the contract and for all types of losses caused
including excess cost due to hiring manpower services in the event of agency failing to
provide requisite number of manpower, the Board shall make deductions at double the
rate of hiring rate on pro-rata basis from the bills preferred by the agency or that may
become due to the agency under this or any other contract or from the security deposit or
may be demanded from him to be paid within seven days to the credit of the Board.
5. SCOPE OF WORK CONTRACTOR
5.1 Contractor must provide standard and clean liveries to its employees / supervisors with
their photo identity cards properly displayed during duty time. No extra payments shall be
claimed by the Contractor or its deployed staff from the CBSE for such items.
5.2 The Contractor must provide salary slips, EPF numbers and ESI Cards, duly activated, to
all the manpower deployed in CBSE offices at Chennai/COE, Chennai. The Contractor
should also ensure that EPF statements to the deployed manpower are provided
immediately after the financial year closing. Any delay in submission of these records will
force CBSE to deduct a proportionate amount from the bills, as decided by the competent
authority of CBSE.

Page 16 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

5.3 Contractor must employ adult and skilled personnel only. Employment of child labour
shall lead to the termination of the contract at the risk and cost of the Contractor.
Contractor shall deploy/engage reliable persons at CBSE after proper character and
police verification and impose any conditions as per prevailing contractual labour laws for
such engagements, take disciplinary action or reward any person at work etc., at its sole
costs, risks and responsibilities. Contractor shall intimate the details like name, age,
parentage, address (residential as well as permanent) of all staff to the CBSE and shall
also intimate changes in addresses of the staff as and when they take place.

5.4 Contractor shall deal with and settle the matters related with unions and shall make sure
that no labour disputes / problems are referred to CBSE. It shall totally indemnify CBSE
in this regard.

5.5 Contractor should at all times indemnify CBSE against all claims, damages or
compensation under the provisions of Payment of Wages Act, 1936; Minimum Wages
Act, 1948; Employer’s Liability Act, 1938; the Workmen Compensation Act, 1923;
Industrial Disputes Act, 1947; Maternity Benefit Act, 1961; Chennai Shops and Essential
Act or any modification thereof or any other law relating thereto and rules made
hereunder from time to time. CBSE will not own any responsibility in this regard.

5.6 Contractor staff shall always be disciplined, properly dressed and be presentable all the
time during duty. The persons deployed by Contractor shall be properly trained, have
requisite qualification, experience and skills for carrying out a wide variety of work. The
Contractor shall be solely responsible to tackle the matters in case any of its staff
deployed under this contract falls sick oris injured or goes on strike/ unfair activities etc.
during performance of his/her duty. It shall indemnify CBSE in all respects under this
contract.

5.7 Be it private or public areas, the Contractor’s employees shall be liable to be frisked/
checked by the security personnel at CBSE premises or on duty at any time during
performance of their duties.

5.8 Contractor’s employees shall perform their duties at the premises with due diligence and
take all precautions to avoid any loss or damage to the government property/person.

5.9 Contractor shall be solely responsible for any indiscipline, theft, loss or damage to any
person or persons / property at the premises on account of acts of omission and
commission by the staff deployed by him.

5.10 The payments to its employees shall be disbursed by the Contractor in the presence of
the representative of CBSE who shall sign the payment register in token of having
disbursed the salary in his presence by Contractor.

6. SCOPE OF WORK – FOR SERVICES


6.1 Contractor’s personnel shall be deployed at offices of Central Board of Secondary
Education located at Chennai.

6.2 While providing all the Services, Contractor shall ensure that all duties are performed
invariably as per the desired standards of the CBSE, failing which it shall invoke penalty
clauses of this Bidding Document.

6.3 The Contractor shall also ensure that for different services, only such smart, intelligent,
experienced and with thorough academic qualifications are deployed in CBSE’s premises
who can cater to the requirements of CBSE’s standards, failing which it shall be liable for
Contractor to provide replacement immediately.

Page 17 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

7. CODE OF CONDUCT:
The Contractor shall strictly observe that its personnel:

 Are always smartly turned out and vigilant.


 Are punctual and arrive at least 15 minutes before start of their duty time.
 Take charges of their duties properly and thoroughly.
 Perform their duties with honesty and sincerity.
 Read and understand their post and site instructions and follow the same.
 Extend respect to all Officers and staff of the office of the CBSE.
 Shall not drink on duty, or come drunk and report for duty.
 Will not gossip or chit chat while on duty.
 Will never sleep while on duty post.
 Will not read newspaper or magazine while on duty.
 Will immediately report if any untoward incident / misconduct or misbehavior occurs,
to Vendor Control and the CBSE.
 When in doubt, approach concerned person immediately.
 Get themselves checked by security personnel whenever they go out.
 Do not entertain visitors.
 Shall not smoke in the office premises.

CONFIDENTIALITY
 The phone number and movement plans of the CBSE shall not be given to anyone.
 The following information about the CBSE shall not be given to anyone.
o Car make, color and number of any officer(s)/official(s).
o Telephone no./ any other information.
o Location and movement plans.
o Meetings and conference schedules.
o Site plan of the premises.
o Travel details of the CBSE’.
o Assets of the office.

TELEPHONE HANDLING
 Information about the CBSE shall not be given to anyone.
 The Contractor’s employees shall be instructed by the Contractor strictly not to
misuse the telephones in the facility of the CBSE.

Page 18 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

SUBMISSION OF BID

The Proposal should be submitted in two parts (Technical and Financial) as described
below:-

“Part 1: Technical Proposal” which will consist of the proof for meeting eligibility Criteria,
receipt of online payment of Tender Fee and EMD.

“Part 2: Financial Proposal” which will consist of the details of financial matters.

i. The Proposal submitted in online mode complying with instructions issued by


CBSE.

ii. CBSE reserves the right to reject any proposal which is not substantially
responsive.

Any Proposal received after the time stipulated will not be accepted by CBSE.
Part 1- Technical Proposal
i) Scanned copy of Tender fee and EMD.

ii) Scanned copy of Technical Bid Proforma (Refer Appendix I), Tender Acceptance
Letter.

iii) Scanned copy of all the relevant documents for Pre-qualification bid as mentioned
in Eligibility Conditions or Terms & Conditions.

Part 2- Financial Proposal


a) Schedule of price bid is in BOQ.xls & PDF Format.

Proposal Evaluation
CBSE will evaluate the technical bid as per the eligibility criteria mentioned in the TENDER and
Financial bid of those qualified technically will only be opened online.

Page 19 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

Instructions for Online Bid Submission


The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements
and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link
“Online bidder Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying
Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to
misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders
through SMS / e-mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
2) Please go through the tender advertisement and 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 document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR /
DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (eg. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use “My Space” or “Other Important
Documents” area available to them to upload such documents. These document may be

Page 20 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


directly submitted from the “My Space” area while submitting a bid, and need not be
uploaded again and again. This will lead to a reduction in the time required for bid
submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload
the bid in time i.e. on or before the bid submission time. Bidder will be responsible for
any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document.
The original should be posted/couriered/given in person to the concerned official, latest
by the last date of bid submission or as specified in the tender documents. The details of
the DD/any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time.
Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has been given as
a standard BoQ format with the tender document, then the same is to be downloaded
and to be filled by all the bidders. Bidders are required to download the BoQ file, open it
and complete the white coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be
changed. Once the details have been completed, the bidder should save it and submit it
online, without changing the filename. If the BoQ file is found to be modified by the
bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of the
bids is maintained using the secured Socket Layer 128 bit encryption technology. Data
storage encryption of sensitive fields is done. Any bid document that is uploaded to the
server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid openers public
keys. Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (ie after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message & a
bid summary will be displayed with the bid no. and the date & time of submission of the
bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any bid opening
meetings.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
****

Page 21 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

Annexure-I
TECHNICAL BID
For Providing Services of Manpower to Central Board of Secondary Education
1. Name of Tendering Company : __________________________________

(Attach certificate of registration with statutory authorities)


Details of Earnest Money Deposit : Rs._______________________________
D.D. No._____________ / P.O. No.& Date : __________________________________
Drawn on Bank : _____________________________________________________________

2. Name of Director(s) 1. ____________________________S/o, D/o, W/o___________________


of Company 2. ____________________________S/o, D/o, W/o___________________
3. ____________________________S/o, D/o, W/o___________________
3. Full Address of Regd. Office and office _________________________________
in Chennai/NCR __________________________________
__________________________________
Telephone No.: __________________________________
FAX No.: __________________________________
E-Mail Address: __________________________________
4. PAN / GST Registration No. __________________________________
(Attach self attested copy)
5. Service Tax Registration No. __________________________________
(Attach self attested copy)
6. E.P.F. Registration No. __________________________________
(Attach self attested copy)
7. E.S.I. Registration No. __________________________________
(Attach self-attested copy)
8. Financial turnover of the tendering Company for the last 2 Financial Years:
(Attach supporting documents)
Financial Year Amount (Rs.) Remarks, if any
2017-18
2018-19
2019-20
9. Give details of the major similar contracts handled by the tenderer in PSUs/Government Departments/
Reputed Private Organizations/Banks during the last two years in the following format. (attach attested copies of
work orders)
S.No. Details of client along with Amount of Duration of Contract Nature of contract
address, telephone and FAX Contract
numbers (Rs.lacs) From To
1

(if the space provided is insufficient, a separate sheet may be attached)

10. Details of regular manpower on roll and their number:


11. Details of quality certification:
12. Additional information, if any, (Attach separate sheet, if required)
Signature of authorized person
Date: Name:___________________________________

Place: Seal:___________________________________

Page 22 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

Annexure-II
FINANCIAL BID
For Providing Services of Manpower to Central Board of Secondary Education
1. Name of Tendering Company : __________________________________

2. The components of rates per employee shall comprise such statutory payments & liabilities as applicable
on date and revised from time-to-time as under-
S.N Components of Rates
1. Employees Provident Fund @
2. Employees State Insurance @
3. GST @%

No deduction except statutory dues is to be made from the wages specified for each post. The payment to the
contract staff will be made by the tenderer by way of ECS/A/c payee cheque only.
It shall be presumed that the tenderer shall be liable to make payments to the contract employee as per the
above statutory liabilities and claim the same from the Board. The incidence of the above statutory payments
shall be worked out by the Board & the tenderers need not quote against the same.
(b) Administrative Charges:-The tenderer shall be required to quote only administrative charges for contract
employees which shall be the one of deciding parameters for the award of the contract.

Administrative Charges in %
Of the wages of the contract staff

Signature of Authorized Person

Date: Full Name: ________________________________

Place: Seal : _________________________________

Notes:
The payment shall be made on conclusion of the calendar month only on the basis of duties performed by each
deployed person during the month.

Page 23 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

Annexure-III
PRE CONTRACT INTEGRITY PACT
General
This pre-bid pre contract Agreement (hereinafter called the integrity pact is made on
__________day of the month of __________ Year _____, between, on one hand, the Central Board of
Secondary Education acting through Regional Officer (hereinafter called the “BUYER” which
expression shall mean and include, unless the context otherwise requires, his successors in
office and assigns) of the first part and M/s _________________________________ represented by
Shri_____________________, chief executive officer (hereinafter called the “BIDDER/SELLER” which
expression shall mean and include, unless the context otherwise requires , his successors and
permitted assigns )of the second part .
WHEREAS the BUYER proposes to obtain manpower services through outsourcing & the
BIDDER /SELLER is willing to offer /has offered to provide the same.
WHEREAS the BIDDER is a private company /public company /Government /undertaking
/partnership/ registered export agency, constituted in accordance with the relevant law in the
matter and the BUYER is an autonomous organization performing its functions under MHRD,
Govt. of India.
Now, THEREFORE,
To avoid all forms of corruption by following a system that is fair , transparent and free from
any influence /prejudiced dealings prior to, during and subsequent to the currency of the
contract to be entered into with a view to:-
Enabling the BUYER to obtain the desired manpower services at a competitive price in
conformity with the defined specifications by avoiding the high cost and the distortionary
impact of corruption on public procurement, and
Enabling the BIDDERS to abstain from bribing or indulging in any corrupt practice in order to
secure the contract by providing assurance to them that their competitors will also abstain from
bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any
form, by its officials by following transparent procedures .
The parties hereby agree to enter into this integrity pact and agree as follows:-

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract, will demand, take a promise for or accept directly or accept, directly
or through intermediaries, any bribe, consideration, gift, reward favor or any material or
immaterial benefit or any other advantage from the BIDDER, either for themselves or for
any person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation contracting or implementation process
related to the contract.
1.2 The BUYER will, during the pre-contract stage treat all BIDDERs alike, and will provide
to all BIDDERs the same information and will not provide any such information to any
particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.

Page 24 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

1.3 All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitment as well as any substantial
suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official (s) is reported by the
BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to
be correct by the BUYER, necessary disciplinary proceedings, or any other action as
deemed fit including criminal proceedings may be initiated by the BUYER and such a
person shall be debarred from further dealings related to the contract process. In such a
case while an enquiry is being conducted by the BUYER the proceedings under the
contract would not be stalled.
3. COMMITMENT OF BIDDERs
The BIDDERs commit itself to all take all measures necessary to prevent corrupt
practices, unfair means and illegal activates during any stage of its bid or during any pre-
contract or post-contract stage in order to secure the contract or in furtherance to
secure it and in particular commit itself to the following:-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favor, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organization or third
party related to the contract in exchange for any advantage in the bidding, evaluation
contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favor, any material benefit or
other advantage commission fees, brokerage or inducement to any official of the BUYER
or otherwise in procuring the contract forbearing to do or having done any act in
relation to the obtaining or execution of the contract or any other contract with the
Government for showing or for bearing to show favor or disfavor to any person in
relation to the contract or any other contract with the Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian
BIDDERs shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payment to be made by them to agents/brokerage or any
other intermediary, in connection with this bid/contract.
3.5 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract shall disclose any payment he has made, is committed to or
intends to make to officials of the BUYER or their family members agents, brokers or any
other intermediaries in connection with the contract details or/and the services agreed
upon for such payments.
3.6 The bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation contracting
and implementation of the contract.
3.7 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.

Page 25 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

3.8 The BIDDER shall not use improperly, for purposes of competition or personal gain, or
pass on to other, any information provided by the BUYER as part of the business deal,
relationship regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
3.9 The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
3.10 The BIDDER shall not instigate or cause to instigate any third person to commit any of the
action mentioned above.
3.11 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officer of the BUYER, or
alternatively, if any relative of an officer of the BUYER has financial interest/stake in the
BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filling of tender.
The term ‘relative’ for this purpose would be as defined in the Company Act 1956/ 2013
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three year
immediately before signing of this integrity pact, with any other company in any country
in respect of any corrupt practices envisaged hereunder or with any public sector
enterprise in India or any government Department in India that justify BIDDER’S
exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender propose or the contract, if already awarded. Can be
terminated for such reason.
5. Earnest Money (Security Deposit)
5.1 While submitting commercial bid, the BIDDER shall deposit an amount_____________ (to be
specified in RFP) as Earnest money/security, with the BUYER through any of the
following instruments:-
(i) Bank draft or a pay order in favor of ______________
(ii) A confirmed guarantee by an Indian nationalized bank, promising payment of the
guaranteed sum to the BUYER on demand within three working days without any
demur whatsoever and without seeking any reasons whatsoever .the demand for
payment by the BUYER shall be treated as conclusive proof of payment.
(iii) Any other mode or through any other instrument (to be specified in the RFP).

5.2 The Earnest money / Security deposit shall be valid up to a period of forty-five days
beyond the final bid validity period and bid securities of the unsuccessful bidders should
be returned to them at the earliest.
5.3 The Earnest money of successful/selected bidder may be returned in response to
deposition of the Performance Security @10% of total work value in the shape of
Account Payee Demand Draft/Fixed Deposit Receipt from a commercial bank and it
should be valid for a period of sixty days beyond the date of completion of all contractual
obligations of the supplier including warranty obligations.
5.4 In case of the successful BIDDER a clause would also be incorporated in the article
pertaining to performance bond in the purchase contract that the provisions of sanction
for violation shall be applicable for, forfeiture of performance bond in case of a decision
by the BUYER to forfeit the same without assigning any reason for imposing sanction for
violation of this pact.

Page 26 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


5.5 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security
Deposit for the period of its currency.
6. Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the BIDDER or any one Employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the BUYER to take all or any one of the following actions, wherever required:-
(i) To immediately call off the pre contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceeding with the other
BIDDER(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit
/Performance bond (after the contract is signed shall stand forfeited either fully or
partially, as decided by the BUYER and the BUYER shall not be required to assign
any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sum already paid by the BUYER, and in case of an Indian BIDDER with
interest thereon at 2% higher than the prevailing prime lending rate of State Bank
of India, while in case of a BIDDER from a country other than India with interest
thereon at 2% higher than the LIBOR . If any outstanding payment is due to the
BIDDER from the BUYER in outstanding payment could also be utilized to recover
the aforesaid sum and interest.
(v) To encase the advance bank guarantee and performance bond / warranty bond, if
furnished by the BIDDER in order to recover the payments, already made by the
BIDDER, along with interest.
(vi) To cancel all or any other contracts with the BIDDER, the BIDDER shall be liable to
pay compensation for any loss or damage to the BUYER resulting from such
cancellation/ rescission and the BUYER shall be entitled to deduct the amount so
payable from the money (s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the
Government of India for a minimum period of five year, which may be further
extended at the discretion of the Buyer.
(viii) To recover all sum paid in violation of this pact by bidder (s) to any middleman or
agent or broker with a view to securing the contract.
(ix) In case where irrevocable letters of credit have been received in respect of any
contract signed by the BUYER with the BIDDER, the same shall not be opened.
(x) Forfeiture of performance bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1(i) to
(x) of this pact also on the commission by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER), of an
offence as defined in chapter IX of the Indian penal code, 1860 or prevention of
corruption.

6.3 The decision of the BUYER to the effect that breach of the provisions of this pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However,
the BIDDER can approach the independent monitor (s) appointed for the purpose of this
pact.

Page 27 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

7. Fall Clause
The BIDDER undertakes that it has not supplied/ not supplying similar product /system
or subsystem at a price lower than that offered in the present bid in respect of any other
ministry/Department of the government of India or PSU and if it is found at any stage
that similar product/system or sub system was supplied by the BIDDER to any other
minister/Department of the Government of India or a PSU at a lower price, then that
very price, with due allowance for elapsed time, will be applicable to the present case
and the different in the cost would be refund by the BIDDER to the BUYER, if the
contract has already been concluded.
8. Facilitation of Investigation
In case of any allegation of violation of any provision of this pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary
information and documents in English and shall extend all possible help for the purpose
of such examination.
9. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat
of the BUYER.
10. Other Legal Actions
The actions stipulated in this Integrity pact are without prejudice to any other legal
action that may follow in accordance with provisions of the extent law in force relating
to any civil or criminal proceedings.
11. Validity
The validity of this Integrity Pact shall be from date of this signing and extend up to 2
years or the complete execution of the contract to the satisfaction of both the BUYER and
the BIDDER/SELLER, including warranty period, whichever is later, In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the signing
of the contract.
11.1 Should one or several provisions of this Pact turn out to be invalid, the reminder of this
Pact shall remain valid. In this case, the parties will strive to come to an agreement to
their original intentions.
The parties hereby sign this Integrity Pact at ____________on ___________

BUYER BIDDER

Name of the Officer Chief Executive Officer

Designation

Witness Witness

1. _____________________ 1. _____________________

2._____________________

Page 28 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


Annexure – IV

List of Manpower required in the CBSE through outsource.


(Non- Academic Staff)

SN Name of Age Approximate Qualification Experience Category Emoluments


Post Limit No. of and skill
requirement knowledge
Graduation from Typing speed
Recognized English:35 wpm
University and Hindi : 30 wpm
above good working (Highly
1. Assistant 18-40 20 Desirable knowledge of Skilled)
Multi years : Diploma / computer
Task certificate in (iii) A minimum of
computer 02 years
application experience.
Upto Post-Graduation
50 in Commerce /
years MBA
(Retir (Finance)/Charted Minimum 3 year
2. Accountant ed 01 Accountant Experience in (Highly
emplo Desirable Relevant field Skilled)
yee :Knowledge of
62 accounting
years) software like tally
etc. and computer
applications
2years work To be
Experience in amended from
Multi- any time to time as
3. Tasking 18-40 06 Class X Pass organization, file (Skilled) per Chief
Staff movements, Labour
packing of Commissioner
bundles, lifting (Central),
etc. Ministry of
Labour and
Essential: Minimum
Employment,
Graduation from experience of 1
Govt. of India
Recognized year of
4. Telecallers 18-40 01 University telecalling. Fluent (Highly
Desirable in English and Skilled)
Diploma/Certificate Hindi
in computer
application
Minimum 2
As per years’ (Semi-
5. Mali 18-40 requirement Class VIII pass experience in Skilled)
respective field.

1) Graduation from Typing speed


recognized English: 35 wpm
Steno University, 2) Skill Hindi : 30 wpm
6. (Hindi/ 18-40 02 Test norms: good working (Highly
English) years Dictation knowledge of Skilled)
(Highly @80wpm : 10 mnt computer
Skilled) Transcription A minimum of 02
50mnt (Eng): years
65mnt (Hindi) on experience.
computer

Page 29 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION

Sl. Name of Age Approximate Qualification Experience and Category Emoluments


No. Post Limit No. of skill knowledge
requirement
(i) Having ITI To be amended
Electrician Diploma/ from time to time
/ As per Certificate course as per Chief
6. Telephone 18-40 Requirement Class X Pass of Electrician. (Skilled) Labour
Technician (on call basis) (ii) Minimum 2 Commissioner
years’ (Central),
experience. Ministry of
7. Carpenter 18-40 As per Class VIII Pass Minimum 2 years’ (Semi- Labour and
Requirement experience. Skilled) Employment,
(on call basis) Govt. of India
8. Plumber 18-40 As per Class VIII Pass Minimum 2 years’ (Semi-
Requirement experience. Skilled)
(on call basis)
9. Mazdoor 18-45 As per Class VIII Pass -NA- (Semi-
Requirement Skilled)

Page 30 of 31
Tender No: CBSE/RO/CHENNAI/ADMN/MPS/2020

CENTRAL BOARD OF SECONDARY EDUCATION


Annexure – V

TENDER ACCEPTANCE LETTER


(To be given on Company Letter Head)
Date:

To,

The Regional Officer


Central Board of Secondary Education
Regional Office, New No.3,
J Block, 16th Main Road,
Anna Nagar (West), Chennai- 600040

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: F:CBSE/RO/CHENNAI/ADMN/MPS/2020

Name of Tender / Work: - Tender for Providing Manpower Services.

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
‘Tender/Work’ from the web site(s) namely: https://eprocure.gov.in/eprocure/appas per your
advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender
documents from Page No. 1 to 30 (including all documents like annexure(s), schedule(s), etc.,),
which form part of the contract agreement and I / we shall abide hereby by the terms /
conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has also
been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender


document(s) / corrigendum(s) in its totality / entirety.

5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking.

6. I / We certify that all information furnished by the our Firm is true & correct and in the event
that the information is found to be incorrect/untrue or found violated, then your department/
organization shall without giving any notice or reason therefore or summarily reject the bid or
terminate the contract, without prejudice to any other rights or remedy including the forfeiture
of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Signature Not Verified


Digitally signed by D RAMESH NAIK
Date: 2020.06.18 11:32:46 IST
Location: eProcure-EPROC

Page 31 of 31

You might also like