TENDER DOCUMENT

FOR Printing and Supply of 32 pages Answer-Books (with bar- coded OMR sheet as cover page) and Printing and Supply of 8 pages Practical Answer-Books.

FOR

PATLIPUTRA UNIVERSITY,

PATLIPUTRA UNIVERSITY, PATNA Schedule of Expression of Interest

Sl. Items Details No. 1. Tender No. Dated: 18/01/2019 2. Name of the work 1.Printing and supply of 32 pages bar-coded an- swer books (with OMR sheet as cover page) and 2.Printing and supply of 8 pages practical answer books. 3. Date of downloading of 20/01/2019 Bid Document 4. Last date and time for Re- 04/02/2019 till 5.00 PM ceipt of Bids 5. Date and place of opening 05/02/2019 at 11.30 AM of Bid Patliputra University, Patna opp. Rajendra Nagar Terminal, Patna-800020 Vendors are requested to read the complete tender documents before submission of Bids.

Other important information related to Bid

Sl. No. Information Details 1. Cost of Tender Documents: 10,000/- (To be paid offline at the time of submission of the tender) 2. Bid- Security (Earnest Money) 2,50,000/- To be paid in the form of Bank Draft 3. Contract Performance Security: 100000/- 4. Financial Bid: Annexure -I 5. Undertaking Annexure-II

2

BROAD SCOPE OF WORK Printing and supply of 32 pages answer books (with bar-coded OMR sheet as cover page) approximately 5,00000 (five lacs) answer-books and Printing and supply of 8 pages practical answer books approximately 2,00000 (Two lacs). INVITATION OF BID

Bifurcated from , Bodh-Gaya, Patliputra University came into ex- istence on 18th March, 2018, by the order of the Government of , vide Let- ter/memo no. 15/M1-71/2016-700, dated 09.04.2018. All the colleges of Patna and Nalanda districts which were earlier part of the Magadh University, Bodh- Gaya, Bihar (India), fall under the jurisdiction of the Patliputra University. Patlipu- tra University, Patna comprises of more than 20 Post Graduate Departments (still in the process of opening the P. G. Departments in various Disciplines), over 25 constituent colleges, two Government girls’ colleges, three minority colleges, more than 50 B.Ed. Colleges and more than 50 affiliated colleges besides a few profes- sional colleges giving quality training in various vocational streams. Many of these colleges are running university-approved Post-Graduate Centers in various subjects besides skill-oriented courses in vocational and technical/professional areas. These affiliated units are governed by their governing local bodies and duly constituted management board approved by the university. The university has nearly ten thousand post-graduate seats in traditional post-graduate courses, about 5000 seats in various post-graduate vocational courses, over 2 lacs seats in regular grad- uation courses, 10,000 seats in various vocational courses at graduation level, about 10,000 seats in B.Ed. Courses and about 2000 students in dental science and, 2000 students in law and some others in different courses running in the universi- ty.

Patliputra University invites tenders for Printing and supply of 32 pages answer books (with bar-coded OMR sheet as cover page) and Printing and supply of 8 pag- es practical answer books and Printing and supply of 8 pages practical answer books from leading, reputed, professionally and financially sound and duly regis- tered companies/agencies/organizations which have required experience in rele- vant and similar fields.

3

Procedure for submission of Tender/EoI (Expression of Interest): Vendors propos- ing to submit the Tender/EoI, may visit the University’s website. www.ppup.ac.in for downloading full document of the tender/RFP including details of Scope of Work and the desired prerequisites. Any amendment/ updates to the RFP (Request for Proposal) or its Terms and Conditions will be uploaded on official website of the University. The EoI has to be submitted in the prescribed format along with all the supporting documents in compliance with the requirements of the RFP. Please refer to the below mentioned information and guidelines for submission of the tender.

General Instructions, Terms and Conditions:

The tender Document can be downloaded from web site. www.ppup.ac.in from 20/01/2019. The tender document fee of Rs. 10,000/- (Rupees Ten Thousand) only is non-refundable, non-adjustable and non-transferable and is payable through a demand draft on any nationalized bank drawn in favour of the “Registrar, Patliputra University” payable at Patna and it should be submitted along with EMD of Rs 2,50,000/- (Rupees two lakhs and fifty thousand only) and tender documents as per the instructions given below in this tender. The signed tender papers (Technical bid and Financial bid) should reach in the office of the Registrar, Patliputra Universi- ty, Patna latest by 04/02/2019.

1. Incomplete bids, amendments and additions to bids after opening or late bids are liable to be ignored and rejected by Patliputra University, Patna (PPU).

2. The bidder shall be responsible for the delivery of the material(‘s), as per specifi- cations listed in the tender and at the sites allocated by the university.

3. A Demand Draft for Rs.2,50,000/- (Rupees Two Lakhs and fifty thousand Only) drawn in favour of the “Registrar, Patliputra University”, payable at Patna should be submitted towards Earnest Money Deposit (EMD) which must accompany the bid. Bids without EMD will be rejected. The EMD will be refunded to all the unsuc- cessful bidders only after the work order are placed to the successful bidder. The successful bidder’s EMD will be converted to security deposit upon the bidder’s ac- ceptance of the award of contract.

4. The bidder’s Security may be forfeited: 4

(a) If the bidder withdraw his bid during the period of bid validity specified in con- tract/agreement. (b) If the successful bidder fails to sign contract/agreement within 03 days of issue of letter of intent.

5. The prices must be quoted in the format as specified in the tender document, and should be inclusive of packing, forwarding, insurances, delivery at sites, duties and taxes.

6. All items, deliverable and price mentioned in the tender document should be val- id for acceptance up to a period of 3 months. The bidders should be ready to extend the validity, if required by the university.

7. The selected bidders shall be responsible for the supply, installation testing and commissioning, training and all service deliveries as listed in this tender document.

6. The bidder should commence work as per the scope mentioned in the tender document within 1 week from the date of issue of final order and/or entering into contract. 7. Bidders should enclose their bids with full details of all related experiences with documentary proofs.

10. Patliputra University Patna (PPU) reserves the right to select certain items (in single or multiple units) and reject the other mentioned in the tender document without assigning any reasons whatsoever. Patliputra University, Patna (PPU) also reserves the right to revise or modify or cancel the specifications of the items before the acceptance of any bids.

The sealed bids should be addressed and delivered by registered post or speed post or courier only: The Registrar, Patliputra University, Opposite Rajendra Nagar Terminal Main Road Patna- 800020 BIHAR, INDIA

5

The corresponding sealed envelopes should be titled as “Printing and supply of 32 pages Answer Books (with bar-coded OMR sheet as cover page) and Printing and supply of 8 pages practical Answer Books" and address mentioning the notification number to “The Registrar, Patliputra University, Patna, and all the bids must reach on or before 04/02/2019 (by 05.00 PM.). Bids received after the specified time will be rejected and no intimation will be sent in this regard.

The University is not under obligation to accept the lowest bid on any bid and re- serves the right of accepting the whole or any part of the bid or portion of the quan- tity offered; and the bidder shall supply the same at the rate quoted. The Registrar on behalf of Patliputra University, Patna (PPU) reserves the right to reject any or all offers received in response to tender or cancel or withdraw the tender notice with- out assigning any reason, whatsoever.

Any specific queries/clarification of the documents may be asked from the Patlipu- tra University in writing not later than 5 days before the proposed submission date. Any request for clarification in writing or by any other suitable medium of commu- nications must be sent to the PATLIPUTRA UNIVERSITY, PATNA. They will respond by e-mail only to such requests.

The bidder must enclose a copy of GST Certificate, PAN Card, income tax clearance certificate and last 03 years financial statement and all other details required under eligibility criteria. All bidders should enclose an affidavit by the First-Class Magis- trate of a “Warranty Declaration” of their firm/company’s in their bids as detailed below:

“We shall abide by all the specifications, terms and conditions listed in the tender document. We warrant all deliverable to be supplied by us as part of the tender shall be free from all defects and faults in material, workmanship. All products and services shall be of the highest quality, material and services of the type ordered, shall be in full conformity with the specifications therein. We accept that any deviations in the material and/or services from that specified in the tender document and the accepted terms are liable to be rejected. The bid- der will be bound to supply all the goods in the specified form to the specifications as per the order/contract and demonstrate the same at their own cost.”

6

SPECIFICATION OF REQUIREMENTS

A. Specification of Answerbook with OMR/Barcode

S.N. Specification Description 1. Number of An- 5 Lacs approx. swerbooks 2. Number of Pages 32 Pages 3. Size of paper 297 mm x 210 mm (A 4 size) (Landscape orientation) 4. Covers of the 1. cover page with bar-coded OMR with details Answer booklet given in the appendix (33.5 Cmx21Cm) as per (Bar-coded OMR) sample 2. 120 gsm Maphlitho for cover page 3. OMR sheet should in three perforated fold 5. Quality of other 1. Each and every page for 57 gsm Maphlitho paper 2. Landscape format 3. fine quality (ink should not spread while writing) 4. 80 % brightness 5. 1-inch margin line in the left side of the paper 6. Each page must contain parallel lines for writ- ing leaving 1-inch top margin as per sample 6. Other Specifica- 1. All the pages of the answer book should be per- tions forated with “PPU” 2. Continuous serial number on OMR Front cover page with each answerbook 3. The answerbook and OMR sheet should be stitched with thread 7. Packing Packing shall be done of answerbooks in the bundles of 200 answerbooks in moisture proof corrugated box, mentioning the quantity and serial numbers on top. 8. Printing Printing as per specified sample of the University 9. Delivery The vendor shall deliver the number wise answerbooks to the storeroom of the office and arrange the same serially.

7

B. Specification of Answerbook for practical examinations:

S.N. Specification Description 1. Number of Book- 2 Lacs approx.. lets 2. Number of Pages 8 Pages 3. Size of paper 210 mm x 297 mm (A 4 size) (Portrait orientation) 4. Covers of the 1. Front cover page should be printed as per the de- Answer booklet tails provided by the University 2. 57 gsm Maphlitho for cover page 5. Quality of paper 1. Each and every page for 57 gsm Maphlitho 2. Portrait format 3. fine quality (ink should not spread while writing) 4. 80 % brightness 6. Other Specifica- 1. All the pages of the answer book should be perfo- tions rated with “PPU” 2. Continuous serial number on each answerbook 3. The answerbook should be stitched with thread 7. Packing Packing shall be done of answerbooks in the bundles of 500 answerbooks in moisture proof corrugated box, mentioning the quantity and serial numbers on top. 8. Printing Printing as per specified sample of the University 9. Delivery The vendor shall deliver the number wise answerbooks to the storeroom of the office and arrange the same serially.

8

ELIGIBILITY CRITERIA FOR THE BID Below mentioned is the minimum Eligibility criteria decided by the university to identify suita- ble/prospective bidders; whose technical criteria bids will be opened for review by the university evaluation committee. Sl. Eligibility Criteria for the Bidder Documentary Evidence to be attached No . i) Should be a Government organisation/ Gov- For a registered Company/ agency/Firm Regis- ernment Undertaking or a company/ regis- tration Certificate issued by competent au- tered firm (Companies/Agencies/ Firms not thority. registered in India need not apply.) ii) The organization/ Company/ agency/Firm I. Purchase Orders/Agreement copies. need to have a minimum average turnover of ii. Last 3 years audited balance sheet Rs.10 Crores (Ten Crores) in the last three (3) (i.e.F.Y.2015-16, 2016-17 and 2017-18) financial years and should be profit making company (profit after tax) iii) The organization should have worked with a i. Purchase Orders or Agreement copies minimum of 5 Universities in the last 5 years. ii. University / Organization name iii. Scope of work & value iv. Contact person’s name and contact details iv) The organization should have at least 5 i. Copy of Agreement years’ experience in printing of answer- ii. University/ Organization name books for the universities/ institutions. iii. Scope of work iv. Contact person’s name and contact details v) The bidder should have in-house infrastruc- Details of infrastructure and manpower avail- ture for printing of Bar-Coded OMR answer- ability and break-up to be provided books.

Instructions for submission of Technical & Financial bids

i. Envelope-1: It should contain two envelops; one small envelope containing DD towards cost of tender documents Rs 10,000/- (Ten thousand only) as well as EMD Rs 2,50,000/- (Two lakhs and fifty thousand only). The Envelope should be writ- ten on top as “Tender Cost + EMD”. The other envelope shall contain all ma- terial, documents as stated above like credential, turnover, reports, photo- graphs, time schedule, management planning etc. in a sealed cover. The bid document along with its annexures downloaded from website (www.ppup.ac.in) shall be duly signed on each page by the bidder and should 9

be enclosed along with the envelope. It should be written on top as “Docu- ments for Technical Bid”. Both these envelopes should be placed in a cover envelope which should be written on top as “Envelope-1: Technical Bid”. In case of no deposit of cost of tender document and EMD, the technical bid of the firm shall not be evaluated and the firm shall be kept out of consideration in further bid process.

ii. Envelope-2: Financial bid as per the format enclosed in the Annexure-I should be packed in a separate envelope and sealed and written on top as “Envelope-2: Finan- cial Bid”. Financial bid of only those firms shall be opened who qualify in the technical bid and presentation evaluation. iii. Envelope-3: This will contain Envelope-1 and Envelope-2 and shall be sealed. This enve- lope should be super scribed with the Name of the tender, date & time of submission and sent by Regd. Post/speed post only at Patliputra University, Opposite Rajendra Nagar Terminal, Kankarbagh Main Road, Patna- 800020, Bihar, which should reach within prescribed time for submission. The tender documents submitted through couriers/ by hand will not be accepted and will be rejected.

Note: Authentication of Bids

The original bid will be signed by a bidder’s person duly authorized to bind the bidder to the contract. A letter of authorization in the name of the person signing the bid shall be supported by a written power-of- attorney accompa- nying the bid. All pages of the bid including the duplicate copies, except for un-amended printed literature, shall be duly signed and stamped by the per- son/ persons signing the bid.

10

EVALUATION PROCESS

I. First Stage: Technical evaluation:

Technical Evaluation will be carried out as per the following criteria.

The eligibility criteria as mentioned above and the documents submitted by firm as per the check-list given in Annexure II will be evaluated by the committee constitut- ed for the purpose. The Company/ agency/Firm fulfilling all the criteria will be de- clared as technically eligible bidders. The Financial Bid of only technically eligible Company/ agency/Firm will be opened.

2. Second Stage: Financial Evaluation:

The rate quoted by the technically eligible bidders will be examined and compared by a committee. The recommendation may be made by the committee for awarding the work to the Company/ agency/Firm who will have quoted the lowest rate.

Important Points I. Disqualification The Selection Committee may disqualify bids on account of, but not limited to, the following reasons: • If received after the last date and time. • If the bidder disregards any of the terms & conditions of the bid and/or leaves any ambiguity in calculation of the consultancy fee. • If the participants attempt to influence any member of the selection commit- tee. • Receipt of Conditional bids. The decision of the Selection Committee in the matter of disqualification shall be final and binding and no further correspondence shall be entertained from the disqualified bidders thereafter. II. Termination of the bid • Against all expectation entertained by Patliputra University Patna, if none of the participating firms could be declared by the Selection committee as the winner of the bid, the bidding will be regarded as terminated. • Patliputra University Patna, reserves right to accept or reject any/ all bid- ders without assigning any reason (s) thereof. 11

III. Award of work The work will be awarded as per recommendation of the Selection Commit- tee on the basis of evaluation criteria mention earlier. IV. Settlement of Disputes The decision of the Selection Committee shall be final & binding on participat- ing firms. In the event of any dispute related to the judging procedure or the recommendation of the Selection Committee the settlement will be done by sole arbitration of the Vice Chancellor, Patliputra University Patna, or by any arbitrator appointed on his behalf without recourse to the legal authorities. V. (i). Patliputra University shall take services in phases as per the requirement within a year from the date of contract. VI. If any legal issue arises, it should be settled within the legal jurisdiction of Bihar. VII. Penalty Clause: Company/firm should maintain safety, accuracy, confidentiality and secrecy while executing the job. For any lapse in security, inaccuracy or mishan- dling/misuse, or any other found thereafter, penalty equal to 100% of the contract value payable will be imposed on the company/firm and contract will be terminated entailing forfeiture of Performance Security Deposit or will warrant any other action as deemed fit by Patliputra University. VIII. Terms for Payment: Terms and conditions for payment will be made after award of the work as per the mutual agreement between the bidder and the University. However, it will be made at least in three phases of 30% each of the cost and the re- maining 10% will be payable after the audit of the work.

Note: - Company/firm shall submit Bills, in triplicate, as per prescribed format for processing of Bills during the contract period immediately as per terms of payment.

(H) Other Terms & Conditions: (i) No deviation shall be acceptable in the terms and conditions of the con- tract applicable to this invitation to tender. (ii) Hypothetical and conditional tenders will not be entertained.

12

(iii) The Patliputra University reserves the right to accept or reject all or any of the tenders without assigning any reason. (iv) There shall be no commitment of minimum quantity which can be ordered during currency of the contract. Work orders shall be placed on the firm against the Contract for such quantities as may be decided by the Patlipu- tra University as and when supply of software/hardware is required during the currency of the contact.

Annexure-I Financial Bid (To be submitted separately in sealed envelope) Financial bid for Printing and supply of 32 pages bar coded answer books (with OMR sheet as cover page) and Printing and supply of 8 pages practical answer books.

1. Name of the Firm:

2. Address of the firm:

3. Contact No. of the firm: Please read general terms and conditions. Quoted rates must be inclusive of all charges by way of packing, forwarding, incidental or transit charge including trans- it insurance, octroi and any other levies or duties etc. and transportation of mate- rial up to University office/ store except GST.

Sl. Particulars of works Rate per an- no. swer book 1. For the printing and supply of 32 pages bar coded answer books (with OMR sheet as cov- er page). 2. GST/Tax, if any (Not mentioning of any taxes will automatically be considered as inclusive). 3. Total (1+2) Rs.

13

Sl. Particulars of works Rate per an- no. swer book 1. For the printing and supply of 8 pages practi- cal answer books. 2. GST/Tax, if any (Not mentioning of any taxes will automatically be considered as inclusive). 3. Total (1+2) Rs.

Dated:------Signature (with official seal)

Note: Number of Students is given only for finalising the bid which may vary at the time of work-order.

ANNEXURE - II

Expression of Interest (EoI) Response Form

(To be compulsorily submitted with EoI)

Note: Details filled in this form must be accompanied by sufficient documentary ev- idence, in order to verify the authenticity and correctness of the information.

Sl. No. Description Details (to be filled by the responder to the EoI) 1. Application fee/ cost of tender document (Rs.10,000.00)( Ten Thousand only) 2. EMD Rs. 2,50,000.00 (Two lac and fifty thousand) 3. Annexure I- Technical Bid with supporting documents 4. Annexure II- Undertaking by the Bidder 14

5. An affidavit by the First-Class Magistrate of a “War- ranty Declaration” of their firm/company’s in their bids 6. Name of the Company 7. Official Address 8. Phone no. and Fax No. 9. Corporate Headquarters Address with phone no. and fax no. 10. E-mail address of contact person 11. Web site address 12. Details of company registration (please enclose attested copies) 13. Name of Registration Authority 14. Registration no. and year of registration 15. Product/service for which registered with validity period 16. GST registration no. 17. Permanent Account Number (PAN) 18. Whether the company complies with the Require- ment under the Contract Labour (Registration and Abolition Act) 19. Name of Bankers along with Branch (as appearing in MICR Cheque) and Account 20. Name of the Authorized Signatory, who is authorized to respond to the EoI 21. Audited reports of the last 3 yrs. 22. Copies of orders/ agreement of the previous works or orders 23. Other Documents provided (A 24. Name and address of the organization/university with which the company has agreement or MOU 25. Sample of 32 pages answer books (with Bar-coded OMR sheet as cover page) 26. Sample of 8 pages practical answer books

15

Annexure-III Warranty Declaration (Affidavit by the First-Class Magistrate)

“I shall abide by all the specifications, terms and conditions listed in the tender document.

I warrant all deliverable to be supplied by me as part of the tender shall be free from all defects and faults in material, workmanship. All products and services shall be of the highest quality, material and services of the type or- dered, shall be in full conformity with the specifications therein.

I accept that any deviations in the material and/or solutions/software and/or services from that specified in the tender document and the accepted terms are liable to be rejected. The bidder will be bound to supply all the goods in the specified form to the specifications as per the order/contract and demonstrate the same at their own cost.”

I hereby declare that our firm/company/concern is registered for the above work. We are in the business of above work, which can be verified from our office record. We have all technical infrastructure and technical staff etc. for smooth and effective execution of above work. We have not been black listed by any Govern- ment (Central & State) Board/ University/ Public Undertakings/ Banks/ R.B.I., etc.

Name of Tenderer______

Address______

Signature of Tenderer with Seal & Date.

16

Annexure- IV

K. UNDERTAKING BY THE BIDDER

I declare that I have gone through the Instructions of the Tender, Pre- Qualifi- cation Criteria (PQ), Scope of Supply with Specification, Evaluation Criteria and Terms & Conditions of Price Agreement and I shall abide by these condi- tions.

(Signature of Bidder with Seal)

Name:

17

18

19