17
1 Sign. of Tenderer with Seal of Firm NIT No. NFL/PT/P&A/JEA/2015 Date : 28.09.2015 Page 1 of 17 us’kuy QfVZykbtlZ fyfeVsM ¼ Hkkjr ljdkj dk midze ½ National Fertilizers Limited ( A Government of India Undertaking ) xksgkuk jksM] ikuhir] gfj;k.kk | Gohana Road, Panipat, Haryana|132106 (An ISO-9001, ISO-14001 and OHSAS-18001 Certified Unit) nw jHkk’k % 0180-2652481 ls 485 0180-2681301 ls 304 [email protected] QSDl % 0180-2652515 www.nationalfertilizers.com ________________________________________________________________________________________________ Ref. No. NFL/PT/P&A/JEA/2015 Dated: 28.09.2015 NIT FOR NON-QUALIFIED PARTIES To Sub: Tender for engagement of Agency for conducting Written Test of candidates for the post of Jr. Engg. Asstt. Gr.II in Production, Mechanical, Electrical & Instrumentation disciplines at Panipat (Haryana). Dear Sir(s), Sealed Tenders are invited for the work as detailed below:- 1. Name of Work Conducting of Written Test of candidates for the post of Jr. Engg. Asstt. Gr.II (Prod/Mech/ Elect/Instt.) at Panipat (Haryana). 2. Earnest Money Rs. 25,000/- 3. Tender Fee Rs. 500.00 4. Estimated Value of the Work Rs. 23.40 Lacs plus applicable Service Tax 5. (a) Conducting/completion of Written Test 30 days from the issue of Work Order (b) Result to be submitted Within 10 days of the Written Test. 6. Last date of issue of Tenders 20.10.2015 (Upto 12.00 Noon) 7. Last date and time of Receipt of Tenders 20.10.2015 by 3.00 PM 8. Date and time of Opening of Tenders 20.10.2015 at 3.30 PM 9. Place of receipt and Opening of Tenders Office of Chief Manager (HR), NFL Panipat Unit. Note: In case tender is asked by the party by post, the tender sets shall be dispatched upon the receipt of the tender fee and Rs. 50.00 will be charged as dispatch cost. Tenders can also be downloaded from NFL’s web site www.nationalfertilizers.com, and CPP portal www.eprocure.gov.in, which shall be submitted along with the requisite tender fees and EMD.

us'kuy QfVZykbtlZ fyfeVsM - ¼ Hkkjr ljdkj dk midze ½

Embed Size (px)

Citation preview

1

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 1 of 17

us’kuy QfVZykbtlZ fyfeVsM

¼ Hkkjr ljdkj dk midze ½

National Fertilizers Limited ( A Government of India Undertaking )

xksgkuk jksM] ikuhir] gfj;k.kk | Gohana Road, Panipat, Haryana|132106 (An ISO-9001, ISO-14001 and OHSAS-18001 Certified Unit)

nwjHkk’k % 0180-2652481 ls 485 0180-2681301 ls 304 [email protected]

QSDl % 0180-2652515 www.nationalfertilizers.com

________________________________________________________________________________________________ Ref. No. NFL/PT/P&A/JEA/2015 Dated: 28.09.2015

NIT FOR NON-QUALIFIED PARTIES

To

Sub: Tender for engagement of Agency for conducting Written Test of candidates for the post of Jr. Engg. Asstt. Gr.II in Production, Mechanical, Electrical & Instrumentation disciplines at Panipat (Haryana).

Dear Sir(s),

Sealed Tenders are invited for the work as detailed below:-

1. Name of Work Conducting of Written Test of candidates for the post of Jr. Engg. Asstt. Gr.II (Prod/Mech/ Elect/Instt.) at Panipat (Haryana).

2. Earnest Money Rs. 25,000/-

3. Tender Fee Rs. 500.00

4. Estimated Value of the Work Rs. 23.40 Lacs plus applicable Service Tax

5. (a) Conducting/completion of Written Test 30 days from the issue of Work Order

(b) Result to be submitted Within 10 days of the Written Test.

6. Last date of issue of Tenders 20.10.2015 (Upto 12.00 Noon)

7. Last date and time of Receipt of Tenders 20.10.2015 by 3.00 PM

8. Date and time of Opening of Tenders 20.10.2015 at 3.30 PM

9. Place of receipt and Opening of Tenders Office of Chief Manager (HR), NFL Panipat Unit.

Note: In case tender is asked by the party by post, the tender sets shall be dispatched upon the receipt of the tender fee and Rs. 50.00 will be charged as dispatch cost.

Tenders can also be downloaded from NFL’s web site www.nationalfertilizers.com, and CPP portal www.eprocure.gov.in, which shall be submitted along with the requisite tender fees and EMD.

2

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 2 of 17

10. All requests for interpretation, clarification & queries in connection with Tender shall be addressed in writing to Chief Manager (HR)) at least 7 (Seven) days prior to the closing date of the tender.

11. The Tender shall be submitted duly superscribed, „Tender for engagement of an Agency

for conducting of Written Test of candidates for the post of Jr. Engg. Asstt. Gr.II (Prod/Mech/Elect/Instt.) at Panipat (Haryana).

12. The rates quoted shall remain valid for 120 days from date of opening of tenders for the

acceptance. 13. National Fertilizers Limited reserves the right to reject any or all tenders and also does not

bind to accept the lowest tender. 14. Tender shall be submitted in THREE SEPARATE SEALED ENVELOPS as under: Envelop No. 1: Will be superscribed “EM” (Earnest Money) and shall contain earnest money deposit of

Rs.25000/- (Rupees Twenty Five Thousand only) and Rs.500.00 (Rupees Five Hundred only) as Tender Fees in the form of a crossed demand draft (separate for both amount) issued by any scheduled bank except rural and cooperative bank in favour of National Fertilizers Limited, Panipat payable at Panipat.

Envelop No. 2: Will be superscribed “TC” (Terms and Conditions) and shall contain terms and conditions set

for the tender by tenderer for his offer (in duplicate) and which are at variance from the terms and conditions of the tender documents issued by NFL and the documents as per Para 16 & 18.

Envelop No. 3: Will be super scribed “PB” (Price Bid) and shall contain the rates and amount quoted in the

prescribed schedule of rates in Annexure (A) . All the three sealed envelopes shall be submitted in a separate sealed envelope

superscribed, Tender for engagement of an Agency for conducting of Written Test of candidates for the post of Jr. Engg. Asstt. Gr.II (Prod/Mech/Elect/Instt.) at Panipat (Haryana).

15. OPENING OF TENDERS: Envelop No. 1: Marked “EM” containing earnest money will be opened first, on the scheduled date of

opening of tender in presence of those tenders who wish to be present at the time of Tender Opening.

Envelop No. 2: Marked “TC” will then be opened and discussion will be carried on with the respective

tenderer for clarification, if any. Envelop No. 3: Marked “PB” will be opened subsequently on the same day or at a later date, which will be

intimated to tenderer.

3

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 3 of 17

16. The following documents are to be submitted alongwith the quotation in the envelope No. 2, failing which the tender will be liable for rejection:

a) Certified copy of Permanent Account Number (PAN) from Income Tax Authorities. b) Certified copy of Service Tax Registration No. along with documentary proof thereof. c) Declaration Form- I & 2. d) Proforma No.1 & 2. e) An Affidavit on Non-judicial Stamp Paper of Rs.10/- duly attested by Notary Public stating :

With reference to NIT No. ________________ dt. ________________ of National Fertilizers Ltd., Panipat for the work “Tender for engagement of an Agency for conducting of Written Test of candidates for the post of Jr. Engg. Asstt. Gr.II (Prod/Mech/Elect/Instt.) at Panipat (Haryana)”. I, __________________ S/o Sh. _____________________________ R/o ________________________________ Proprietor / Partner / Authorized Representative of the firm M/s ______________________ do solemnly affirm and declare as under:- i) That my/our firm/sister concern etc. has not been black listed or put on holiday by any

Institutional Agency / Government Department / Public Sector Undertaking for participating in the Tender, in last 2 years.

ii) No other Firm / Sister Concerns / Associates belonging to the same group are participating / submitting the Tender for the job.

iii) That the information furnished by me/us in respect of above Tender is true and correct

and nothing has been concealed. In case any of information is found to be false and incorrect at any stage, NFL shall be fully competent to take the necessary action as deemed fit.

f) Power of Attorney in the name of person, who has signed the Tender Documents (in case of

Partnership Firm or otherwise as the case may be). 17. The Tenderer is required to furnish the details regarding its status of Micro, Small and

Medium Enterprise under the MSMED Act, 2006 under Sr. No. 6 of declaration form-II at the time of submission of their quotation. The benefits of the Public Procurement Policy for MSEs Order, 2012 shall be considered only if self- certified copy of valid registration certificate of MSME as per the MSMED Act, 2006 along with the status of MSEs owned by SC/ST Entrepreneurs, if applicable, is provided. In case no information is given by tenderer, it will be presumed that he is not covered by the Act and consequently not eligible for any benefits under the Act.

18. The bidder shall quote rate in both figure and words in the Schedule of Rates. Price should

be quoted strictly in the enclosed Proforma (Annexure-A). If some discrepancies are found between the rates quoted in words & figures, the rates as quoted in words shall be accepted/considered.

19. All pages shall be initialed at the bottom right hand corner and signed wherever required in

the tender papers by the tenderers or by a person holding power of attorney authorizing him to sign on behalf of the tenderer before submission of tender. All corrections and alterations in the entries of tender paper will be signed in full by the tenderer with date. No eraser or overwriting is permissible.

20. No condition or deviation should be mentioned by tenderer in Price Bid. Offers where the

party has mentioned any condition or deviation in Price Bid shall be out rightly rejected.

4

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 4 of 17

21. The prospective tenderer having any common Partner / Director / Managing Director etc. or having any other common criteria shall be considered as Sister / Group / Associates Company. In such cases only one of them will be eligible for participating in the tender.

22. Scope of work & Terms & Conditions given in the tender documents is final. On verification,

at any time, whether the tenderer is successful or not, if any of the documents submitted by the tenderer including the documents downloaded from our website / issued are found tampered / altered/ incomplete, they are liable for actions like rejection of the tender, cancellation & termination of the contract, debarring etc., as per the rules of the company.

23. It will be presumed that the tenderers have gone through the Scope of work, Terms and

conditions of tender etc., which shall be binding on him/ them. 24. If it comes to the notice of NFL at any stage that any of the certificates /documents submitted

by bidders are found to be false /fake/doctored, the party will be debarred/blacklisted as per rules from participation in all NFL tenders including termination of contract, if awarded. E.M.D/PBG etc., if any will be forfeited. The contracting agency in such cases shall make good to NFL any loss or damage resulting from such termination.

25. While submitting the offer, Bidders may ensure that tender documents / offer have been

signed by authorized signatory or the Company. Subsequent withdrawal of offer / non-acceptance of orders placed based on offers submitted by them will not be entertained on the ground that the offer was not signed by the authorized person.

26. In case the tender is received in open condition, then the entire risk for loss of confidentiality

shall be with the party. NFL shall not own any responsibility on this account whatsoever. 27. One person will be allowed to represent only one Company during discussion, negotiation

with NFL. If same person is representing different companies with authorization letter from more than one Company, such person will be allowed to represent only the first Company called for negotiation.

28. NFL reserves the right to postpone the tender opening date and / or time and will intimate all

the tenderers well in time, of such postponement along with notice of revised opening date and time.

29. In case, due to some unforeseen circumstances, the date of receiving / opening of the tender

happens to be a holiday / closed day, the tender will be received and opened on the next working day.

30. This letter shall form part of the contract document and shall be signed and returned along

with the tender documents. 31. The Tender shall be addressed to Chief Manager (HR), National Fertilizers Limited, Gohana

Road, Panipat-132106 (Haryana). Thanking You,

Yours faithfully, For and on behalf National Fertilizers Limited.

(Mahabir Singh) Chief Manager(HR)

5

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 5 of 17

SCOPE OF WORK

1. NFL Panipat Unit intends to conduct a Written Test for shortlisting of candidates for the post

of Junior Engineering Assistant Gr. II (Prod./Mech./Elect./Instt.) in and around Panipat City

(Haryana).

2. The tentative number of eligible candidates for appearing in the written test would be 18000

which may vary on either side. However, exact number of eligible candidates (discipline-

wise) shall be mentioned in the Work Order. The soft copy of discipline wise list of

candidates containing name and roll numbers will be provided by NFL to the agency for the

purpose of making seating arrangement and venue.

3. The test shall be conducted by the successful Bidder/Agency in Schools/Colleges/Institutes in

and around Panipat City (Haryana) which will be arranged by the bidder/agency and

acceptable to NFL. The venue should be well connected by road. All arrangements and

infrastructure for proper conducting the written test shall be made by the successful

bidder/agency.

4. The test shall be conducted preferably on one day in one shift. However considering the

number of candidates, the test may be conducted in two shifts i.e. morning and evening or on

two different days. However, the day of test in any case shall be Sunday. It shall be ensured

by the Agency that the test of one particular discipline is conducted at one time only. The

schedule of the written test shall be decided only in consultation with NFL.

5. The successful bidder/agency shall intimate NFL within fifteen days from the date of issue

of Work Order, the name, location & address of School/Colleges/Institute arranged for the

test and the number of candidates (discipline-wise) along with roll numbers to be

accommodated at each centre. Arrangement for sending/Downloading of the Admit cards

along with sample questions and instructions etc. to the candidates will be made by NFL.

6. Setting of Question papers:

6.1 The Test shall be of objective type (multiple choice) comprising of 90 questions altogether as

per the following break-up :-

(a) Related to Chemical, Mechanical, Electrical & : 60 questions

Instrumentation (Diploma, Discipline wise)

(b) General Awareness : 20 questions

(c) Reasoning/Aptitude : 10 questions

6.2 The Question Paper for the Test will be bilingual (English and Hindi). Question Paper should

not have been used for the last one year in any of the test conducted by the Agency. Question

Papers shall be in four series having same questions in different order. Separate Question

Papers for separate discipline shall be provided. The successful bidder/agency shall maintain

strict secrecy of the Question Papers at all stages to ensure fairness of the written test.

6.3 The standard of the Question Paper/Test will be of Diploma level in Chemical, Mechanical,

Electrical & Instrumentation Engineering. The general awareness and reasoning questions

shall be of reasonable level as expected from a Diploma Holder/Science Graduate.

6

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 6 of 17

6.4 The duration of the test shall be 90 minutes. Each question shall be of 1 (one) mark. There

shall be no negative marking.

6.5 Successful bidder/agency shall be required to provide NFL one sample question paper

containing few questions of General Awareness, Reasoning and relevant discipline along with

guidelines/instructions for information of the candidates.

7. The seating arrangement at the examination Hall shall be such that the candidates in adjacent

seats do not get Question Papers of same series. Question papers shall be distributed in such a

manner that adjacent candidates will have question papers with different order / set of

questions. Further, candidates should sit far from each other to avoid copying. Two candidates

may sit on one bench if it is six feet long, otherwise one candidate should sit on one bench.

The ergonomics of the seats (benches or chairs) should be suitable to an adult.

8. In addition to NFL staff available at each centre for over-viewing, NFL Squad Team may also

visit any centre any time during the test.

9. The Scope of Work shall also include but not limited to the following:-

9.1 Designing, developing and printing of bilingual (English & Hindi) objective type,

multiple choice test papers. Both English and Hindi version shall be provided to each

candidate.

9.2 OMR Answer Sheets and Question Booklets shall be provided by the successful

agency and same shall be packed room-wise in separate sealed packets. The sealed

packets shall be handed over to the concerned invigilator in the presence of NFL

representative.

9.3 Pre-printed stickers of roll numbers of the candidates should be pasted on individual

desks as per seating plan one day ahead of the test. Sufficient police protection must

be provided at each venue for smooth conduct of the test. 9.4 Examination material must be delivered at the test venue not more than 2 hours ahead

of the start of the test time. One representative of agency should be present at each

venue during the period of test.

9.5 The OMR Answer Sheets and Question Booklets should be packed room-wise in

separate sealed packets.

9.6 To avoid impersonation, no candidate should be allowed to appear for the written test

without Admit Card with photograph affixed. The photograph of the candidate on the

Admit Card will have to be verified with the candidate by the Invigilator.

9.7 If cases of fraud like impersonation etc., coming to light, the Agency has to hand over

those candidates to the nearest Police Station and lodge FIR and forward a copy of the

same to NFL failing which suitable penalty will be imposed.

9.8 The signature of the candidate on the Admit Card should be obtained in the presence

of the Invigilator and the Invigilator should then affix his signature with Marker Pen

covering the photograph of the candidate before collecting the Admit Card from the

candidate. The marker pens shall be provided by the agency.

9.9 The left out Question Booklets and OMR Answer Sheets from the examination halls

should be collected back after commencement of the examination by the Venue

Coordinator from the Invigilators and to be handed over to the agency.

9.10 To arrange the centres/venues for conducting the written test including arrangement of

invigilators, test Administrator/ Superintendent/ Staff/ Attendants etc. as may be

required for smooth conduct of the test. The invigilators should be regular teaching

staff of the School/College/Institute.

7

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 7 of 17

9.11 Arrange for seating, invigilation and a Coordinator (not below the rank of HoD / Head

of Institute /Principal) for overall supervision of the written test at each test venue. The

Venue Coordinator shall be responsible for conducting the test smoothly at the centre

under his charge and will be the Single Point to NFL.

9.12 To provide adequate guidelines to the candidates, invigilators and test administrators.

Successful Agency shall be responsible for making available all types of material

including test papers and OMR sheets in sufficient quantities at each venue/centre of

the test.

9.13 Question Booklets will not be collected back from the candidates after the test.

Question Booklets of each set along with answer key should be provided to NFL

within three (3) days of the examination. Receipt/Collection of Answer Sheets from

test centre.

9.14 The agency shall submit a copy of the room wise attendance sheet duly signed by

candidate and invigilator at each venue to the representative of NFL immediately after

the test. However the agency shall submit detailed report of written test in respect of

all the test venues including absentee report within five days of completion of test.

9.15 The evaluation of the answer sheets should be done at the Headquarters of the Agency

through computer. The evaluation should not be entrusted to those who have

participated in invigilation /coordination / supervision in the test venues for conducting

the written test.

9.16 Agency shall prepare Discipline-wise Results in order of merit of all the candidates

and also category-wise i.e. General, SC, OBC, PH, XSM etc. and shall send the same

to Chief Manager(HR), NFL Panipat under sealed cover within ten days from the date

of written test. The agency should not destroy the data and used material/record

connected with a written test without written permission from NFL and the same is

required to be preserved for atleast two years from the date of written test. The result

shall be provided in hard and soft copy containing roll number, name, father's name,

category & marks obtained by the candidates.

9.17 Agency shall ensure liaisoning with District Authorities for smooth conduct of the test.

9.18 Any other related activities for conducting the test smoothly and providing result

thereof.

8

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 8 of 17

SPECIAL TERMS & CONDITIONS

1. EARNES MONEY DEPOSIT:

The bidder is required to deposit EMD of ` 25000/- alongwith bid. EMD of successful bidder

shall be refunded/ returned after a period of three months from the date of completion of

work. However, EMD of unsuccessful bidders shall be released after award of work. EMD

shall not bear any interest. EMD shall be forfeited in case the agency/bidder, after submission,

revokes its bid or modify terms & conditions thereof during the validity of its bid except

where the NFL has given opportunity to do so, the earnest money shall be liable to be

forfeited. EMD shall also be forfeited in case the bidder, to whom the Work Order is issued,

doesn’t commence the work within time or withdrew the tender after communication of

acceptance.

2. Performance Bank Guarantee (PBG):

2.1 The Agency shall arrange and submit the Performance Bank Guarantee (PBG) directly to NFL

from their Bank, through Registered AD, on their behalf, equivalent to 10% value of the Work

order value. The Agency shall submit PBG of requisite amount within 10 days from the date

of Work Order.

2.2 If the Agency fails to perform the contract as per terms and conditions or commits breach or

deviates from any of the terms of the contract, the NFL shall have the right to en-cash the

Performance Bank Guarantee (PBG).

2.3 The PBG submitted by the Agency shall be valid for the contract period with a claim period of

three (3) months from the date of submission of result. The PBG shall not carry any interest.

3. EXPENSES TO BE BORNE BY AGENCY

All expenses in preparation and submission of bids and visits to the office or any place in

connection with the preparation of Bid shall be borne by the Agency. NFL in no case and

under any circumstances shall be responsible or liable for these costs regardless of the

outcome of the Bidding process.

4. PRICES, TAXES, DUTIES

The Agency should quote firm prices/rates inclusive of all taxes for such works/services, (but

excluding Service Tax) for the Time period as indicated in the bidding document and no

variation on above account will be allowed during execution of the Contract. Service tax

under this contract as applicable shall be paid extra on the prevailing rate on submission of

Government notification regarding levying of service tax and proof of deposit of the same by

the Agency/Bidder. Any penalty/interest etc. shall be to the Bidder/Agency’s account.

All taxes and duties etc. now or hereafter imposed, increased modified from time to time in

respect of subject work shall be included in the quoted unit rate /prices.

5. COMPLETION SCHEDULE:

The test shall be conducted by the Agency/Bidder within 45 days from the date of issue of

Work Order. The exact date and time table for conducting the test shall be finalized by the

successful bidder/agency in consultation with NFL. Time is the essence of the contract and it

is essential that the job is completed within stipulated time.

9

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 9 of 17

6. The successful Agency will remain totally responsible for all the activities and

confidentiality etc. Test papers should be of appropriate standard commensurate to the post

and should be prepared, printed, packed and transported in a most confidential manner.

Further, the questions should not be picked up from a single book and/or from earlier question

papers.

7. As far as possible, all the questions have to be designed freshly instead of taking the questions

which were framed already.

8. No information, documents etc in connection with the test / agreement will be revealed to

anyone other than the authorized representative of NFL. The secrecy of question paper at all

stages shall be maintained by the Agency to ensure fairness of test.

9. The Agency shall be responsible for the timely completion of the assignment and maintaining

high quality standards. All the services should be completed within time mentioned, unless

extended by mutual consent.

10. The agency should have a foolproof system of security for handling test material and

maintaining utmost secrecy.

11. Instructions / guidelines pertaining to conduct of tests, clarifications etc., if any, will be

communicated by NFL to the Agency.

12. NFL shall not allow assigning / subcontracting of the work awarded under this contract to any

agency.

13. In the event of the arrangements at the venue not being proper and satisfactory and the

deficiencies are not removed forthwith by the Agency, NFL will recover suitable damages for

the deficiencies from the Agency, as decided by NFL, in addition to any other penalty

elsewhere mentioned.

14. The Agency shall at all times indemnify and keep NFL indemnified against all risks, claims,

charges, suits or legal issues which may arise if at all from the execution of the work orders

and defend at its own cost any suit / claim brought against NFL and keep NFL free and

harmless against all such suits / claims which may be made against NFL.

15. PENALTY

15.1 Bidder/Agency has to complete the work as per the agreed schedule and strictly in accordance

with the terms and conditions of the tender. A penalty @ 1% of total value of the contract per

day of delay subject to a maximum of 10% of contract value shall be imposed except the

conditions mentioned under Force Majeure. In the event of failure to complete the work in

the stipulated period, the NFL reserves the right to get the work done from any other Agency

at the risk and cost of the successful agency.

15.2 If the agency requires any extension of time for completing the work under the contract he

must apply NFL immediately on the date of the occurrence of the event on account of which

he desires such extension and NFL may if it thinks such request reasonable, grant such

extension of time as it may think necessary.

16. TERMS OF PAYMENT

16.1 The tentative number of candidates is 18000 which may vary either side. However the

payment shall be released based on the number of candidates mentioned in the work order.

16.2 100% fee charges will be released against submission of Invoice within 15 days after

submission of results.

16.3 Income Tax shall be deducted from the bills as per provisions of Income Tax Act, 1961.

16.4 The contract shall furnish the following information i) Acceptance for release of payment by ECS / EFT from our bank.

ii) Details of tenderers A/c No. in any branch of State bank of India, Name and Address

of branch code, RTGS code and MICR No. of the tenderers bank.

10

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 10 of 17

17. TERMINATION:

If the Agency fails to execute the work with due diligence or expedition or refuse or neglect to

comply with the instructions given to the Agency by NFL in connection with the work or

contravenes the provisions of the contract including timely execution, NFL shall have the

option to terminate the contract and get the work done by any other party at the risk and cost

of the agency after giving seven days’ notice, besides forfeiting the performance bank

guarantee and also blacklisting/debarring the agency if considered necessary.

18 CONCILIATION & ARBITRATION:

“Except where otherwise provided in the contract all matters, question or differences

whatsoever, which shall at any time arise between the parties hereto, touching the

construction, meaning, operation or effect of the contract or out of matter relating to the

contract or the breach thereof or the respective rights or liabilities of the parties during or after

completion of the works or whether before or after termination, shall after written notice by

either by either party to the contract be referred to the arbitration of the Functional Director,

National Fertilizers Ltd. or his/her nominee.

The Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment

thereof and the rules made there under shall govern the Arbitration proceedings.

The contractor herby agrees that he shall have no objection if the arbitrator so appointed is an

employee of NFL and he had to deal with the matter to which contract relates and that in the

course of his duties as such he has expressed his views on all or any of the matter in dispute of

differences.

If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever

then the next arbitrator so appointed by the authority referred above may start the proceedings

from where his predecessor left or at any such stage he may deem fit.

It is agreed by and between the parties that in case a reference is made to the Arbitrator or the

Arbitral Tribunal for the purpose of resolving the disputes/differences arising out of contract

by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award

interest on the awarded amount more than the rate of SBI PLR/ Base rate as applicable to NFL

on date of award of contract.”

19 JURISDICTION:

For any dispute regarding this contract, the exclusive jurisdiction shall lie in the Courts

situated at Panipat (Haryana), generally where the contract is being executed.

20. FORCE MAJEURE:

The terms and conditions agreed upon under the contract shall be subject to Force Majeure.

Neither the agency nor NFL shall be considered in default in the performance of their

obligation contained therein, if such performance is prevented or delayed or restricted or

interfered with by reason of War, Hostilities, Revolutions, Civil Commotion, Strike,

Epidemics, Accidents, Fires Flood, Earthquake, regulation or ordinance or requirement of any

Government or any sub-division thereof, or authority or representative of any such Govt.

and/or due to technical snag/reasons or any other Act whatsoever, whether similar or

dissimilar to those enumerated beyond the reasonable control of the parties hereto or because

of any act of GOD. The party so affected, upon giving prompt notice to the other party shall

be excused from such performance to the extent of such prevention, delay, restriction or

11

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 11 of 17

interference for the period it persists provided that the party so affected shall use its best

efforts to avoid or remove such causes of non-performance if possible and shall continue

performance hereunder with the utmost dispatch whenever such causes are removed. Should

one or both parties be prevented from fulfilling their contractual obligations by a state of

Force Majeure lasting continuously for a period of one week, the two parties to the contract

shall meet and decide about the future course of action

21 SECRECY:

Successful Bidder/Agency shall maintain full secrecy and confidentiality with regard to all

documents/ information for conducting the written test. In case of leakage of test paper in any

manner at any stage prior to the actual time of test or if it is found after the test that the

questions given in the current written test was from earlier question papers at a level which is

not acceptable to NFL, the test shall be scrapped and a re-test shall be conducted at the cost of

the Agency. Further, a penalty up to a maximum of Rs.3,00,000/- in terms of monetary value

and/or stoppage of the business with the agency may also be imposed, depending on the

gravity of the incident

22 AGREEMENT:

The successful bidder would be required to enter into an Agreement with National Fertilizers

Limited on non-judicial stamp paper of Rs.100/- cost of which is to be borne by him. Till such

time formal agreement is entered into between the successful Bidder/Agency and NFL, the

communication from NFL conveying acceptance of the Tender of the bidder, shall be treated

as the Agreement for the purpose of operation of contract.

23. The bidder shall not put any condition while filling-up the tender documents. Still if any

condition is put up, the tender would be liable to be rejected.

24 The Agency/Bidder shall be solely responsible to ensure compliance all the applicable laws of

Central/State Government.

25. The Contract shall be governed by and construed in accordance with the Laws of India.

12

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 12 of 17

ELIGIBILITY CRITERIA

1. Bidder/Agency should have experience of conducting of offline written test and evaluation for

recruitment to various posts in Central/State Governments/Public Sector Undertakings/Public

Sector Banks.

2. The Agency should have handled offline written test of 8000 or more candidates on a single

day during the last seven years ending 31.08.2015. Completion certificate along with the copy

of Work Order are required to be enclosed for each of the written test conducted by the

agency.

3. The Agency should have in-house computer facility of data processing. A

certificate/undertaking shall be submitted by the Agency in this regard.

4. The Agency should have average Annual Financial Turnover for not less than Rs.7.0 Lakhs

for immediate three preceding financial year ending 31st March of the previous Financial

Year i.e. 2014-15.

5. The tender document shall be accompanied with copies of (a) Work order, Completion

certificate with details of value of work executed (b) a copy of Notarized sole Proprietorship

OR a copy of Partnership deed OR a copy of Memorandum of Association & Articles of

Association, alongwith certificate of registration – whichever is applicable.

6. In addition to above, copies of the following documents shall also be submitted along with

Tender documents.

a) Permanent Account Number allotted by Income Tax Department,

b) Service Tax Registration Certificate,

c) Audited Balance Sheet along with Profit & Loss Account and ITRs for the last three

financial years ending March, 2015 with an average turnover of Rs.7.0 Lac or more.

7. NFL reserves the right to reject the offer in case the above documents are not enclosed along

with the offer. The authorized representative of the tenderer shall sign on all the copies of the

documents submitted along with the tender document.

13

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 13 of 17

DECLARARTION-FORM-I

Ref. No; NFL/PT/P&A/JEA/2015/ Dated: _____________

To,

___________________

National Fertilizers Ltd.

Panipat

Sub: Tender for engagement of an Agency for conducting Written Test for the post of

Jr. Engg. Asstt. Grt.II (Prod/Mech/Elect/Instt.) at Panipat (Haryana).

Dear Sir,

I/We ____________________________________________________________ have

read the conditions of tender attached hereto and agree to abide by such conditions. I / We

offer to do the job of____________________________________at the rates quoted in the

attached schedule of rates and in accordance with the specifications, standards and instructions

in writing of the Engineer-in-charge of M/s. National Fertilizers Limited and hereby bind

myself/ourselves to complete the work schedule and progress of work.

I/We further agree to abide by the conditions of contract and to carry out all work

within the specified time in accordance with specifications and instructions referred to in the

Notice Inviting Tenders.

In case of acceptance of the tender by National Fertilizers Limited, I/We bind

myself/ourselves to execute the contract as per the conditions mentioned in the tender

documents, failing which, I/We shall have no objection to the forfeiture of the Earnest Money

lodged with National Fertilizers Limited, Panipat.

Thanking you,

Yours faithfully;

For M/s __________________________

(Signature of Tenderer with SEAL)

Address : _____________________________

______________________________

14

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 14 of 17

DECLARATION-FROM-2

(To be enclosed in Envelope-2 of the Offer/Bid)

S. No. PARTICULARS/DESCRIPTION DETAILS

Name

Date of Registration /Incorporation

Permanent address/ registered Office.

Permanent Account Number with

Documentary Proof

Service Tax Registration No. with

Documentary Proof

Name of Authorized Signatory of the

Bidder

Whether the Bidder/Agency is registered as

Micro/Small/Medium Enterprises as per

MSMED Act, 2006, the same may be

confirmed by the party and submit a

photocopy (self-certified) of the

Registration Certificate in support thereof.

Otherwise, it will be construed that the

party is not registered as per MSMED Act,

2006.

If a Tenderer has relations whether by

blood or otherwise with any of employees

of NFL, the Tenderer must disclose the

relation at the time of submission of

Tender, failing which, NFL shall reserves

the right to reject the Tender or rescind the

Contract

YES / NO

(If Yes, give the following details)

Name and

Designation

of the

Employee

Place of

Posting

Relation with

the Employee

Signature of Tenderer

with the seal

Name & Address: _____________________________

____________________________

____________________________

E-Mail Address____________________________

15

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 15 of 17

INFORMATION REGARDING TENDERER

PROFORMA NO. 1

A) IN CASE OF INDIVIDUAL

i) Name of Business

ii) Whether his Business is registered

iii) Date of commencement of business

iv) Whether he pays Income-Tax over Rs.

10,000/- per year

B) In case of Partnership

i) Name of Partnership

ii) Whether the Partnership is registered

iii) Date of establishment of firm

iv) If each of the partners of the firm pays

Income-Tax over Rs. 10,000/- a year and if

not which of them pays the same

C) In case of Limited Liability Company or Company Limited by Guarantee

i) Amount of paid up capital

ii) Name of Directors

iii) Date of Registration of Company

iv) Copies of the last three years’ Balance

Sheets of the Company

(SIGNATURE OF TENDERER)

Name ________________________

Dated _______________________

16

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 16 of 17

PROFORMA NO. 2

DETAIL OF EXPERIENCE

Tenderer shall give information of similar works done during the past seven years strictly as per Proforma

given below

Sr.

No.

Full particulars of similar

work carried out by

Tenderer

Value of

Contract

Number of the

candidates

Date & Year

of completion

of work

Name & Postal

Address of Client

Certified that the above information is correct.

(SIGNATURE OF TENDERER)

Name ________________________

Date ________________________

17

Sign. of Tenderer

with Seal of Firm

NIT No. NFL/PT/P&A/JEA/2015

Date : 28.09.2015

Page 17 of 17

To be kept in Envelope no. 3 (ANNEXURE-A)

PRICE BID/SCHEDULE OF RATES

RATES FOR CONDUCTING WRITTEN TEST OF CANDIDATES AT PANIPAT

(HARYANA) IN RESPECT OF NIT NO.NFL/PT/P&A/JEA/2015 DATED 28.09.2015.

Sr.

No.

Description Unit Quantity Rates per Candidate (in Rs) Total

Amount In Figure In Words

1 2 3 4 5 6 7

(4x5)

1. Charges for conducting

offline Written Test as per the

Scope of Work specified in

the Tender Document

(inclusive of all elements of

costs such as stationery,

printing charges, travelling

allowance, daily allowance,

Arrangement of Test Centres/

Invigilators / Administrator/

Superintendent & other

attendant/ Staff etc. and all

other charges incidental

thereto.)

Per

Candidate

18000

Note:

1. The No. of candidates indicated in the NIT is tentative and may vary either side.

2. The rate should be quoted both in figures as well as words.

3. Applicable service tax shall be payable extra.

(Signature of Tenderer)

Name________________________

Address___________________ _________________________

Date :____________