0% found this document useful (0 votes)
23 views35 pages

TRunkey Project Example

The Bihar School Examination Board (BSEB) is inviting e-tenders for setting up and operating an Online Examination Centre at Block C, Bapu Pariksha Parisar, Patna, under a revenue sharing model. The tender process includes a two-bid system with specific dates for document sale, pre-bid meetings, bid submissions, and openings. Interested agencies can find detailed eligibility criteria and terms on the BSEB e-procurement website.

Uploaded by

swatitestind
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
23 views35 pages

TRunkey Project Example

The Bihar School Examination Board (BSEB) is inviting e-tenders for setting up and operating an Online Examination Centre at Block C, Bapu Pariksha Parisar, Patna, under a revenue sharing model. The tender process includes a two-bid system with specific dates for document sale, pre-bid meetings, bid submissions, and openings. Interested agencies can find detailed eligibility criteria and terms on the BSEB e-procurement website.

Uploaded by

swatitestind
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 35

BIHAR SCHOOL EXAMINATION BOARD, PATNA

Sinha Library Road, Patna-800017

NOTICE INVITING e-TENDER

(Through e-procurement mode only over (https://eproc2.bihar.gov.in) Tender


Notice No.: PR- 18/2025
Bihar School Examination Board, Patna invites e-tenders under two bid systems from the
reputed Service Providers/ Firms /Companies/ Agencies/ Societies for Setup and Operate Online
Examination Centre on Revenue Sharing Model at Block C, Bapu Pariksha Parisar, Kumhrar,
Patna. Detailed tender document containing eligibility criteria, other terms and conditions are available
on the website https://eproc2.bihar.gov.in.

Tender Schedule

Sl.No. Date and Time for Activity Date/Time: Duration


Online Sale/ Download Date of From: 23/01/2025 (11:00 Hrs.) to 14/02/2025
1.
Tender Documents (14:00 Hrs.) (https://eproc2.bihar.gov.in)

01/02/2025 up to 12:30 Hrs.


2. Pre-Bid Meeting (Bihar School Examination Board,
Sinha Library Road, Patna-800017)
Last Date/ Time for Submission/ 14/02/2025 up to 14:00 Hrs.
3.
uploading of Online Bid (https://eproc2.bihar.gov.in)

Last Date and Time for submission of


17/02/2025 up to 12:00 Hrs.
4. EMD instrument in Hard Copy/
Original

Date & Time for Opening of 17/02/2025 at 13:00 Hrs


5.
Technical Bid (https://eproc2.bihar.gov.in)

Date & Time for Opening of


6. Date to be announced later by competent authority.
Financial Bid

₹5900/- (Five Thousand Nine Hundred Rupees) (Non-


7. Cost of the Tender Document
Refundable)

₹3540/- (Three Thousand Five Hundred Forty


8. Tender Processing Fee
Rupees) (Non-Refundable)

9. Earnest Money ₹1,00,000/- (One Lakh Rupees) (Refundable)

 Contact Details: Sh. Vinod Kumar Singh, Nodal officer - +91 62999 23095, E-Mail ID – eproc-bseb-
[email protected]/ [email protected]

 Note: Bihar School Examination Board reserves the right to accept/ cancel/ reschedule tenders without assigning any
reasons. Prospective bidders are advised to regularly visit https://eproc2.bihar.gov.in for Corrigendum/ Amendments
etc., if any, it will be notified on this portal only and no separate advertisement will be made.

Sd/-
Secretary
Bihar School Examination Board,
Patna

Page 1 of 35
Tender Document
For
Setup and Operate Online
Examination Centres
on
Revenue Sharing Model
at Block-C
Bapu Pariksha Parishar,
Kumhrar, Patna."

BIHAR SCHOOL EXAMINATION BOARD,


PATNA

(Tender Notice No.: PR- 18/2025)

Page 2 of 35
Contents
SECTION – I Preamble, Objective & Background ......................................................................... 5

SECTION – II General Terms & Conditions ................................................................................... 9

SECTION – III Payment, Penalty Terms & Allotment of Work .................................................... 24

PART II: FINANCIAL BID .............................................................................................................. 30

SECTION – V Format for Bidder’s Authorization Letter ............................................................. 32

SECTION VI Bid Form................................................................................................................... 33

SECTION VII Request for clarification of bid document ............................................................. 34

SECTION –VIII Non-Blacklisting................................................................................................... 35

Page 3 of 35
Bihar School Examination Board, Patna

Tender Document for Selection of Agency to Setup and Operate Online


Examination Centre on Revenue Sharing Model at Block C, Bapu Pariksha
Parisar, Kumhrar, Patna
Online Tenders (https://www.eproc2.bihar.gov.in) are invited under two-bid
system from the reputed Agency/ Sound Firms/Companies having adequate
infrastructure and Experience of handling the works of "Setup and Operate Online
Examination Centre on Revenue Sharing Model at Block C, Bapu Pariksha
Parisar, Kumhrar, Patna."

Bihar School Examination Board

M/s.
are hereby authorized to submit their Tender in response to the Tender Notice for
Setup and Operate Online Examination Centre at Block C, Bapu Pariksha Parisar,
Kumhrar, Patna on revenue sharing model basis." as per details enclosed.

SECRETARY

Page 4 of 35
SECTION – I
Preamble, Objective & Background
Bihar School Examination Board is entrusted with the task of conducting Annual
matriculation and Intermediate examinations along with other miscellaneous examinations as
and when directed by Education Department. An imperative infrastructure and capacity
building has also been put into place for seamless delivery of the user centric services.
For the above purpose, Bihar School Examination Board has taken initiative to develop
Examination Centers at Block C, Bapu Pariksha Parisar, Kumhrar, Patna to meet BSEB
deliverables.
The advent of technology has steadily digitized all services and offerings, taking them
to the online platform, and education has been no exception. With the ubiquitous high-speed
internet, laptops and associated infrastructure coupled with technology pervasiveness has
enabled a seamless transition of offline system into online ecosystem.
The objective of online exams is to ensure that assessment givers can undertake the
paradigm shift from offline to online processes. The online industry is growing rapidly, and
factors such as convenience, scalability, increased reach, and customization are shaping its
adoption.
In present context, BSEB intends to invite prospective agencies / organisations to set
up examination centers to conduct online examination centres on Revenue Sharing Model.
Block C examination centres is available for CBT or Computer related work in Block C of
Bapu Pariksha Parishar on each floor, G+5 Floor Building, 19 Examination hall (total area is
approx. 86000 Sqft.). In addition, number of candidates has increased in comparison to past
few years but the proportion of seats available for online examination has not been increased
and that has led to multiple shifts and days for an examination.
Bapu Pariksha Parishar, Block – C, G+5 Floor Building, Examination hall area as per
below:
Sl. No Floor Details Area in Sq.Mts. Area in Sqfts.
Open Area -1 547.15 5887.33
Open Area -2 679.7 7313.57
Open Area -3 437.81 4710.84
Open Area -4 270.24 2907.78
Circulation Area 211.39 2274.56
Elec. Room 13.23 142.35
Server / Control Room 24.59 264.60
1 Ground Floor UPS Battery Room 24.15 259.84
UPS Pannel Room 25.18 270.93
Staff Locker Room 166.24 1788.72
Male Wash Room -2 42.25 454.61
Female Wash Room -2 37.40 402.39
PH Wash Room -2 6.84 73.60
Total 2486.16 26751.12
Page 5 of 35
Examination Hall-1 507.98 5465.81
Examination Hall-2 503.56 5418.27
Male Wash Room -1 37.24 400.66
Female Wash Room -1 27.82 299.34
PH Wash Room -1 3.78 40.67
Circulation Area 356.32 3834.00
Store Room -1 41.00 441.16
Male Wash Room -2 42.25 454.61
Female Wash Room -2 37.40 402.39
PH Wash Room -2 6.84 73.60
2 1st Floor
Examination Hall-3 255.35 2747.59
Server Room 58.13 625.48
Elec. Room 13.23 142.35
Canteen Seating 248.70 2676.01
Kitchen 80.28 863.76
Pantry 39.98 430.13
Store Room -2 32.57 350.40
Wash 39.66 426.77
Corridor 6.05 65.14
Total 2338.12 25158.15
Examination Hall-1 507.98 5465.81
Examination Hall-2 503.56 5418.27
Male Wash Room -1 37.24 400.66
Female Wash Room -1 27.82 299.34
PH Wash Room -1 3.78 40.67
Invigilator Room -1 22.42 241.20
Circulation Area 331.55 3567.48
Invigilator Room -2 41.00 441.16
3 2nd Floor
Male Wash Room -2 42.25 454.61
Female Wash Room -2 37.40 402.39
PH Wash Room -2 6.84 73.60
Examination Hall-3 255.35 2747.59
Examination Hall-4 419.71 4516.08
Server Room 83.12 894.36
Elec. Room 13.23 142.35
Total 2333.23 25105.57
Examination Hall-1 507.98 5465.81
Examination Hall-2 503.56 5418.27
Male Wash Room -1 37.24 400.66
4 3rd Floor Female Wash Room -1 27.82 299.34
PH Wash Room -1 3.78 40.67
Invigilator Room -1 22.42 241.20
Circulation Area 331.55 3567.48

Page 6 of 35
Invigilator Room -2 41.00 441.16
Male Wash Room -2 42.25 454.61
Female Wash Room -2 37.40 402.39
PH Wash Room -2 6.84 73.60
Examination Hall-3 255.35 2747.59
Examination Hall-4 419.71 4516.08
Server Room 83.12 894.36
Elec. Room 13.23 142.35
Total 2333.23 25105.57
Examination Hall-1 507.98 5465.81
Examination Hall-2 503.56 5418.27
Male Wash Room -1 37.24 400.66
Female Wash Room -1 27.82 299.34
PH Wash Room -1 3.78 40.67
Invigilator Room -1 22.42 241.20
Circulation Area 331.55 3567.48
Invigilator Room -2 41.00 441.16
5 4th Floor
Male Wash Room -2 42.25 454.61
Female Wash Room -2 37.40 402.39
PH Wash Room -2 6.84 73.60
Examination Hall-3 255.35 2747.59
Examination Hall-4 419.71 4516.08
Server Room 83.12 894.36
Elec. Room 13.23 142.35
Total 2333.23 25105.57
Examination Hall-1 507.98 5465.81
Examination Hall-2 503.56 5418.27
Male Wash Room -1 37.24 400.66
Female Wash Room -1 27.82 299.34
PH Wash Room -1 3.78 40.67
Invigilator Room -1 22.42 241.20
Circulation Area 331.55 3567.48
Invigilator Room -2 41.00 441.16
6 5th Floor
Male Wash Room -2 42.25 454.61
Female Wash Room -2 37.40 402.39
PH Wash Room -2 6.84 73.60
Examination Hall-3 255.35 2747.59
Examination Hall-4 419.71 4516.08
Server Room 83.12 894.36
Elec. Room 13.23 142.35
Total 2333.23 25105.57

Page 7 of 35
The objective is to establish Block- C, Bapu Pariksha Parishar, Kumhrar, Patna"
as Online Examination Center in premises’ space given by BSEB on revenue sharing model
and acquired by bidders on agreed terms for specified period. As a part of this initiative, it is
envisaged to set up/establish ICT based online exam centers. BSEB intends to complete this
work through private partners who will set up/establish ICT based online exam centers in the
locations shown in schedules of requirement.
The purpose of this RFP is to select a bidder for running online examination centre’
and installing and maintaining services w.r.t. Infrastructure (ICT & Furniture inclusive of
electrification, power backup & cabling), Support Manpower to operate and maintain the
centres, maintenance of Infrastructure to ensure smooth functioning of online test centre. Pre-
requisite infrastructure to run ICT enabled examination centres will be agency responsibility
and their maintenance needs to be assured till the project tenure.
BSEB will be responsible for Maintenance and Site management of entire campus
including Building Works like plumbing, civil work, lift maintenance, water logging, seepage,
parking area during the complete contract period and would depute a dedicated Facility
Manager at Exam Centre for maintenance of facility and to support the successful bidder in all
sets of required documentation and arrange required NOC’s from local authorities.
Further, if required BSEB may construct approach road/area for respective offices. The
ownership of specified space will be solely with BSEB and BSEB will provide electricity
connections with required load (Load Calculation to be provided by the successful bidder after
assessment of the site) along with installation of main power supply, Main/Distribution Panel
and separate Electricity meters on each floor of Block C. BSEB will bear the electricity expense
of all Common areas. Charges towards actual electricity consumption as per the prevalent govt.
unit rates for the Examination floors shall be borne by the successful bidder after Go-Live of
Block- C, Bapu Pariksha Parishar. Parking area will be provided by BSEB to the successful
bidder. In addition, any charges towards Water Bill/ Electricity Bill/ Fuel Charges at the time
of commissioning period till go-live or upto 3 months, whichever is earlier will be borne by
BSEB.
Selected agency, however during the project tenure would have sole authority towards
specified space utilization subjected to tender terms and conditions. BSEB does not guarantee
to accept or move into agreement for any/all the proposals, if the solution does not seem to
satisfy the core requirement towards conduct of scientifically defined question.

Page 8 of 35
SECTION – II
General Terms & Conditions

1. INSTRUCTIONS TO BIDDERS: E-tenders are invited from reputed and


experienced Company/ Firm/Agencies/ Societies / Service Provider for " Setup and Operate
Online Examination Centre at Block- C, Bapu Pariksha Parishar, Kumhrar, Patna on
Revenue Share Model basis viz. as per the decision of BSEB. Standing instructions for
bidders for e-tendering submission https://www.eproc2. bihar.gov.in
(i) The bidder shall submit his bid/tender on e-Procurement platform at
www.eproc2.bihar.gov.in
(ii) All the required documents should be attached at the proper place as mentioned in the
e-forms otherwise the tender of the bidder will be rejected.
(iii) Tender Processing Fee (TPF) amount of ₹5900 /- (Five Thousand Nine Hundred Rupees
only) to be paid through e-Payment mode (i.e. NEFT / RTGS, Credit / Debit Card) only.
(iv) Bidders shall submit their bids online through the portal
(https://www.eproc2.bihar.gov.in).
(v) Bids will not be accepted by any other mode (post/ by hand/ email/ fax etc.) except
otherwise explicitly specified. Documents uploaded on the online portal
(https://www.eproc2.bihar.gov.in) will only be considered for evaluation.
(vi) Bidders must ensure that PDF files uploaded on the portal are not corrupted. Bidders
must open all PDF documents and ascertain that these are not corrupted. Corrupted
documents will be treated as documents not available.
(vii) For support related to e-tendering process, bidders may contact at following address “e-
Procurement HELP DESK First Floor, M/22, Bank of India Building, Road No-25, Sri
Krishna Nagar, and Patna- 800001 Ph. No: 0612- 2523006, Mob- 7542028164”
(https://www.eproc2.bihar.gov.in)
2. Scope of work
The Bihar School Examination Board (BSEB) has developed Examination Center at Block C,
Bapu Pariksha Parisar, Kumhrar, Patna. These centers will be used to conduct online
examinations.
BSEB is inviting proposals from interested agencies/organizations to set up and operate the
exam centers using a revenue-sharing model.
BPP Block –C Centre will have dedicated to Computer Based Testing (CBT) or computer-
related work having capacity of approx. 3200 Students.
To maximize the utility of these centers, BSEB is not only inviting proposals from interested
agencies/organizations to set up and operate them using a revenue-

Page 9 of 35
sharing model, but also proactively engaging in discussions with various established exam
conducting bodies such as the Railway Recruitment Board (RRB), Institute of Banking
Personnel Selection (IBPS), Staff Selection Commission (SSC), National Aptitude Test
(NAT), and others. The aim of these discussions is to explore the possibility of utilizing the
regional centers for conducting their examinations in Bihar. This collaborative approach would
ensure optimal utilization of the infrastructure while providing a convenient and secure testing
environment for a wider range of examinees. For this purpose, BSEB will depute a Nodal
Officer, who will write letters to all central & state examination bodies, including Bihar, to
give preference/ mandate for engagement and usage of these state developed state of the-art IT
infrastructure during their Examinations and other computer related activities.
Bidder is required to run ICT based online examination centres (where BSEB is only providing
space on revenue share model) and arrange all allied infrastructure and manpower services
on their own for conducting Computer Based Examinations, Educational and Vocational
Training, Skill Development centres and other computer work i.e., Data Entry, Data
Digitisation Work, Computer Service Centre and any Computer related works as per tender
contractual period. Following scope of activities for setting up of ICT lab is to be undertaken
by bidder are outlined as under. The scope includes but are not limited to:
a. Supply of furniture (computer table & Chair) with required electrification & passive
cabling for power supply and network connectivity along with internet facility. Every
node shall have a partition to keep privacy. Charges for provisioning internet and
electricity for the lab shall be borne by the agency itself throughout the contractual
term. Primary and secondary internet links shall be provisioned by the agency to handle
the link unavailability circumstances during examination. Both the connectivity
provision should belong to different service providers.
b. Bidders must bear the charges towards electricity consumption for the Examination
Floors & Parking Area
c. Supply and commissioning of Air Conditioning for the computer lab.
d. Supply and commissioning of Local Servers, Computers, Printers and all other required
standard utilities required for running ICT Lab.
e. The network connectivity provision for every computer would be responsibility of
agency.
f. Supply and commissioning of CCTVs for surveillance along with NVR/DVR Supply
and Commissioning of UPS to cover entire computer lab, network and servers.
g. Maintenance of Infrastructure till contractual period to ensure uninterrupted service.
h. Manpower to maintain and operate computer lab and conducting examination.
i. Centralized Helpdesk for logging of complaints/issues for the Centres/Labs.

Page 10 of 35
j. Bidder will install access control management system (Physical Control Device) at all
key areas to ensure physical security of these areas.
k. The contract would be entirely a service-based contract where infrastructure and
manpower will be arranged by agency to operate and maintain the required setup for
online testing.
l. Bidder will be responsible for the development of infrastructure in the parking area,
movement areas such as holding areas, baggage areas, waiting areas, tuck shops,
stationary shop etc and may provide these services on chargeable basis to Candidates.
Revenue sharing with BSEB will not be applicable for these such of support services.
m. Bidder will develop Branding guidelines in agreement with BSEB.
n. The Revenue distribution (Net of all taxes) will be shared as “X%” and “(100- X) %”.
The X% corresponds to BSEB’s share of revenue (Net of all taxes) while (100-X)
%corresponds to the Vendor’s share (Net of all taxes). Revenue distribution will be
applicable on the Base Value before taxes.
o. To ensure complete transparency in business operations, separate escrow accounts will
be opened and used for receiving the billed amounts respectively by BSEB and
successful bidder i.e. One account will be used by BSEB for receiving payments against
bills directly raised by BSEB to end customers and other will be used by successful
bidder for receiving payments against bills raised by successful bidder to end
customers.
p. Sharing Model:

 Percentage Split: A fixed percentage of qualifying revenue (net of all taxes) is


shared between parties as per the financial bid submitted by bidder.
 Escrow account will have provision for auto transfer of the realised revenue from
end customer to both the parties as per the defined revenue sharing ratio, by 15th
of next month Also, details of revenue documents to be shared with BSEB monthly
without fail by the 15th of the next month or before, at the time of payment to
BSEB.
q. Minimum Guarantee

 BSEB shall expect a minimum assurance of INR 20,00,000 per year


2.1 Areas of Buildings and Campus
Block- C, Bapu Pariksha Parishar, Kumhrar, Patna is partially Under Construction. It is G+5
floor Building, Covered Area 16503 sqm

Page 11 of 35
a. Bihar School Examination Board has the requirement of generating revenue against
revenue sharing model of “Ground + Five Floors Space".
b. Interested agencies are suggested to do the visual survey of the serviceable area of the
“Specified Space”.
c. The Specified Space “Ground + Five Floors Space" comprising of Examination Hall
and other areas (as defined in Section I above) shall be acquired by the bidder for the entire
contractual period on revenue sharing model, to setup computer labs with equipment and
allied requisite infrastructure. The bidder shall be responsible for erecting & managing all
necessary infrastructure.
d. BPP Block –C, well equipped with basic amenities such as electricity, water & security
personnel etc. However, the lab physical security will be the responsibility of the bidder.
Bidder shall be responsible to maintain the space viz. Housekeeping, Cleaning etc. during
the contract period. The premises shall have following properties: -
i. Pakka building as per PWD building specifications pertaining to each of the halls
situated on the “Ground + Five Floors Space" of the exam centre having adequate
movement area.
ii. Each Floor entire area which may include Room, Balcony and Common area will be
at bidder disposal for commercial use and may be used for ancillary purposes for
running ICT labs and conducting examinations thereof. Agency would be permitted to
carry out any civil work within the Halls/centers for purpose of running ICT labs only
after it has informed to the respective regional office.
iii. Adequate bathrooms, separate for girls and boys, and sufficient parking space.
iv. BSEB will arrange for all NOC’s (including Fire NOC) from respective Govt. Depts
for running the CBT Exam Center.
v. Well-connected and situated within a 10 km radius.

2.2 Technical Specification:-


For all major products (i.e. Computer Systems, UPS, CCTV, Routers etc.) self- declaration
letter for patch and firmware support for at least 2 years needs to be provided along with other
certifications and documentary evidence.

 Minimum Requirement for Computer Node (System) Specification: -


 Monitor/Terminal Size: 14 inch or above
 Processor: Intel Core i3 or above
 CPU Speed: 2.5 Ghz or above
 RAM: 2 GB or above
 Storage: 256 GB or above
 System should not be older than 2 years.
 Other Features: Webcam, Any OS, USB Optical Mouse,

 As per the guidelines of Exam conducting body there should be a provision for
disabling USB Storage Device, QWERTY-Keyboard and Proxy.

Page 12 of 35
 Minimum Requirement for Server Specification: -
 Processor: Best processor to serve the terminals
 RAM: 4 GB or above
 Operating System: Any OS with latest version
 UPS & Battery
 IGBT Technology, ISOLATION Transformer (depending on manufacturer
internal/external), SMNP Monitoring Accessory included & activated.
 Batteries of 15 Minutes duration must be available during the entire contract period.
The AH, Stack Quantity needs to be taken with Caution from OEM’s

Node set Site UPS Capacity in (KVA) Modular UPS capacity in KVA
Required at the Site

210 KVA (30 KVA*7 Modules) OR 120 KVA X 2


1100 210 Sets
OR 60 KVA X 4 Sets

 Diesel Generator
 Must have IMF/AMF (inline or auto mains Failure).
 DG monitoring Device to be included.
 IP Surveillance, Storage, VMS
 Surveillance IP cameras @1 Per 24 Candidates-Minimum giving clear view of
all candidates.
 Camera model should be matching (4MP or higher, H.265, 80 Degrees View,
30Mtrs I/R, H.265, Samba, Indoor/Outdoor Bullet, IP66 rated).
 Zero Blind Spot design to be achieved.
 Surveillance HDD Storage capacity to be at least 1TB.
 Redundancy of footage storage is through VMS –PC.
 Routers
 Mobile Module: 4G (LTE) – Cat 6 up to 300 Mbps, 3G – Up to 42 Mbps
 Features: SIM switch - 2 SIM cards, auto-switch cases: weak signal, data limit,
SMS limit, roaming, no network, network denied, data connection fail, SIM idle
protection
 Wireless Mode: Wireless mode - 802.11b/g/n/ac Wave 2 (WiFi 5) with data
transmission rates up to 867 Mbps (Dual Band, MU-MIMO), 802.11r fast
transition, Access Point (AP), Station (STA)

Page 13 of 35
2.3 BSEB guidelines and instructions governing “Setup and Operation of Online
Examination Centre at Block C, Bapu Pariksha Parisar, Kumhrar, Patna on Revenue
Sharing Model” in line with defined “scope of work”
Prospective bidders are required to ensure proper maintenance of "Specified Space" including
candidate’s waiting space, Staircases, Corridors, Toilets, Parking areas etc. or any other
associated areas which may be used for examination related activities at least two times per
day. They are expected to maintain the reception area, visitor’s lounge at least two times a day
and also on a need & case to case basis beyond the scheduled specified frequency. They are
expected to ensure that there should not be any vandalism and no harm is being done to BSEB
premises whatsoever. Any damage to BSEB property on account of online examination will
be borne by prospective bidder.
Following points should also be considered but not limited to: -
a. No harm to the existing structure, fittings, finishes, furniture, fixings, apparatus, etc.
should take place due to manhandling of BSEB property. Bidder will have to
compensate BSEB on account of any illicit / bad workmanship, inferior quality of
cleaning apparatus used, inferior quality of cleaning agent used, wrong cleaning
process, mishandling etc.
b. Upon expiration of contract, successful vendors will have to handover the "Specified
Space" in its original physical condition (as handed over by BSEB) post proper
maintenance, if any.
c. Cleaning of "Specified Space" also covers floor, windows and other accessories etc. as
required.
d. The selected agency and its staff/representatives shall remain professional and
independent even when maintaining amicable relations with the BSEB fraternity.
e. (i) The Bihar School Examination Board (BSEB) would not require the bidder to
provide computers directly for its examinations, which will be conducted solely
by the agency selected by the Education Department, Government of Bihar, or by
BSEB for each specific exam. This designated examination agency will contact
bidder directly to arrange for online examination centers, in accordance with the
terms and rates established by the bidder.

(ii) The Bidder is free to conduct online examination for any central government,
state government, Central or State PSU or any private organisation round the year,
at its discretion.
(iii) BSEB's part of the realised revenue from end customer should be auto transferred
from escrow account on a monthly basis, not later than the 15th of the following
month, along with all relevant financial documents and details.
(iv) The Bihar School Examination Board (BSEB) will conduct periodic audits to
review center bookings, financial accounts, and related activities. During these
audits, BSEB may request additional documentation, which the bidder must

Page 14 of 35
provide.
If it is discovered that the bidder has concealed any type of
revenue/income for the first time than the bidder will be required to pay a penalty
equal to three times of the concealed amount. A second instance of any
concealment of any income/revenue will result in a penalty of five times of the
concealed amount. In the case of occurrence of third instance of any such
concealment of any revenue/income, BSEB will terminate the contract with the
bidder.
(v) BSEB may install AI enabled or other CCTV cameras at entry, exit or common
areas to monitor activities and access to camera feed will be provided to successful
Bidder through a common platform. The bidder may also install additional CCTV
cameras as per their requirements.
(vi) BSEB representatives are authorized to regularly inspect the rooms and premises
of the examination centers to verify ongoing work and ensure compliance.
(vii) The online centers shall be used exclusively for computer-related activities. No
other activities are permitted at the centers.
(viii) Bidder must ensure that after 1st year of contract (excluding three months of
commissioning time), They should install minimum 3200 computer nodes at
center i.e. Bapu Pariksha Parisar, Kumhrar, Patna.
(ix) After the first year of operation at Bapu Pariksha Parisar, Kumhrar, Patna, if
bidder has not installed minimum 3200 computer nodes at center, a penalty of Rs.
3,00,000 (Three Lakh rupees) will be imposed, and the bidder will be given three
months time to install the given number of computer nodes.
(x) If, after the subsequent three-month period, the bidder still has not installed
minimum 3200 computer nodes, an additional penalty of Rs. 5,00,000 (Five Lakh
rupees) per center will be imposed, and the bidder will be given another three
month's time to comply.
(xi) If, following the second three-month period and a further verification by a BSEB
team, the bidder still has not installed minimum 3200 computer nodes at center,
then BSEB will cancel the agreement.
(xii) No other revenue-generating activities shall be conducted by BSEB at Block C,
BPP.
(xiii) Both BSEB and successful bidder will proactively engage in efforts for pitching
the services to various agencies for increasing the revenue for the proposed CBT
exam centers. BSEB will help to provide the required letter to the successful
bidder regarding the examination conducted by Central Government / Central or
state govt. PSU / State Government on request of the bidder. For this purpose,
BSEB will depute a State-level Nodal officer who will write letters to all central
& state examination bodies to give preference and usage of these state developed
CBT Exam infrastructure.
(xiv) BSEB will develop PH (Physically Handicapped) enabled ramp from all entry and
exit leading upto all lifts on ground floor.
(xv) If the bidder's negligence causes any damage or loss to the Board's property, they

Page 15 of 35
will be responsible for paying a penalty that is double the amount of any harm
they do to the property. Furthermore, the bidder will have two month's time to
rectify any harm done to the Board's property.
Further, if bidder fails to repair/ rectify the damage, a penalty equal to
five times the amount of damage or loss the bidder caused to the Board's property
will also be charged, and the bidder will given an additional two months time to
repair or rectify the harm to the Board's property.
(xvi) Bidder should not carry out any construction activity without prior approval of
BSEB.
(xvii) Electricity consumption Charges will be borne by Bidder.
f. The last year's approximate number of candidates appeared in STET, D.El.Ed. Entrance
and Simultala Entrance examination.
D.El.Ed. Joint Entrance
Year Candidates
2022 237192
2023 244777
STET Examination
2019 245512
2023 412646
Simultala Examination- XI
2022 114
2023 128
Simultala Examination- VI
2024 13939
2023 17936
2022 14028
2021 12959
2.4 Duration of the Contract

(i) Contract encompasses 03 (three) months period on account of commissioning of


ICT labs.
(ii) Contract for starting and Operating ICT Lab (Block C) will be for 07 (Seven)
years. The contract will be valid for 07 (Seven) years and thereafter will be
extended further for a period of maximum (02) two years twice i.e. (07+02+02)
years, unless revoked.
(iii) Minimum Lock-in commitment of 7 years is ensured to the successful bidder as
part of this project by BSEB under all circumstances save and except termination
as mentioned in termination clause no-15.
2.5 Subcontracts
Subcontracting of only non-core activity can be allowed; however prior consent should be
taken from BSEB and sub-contracting agreement should be shared thereafter. Subcontracting
does not intend that BSEB would communicate with other party of any activity, the successful
Page 16 of 35
bidder will be the single point of contact for all communication for BSEB and entire
responsibilities shall belong to the successful bidder only. Core and Non-Core activities are
categorised as per the table below:
Core activities Non-Core activities
Procurement and Supply and commissioning of furniture (computer
commissioning of ICT table/desk, workstations & Chair) with required
components and utilities (CCTVs electrification & passive cabling for power supply -
and other associated activities) for connectivity and manpower. Planning Infrastructure
setting up of computer lab and partition to finalise seating structure and maintain privacy
conducting till contractual period to conduct online
online examinations. examinations.

3. Eligibility Criteria
Sl. Qualification Criteria Supporting Document to be
No. enclosed
1. The bidder should be a proprietary/ partnership firm, Certificate of Incorporation,
a trust/society, Consultancy agency registered under MOA, AOA
the Indian Companies Act and must be in operation
since last 05 years as on
date of submission of Bid.
2. The bidder should be a legally registered Private
Limited / Limited entity in India and in operations in
India since last Five (05) years as on bid date.
Consortium / Joint Venture bids are not allowed.
3. The bidder should be Registered with the GST GST Registration
Authorities. Certificate of the company.
4a. The bidder should have an average annual turnover of Furnish UDIN certified audited
at least ₹50 (Fifty) Crores from examination related financial statements for said
business during the last 03 financial years (FY2021- financial years. The audited
22,2022-23 & 2023-24) balance sheet and Profit &
4b. Bidder must have a GSTIN registered office of loss statement for
PATNA, Bihar. In case, bidder does not have said financial year to be
registered office with GSTIN of PATNA, Bihar submitted along with CA
Bidder should give undertaking to be registered with certificate as documentary
GSTIN of PATNA Bihar within 15 days from the date evidence.
of issue of work order.
5. The bidder should have a positive net worth of ₹25
Crores as per the audited consolidated financial
statements as on 31st March 2024.
6. The bidder should have experience of executing at Copy of Work order
least 2 work orders of more than ₹10 crores for any Or
examination related projects for any State/Central Work Completion Certificate
Govt/PSU department directly during last 5 years as from Client
on day of bidding.
7. The bidder should have the experience of managing Copy of Work order Or Work
Page 17 of 35
Computer labs with minimum 100 nodes in any of the Completion Certificate
last 03 (three) years as on day of bidding. from Client
8. The bidder should never be blacklisted by any Notary Affidavit on stamp
Government department, PSU, Government paper of INR 100 duly signed
subsidiary, Government Corporation or any by any of the Director (s) of
government undertaking organization across the the Bidder as per Section VIII
country
9. Bidder must have a valid certification of ISO 9001 Valid certificate to be attached
& CMMi Level 3 as on day of bid publishing.
(verifiable on the CMMi website:
https://cmmiinstitute.com/pars)

4. Technical Evaluation/ Scoring Criteria

Sl. No. Maximum


Technical Evaluation Criteria
Marks
1 Average Annual Turnover of the bidder from examination related 10 Marks
business during last 03 Financial Years i.e., FY 2020-21, FY 2021-
22, FY 2022-23
Average Turnover between INR 50-60 Crores: 5 Marks
Average Turnover between INR 60-75 Crores: 7 Marks
Average Turnover between INR >75 Crores: 10 Marks
2 Bidder should have Net Worth of INR 15 crores as on 31st 10 Marks
March 2023
Net worth as on date of bidding between INR 25-35 Crores: 5
Marks
Net worth as on date of bidding between INR 35- 50 Crores:
7 Marks
Net worth as on date of bidding >50 Crores: 10 Marks
3 Bidder must have a valid certification of ISO 9001 as on day of bid 10 Marks
publishing.
ISO 9001&ISO 27001: 5 Marks
ISO 9001, ISO 27001 and ISO 20000-1: 7 Marks
ISO 9001, ISO 27001, ISO 20000-1 and CMMi Level 3
(verifiable on https://cmmiinstitute.com/pars) :10 Marks

4 The bidder should have experience of executing at least 2 work orders 20 Marks
of more than INR 10 crores for any examination related projects for
any State/Central Govt/PSU department directly during last 5 years
as on day of bidding.
No. of Work Orders≥ 2 and <4: 8 Marks
No. of Work Orders≥ 4 and <6: 15 Marks
No. of Work Orders≥ 6: 20 Marks
5 Bidder should have work experience of Creation & Establishment 10 Marks
of at least 100 nodes for Online CBT Exam directly for any Govt.
department(s) in India during last 5 years as on day of bidding.
No. of Cumulative Nodes ≥ 100 and <200: 5 Marks
No. of Cumulative Nodes ≥ 200 and <400: 7 Marks
No. of Cumulative Nodes ≥ 500: 10 Marks

Page 18 of 35
6 Bidder should have work experience of Creation & Establishment 10 Marks
of Online CBT Exam center directly for any Govt. department in
India during last 5 years as on day of bidding:
Cumulative Value of Work Orders≥05 crores and <10 crores: 5
Marks
Cumulative Value of Work Orders≥10 crores and <15 crores: 7
Marks
Cumulative Value of Work Orders ≥ 15 crores: 10 Marks
7 Technical Presentation cum Demonstration 30 Marks
 Understanding of scope & objective of project
 Proposed Solution
 Implementation Approach
 Project Management Methodology
 Proposed Security Solutions
 Proposed Technology advancement for Exam centre
infrastructure
 Proposed Artificial Intelligence technologies
 Current running Exam centre infrastructure (BSEB may
physically visit and assess the centre’s infrastructure and
technology)
 Proposed technology intervention to stop the malfunctioning of
IT hardware
 Proposed technology to safeguard the IT server room and its
infrastructure
 How IT logs will be generated and secured on-cloud?
 Proposed technology to secure the IT hardware from
Hacking Manpower deployment plan at Exam centre and their
training
Total Marks 100
Note:
 Minimum 70 Marks are required for opening of financial bid.
 Presentation marks will be awarded on the discretion of BSEB and no bidder will have the
right to raise any objections for the same.

Page 19 of 35
5. Earnest Money / Bid Security
Bidder shall deposit Earnest Money of ₹1,00,000/- Online through eproc or in the form of
Demand Draft/BG from nationalised / commercialised Bank in favour of Secretary, Bihar
School Examination Board payable at Patna valid for (45) forty- five days, failing which
their bid will not be considered valid. Following rules will apply w.r.t EMD: -
a. The Earnest Money will be refunded to unsuccessful bidders within (01) one month
after finalization of Tender. The Earnest Money Deposit shall not bear any interest.
The Earnest Money Deposit shall be forfeited if the bidders withdraw their offer in
due course.
b. The successful Bidder's bid security will be discharged upon the Bidders signing the
contract, pursuant to submission of performance security in accordance with clause 6.
c. The bid security is required to protect the purchaser against risk of Bidder's conduct
which would warrant the security's forfeiture.
d. No concession/exemption shall be allowed.
6. Taxes & Duties
TDS, GST will be applicable as per prevalent rates / rate pronounced by the Government
from time to time. Further to this all-other Taxes/Duties/License fees/ Octroi/ Road Permit
(whichever is applicable) will be borne by the bidder himself.
The EMD deposited by successful Agency will be duly returned post Performance Security
deposit.
7. Performance Security
(i) Within 10 (ten) days of the receipt of the work allotment the successful bidder shall
deliver a performance security in form of a DD/FDR/BG for an amount equivalent to
10,00,000/-(Ten Lakh Rupees Only) under the provision of Bihar Financial Rules
issued either by a Nationalized/Scheduled Indian Bank.
8. Evaluation
a. Technical Bid shall be opened first and if the cost of Tender Documents/ EMD is not
there the remaining Bid Documents will not be opened, and the Bid will be rejected
and the Bidder will be responsible for the same.
b. The evaluation of Technical Bid will commence after its opening and evaluation will
be made with respect of cost of Bid documents, Earnest Money, Eligibility/
Qualification Criteria, Technical Evaluation/Scoring Criteria and other, information
furnished in Bid document. On the basis of such evaluation a list of the responsive Bids
will be drawn up. The Financial Bid of only those Bidders, who score at least 70 marks
in the evaluation of the Technical Bid, will be considered.
c. Bidders or their duly authorized representative(s), whose Technical Bids are found
responsive and are eligible for financial bid opening may attend the meeting of opening
of Financial Bids.
d. At the time of opening of Financial Bids, the names of the Bidders, whose Technical
Bids meets the minimum scoring criteria will be announced and the financial bids of

Page 20 of 35
only those Bidders will be opened. The responsive Bidders names, the Bid prices and
such other details as the Board may consider appropriate will be announced by the
Board at the time of opening of Financial Bid.
e. Bidder quoting the highest revenue sharing percentage (%) value (H-1) will be declared
successful bidder.
9. Letter of Award
Bihar School Examination Board, Patna, shall consider placement of Letter of Award to
the successful Bidder. Bidder shall give their acceptance along with Performance Security
within 15 (Fifteen) days of issue of Letter of Award. Upon issuance of LoA all the floors
will be handed over to the bidder.
10. Signing of Contract and depositing of Security Deposit
Successful Bidder has to execute an Agreement with the Secretary, Bihar School
Examination Board within 15 (Fifteen) days of issue of Letter of Award after depositing
the Performance Security in accordance with the Clause 7 stipulated above.
11. Use of Contract Documents and Information
The supplier shall not, without the Purchaser's prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or
information furnished by or on behalf of the purchaser in connection therewith, to any
person other than a person employed by the supplier in performance of the contract.
Disclosure to any such employed person shall be made in confidence and shall extend
only as far as may be necessary for purposes of such performance.
12. Allotment Criteria
a. Highest value Revenue Share (H-1) Bidder will be decided on the basis of highest
percentage quoted at Section–IV. (Part-II- Financial Bid). The work will be allotted
to the H-1 Bidder.
b. In case of Tie, the selection will be done on the basis of higher turnover and if
turnover is same then the selection on the basis of experience. Further if both are
same then selection on the basis lottery basis.
13. Board's right to accept or reject any Bid or all the Bids
The Board reserves the right to accept or reject any Bid and to annul the whole bidding
process and may reject all bids at any time prior to allotment of work, without thereby
incurring any liability to the affected Bidder or bidders or any obligation to inform the
affected bidder or bidders of the grounds for the Board's action.
14. Exit Management Criteria
The minimum locking period is 4 years. After this period, the agency can exit by
providing a notice period of 6 months. In case bidder exits from the agreement due to
any circumstances, BSEB will allow the bidder to remove and take back all of the
infrastructure installed by the bidder at the site.
Bidder will make sure that No harm to the existing structure, fittings, finishes, furniture,
Page 21 of 35
fixings, apparatus, etc. should take place due to this.
15. TERMINATION OF CONTRACT

15.1 The bidder must ensure that no illegal activities should take place at the online centers
and premises. If any illegal activities are discovered, BSEB will terminate the
agreement after issuing three month of notice and will take appropriate legal action
against the bidder.

15.2 In the event the Service Provider fails to execute the work as per terms and
conditions of the contract/agreement, as mentioned in the tender document, or
contravenes/violates any terms or conditions of this tender document/agreement (except
clause 15.1) then BSEB will give three months' time to rectified/amended those
violation of the conditions as per agreement.

Again if , After the subsequent three months period, Bidder has still not
rectified/amended those violation of the conditions as per agreement, then Bidder will
be given again two months' time to rectified/amended those violation of the conditions
as per agreement.

If following the second two months' time, Bidder has still not rectified/amended those
violation of the conditions as per agreement, then BSEB will cancel the
agreement/contract giving one month prior notice to the bidder.

15.3 Further, BSEB will terminate the agreement to the bidder in case of below situations:

If bidder is not making payments against the quoted revenue share of BSEB then BSEB
will give two month's time to make the payment of quoted revenue share of BSEB.

Again if, After the subsequent two months period, Bidder has still not make the
payment of quoted revenue share of BSEB, then Bidder will be given again one more
month time to make the payment of quoted revenue share of BSEB.

If following the second one month time, Bidder has still not make the payment of quoted
revenue share of BSEB, then BSEB will cancel the agreement/ contract giving one
month prior notice to the bidder.

15.4 If Bidder violates the Clause no 2.3(e) (iv) and 2.3(e) (xi), BSEB will give three
month's time to rectified/amended/fulfilled these clauses as per agreement.

Again if, After the subsequent three months' period, Bidder has still not rectify/ amend
above mentioned clauses as per agreement, then Bidder will be given again two months'
time to rectified/amended/fulfilled these clauses as per agreement.

If following the second two months' time, Bidder has still not rectified/ amended/
Page 22 of 35
fulfilled above mentioned clauses as per agreement, after that BSEB will cancel the
agreement/contract giving one-month prior notice to the bidder.

15.5 If it is discovered that the bidder has concealed any type of revenue/income for the first
time than the bidder will be required to pay a penalty equal to three times of the
concealed amount. A second instance of any concealment of any income/revenue will
result in a penalty of five times of the concealed amount. In the case of occurrence of
third instance of any such concealment of any revenue /income, BSEB will terminate
the contract with the bidder.

15.6 The clause 2.3 (e) (xi) shall also be valid ground for termination/ cancelation of
contract/ agreement.

15.7 BSEB will maintain a record of any violations committed by the bidder in relation to
clause 15.2, 15.3, 15.4, 15.5 and 15.6. The bidder shall be permitted a maximum of
seven such violations (as mentioned in these clauses) altogether. For each of these
violations, notice in writing will be given to bidder for rectification/amendment (as
mentioned in these clauses) which the bidder has to rectify/amend as mentioned in
respective clause, as per provisions and timelines mentioned in the respective clause,
otherwise the contract agreement will be terminated as per provision and terms
mentioned in the respective clause. If after seven such violations, if the bidder again
commits any violation of any of these clauses, then the agreement/contract will be
terminated after giving one month notice to bidder, without giving any opportunity to
bidder for rectification/amendments.

Page 23 of 35
SECTION – III
Payment, Penalty Terms & Allotment of Work
16. Payment to BSEB

Monthly Payment against the realised revenue from end customer in line with tender
discovered amount shall be credited /auto transferred in BSEB account by 15 th of next
month.

17. Penalty Terms

a. If it is discovered that the bidder has concealed any type of revenue/income for the
first time than the bidder will be required to pay a penalty equal to double the
concealed amount. A second instance of any concealment of any income/revenue
will result in a penalty of triple the concealed amount. In the case of occurrence of
third instance of any such concealment of any revenue/income, BSEB will
terminate the contract with the bidder

b. Security Deposit may be forfeited in case of non-compliance of clause (a)

18. Black listing, Debar and Conviction from any Court of Law

Bidder should never be blacklisted by any Board/State/Central Government/


Undertakings or any Organizations. Attach notarized affidavit (in line with Para-3,
Eligibility criteria, Table Sl. No. 8).

19. Any point not covered under the Terms & Conditions of the Tender

For any point not covered under the provisions of the Tender, Secretary Bihar School
Examination Board shall be the final competent authority, whose orders in this regard
shall be final and binding upon the Bidders.

20. Confidentiality

Bidder shall ensure that complete confidentiality is maintained by its employees to the
individual’s information or Board’s information about its work, assets, affairs and
employees. Select agency unconditionally agrees and undertakes that it shall not and
ensures that it’s employees shall not disclose or publish the existence or the terms or
the conditions of this Agreement or of any information relating to Board’s work which
contractor’s employees may come across in the normal course of performing their
duties while on premises to any third party. Contractor shall without prejudice to its
obligations hereunder indemnify Board for any loss, damage or injury caused to Board
from any such disclosure or publications.

Page 24 of 35
21. Indemnity
a. In the event of any loss/damage/expenses etc. occasioned to Board, as a result of
any lapse/neglect/fault/omission/act on part of Contractor in the opinion of Board,
then Board shall be entitled to claim from the Contractor, the value of the said
loss/damage/expense etc.
b. Contractor hereby indemnifies Board and shall keep Board indemnified and
harmless, officers, employees from and against all claims, demands, losses and
damages, penalties, expenses and proceedings connected with this Agreement or
arising from any breach in relation to any such Services as aforesaid or otherwise
arising from any act, commission, misrepresentation or omission on Contractor
part, whether will full or not.
c. All indemnities given by Contractor shall survive the expiry or termination of this
Agreement.
22. Independent Contractor
The Contractor agrees that all Services will be rendered by it as an independent
contractor and that this Agreement does not create an employer- employee relationship
between the Contractor and the Board. The Contractor shall have no right to receive
any employee benefits provided by the Board to its employees. The Contractor agrees
to pay all taxes due in respect of the Service Fees and to indemnify the Board in respect
of any obligation that may be imposed on the Board to pay any such taxes or resulting
from Contractor being determined not to be an independent contractor. This Agreement
does not authorize the Contractor to act for the Board as its agent or to make
commitments on behalf of the Board. The labours engaged by the Contractor shall be
his own labours and he shall be responsible for payment of their wages, security,
compensation if any and all others statutory dues. There shall not be any relationship
of employer and employee between the labours engaged by the Contractor and the
Board.
23. Settlement of Dispute and Jurisdiction
a. A conciliation committee will be constituted comprising of 5 (five) Members
wherein both the Parties i.e. Successful Bidder & BSEB shall appoint 2 (two)
Members each as their representative in the committee which shall be headed by
the Chairman, BSEB which shall be responsible in arriving at amicable solutions
in case of any dispute between the Parties related to any Services or terms and
conditions of the Agreement.

b. Any legal action pertaining to this Agreement shall be subject to the jurisdiction
of Courts of Patna.
24. Integrity Pact
The vendors/ bidders are required to enter into “Integrity Pact” as notified by the CVC
vide Circular No.02/01/2017 (file No.015/VGL/091 dated 13.1.2017)

Page 25 of 35
and amended from time to time. Only those bidders/ vendors who commit themselves
to such a pact with BSEB would be considered competent to participate in the bidding
process. The Integrity Pact is to be submitted on a ‘Non-Judicial Stamp paper of
Rs.100/-.
25. Force Majeure
If any time, during the continuance of this contract, the performance in whole or in part
by either party of any obligation under this contract is prevented or delayed by reason
of any war, or hostility, acts of the public enemy, civil commotion, sabotage, fires,
floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God
(Hereinafter referred to as events) provided notice of happenings, of any such
eventuality is given by either party to the other within 15 days from the date of
occurrence thereof, neither party shall by reason of such events be entitled to terminate
this contract nor shall either party have any claim for damages against the other in
respect of such on performance or delay in performance under the contract shall be
resumed as soon as practicable after such an event may come to an end or cease to exist.
**********

Page 26 of 35
SECTION – IV
Bihar School Examination Board
Sinha Library Road, Patna-800017
PART – I: TECHNICAL BID

1.Name of company/Firm.
2.Name of Director /Owner/
proprietor
3.Name of key contact
person.
4.Year of Establishment
5.Address
6.Phone with STD code
7.Mobile
8.Email id
9.PAN No
10.GST IN
11. Undertaking of the Agency confirming the availability
of the adequate manpower of requisite qualification and
experience for deployment in “Specified Leased
Space/Revenue Sharing
Model”.
12. Please submit an affidavit of following effect:
(a) That no case/enquiry/investigation is pending
with the police/any government body/court
against the Firm/any Director or the Company (Agency).
(b) That no matter/issue/claim/allegation/charge with any
current or previous Principal Employer or with any
Statutory Authority regarding less payment than the
statutory provisions of any applicable law of land like
Minimum Wages Act etc. payable in favour of any
employee working for that Principal Employer through the
bidder agency [Immediate Employer] is pending. [Cut- off
date for the purpose is last date of submission of tender
document]

Page 27 of 35
13. The bidder should have an average annual turnover of at Attach copy of UDIN certified
least INR ₹50 (Fifty) Crores from examination related audited financial statements for
business during the last 03 financial years (FY 2020-21, said financial years. The audited
2021-22 and 2022-23). balance sheet and Profit & loss
statement for said financial year
to be submitted along with CA
certificate as documentary
evidence.

14. Unconditional acceptance of terms & conditions of the


contract by signing each page by authorised signatory of the
bidder as token of acceptance and submit as part of tender
document.
15. Power of Attorney/authorization for signing the bid
documents.
16. EMD Detail of ₹1,00,000/- (One lakh only) towards bid
security
17. Blacklisting

18.The bidder should have experience of executing at least 2 work orders of more than INR 10
crores for any examination related projects for any State/Central Govt/PSU department directly
during last 5 years as on day of bidding.
And
The bidder should have the experience of managing Computer labs with minimum 100 nodes
in any of the last 03 (three) years as on day of bidding.
Particulars of Experience along with Self-attested photo copy should be enclosed.
(Experience should be provided in the below format) –
SI. Name of Organization with From To Contracted Remarks
No. complete address and Amount (Rs.
telephone numbers to whom Per Month)
services provided

19.Your Organization set up, clearly indicating details of managerial, supervisory and other
staff:
20. The Bidder should have positive net worth. CA certificate should be attached

Page 28 of 35
This is to certify that I/We before signing this tender have read and fully
understood all the content, terms and conditions contained anywhere in this tender
document and undertake myself/ourselves to abide by them.

(Signature of Bidder with seal)


Place: …………………… Name: …………………………
Address: ………………………
Date:………….…………. ………………………………….
Phone No……………...........

Page 29 of 35
Bihar School Examination Board
Sinha Library Road, Patna-800017
PART II:
FINANCIAL BID
Having examined the Bid Document, the receipt of which is hereby duly acknowledged, we,
the undersigned, offer to setup and operate ICT labs in the BSEB provided “Revenue Sharing
Model”. We submit our quotation (revenue against provided space at Block-C Bapu Pariksha
Parishar “Ground + Five Floors Space" for running Online Examination Center at Bapu
Pariksha Parisar in state of Bihar.

Quoted Revenue Sharing


Percentage from Vendor
(%)
Minimum
(Please quote in
Sl. Revenue
Fi Location percentage for example
No. Commitment Per
20% or 24% or any
year
percentage) (Excluding of
GST/ any kind of Govt.
applicable taxes)
1. F1 Block C, Bapu Pariksha INR 20,00,000/-
Parisar

Note:
 Highest value Revenue Share (H-1) Bidder will be decided on the basis of highest
percentage quoted in above table.
 In case of Tie, the selection will be done on the basis of higher turnover and if turnover is
same then the selection on the basis of experience. Further if both are same then selection
on the basis lottery basis.
 Revenue Share must be quoted in percentage terms only. Maximum upto four decimals will
be allowed. Revenue sharing will be applicable on the base amount (net of all taxes).
 In case bidder is not able to make payment against the minimum revenue commitment for
a specific year within the 3 months of completion of that year, the same may be adjusted
from the bidders security deposit.

Page 30 of 35
Declaration by the Bidder:

This is to certify that I/We before signing this tender have read and fully understood all the content,
terms and conditions contained anywhere in this tender document and undertake myself/ourselves
to abide by them.
We undertake, if our proposal is accepted, we will obtain a performance security issued by a
nationalized/ commercialized bank in India / acceptable to BSEB for a sum equivalent to
₹5,00,000/-, for the due performance of the contract.
We agree for unconditional acceptance of all the terms and conditions in the Bid document and
also agree to abide by this Bid response for a period of 180 days from the date fixed for Bid
opening and it shall remain binding upon us, until within this period a formal contract is prepared
and executed, this Bid response, together with your written acceptance thereof in your notification
of award, shall constitute a binding contract between us.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents, which
may be required in this connection.

(Signature) (In the capacity of) …………………………………………………... Duly


authorized to sign the Bid Response for and on behalf of:
(Name & Address of Company)
Seal/Stamp of bidder

Place: …………………………
Date:………….……………….

Page 31 of 35
SECTION – V
Format for Bidder’s Authorization Letter
Selection of Agency to Setup and Operate Online Examination on revenue sharing model
Centre at Block C, Bapu Pariksha Parisar, Patna
To,
The Secretary,
Bihar School Examination Board, Sinha
Library Road, Patna

Subject: Authorization Certificate


Sir,
Bidder’s Representative name --------------------------- designation ------------------
--- is hereby authorized to signing relevant documents on behalf of the company / firm --------
--------------------in dealing with RFP for Selection of Agency to Setup and Operate Online
Examination Centre at Block C, Bapu Pariksha Parisar, Patna on revenue sharing model issued
by you. He/she is also authorized to attend meetings, submit bid as may be required by you in
the course of processing the above said Bid.

Authorized Signatory
Name
Seal

Page 32 of 35
SECTION VI
Bid Form
Bid No: ------- Date: ...............
To,
The Secretary,
Bihar School Examination Board, Sinha
Library Road, Patna

Subject: Submission of Technical Bid for Selection of Agency to Setup and Operate Online
Examination Centre on “Revenue Sharing Model” at Block C, Bapu Pariksha Parisar, Patna
Sir,
Having examined the Bidding Documents including, the receipt of which is hereby duly
acknowledged, we, the undersigned offer to deliverables in full confirmatory with the said
bidding documents.
We undertake, if our bid is accepted, to use the “Centre at Block C, Bapu Pariksha Parisar,
Patna” in accordance with terms and conditions specified in the Schedule of Requirements.
If our bid is accepted, we will obtain the guarantee of a bank in a sum of Rs. 10,00,000/- as
performance security of the Contract, in the form prescribed by the Purchaser in bid document.
We agree to abide by this bid for a period of 180 days after the date fixed for bid opening and
it shall remain binding upon us and may be accepted at any time before the expiration of that
period.
Until a formal contract is prepared and executed, this bid together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.
We further declare that our bid is unconditional.
We undertake if at any time, it is found that any information furnished by us to the purchaser,
either in our bid or otherwise, is false, the purchaser reserves the right to terminate the contract
without assigning any reasons, forfeiting the bid security or performance security and
blacklisting us for a period of 7 years.
We understand that you are not bound to accept the lowest or any bid you may receive.
Dated this .........................day of ............................... 2025
(Signature) ........................
(in the capacity of: ......................
Duly authorized to sign Bid for and on behalf of -----------------------

Page 33 of 35
SECTION VII
Request for clarification of bid document
Bid Reference: Submission of Technical Bid for Selection of Agency to Setup and Operate
Online Examination Centre on revenue sharing model at Block C, Bapu Pariksha Parisar, Patna.
Name of the Company/Firm:
Name of Person(s) Representing the Company/Firm:
Tel. Nos. & Fax
Name of Person Designation Email-ID(s)
Nos

Company/Firm Contacts:
Contact Person(s) Address for Email-ID(s) Tel. Nos. & Fax
Correspondence Nos.

Query / Clarification Sought:


S.No. Bid Page Bid Clause Clause Details Query/ Suggestion/
No No Clarification

Date: ......................
Place: ......................
(Signature) ......................
in the capacity of ......................
Duly authorized to sign Bid for and on behalf of ..........................................
Note: - Queries must be strictly submitted only in the prescribed format. Queries not submitted in the
prescribed format will not be considered/ responded by the tendering authority.

Page 34 of 35
SECTION –VIII
Non-Blacklisting
(Self-Declaration)

Date:
To,
The Secretary,
Bihar School Examination Board,
Sinha Library Road, Patna

Subject: __________________

In response to the Tender for Selection of Agency to setup and operate ICT labs on revenue
sharing model basis for on line testing, examination and training in " at Block C, Bapu Pariksha
Parisar, Patna " provided by BSEB, as an Director of ………………
……………………………… I/We hereby declare that our Company/firm is having
unblemished past record and is presently not declared as blacklisted or ineligible for non-
performance, corrupt or fraudulent practices either indefinitely or for a particular period of time
by any State or Central Government Agency/department in India.

Name of the Bidder: -


Signatory Authority:
Designation:
Signature: -
Seal of the Organization

Page 35 of 35

You might also like