0% found this document useful (0 votes)
19 views

Tender Digitization Answer Script

Telangana Technology Services Ltd is inviting tenders from qualified software companies for the digitization of answer scripts and onscreen evaluation for Osmania University. The bid submission deadline is May 9, 2025, with a bid document fee of Rs. 25,000 and an earnest money deposit of Rs. 25 lakhs required. The scope of work includes digitizing approximately 750,000 candidates' answer scripts annually, ensuring secure evaluation processes, and providing necessary software solutions.

Uploaded by

vikash.pilli
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)
19 views

Tender Digitization Answer Script

Telangana Technology Services Ltd is inviting tenders from qualified software companies for the digitization of answer scripts and onscreen evaluation for Osmania University. The bid submission deadline is May 9, 2025, with a bid document fee of Rs. 25,000 and an earnest money deposit of Rs. 25 lakhs required. The scope of work includes digitizing approximately 750,000 candidates' answer scripts annually, ensuring secure evaluation processes, and providing necessary software solutions.

Uploaded by

vikash.pilli
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/ 21

Telangana Technology Services Ltd

# 5-10-103/40/206, 2nd floor, HACA Bhavan,


Opp. Public Gardens, Hyderabad – 500004
CIN NO: U74900TG2015SGC101517

TGTS/CS/OU/2025-Exam&Digitization, Dated 03.05.2025


Short Tender
TGTS on behalf of Osmania University, Hyderabad invites Tenders from eligible, reputed software
companies for the Digitization of Answer Scripts and Onscreen Evaluation – Reg.
Bid Document Fee: Rs.25,000/- (DD in favour of The Managing Director, TGTS, Hyderabad)
Time Schedule:
 Due date for Bid submission : 09.05.2025 @ 03:00 PM on eProcurement portal
 Opening of Bids : 09.05.2025 03:30 PM on eProcurement portal

Email: [email protected], [email protected],


[email protected](Mobile No.9849909529)
Any queries related to this tender should be communicated within 1 day from publishing of tender
document and queries received after the mentioned period shall not be considered/ entertained.
1 This tender call is issued on e-procurement market place at https://tender.telangana.gov.in All the
terms and conditions are to be read jointly as mentioned in the e-procurement market website and
in this document
 The Managing Director, TGTSL reserves the right to accept or reject any or all the quotations
without assigning any reasons thereof and to add, modify or delete any of the terms and
conditions without any notice.
 Bidder seeking time extensions post issue of purchase orders will not be entertained.
 Bid should be valid at least for a period of 90 days from the date of bid opening.
 Any deviations in format may make the quotation liable for rejection.
 Conditional & incomplete bids shall be liable for rejection. If the technical offer contains any price
information the bid will be summarily rejected. No options will be accepted.
 Persistent complaints from the user Department during the Execution period relating to the
improper service will be sufficient ground for the TGTSL to blacklist the successful bidder from
participating in future tenders.
2 Bidders should submit bid
Quantum of Work: (Approximately)
The processing shall cover all Undergraduate, Post Graduates, Professional and Oriental etc. Courses
for the following examinations and approximate number of candidates:
SNo Course Approximate strength No. of Semester
1 a) Under Graduates 65000 candidates per semester 6 semesters
(B.A/B.Com./B.SC./B.B.A.) 3 semesters per exam and two exams in a
(Regular and CDE) year
10/8 Semesters
b) U.G.-B.F.A./ASLP and others (65000 x 3 x 2=390000 candidates per year)
1000 candidates per year
2 Post Graduates 48500 candidates per year 4 semesters
(M.A./M.Sc./M.Com./M.C.J./
A.S.L.P./M.Com.(IS)) (for four Semester Exams)

500 candidates per Sem. 10 Semesters


M.Sc. (FYDC)
3 Engineering Courses 32000 candidates per semester 8 Semesters/

Page | 1
4 M.B.A. Courses 72000 candidates per year 4 Semesters
5 B.Ed. Courses 16700 candidates per year 2 Semesters
6 B.C.A. Courses 4200 candidates per year 6 Semesters
7 M.C.A. Courses 7500 candidates per year 4 Semesters
8 Oriental Languages 1600 candidates per year year wise
9 LL.B. (5 YDC / 3 YDC) / 11993 / 14356 candidates per year 6/10 Sem.
LL.M. Courses 2200 candidates per year 4 Semesters
10 B.H.M.C.T 4500 candidates per year 6 Semesters
11 B. Pharmacy 12000 candidates per year 6 Semesters
M. Pharmacy 2200 candidates per year 4 Semesters
12 Pharm-D 3 YDC /6 YDC 200/2000 Candidates per year Year wise
13. B.C.T.& C.A. 1400 candidates per year 6 Semester
14 30 – 35 different UG & P.G. 3000 candidates per year 6/12/24 months
Diplomas courses courses
15 PGRRCDE Courses 8852 candidates per year Year wise /
(M.A./M.Com./M.C.A/M.B.A.) Semester wise
16. Other courses 650 candidates per year Year wise
Pre Ph.D. etc.

Total number of candidates approximately 7,50,000 per year


Regular, Backlog and One-time chance if any.

The Commercial evaluation shall be on total value.


3 Earnest Money Deposit (EMD): Earnest Money Deposit of Rs.25.00Lakhs (Rupees Twenty Five Lakhs
only)is required to be made along with the tender document in the form of bank draft in favour of
“The Registrar, Exam Fee Fund A/c. No. 52198262033 Osmania University, Hyd.” payable at
Hyderabad. The Earnest Money Deposit of unsuccessful Agencies/Firms will be returned within 45
days of finalization of the Tender. However, the Earnest Money Deposit of the Agency, whose rates
are accepted, will be returned only after the completion of the contractual obligations. No Interest
will be paid on the amount of Earnest Money Deposit. Bids without the E.M.D will not be
considered.
4 Scope of Work:

Digitizing of Answer Scripts and On Screen Evaluation:


a. Generation of Barcode and Q.R. Code file and subsequent sticker data as per the Nominal Rolls
(NR) data given by the University.

b. Responsibility of supplying the manpower and execution of the operations i.e. receiving of
Answer Scripts from the Examination centers, opening of the Answer Scripts bundles,
accounting of the Answer Scripts should be taken-up by the Agency. All these operations
should be taken in the presence of University authorities deputed for this work.
c. The day wise account of answer scripts shall be carried out by agency, any discrepancies
immediately brought to the notice of the controller of examinations.
d. Bundling of the Answer Scripts and preparation of the Answer Scripts for Scanning and Digitizing.
e. Work flow management software and stage wise reporting the progress to the Controller of
Examinations.
f. Digitizing the Answer Scripts without cutting or de-threading the spine of the Answer Scripts in
a secured environment.

Page | 2
g. Uploading the digitized answer scripts to the central server provided by the University, ensuring
fault tolerance 99.99% availability of Software /solutions.
h. Providing a unique user ID and password to each Evaluator and Chief Examiner.
i. Mapping of Chief Examiners and Evaluators to the concerned subjects/course (Spot Valuation
Center).
j. Allocation of Answer Scripts to Evaluators in jumbled manner and original valuators should not
be considered for Revaluation where ever applicable.
k. Enable Evaluators to enter awarded marks during Evaluation of Answer Script of concerned
candidate for each question in the Software Application.
l. Chief Examiner will verify minimum of 10% / 20% of scripts or double valuation wherever
necessary.
m. Agency has to provide software tool for printing of sticker at Exam Center to affix on Answer
Scripts for the students those who applied for the exams after last date.
n. The Agency shall be responsible for ensuring efficient scaling when number of scripts increase.
o. The day wise /subject wise/course wise analytics of data etc. to be made available by the Agency
to the concerned officials of the University on a dashboard.’
p. The Agency shall transfer the data to the University in the given format as and when required,
and immediately after expiry of Contract.
q. The Agency /firm should present technical capability on the day opening of Tenders. The same is
evaluated for score of 30.
r. The agency shall handover the Software developed to the University after end of the contract
period.

Specifications for Online Evaluation software.


 The Software should have a capability for faster and accurate evaluation of answer scripts. All
the peripheral tasks of totaling, validation of maximum marks awarded, ensuring all answers
are marked and taking care of optional sections/question, extra questions answered than the
prescribed, is to be taken care by the software system as per the business logic provided by the
University and the Evaluator’s burden has to be reduced. The software system should have the
option for “review” by an assigned Chief Examiner in cases of conflict.
 Answer scripts valuation will be organized in identified Colleges. The University may also
conduct Answer Scripts valuation in some of the other locations as per the requirement.
Evaluators may also do evaluation from their home.
 Agency/Firm should provide the implementation plan to the University with the training
schedule. Accordingly, the University will permit the University staff, Teaching staff and other
staff to attend the training sessions as per the schedule.
 The University will provide the master data related to Colleges, Courses, Regional centers,
Evaluation Centers and students data and pool of Examiners subject wise through web service
for the agency to download.
 The proposed software should enable digitization of the hand written Answer Scripts (AS) with
appropriate resolutions and store the same in the servers at State Data Center for Online
Evaluation in a distributed environment by the assigned Examiners for which the vendor should
have CERT-IN certification

Page | 3
 The proposed software should enable the Onscreen Evaluation of Answer Scripts only by
authorized Evaluators of the University for which there must be an approved built- in
mechanism. The evaluation process shall be anytime, anywhere” with industry standard
security features tightly integrated such as biometric authentication /OTP based authentication
in addition to user id and password. University may wish to implement Aadhaar based
biometric authentication and Agency should have necessary Software integration for this.
Provision shall also be given for the password to be sent to the registered mobile numbers of
the evaluators.
 The Digitization process should have
a. The ability to read Barcode/OMR/QR/ICR/other from the Answer sheet.
b. Automatic generation of unique random numbers for each answer sheet to ensure
anonymity.
c. Marking of selected fields on any or every page of the Answer Script.
 The proposed software should have built in features for tracking the entire lifecycle of the
Onscreen Evaluation process viz., receipt of the physical answer scripts from the University to
digitizing centre, sorting for preparation of examination and handing over the same back to the
University. The proposed system shall facilitate the University officials for stacking the Answer
Script in a storage area and then enable them to locate and pull out the physical Answer Script
from the storage area in case any exigency.
Apart from this, a separate backup facility should be maintained at the OU data Centre as a D R
plan
 The system should dynamically allot the digitized answer scripts to the registered Evaluators
through randomization and ensure complete secrecy in the whole process. Randomization and
allocation of the Answer Scripts should fully automated.
 The proposed Digital Evaluation System should be user friendly with Answer scripts, QP,
Scheme and Marks Entry etc., to be provided on the same screen with zoom in /out facility.
 The un-evaluated answer scripts by any particular Examiner should get back to the common
pool in the server at the end of the day and should be made available to other examiners for
evaluation.
 The proposed system should provide option for certain percentage of the Answer Scripts
already evaluated to be allocated for moderator review and further evaluation as per the
University norms.
 A Proper tracking system should be made available for monitoring the number of Answer
Scripts received by the Service provider, digitized, evaluated and pending evaluation have to be
made available to the COE/system to monitor daily progress and closure of camp.
 The system should provide digitized copy of the Answer Sheet along with marks to the students
under RTI/Court reference or any other legal purpose as desired by the University.
 The proposed system should have the feature to re-evaluate the Answer Scripts without
disclosing the marks entered during the previous evaluation(s).
 The system should have features to extract copies (with fast search facility) of the digitized
copy of Answer Scripts along with marks and annotations by the University immediately after
declaration of results for record keeping purposes.
 The proposed system should have stacking module for enabling proper storing and retrieval
mechanism of physical Answer Scripts after scanning the Answer Scripts.

Page | 4
 It is responsibility of the University to provide list of evaluators to the Service provider.
Agency/Firm prices are exclusive of payment to Evaluators/Examiners and Evaluation centers
setup.
 The proposed systems should make the Answer Script available to the student through web
services after receiving the designated payment as desired by the Controller of Examinations.
 The evaluation centers requirement will be decided by the University considering the number
of Answer Scripts and availability of Examiners (Evaluators).
 No. of scripts to be valued by the Evaluator/Chief Evaluator per day and the active duration of
the website for valuation may be fixed as per the decision of the University from time to time.
 Agency/Firm personnel shall address the grievances of the Evaluators/Chief Evaluator from the
University through the University Help Desk System right from the commencement of
Examinations to till the completion of the digital valuation.
 Agency/Firm shall be ready to incorporate the changes in portal suggested by the University
from time to time as per the requests of the stakeholders, if necessary.
 University will provide the question paper in a template provided after completion of Exam.
 Agency/Firm should host the Onscreen Evaluation solution on State Data Center / OU Data
center as per the information security guidelines. A Parallel server will be made available to the
agency there by the evaluated marks Data and Evaluation history should be saved for audit
purpose up to 2 years after that completion of the course.
 Agency/Firm should handover the marks data to University in the given database format after
the completion of the evaluation. University will share the final marks data with result status to
the agency for the final verification before declaration of results. University and Agency should
coordinate together in order to solve final data issues for the accurate results.
 In case of any change in the software and its applications used for executing the work under
the contract the agency/firm should update/upgrade at their own cost.

Online attendance system :


 Submission of Online Attendance of the students appeared for the examination shall be
facilitated by scanning of Barcode from Answer Script top page by selecting the Present,
Absent & Mal-Practice status.

 Submission of Mal-Practice Report through online shall be provided by Examination Centre.

 Reports such as Candidate wise Online Attendance, Packing Slip etc., shall be available to
download after submission of online attendance along with MP Report by the service
provider.

 Roll No. Validation shall be provided for entry of Buffer booklets information so as to
ensure the accurate entry by the Colleges.

 Revaluation & Photocopy Application for all types of Examinations shall be developed.

5. 1. Eligibility & Technical Evaluation Criteria for


(Digitization of Answer Scripts and Onscreen Evaluation)
The bidding Agency/Firm has to furnish the following information along with the supporting

Page | 5
documents for evaluating the Technical bids:

1.1 Agency / Firm will be eligible for the next process of Technical Score evaluation only
after successfully meeting all the points in the eligibility criteria.
1.2 The Agency/Firm: The Agency/Firm should be a company incorporated as Private
or Public Limited Company under the Companies Act 2013 and should have minimum
experience of 5 years in Digitalization of Answer Scripts, Onscreen Evaluation and
Examination Results Processing works at Universities / Educational Boards level.
1.3 The Agency/Firm should participate as a single entity, no consortium or group of
Companies will be allowed. The Bidder should ensure that the experiences quoted in
Pre-Qualification Criteria & Technical Qualification Criteria must be through open
competitive bidding process only.
1.4 No Blacklist Certificate: The Agency/Firm should not have been blacklisted by any
Organization/Educational Institution/University in last five years that there are no
criminal cases or enquiries pending against the firm. An undertaking on non-judicial
stamp paper is to be submitted along with the Technical Bid.
1.5 Gross Turn Over: The Agency/Firm should have a minimum total gross turnover of at
least 10.00 crore per annum for the last 5 years ( 2019-20, 2020-21, 2021-22, 2022-23 &
2023-24). Audited balance sheet, Income statement and Income Tax Returns of last five
years (2019-20, 2020-21, 2021-22, 2022-23 & 2023-24) along with Certificate of
Incorporation are to be submitted in support.
1.6 Scanning of Answer Scripts, uploading of the scanned Answer Booklet data into Server,
Onscreen Evaluation and award of marks data for Results using book scanner without
cutting answer books. Processing Agency/Firm should have taken up Digitization of
Answer Scripts and Online Evaluation of atleast 20 lakhs Answer books in each academic
year in last 5 Years from any University / Board in India.
1.7 Profile of Business: Detailed Profile of business along with space and organizational
structure showing details of Professional, Technical and other manpower with their
qualifications and experience are to be submitted. The copy of the GST Registration and
Income tax (PAN card) to be submitted.
1.8 Manpower Strength: The Agency/Firm must have sufficient number of Employees with
at least ten (10) of them in Software Development on its rolls presently. (Preferably
BE/MCA/B.Sc. (Computer Science) etc. graduates).
1.9 Infrastructure facilities: Detailed lists of infrastructure facilities such as computers,
software, printers, servers etc., to be submitted. The Agency/ Firm should have
adequate office space available in Hyderabad as an option to the University in case
University decides the Agency/Firm to execute the work at company premises for
various reasons for that period of time. The Agency/Firm should be able to demonstrate
the capability on any day if called for technical presentation.
1.10 Understanding the scope of work: Agency/Firm shall also submit a detailed note about
the scope of the work to be executed.
1.11 The Agency/Firm should have either its Registered Office or Branch Office situated in
Hyderabad only as it is time bound and confidential nature of work.
1.12 The proposed software solution should be in-house developed by the Agency/Firm and
the Agency/Firm should own the complete source code of the software being executed
for this project.

Page | 6
1.13 The Agency/Firm should dedicate at least 10 software professionals for development of
software for this project.
1.14 The Agency/Firm should have ISO 9001 and ISO 27001.
Or
The Agency/Firm should have CMMI level 3 certificates.
Note: The documents must be accompanied with the Covering Indexation Letter with numbering
on each page.

2. Digitization of Answer Scripts and Onscreen Evaluation Activities and Responsibilities


S.No Activity Responsibili
ty
Establishment of Answer Script Scanning and Digitization center for Scanning
approximately 20.00 lakhs of Answer Scripts per Exam without cutting the
spine of the Answer Script by using the Book Scanners.

2.1 Local Servers, Scanning Equipment and work stations as needed have to be Agency
installed at the scanning center.
(Approximately 100 scanning stations are required)
Maintenance of Physical Security as well as Data Security at the Digitization
Center.
The expenditure on Rent, Water, Infrastructure, Stabilized Electric Power, Air
conditioning, CC cameras and Furniture etc., shall be borne by the agency,
2.2 which shall be R. 1.00 lakh per month (Rupees One Lakh) during the First Agency
year of Contract, and subsequently with enhancement of 20% per annum
for the remaining period of contract if renewed.
2.3 Work flow management from receiving the Answer Script bundles from the
Examination Centers, Accounting the Answer Scripts, Reconciliation with Agency
Attendance received.
Scanning and Digitizing of the Answer Scripts, maintaining the time
schedules as required by the University with proper controls and uploading
the scanned Images to the servers for On-screen Evaluation in the encrypted
2.4 format. Agency
The activity includes providing the Technical Manpower, scanning operators
and Managerial staff for Scanning and Digitizing around 1,00,000 or more
Answer Scripts per day.
Maintenance of server for Onscreen Evaluation with Security features along
2.5 Agency
with Internet Band width by University.
Allocating the Answer Scripts to the evaluators based on subject expertise
2.6 Agency
and controlling the Evaluation Process.
Re valuation of Answer Scripts and Scanning the already valued answer
2.7 Agency
scripts.
Making the scanned copies of Answer Scripts available to the Students after
2.8 declaration of results through Internet for downloading on receiving Agency
required payment and approved by the University.
Identification of the Evaluation centers if needed with prescribed
2.9 Infrastructure as per the requirement such as work stations, Software, UPS, University
Internet band width, Generator backup and Security features.
2.10 Approval of the Evaluation Centers wherever necessary and if required. University

Page | 7
The Agency should own the Evaluation Software. Any modifications to the
2.11 evaluation software as required by the University should be incorporated by Agency
the Agency.
Training of Evaluators and University staff on the process of Evaluation and
2.12 Evaluation Software. The Agency should incorporate any modification to the Agency
Evaluation Software as required by the University.
Deployment of Technical Staff to all evaluation centers to guide the
2.13 evaluators and to audit the hardware and software at the Evaluation Agency
Centers.
To provide unique user name/password to the Evaluators. Biometric
2.14 attendance recording at the Evaluation Centers. Further capturing of images Agency
of evaluators during evaluation.
To maintain log of all activities of Evaluators during course of Evaluation. To
2.15 generate remuneration payable to the Evaluators day wise as required by Agency
the University.
2.16 To provide the dash board on the evaluation activities to the competent
Agency
authorities of the University.
2.17 To export the Evaluation Data in encrypted format to the central server for
further process. The data to be given also in the Electronic Media to the
Agency
Controller of Examinations of the University and also provide the Evaluation
data backup to a designated server by the university.
2.18 To provide Certificate that Confidentiality of data is maintained by the
Agency
Service Provider.
2.19 To return the Scanned and Digitized Answer Scripts to the University as
Agency
required by the University.

3.EVALUATION CRITERIA FOR DIGITIZATION OF ANSWER SCRIPTS AND ONSCREEN EVALUATION


SNo Criteria Max.
Score
The company should be Incorporated in India, under the Companies Act 2013.
Should be actively working in the area of Digitalization of Answer Scripts with book
scanners, onscreen Evaluation and Examination Results Processing for various
3.1 recognized Universities / Boards in the Country with web Application Development 10
for Digitization of Answer Scripts and Onscreen Evaluation.
a Upto 5 years of experience 5
b More than 5 year and upto 10 years of experience 7
c More than 10 years of experience 10
Average turnover of the Company during last 5 Financial years.
a Upto Rs. 10.00 crores per annum 2
3.2 05
b More than Rs. 10 crores per annum 5
ISO Certifications
a ISO 9001:2015 & ISO 27001:2022 3
3.3 (ISO 9001:2015, ISO 27001:2022& ISO 20000-1:2018) 05
b Or 5
CMMI level – 3 or above

Technical Capability : (Presentation)


3.4 Understanding the requirements of the University and Experience of working in 30
similar environment of other Universities.
Page | 8
Approach Methodology, Quality of the Solution, live Demo.
Technical Presentation and Discussions.
Agency /Firm should have the cumulative experience of Scanning and Digitizing the
Answer Scripts.
10-20 Lakhs of Answer Scripts without cutting the Answer Scripts
A 5
and by using Book Scanners per Examination 10
3.5 20-30 Lakhs of Answer Scripts without cutting the Answer Scripts
b 8
and by using Book Scanners per Examination
More than 30 lakhs Answer Scripts without cutting the Answer
c 10
Scripts and by using Book Scanners per Examination
Capability of conducting on-screen marking and maintaining On-screen Evaluation
Centers.
3.6 A 5 – 10 Lakhs Answer Scripts in an academic year 7 10
b More than 10 lakhs Answer Scripts in an academic year 10
Ownership of the CERT-In certified on-Screen marking Software, Workflow
3.7 5
Management Software
Book Scanning experience of Answer Scripts for any one (1) project
a 5 to 10 Lakhs Answer Scripts in a single academic year 10
b More than 10 lakhs Answer Scripts in a academic year 15
3.8 15
Ownership of the Book scanners which have the capability of capturing high quality
images. The bills of Purchase and Places where the scanners are deployed,
Customer feedback should be submitted.
Experience in on boarding evaluators as a part of project scope for any University in
a single Examination event.
A Below 50 evaluators 2
3.9
b 50 to 100 evaluators 3 05
c More than 100 evaluators 5
Experience in Evaluation with the feature of Biometric Authentication i.e. finger
3.10 print verification during Evaluation for each Evaluator with Aadhar authentication. 03

Experience in hosting the onscreen Evaluation in any State Data Centre and Tier-4
3.11 02
data centres.
Maximum score 100
Minimum qualifying score is 70, out of maximum score of 100. All the agencies/firms who are
qualified in the technical bid shall be qualified for financial bid opening. However, minimum number
of technically qualified agencies/firms shall be two.
Note:
(Item No-3.4):1) Technical Capability: The Agency/Firm should present the TechnicalCapabilities on
the day of opening of Tender. The same is evaluated for score 30.
2) It is responsibility of the Company to ensure that periodical backups
taken and shared to the Osmania University, thereby ensuring that
there is no loss of data.
3) It is mandatory to visit technically Qualified Firms /Agencies premises before opening
the commercial bid
4) The agency/firm shall fulfill all the infrastructure facilities for the execution of the
project

4) Two Bid System:


Page | 9
The Bid shall be submitted in two parts viz. Technical bid form and Commercial Bid form. Soft copy of
Technical Bid document should be uploaded in online e-procurement website and the hard copy of
the same should also be submitted in the technical bid cover to the Controller of Examination,
Examination Branch, OU. The Commercial bid should be submitted Online only.
Note: The tender not submitted in the prescribed format or incomplete in details is liable for
rejection. The Osmania University, Hyderabad is not responsible for non-receipt of tender within the
specified date and time due to any reason including postal
Holidays or any other delays.

Important Note :
Hard copy of the Technical Bid and EMD shall be placed in sealed covers. After acceptance of
Technical Bid, then only Commercial Bid will be opened online. If any firm submits the
Commercial Bid hard copy or submits the Bids in any fashion other than the one prescribed
by the University, they will be summarily rejected.
Bid selection will be based on Technical Evaluation of the firm and price. The rates will be considered
for those who are qualified in technical bid. Only those Agency/Firm who qualify will be considered
subject to fulfillment of other conditions.

5) Penalty Clause:
5.1 Agency/Firm has to complete the work as per the agreed schedule and strictly in
accordance with the terms and conditions of the tender. A penalty Rs. 1.00 lakh (Rupees
One Lakh) per day for delay shall be imposed except due to any reason beyond the control
of the Agencies (Force Majeure/Act of God). The Registrar, Osmania University, Hyd. shall
have the sole discretion to waive off such penalty as he deems fit, provided further that the
Agency shall explain in writing the reasons which caused such delay.
5.2 The Agency will be made accountable for any missing /misplacement of Answer scripts and a
penalty of Rs.5,00,000 (Rupees Five Lakhs only) per script shall be imposed on the Agency.
5.3 In the event of failure to complete the work within the stipulated period, the Osmania
University, Hyderabad, reserves the right to get the work done from any other Agency at the
risk and the cost of the successful Agency, along with the penalty as stipulated above. If the
agency abandons the work in the middle of execution, it shall be liable to pay a penalty of
50% of total bill amount payable for the entire period of contract.

6) Other Terms &Conditions:


Additional terms and conditions of the Agency will not be considered. In case any of the terms and
conditions of the work are not acceptable, the Agency should clearly specify deviation in the
technical bid. Osmania University, Hyd., reserves the right to accept or reject such deviation and will
not be bound to give reasons for its refusal to consider the tender with deviations.
6.1 In case University decides to get the work done outside its premises, the work has to be
completed in the premises of Agency or any other place(s) identified by the University.
Agency should provide the proof of adequate space availability for storage purpose.
6.2 Agency/Firm shall be required to provide zero error certificates in respect of data captured
and outputs.
6.3 Agency/Firm is required to quote rates as per the format given in Commercial bid.
6.4 (a) Agency/Firm needs to process the data in required format on daily basis.
The processed data in the required format along with reports/lists after all the data entered
are to be submitted to the Controller of Examinations, O.U. within 5 days of the declaration
of Result and to be updated in the University data base.
Page | 10
(b) Four Programmers / System Administrators are to be deployed at University for data
maintenance.

6.5 DATA EXCLUSIVITY: Agency will not use the data-base generated for any other purpose
other than those specified by the University. The University will have the exclusive right to
the data-bases. The Agency shall undertake to ensure that the data bases are not shared
with any third parties. Disclosure and sharing of such data shall attract legal action
including criminal action. The provisions of the DPDP ACT- 2003 shall apply in relation to
data protection.
6.6 The Agency/Firm shall not sub-contract or assign all or any part of the work to any third
party.
6.7 The Rates quoted shall remain valid for 5 years as per terms & conditions. Extension of
orders will be given to the agency on the successful completion of results of each year.
6.8 The Agency/Firm would be required to sign an agreement as per the format of the
University.
6.9 The Agency/Firm which is short-listed by the Osmania University should demonstrate their
ability to handle the tasks (of data capturing, processing of data to generate reports/lists as
per Osmania University guidelines) and they may be required to demonstrate the same
before the final exercise.
6.10 Agency/Firm should keep the execution of the entire project confidential and should not
indulge in any kind of fraud or corrupt practices. If they do so, the contract will be
cancelled, criminal action will be taken apart from forfeiting the E.M.D/Bank guarantee.
The entire work is of a time bound nature, and the company will have to execute work as
6.11
per the agreed schedule.
6.12 The Agency/Firm will be selected on the basis of combined rate per candidate for all
activities as well as on basis of Technical presentation.
6.13 The University shall inspect the premises of the Agency for Infrastructure and facilities to
execute the job before awarding the Tender. In case the agency does not have enough
infrastructure and space, University will not consider the Agency/Firm.
6.14 Payment will be released on satisfactory completion & certification of all the work
assigned to the agency for each Semester/Exam, and after duly transferring the data to
the O.U. database.
6.15 Forfeiture of E.M.D: The Earnest Money Deposit (E.M.D) will be forfeited if the agency
withdraws or amends, impairs and derogates from the tender in any respect within the
period of validity of tender or fails to furnish the Performance Bank Guarantee as per
clause 6.
6.16 The rates should be quoted in the format for Commercial bid as per Annexure-II. The
prevailing government Tax rates should be quoted separately. In the event of revision of
Tax rates in future, new tax rates shall apply.
6.17 Arbitration: All disputes or differences whatsoever arising between the parties relating
to the contract shall be settled by arbitration in accordance with the provisions of the
Arbitration and Conciliation Act 1996 and the award made in pursuance thereof shall be
binding on the parties. The venue of Arbitration shall be Hyderabad. The appointment
of arbitrator will be made by the Vice-Chancellor, Osmania University.

6.18 Termination of Agreement:


Page | 11
a. In case of any delay in execution of the assigned work, the Agency would be liable to pay
penalties as mentioned in the document. However, in case of regular delays, Osmania
University would be entitled to cancel the agreement and in that case the Agency will not be
entitled to any amount payable to them under this contract.
b. In case of excessive errors and if OU is of the view that the work has not been performed
satisfactorily and cannot be performed by the Agency, OU at its discretion may terminate the
agreement without any prior notice and in that case OU would not be liable to pay any amount
on any account to the agency.
c. If the work of the Agency/Firm is not found satisfactory or any breach is noticed or any
manipulation is reported to or noticed, OU reserves the right to cancel the contract and / or
forfeit performance guarantee submitted by the agency and / or to take legal action including
black listing the agency, at any point of time during the period of contract without prior notice.
d. In case the contract is terminated with Agency, OU would be entitled to get the work done from
any other firm/ agency or person and the Agency would be liable to hand over all data, other
valuable information / reports, completed and incomplete work to OU and will not object in any
manner to the work being completed by any other agency for the purpose under this clause.
Completion of work denotes satisfactory execution of all the items / modules as mentioned in
the scope of work of this document. The Agency will handhold with the new selection company
for three months (if required).
e. The Agency/Firm shall strictly comply with the terms and conditions of the Agreement. In case
of violation of any of the terms and conditions, the agreement shall be liable to be cancelled
immediately and the performance guarantee shall also be forfeited and the agency will not be
entitled to any amount payable to them under this contract.
6.19 Criteria for Award of Contract:
The contract shall be awarded based on technical evaluation followed by the rates quoted
by the short listed Agencies/Firms in technical evaluation. Final selection will be made on
the basis of presentation and demonstration by the short listed Agency/Firm, as per the
criteria laid down in clause 3 of this document. The University shall take into consideration
the technical competitiveness and financial feasibility for awarding the contract.
6.20 The Agency/Firms who are technically and commercially qualified, the Lowest-I will be
considered for awarding the Contract.
6.21 There shall be atleast three Agencies/Firms who participate in the Tendering process.
If the number of Agencies/Firms are less than three the University reserves its right to
re-notify the Tender, by cancelling the earlier Tender Notification.
6.22 The successful Agency/Firm should give acceptance /consent within one week from
the date of issue of work order. Otherwise the work order will be given to next
Agency/Firm as per the sequence of list prepared by the Committee.
6 All Documentary proofs need to be arranged in the order of the terms & conditions and the serial
number of the terms & conditions may be mentioned on the right top corner, all the relevant
documents of Proof should be scanned and uploaded in E-procurement website

8 Payment Terms:
100% payment on delivery & successful completion of the work (after declaration of results).
Any penalties/liquidate damages, as applicable for delay and non-performance, as mentioned in this
bidding document, will be deducted from the payments for the respective milestones.
Page | 12
9 PQ + Technical Bid:
1. Bid Letter Form, EMD scanned copy & Bid Document Fee DD
2. General Information of Bidder Form P1
3. Turnover: Audited balance sheets / CA Certificate
4. Past Experience Details in Form P3.
5. Service Centers details
6. Declaration regarding not blacklisted
7. Form T1 – Compliance sheet/ Technical datasheets,
8. Un-Priced commercial Form for proposed items - F1
9. Any other documents, if any
Financial Bid: The Financial bids of the TQ qualified bidders only shall be opened and L1 shall be
arrived on lowest cost received on Grand total.
10 Bid Evaluation:
The Bid evaluation shall be 2 stages (PQ+TQ: Stage 1 & Commercial: Stage 2) undertaken by the
Evaluation Committee. The bids received on eProcurement portal as on bid closing date & time, shall
be opened for evaluation. The bids shall be verified prima-facie with the tender conditions for each
respective item. The Commercial bids of only TQ qualified bidders shall be opened and L1 shall be
declared on Least Quote received for each respective item.
11 Other Terms & Conditions:
 Performance Bank Guarantee (PBG): 10% of the Project Value in the name of “The Registrar,
Osmania University, Hyd.” payable at Hyderabad.” within 1 week from issue of Purchase Order.
The PBG should be valid for beyond 30 days post warranty Period yearly order value.
 Extension of Contract: Contract is initially for 1 year and can be extended for 1 more year based
on satisfactory performance.
 Transaction fee: All the participating bidders have to pay an amount @ 0.03% of their final bid
value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50 crores and
Rs.25,000/- if the purchase value is above Rs.50 crores & service tax applicable as levied by Govt.
of India on transaction fee through online in favour of MD, TGTS. The amount payable is non-
refundable.
 Corpus Fund: An amount of 0.04% on PO value.
12 General Conditions of Bidding:
1. Authentication of Bid
The original and all copies of the bid shall be typed. The original/copies shall be signed by the
Bidder or a person or persons duly authorized to bind the Bidder to the contract. A letter of
authorization shall be supported by a written power of attorney accompanying the bid. All pages
of the bid, except for un-amended printed literature, shall be signed and stamped by the person
or persons signing the bid.

2. Validation of Interlineations in Bid


The bid shall contain no interlineations, erasures or overwriting except as necessary to correct
errors made by the BIDDER, in which case such corrections shall be counter signed by the person
or persons signing the bid.
3. Contract Finalization and Award
The Committee will award the contract/Purchase Order to the BIDDER whose bid has been
determined to be substantially responsive and has been determined as the best value bid (as per
Overall Evaluation Process), provided further that the BIDDER has demonstrated that it is
qualified to perform services required for the project satisfactorily. The notification of the award
shall constitute signing of the agreement. The signing of agreement will amount to award of
contract and BIDDER will initiate the execution of the wok as specified in the agreement. At the
Page | 13
same time as TGTS notifies the successful BIDDER that its bid has been accepted, TGTS will send
the Bidder the proforma for contract, incorporating all agreements between the parties. Within 7
days of receipt of the contract, the successful BIDDER shall sign and date the contract and return
it to TGTS.
4. Modification and Withdrawal of bids
i) No bid can be modified subsequent to the deadline for submission of bids.
ii) No bid can be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the
forfeiture of its bid security (EMD).
5. Force Majeure
i) The Bidder shall not be liable for forfeiture of its performance security, liquidated damages, or
termination for default if and to the extent that its delay in performance or other failure to
perform its obligations under the Contract is the result of an event of Force Majeure.
ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the
Bidder/bidder and not involving the Supplier’s fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of the State Government in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes.
iii) If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the TGTS in writing of
such condition and the cause thereof. Unless otherwise directed by the TGTS / User Dept. in
writing, the Bidder/bidder shall continue to perform its obligations under the Contract as far as is
reasonably practical and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
6. Terminate the Contract
i) Retain such amounts from the payment due and payable by the User Dept to the Bidder as may
be required to offset any losses caused to User Dept as a result of such event of default and the
Bidder shall compensate User Dept for any such loss, damages or other costs, incurred by User
Dept in this regard. Nothing herein shall effect the continued obligation of the Bidder / other
members of its Team to perform all their obligations and responsibilities under this Contract in an
identical manner as were being performed before the occurrence of the default.
ii) Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the
Deed of Indemnity, recover such other costs/losses and other amounts from the Bidder may have
resulted from such default and pursue such other rights and/or remedies that may be available to
User Dept under law.
7. Application of LD
Liquidated damages shall be assessed as per the millstones as per schedule, submission of
deliverables and its acceptance”.
8. Governing Language
The contract shall be written in English. All correspondence and other documents pertaining to
the contract which are exchanged by the parties shall be written in same languages.
9. Applicable law
The contract shall be interpreted in accordance with appropriate Indian Laws. The place of
jurisdiction is Hyderabad Telangana State only.
10. No Interest for Performance Guarantee
No interest shall be paid on the earnest money, security deposit and the amount retained against
performance guarantee.
11. Notices
Page | 14
i) Any notice given by one party to the other pursuant to this contract shall be sent to the other
party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in writing to the other
party’s address.
ii) A notice shall be effective when delivered or tendered to other party whichever is earlier.

12. Taxes and Duties


The Bidder shall be entirely responsible for all taxes, duties, license fee etc. incurred until delivery
of the contracted services to the User department or as per the terms of tender document if
specifically mentioned. Any increase or decrease in the rates of the applicable taxes or any new
levy on account of changes in law shall be to the account of User Department.

Managing Director, TGTS.

Page | 15
Formats for Bidding
Bid Letter Form

From:
(Registered name and address of the bidder)
To:
The Managing Director,
Telangana Technology Services Ltd
# 5-10-103/40/206, 2nd floor,
HACA Bhavan, Opp. Public Gardens,
Hyderabad – 500004
Sir,
Having examined the bidding documents and amendments there on, we the undersigned, offer
to provide services/execute the works including supply, delivery installation of hardware, firm
wares and software as the case may be, in conformity with the terms and conditions of the
bidding document and amendments there on, for the following project in response to your
tender call no & dated...............................Project Title:…………………………..
We << Name of the Company>> are submitting this bid for items against the tender no…………..
We hereby declare to undertake to provide services/execute the work as per the scope work
(supply, installation & maintenance) or its part assigned to us in conformity with the said
bidding documents for an amount quoted in financial bid accordance with the schedule of prices
attached herewith and coverage options made by TGTSL or its user organization.

If our bid is accepted, we undertake to;


a. provide services/execute the work according to the time schedule specified in the bid
document,
b. obtain the performance guarantee of a bank in accordance with bid requirements for the
due performance of the contract, and
c. Agree to abide by the bid conditions, including pre-bid meeting minutes if any, which
remain binding upon us during the entire bid validity period and bid may be accepted any
time before the expiration of that period.
d. Enter into and execute at our cost, when called upon by the purchaser to do so, a contract
in the prescribed form.
e. Unless and until a formal contract is prepared and executed, this bid together with your
written acceptance thereof shall constitute a binding contract between us.
f. You may accept or entrust the entire work to one vendor or divide the work to more than
one vendor without assigning any reason or giving any explanation whatsoever. Vendor
means the bidder who is decided and declared so after examination of commercial bids.

We understand that you are not bound to accept the lowest or any bid you may receive, nor to
give any reason for the rejection of any bid and that you will not defray any expenses incurred by
us in bidding.

Date & Place: Signature of Bidder & Stamp

Page | 16
Form P1 – General Information of the Bidder

Supporting Documents with


# Description page nos.
1 Name of the Company
Date of Incorporation (Registration
2 Number &Registering Authority) PAN ROC, PAN & GST.
No. and GST
Legal Status of the Company in India &
3 Nature of Business in India Public Ltd Company/ Private

4 Address of the Registered Office in India


Name & Designation Mobile:
Name & e-mail id, Mobile number, of
5 Email:
the Contact Person
6 Web-Site
7 Certification Details (if any)
Amount:
8 EMD details DD No. & Date Name of
the Bank:
Valid up to :
Receipt No:
9 Proof of purchase of bid document Date of purchase:

Date Signature of Bidder & Stamp


______________________________________________________________________________

Form P2- Financial Turnover Details


(All values in Rs. Crore)
Sl. No Financial Year Total turnover of the firm Net Worth of Company
(1) (2) (3)
1 FY 2019-20
2 FY 2020-21
3 FY 2021-22
4 FY 2022-23
5 FY 2023-24

Note:
1. Turnover in areas other than mentioned above shall not be considered for evaluation.
2. Please attach audited Balance Sheets and IT return statements to confirming the
figures mentioned in columns (2).

Page | 17
Form P3-Details of Past Project Experience

Previous work Experience :

Year Name of the Number of the Documentary


Organization & Candidates in lakhs evidence attached
City
2019-20
2020-21
2021-22
2022-23
2023-24

Place: Bidder’s signature and seal.


Date :

Form P4 – Details of Service Centers

Sl. District Full Address of Contact person No. of support engineers


No service center with phone No. and their details: Name,
Qualification and
Experience
A B C D E
1
2
3

Date Signature of Bidder &


Stamp

`Page | 18
Form P5 – Declaration Regarding Clean Track Record

To
The Managing Director,
Telangana State Technology Services Ltd
# 5-10-103/40/206, 2nd floor, HACA Bhavan,
Opp. Public Gardens, Hyderabad – 500004

Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document [No. ].
I hereby declare that my company has not been debarred/ blacklisted as on Bid calling date by any
Central or State Government / Quasi Government Departments or Organizations in India for non-
satisfactory past performance, corrupt, fraudulent or any other unethical business practices. I further
certify that I am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder)


Name & D esignation
Seal & Date
Business Address:

-----------------------------------------------------------------------------------------------------------------------------------------
-----------------------

`Page | 19
Financial Bid Format
Form F1- Detailed Commercial Form

COMMERCIAL BID:

S.No Nature of Work Rate per 28 Pages Tax Total Rate per Answer
(As per Scope of Work) Answer script If any script
Per Exam (in Rs.) Per Exam +
without Tax (2) Tax
(in Rs.) (1) (In Rs.) (1+2)
1. Digitization of Answer Scripts
and Onscreen Evaluation of
Answer Scripts

Rate per answer script for above item (single rate only)
Note: Software to be handed over to the department.
Delivery at the Examination Branch, Osmania University, Hyderabad

Rate will be valid for Five years.

Extension of orders will be given to the agency on the successful completion of work each year.

Lowest Agency /Firm shall be calculated as per candidate for exam basis for all the activities listed
above. Lowest agency/firm will be calculated based on technical bid score and commercial bid score

Date Signature of Bidder & Stamp

`Page | 20
ANNEXURE

INFORMATION REGARDING TECHNICAL ELIGIBILITY

UNDERTAKING
To

The Registrar
Osmania University,
Hyderabad-500007

Sub:-Outsourcing of Examination Services –Regarding.

Sir/ Madam,

With reference to above tender, having examined and understood the terms & conditions forming part
of the tender and as detailed in tender document for the above work, I/we hereby submit my/our bid
and declare as under.

1. I/we hereby certify that all the statement made and information supplied in the enclosed
annexures/forms accompanying statement is true and correct.

2. I/we have furnished all information and details necessary for eligibility and have no further
pertinent information to supply.

3. I/we have not been blacklisted by any State Government/Central Government/Public Sector
Undertaking/University in India in last Five years and that there are no criminal cases or
enquiries pending against the firm.

4. I/we ______________________________________________ (Name & Designation) is


authorized to signed the document on behalf of the company/firm.

Yours faithfully

Signature of Agency/Firm with Seal


(Name and Designation)
Date:
Place:

`Page | 21

You might also like