0% found this document useful (0 votes)
661 views37 pages

Manpower Services

The document provides details about a tender notice issued by the Maharashtra Public Service Commission for providing manpower services. It includes eligibility criteria for bidders, instructions for online bid submission, scope of work, terms and conditions of the contract, commercial terms, and various annexures related to the tender.

Uploaded by

J Dass
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)
661 views37 pages

Manpower Services

The document provides details about a tender notice issued by the Maharashtra Public Service Commission for providing manpower services. It includes eligibility criteria for bidders, instructions for online bid submission, scope of work, terms and conditions of the contract, commercial terms, and various annexures related to the tender.

Uploaded by

J Dass
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

No.

MPS-0219/CR-02/2019/V Dated: 11 June, 2019


Tender for Providing Manpower Services
Tender Notice No. 05/2019
The Secretary, Maharashtra Public Services Commission invites online bids (Technical & Commercial)
from eligible bidders for “Providing Manpower Services” for three years from the date of contract as per the scope
of the work given in the detail tender document.
2. It is highly important that all activities like filling of bids/inclusion of bids/depositing tender fees/EMD
should be completed within the stipulated time/schedule according to the following time-table:-
Sr. No. Activity Date and Time
1 Tender Publication 11 / 06/2019 at 14.00
2 Bid submission Start Date 11 / 06 /2019 at 14.00
3 Pre Bid Meeting 18/ 06 /2019 at 14.00
4 Place for Pre-Bid Meeting Maharashtra Public Service Commission, Bank of India
rd
Building, 3 Floor, M. G. Road, Fort, Mumbai-400001.
5 Bid submission End Date 24 / 06 /2019 at 16.00
6 Bid Opening 28/ 06 /2019 at 15.00
7 Rs.11,000/- (Rupees Eleven Thousand Only) (Non
Price of Tender Document
refundable) to be paid through Online Payment Modes
8 Rs.1,17,000/- (Rs. One Lakh Seventeen Thousand Only) to
EMD be paid through Online Payment Modes during Bid
Preparation Stage.
½ th th
9 5 , 7 and 8 Floor, Cooperage Telephone Nigam Building,
Place of Opening Tender Offers
Maharshi Karve Road, Cooperage, Mumbai – 400 021.
10 Secretary,
Maharashtra Public Service Commission
Address for Communication ½ th th
5 , 7 and 8 Floor, Cooperage Telephone Nigam Building,
Maharshi Karve Road, Cooperage, Mumbai – 400 021.
11 Phone: 022- 22102129
Contact Telephone & Fax Numbers
email- [Link]@[Link]
3. Interested Bidders may view and download the Tender document containing the detailed terms and
conditions, etc from the websites viz. [Link] and [Link].

Secretary
Maharashtra Public Service Commission

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 1 of 37
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019
[Link] 2 of 37
Maharashtra Public Service Commission
5½, 7th and 8th Floor, Cooperage Telephone Nigam Building, Maharshi Karve Road,
Cooperage, Mumbai – 400 021.
Telephone No-(022) 22102150
e-mail- [Link]@[Link]

Tender Document
For
Providing Manpower Services
[PRICE RS.11,000/ -]

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 3 of 37
TABLE OF CONTENTS..
CHAPTER SR NO SUBJECT
PAGE NO
1 INSTRUCTIONS TO BIDDERS FOR SUBMISSION OF BIDS
1.1 INSTRUCTIONS FOR ONLINE BID SUBMISSION
1.2 COST OF TENDER DOCUMENT
1.3 COST OF BIDDING
1.4 BIDDING DOCUMENTS
1.5 PRE BID MEETING QUERIES
1.6 PRE BID MEETING
6
1.7 AMENDMENT OF BIDDING DOCUMENT
1.8 NON TRANSFERABLE BID
1.9 LANGUAGE OF BIDS
1.10 BID FORM
1.11 BID CURRENCY
1.12 PREPARATION OF BIDS
1.13 ELIGIBILITY CRITERIA 6-7
1.14 SUBMISSION OF BIDS 7
1.15 EARNEST MONEY DEPOSIT (EMD) 7-8
1.16 COMPLETENESS OF BIDS
1.17 ERASURES OR ALTERATIONS
1.18 DEADLINE FOR SUBMISSION OF BIDS
1.19 WITHDRAWAL OF BIDS
8
1.20 PERIOD OF VALIDITY OF BIDS
1.21 EVALUATION COMMITTEE
1.22 OPENING OF TECHNICAL BIDS:
1.23 CLARIFICATION OF BID FOR EVALUATION
1.24 SCRUTINY OF THE BID 8-9
1.25 ADDITIONAL INFORMATION
1.26 EVALUATION PROCESS
1.27 DATE OF OPENING OF COMMERCIAL BIDS
1.28 REVISED COMMERCIAL BIDS
1.29 OPENING OF COMMERCIAL BIDS
1.30 EVALUATION OF COMMERCIAL BIDS 9
1.31 NEGOTIATIONS:-
1.32 ACCEPTANCE AND REJECTION OF PROPOSAL
1.33 AWARD CRITERIA
1.34 CONTACTING THE TENDERING AUTHORITY
1.35 CORRUPT, FRAUDULENT PRACTICES / AND MISREPRESENTATION.
1.36 NOTIFICATION OF AWARD 9-10
1.37 BINDING CLAUSE
1.38 CONDITIONAL TENDERS 10
1.39 INTERPRETATION OF THE CLAUSES
2 CONDITIONS OF CONTRACT
2.1 DEFINITIONS
2.2 APPLICATIONS OF THESE CONDITIONS
2.3 OTHER DOCUMENTS THAT FORM PART OF THIS CONTRACT
11
2.4 PERFORMANCE SECURITY
2.5 SAFETY REQUIREMENTS
2.6 VENDOR'S OBLIGATIONS
2.7 CHANGE ORDERS 11-12
2.8 USE OF CONTRACT DOCUMENTS & INFORMATION
2.9 RESPONSIBILITIES
2.10 FINANCIAL AND LEGAL LIABILITY 12
2.11 INDEMNITY
2.12 STANDARDS OF PERFORMANCE
3 COMMERCIAL TERMS
3.1 PAYMENT SCHEDULE
3.2 PRICE OFFER AND TAXES 13
3.3 PENALTY
3.4 SUSPENSION OF WORK
3.5 TERMINATION FOR INSOLVENCY
3.6 TERMINATION
3.7 CONSEQUENCES OF TERMINATION
14
3.8 FALL CLAUSE
3.9 FORCE MAJEURE CLAUSE
3.10 RESOLUTION OF DISPUTE 14-15
3.11 GOVERNING LANGUAGE
3.12 APPLICABLE LAW 15
3.13 TAXES AND DUTIES
3.14 NOTICES
4 TERMS & CONDITIONS SPECIFIC TO THE CONTRACT
4.1 PERIOD OF CONTRACT
4.2 COMMENCEMENT AND EXPIRATION OF CONTRACT
16
4.3 ENTIRE AGREEMENT
4.4 MODIFICATION OR VARIATIONS

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 4 of 37
4.5 AWARD OF CONTRACT
4.6 SECURITY DEPOSITE/PERFORMANCE GUARANTEE 16
4.7 CONFIDENTIALITY
4.8 WARRANTEE
4.9 SPECIAL CONDITIONS TO THIS CONTRACT 17
4.10 REPORTING PROGRESS
4.11 HANDING OVER OF WORKS 17-18
4.12 COMMITTEE FOR SUPERVISION
4.13 SUB – CONTRACT 18
4.14 LEGAL JURISDICTION
5 SCOPE OF THE WORK AND DETAILED TECHNICAL SPECIFICATIONS 19-26
ANNEXURES
ANNEXURE No. SUBJECT PAGE NO.
ANNEXURE - 1 TENDER OFFER FORM 27
ANNEXURE - 2 BIDDERS AUTHORIZATION CERTIFICATE 28
ANNEXURE-3 SELF DECLARATION 29
ANNEXURE-4 DETAILS OF BIDDER 30
ANNEXURE-5 DETAILS OF MANPOWER 31
ANNEXURE-6 PERFORMANCE STATEMENT 32
ANNEXURE-7 DECLARATION FOR PRICE SCHEDULE (PS) 33
ANNEXURE-8 CONTRACT FORM (CF) 34
ANNEXURE-9 PERFORMANCE SECURITY FORM 35
ANNEXURE-10 FORMAT FOR TECHNICAL PROPOSAL 36
ANNEXURE-11 FORMAT FOR CLARIFICATION 37

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 5 of 37
CHAPTER – I
INSTRUCTIONS TO BIDDERS FOR SUBMISSION OF BIDS
1.1 INSTRUCTIONS FOR ONLINE BID SUBMISSION:
1.1.1 Tender document is available on etendering System of Government of Maharashtra i.e. [Link]
1.1.2 The bidders are required to submit soft copies of their bids electronically on etendering System of Government of
Maharashtra using valid Digital Signature Certificates.
1.1.3 Detailed information for submitting Online bids may be obtained at [Link]
1.1.4 Any queries relating to the process of online bid submission or queries relating to e-tendering System of Government of
Maharashtra i.e. [Link] in general may be available at 24x7 Help desk, the contact of which is 0120-
4200462/4001002/4001005/6277781.
1.2 COST OF TENDER DOCUMENT:
Tender fee as per tender notice can be paid online only on respective e-tender portal and the scan copy of challan/receipt has to
be attached as a part of technical bid.
1.3 COST OF BIDDING:
The Bidder shall bear all costs associated with the preparation and submission of its tender, and the Tendering Authority
shall in no case be responsible or liable for these costs, regardless of the conduct or outcome of the tendering process.
1.4 BIDDING DOCUMENTS:
1.4.1 The Bidder is expected to examine all instructions, forms, terms, Conditions and specifications given in the bidding
documents.
1.4.2 Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to
the bidding documents in every respect shall be at the Bidder’s risk and may result in rejection of the bid.
1.4.3 The tender offer is liable to be rejected outright without any intimation to the Bidder if complete information as called for in
the tender document is not given therein, or if particulars asked for in the Forms / Pro-forma in the tender are not fully
furnished.
1.4.4 A Prospective Bidder requiring any clarification in the Tender document may notify the Tendering Authority in writing or by
email at the mailing address as indicated.
1.4.5 The Tendering Authority will respond in writing or by email to any request for clarification of the Tender Document received
not later than 2 days prior to the last date for the receipt of bids prescribed.
1.4.6 Written copies of the response (including an explanation of the query but without identifying the source of enquiry) may be
sent to all prospective bidders who have received the Tender.
1.5 PRE-BID MEETING QUERIES
Prospective bidders desirous of participating in this tender may submit their written queries through email on
[Link]@[Link] with subject line “Pre-bid queries”.
1.6 PRE-BID MEETING:
1.6.1 Pre-bid meeting will be as per time-table given in tender notice. Interested bidders may attend the meeting.
1.6.2 Queries raised will be clarified in the meeting and minutes of pre-bid meeting if held will be uploaded on
[Link] and website of MPSC viz. [Link].
1.6.3 The minutes of pre-bid meeting will form as part of this tender.
1.6.4 Based on queries received, the MPSC may amend the Tender/issue Corrigendum, if required on the website of MPSC viz.
[Link] and etendering portal viz. [Link]
1.6.5 No query after pre-bid meeting would be entertained.
1.7 AMENDMENT OF BIDDING DOCUMENTS
1.7.1 At any time prior to the deadline for submission of bids, the Tendering Authority may, for any reason, whether on its own
initiative or in response to the clarification requested by a prospective bidder, modify, change, incorporate or delete certain
terms and conditions in the bidding document.
1.7.2 In order to allow prospective bidders reasonable time to take into consideration the amendments while preparing their bids,
the Tendering Authority, at its discretion, may extend the deadline for the submission of bids.
1.8 NON-TRANSFERABLE BID
The tender document is not transferable.
1.9 LANGUAGE OF BID
1.9.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder
and The Tendering Authority shall be in English language.
1.9.2 Wherever the correspondence is not in English, requisite translation should be attached, and the English version shall
prevail in case of dispute.
1.10 BID FORM
1.10.1 The Bidder shall complete the Bid Form as mentioned herein along with all Annexures wherever applicable.
1.10.2 Bidder shall not modify the downloaded tender form including downloaded price bid in any manner. In case any tender
form/price bid template is found to be tampered with/modified in any manner, such bid will be summarily rejected, EMD
would be forfeited and bidder would be liable to be banned from doing business with MPSC.
1.11 BID CURRENCY
Prices shall be quoted in Indian Rupees only. The bidders are advised not to indicate any separate discount.
1.12 PREPARATION OF BIDS:
1.12.1 Bidders shall go through the ‘Tender Document’ carefully to understand documents required to be submitted as a part of bid.
1.12.2 Bidder, in advance, should get ready the bid documents to be submitted as indicated in the Tender document/schedule and
generally, it can be in PDF.
1.12.3 Bid document may be scanned with 100dpi with black and white option which help in reducing size of the scanned document.
1.12.4 All original documents may be scanned and uploaded in Technical Bid should be valid, authentic, clear and legible.
1.12.5 The bidders should take into account corrigendum, if any, published before submitting their bids.
1.13 ELIGIBILITY CRITERIA
1.13.1 Only those vendors who fulfill the following criteria are eligible to RESPOND:-
(1) The bidder should be a registered one under The Companies Act of 2013 or other relevant Act/Laws.
(2) The bidder should be a profit making company for the preceding 3 financial years with a minimum turnover of
Rupees 1.20 Crore during each year.
(3) The bidder should have GST Registration certificate valid as on 1st April, 2019.
(4) The bidder should have latest GST Payment Challan as per Laws/Acts/Rules.
(5) The bidder should have Income Tax Clearance Certificate/Income Tax Return acknowledgment for last three years
i. e. 2017-2018, 2016-2017, 2015-2016.
(6) The bidder should have permanent presence in Mumbai/Navi Mumbai/Thane.
(7) The bidder should have a valid labour license, ESI and PF registration as on 1st April, 2019.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 6 of 37
(8) The bidder should have satisfactory executed contract for providing minimum 50 similar type of manpower services
to any Government/Semi Government Organization/Institute/Public Sector Undertaking/Nationalized
Bank/University/Exam Board in the State of Maharashtra during last 3 (Three) years as on 1st April, 2019.
1.13.2 Documentary evidence for compliance of each of the eligibility criteria must be enclosed along with the bid
together with the references as required in the Eligibility Criteria. The bidder shall check a list before
uploading documents for the eligibility criteria.
1.13.3 Relevant portions, in the documents submitted in pursuance of eligibility criteria, shall be highlighted and all
pages of the bid document should be serially numbered.
1.13.4 If the bid is not accompanied by all the above mentioned documents, the same would be rejected.
1.13.5 The tendering authority reserves the right to verify/evaluate the claims made by the vendor independently.
1.14 SUBMISSION OF BIDS
1.14.1 Bids shall have to be submitted online only.
1.14.2 Bidder should log on the e-tendering system of Government of Maharashtra well in advance for bid submission
so that the bid is uploaded in time i.e. on or before the bid submission time.
1.14.3 The MPSC shall not be responsible for any delay due to any issues/ uploading the Bid or depositing online Fee/EMD etc.
1.14.4 Technical Bid:-
The bidder has to digitally sign and upload the following required bid documents one by one as indicated in the Tender
document:-
(1) Proof regarding submission of requisite tender fee and EMD online.
(2) Tender offer form duly filled in. (Annexure -1)
(3) Bidders Authorization Certificate. (Annexure - 2)
(4) Self Declaration for unblemished record (Annexure - 3) (Notarized Affidavit)
(5) Details of Bidder (Annexure - 4)
(6) Details of Manpower (Annexure-5)
(7) Performance statement along with necessary Documents (Annexure – 6)
(8) Copies of Certificate of incorporation of the firm (e.g. Registration as Partnership Firm, Proprietary concern,
Company etc.)
(9) Certificate from its C.A. stating that the Bidder is profit making for preceding three (3) years with a minimum
annual turnover of Rupees 1.20 Crore from related business as on 1st April, 2019.
(10) Registration Certificate under Contract Labour (Regulation and Abolition) Act, 1972.
(11) Copy of Latest License under Shop and Establishment Act.
(12) Copy of GST Registration Certificate from concerned Government Department
(13) Copy of GST Clearance Certificate or GST payment Challan from concerned Government Department as on 1st
April, 2019.
(14) Copy of registration certificate under Employees Provident Fund.
(15) Copy of registration certificate under Employees State Insurance Act.
(16) Copy of Profession Tax Registration Certificate.
(17) Copy of the PAN card/TAN/TIN Number.
(18) Copy of the Income Tax Clearance Certificate or Income Tax Return acknowledgement for last three years as on
1st April, 2018.
(19) Proof in support of having permanent presence of office in Mumbai/Thane/Navi Mumbai.
(20) Copies of its audited financial statements for past three years. (i.e. 2015-16, 2016-17, 2017-18)
(21) Proof in support of having atleast 3 executed contracts for providing minimum 50 similar type of manpower
services to any Government/semi Government Organization/Institute /Public Sector Undertaking/ Nationalized
Bank/University/Exam Board in the State of Maharashtra during last 3 (Three) years as on 1st April, 2019.
.(22) Copy of ISO Certification, if any.
(23) Copy of Problem escalation mechanism.
1.14.5 Bidders are requested to note that they should necessarily submit their Technical bids and Financial bids in the PDF format
and no other format is acceptable.
1.14.6 Technical and Financial bid shall be typed or written and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a written confirmation and shall form a part of the Proposal. The
name and position of each person signing the authorization must be typed or printed below the signature. All pages of the
Proposal shall be signed or sealed by the person signing the Proposal.
1.14.7 The time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referring the
deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during
bid submission.
1.14.8 Upon the successful and timely submission of bids, the ‘Portal’ will display a successful bid submission
message & a bid summary will be displayed with the Bid No., the date and time of submission of the bid alongwith all
other relevant details.
1.14.9 The bid summary has to be printed and kept as an acknowledgment for the submission of the bid. This acknowledgment may
be used as an entry pass for any bid opening Meetings.
1.14.10 Original copies shall be kept ready at the time of opening of the bids.
1.14.11 Language of Proofs:
In case any of the Document submitted is in a language other than Marathi or English, a certified copy of translation of
the same in Marathi or English should be enclosed and the translation be also certified by the professional who has
otherwise certified the said proofs.
1.14.12 COMMERCIAL BID
(1) All financial offers must be prepared and submitted online (An online form will be provided for this during online bid
preparation stage) and signed using individual’s digital certificate.
(2) The Commercial bid shall be on fixed price basis, inclusive of all taxes.
(3) There should be no hidden charges.
(4) Price quotation accompanied by vague and conditional expressions Such as “Subject to immediate acceptance",
“Subject to confirmation” etc. shall be treated as being at variance & shall be liable for rejection.
1.15 EARNEST MONEY DEPOSIT (EMD)
1.15.1. Bidders are required to submit the Earnest Money Deposit (EMD) as per Tender Notice.
1.15.2 The EMD is to be paid through Online Payment Modes during Bid preparation.
1.15.3 Unsuccessful Bidder's Earnest Money Deposit will be returned as per procedure of e-tendering.
1.15.4 The successful Bidder’s Earnest Money Deposit will be returned upon the Bidder executing the Contract Form and
furnishing the Performance Security / Security Deposit.
1.15.5 The Earnest Money Deposit shall be forfeited:
(1) If a Bidder withdraws its Bid during the period of bid validity or

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 7 of 37
(2) If the Bidder fails to accept corrections of arithmetic arrors identified by the MPSC in the Bidder’s Bid , if any or
(3) In case of a successful Bidder, if the Bidder fails:
(a) To sign the contract form in accordance with the terms and conditions.
(b) To furnish performance security/security deposit as specified in this tender.
1.15.6 Exemption from paying Earnest Money Deposit :
(1) Indian manufacturers/suppliers who are Micro Small Medium Enterprises(MSME) small scale units and
registered with National Small Industries Corporation under single point registration scheme are exempted from
payment of earnest money deposit provided they to furnish a photocopy of valid registration with NSIC under the single
point registration scheme, for the quoted item/s in support of claim along with their request letter.
(2) Mere registration as a SSI Unit does not qualify the Bidder for exemption from furnishing the EMD.
(3) The certificate with monetary limit indicated should be valid on the scheduled date/Extended date of submission of
tender. Certificates without monetary limit will not be considered.
(4) The items of Product/Services mentioned under NSIC certificate should be the same or similar to the tendered item/s.
(5) The monetary limit stipulated in the certificate of MSMEs should be equal or more than the value of
work(s)/Supply/Service under MSME benefits during the financial year plus estimated cost of this tender for availing EMD
exemptions.
(6) In case the NISC/MSEs registration certificate is found invalid during evaluation, the bid of such bidder shall be rejected.
1.16 COMPLETENESS OF BIDS
The bid shall be summarily rejected if all or any of the above documents mentioned are not uploaded in technical bid.
1.17 ERASURES OR ALTERATIONS.
1.17.1 Offers containing erasures or Alterations shall not be considered.
1.17.2 There should be no Handwritten Material, corrections or Alterations in the offer.
1.17.3 Technical details must be completely filled in.
1.17.4 Filling up of the Technical Detail Form using terms such as “OK", "Accepted", "Noted", "As given in brochure/Manual" is
not acceptable.
1.17.5 The tendering authority may treat offers not adhering to these guidelines as unacceptable.
1.18 DEADLINE FOR SUBMISSION OF BIDS
1.18.1 For Submission of tender, Bidder must complete the online bid submission stage as per online schedule of the tender.
1.18.2 In the event of the specified date for the submission of Bids being declared as a holiday for the Tendering Authority, the bids
shall be received up to the appointed time on the next working day.
1.18.3 The Tendering Authority may, at its discretion, extend this deadline for submission of bids, in which case all rights and
obligations of the Tendering Authority and Bidders subject to the deadline shall thereafter be subject to the deadline as
extended.
1.18.4 If for any reason, any interested bidder fails to complete any of online stages during the complete tender cycle, the
tendering authority shall not be responsible for that and any grievance regarding this shall not be entertained.
1.19 WITHDRAWAL OF BIDS
1.19.1 The Bidder may withdraw its bid after the submission, provided that written notice of the withdrawal is received by the
Tendering Authority prior to the deadline prescribed for submission of bids.
1.19.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of the
bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder’s
forfeiture of its bid security and the offer shall stand automatically rejected.
1.20 PERIOD OF VALIDITY OF BIDS
1.20.1. Bids shall be valid for acceptance for a period of 180 days from the date of opening of Commercial Bid and thereafter unless
it is withdrawn in writing by the Bidder.
1.20.2. In exceptional circumstances, the Tendering Authority may solicit the Bidder’s consent to an extension of the period of
validity. The request and the responses thereto shall be made in writing and shall be binding.
1.21 EVALUATION COMMITTEE
The Technical and Commercial Committee constituted by the Secretary, MPSC, shall evaluate the Tenders. The decision of
the Committee in the evaluation of the Technical and Commercial bids shall be final.
1.22 OPENING OF TECHNICAL BIDS:
1.22.1. After the closing time and/or at any time and date specified thereafter, the Tendering Authority shall open the bids as per
the schedule.
1.22.2. The technical bid shall be opened online and listed for further evaluation. The Bidder’s names, bid modifications or
withdrawals, the presence or the absence of requisite Earnest Money Deposit and such other details as the Tendering
Authority, at his discretion, may consider appropriate, shall be announced at the time of opening.
1.22.3. The financial bids shall not be opened till the completion of evaluation of technical bids.
1.22.4. Bids shall be opened either in the presence of bidders or it’s duly authorised representatives.
1.22.5 Only one representative per bidder shall be permitted to be present at the time of opening the tender.
1.22.6 The bidder representatives who are present shall sign a register evidencing their attendance.
1.23 CLARIFICATION OF BIDS
1.23.1 During evaluation of bids, the Tendering Authority may, at its discretion, ask the Bidder for a clarification of its bid.
1.23.2 The request for a clarification and the response shall be in writing and no change in prices or substance of the bid shall be
sought, offered or permitted.
1.24 SCRUTINY OF THE BID
1.24.1. Preliminary scrutiny shall be made to determine whether bids are complete, whether any computational errors have been
made, whether required EMD has been furnished, whether the documents have been properly signed.
1.24.2. Prior to the detailed evaluation, the Tendering Authority shall determine the substantial responsiveness of each bid. For
purposes of these clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the
bidding documents without material deviations.
1.24.3 If a bid is not substantially responsive, it shall be rejected by the Tendering Authority and shall not subsequently be made
responsive by the bidder by correction of the nonconformity.
1.24.4 Technical bid shall be evaluated in the following sub-steps:-
(1) Firstly, the documentation furnished by the Bidder shall be examined prima facie to see if the technical skill base and
financial capacity and other Vendor attributes claimed therein are consistent with the needs of this project.
(2) In the second step, the Tendering Authority may ask the bidders for additional information, visit to Bidders site and/or
arrange discussions with their professional, technical faculties to verify claims made in technical bid documentation. If it
is found that the documents submitted by the bidder are not compatible with the actual situation at site, or if the
document supplied by the bidder are found to be fraudulent or misrepresenting the facts, it shall render the bidder
ineligible for further participation in the tender process. The decision of the Tender Committee in this regard shall be
final and binding on the bidder and cannot be challenged.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 8 of 37
(3) In the third step, the Tendering Authority may ask the prospective bidders for the presentation regarding Technical
Capability of the Bidders and understanding regarding the Project, if required.
1.25 ADDITIONAL INFORMATION
The Tendering Authority may ask Bidder(s) for additional information, if required so.
1.26 EVALUATION PROCESS
1.26.1 The Technical evaluation shall be done by a Committee appointed by Secretary, MPSC.
1.26.2 The decision of the evaluation committee in the evaluation of the technical bids shall be final. No correspondence will be
entertained outside the process of negotiation / discussion with the Committee.
1.26.3 The Bidder should submit documentary evidence on its qualification/eligibility with the offer.
1.26.4 If the Bidder does not fulfill qualification/evaluation criteria, he will be treated as non – responsive and his/her offer will not
be considered for further processing.
1.26.5 Technical assessment will be based on profile and track record, design and layout of content and presentable.
1.26.6 On the basis of technical assessment, the commercial bids of qualified Bidders be opened.
1.27 DATE OF OPENING OF COMMERCIAL BIDS
1.27.1 Commercial Bids of only technically qualified Bidders as mentioned above will be opened.
1.27.2 The date for opening of the commercial bid shall be announced after the scrutiny of the technical bid has been completed
as above.
1.27.3 The date will not be later than 60 days from the date of opening of technical bid.
1.28 REVISED COMMERCIAL BIDS
1.28.1 If there be any changes in the terms and conditions of the tender pursuant to the negotiations during the evaluation
of the technical bids, which are likely to impact on the financial bids, it shall be mandatory for the Tendering Authority to
seek revised commercial bids in sealed covers ONLY from those Bidders cleared by the Technical evaluation committee.
1.28.2 While seeking such revised commercial bids, the committee shall give reasons justifying the need for such a course
of action.
1.29 OPENING OF COMMERCIAL BIDS
1.29.1 The Tendering Authority may at its discretion discuss with the Bidder(s) to clarify contents of their financial offer.
1.29.2 The Tendering Authority shall negotiate with the lowest bidder so as to meet its expectation of a cost effective sustainable
and economically promising solution.
1.29.3 If the negotiation with lowest Bidder fails, the same shall be rejected and negotiation then shall be done with second
lowest Bidder.
1.29.4 The Tendering Authority reserves the right to open Commercial Bid even if one Bidder qualifies the Technical Bid or only
one Bid is received in response to the Tender Notice. However in the case of one Bid the power to negotiate with the
Bidder will be reserved with the Tendering Authority.
1.30 EVALUATION OF COMMERCIAL BIDS
1.30.1 Financial bids will be evaluated on the basis of better quality and performance and/or total price, i.e. all inclusive of
price of product.
1.30.2 The Financial Bids of only those Bidders short listed by Tendering Authority will be opened in the presence of their
Representatives on a specified date and time to be intimated to the respective Bidders.
1.30.3 If the Tendering Authority considers necessary, Revised Financial Bids may be called for from the technically short listed
Bidders before opening the original financial bids for recommending the final selection.
1.30.4 If revised financial bids are called for, the revised bids should NOT be higher than the original bids except in case of change
in Government levies, otherwise the bid shall be rejected. Lowest Bidder will be selected as per the “Award Criteria”.
1.31 NEGOTIATIONS:-
1.31.1 The successful Bidder will be informed in writing of the date, place and time for negotiations/clarifications, if any.
1.31.2 Representatives conducting negotiations on behalf of the Bidder must have written authority to negotiate and conclude a
Contract.
1.31.3 The successful Bidder will confirm in writing its participation in negotiations and ability to adhere to its
Technical and Financial Proposals within five (5) days of receiving the notice in accordance with relevant Clauses.
1.31.4 Negotiations will include both technical and financial negotiation, depending on the requirement of the Tendering
Authority.
1.32 ACCEPTANCE AND REJECTION OF PROPOSAL:-
1.32.1 The tendering authority reserves the right to accept or reject any Proposal, and to annul the bidding process and reject all
Proposals at any time before issuance of a Letter of award, without assigning any reasons and without incurring any
liability to the Bidders.
1.32.2 The Tendering Authority is not bound to accept the lowest tender.
1.32.3 Any conditional and/or incomplete bid shall be summarily rejected.
1.33 AWARD CRITERIA :-
1.33.1 Contract will be awarded to the bidder whose Commercial Offer is determined to be the lowest quoting bidder and/or
performance.
1.33.2 The Tendering Authority reserves the right to further negotiate the prices quoted by the lowest bidder.
1.33.3 If Rates of two or more bidders happen to be equal in that case the contract shall be awarded to the
party with more experience /performance/goodwill of providing services at the discretion of Secretary, MPSC.
1.34 CONTACTING THE TENDERING AUTHORITY
1.34.1 No Bidder shall contact the Tendering Authority on any matter relating to its bid; from the time of the bid opening to the time
the contract is awarded. If he wishes to bring additional information to the notice of the Tendering Authority, he should do
so in writing. The Tendering Authority reserves the right as to whether such additional information should be considered or
otherwise.
1.34.2 Any effort by a Bidder to influence the Tendering Authority in its decision on bid evaluation, bid comparison or contract
award may result in disqualification of the Bidder’s bid and also forfeiture of his Earnest Money Deposit amount.
1.35 CORRUPT, FRAUDULENT PRACTICES / AND MISREPRESENTATION.
1.35.1 The Tendering Authority requires that the bidders/suppliers/ contractors under this tender observe the highest standards of
ethics during the procurement and execution of such contracts.
1.35.2 For the purposes of this provision, the terms defined for CORRUPT, FRAUDULENT PRACTICES / AND
MISREPRESENTATION will be as per Law.
1.35.3 The Tendering Authority shall reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question;
1.35.4 The Tendering Authority shall declare a firm ineligible, either indefinitely or for a stated period of time, if it at any time
determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract.
1.36 NOTIFICATION OF AWARD
1.36.1 Prior to expiration of the period of bid validity, the Tendering Authority shall notify the successful bidder in writing that its
bid has been accepted.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 9 of 37
1.36.2 Upon the successful bidder's furnishing of Performance Security /Security Deposit and contract form the Tendering
Authority shall promptly notify each unsuccessful bidder and shall discharge their Bid security.
1.37 BINDING CLAUSE
All decisions taken by the Tendering Authority regarding the processing of this tender and award of contract shall be final and
binding on all parties concerned. The Tendering Authority, reserves the right:-
1.37.1 To vary, modify, revise, amend or change any of the terms and conditions in this Bid;
1.37.2 To reject any or all the tender/s without assigning any reason whatsoever thereof or to annul the bidding process and reject
all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder(s) or any
obligation to inform the affected bidder(s) of the grounds for such decision.
1.38 CONDITIONAL TENDERS
Hypothetical, ambiguous or Conditional tenders shall be summarily rejected.
1.39 INTERPRETATION OF THE CLAUSES
In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the Contract Document, the Tendering
Authority’s interpretation of the clauses shall be final and binding on all parties.

******

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 10 of 37
CHAPTER - 2
CONDITIONS OF CONTRACT
GENERAL CONDITION, DEFINITION AND APPLICABILITY
2.1 DEFINITIONS
In this Contract, the following terms shall be interpreted as indicated below:
2.1.1 “Vendor or Contractor or Service Provider or outsourcing agency” shall mean the successful bidder to whom the contract
has been awarded and with whom the Tendering Authority signs the contract for rendering of goods and services.
2.1.2 “Contract” means the agreement entered into between the Tendering Authority and the Vendor, as recorded in the
document signed by the parties, including all the attachments and appendices thereto, and all documents incorporated by
reference therein;
2.1.3 "Bidder” means any firm as required in the tender. The word “Bidder” when used in the pre award period shall be
synonymous with “Vendor or Contractor” which shall be used after award of the contract.
2.1.4 “The Contract Price” means the price payable/receivable to the Successful Bidder under the Contract for the full and
proper performance of its contractual obligations;
2.1.5 “The Goods” means all the material/ services, which the Vendor is required to supply to the Tendering Authority under the
Contract;
2.1.6 “Services” means services ancillary to the Scope of Work hereinabove, transportation, any other incidental services and
other obligations of the Vendor covered under the Contract;
2.1.7 “Day” means a working day.
2.1.8 “Tendering Authority” means The Secretary, Maharashtra Public Service Commission or any Officer of the Maharashtra
Public Service Commission who has been authorized to issue a work order under this contract.
2.1.9 “Commission” or “MPSC” means Maharashtra Public Service Commission
2.2 APPLICATION OF THESE CONDITIONS
These Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them.
2.3 OTHER DOCUMENTS THAT FORM PART OF THIS CONTRACT
The Tender Document (along with its amendments if any), the Bid of the Vendor, any clarifications sought by the Tendering
Authority, the responses provided by the Vendor, and any other correspondence exchanged shall form part of the contract to the
extent the same is not inconsistent with this document and the award document to the Vendor.
2.4 SAFETY REQUIREMENTS
The Vendor shall abide by the job safety measures prevalent in India and shall free the Tendering Authority from all demands or
responsibilities arising from accidents or loss of life, the cause of which is the Vendor’s negligence.
2.5 VENDOR'S OBLIGATIONS
2.5.1 The Vendor is responsible for, and obliged to conduct all contracted activities as defined in the scope of work or wherever
contained in this document, in accordance with the Contract.
2.5.2 The Vendor is obliged to work closely with the staff of the Tendering Authority and abide by all instructions and directives
issued by them.
2.6 CHANGE ORDERS
2.6.1 The Tendering Authority may at any time, by written order given to the Vendor, make changes within the general scope of
the Contract in any one or more of the services to be provided by the Vendor.
2.6.2 If any such change causes an increase or decrease in the cost of, or the time required for the Vendor’s performance of any
provisions under the Contract, an equitable adjustments shall be made in the Contract Price or delivery services, or both,
and the Contract shall accordingly be amended.
2.6.3 Any claims by the Vendor for adjustment under this clause must be asserted within thirty (30) days from the date of the
Vendor’s receipt of the Tendering Authority’s change order.
2.6.4 Expert Committee constituted by the Tendering Authority shall validate all such claims. The rate applicable for such
adjustment is as fixed by Commercial Bid.
2.6.5 The Vendor shall make available to the Tendering Authority documents and records related to the performance of the
Vendor for verifying the authenticity of the claims made.
2.7 USE OF CONTRACT DOCUMENTS & INFORMATION
2.7.1. The Vendor shall not, without the Tendering Authority’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 Tendering
Authority in connection therewith, to any person other than a person employed by them 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.
2.7.2 Any document, other than the Contract itself, shall remain the property of the Tendering Authority and shall be returned (in
all copies) to the Tendering Authority on completion of the Vendor’s performance under the Contract if so required by the
Tendering Authority.
2.7.3 The Vendor must act in good faith and at all times extend its fullest cooperation to the Commission, its employees and
agents during the performance of the Services.
2.7.4 The Vendor shall act with appropriate propriety and discretion and in particular shall refrain from making any public
statement concerning the Project or the Services without prior approval of the Commission.
2.7.5 The Vendor shall refrain from disclosing or publicizing to its clientele including past and prospective clients or to the public
that it has provided Services to the Commission without prior approval of the Commission.
2.7.6 The Vendor shall not divulge to any person not authorized by the Commission and shall not use for its own purposes, any
information concerning the Commission, its staff or the Project which the Vendor may have access to directly or indirectly
from the services performed under this Agreement or otherwise during the course of the Project.
2.7.7 Strict confidentiality shall be maintained by the Vendor and its employees/agents in respect of the information provided by
the Commission to the Vendor.
2.7.8 The confidentiality clause shall be applicable not only to existing employees of the Vendor but also to its employees
involved in the project who may leave the service of the Vendor, and accordingly, it shall be the responsibility of the Vendor
to ensure that any such employee also shall not divulge or use any such information for his/her own purpose; Violation of
these terms and Conditions resulted into the Civil as well as Criminal liability against the Vendor and it’s both types of
employees ( present and past ) providing services.
2.7.9 The Vendor shall have no authority to commit the Commission to any additional costs, fees or expenses in connection with
the Project.
2.7.10 The vendor shall report immediately to the Commission any circumstances or events which might reasonably be expected
to impair or prejudice the performance of the Services.
2.7.11 The Vendor shall at all time refrain from showing the report/work in progress or the completed report/work to any person
not duly authorized by the Commission in writing.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 11 of 37
2.7.12 The Vendor at any time shall not show or submit report / work in progress or completed work report to any person /
authorities except the person / Authorities duly authorized by the Commission in writing, violation of this shall be civil and
criminal liability on Vendor.
2.8 RESPONSIBILITIES
2.8.1 Vendor shall be responsible for the following activities during the course of assignment:-
(1) Resource and Project Management as per Scope of the work.
(2) Completion of the work/services/tasks as mentioned in the Scope of the work.
(3) The Vendor shall appoint at the Commencement of the Project one of its representatives as a coordinator who shall
act as a single point of contact with the Commission during the conduct of the project.
2.8.2 The Commission shall be responsible for the following activities during the course of the assignment:
(1) Provide information/data/clarifications for all issues.
(2) The Commission shall appoint at the Commencement of the Project one or two of its representatives as a
coordinator who shall act as a single point of contact with the Vendor during the conduct of the Project.
2.9 FINANCIAL AND LEGAL LIABILITY
2.9.1 The Vendor shall be solely responsible for any financial issues arising out of the result of this Contract.
2.9.2 Any financial loss to Maharashtra Public Service commission, due to faulty work as a result of this tender, shall be sole
responsibility of vendor and he has to fulfill all claims arising out of this problem.
2.10 INDEMNITY
The Bidder shall indemnify Tendering Authority from and against any costs, loss, damages, expenses and claims including
those from third parties or liabilities of any kind howsoever suffered arising or incurred inter alia during and after the contract
period out of:-
(1) Any negligence or wrongful act or omission by the Bidder, employees of the Bidder or any subcontract or third party in
connection with or incidental to this contract or
(2) Any breach of any of the terms of this contract by all Vendors or any sub-contract or third party.
(3) All third-party claims of infringement of patent, trademark/ copyright or industrial design rights arising from the use of the
Services and related services or any part thereof.
2.11 STANDARDS OF PERFORMANCE
The Vendor is liable to complete the work in accordance with the specification and approved International standard according to
various related Laws, Rules and Regulations.

***********

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 12 of 37
CHAPTER – 3
COMMERCIAL TERMS
3.1 PAYMENT SCHEDULE
3.1.1 Payment of monthly bills shall be made on post service basis.
3.1.2 Payment shall be made after the completion of the work/services as per the scope of the work in good and satisfactory
condition and after verification of the services/reports/tasks conforming to the quality, specifications and instructions.
3.1.3 Normally 3 months time is required for processing of payments subject to availability of funds in the Department.
3.1.4 The services to be provided shall be on daily wages or on piece rate basis.
3.1.5 For claiming payment, the Vendor has to submit Invoice alongwith the following supporting documents:-
(1) Details with respect to name and designation of the personnel alongwith pay and other statutory allowances.
(2) Attendance details.
(3) Receipts with respect to payment PF, ESIS, WC, PT, etc.
(4) Consolidated payslips.
3.1.6 The payment shall be made on conclusion of the calendar month only on the basis of number of working days for which
duty has been performed by each Personnel, Over Time Allowances/Extra wages, Traveling and Daily Allowances, if any.
3.1.7 The payment shall be made by “Electronic Fund Transfer (EFT) or e-payment or by cheque.
3.1.8 Income Tax and other statutory taxes as applicable from time to time will be deducted from billing amount.
3.1.9 TDS Certificate, etc will be issued after the deduction of Government taxes.
3.2 PRICE OFFER AND TAXES
3.2.1 The price quoted is inclusive of all charges, fees, local lavies, etc. and any revision in the statutory charges, fees, etc. will
be the responsibility of the bidder except GST.
3.2.2 GST should be charged at prevailed rates and as actual.
3.2.3 The quoted price shall remain firm throughout the tenure of the contract and no revision is permissible for any reason
except the statutory obligations.
3.2.4 If the prescribed minimum wages are revised by the appropriate authority, the Vendor shall revise the wages of the
personnel accordingly. The difference in revised minimum wages, with respect to the wages applicable on the date of
submission or tender plus 20% (to cover statutory liabilities and profits of the company etc.) shall be reimbursed to the
Vendor in addition to the contract amount, subject to production of proof of disbursement of revised wages.
3.2.5 The Vendor shall take into consideration all local levies and statuary charges, if any except GST while quoting the tender.
However if any fresh taxes, charges etc. are levied by the Local / State / Central Govt., subsequent to the date of opening
of tender the same shall be reimbursed against proof of production of payment.
3.2.6 In case of change in rates of taxes/levies, the same shall be passed to the tendering authority.
3.2.7 Any modification in offer after the submission of tender will not be considered.
3.2.8 The tendering authority reserves the right to counter offer price (S) against price (S) quoted by any bidder.
3.3 PENALTY
3.3.1 The vendor is expected to meet following service levels in the normal course of carrying out activities:-
Service Expected Service Level Penalty in case of default

Deployment of all personnel after signing 2% of the total monthly rate


the contract or any subsequent 2 weeks (Excluding taxes, if any)
requirement during the contract period
2% of the total monthly rate
Maximum 1 day from the (Excluding taxes, if any)
Replacement of personnel
date of intimation

Maximum number of replacements for 2% of the total monthly rate


particular post over a period of 3 (Excluding taxes, if any)
Maximum one replacement
months, in case the replacement is
initiated by bidder

3.3.2 (1) Utmost consistency in quality of services to be provided should be maintained throughout the contract period.
(2) If the services provided is found defective or otherwise, penalty at the discretion of the tendering authority is deducted
from the Billing Amount or from the Performance Security.
(3) However, if the delay is caused due to unavoidable circumstances, then Tendering Authority reserves the right to
waive off the penalty.
(4) If the vendor/contractor fails to deliver the services as per specifications and requirements in time, then the tendering
authority would be free to get it done from outside. In such scenario, the vendor will be charged at double the rate
quoted by him or the cost incurred in getting it done from outside, whichever is higher.
(5) There will be penalty upon personnel for availing any unauthorized leave i.e. leave without proper advance intimation
which will be equivalent to (One) day payment of the concerned personnel.
(6) If such instance is repeated more than 3 times the vendor will be liable for a penalty cut of 5% of total bill amount.
3.3.3 In case of delay, tendering authority will be at liberty to procure the services from any other agency at the risk and cost of
the vendor and it also will result in the forfeiture of the Performance Security amount.
3.3.4 For any other irregularities, mistakes, breach of trust/leakages etc. penalty at the discretion will be imposed
alongwith forfeiture of security amount also legal action will be initiated against the Vendor.
3.3.5 That for unsatisfactory performance owing to absence of Vendor’s staff, deficiencies in services or for some other reason
the tendering authority shall be within its rights to make necessary deductions from the running bills of the Vendor for such
deficiency in services.
3.3.6 Alternatively, the tendering authority may, after giving an opportunity of being heard to the Vendor, get such deficiencies
fulfilled at the cost and responsibility of the Vendor.
3.3.7 Where any claim for the payment of a sum of money arises, out of or under this contract against the Vendor, the tendering
authority shall be entitled to recover such a sum by appropriating in part or whole, from the performance security to be
deposited by the Vendor.
3.3.8 In the event of the performance security being insufficient, the balance of the total sum recoverable, as the case may be,
shall be deducted from any sum then due or which at any time thereafter may become due to the Vendor under this and
any other persons contracting through the Secretary MPSC.
3.3.9 If this sum not be sufficient to recover full amount recoverable, Vendor shall pay to this office remaining balance due.
3.3.10 For failure to deposit the amount legal action will be initiated against the Vendor.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 13 of 37
3.4 SUSPENSION OF WORK
3.4.1 The Vendor shall, if ordered in writing by the tendering authority for non-performance, temporarily suspend the works or any
part thereof for such a period and such a time as ordered.
3.4.2 The Vendor shall not be entitled to claim compensation for any loss or damage sustained by him by reason of temporary
suspension of the Works as aforesaid.
3.4.3 An extension of time for completion, corresponding with the delay caused by any such suspension of the works as aforesaid
shall be granted to the Vendor, if request for same is made and that the suspension was not consequent to any default or
failure on the part of the Vendor.
3.4.4 In case the suspension of works, is not consequent to any default or failure on the part of the Vendor, and lasts for a period
of more than two months, the Vendor shall have the option to request the tendering authority to terminate the Contract with
mutual consent.
3.5 TERMINATION FOR INSOLVENCY
3.5.1 The Tendering Authority may at any time terminate the Contract by giving written notice to the Vendor, if the Vendor
becomes bankrupt or otherwise insolvent.
3.5.2 In this event, termination shall be without compensation to the Vendor, provided that such termination shall not prejudice or
affect any right of action or remedy, which has accrued or shall accrue thereafter to the Tendering Authority.
3.6 TERMINATION
3.6.1 The Tendering Authority may, without prejudice to any other remedy for breach of contract, by written notice of default sent
to the Vendor, terminate the Contract in whole or part:-
(1) If the Vendor fails to deliver any or all of the Goods or Services within the period(s) specified in the Contract,
(2) If the Vendor fails to perform as per the Quality standards and as per the Scope of the Work
(3) If performance of the vendor pursuant to the contract is not satisfactory or not in accordance with industry practice under
the circumstances which pertain to the objectionable service( including not limited to loss of damage of examination
material, documents fully or partly or otherwise poor delivery performance, material failure to meet security audits and
frequently late, erroneous or illegible reports, etc)
(5) If the Vendor, in the opinion of the Tendering Authority has engaged in corrupt or fraudulent practices in competing for or
in Executing the Contract.
3.6.2 The Tendering Authority may also at its sole discretion accept full or part work and also reserves the right to delete any
items/servies from the scope of the work.
3.6.3 The Tendering Authority may, without prejudice to any other remedy for breach of contract, by written notice sent to the
Vendor, without assigning any reason may terminate the Contract in whole or part:, if the tendering authority satisfies that
the services of the Vendor are no more required or Vendor is not executing its services properly.
3.6.4 If the Vendor after submission of Bid and due acceptance of the same i.e. after placement of order fails to abide by the
terms and conditions of the tender document or fails to execute the work as per the prescribed schedule given or at any
time repudiates the contract, the tendering authority will have the right to forfeit the EMD, invoke performance security
deposited by the Vendor and get the work done from other vendor at the risk and consequences of the first vendor.
3.6.5 The cost difference between the alternative arrangements and vendor’s bid value will be recovered from the Vendor along
with other incidental charges including transportation, taxes, etc. in case tendering authority is forced to get work done
through alternative sources and if the cost is lower, no benefit on this account would be passed on the vendor.
3.6.6 In case of failure by the bidder to carry out the job in accordance with provisions of the contract and as per the Scope of
the Work, the tendering authority will have right to cancel the contract and award it to any other vendor and any loss
sustained thereby will be recoverable from the first vendor.
3.7 CONSEQUENCES OF TERMINATION
3.7.1 In circumstances mentioned above, the Tendering Authority shall exercise the following steps:-
(1) Ask the Vendor to leave the job and return the entire material in an “as is where is” condition, and / or.
(2) Shall forfeit the Security Deposit obtained as performance Guarantee.
(3) Shall take appropriate steps in terms of remedies for breach of contract under relevant provisions of law.
3.7.2 Tendering Authority reserves right to disqualify the Vendor for a suitable period who habitually failed to supply services in
time.
3.7.3 Further, the Vendor whose services do not perform satisfactory in accordance with the specifications may also be
disqualified for a suitable period as decided by the tendering authority.
3.7.4 Tendering Authority reserves the right to blacklist a bidder for a suitable period in case he fails to honor his bid without
sufficient grounds.
3.8 FALL CLAUSE:
It is a condition of the contract that all through the currency thereof, the price at which Vendor will the supply/services should not
exceed the lowest price charged by Vendor to any customer during the currency of the contract and that in the event of the
prices going down below the contract prices, Vendor shall promptly furnish such information to the tendering authority to enable
to amend the contract rates for subsequent supplies/services.
3.9 FORCE MAJEURE CLAUSE:
If, at any time, during the continuance of this contract the performance in whole or in part by either party of any obligation under
this contract shall be prevented of delayed by reason of any war, hostility, acts of the public enemy, civil commotion, sabotage,
fires, floods, explosions, epidemics, quarantine restriction, strikes, lock-outs or acts of God (hereinafter referred to as “events”),
provided notice of happening of any such eventuality is given by ether party to the other within 21 days from the date of
occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contracts nor shall either party have
any claim for damaged against the other in respect of such non – performance or delay in performance; and deliveries under
the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision
of the purchasing officer as to whether the deliveries have been so resumed or not, shall be final and conclusive, provided
further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any
such event for a period exceeding 60 days, either party may at its option terminate the contract provided also that it the contract
is terminated under this clause, the purchaser shall be at liberty take over from the contract at a price to be fixed by the
purchasing Officer which shall be final all unused, undamaged and acceptable material, bought out components and stores in
course of manufacture in the possession of the contractor at the time of such termination or such portion thereof as the
purchaser may deem fit accepting such material, bought out components and stores as the contractor may with the
concurrence of the purchaser elect to retain.
3.10 RESOLUTION OF DISPUTES
3.10.1 The Tendering Authority and the Vendor shall make every effort to resolve amicably by direct informal negotiations any
disagreement or dispute arising between them in connection with the contract.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 14 of 37
3.10.2 If, after thirty (30) days from the commencement of such informal negotiations, the Tendering Authority and the Vendor
have been unable to resolve amicably a contract dispute, all such disputes, differences, claims and demands arising
under the contract shall be referred to arbitration of a sole Arbitrator to be appointed by the mutual consent. All
arbitrations shall be held in Mumbai.
3.11 GOVERNING LANGUAGE
The contract shall be written in English or Marathi. All correspondence and other documents pertaining to the contract, which are
exchanged by the parties, shall be written in the same languages.
3.12 APPLICABLE LAW
The contract shall be interpreted in accordance with appropriate Indian laws.
3.13 TAXES AND DUTIES
3.13.1 The Vendor shall be entirely responsible for all taxes, duties, license fees, road permits etc.
3.13.2 No increase in the rates shall be allowed during the period of the contract.
3.14 NOTICES
3.14.1. 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,
cable or facsimile and confirmed in writing to the party's address.
3.14.2. A notice shall be effective when delivered or on the notices effective date whichever is later.
3.14.3 For the purposes of all notices by the Vendor to the Tendering Authority on change address if informed in writing, these
shall be sent to the Tendering Authority by the Vendor at the address mentioned in the Letter of Award.

*******

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 15 of 37
CHAPTER - 4
TERMS & CONDITIONS SPECIFIC TO THE CONTRACT
4.1 PERIOD OF CONTRACT
4.1.1 The contract shall be initially for a period of 3 years or till the date of existence of new contract on case-to-case basis
from the date of issuance of Letter of Award. However, the contract may be renewed further on the basis of performance
of work provided that both parties agree on mutual terms and conditions as specified in the contract.
4.1.2 Duration of the contract shall be Three years subject to quarterly appraisal and review by the Tendering Authority.
4.1.3 In case the performance is not found to be satisfactory or not in conformity with terms and conditions of the Tender
document, the contract shall be terminated even before the scheduled time after following due procedure of law.
4.1.4 In the event of premature closure of contract for reasons mentioned herein above, the Security Deposit shall be absolutely
forfeited along with penalty as decided by the Tendering Authority.
4.1.5 The tendering authority reserves the right to award a part/full of the tender work to one or more than one vendor. The work
may be awarded to one or more than one vendor on parallel contract basis. The decision of the tendering authority will be
final and binding.
4.2 COMMENCEMENT AND EXPIRATION OF CONTRACT
4.2.1 Effectiveness of Contract:-
This Contract shall come into force and effect on the date (the “Effective Date”) as specified in the Letter of Award. In case
effective date is not stipulated, the contract shall be effective from the date it is signed by both parties.
4.2.2 Expiration of Contract:
Unless terminated earlier pursuant to relevant Clause hereof, this Contract shall expire at the end of such time after the
Effective Date as specified in the Special Conditions.
4.3 ENTIRE AGREEMENT
4.3.1 This Contract contains all covenants, stipulations and provisions agreed by the Parties.
4.3.2 No agent or representative of either Party has authority to make, and the Parties shall not be bound by or be liable for any
other statement, representation, promise agreement not set forth herein.
4.4 MODIFICATIONS OR VARIATIONS:
4.4.1 Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the
scope of the Services, may only be made by written agreement between the Parties.
4.4.2 Each Party shall give due consideration to any proposal for modification or variation made by the other Party.
4.5 AWARD OF CONTRACT
4.5.1 Letter of Award:
The tendering authority will notify the successful bidder by post or by fax or email that his/her bid has been accepted. The
notification of award will constitute the formation of the Contract upon the furnishing by the successful bidder of a
performance security/security deposit in accordance with relevant clause mentioned hereinabove.
4.5.2 Letter of Acceptance:
Within 7days of receipt of notification of award, the successful bidder shall furnish Letter of Acceptance to MPSC
conveying willingness to accept the work/supply order in accordance with the provisions of this tender and the Letter of
Award.
4.5.3 Selection of Vendor:
In case L-1 bidder does not submit Letter of Acceptance as above, MPSC may at its discretion issue Letter of Award to
the L-2 bidder on L-1 rates. In case, L-2 bidder is not agreeable to provide services on L-1 rates then the contract may be
awarded to L-3 bidder on L-1 rates.
4.6 SECURITY DEPOSIT / PERFORMANCE GUARANTEE
4.6.1 The successful Vendor shall furnish Security Deposit as a Performance Guarantee of 3% of total value of work or Rs.
4,00,000/- whichever is higher in the form of Bank Guarantee valid for the contract period within Fifteen days of the
receipt of notification of award / Letter of intent from the Tendering Authority.
4.6.2 This bank guarantee should remain valid for a period of one year beyond the contract period.
4.6.3 The Performance Security/ Security Deposit shall be denominated in Indian Rupees and shall be in the form of a Bank
guarantee issued by a nationalized/scheduled bank located in India acceptable to the Tendering Authority in the form
provided in the bidding documents (Annexure-9).
4.6.4 On extension of the contract the successful Vendor shall have to extend the validity of this bank guarantee for the period
for which extension has been awarded.
4.6.5 This extended bank guarantee should also remain valid for a period of one year beyond the period of which extension has
been granted.
4.6.6 The Performance Security/ Security Deposit shall be discharged by the Tendering Authority and returned to the Vendor
within thirty (30) days after the expiry of the contract period/extension period.
4.6.7 Failure of the successful bidder to sign the contract (Annexure- 8), proposed in this document (Conditions of Contract) and
as may be modified, elaborated or amended through the award letter, shall constitute sufficient grounds for the annulment
of the award and forfeiture of the bid security, in which event the Tendering Authority may make the award to another
bidder or call for new bids.
4.6.8 The proceeds of the performance security shall be payable to the Tendering Authority as compensation for any loss
resulting from the Vendor’s failure to complete its obligations under the Contract. The Performance Security/Security
Deposit shall be forfeitable for nonperformance of the contract and there shall not be any relaxation to anybody.
4.6.9 In the event of any contract amendment, the Vendor shall, within 10 days of receipt of such amendment, furnish the
amendment to the Performance Security/Security Deposit, rendering the same valid for the duration of the Contract, as
amended for further period of 180 days thereafter.
4.7 CONFIDENTIALITY
4.7.1 Any information and data pertaining to the MPSC or any other agency involved in the Contract matter concerning
Government of Maharashtra or with the agency that comes to the knowledge of the Vendor in connection with this contract
shall be deemed to be confidential and the Vendor shall be fully responsible for the same being kept confidential and held
in trust, as also for all consequences of its concerned personnel failing to do so. The Vendor shall ensure due secrecy of
information and data not intended for Public distribution.
4.7.2. The affidavit on the following format to that effect should be submitted along with Security Deposit on appropriate Non-
judicial Stamp Paper duly attested by Public Notary:-
“Certified that any information and data pertaining to the MPSC or any other agency involved in the Contract or matter
concerning Government of Maharashtra or with the agency that comes to the knowledge of the Vendor in connection with
this contract will be deemed to be confidential and I /we are fully responsible for the same being kept confidential and held
in trust, as also for all consequences of I / our personnel failing to do so. Also it is certified that I / we will maintain due
secrecy of information and data will not be intended for Public distribution.”

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 16 of 37
4.8 WARRANTEE
The Warrantee on the following format should be submitted along with Security Deposit which should be on appropriate Non-
judicial Stamp Paper duly attested by Public Notary:-
WARRANTEE FORM
M/s --------------------------having its registered office at herein after referred to as the vendor having carefully studied all the
documents, specifications, drawings, etc. pertaining to the Contract for works required for the completion of work of Providing
desired services as per the Scope of the Work at both the Offices of the MPSC and the local and site conditions and having
undertaken to execute the said works.
DO HEREBY WARRANT THAT:
(1) The vendor is familiar with all the requirements of the Contract.
(2) The vendor has investigated the site and satisfied himself regarding the character of the work and local
conditions that may affect the work or its performance.
(3) The vendor or is satisfied that the work can be performed and completed as required in the contract.
(4) The vendor has seen all risks directly or indirectly connected with the performance of the Contract.
(5) The vendor has no collusion with other Contractors, or with any other person to execute the said works
according to the terms and conditions of the said Contract.
(6) The vendor has not been influenced by any statement or promise of the MPSC or Officers of the MPSC but only
by the Contract documents.
(7) The vendor is financially solvent.
(8) The vendor is experienced and competent to perform the Contract to the satisfaction of the Tendering Authority.
(9) The statement submitted by the vendor is true.
(10) The vendor is familiar with all general and special Laws, Acts, Ordinances, Rules and Regulations of the
Municipalities, District, State and Central Government that may affect the work, its performance or personnel
employed therein.

DATE: FOR AND ON BEHALF OF THE CONTRACTOR

4.9 SPECIAL CONDITIONS TO THIS CONTRACT:-


4.9.1 It shall be deemed that the tenderer has got fully acquainted with the scope of the work, working and other prevalent
conditions and fluctuations thereto whether they actually visited the site/area or not and have taken all the above factors
into account while quoting his rates.
4.9.2. Police verification report & security clearance for all the staff is to be obtained before commencement of the work. The
Tendering Authority will have the right to ask for police verification from the Vendor at any point of time.
4.9.3. Vendors will have to make their own arrangement for supervision/vigilance on the activities of employees engaged by him
for the work inside the office of the Tendering Authority.
4.9.4 The Vendor will be responsible for any misconduct, theft / attempt of pilferage or misdemeanor on the part of Vendor’s
employees engaged in connection with the contract work. If the Vendor’s employee(s) is/are found to be involved in such
activities the Vendor will be held responsible for the same, and apart from penalty/penal action, Vendor will be liable for
administrative action including Blacklisting the Vendor for future Contracts.
4.9.5 The losses to Government properties, if any by contract labourers, will be recovered from the Vendor. The demurrages
charges/losses if any due to Vendor will be recovered from the Vendor. The Vendor will have to abide by the all security
instructions and requirements as necessary and intimated by tendering authority
4.10 REPORTING PROGRESS
4.10.1 Vendor shall monitor progress of all the activities specified in the contract and submit free of cost monthly progress report
about various aspects of the work to the tendering authority.
4.10.2 The vendor shall also make such Reports /Executive summary etc. available live to the tendering authority. The tendering
authority on mutual agreement between both parties may change the periodicity of such reports.
4.10.3 The Reports /Executive summary is required to be submitted in soft copy as well. Formats for such reporting shall be
discussed and finalized mutually.
4.10.4 The facilities / services, and/or labour to be provided by the vendor under the Contract and the manner and speed
of execution and maintenance of the work are to be conducted in a manner to the satisfaction of the representative
of the tendering authority in accordance with the Contract. If the rate of progress of the work, compliance to the
requirements of its facilities, or any part of them at any time fall behind the stipulated time for completion or is found
to be too slow to ensure completion of the works or insufficient for satisfactory operation of the services, the
representative of the tendering authority shall so notify the vendor in writing.
4.10.5 The vendor shall reply to the written notice giving details of the measures he proposes to take to expedite the
progress so as to complete the works by the prescribed time. The vendor shall not be entitled to any additional
payment for taking such steps. If at any time it should appear to the tendering authority or the representative of the
tendering authority that the actual progress of work does not conform to the approved programme, the vendor shall
produce at the request of the representative a revised programme showing the modification to the approved
programme necessary to ensure completion of the works within the time for completion or steps initiated to ensure
compliance/improvement to the stipulated requirements.
4.10.6 In case during the services, the progress falls behind schedule or does not meet the desired requirements, the
vendor shall deploy extra manpower, resources, infrastructure to make up the progress or to meet the requirements.
Programme for deployment of extra man power/ resources/ infrastructure will be submitted to the tendering authority
for its review and approval, which approval shall not be unreasonably withheld. All time and cost effect in this
respect shall be borne, by the vendor unless otherwise expressly provided in the Contract.
4.10.7. During the course of the work, if the vendor observes any major deficiencies, they should immediately bring such
observations, deficiencies, areas of improvement and suggestions for improvement to the notice of the concerned
persons. The vendor should also discuss with guide/help the staff of the tendering authority in implementation of the
critical and important suggestions.
4.11 HANDING OVER OF WORKS
4.11.1 The Vendor shall be bound to hand over the works executed under the contract complete in all respect to the
satisfaction of the Tendering Authority.
4.11.2 The Tendering Authority shall determine the date on which the work is considered to have been completed.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 17 of 37
4.11.3 The Tendering Authority shall determine from time to time, the date on which any particular section of the work
shall have been completed, and the Vendor shall be bound to observe any such determination of the Tendering
Authority.
4.12 COMMITTEE FOR SUPERVISION
4.12.1 The Tendering Authority will be at liberty to set up Committee of Officers to supervise all Services in all the areas
mentioned above.
4.12.2 The directions of such Committees with regard to all the general services, even if other than those mentioned in this
Tender, would be binding on the Vendor for compliance.
4.13 SUB - CONTRACT
4.13.1 The vendor shall not assign or subcontract the assignment or any part thereof to any other Vendor except with the
prior consent in writing of the Tendering Authority and provided the Commission shall have specifically approved
such other Vendor. The Commission may in its sole discretion and without assigning any reason refuse to give such
consent.
4.13.2 Subcontracting or consortium will not be allowed under any circumstances.
4.14 LEGAL JURISDICTION
All legal disputes are subject to the jurisdiction of Mumbai courts only.

******

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 18 of 37
CHAPTER-5
SCOPE OF WORK AND DETAILED TECHNICAL SPECIFICATIONS
5.1 BACKGROUND
5.1.1 ABOUT MPSC:
Maharashtra Public Service Commission (“MPSC” or “the Commission”) is an Autonomous Body constituted and set
up under Article 315 of the Constitution of India to discharge the duties and functions as assigned under Article 320 of the
Constitution. The Commission accordingly recommends suitable candidates for the various Government posts and advise
Government on various service matters like formulation of recruitment rules, on promotions, transfers and disciplinary
actions, etc. The Commission conducts recruitment process / examinations for appointment to the services of Government
of Maharashtra and other allied organizations like BMC, BEST, etc.
5.1.2 MAJOR FUNCTIONS:
5.1.2.1As assigned under Article 320 of the Constitution of India, MPSC has been entrusted with the following major functions:-
(1) To conduct examinations for appointments to the services of Government of Maharashtra and other allied
organizations.
(2) To advice the state Government on:
(a) Matters relating to methods of recruitment to the various services
(b) Suitability of candidates for appointment to the services through promotions, deputations and nominations and
transfers
(c) Disciplinary matters affecting Government servants;
(d) Claims for reimbursement of legal expenses incurred by Government servants while defending legal
proceedings instituted against them for acts done or purporting to be done in the execution of their duties.
(e) Claims for award of injury/family pension to Government servants and;
(f) Any other matter referred to them by the Governor;
[Link] In addition, in the State of Maharashtra, the Commission also deals with the following matters:
(1) Under Section 80-B of the Mumbai Municipal Corporation Act, the Commission have been entrusted with the
responsibility of advising –
(a) The Municipal Corporation of Greater Mumbai regarding appointments to posts under the control of
Corporation, which are equivalent to or higher than the post Executive Engineer. And;
(b) The Mumbai Electric Supply and Transport undertaking regarding appointments to posts in Grade – A – II.
(2) To hold departmental examinations for certain Government Departments for employees of their Departments and
advice government regarding other matters pertaining to the examinations.
[Link] The recruitment may consist of the following methods:-
(1)Preliminary and Main examination.
(2) Preliminary and Main examination + Physical Test.
(3) Preliminary and Main examination + Physical Test and Interview.
(4) Written Test followed by Interview.
(5)Only Written Test.
(6)Selection through Interview.
[Link] On an average MPSC annually recruits for 3000 to 5000 posts for various Government Departments. The details of
examinations conducted in previous year with the number of applications received are as followed:-
Description 2016 2017 2018
Number of applications
9,10,660
received 7,73,552 16,92,535
Number of candidates for
2,845
which interview conducted 4,765 3,707
Number of candidates for
which physical Test 3,002
3,183 2,312
conducted

[Link] The details about the activities of the Commission, published notification, examinationsconducted and other relevant
information may be obtained from MPSC portal viz. [Link].
[Link] The examinations will be normally conducted at all District Centers throughout Maharashtra depending upon the
number of candidates for the respective examination. The examination is normally conducted at Colleges/Educational
Institutes/Schools in the respective cities. Following is the statistical information based on the present scenario which
may vary as per the requirement:-
(1) The Number of Districts including Mumbai/Mumbai Suburban-36
(2) The approximate number of Examinations in a single year- 10
(3) The maximum number of Venues in Maharashtra for a single Examination – 1200
(4) The number of sub centres for a single examination in a district- 1 to 150
(5) The maximum number of rooms for a single Examination- 15,000
(6) The maximum number of rooms for one District will be 1900
(7) The number of maximum candidates at one Venue- 504
(8) The approximate number of candidates in one Room- 24
(9) The number of days for Examinations - 1 to 3 for written exam
(10) For Physical Test and/or Interview as per the schedule of the MPSC.
5.1.2.7Number of candidates, sub-centres, etc. given hereinabove is dependent on the number of applied candidates for the
concerned examination. The volume may be increased or decreased as per the requirement of the Tendering
Authority.
5.1.3 GEOGRAPHICAL SPREAD:
(1) For Administrative purposes Office of the MPSC is situated at two places viz. 51/2 th, 7th and 8th Floor, Cooperage
Telephone Exchange Bldg., Maharshi Karve Road, Mumbai-400021 and Bank of India Bldg., 3rd floor, M. G. Road, Fort,
Mumbai–400001.
(2) It is proposed to shift entire office of the MPSC to Belapur CBD,Navi Mumbai in future.
(3) The Vendor/Contractor has to make arrangement for the services under this contract at all the offices of the tendering
authority as and when required.
5.1.4 Various Wings of MPSC
[Link] The summary given below is in accordance to the Wings/Branches or groups of Wings/Branches under each
of the Joint/Deputy Secretary at present.
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019
[Link] 19 of 37
[Link] Pre - Examination Wing
(1) The Pre-Examination work for Competitive Examinations is done by this Wing like receiving requisition of
post from the Government of Maharashtra, Publishing advertisement in newspapers, receiving
application from candidates, generation various statistical reports like number of candidates appeared,
category wise & subject wise information, logistics management for examination stationary,
correspondence with District Collectors and other Institutes for fixation of venues, etc.
(2) Some of the competitive Examinations have a two-step format i.e. Preliminary Examination followed by
the Main Examination. Candidates who have successfully cleared the preliminary exam are eligible for
appearing for the Main Examination. For main Examination, a similar process is followed. But the
process is only initiated after the publication of the results of the Preliminary Examination.
[Link] Post Examination Wing
(1) The Post Examination Wing handles the various activities to be performed, post the conduction of
Examination like receiving answer papers after Examination, Scanning of Answer papers, coding of the
answer papers, preparation and publication of results, conducting interviews, co-ordination with other
Wings/Branches and desks like the Confidential Wing and the IT Branch regarding evaluation of the
answer papers, etc.
(2) The Post Examination Wing (through the Departmental Examination Branch) also manages the
conduction of Departmental Examinations for the Government of Maharashtra. Departmental
Examinations are held 4 times in a year, namely in January, April, July and October. Same Examinations
are held in January & July and April & October.
[Link] Establishment Wing
The Establishment Branch handles various establishment related activities like internal transfer, trainings,
employee attendance management, handling of ACR etc.
[Link] Account and IT Wing
(1) The Accounts Branch handles the financial aspects of the Commission like budgeting, maintaining books
of account, interfacing with Treasury, Salary of the employees, etc.
(2) IT branch handles Information Technology related activities, inventory of hardware, Scanning and
Processing of answersheets, preparation of results, maintenance of website, etc.
[Link] Confidential Wing
The Confidential Wing handles all the confidential information relating to Examination.
[Link] Direct Recruitment Wing
This Wing deals with publishing of advertisement, scrutinizing applications, conducting Interviews as per
schedule and recommending suitable candidates to the various Government (Technical, Medical, Higher and
School Education, Judicial, PWD, BMC, Health Dept., Sales Tax, Town Planning, Agriculture, Home
Department, Revenue, and other related Departments) posts.
[Link] Recruitment and Departmental Enquiry Wing
This Branch manages and maintains various appointments (service related) related matters pertaining to
employees of the Government of Maharashtra like Promotion, Disciplinary Action, etc. including advising the
Government of Maharashtra on similar matters.
[Link] Law Wing
This wing/branch handles the court cases against the Commission in various courts.
5.2 Scope of the Work
5.2.1 The MPSC requires the cost effective services from the reputed, well established and financially sound manpower
service provider/vendor to provide manpower services for MPSC.
5.2.2 The successful bidder, upon award of contract has to provide/deploy resources with essential qualification and
experience mentioned against them as and when required purely on daily wages or on piece rate basis. The details
of manpower/resource personnel required is as follows:-
Duties and Responsibilities Tentative
Sr. Position Essential Qualification Experience
requirement
No. Required
(5) of Personnel
(1) (2) (3) (4)
(6)
To attend all work assigned
(1) Any Graduate which may include all official
(2) Knowledge of Marathi and clerical work like typing,
and English Typing dictation, maintenance of
Junior Office (3) Excellent working Minimum 1 year accounts, records manually as
1 10
Assistant knowledge of Micro Soft well as on software as per
Excel, MS Word, MS requirement, scrutiny of
Office, Windows XP, documents, file maintenance,
networking and internet etc. and any other duty as and
when assigned.
(1) Any Graduate (1) Marathi and English typing
(2) Must have typing speed of official work
(Marathi and English) of (2) To keep and maintain the
minimum 30 WPM proper records, register
2 Clerk-Typist 6 months 15
(3) Well conversant with and any other duty as and
computers, essentially when assigned.
(4) Trained in MS word and
MS Excel.
(1) Attend phone calls and
provide necessary information
(1) 1-2 years in relevant to the Candidate’s community
field. and other interested
Receptionist/Front (2) Should be well organization.
Desk Management (1) Graduate with Diploma
conversant in English (2) To look after the counseling
3 Staff in relevant field. 1
and Marathi of MPSC related matters
languages. (3) Any other task assigned to
(3) Knowledge of them from time to time.
computer operation. (4) Basic Computer handling
and any other duty as and
when required.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 20 of 37
To attend all work assigned
(1) Graduate in any
which may include all official
discipline
and clerical work like typing,
Stenographer- (2) Proficiency in Marathi
4 6 months dictation, maintenance of 5
Marathi stenography and
accounts records, file
computer application in
maintenance and any other
M.S. Office
duty as and when assigned.
Experience of Driving of Light Motor Vehicles
3 years of Driving as per requirement.
5 Driver SSC+ LMV License Holder 5
various types of cars /
LMVs
(1) 1 years in relevant (1) Preparation of Vouchers/Bills,
field. maintenance of Journal
(2) Should be well books/records, etc.
conversant in English (2) Entry in financial accounting
6 Junior Accountant Graduate in Commerce and Marathi software if needed and any 1
languages. other duty as and when
(3) Knowledge of assigned.
Financial Accounting
Software.
(1) 1-2 years in relevant To keep and maintain the
field. proper records of library books,
(2) Should be well magazine, journals,
conversant in English newspaper, issue and receive
7 Library Assistant B. Lib/Diploma in Library Sc. 1
and Marathi register and any other duty as
languages. and when assigned.
(3) Knowledge of
computer operation.
The works to be dealt with by
this support service will be
related to mainly Security &
Network Support as detailed
below:
(1) Manage the router and L3,
L2 switches
(2) Manage vLan and inter
vLan Routing, Switch port
mapping.
(3) Trouble shooting of end
point devices: Desktops,
Laptops, Printers/MFD,
Scanner,
8 Networking Diploma in IT/Computer Minimum 2 years (4) Operating System
1
Support Engineer Science experience. installation, Hardware and
software troubleshooting
(5) Receive assets and ensure
delivery to correct locations
(6) Java and window updates
check, manage outlook
express and NIC mails,
Printer Installation
(7) Recover Encrypt and
Decrypt data, Single sign in,
Virus scan enterprises
(8) Agent handler, Check user
Policies and network
security

(1) Attend to officer/staff


whenever they are called for.
(2) Maintain the office/guard file
under the guidance of the
dealing employees.
(3) Up keep the furniture and
fixtures of the office
(4) Provide drinking water and
(1) Experience in beverages to the
relevant field is staff/guests.
desirable (5) Any other task assigned to
Minimum Class VIII Passed,
9 Office Attendant (2) Should be able to them by the officers/staffs 25
Matriculation preferred.
understand Marathi from time to time
language. (6) To maintain normal duty
hours and any other duty as
and when assigned.
(7) Lifting of Parcels, equipment,
etc. for shifting to other
department/places.
(8) Dusting of books/files
stacked in stores, sections,
departments.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 21 of 37
(9) Movement of files, wooden
and steel furniture from one
section/building to another
as per requirement as well
as per situation /necessity.
(10) Cleaning of Office
premises.
(1) Experience in (1) Up keep the office premises
relevant field is neat and clean including
desirable lavatory and any other duty
Should be able to read and
10 Cleaner/Sweeper (2) Should be able to as and when assigned. 3
wrote
understand Marathi (2) Any other duty as and when
language. assigned.

(1) Loading and unloading of


sensitive/Confidential material
(2) Lifting of
Parcels/material/equipment, etc
for shifting to other
11 Hamal -- -- departments/places
10
(3) Movement of files, wooden
steel furniture from one place to
another as per requirement as
well as per situation/necessity.
5.2.3 The tentative requirements, based on past experience are shown herein above. The Tendering Authority shall have
the right to increase or decrease the requirement of Manpower personnel as per exigencies without any change in
terms & conditions.
5.2.4 The generic and specialised qualifications and work experience for personnel as required by MPSC from time to time
is given hereinabove. However, exact qualifications may also be prescribed while placing requirement of actual
positions from time to time.
5.2.5 The educational qualifications can be relaxed with approval of The tendering authority in case the candidate is well
experienced.
5.2.6 The manpower may be required for above positions. However, in some cases qualifications, experiences, and skills
may differ and will be communicated from time to time.
5.2.7 The Vendor will have to provide the required manpower for a shorter period also, in case of any exigencies as per the
requirement.
5.2.8 MPSC conducts a number of Examinations, Physical Tests and Interviews during a year. For smooth conduct of
Examination, Physical Test and Interviews at various places in Maharashtra, MPSC requires the Services of various
staff.
5.2.9 The examinations normally be conducted on Sundays. Accordingly, the vendor has to make available required type
and number of staff at respective places as and when required.
5.2.10 The required deployed manpower shall ordinarily be placed at Mumbai. However depending upon the exigencies per
requirement, the Vendor will have to provide manpower for working anywhere in Maharashtra.
5.2.11 The office of the tendering authority is situated at two places viz. 51/2 th, 7th and 8th Floor, Cooperage Telephone
Exchange Bldg., Maharshi Karve Road, Mumbai-400021 and Bank of India Bldg., 3rd floor, M. G. Road, Fort, Mumbai
[Link] activities/services to be provide shall be handled at both places. For loading and unloading of the
material the Vendor has to make arrangement considering the building structure at both places. Lift facility may not
be available for loading and unloading of the material. It is assumed that the bidder/vendor has considered building
design/structure of both offices before submitting the rates.
5.2.12 It must be understood and agreed that all factors have properly been investigated and considered while submitting
the Bid. Lack of understanding of local conditions and laws/regulations outlined hereinabove and specified elsewhere
in the specification, will not be entertained as a reason for any adjustment of price / or for extension of time of
completion of the Works under the Contract.
5.2.13 Selection of Candidates
The selection of resources for given posts would be carried out in following way:-
(1) The number of Resumes to be submitted to the MPSC shall be minimum three times and preferable five times of
the number of requirements for that post.
(2) Before submitting the resumes to MPSC the Vendor shall carry out a preliminary skill test of the candidates
proposed for deployment alongwith a certificate to this effect also.
(3) Candidates would be shortlisted on basis of biodata by a committee
(4) Interviews would be held with the shortlisted candidates to choose the best candidates
(5) MPSC can at any point of time during the selection process terminate the process without assigning any reason
for the same.
(6) MPSC shall be under no obligation to accept the best candidate after the interviews and shall be entitled to reject
any or all candidates.
(7) The only personnel acceptable to the tendering authority should be deployed for the desired services.
(8) The personnel deployed will be initially kept on trial basis for one month and if his services are found satisfactory
on the basis of work/output, he will be continued or else the vendor will have to change him and provide
replacement;
(9) Once a person has been approved after trial, he will not be changed under any circumstances without written
permission of the tendering authority.
(10) The manpower will have to be deployed within 15 days of award of contract. Whenever additional manpower is
required such additional manpower within seven days of intimation of such requirement should be made available.
5.2.14 PROJECT MANAGER
(1) The vendor shall ensure that at all times during the currency of the contract a Project Manager, acceptable to the
tendering authority, shall take charge of the performance of the contract.
(2) The Project Manager shall have requisite competent qualification, proficiency in Marathi and desired experience of
minimum 2 years. The Project Manager should have worked with the Bidder for minimum a period of 1 year.
(3) The vendor may replace Project Manager with the prior approval of the Tendering Authority. But in no case such
replacement shall hamper the obligations to be performed by the vendor. The decision of the tendering authority in
this regard will be final.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 22 of 37
(4) Project Manager shall be responsible for managing the activities of its personnel and any subcontracted
personnel.
(5) Additional payment of any kind will not be made to the Project Manager.
5.2.15 Traveling Allowances
(1) For services rendered outside Mumbai/Thane/Navi Mumbai area ,the vendor shall pay Traveling and Daily
Allowances for any traveling or outstation stay of the deployed manpower as may be required and approved by
appropriate authority of MPSC, as per rates prescribed by Government of Maharashtra from time to time for
Group C and Group D Employees.
(2) The Traveling/Daily Allowances, paid by vendor will be reimbursed by MPSC on submission of proof alongwith
regular monthly bills.
(3) The arrangement for residential accommodation for outstation stay of the deployed manpower will be made by
MPSC alongwith regular staff of MPSC.
(4) The vendor will have to pay consolidated wages only at the rates as accepted offer and Traveling
Allowances/Daily Allowances will be paid as per above rates. Under any circumstances no deviation or deduction
shall be allowed or accepted.
5.3 Liabilities, Control, etc. on the Manpower Deployed
5.3.1 The Vendor shall ensure that the individual manpower deployed conforms to technical specifications, educational
and skill qualifications, job requirements prescribed, or as communicated from time to time.
5.3.2 The Vendor shall be responsible for any act of indiscipline on the part of manpower/ persons deployed by them.
5.3.3 The Vendor shall be responsible for proper conduct of their manpower/ personnel deployed in MPSC office
premises or anywhere else. In case of any damage/ loss/theft etc. to the property of MPSC which is caused by the
personnel deployed, the vendor will be liable to compensate such loss on the basis of the value of the property as
determined by MPSC, and the same could be recovered from the performance guarantee/ monthly payments due
to the Vendor.
5.3.4 The vendor shall provide the required number of manpower/ personnel within a period of 15 days from the date of
the contract, and thereafter within 7 days of demand from time to time. Failure to comply with the same or found
deficient in service shall invite penalty of Rs. 500/- per day/per manpower and /or forfeiture of the security deposit
and legal proceeding for the omission/deficiencies in service. If the incidence of penalty occurs more than five
times, then the process of higher penalty and / or termination, as per relevant clause herein may be initiated.
5.3.5 The tendering authority may require to remove from the site of work, any person or persons, employed by the
Vendor, who may be incompetent or for his/her/their misconduct and the Vendor shall forthwith comply with such
requirements. The Vendor shall replace immediately any of its personnel, if they are unacceptable to the
Commission because of security risk, incompetence, conflict of interest and breach of confidentiality or improper
conduct upon receiving, written notice from office or otherwise.
5.3.6 The manpower/personnel deployed shall not be changed in any circumstances without prior permission of MPSC.
5.3.7 The manpower/personnel deployed for MPSC shall not claim nor shall be entitled to any pay, perks and other
facilities admissible to regular/confirmed employees of MPSC during the currency or after expiry of the contract.
5.3.8 . The vendor shall provide a substitute well in advance if there is any probability of the manpower/personnel leaving
the job due to his/her own personal reasons or if there is a long leave required. The payment in respect of the
overlapping period of the substitute shall be the responsibility of the vendor.
5.3.9 All Services shall be performed by persons qualified and skilled in performing such services.
5.3.10 The Vendor must train manpower/personnel to be deployed in mannerism / behaviour. The Vendor's personnel
working should be polite, cordial, positive and efficient, while handling the assigned work and their actions and they
should promote goodwill and enhance the image of the MPSC. In case, the person employed by the successful
Vendor commits any act of omission/commission that amounts to misconduct/ indiscipline/ incompetence, the
successful Vendor will be liable to take appropriate disciplinary action against such persons, including their removal
from site of work, and / or such action as directed by MPSC.
5.3.11 The Vendor’s personnel shall not divulge or disclose to any person, any details of office, operational process,
technical know-how, security arrangements and administrative / organizational matters as all are of
confidential/secret nature.
5.3.12 The Vendor shall ensure proper dress code and decency in the persons deployed, conduct in office premises and
enforce prohibition of consumption of alcoholic drinks, pan, gutka, tobacco, smoking, loitering without work.
5.3.13 The Vendor shall be available at all times and message sent by email/Fax/SMS/Special Messenger from MPSC to
the vendor shall be acknowledged immediately on receipt on the same day.
5.3.14 The Vendor shall ensure that the personnel deployed are medically fit and will keep in record a certificate of their
medical fitness. The Vendor shall withdraw such manpower who are found medically unfit immediately on receipt of
such a request.
5.3.15 The Vendor shall provide Photo Identity Cards to the deployed manpower. These identity cards must be constantly
displayed while on work.
5.3.16 The deployed manpower shall have to be punctual in attendance and follow all rules and regulations. He/ She has
to record attendance on every entry in and exit from MPSC premises on biometric attendance machine. Vendor
shall maintain computerized attendance registers for manpower placed for MPSC The Vendor should provide
biometric attendance machine having facility of face identification as well as thumb impression on its own cost.
5.3.17 The Vendor shall furnish the following documents in respect of the manpower/personnel to be deployed in MPSC
before the commencement of work; and from time to time.
(1) List of manpower/personnel shortlisted by Vendor for deployment containing full details;
(2) Detailed bio-data of manpower/personnel to be deployed in MPSC in prescribed format.
(3 ) Certificate of verification of antecedents of persons by local police authority.
5.3.18 The Vendor shall maintain a computerized daily attendance register including the number and names of the
manpower engaged in MPSC office for works as per scope of the contract. Also Vendor shall maintain a complaint
book, which should be made available as and when required.
5.3.19 The Vendor shall be responsible for all injuries and accidents to manpower deployed by him. The manpower shall
be insured against personal accidents arising out of and during the course of their duties. In the event of injury,
illness or accidents to any manpower, MPSC will not be liable to pay any compensation. The insurance cover shall
include the liability under the Workmen's Compensation Act which will be the responsibility of Vendor.
5.4 Legal Compliances
5.4.1 The Vendor shall comply with all acts, laws or other statutory rules, regulations, bylaws applicable or which might
become applicable with regard to the performance of the work included herein or touching this contract but not,
limited to Minimum Wages Act, 1948, Contract Labour (Regulation & Abolition Act), Industrial Disputes Act, 1947,
Workers Compensation Act, 1954, P.F., Misc. Provision Act and other applicable Acts, Rules and Regulations etc.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 23 of 37
5.4.2 The Vendor will be responsible for compliance and strict adherence of all statutory provisions relating to Minimum
Wages, Provident Fund, Employees State Insurance etc. in respect of the persons deployed by it at and for MPSC.
5.4.3 The Vendor should make adequate enquiries about the character and antecedents of the manpower/personnel
whom they are short listing. The character and antecedents of each personnel will be got verified by the vendor
before their deployment. The vendor should collect proofs of identity like AADHAR Card, Driving License, PAN
Card, Voter ID, Passport, bank account details, previous work experience, proof of residence, recent photograph,
copy of application for police verification, and a certification to this effect will be submitted to MPSC. The Vendor
should submit the relevant documents for verification to the police authorities within one month of the deployment of
manpower and ensure to submit police verification report within 3 months after deployment of manpower.
5.4.4 The Vendor shall also be liable for depositing all taxes, levies, Cess etc. on account of service rendered by it to
MPSC to concerned tax collection authorities from time to time as per rules and regulations on the matter. In case,
the Vendor fails to comply with any statutory/taxation liability under appropriate law, and as a result thereof the
MPSC is put to any loss/obligation, monetary or otherwise, the MPSC will deduct the same from the monthly bills
and or the Performance Security Deposit of the vendor, to the extent of the loss or obligation in monetary terms.
5.4.5 The Vendor shall maintain all Statutory Registers under the Law. The vendor shall produce the same, on demand, to
the concerned authority of the MPSC or any concerned authority under the law.
5.4.6 The Tax Deduction at Source (T.D.S.) shall be deducted as per the provisions of Income Tax Department, as
amended from time to time and a certificate to this effect shall be provided to the vendor by MPSC.
5.4.7 The Vendor will accept full and exclusive liability for all the payments to be made by it to its staff in accordance with
the laws of the land including any statutory obligations under the law imposed by the Central Government / State
Government / Any other statutory bodies. Any new statutory liability / levy imposed after the commencement of
contract will be borne / compensated by the Vendor.
5.4.8 The Vendor shall be solely responsible for the redressal of grievances or resolution of disputes relating to manpower
deployed. MPSC shall, in no way, be responsible for settlement of such issues whatsoever.
5.4.9 For all intents and purposes, the Vendor shall be the "Employer" within the meaning of different Rules & Acts in
respect of manpower so deployed. The manpower deployed by the Vendor shall not have any claim whatsoever
like employer and employee relationship with or against the MPSC.
5.5 Payment to the vendor for the Deployment of Manpower
5.5.1 After selection of the “outsourcing agency” as Contractor/Vendor, a price schedule shall be annexed to the
Articles of Agreement/Contract Form according to which all payments shall be made for the services rendered.
5.5.2 After signing of the agreement, the vendor shall deploy the competent manpower at the required office of the
tendering authority or any other site mentioned by the tendering authority. On rendering his/her services every
month, the vendor shall pay the wages/salaries to the manpower resource by mode of e-payment directly in the
account of the manpower resource. At the time of raising any invoice, the details of the previous month’s
payments done along with the reference to transaction details of RTGS/NEFT shall be attached with the invoices.
The vendor has to raise invoice with all supporting documents.
5.5.3 The vendor should make the payment to the deployed manpower through NEFT/ RTGS Bank transfer only. All
payment made to the manpower resources deployed shall be mandated through bank account of the personnel.
5.5.4 The vendor shall be wholly and exclusively responsible for payment of wages to the persons engaged by it in
compliance of the statutory obligation under all related legislations as applicable to it from time to time including
Minimum Wages Act, Contract Labour, Provident Fund, ESIS, Gratuity, Bonus, leave & Professional Tax etc.
Tendering Authority shall not incur any liability for any expenditure whatsoever on the manpower resources
deployed by the vendor on account of the obligation. The vendor shall be required to provide particulars of
documentary proof/papers deposited to the respective statutory bodies/Government departments, i.e.,
Employees State Insurance, Provident Fund and Service Tax of its manpower resources deployed under the
agreement while submission of invoice.
5.5.5 The vendor shall pay the deployed manpower resources as per the latest revised rates of wages fixed by the
“Government” along with all statutory obligations. The Actual rates of wages for the manpower resources shall be
fixed at the time of the execution of the agreement with the vendor with the approval of the Government and the
wage rates so decided should fulfill all statutory norms issued by Government for example Wages Act; Minimum
Wages Act; Employer’s Liability Act; The Workmen Compensation Act; Industrial Dispute Act; Maternity Benefit Act.
5.5.6. The vendor shall ensure that the wages/salaries of the manpower resources deployed to the tendering authority
are released latest by dated 5th of every month, irrespective of receipt of payment from the tendering authority .
5.5.7. The variation in statutory compliances such as minimum wages, EPF, ESIS etc. will be considered on production
of the documentary evidences by the vendor and upon approval of the tendering authority .
5.5.8. The vendor shall issue his / her Company’s salary slip to all manpower resources deployed at tendering authority’s
office on monthly basis. It shall be vendor’s duty to pay monthly salary and other dues as applicable directly into
manpower resources bank account. The leaves preapproved by concerned authority of the tendering authority
shall be allowed to the deployed manpower as per the prevailing statutory provisions. No wage / remuneration
shall be paid to any manpower resources for the days of unauthorized absence from duty.
5.5.9. The manpower resource deployed by vendor under the agreement shall not claim nor shall be entitled for any
perks and other facilities admissible to permanent employees of the tendering authority during or after contractual
period. These manpower resources shall not have right to demand for any type of permanent employment with
the tendering authority . These manpower resources shall not claim any benefit / compensation / absorption/
regularization of services with tendering authority .
5.5.10. The vendor shall comply with all the applicable Law and Rules of the Government of India, Government of
Maharashtra and the Local Bodies. The vendor should at all times indemnify the tendering authority against all
claims, damages and compensations against the provision of Payment of Wages Act; Minimum Wages Act;
Employer’s Liability Act; The Workmen Compensation Act; Industrial Dispute Act; Maternity Benefit Act; or any
modification thereof or any other law relating thereto and rules made hereunder from time to time. The tendering
authority will not own any responsibility in this regard. Any failure to comply with any of the above regulation or
any deficiency in service will render this contract liable for immediate termination without any prior notice.
5.5.11 In case MPSC receives any complaints regarding non-payment of wages to the manpower deployed in MPSC,
the amount payable to the deployed manpower will be recovered from the bills of Vendor and will be paid to such
manpower.
5.5.12 The first consolidated pay of the deployed manpower/personnel will be released only after submission of
documents for police verification to the police authorities. The Agency has to submit police verification report
within three months of deployment of the person, failing which bills of the Agency will not be processed and paid.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 24 of 37
5.6 General Terms & Conditions
5.6.1 All services shall be performed by persons qualified and skilled in performing such services as per the eligibility
criteria indicated for each category. .
5.6.2 The Vendor shall provide suitable uniforms consisting of Shoes, Dress, etc. Such Employees without complete
uniform will be treated as absent.
5.6.3 In case of leave of the employees, their applications should firstly be forwarded by the Vendor (either by written
letter or by e-mail or by FAX) and then it will be considered suitably by the competent authority of tendering
authority.
5.6.4 The personnel of the Vendor shall not join any labour union or resort to strikes or demonstrations or any other
agitation of this nature. The personnel shall neither directly or indirectly join not assist any commotion of civil
nature and they will render their sincere services during any kind of natural calamities to their best extent. The
personnel must not in any way act against interest of MPSC.
5.6.5 As Marathi is Official Language of the Government of Maharashtra, the Vendor has to appoint personnel having
proficiency with Marathi language only.
5.6.6 The staff provided by the vendor will perform their duties in accordance with the instructions given by the officers
of the Tendering Authority from time to time.
5.6.7 At no time there be more than 10% of the provided manpower on leave or absent from the duty. In case of long
term absence due to sickness, leave etc, the Vendor shall insure replacements and manning of all manpower
posts without any additional liabilities to the Tendering Authority.
5.6.8 Vendor or his responsible representative should periodically visit the premises and ensure that the services
desired as per scope of the works are up to the mark and should also interact with tendering authority to
ascertain the position from time to time.
5.6.9 The Vendor has to return all the material, reports, and equipments if provided by the Tendering Authority in good
condition after the completion/termination of the work assigned failing which the Tendering Authority shall recover
the cost of the same from any sums payable to the Vendor or from the performance security.
5.6.10 The proposed services shall be normally manned from 9.45 a.m. to 5.30 p.m. during working days including half
an hour lunch break in between which will be as per the requirement throughout the year as decided by the
Tendering Authority depending upon necessity of the work/services. The Office of the Tendering Authority will
remain closed on all Sundays, Second and Fourth Saturdays of every month and on all public holidays declared
by Government of Maharashtra. However, in exigencies or work, they may be required to sit late and the
personnel may be called on Sunday and other gazette holidays, if required for which no additional Cost/Payment
would be payable.
5.6.11 None of the employees of the Vendor shall enter into any kind of private work within or outside the campus of the
Tendering Authority.
5.6.12 Use of mobile phones, pen drives, CDs, DVDs, any other electronic devices is banned in the premises of the
tendering authority.
5.6.13 Any data, reports, papers, etc should not be carried out without written permission of the tendering authority
outside the premises. Also, any outside data, softwares, etc should not be brought in the office of the tendering
authority without written permission.
5.6.14 The Vendor should provide 24x7 telephone supports, if required. The Owner / Vendor should be available on his
own direct telephone (Office as well as Residence) and also on mobile phone so as to call in emergency case.
All the contact numbers should be invariably given.
5.6.15 The entire responsibility of the outsourced person regarding his leave, pay, medical etc. will be on the vendor.
The vendor will be solely responsible for the deployment of person who will be working for and on behalf of the
vendor and would be on the vendor’s roll irrespective of their attendance being taken by the tendering authority.
5.6.16 The personnel deployed shall not claim any benefit / compensation / absorption / regularization of services from /
in this Commission under the provision of Industrial Disputes Act, 1947 or Contract Labour (Regulation &
Abolition) Act, 1970. Undertaking from the persons to this effect shall be required to be submitted by the Vendor
to the tendering authority.
5.6.17 That the persons deputed shall not be below the age of 18 years or above the age of 45 years and they shall not
interfere with the duties of the employees of the tendering authority.
5.6.18 The Vendor will provide the required personnel for a shorter period also, in case of any exigencies as per the
requirement of the tendering authority.
5.6.19 The Vendor shall bear all expenses regarding uniforms, preparation of their Identity card, compensations, wages
and allowances (DA), PF, ESI, Bonus and Gratuity as applicable relating to personnel engaged by him and abide
5.6.20 The Vendor shall arrange to maintain the daily attendance record of the personnel deployed by him showing
their arrival and departure time. This attendance record to be submitted every week to the tendering authority
with an attested photocopy of the attendance record of the personnel to which it pertains. The attendance record
shall be produced for verification on demand at any other point of time.
5.6.21 If at any point of time it come to the notice of the tendering authority that the contract personnel deployed are
different from the list provided (with attested photographs), tendering authority will be well within its right to
impose penalty not exceeding five times the wages payable to vender for each such personnel identified
5.6.22 The Vendor shall be bound to perform the assigned jobs even though the same may not have been included in
the schedule of services. The charges for the extra services not mentioned in the scope of work should be settled
mutually.
5.6.23 The Vendor shall supply trained manpower for the duties. It shall also undertake at its expense and to the
satisfaction of the tendering authority, a continual updating of skills and procedures followed by the Manpower
staff. For this purpose the Vendor shall organize suitable training camps for its cadres from time to time.
5.6.24 The transportation, food, medical and other statutory requirements in respect of each personnel deployed shall
be the responsibility of the vendor Travel, boarding and lodging of the vendor’s team on their visits to the various
destinations would not be paid by the tendering authority.
5.6.25 The persons deputed to the premises of the tendering authority shall be available in the said premises for
the work entrusted to them and no persons shall remain in the said premises after the working hours or as per the
instructions of concerned authority.
5.6.26 The vendor shall ensure that all his personnel, while in the premises of the tendering authority, comply with the
tendering authority’s rules and regulations regarding safety, security, discipline and good conduct formulated by
MPSC.
5.6.27 The terms and conditions stated above are not exhaustive. All the terms and conditions stipulated in the standard
terms and conditions for works also form part of the tender conditions and the tenderers are bound to accept the
same. If any condition appearing above contradicts the standard terms and conditions for works, the above said
conditions will super cede the standard conditions.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 25 of 37
5.7 PROJECT CHANGE MANAGEMENT
5.7.1 The proposed methodology to manage change in the scope, manpower and schedule during the course of the
project must be described in detail in the bid.
5.7.2 It should be possible to take up scope, manpower and schedule changes at the earliest possible time during the
project in a planned manner.
5.8 PROBLEM ESCALATION
Problem escalation mechanism should be detailed in technical bid. The escalation should cover each level of the
organization up to the level of the CEO of the organization.
5.9 EXIT MANAGEMENT PLAN
5.9.1. Vendor shall provide the tendering authority with a recommended exit management plan ("Exit Management
Plan") which shall deal with at least the following aspects of exit management in relation to the Project
Implementation, the Operation and Management and Scope of work definition:-
(1) A detailed program of the transfer process that could be used in conjunction with a replacement Successful
Vendor including details of the means to be used to ensure continuing provision of the services throughout the
transfer process or until the cessation of the services and of the management structure to be used during the
transfer;
(2) Plans for the communication with such of the Vendor, staff, suppliers, customers and any related third party as
are necessary to avoid any material detrimental impact on Project’s operations as a result of undertaking the
transfer;
(3) Plans for provision of contingent support to Services and Replacement of Vendor for a reasonable period
(minimum one month) after transfer.
5.9.2. Vendor shall re-draft the Exit Management Plan annually thereafter to ensure that it is kept relevant and up to
date, in case the contract is extended.
5.9.3. Each Exit Management Plan shall be presented for approval to the tendering authority.
5.9.4. The terms of payment as stated in the Terms of Payment Schedule include the costs complying with its
obligations under this Schedule.
5.9.5 In the event of termination each Party shall comply with the Exit Management Plan.
5.9.6 During the exit management period, the Vendor shall use his best efforts to deliver the services.
5.9.7 This Exit Management plan shall be furnished in writing to the tendering authority within 15 days from the receipt
of notice of termination or one month prior to the expiry of Agreement.

******

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 26 of 37
ANNEXURE-1
TENDER OFFER FORM (TOF)
Date: _________

Tender Reference No.:

To
The Secretary,
Maharashtra Public Service Commission,
½
5 , 7th and 8thFloor,Cooperage Telephone Nigam Building,
MaharshiKarve Road, Cooperage,
Mumbai – 400 021.

SUBJECT: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER PROCESS FOR PROVIDING MANPOWER SERVICES
.
Having examined the tender documents including all Annexures the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to work as Vendor as mentioned in the Scope of the work as required by Secretary, M.P.S.C. in
conformity with the said tender documents.
I/We declare that we are an established vendor in the area of ---------------- under the name and style
of…………………………………………………………………………………………………
I/We declare that we are equipped with adequate machinery/technology for providing the services as per the
parameters laid down in the Tender Document and we are prepared for live demonstration of our capability and preparedness
before the representatives of the MPSC office.
I/ We undertake that the Prices are in conformity with the specifications prescribed. The quote is inclusive of all costs
likely to be incurred for executing this work.
I/ we undertake, in the event of acceptance of our bid, the services shall be provided as stipulated in the schedule to
the Bid Document and that we shall perform all the incidental services.
If our Bid is accepted we shall submit the Performance Guarantee of bank as per the requirement at the time of
signing of Agreement in the Form prescribed by the Tendering Authority.
I / We agree to abide by this Bid for the 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 expiry of that period.
Until a formal contract is prepared and executed, this Bid offers, together with your written acceptance thereof and
your notification of award shall constitute a binding contract between us.
We understand that you are not bound to accept the lowest or any offer you may receive.
We agree to the terms and conditions mentioned in the Tender Document.
Dated this ____ day of ________________Signature: ________________________________
(In the Capacity of :) ____________________________
Duly authorized to sign the tender offer for and on behalf of
………….

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 27 of 37
ANNEXURE-2
BIDDER'S AUTHORISATION CERTIFICATE
To,

The Secretary,
Maharashtra Public Service Commission,
½
5 , 7th and 8th Floor, Cooperage Telephone Nigam Building,
MaharshiKarve Road, Cooperage,
Mumbai – 400 021.

< Bidder's Name>---------------------------------------< Designation>-----------------------------------


is hereby authorised to sign relevant documents on behalf of the Company in dealing with Tender of reference <Tender No.
and Date > ----------------------------------------. He is also authorised to attend meetings and submit Technical and Commercial
information as may be required by you in the course of processing above said tender.
Thanking you,
The specimen signature of the authorized person is as:-

Authorised Signatory
<Name>
Seal

This tender document is not transferable

…………….

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 28 of 37
ANNEXURE-3
SELF-DECLARATION (NOTARIZED AFFIDAVIT)

Ref.............. Date: -
To,
The Secretary,
Maharashtra Public Service Commission,
½
5 , 7th and 8th Floor, Cooperage Telephone Nigam Building,
MaharshiKarve Road, Cooperage,
Mumbai – 400 021.

I / We________________________________________________Partner / Legal Attorney / Proprietor / accredited


Representative of M/s ________________solemnly declare that:-
2. I / We are submitting tender for the work Against Tender Notice No. …………. Dated ……………
3. All documents/credentials submitted along with this tender are genuine, authentic, true and valid.
4. The price bid is unconditional.
5. If any information or document submitted is found to be false/incorrect, department may cancel my/our Tender and action
asdeemed fit may be taken against me/us including termination of the contract/supply order, forfeiture of all dues including
Earnest Money and blacklisting of me/our firm and all Partners of the firm etc.
6. I / We accept the tender document as available in the website and my/our tender may be rejected if any tempering is found in
them. I/We also undertake that I/We cannot raise any dispute in this regard.
7 I / We hereby declare that our Agency …………………………….. is having unblemished past record and was not declared
ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of time.
8. I / We M/s___________________ (Name of the Company) are not blacklisted in any Department of Government of
Maharashtra as on today.
9. I / We further undertake that our partner M/s ______________________ (Name of Vendor) having office are also not
blacklisted in any Department of Government of Maharashtra as on today.
10 I / We hereby declare that there are no pending cases against M/s______________________
(Name & Address of Bidder) with Government of Maharashtra or any other court of law as on today.
11. I / We hereby declare that Bidder’s company or Director/Owner of the company have not been declared by any Court or
Competent Authorities in solvent or involved in any fraudulent mean(Economical & Criminal) as on today.
12.I/We hereby declare that any legal case and / or process is not pending against the company in any of the Courts/Statutory
Authority in India or Abroad in respect of violation of IPR or any other provisions of Government of India’s IT Act.

Name of the Bidder: -


Signature: -
Seal of the Organization: -

Note :-
(1) The Notorised Affidavit should be submitted before closing date fixed for Online Technical Bid Closing.
(2) No change of any kind should be made in this format. In-adequate information or change in format could lead to
disqualification of the bid.

…………….

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 29 of 37
ANNEXURE-4
DETAILS OF BIDDER
Please ensure that your response clearly answers all the questions. If you use additional schedules or documentation
to support your response, make sure that they are clearly cross-referenced to the relevant question.
1. General Profile of the Company/Firm:-
(1) Name and Address of the Bidder With
Telephone Nos., mobile Nos., Fax, E-mail and
Website
(2) Field of activities
(3) Offices situated at different locations
(4) Turn over for last three years (Audited Annual
Accounts and Annual Reports) of three
accounting years to be submitted/uploaded)
(5) If registered with panel of any Govt./PSUs /
Banks, furnish details
(6) Date of Incorporation
(7) Status of the Bidder Pvt. Ltd./Public Ltd./LLP/Partnership Firm/Proprietorship Firm
(8) Bank account details (1) Name of the Bank
(2) Name of Branch
(3) Name of account holder as per bank record
(4) Account Type
(5) Branch Code
(6) MICR Number
(7) IFSC
(8) Account Number
[Link] of Registrations:-
Sr. No. Authority No. Issue Date Validity Date
1 Registrar of Companies
2 Registrar of Firms
3 Registrar of Societies
4 Labour Department
5 Income Tax Department (PAN
Card/TAN/TIN Number)
6 Goods and Service Tax Department
7 EPF
8 ESI
9 Professional Tax
3. Details of Manpower:-
3.1 Number of Supervisors:
3.2 Number of Managers:
4. List of Clients for Proving Manpower Services (For a period of last Three years):
Name and Address of the Contact Person and Contact Total Value of the
S.N. Nature of Job
client with Tel. No. Number Contract (In Rs.)

(Separate pages may be taken to elaborate the projects undertaken).


5. Quality Certificate, if any:
Year of getting Whether Certificate is valid
S.N. Name of the Certificate Certified By
Certification as on date

6. Awards for products/Services, if any:


Certified Year of getting Field of Award
S.N. Name of the Certificate
By Certification (S/W development Consultancy etc.)

7. Name, address and Telephone Number [Office, Residence, Mobile] of the Contact Person to whom all References
shall be made regarding this tender:
Telephone: Office - Residence –
Mobile - Fax No.: E-mail:
Place: Signature:
Date: Name:
Company Seal
Note:
[1] In-adequate information could lead to disqualification of the bid.
[2] All items should be supported by proper documents.
[3] No change of any kind should be made in this format. In-adequate information or change in format could lead to
disqualification of the bid.

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 30 of 37
ANNEXURE- 5
DETAILS OF MANPOWER EXCLUSIVELY ASSOCIATED WITH THIS PROJECT

Service in the firm


Sr. No Name of the Staff Designation Qualification Total Salary
From To

Date: -------------- Name of the Bidder: -


Place: ------------- Signature: -
Seal of the Organisation
Note:- No change of any kind should be made in this format. Inadequate information or change in format could lead to
disqualification of the bid.

…………….

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 31 of 37
ANNEXURE-6
PERFORMANCE STATEMENT

Bid No. ……………………………………. Date of opening…………………………….


Name of the Firm--------------------------------
Details of Past Contract similar to this Contract (for a period of last Five years)
S.N. Name and Contact No. of Level, Type Period of Whether Total Status Penalty
Address of the Person and Personnel and Salary Contract Government/ Value of Whether imposed
client with Tel. Contact Deployed Semi the Completed/ if any
No. Number Government/ Contract Ongoing
Private/Auton (In Rs.)
omous (10)
(8) (9)
(1) (2) (3) (4) (5) (6) (7)

(Separate pages may be taken to elaborate the projects undertaken)


Note: (1) Please enclose Work-orders along with Completion Certificates / Client's Testimonial given by concerned
organizations or whom work is done.
(2) Submission of completion certificates / clients testimonial is compulsory.
(3) In-adequate information or change in format lead to disqualification of the Bid.

Date: -------------- Name of the Bidder: -

Place: ------------- Signature: -

Seal of the Organisation: -

…………….

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 32 of 37
ANNEXURE- 7
Declaration for Price Schedule (PS)
Tender Reference:
Last date and time for submission of Tender :
The Secretary, Maharashtra Public Service Commission,
½
5 , 7th and 8th Floor, Cooperage Telephone Nigam Building,
MaharshiKarve Road, Cooperage,
Mumbai – 400 021.

SUBJECT:- TENDER DOCUMENT FOR PROVIDING MANPOWER SERVICES

PRICE SCHEDULE
This is Format only. Please upload as per the BOQ template given on the Portal.

Sr. Item Description Quantity Units BASIC Rate for Over TOTAL TOTAL
No. RATE Time AMOUNT AMOUNT
(INR) Allowances/extra (INR) In Words (INR)
Per day/Per wages per hour
Person (INR)
1 2 3 4 5 6 7 8

1 Junior Office Assistant 1.000 Nos


2 Clerk-Typist 1.000 Nos
3 Receptionist/Front Desk 1.000 Nos
Management Staff
4 Stenographer-Marathi 1.000 Nos
5 Driver 1.000 Nos
6 Junior Accountant 1.000 Nos
7 Library Assistant 1.000 Nos
8 Networking Support 1.000 Nos
Engineer
9 Office Attendant 1.000 Nos
10 Cleaner/Sweeper 1.000 Nos
11 Hamal 1.000 Nos
Total in
Figures
Quoted
Rate in
Words

Note: -
(1) The lowest bidder will be decided on the average of the basic unit rates/prices against all cost items at Column No. 5.
(2) Extra hour charges will be considered from the reporting time at designated place of MPSC.
(3) The rates for extra works/hours will be beyond office hours.
(4) Rates for extra works/hours is for calculation purpose only.
(5) The successful bidder has to match L1 criteria for rates mentioned at Column No. 6

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 33 of 37
ANNEXURE 8
CONTRACT FORM (CF)
AGREEMENT MADE this _____ ____ day _________________ of Two thousand ________ _______ _________ _________
_____ Between________ ________ ________ ________ ________ _______ ______________ _______ ____(hereinafter
called "the Contractor") of the one part and the Secretary, Maharashtra Public Service Commission (hereinafter called "the
MPSC") of the other part.
WHEREAS the contractor has tendered for Proving Manpower Services to the MPSC, Mumbai (hereinafter called "The
Tendering Authority ") as per the terms and conditions mentioned in the tender document. Whereas such tender has been
accepted and the contractor has deposited with the Tendering Authority the sum of Rs. __________(Rupees
_________________________________only) as security for the fulfillment of this Agreement.
NOW IT IS HEREBY AGREED between the parties hereto as follows:
The contractor has accepted the contract on the terms and conditions set out in the tender notice no. ______________
dated ___________ as well in the acceptance of tender no. ______________ dated__________, which shall hold good
during period of this agreement.
Upon breach by the contractor of any of the conditions of the agreement, the Tendering Authority may issue a notice in
writing, determine and put an end to this agreement without prejudice to the right of the Government to claim damages for
antecedent breaches thereof on the part of the contractor and also to reasonable compensation for the loss occasioned by
the failure of the contractor to fulfill the agreement as certified in writing by the Tendering Authority which certificate shall
be conclusive evidence of the amount of such compensation payable by the contractor to the Government.
Upon the determination of this agreement whether by efflux ion of time or otherwise the said deposit shall after the
expiration of __________ months from the date of such determination be returned to the contractor but without interest
and after deducting there from any sum due by the contractor to the Government under the terms and conditions of this
agreement.
This agreement shall remain in force until the expiry of 36 months from the date of entering into the contract but the
Tendering Authority may cancel the contract at any time upon giving one months notice in writing without compensating
the contractor.
In witness whereof the said ____________ has set his hand hereto and the Tendering Authority has on behalf of the
Government of Maharashtra affixed his hand and seal thereto the day and year first above written.
The Tendering Authority may give notices in connection with the contract.
In consideration of the payments to be made by the Tendering Authority to the Bidder as hereinafter mentioned the Bidder
hereby covenants with the Tendering Authority to provide the Services and to remedy defects therein conformity in all
respects with the provisions of the Contract.
The Tendering Authority hereby covenants to pay the Bidder in consideration of the provision of the Services and the
remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the
contract at the times and in the manner prescribed by the contract.
If subject to circumstances beyond control (Force Majeure) the contract fails to deliver the services in accordance with the
conditions mentioned in the tender, the Tendering Authority shall be entitled to render services from else other
organization after giving due notice to the Bidder on the amount and at the risk of the Bidder without canceling the contract
in respect of the consignment not yet due for delivery, or to cancel the contract.
In the event of action to be taken, the contractor shall be liable for any losses, which the Tendering Authority, may sustain
on that account. The recovery by way of penalty shall be made by deducting the amount from the bills be made good by a
credit note within the stipulated period for the purpose.

Mumbai
CONTRACTOR
Witness:
1. Secretary, Maharashtra Public Service Commission
2. On behalf of the Maharashtra Public Service Commission

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 34 of 37
ANNEXURE-9
PERFORMANCE SECURITY FORM (PSF)

Name of the Department


Address of the Department
Dear Sirs.

Whereas you intent to enter into a contract, as per your Letter of Intent, ReferenceNo. _________________ dated _______ (
Hereinafter referred to as "thecontract") with M/s _________________ as vendor for the supplyof__________________
defined in contracts schedule, (hereinafter referred toas "the goods / services") and whereas the vendor has undertaken to
produce aperformance cum warranty bond for amount of Rs ______________ being equal to ---% of the total contract value of
the goods / services to be delivered asspecified contract No ____________________dated ______ referred to as"contract to
secure its obligations to the beneficiary with respect to the goodsspecified in the invoice.

1. We _______________ (Name of the Bank), hereby expressly, irrevocably,and unreservedly undertake and guarantee
as principal obligators on behalf of theSeller that in the event that the beneficiary submits a written demand to us
statingthat the Seller has not performed according to the terms and conditions of thecontract , we will pay you on demand
and without demur any sum up to amaximum amount of (5% of the contract value). Any claims must bear theconfirmation
of your bankers that the signatures thereon are authentic. Yourwritten demand shall be conclusive evidence to us that
such written demand. Forthe avoidance of doubt any documents received by way of facsimile or similarelectronic means
is/are not acceptable for any purpose(s) under this guarantee.
2. We shall not be discharged or released from this undertaking and guarantee byany arrangements, variations made
between beneficiary and the seller or anyforbearance whether as to payment, time performance or otherwise.
3. In no case shall the amount of the guarantee be increased.
4. Unless a demand under this guarantee is received by us in writing on or before the expiry date(unless this guarantee is
extended by the seller), all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities
hereunder.
5. This guarantee shall be a continuing guarantee (which means guarantee will also be valid if the bank is in under
liquidation or bankruptcy) and shall not be discharged by any change in the constitution of the bank or in the constitution of
the Seller.
6. Please return this letter of guarantee immediately after our liability thereafter has ceased to be valid.
7. Our liability under this guarantee will cease to be valid even if the guarantee deed is not returned to us.
8. This guarantee is personal to the beneficiary and not assignable to a third party without our prior written consent.
9. This guarantee shall be governed by Indian Law. This guarantee is valid until the <<mention date>>.

Signature and Seal of Guarantors


______________________________________
Date __________________________________
Address: _______________________________
______________________________________

***********

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 35 of 37
Annexure – 10
Format for Technical Proposal
LIST OF DOCUMENTS / INFORMATION TO BE UPLOADED/SUBMITTED ONLINE
The following documents should be uploaded in the form of PDF files / Scanned images on the e-Tendering website by the
tenderers during online bid preparation stage.
Technical Bid (T1)
(1) Proof regarding submission of requisite tender fee and EMD online.
(2) Tender offer form duly filled in. (Annexure -1)
(3) Bidders Authorization Certificate. (Annexure - 2)
(4) Self Declaration for unblemished record (Annexure - 3) (Notarized Affidavit)
(5) Details of Bidder (Annexure - 4)
(6) Details of Manpower (Annexure-5)
(7) Performance statement along with necessary Documents (Annexure – 6)
(8) Copies of Certificate of incorporation of the firm (e.g. Registration as Partnership Firm, Proprietary concern,
Company etc.)
(9) Certificate from its C.A. stating that the Bidder is profit making for preceding three (3) years with a minimum
annual turnover of Rupees 1.20 Crore from related business as on 1st April, 2019.
(10) Registration Certificate under Contract Labour (Regulation and Abolition) Act, 1972.
(11) Copy of Latest License under Shop and Establishment Act.
(12) Copy of GST Registration Certificate from concerned Government Department
(13) Copy of GST Clearance Certificate or GST payment Challan from concerned Government Department as on 1st
April, 2019.
(14) Copy of registration certificate under Employees Provident Fund.
(15) Copy of registration certificate under Employees State Insurance Act.
(16) Copy of Profession Tax Registration Certificate.
(17) Copy of the PAN card/TAN/TIN Number.
(18) Copy of the Income Tax Clearance Certificate or Income Tax Return acknowledgement for last three years as on
1st April, 2018.
(19) Proof in support of having permanent presence of office in Mumbai/Thane/Navi Mumbai.
(20) Copies of its audited financial statements for past three years. (i.e. 2015-16, 2016-17, 2017-18)
(21) Proof in support of having atleast 3 executed contracts for providing minimum 50 similar type of manpower
services to any Government/semi Government Organization/Institute /Public Sector Undertaking/ Nationalized
Bank/University/Exam Board in the State of Maharashtra during last 3 (Three) years as on 1st April, 2019.
.(22) Copy of ISO Certification, if any.
(23) Copy of Problem escalation mechanism.

Note:
Original notarised affidavit of self declaration for unblemished record should be submitted in the office of tendering
authority before opening of technical bed.

Commercial Bid (C1)


(1) Declaration for Price Schedule (Annexure 7)

***********

Annuxure-11
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019
[Link] 36 of 37
Format for Clarification

Pre-Bid Queries Format

Name of the Supplier:

Department Name:

Tender Ref No. :

Tender Name:

Due Date:

Sr. REP Page No. RFP Clause No. Clause Title Queries/Clarification Justification
No. by Bidder

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019


[Link] 37 of 37

MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 1 of 37 
 
No. MPS-0219/CR-02/2019/V
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 2 of 37
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 3 of 37 
Maharashtra Public Service Commissio
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 4 of 37 
TABLE OF CONTENTS..     
CHAPTER 
SR
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 5 of 37 
 
 
4.5 
AWARD OF CONTRACT 
16 
4.6
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 6 of 37 
CHAPTER – I 
INSTRUCTIONS TO BIDDERS
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 7 of 37 
(8) The bidder should have satisfact
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 8 of 37 
(2) If the Bidder fails to accept co
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 9 of 37 
  (3)   In the third step, the Tende
MAHARASHTRA PUBLIC SERVICE COMMISSION, TENDER NO. 05/ 2019 
www.mpsc.gov.inPage 10 of 37 
1.36.2 Upon the successful bidder's

You might also like