+ All Categories
Home > Documents > Request for Proposal - sikkim.gov.in · request for proposal selection of implementing agency as...

Request for Proposal - sikkim.gov.in · request for proposal selection of implementing agency as...

Date post: 24-Mar-2019
Category:
Upload: lamtuong
View: 224 times
Download: 0 times
Share this document with a friend
34
Request for Proposal SELECTION OF IMPLEMENTING AGENCY AS TRAINING PARTNER FOR IMPARTING SPECIFIED COMPUTER LITERACY COURSES IN FIVE (5) GOVERNMENT COLLEGES UNDER THE RASHTRIYA UCHCHATAR SHIKSHA ABHIYAN (RUSA) Human Resource Development Department Government of Sikkim Tender Reference:_______________ Dated: _______________ Centre for Research and Training in Informatics Department of Information Technology Secretariat Building, Annexe 1, Kazi Road, Gangtok
Transcript

Request for Proposal

SELECTION OF IMPLEMENTING AGENCY AS

TRAINING PARTNER

FOR IMPARTING SPECIFIED COMPUTER

LITERACY COURSES IN FIVE (5)

GOVERNMENT COLLEGES

UNDER THE RASHTRIYA UCHCHATAR SHIKSHA ABHIYAN (RUSA)

Human Resource Development Department

Government of Sikkim

Tender Reference:_______________

Dated: _______________

Centre for Research and Training in Informatics

Department of Information Technology

Secretariat Building, Annexe 1, Kazi Road, Gangtok

Page 2 of 34

DISCLAIMER

This Request for Proposal (RFP) contains brief information about the project,

qualification requirements and the selection process for the successful applicant

(bidder). The purpose of this RFP document is to provide applicants (bidders)

with information to assist the formulation of their bid application (the

“application”).

Whilst the information in this RFP has been prepared in good faith, it is not and

does not purport to be comprehensive or to have been independently verified.

Neither the CRTI nor any of its officers or employees, nor any of their advisers

nor consultants accept any liability or responsibility for the accuracy,

reasonableness or completeness of the information contained in the RFP, or for

any errors, omissions or misstatements, negligent or otherwise, relating to the

proposed project, or makes any representation or warranty, express or implied,

with respect to the information contained in this RFP or on which this RFP is

based or with respect to any written or oral information made or to be made

available to any of the recipients or their professional advisers and, so far as

permitted by law and except in the case of fraudulent misrepresentation by the

party concerned, and liability therefore is hereby expressly disclaimed.

The information (‘Information’) contained in this RFP document or subsequently

provided to interested parties (the "applicant(s)), in writing by or on behalf of

CRTI is provided to applicant(s) on the terms and conditions set out in this RFP

document and any other terms and conditions subject to which such information

is provided.

Each applicant should perform their own due diligence to check the accuracy,

reliability and completeness of the information in this RFP document and obtain

independent advice from appropriate sources. Submission of bid application shall

be deemed to have been done after careful study and examination of the RFP

with full understanding of its implications.

The response to this RFP should be full and complete in all respects. Incomplete

or partial bids shall be rejected. The applicant must quote for all the items asked

for in this tender. Intimation of discrepancies in the RFP, if any, should be given

to the office of the CRTI immediately by the applicants. If CRTI receives no

written communication, it shall be deemed that the applicants are satisfied that

the RFP document is complete in all respects.

This RFP document is not an agreement and is not an offer or invitation by CRTI

to any other party. The terms on which the project is to be developed and the

right of the successful applicant shall be as set out in separate agreements. CRTI

reserves the right to accept or reject any or all applications without giving any

reasons thereof. CRTI will not entertain any claim for expenses in relation to the

preparation of RFP submissions.

Page 3 of 34

Contents

DISCLAIMER ....................................................................................................................................... 2

1. Project Introduction ............................................................................................................. 5

1.1. Background ..................................................................................................................... 5

1.2. Project Timelines .......................................................................................................... 6

1.3. Data Sheet ...................................................................................................................... 7

2. Scope of Work ....................................................................................................................... 8

3. Terms & Conditions ........................................................................................................... 10

3.1. Accountabilities ........................................................................................................... 10

3.2. Tender Fee .................................................................................................................... 11

3.3. Earnest Money Deposit ............................................................................................ 11

3.4. Performance Security Deposit ............................................................................... 11

3.5. Payment Terms ........................................................................................................... 12

3.7 Selection Procedure ....................................................................................................... 13

3.8 Pre Qualification Bid Criteria ...................................................................................... 13

3.9 Technical Evaluation Criteria ..................................................................................... 14

3.10 Penalty ............................................................................................................................ 16

3.11 General Terms and Conditions of the RFP ........................................................ 16

3.12 Language of the Bid .................................................................................................. 17

3.13 Period of validity of the Bid .................................................................................... 17

3.14 Bid Due Date ................................................................................................................ 17

3.15 Bid Currency ................................................................................................................. 17

3.16 Contacting CRTI .......................................................................................................... 17

3.17 CRTI right to Accept Bid and to Reject Bids .................................................... 17

3.18 Lack of Information to Bidder ................................................................................ 18

3.19 Fraudulent & Corrupt Practice ............................................................................... 18

3.20 Disqualification ................................................................................................................ 18

3.21 Termination ...................................................................................................................... 18

3.22 Risk Distribution .............................................................................................................. 19

3.23 Award of Contract .......................................................................................................... 21

3.24 Tender Document ........................................................................................................... 21

3.25 Preparation of Bids ........................................................................................................ 21

3.26 List of Annexures: .......................................................................................................... 22

3.26.1 Annexure 1: Bidder Profile ................................................................................... 22

3.26.2 Annexure 2: Format for Financial Information ............................................. 24

Page 4 of 34

3.26.3 Annexure 3: Format for providing citations ................................................... 25

3.26.4 Annexure 4: Format For Queries ....................................................................... 26

3.26.5 Annexure 5: Technical Bid Particulars ............................................................ 27

3.26.6 Annexure 6: Teachers Qualification .................................................................. 28

3.26.7 Annexure 7: Technical Bid letter ....................................................................... 29

3.26.8 Annexure 8: List of five (5) colleges ................................................................... 31

3.26.9 Annexure 9: List of Recurring Items ................................................................. 31

3.26.10 Annexure 10: Financial Bid Format .................................................................. 32

3.26.11 Annexure 11: Proposal Covering Letter ........................................................... 33

Page 5 of 34

1. Project Introduction

1.1. Background

The scheme Rashtriya Uchchatar Shiksha Abhiyan (RUSA) is under the aegis of the

Human Resource Development Department, Government of Sikkim. Under this scheme

there is a provision of imparting Computer Literacy Courses to the students of the

Government colleges of Sikkim. Initially five (5) Government colleges has been chosen

by the Human Resource Development (HRD) Department, Government of Sikkim.

The HRD Department has identified the Centre For Research and Training in Informatics

(CRTI), an autonomous body under the Department of Information technology,

Government of Sikkim as the Implementing agency for imparting/implementing

Computer Literacy Courses in 5(five )government colleges and also for the purpose of

Assessment & Certification of the students undergoing the said training course.

The objective of publishing this RFP (Request for Proposal) by CRTI is to identify an

efficient and dedicated Training Partner (TP) to impart/implement training in

specified/pre defined computer literacy courses at various Government colleges in the

state of Sikkim. The main objective of imparting/implementing such training courses is

to increase the student’s skills in Information Technology (IT), enhance their

employability and also to generate interest in Information Technology (IT) & relevant

fields. With the increase in the use of the Information Technology & Communication

Tools (ICT) in different sectors, it is imperative that the students pursuing various

courses in the Government colleges should undergo training encompassing different

aspects of the Information & Communication Tools (ICT) for making them self reliable

and IT literate.

The topics to be covered under this training course shall be as per the Courses defined

under the National Skills Qualification Framework (NSQF) and other aligned course at

level 3.

Bidders are required to bid for Imparting/Implementation of Training on Computer

Literacy Course Project at 5 (five) Government Colleges, the list of these colleges is

attached in Annexure 8.

Page 6 of 34

1.2. Project Timelines

The proposed work is to be carried out as per the following timelines. “T” as referred to

in the table is treated as the date of award of work to the selected Vendor:

Sl. No Stage Time Frame

1. Issue of letter of Intent (LOI)

2. Issue of Work Order T

3. Signing of an agreement T+ 30 days

4. Requirement Study/Site Inspection T+45 days

5. Submission of detailed proposal with Implementation plan,

syllabus of the course, batch wise details, infrastructure

details, roadmap, total students to be covered, time duration

for completion of the project and training staff details with

their qualification and experience

T+60 days

6. Delivery of Study Materials (after signing of agreement) T+70 days

7. Operations & Support Till the end of the

project

Page 7 of 34

1.3. Data Sheet Sl. No.

Item Details

1. Project Name Selection Of IMPLEMENTING AGENCY As Training Partner For

Imparting Specified Computer Literacy Courses In Five (5) Government Colleges Under The Rashtriya Uchchatar Shiksha Abhiyan (RUSA), Human Resource Development Department, Government Of Sikkim

2. Bid Inviting

Authority

Centre for Research in Training & Informatics (CRTI), Department of

Information Technology, Sectt. Annexe I, Top Floor, SonamTshering Marg, Gangtok – 737101, Sikkim

3. Contact person of the bid

Executive, CRTI

Email: [email protected]

4. Tender Reference with Date

Ref No:

Date: __/__/2018

5. Last date for submission of queries

__/__/2018 Address for submission of queries: Centre for Research in Training & Informatics (CRTI), Department of Information Technology, Sectt. Annexe I, Top Floor, SonamTshering Marg, Gangtok – 737101, Sikkim, Phone No- (03592) 202601, Tele-Fax- (03592) 207426 Email: [email protected]

6. Publication of Corrigendum (if any) on website on the basis of Pre-Bid queries

__/__/2018 All corrigendum issued by CRTI in this respect will be given without disclosing the name of interested bidders.

7. Cost of tender

Document (non-refundable)

Rs.30,000/- ( Rupees Thirty Thousand only) in the form of a

Demand Draft/Pay Order/ Account Payee Banker’s Cheque drawn on any Nationalised/Scheduled bank in favour of “Executive Director, Centre for Research & Training in Informatics”, payable at Gangtok.

8. Earnest Money Deposit (EMD) (refundable)

Rs. 8,00,000/- (Rupees Eight Lacs only) in the form of a Demand Draft on any Nationalised/Scheduled bank in favour of “Executive Director, Centre for Research & Training in Informatics”, payable at Gangtok.

9. Performance Security Deposit

The Earnest Money Deposit of the lowest bidder shall not be refunded and shall be considered as the Performance Security Deposit.

10. Last date and time of submission of

Bid

__/__/2018; 03:30pm

11. Date and time for opening of pre qualification bid, technical bids & commercial bids

__/__/2018; 11:00am

12. Venue for opening of bid

Conference Hall, Department of Information Technology, Sectt. Annexe I, Top Floor, Sonam Tshering Marg, Gangtok – 737101, Sikkim, Phone No- (03592) 202601, Tele-Fax- (03592) 207426

Note:

* No financial information should be submitted under technical bid.

*The bidder shall bear all costs associated with the presentation and submission of the tender and CRTI will, in no case, be

responsible or liable for those costs, regardless of the conduct or the outcome of the bidding process.

Page 8 of 34

2. Scope of Work

The minimum specified Scope of Work that needs to be undertaken by the training

partner for operations and support during the course of the project is given below and

the work is to be performed as per the specifications and conditions mentioned in

different parts of this document. Any further amendments issued in this regard and the

Contract is to be signed and adhered by the Bidder respectfully.

Detailed Scope of Work:

Part I

Computer Literacy Course Scheme shall be implemented in Government colleges

of the state of Sikkim for the First year to Third year Students irrespective of the

stream the students belong to.

The total number of students to be trained shall not be less than 5000.

Selected bidder appointed as Training Partner should provide full-time contractual

instructor in each college with the qualification as mentioned in Annexure 6.

Selected bidder appointed as Training Partner should appoint IT instructor in the

respective colleges who will train the students as per the curriculum defined by

CRTI, IT department.

Selected bidder appointed as Training Partner should supply adequate stationery,

consumables and course material at each college as prescribed in the list of

stationery items mentioned in Annexure 9.

The Training Partner shall conduct the courses in the computer labs of the

respective government colleges.

Selected bidder appointed as Training Partner shall provide the training reports of

the five (5) colleges where the training is being implemented, in a prescribed

format on regular basis whenever required by the CRTI.

Selected bidder appointed as Training Partner will have to ensure safety and

security of the Computer hardware and related equipment in the Computer

laboratories.

Selected bidder appointed as Training Partner shall abide by all the regulations

defined by CRTI.

Selected bidder appointed as Training Partner shall provide complete support

during the time of assessment and certification of students by CRTI.

Selected bidder appointed as Training Partner shall make arrangements for

providing re assessment of the students who do not clear the assessment

conducted by CRTI.

Page 9 of 34

Selected bidder appointed as Training Partner shall make effort that at least 95%

enrolled students will clear the assessment of the CRTI provided the student

appear for the assessment examination and also fulfilling the minimum

attendance criteria (The students need to have compulsory attendance of 75 % to

be eligible for assessment).

Selected bidder appointed as Training Partner shall ensure that the training is

conducted in line with the National Skill Qualification Framework (NSQF).

Selected bidder appointed as Training Partner shall adhere to such situations

where there is slight change in the scope of work by CRTI and shall fulfil the

same at no extra costs.

CRTI shall conduct periodic monitoring and evaluate the quality of training by the

Selected bidder appointed as Training Partner.

CRTI shall also monitor the attendance of the training staff during the course of

the training. A minimum attendance (availability) of 90% shall be maintained by

the training staff during the course of the training failing which appropriate action

may be initiated by CRTI against the Training Partner.

Selected bidder appointed as Training Partner shall be party to a tripartite

agreement to be signed between HRDD Govt. of Sikkim, CRTI and the Training

Partner.

Page 10 of 34

Work Programme

The Vendor should design a detailed Project Plan, which should include the following

components.

• Project Organization Plan

• Training Plan, Methodology and Training details

• Any other relevant items related to the Training Program

Programme Implementation

The Vendor shall:

Assume responsibility of managing and monitoring the project as per the

indicative Time schedule specified in this Tender Document

Depute Helpdesk as a single point of contact for project management during the

Contract period. He/she should have relevant certification and should have

appropriate authority to take decisions for smooth and early completion of work.

Reporting

The Project Manager shall conduct regular visit to the colleges for regular monitoring.

The Project Manager shall also submit the following reports to the officers identified for

the project

Monthly Status Reports

Monthly Batch wise Attendance Report

Results accomplished during the period

Cumulative deviations to date from schedule of progress on milestones as

specified in Tender Document read with the agreed and finalized project plan

Corrective actions to be taken to return to planned schedule of progress

Other issues and outstanding problems, and actions proposed to be taken

Feedback report from the participants of training program

3. Terms & Conditions

3.1. Accountabilities

(i) It is CRTI’s responsibility to ensure that the selected Vendor has access to documentation

owned by CRTI from the immediate beginning of the work and for the duration of that

work.

(ii) It is CRTI’s responsibility to ensure that any member of their organisation/division can

make themselves available for brief consultation on 1 weeks’ notice. CRTI shall provide the

Selected bidder with contact details of all such organisation/division employees.

(iii) It is the vendor’s responsibility to ensure that the Project Manager (PM)/ or any other

authorized person in full knowledge of the project and the matter under discussion is

available to meet with CRTI provided that the meeting relates to the work proposed and/or

the objectives proposed.

(iv) It is the Vendor’s responsibility to ensure that all objectives proposed and all deliverables

proposed are achieved and disclosed prior to the agreed end-date of the project.

Page 11 of 34

(v) It is the Vendor’s responsibility to ensure any information it possesses relating to CRTI that

is not available in the public domain be treated with the utmost confidentiality and

discretion.

(vi) Where the Vendor feels the need to disclose confidential information to a third party, it is

their responsibility to ensure that it does so with the explicit permission of CRTI.

3.2. Tender Fee

Tender document fee of INR 30,000/- (Rupees Thirty thousand only) in the form of Demand

Draft in favour of “Executive Director, Centre for Research and Training in Informatics” payable at

Gangtok should be submitted along with the Technical bid.

3.3. Earnest Money Deposit

(i) An earnest money deposit (EMD) of INR 8,00,000/- (Rupees Eight lakh only) in the form

of Demand Draft in favour of “Executive Director, Centre for Research and Training in

Informatics” payable at Gangtok shall have to be submitted by the bidders’ along with the

bid. The EMD shall be furnished in Indian National Rupees (INR) and should be valid for a

period of minimum 90 days.

(ii) Any bid not secured in accordance with above mentioned clause, shall be rejected by the

Purchaser as being non-responsive, without any further correspondence. Unsuccessful

bidders’ EMD will be discharged / returned after end of the overall bid process.

(iii) The EMD can be forfeited if a Bidder withdraws its bid during the period of bid validity

specified by the Bidder on the Bid Form or during the bid process, if a Bidder indulges in

any such deliberate act that would jeopardize or unnecessarily delay the process of bid

evaluation and finalization, or if any information is found wrong / manipulated / hidden in

the bid.

(iv) The decision of the Purchaser regarding forfeiture of the EMD shall be final & shall not be

called upon question under any circumstances. No interest will be paid on the EMD.

3.4. Performance Security Deposit

(i) The Earnest Money Deposit (EMD) of the selected bidder shall be considered as the

Performance Security Deposit.

(ii) The EMD shall be retained with CRTI till the time the contract period is over between CRTI

and the selected bidder.

Page 12 of 34

3.5. Payment Terms

Sl. No. Milestone / Deliverable Payment

1.

Completion of requirement study and site

visit and submission of report for the same

to the Executive/CRTI.

30% of contract value

2.

Submission of detailed proposal with

Implementation plan, syllabus of the

course, batch wise details, infrastructure

details, roadmap, total students to be

covered, time duration for completion of

the project and training staff details with

their qualification and experience

20% of contract value

3. Batch wise Completion of Training Course 80% of the Batch training value

4. Batch wise Completion of Assessment and

certification by CRTI 20% of the Batch training value

5. Submission of Project Completion report by

HRD Department 10% of the contract value

3.6 Procedure for submission of bids a) It is proposed to have a Three Cover for this tender:

Pre-Qualification Bid – (2 copies) in one cover

Technical Bid - (2 copies) in one cover

Commercial Bid - (2 copies) in one cover

b) Pre-Qualification Bid, Technical Bid and Commercial Bid of the Tender shall be covered in

separate sealed covers super-scribing “Pre- Qualification Bid”, "Technical Bid",

“Commercial Bid”. Each Bid shall also be marked as "Original" and “Copy”. Please Note

that Prices shall be indicated only in the Commercial Bid. And if price will be indicated in

the Pre-Qualification Bid or Technical Bid, that Bid is liable to be rejected.

c) The three envelopes containing Pre-qualification Bid, Technical Bid and Commercial Bid

shall be put in another single sealed envelope clearly marked “ <Title of the Project>”

These envelopes are to be superscripted with Tender Number and the wordings “DO NOT

OPEN BEFORE 11.00 AM on ____/____/2018”

d) The cover thus prepared shall also indicate clearly the name, address, telephone number,

E-mail ID and fax number of the Bidder to enable the Bid to be returned unopened in case

it is declared "Late".

e) Each copy of the tender shall be a complete document and shall be bound as a volume.

The document shall be page numbered and appropriately flagged and must contain the list

of contents with page numbers. Different copies must be bound separately. Any deficiency

in the documentation may result in the rejection of the Bid.

Page 13 of 34

f) If the outer envelope is not sealed and marked as indicated above, CRTI will assume no

responsibility for the Bid’s misplacement or premature opening

g) The Tender should be signed on all the pages by the Bidder‘s authorised signatory and

should be affixed with the bidder's Seal.

h) The representative participating in the bid process should carry a letter of authorisation on

the company letter head.

3.7 Selection Procedure

Only the bidders fulfilling the Pre Qualification Bid Criteria as per Clause 3.8 are allowed to

participate in the Technical and Commercial Bid. The envelopes marked “Pre Qualification Bid”

shall be opened first. The envelopes marked “Financial Bid” shall be kept sealed and shall be

opened only after evaluation of technical bid.

Evaluation of Bid:

The bidder should score at least 70 marks in technical evaluation in order to qualify for

financial evaluation. The total cost indicated in the Financial Bid should be inclusive of all

Taxes. The Lowest financial bid will be allotted a financial mark of 100 marks. The

financial marks of other Bidder(s) will be computed by measuring the respective financial

bids against the lowest financial bid.

Financial Marks (MF) =𝐿𝑜𝑤𝑒𝑠𝑡 𝐹𝑖𝑛𝑎𝑛𝑐𝑖𝑎𝑙 𝐵𝑖𝑑 𝐴𝑚𝑜𝑢𝑛𝑡

𝐵𝑖𝑑𝑑𝑒𝑟′𝑠 𝐴𝑐𝑡𝑢𝑎𝑙 𝐹𝑖𝑛𝑎𝑛𝑐𝑖𝑎𝑙 𝐵𝑖𝑑 𝐴𝑚𝑜𝑢𝑛𝑡 X 100

Combined and Final Evaluation:

The composite mark is a weighted average of the Technical and Financial Marks. The

ratio of Technical (MT) and Financial mark (MF) is 80:20 respectively. The Composite

Mark will be derived using the following formula:

Composite Mark= (MT X 0.8 + MF X 0.2)

Thus, the composite mark shall be out of a maximum of 100 marks. The responsive

Bidder(s) will be ranked in descending order according to the composite marks, which is

calculated based on the above formula. The highest-ranking Bidder as per the composite

mark will be selected in this tender.

3.8 Pre Qualification Bid Criteria

The bidders must enclose the following documents inside the pre qualification bid envelope:

Sl.

No. Criteria

1. The bidder must be a registered Company/Proprietorship firm/Partnership firm based in Sikkim

and should be in existence for last three (3) years as on 31-03-2018 in India to be eligible to

participate in the bid. No consortium is allowed in this Bid.

2. Bidder must have filed Income Tax return for past two years or in case of bidder being of Sikkim

origin a self declaration of Income Tax exemption along with attested copy of COI/SSC with

Serial No & Volume No. to be submitted.

Page 14 of 34

Sl.

No. Criteria

3. The bidder must have valid Trade license for Education and Training Sector.

4. The bidder must have valid GST Registration Certificate and last three month GST returns.

5. Bidder should have minimum annual turnover of Rs. 1 crore consecutively during last three

financial years. Copy of audited balance sheets should be submitted along with profit and loss

statement by the bidder with the bid for the last three financial years (2015-16, 2016-17 and

2017-18)

6. Bidder should have at least two years experience in Sikkim or any North East State in imparting

services to IT/ITes/ICT sector and /or supplying raw materials and other accessories related to

Education and Training.

7. The bidder must bid for all the Colleges.

8. The Bid is non-transferable and Consortium bids are not allowed.

9. Tender fee and Earnest Money Deposit.

Note:

Bidders are requested to submit all the documentary evidence for above sub-clauses mentioned in

Clause 3.8 in support of their eligibility. Non compliance of any of the sub-clauses will lead to rejection

as non-responsive bid and such bids will not be considered for Technical Bid Opening.

3.9 Technical Evaluation Criteria

The eligible bidders shall be evaluated based on the following criteria and technical mark shall be

awarded to the bidders.

Sl. No Head Point System Max. Marks

1 Financial Stability of The Organization:

Average Annual Turnover in Education &

Training Sector or in IT/ITes/ICT sector for past

3 financial years ending March 2018.

> 5 Crore = 10

>1 - 5 Crore = 05

1 crore = 02

10

2 Solvency Certificate: Bidder should submit

solvency certificate vetted by Financial

Institute or Nationalized Banks.

> 5 Crore = 05

>1 - 5 Crore = 03

1 crore = 02

05

3 Experience in related project

Experiences and Successful implementation of

“Education and training in field of IT/ITes” in

North East State including Sikkim in last two

years.

- In Sikkim and any other

North Eastern state

= 10

- Any other North

Eastern State other

than Sikkim = 05

10

Page 15 of 34

4 Size of Organization – Number of Training

centres/offices

No of centres

>50 = 08

30-50 = 06

1-29 = 04

08

6 Number of contracts awarded to Bidder in

Education & Training/IT Related services in last

3 financial years ending 31st March, 2018

No of work orders

>06 = 08

04-06 = 06

02-03 = 04

01 = 02

08

7 Proof of Office in Sikkim as on date of

publication of the tender

Existence In Years :

> 3 = 04

3 = 02

04

8 Quality Assurance Certifications:

The Bidder should submit Quality Assurance Certificate for Providing IT,

Education & Training and from Government Department(s) in Sikkim

05

9 NSDC partnership certificate 20

10 - Approach & Methodology along with the Project Plan of the Bidder

- Proposed Organizational structure & profile of the resources involved

in Training along with strategy for supervision & monitoring

- Training Capability: Proposed plan for executing the project

30

11 Total 100

NOTE: Bidders are requested to submit all the documentary evidences (Point Wise) for above mentioned

Evaluation Criteria for Technical Bids.

Page 16 of 34

3.10 Penalty

Penalty will be deducted in the case of bidder not meeting the Project timelines as per clause 1.2.

The modalities of penalty are as mentioned below.

Delay vis-à-vis Project Timelines Penalty

Delay of 1 week 5% of the contract

value

Delay of 2 weeks 10% of the contract

value

Delay of 3 weeks 20% of the contract

value

Delay of more than 3 weeks 30% of the contract

value

Delay of more than 5 weeks 50% of the contract

value

3.11 General Terms and Conditions of the RFP

The following general terms and conditions shall apply:

(i) This RFP may be cancelled without assigning any reasons, thereof, at any time.

(ii) If any date mentioned in this RFP is declared as a public holiday, the schedule shall be

shifted to the next working day.

(iii) The CRTI reserves the right to cancel any or all of the bids without assigning any reasons

thereof.

(iv) The CRTI reserves the right not to award the bid to the bidder selected on the basis of the

selection procedure without assigning any reason.

(v) In case of any dispute, the jurisdiction of the Courts of Law at Gangtok would apply.

(vi) The implementing agency is responsible for informing the CRTI about the delay in

executing the task. Failure to do so and if there is a delay of more than 3 weeks in

executing the task, it shall be treated as material breach & the contract may be terminated

with a notice of 7 days.

(vii) Arithmetical errors in the Financial Bid will be rectified on the following basis:

a. If there is a discrepancy between the unit price and the total price that is obtained

by multiplying the unit price and quantity, the unit price shall prevail and will be

considered for future calculations.

b. If there is a discrepancy between words and figures, the amount in words shall

prevail

c. If the bidder does not accept the correction of errors, its bid will be rejected and its

EMD may be forfeited.

Page 17 of 34

3.12 Language of the Bid

The bid prepared by the bidder, as well as all correspondence and documents

relating to the Bid exchanged between the bidder and CRTI, IT department, GoS

shall be in English.

3.13 Period of validity of the Bid

The bid shall remain valid for 180 days from the date of submission of Proposal

being specified. Bidder should ensure that in all circumstances, its Bid fulfils the

validity condition. Any bid valid for a shorter period shall be rejected as non-

responsive.

In exceptional circumstances, CRTI, IT department, GoS may solicit bidder’s consent

to an extension of the period of validity. The request and the responses thereto shall

be made in writing or by Fax. Bid Security shall also be suitably extended. A bidder

granting the request is neither required nor permitted to modify the bid.

3.14 Bid Due Date

The Bid Due date is mentioned in the schedule of events. The Technical

Committee, CRTI may, in exceptional circumstances and at their discretion,

extend the deadline for submission of proposals by issuing an

Addendum/Corrigendum online through the website. However, till such

communication is received by the bidders, bidders may not assume any change in

the schedule.

3.15 Bid Currency

Prices for services offered shall be quoted in Indian National Rupees only.

3.16 Contacting CRTI

Bidder shall not approach CRTI or IT department officers beyond

office hours and or CRTI, IT department, GoS office premises, from

the time of the Bid opening to the time of finalization of successful

Bidder.

Any effort by a Bidder to influence CRTI or IT department officers in the

decisions on Bid evaluation, Bid comparison or finalization may result in rejection

of the Bidder's offer. If the Bidder wishes to bring additional information to the

notice of the CRTI or IT department it should do so in writing.

3.17 CRTI right to Accept Bid and to Reject Bids

1. Prior to expiration of the period of Bid validity, CRTI will notify the successful

bidder in writing that its Bid has been accepted.

2. CRTI will issue Letter of Intent (LOI) to successful bidder.

3. Within 7 days of receipt of such LOI, the successful bidder shall give its

acceptance to the CRTI. After the receipt of Acceptance letter from successful

bidder CRTI shall issue Work Order (WO) and sign an agreement with the

successful bidder within 30 days.

Page 18 of 34

4. The CRTI has the right to reject any or all of the bids without giving any

reasons what so ever prior to the awarding of the contract.

5. In case of the single bid received or in case of single bidder qualifying for the

opening of the technical bid, CRTI reserves the right to accept or reject the

single bid.

3.18 Lack of Information to Bidder

The bidder shall be deemed to have carefully examined RFP document to his

entire satisfaction. Any lack of information shall not in any way relieve the

bidder of his responsibility to fulfil his obligation under the bid.

3.19 Fraudulent & Corrupt Practice

“Fraudulent Practice” means a misrepresentation of facts in order to influence a

Bidding process or includes collusive practice among bidders (prior to or after Bid

submission) designed to derail the fair practices by CRTI, IT department, GoS and

to deprive the CRTI, IT department, GoS of the benefits of free and open

competition.

“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of

value, pressurizing to influence the action of a public official in the process of

project execution. CRTI, IT department, GoS reserves right to reject the bidder

for award if it determines that the bidder recommended for award has engaged in

corrupt or fraudulent practices in competing for, or in executing bid process.

3.20 Disqualification

CRTI, IT department, GoS may at its sole discretion and at any time

during the evaluation of Bids, disqualify any bidder, if the bidder:

1. Submits the Bids after the response deadline.

2. Make misleading or false representations in the forms,

statements and attachments submitted as proof of the eligibility requirements

3. Exhibits a record of poor performance such as abandoning works, not

properly completing the contractual obligations, inordinately delaying

completion or financial failures, etc. in any project in the preceding three

years.

4. Submits a Bid that is not accompanied by required documentation or is

non-responsive.

3.21 Termination

1. Termination for Default: If the bidder fails to carry out the award / work order

in terms of this document within the stipulated period or any extension thereof,

as may be allowed CRTI without any valid reasons acceptable to CRTI may

terminate the contract after giving two months notice, and the decision of CRTI

on the matter shall be final and binding on the bidder.

2. In case of unavailability of sufficient funds or discontinuation of the project the

CRTI reserves all rights to cancel Agreement after the payment of completed and

ongoing work under the project.

3 CRTI can terminate the Agreement with a notice of 45 days if the bidder

becomes bankrupt and/or becomes insolvent. CRTI in such cases of termination

Page 19 of 34

will ensure payment of all services rendered and materials supplied under the

Agreement.

3.22 Risk Distribution

Force

Majeure

1. For the purpose of this Article, Force “Majeure” means any cause, which is beyond the

control of the vendor or CRTI, IT department, GoS as the case may be, which such party could

not foresee or with a reasonable amount of diligence could not have foreseen, and which

substantially affect the performance of the Contract, such as:-

- War / hostilities

- Riot or civil war/commotion

- Earth Quake, Flood, Fire, Tempest, Epidemics, Lightning or other natural physical Disaster,

Quarantine restricts and Freight embargoes

- Restrictions imposed by the Government or other statutory bodies, which is beyond the

control of the Bidder, which prevent or delay the execution of the order by the vendor.

2 If a Force Majeure situation arises, the Bidder is required to promptly notify CRTI, IT

department, GoS in writing of such condition and the cause thereof within a period of three (3)

days from the date of happening of such an event requiring invocation of this force majeure

article. Unless otherwise directed by CRTI, IT department, GoS in writing, the vendor will

continue to perform its obligations under this supply order as far as is reasonably practical and

shall seek all reasonable alternative means for performances of this order

Notice Of

Force Majeure

Event

As soon as practicable and in any case within 7 days of the date of occurrence of a Force Majeure

Event or the date of knowledge thereof, the Party which is rendered wholly or partially

unable to perform any of its obligations under this Agreement because of a Force Majeure

Event (“the Affected Party”) shall notify the other party of the same, setting out, inter alia,

the following in reasonable detail:

a. The nature and extent of the Force Majeure Event;

b. The estimated Force Majeure Period;

c. The nature of and the extent to which, performance of any of its obligations under this

Agreement is affected by the Force Majeure Event;

d. The measures which the Affected Party has taken or proposes to take to alleviate/

mitigate the impact of the Force Majeure Event and to resume performance of such of

its obligations affected thereby; and

e. Any other relevant information concerning the Force

Majeure Event, and/ or the rights and obligations of the

Parties under this Agreement.

Resolution of

Disputes and

Arbitration

If any dispute or confusion arises, the decision of the third party arbitrator should be abided by

all the parties.

Acquaintance

with local

Each Bidder is expected to fully get acquainted on his own initiative with the local conditions and

factors effecting the implementation before they Bid or submit proposal in response to this RFP.

Page 20 of 34

conditions

CRTI shall not entertain any request for clarification regarding such local conditions.

Neither any change in the time schedule of the contract nor any financial adjustments arising

thereof shall be permitted by the CRTI, IT department, GoS on account of failure of the Bidder to

know the local conditions / factors.

Statutory and

Regular

Approvals

The Bidder shall be responsible for obtaining approvals for any statutory and regulatory

requirements from any or all authorities to fulfill the Bid conditions. Further, the Bidder shall be

responsible to get required documentation completed for participating in the Bid.

Confidentiality

Any information pertaining CRTI or any other agency involved in the Bid, or matters concerning

CRTI that comes to the knowledge of the Bidder in connection with this Bid, will be deemed to be

confidential and the Bidder will be fully responsible for confidentiality of all the information held in

trust, as also for all consequences of its concerned personnel failing to observe the same. The

Bidder shall ensure due secrecy of information and data not intended for public distribution.

Limitation of

Liability

The liability of the CRTI for its obligations under the Agreement Signed shall in no case exceed the

total value of the Contract.

Failure to

Agree with the

Terms and

Conditions of

the RFP

Failure of the successful bidder to agree with the Terms and Conditions of the RFP shall constitute

sufficient grounds for the annulment of the award, in which event CRTI may award the project to

the next best value Bidder or call for new Bids.

Notices 1. Any notice given by one party to the other pursuant to this contract shall be sent to the

other party in writing by registered post or by telex, email or facsimile to the other party’s

registered office address.

2. A notice shall be treated as effective when the same is delivered to other party in the

address provided for communication.

Patent Rights The Bidder shall indemnify the CRTI against all third party claims of infringement of patent,

trademark or industrial design and intellectual property rights arising from the use of equipment’s

and services or any part thereof.

Taxes and

Duties

1. All payments will be subjected to tax payment/deduction at source as applicable/required at

the prevailing tax rates.

2. CRTI shall not pay any increase in duties, taxes and surcharges and other charges on account of

any revision, enactment during the period of validity of the Bids and also during the contract

period. The decision of CRTI, IT department, GoS in this regard will be final and binding and no

disputes in this regard will be entertained.

Change orders 1. The CRTI may at any time, give written order to the bidder to make changes for additional

functionalities specifically required, but not falling within the general scope of the current

RFP/Agreement. If any such change causes an increase in the cost of, or the time required for,

the bidder’s performance of any provisions under the Contract, the vendor should notify CRTI,

IT department, GoS in terms of the person month efforts required for executing the change

requests, CRTI, IT department, GoS will examine the efforts estimate & agreed efforts will be

compensated in terms of person month charges.

2. Any claims by the bidder for adjustment under this clause must be asserted within 90 working

Page 21 of 34

days from the date of the bidder’s receipt of the CRTI, IT department, GoS change order.

Special

Conditions

CRTI shall arrange to provide following:-

1. CRTI shall identify and select a person in the head office as a contact person for the project and

inform the same to successful bidder.

2. Courses will be conducted in the computer labs of the respective government colleges.

3. Batch Strength- Minimum 40 candidates in a batch. Not more than 50 candidates will be allowed

in a single batch.

3.23 Award of Contract

Award of Contract

1. CRTI will award the contract to successful bidder whose bid has been

determined to be responsive and has obtained maximum score during bid

evaluation in terms of Composite marks.

2. CRTI shall consider placement of Letter of Intent to the selected bidder, that

bidder shall give his acceptance and conformity within 7 days of issue of Letter

of Intent.

3. The selected bidder shall need to execute a tripartite agreement with CRTI,

HRDD, GoS within thirty (30) days from the date of the issue of Letter of Intent.

In the event of the failure on the part of the successful bidder to sign

the agreement within the above stipulated period, the EMD shall be

forfeited and the acceptance of the contract shall be considered as cancelled.

Period of the

Agreement

1. The agreement to be signed with the selected bidder is initially for 1 (one) year

which may be extended beyond 1 (one) year depending on the overall

performance of the Implementing Agency

2. CRTI and HRDD, GoS reserves rights to make any necessary changes in the

Agreement within the tenure based on implementation experience and

change of Guidelines. Such changes however would be done after mutual

consent with implementing Agency which shall be within the purview of

Agreement Signed.

3.24 Tender Document

Bidder is expected to examine all instructions, forms, terms, specifications, and other

information in the Tender Document. Failure to furnish all information required by the

Tender document or to submit a Bid not substantially responsive to the Tender

Document in every respect will be at Bidder’s risk and may result in the rejection of

its Bid.

3.25 Preparation of Bids

1. Bidder should take into account any corrigendum published on the tender

document before submitting their bids.

2. Please go through the tender advertisement and the tender document carefully

to understand the documents required to be submitted as part of the bid. Please

Page 22 of 34

note the number of covers in which the bid documents have to be submitted, the

number of documents - including the names and content of each of the

document that need to be submitted. Any deviations from these may Prime to

rejection of the bid.

3.26 List of Annexures:

3.26.1 Annexure 1: Bidder Profile

NOTE: Use separate sheet wherever space is short

SL.

NO.

INFORMATION SOUGHT DETAILS TO BE FURNISHED

1 Name of Organization with Address/Website

2

Contact details of the bidders

representative

Name of the bidders representative

Address

Telephone, Mobile No

Email

Fax

3

Incorporation/registration Information

Incorporation status of the Agency /Govt. /

private limited, society, partnership form etc.)

Year of Establishment

Details of Firm registration/ Partnership deed/

Company registration / Cooperative Societies

registration/ (Attach the photocopy of the

registration) along with Memorandum of

Association / Partnership deed /Societies ,

Byelaws etc.

Details of registration with appropriate

authorities for PF, PAN and other statutory

axes/duties(for each provide date of

registration, registration reference/number and

photocopies and any other relevant detail)

Locations of the IT training equipment /

Infrastructure

(State /Union Territory wise)

Details of the Board of Director /Partner/

Members of

Management Committee / Governing Body etc

Page 23 of 34

Total Number of Permanent Staff on Rolls as on

31.03.2018

Total Number of Contractual Staff on Roll as on

31.03.2018

4 Is the company GST registered? If yes, submit the

GST registration certificate.

5 Attach the organizational chart showing the

structure of the organization including the names

of the directors and the position of the key officers.

6 Number of years in the relevant field

7 Number of offices / project locations in North-East

India/other State of India

9 Do you have a local representation /office at

Sikkim? If so, please give the address and the

details of staff, infrastructure etc. in the office and

no. of years of operation of the local office

10 List the major clients with whom your organization

has been/ is currently associated.

11 What is the total year of experience of handling

Government projects?

12 Whether your organization has Bank’s certificate

of solvency. If yes, submit documentary proof.

13

Have you ever been denied tendering facilities by

any Government/ Department/ Public sector

Undertaking? (Give details)

Signature: -

Name of the Authorized signatory:

Company Seal: -

Page 24 of 34

3.26.2 Annexure 2: Format for Financial Information

Name of the Bidder Turn Over (Rs Crore)

2015-16 2016-17 2017-18

Signature: -

Name of the Authorized signatory:

Company Seal: -

Note:

1. Submit the audited financial statement/ audited annual report of the last three

financial years online as required.

2. Bidder should have a positive Net worth. In this regard bidder should submit a

certificate from a chartered account.

Page 25 of 34

3.26.3 Annexure 3: Format for providing citations

Sl. No.

Item

Guidelines

Attachment Ref. No.

for details

1.

Name of the Project

2.

Client Details

Name, Contact person’s Name

& No.

3.

Domain/Sector

Please specify the domain

such as which department etc.

4.

No. of Locations

Please Specify Number of

locations for implementation

5.

Scope of Work

Provide Scope of Work;

highlight Key Result Areas

expected and achieved

6.

Contract Value

Provide particulars on Contract

Value assigned to each major

phase and milestone

7.

Complete Project

Duration

Provide particulars on the total

time taken for the completion of

project including time details on

various activities

The Citations should be given in the above format. A separate copy of this format should be

used for each citation and at least three citations should be provided.

Signature:

Name of the Authorized signatory:

Company seal:

Page 26 of 34

3.26.4 Annexure 4: Format For Queries

Bidders requiring specific points of clarification may communicate with CRTI during the

specific period using the following format.

Tender Document No. <Tender Number>

Name of Project: ………………………………………………

Name of the Bidder-

Contact Address of the Bidder-

Sl No. Section No. Page No Query

Signature:

Name of the Authorized signatory:

Company seal:

Note: All the queries should be sent in this format to: [email protected]

Page 27 of 34

3.26.5 Annexure 5: Technical Bid Particulars

1. Tender Number:

2. Name of the Bidder :

3. Full Address of the Bidder :

4. Name of the actual signatory :………………………………………………… of the

product(s) offered

5. Bidder’s proposal number and date:

6. Name and Address of the officer :………………………………………………… to

whom all references shall be made regarding the tender

7. Telephone :

8. Fax :

9. E-mail:

Bidder

Signature ---------------------

Name --------------------

Designation --------------------

Company --------------------

Date ---------------------

Page 28 of 34

3.26.6 Annexure 6: Teachers Qualification

Qualification, competencies and other requirements for appointment of IT

Instructor on contractual basis should be as follows:

Minimum Competencies: Effective communication skills (oral and written),

Basic computing skills

Qualification Minimum:

3 years Diploma in Computer Science/ Engineering

i n IT/ITES OR BCA/B.Sc with proven Work

Experience

Age Limit: 20-35 years (as on Jan. 01 (2018) Age relaxation to

be provided as per Govt. rules.

Page 29 of 34

3.26.7 Annexure 7: Technical Bid letter

To,

The Executive Director

Centre for Research and Training in Informatics

Department of Information Technology

Govt. of Sikkim

Reference: Tender No. …………………Dated……………….

Sir,

We hereby declare

1. That we have knowledge and experience in Education and Training Projects for Government/Private in Deployment of teaching/non-teaching staff, Workshop,

Equipments Supply and report generation, monitoring and managing education project.

2. We are equipped with adequate manpower / technology for providing the Services as per

the parameters laid down in the Tender Document and we are prepared for

live/technical demonstration of our capability and preparedness before the

representatives of CRTI, IT department GoS and We/our principals are also equipped with

adequate maintenance and service facilities within India for supporting the offered

document.

3. We do hereby undertake, that, 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.

4. We enclose herewith the complete Technical Bid as required by you. This includes:

a) This Bid Letter b) Bid Particulars

c) Details of the proposed solution, proposed Methodology & Timeline

We agree to abide by our offer for a period of 90 days from the date fixed for opening of the

Technical Bids and that we shall remain bound by a communication of acceptance within

that time.

We have carefully read and understood the terms and conditions of the tender and the

conditions of the Contract applicable to the tender and we do hereby undertake to provide

services as per these terms and conditions.

Certified that the Bidder is a Company and the person signing the bid document is the duly

constituted attorney/authorized representative.

Page 30 of 34

We do hereby undertake, that, until a formal contract is prepared and executed, this bid,

together with your written acceptance thereof or placement of letter of intent awarding the

contract, shall constitute a binding contract between us.

Dated this Day of 2018

(Signature) (In the capacity of)

Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of

Company)

Seal/Stamp of bidder

Witness Signature: Witness Name:

Witness Address:

Page 31 of 34

3.26.8 Annexure 8: List of five (5) colleges

Sl.No DISTRICT NAME OF COLLEGE

1. EAST NAR BAHADUR BHANDARI DEGREE COLLEGE, TADONG

2. EAST SIKKIM GOVT. COLLEGE, BURTUK

3. SOUTH NAMCHI GOVT. COLLEGE, KAMRANG

4. WEST SIKKIM GOVT. COLLEGE, GYALSHING

5. EAST GOVT. COLLEGE, RHENOCK

3.26.9 Annexure 9: List of Recurring Items

Recurring Item for conducting Training

Sl. No Particular

1 Stationery

2 Course Material

3

Promotional Expenses – Leaflet, Pamplets, Banner,

Workshops etc.

4 Manpower – Salary of Instructor

5 Administrative Expenses

6 Monitoring

Page 32 of 34

3.26.10 Annexure 10: Financial Bid Format

Financial Bid Format:

Note:

(i) The amount quoted shall be inclusive of all taxes and fees.

(ii) Income tax will be deducted at source from the payments made as per the law

applicable in India.

S. No. Item Price per

trainee/student

Price in words

1

SELECTION OF IMPLEMENTING

AGENCY AS TRAINING PARTNER

FOR IMPARTING SPECIFIED

COMPUTER LITERACY COURSES

IN FIVE (5) GOVERNMENT

COLLEGES of SIKKIM

2 GST

3 Grand Total

Page 33 of 34

3.26.11 Annexure 11: Proposal Covering Letter

COVERING LETTER for “Selection of Implementing Agency as Training Partner for

Implementation of Specified Computer Literacy Courses in 5 Government Colleges of

Sikkim”

Date: Reference No.: RFP/………………….

[Bidders are required to submit the covering letter as given here on their letterhead]

To

The Executive Director,

Centre for Research in Training & Informatics (CRTI),

Department of Information Technology,

Sectt. Annexe I, Top Floor,

SonamTshering Marg, Gangtok – 737101, Sikkim

Dear Sir,

We ………………………….. (Name of the bidder) hereby submit our proposal in response to

notice inviting tender date …………….. and tender document no. ………………….. and

confirm that:

1. All information provided in this proposal and in the attachments is true and correct to

the best of our knowledge and belief.

2. We shall make available any additional information if required to verify the correctness of the above statement.

3. Certified that the period of validity of bids is 180 days from the last date of submission

of proposal, and

4. We are quoting for all the services mentioned in the tender.

5. We the Bidders are not under a Declaration of Ineligibility for corrupt or fraudulent

practices or blacklisted by any of the Government agencies. 6. We are submitting our eligibility documents and technical bid documents along with the

following:

a. A soft format in form of a CD/DVD clearly hyper linking all the relevant scanned

documents and highlighting relevant portions of the document for ease of

evaluation. This is in addition to the paper documents in hard copy format to be submitted by the bidders and needs to be handed over along with bids.

b. The hard copy format is also similarly indexed, flagged and highlighted at

relevant places.

7. We, the undersigned, having carefully examined the referred RFP, offer to Propose for

the selection as a Software developing firm, in full conformity with the said RFP.

8. We have read all the provisions of RFP and confirm that these are acceptable to us. 9. We further declare that additional conditions, variations, deviations, if any, found in our

proposal shall not be given effect to.

10. We agree to abide by this Proposal, consisting of this letter, our Technical and

Commercial Proposals, and all attachments, for a period of 180 days from the date fixed

for submission of Proposals as stipulated in the RFP and modifications resulting from contract negotiations, and it shall remain binding upon us and may be accepted by you

at any time before the expiry of that period.

Page 34 of 34

11. Until the formal final Contract is prepared and executed between us, this Proposal,

together with your written acceptance of the Proposal and your notification of award,

shall constitute a binding contract between us. 12. We declare that we do not have any interest in downstream business, which may ensue

from the RFP prepared through this assignment.

13. We hereby declare that all the information and statements made in this proposal are

true and accept that any misrepresentation or misinterpretation contained in it may

lead to our disqualification.

14. We understand you are not bound to accept any proposal you receive, not to give reason for rejection of any proposal and that you will not defray any expenses incurred by us in

bidding.

15. Demand Draft: Draft No. _________ dated ______ drawn on ________ for Rs. 8,00,000/- is

enclosed towards EMD.

16. Demand Draft: Draft No. _______dated ___ drawn on ________ for Rs. 30,000/- is enclosed towards RFP document cost.

Signature……………………………….

In the capacity of………………………

Duly authorized to sign Proposal for and on behalf of………………………..

Date………………….. Place………………….

[*: Strike off whichever is not applicable]


Recommended