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
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]