+ All Categories
Home > Documents > Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV...

Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV...

Date post: 07-Jul-2018
Category:
Upload: vuongdien
View: 212 times
Download: 0 times
Share this document with a friend
37
Tender Notice No.: VKY/2016/2300/D-SAG Tender Document For SELECTION OF AGENCY FOR PROVIDING TRAINING OF ST STUDENTS FOR PREPARATION OF FOLLOWING ENTRANCE EXAMINATIONS IN TRIBAL AREAS OF GUJARAT 1. NATIONAL ELIGIBILITY CUM ENTRANCE TEST (NEET) for admission in MBBS & Dental Courses. 2. ENGINEERING ENTRANCE EXAMINATION (JEE) Through Online e-tendering process only Development Support Agency of Gujarat Birsa Munda Bhawan, Sector 10/A Gandhinagar 382010, Gujarat Phone: (079) 23252257: Fax: (079) 23257678 [email protected] September 2016 Price Rs. 10,000/- (Rupees Ten Thousand Only)
Transcript
Page 1: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Tender Notice No.: VKY/2016/2300/D-SAG

Tender Document

For

SELECTION OF AGENCY FOR PROVIDING TRAINING OF ST STUDENTS FOR PREPARATION OF FOLLOWING ENTRANCE EXAMINATIONS IN TRIBAL AREAS

OF GUJARAT

1. NATIONAL ELIGIBILITY CUM ENTRANCE TEST (NEET) for admission in MBBS & Dental Courses. 2. ENGINEERING ENTRANCE EXAMINATION (JEE)

Through Online e-tendering process only

Development Support Agency of Gujarat Birsa Munda Bhawan, Sector 10/A

Gandhinagar 382010, Gujarat Phone: (079) 23252257: Fax: (079) 23257678

[email protected]

September 2016

Price Rs. 10,000/- (Rupees Ten Thousand Only)

Page 2: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 2 of 37

Notice Inviting On-line Tender

Tender Notice No. : VKY/2016/2300/D-SAG Details about Tender:

Department Name : Tribal Development Department Organization : Development Support Agency of Gujarat Circle : Chief Executive Officer

Development Support Agency of Gujarat Birsa Munda Bhawan, Sector 10/A, Gandhinagar -382010

Division : IFB No./ Tender Notice No. : VKY/2016/2300/D-SAG Name of Project : Training for Medical & Engineering Entrance Examination Name of Work : Selection of Agency for Training of ST Students for

Preparation of following Entrance Examinations in Tribal Areas of Gujarat

1. National Eligibility cum Entrance Test for admission in MBBS & Dental Courses.

2. Engineering Entrance Examination (JEE) Estimated Contract Value (INR) : Varies with the service scope Period of Completion : 5 months for NEET & 4 months for JEE Bidding Type : Open Bid Call (Nos.) : One Class of Bidder : Not Applicable Tender Currency Type : Single Tender Currency Settings : Indian Rupee (INR) Joint Venture/Consortium : Not Allowed Rebate : Not Applicable Amount Details Bid Document Fee : Rs. 10,000/- in form of Demand Draft Bid Document Fee Payable to : “Development Support Agency of Gujarat” payable at

Gandhinagar Bid Security /EMD (INR) : Rs. 5.00 Lakhs (Rupees Five Lakhs Only) for Medical

Rs. 5.00 Lakhs (Rupees Five Lakhs Only) for Engineering to be provided separately for each course

Bid Security/ EMD in favour of : “Development Support Agency of Gujarat” payable at Gandhinagar

Tender Dates Bid Document Downloading Start Date : 16-09-2016 by 13:00 hrs Bid Document Downloading End Date : 06-10-2016 by 17:00 hrs Last Date & Time for Receipt (Submission) of Bids Via RPAD

: 06-10-2016 by 17:00 hrs

Date of Tender opening : 07-10-2016 by 15:00 hrs Date of Pre-Bid Meeting 20-09-2016 by 16:00 hrs Venue of Tender opening & Pre-Bid Meeting

Birsa Munda Bhavan, Gandhinagar

Bid Validity Period : 180 days from opening of technical bid Submission of certain documents, etc. : Submission of EMD, Tender fee and other Documents as

specified in the tender document 06/10/2016 upto 17:00 hrs in the office of the Chief Executive Officer, Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A, Gandhinagar -382010

Page 3: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 3 of 37

Remarks : Bidder shall submit their offer in electronic format on website, after digitally signing the same. Offers which are not digitally signed will not be accepted. No offer in physical form will be accepted and any such offer is received by the Chief Executive Officer, Development Support Agency of Gujarat Birsa Munda Bhawan, Sector 10/A, Gandhinagar -382010 will be outright rejected.

Other Details Officer Inviting Bids : Chief Executive Officer Development Support Agency of

Gujarat, Gandhinagar -382010 Bid Opening Authority : Chief Executive Officer Development Support Agency of

Gujarat General Terms and Conditions

(1) Bidders can download the tender document free of cost from the website of D-SAG. (2) Bidders have to submit Price bid in Electronic form only on nprocure website till the Last

Date & time for submission. (3) Offers (price bid) in physical form will not be accepted in any case.

Bidders who wish to participate in this selection process will have to register on https:/www.nprocure.com. Further, participating Bidders will have to procure Digital Certificate as per Information Technology Act 2000 using which they can sign their electronic commercial proposals. Bidders can procure the same from (n) Code Solutions – a division of GNFC Limited, or from any other agency licensed by Controller of Certifying Authority. Government of India. Bidders who already have a Digital Certificate need not procure a new digital certificate. All bids should be digitally signed, for details regarding digital signature certificate related training involved the below mentioned address should be contacted: (n) Code Solutions A Division of GNFC 301, GNFC Infotower, Bodakdev, Ahmedabad –380 054 (India) Tel: +91 26857316/ 17/ 18, Fax: +91 79 26857321 E-mail: [email protected], Website: www.nwr.nprocure.com Toll Free: 1800-233-1010(Ext.321) Other Terms and Conditions are as per detailed tender documents.

Page 4: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 4 of 37

INVITATION FOR BIDS (IFB)

Development Support Agency of Gujarat (D-SAG), an autonomous organization promoted by Tribal

Development Department of Government of Gujarat, has been mandated to assist in implementation of the

Chief Minister’s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of tribal areas of Gujarat,

which aims to focus at the individual family and the ITDP areas, launching of result oriented initiatives,

involvement of local people in planning and monitoring of various interventions launched for the benefit of

Tribal families and forging strong convergence with other implementing departments of the Government. This

programme aims to bridge the existing gaps between ITDP areas and rest of the State.

To promote a more level playing field,and give ST students a better chance to succeed in entrance examinations

for medical and engineering, the Scheduled Tribe (ST) Development Department, Development Support

Agency of Gujarat (D-SAG) desires to invite bids from competent training institutes to provide quality training

to ST students.

Yours faithfully,

For and on behalf of

Chief Executive Officer

Development Support Agency of Gujarat (D-SAG),

Gandhinagar

Page 5: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 5 of 37

CHAPTER – I INSTRUCTIONS TO THE BIDDER

ARTICLE-1: DEFINITIONS

In this document, unless the context specifies otherwise, the following words and phrases shall mean and include: 1) “Agreement” means the document signed by the Chief Executive Officer, Development Support Agency

of Gujarat, (D-SAG) and the Bidder that incorporates any final corrections or modification to the Tender and is the Legal document binding both the parties to all terms and conditions of the Contract.

2) “Bid” means the complete bidding document submitted by the Bidder to the Development Support Agency of Gujarat, (D-SAG) and shall include any corrections, addenda and modifications made therein.

3) “Bidder” shall mean a corporate entity or a society or a corporation or a trust or a firm eligible to

participate in the Tender in the stages of Pre-qualification, Bidding process and shall include the successful Bidder during the currency of the Contract.

4) “Contract Period” shall mean entire term of the contract as indicated in the Article 1, Chapter IV. 5) “Contract” shall include the Terms of Reference as outlined under Chapter III within time limits

indicated under Article 2 & 4, Chapter IV for which the Bidder shall be paid in accordance with the terms and conditions of the Agreement.

6) “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 Bidder selection and Contract execution. 7) “Department” shall mean Tribal Development Department of the Government of Gujarat. 8) “Financial Capability” means financial worthiness of Bidders as per the terms of the Tender. 9) “Government” shall mean the Government of Gujarat. 10) “Tenderer” means the organization / institution, which is floating this tender i.e. Development

Support Agency of Gujarat (D-SAG). 11) “Total Accepted Tender Value” means the total value of services as covered under this Tender and

agreed upon by the Tenderer and the Bidder.

ARTICLE 2: PROPOSED PROJECT To improve the success ratio of ST students to get admission through entrance examination, it is proposed to facilitate training of ST students of Standard 12th by competent training institutes for Medical and Engineering Entrance Examination. The proposed training centers shall be divided into three regions of districts i.e. South Region, Central Region & North Region. Detailed information of regionwise training centers as indicated in the Article 1 of Chapter III. The training agency shall provide training to the ST students in all the three subjects viz. Physics, Chemistry and Biology for Medical Entrance Examination for duration of 5 Months and Physics, Chemistry and Maths for Engineering Entrance Examination for duration of 4 months during the academic year 2016-2017. The bidder can bid for providing training either in medical / engineering entrance examination or for both and for single region / multiple regions. However it has to be specified clearly in the bid.

Page 6: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 6 of 37

The courses & Duration of Training for which the coaching will be imparted shall be as follows:

Sr. No. Name of Competitive Exam Period of Coaching Duration of Coaching

1

NATIONAL ELIGIBILITY CUM ENTRANCE TEST (NEET) for admission in MBBS & Dental Courses

November 2016 to February 2017 4 Months

Board Exam Gap & Reading Vacation March 2017 1 Month NATIONAL ELIGIBILITY CUM ENTRANCE TEST (NEET) for admission in MBBS & Dental Courses

April 2017 1 Month

2 ENGINEERING ENTRANCE EXAMINATION (JEE) November 2016 to February 2017

4 Months

ARTICLE 3: ELIGIBILITY CRITERIA FOR BIDDERS

The Bidder shall be fulfilling the following preconditions and must also submit documentary evidence in support of fulfillment of these conditions while submitting the technical bid. Claims without documentary evidence will not be considered.

Bids from consortiums are not allowed.

ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF MEDICAL ENTRANCE EXAMINATION

Sr No Eligibility Criteria Documentary Evidence to be Attached

1 The Bidder should have minimum Three years of experience in training for Medical Entrance Examination

Experience certificate from CA indicating that the firm has experience of 3 years in providing training for Medical Entrance Examination

2 Minimum 250 candidates per year on an average should have been trained for Medical Entrance Examination for last 3 years ending 31st March 2016.

Self Certified year wise list of candidates trained for Medical Entrance Exam to be submitted as per details given in Format 1 below

3 The bidder should have minimum annual average turnover of Rs. 30 lakhs from training business in the last three years ending 31st March 2016.

Chartered Accountant Certificate indicating the annual turnover from training business in the last three years ending 31st March 2016 as per format given at Annexure 7.

4 The training agency should have minimum 3 teachers per subject (Physics, Chemistry & Biology) having minimum teaching experience of 5 years

Self Certified list of teaching staff. Details is to be provided as per format no. 2 provided below CV of resource teacher with their signature to be provided as per CV format provided at Annexure 8

Format 1: Data of each student trained to be provided as per following format Sr. No. Year Name of Student Address of Student E-mail Id Contact No. Address of Training center

1 Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format

Sr. No.

Name of

Teacher

Gender & Age

Qualification

Total Experience in Yrs.

Experience with Bidder

Subject Expertise

Language

Known

Contact No.

E-mail Id

Documentary evidence to be attached 1. Payslip 2. Degree Certificate 3. Experience Certificate

1

Page 7: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 7 of 37

ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF ENGINEERING ENTRANCE EXAMINATION

Sr No Eligibility Criteria Documentary Evidence to be Attached

1 The Bidder should have minimum Three years of experience in training for Engineering Entrance Examination

Experience certificate from CA indicating that the firm has experience of 3 years in providing training for Engineering Entrance Examination.

2 Minimum 300 candidates per year on an average should have been trained for Engineering Entrance Examination for last 3 years ending 31st March 2016.

Self Certified year wise list of candidates trained for Engineering Entrance Examination to be submitted as per details given in Format 1 below

3 The bidder should have minimum annual average turnover of Rs. 30 lakhs from training business in the last three years ending 31st March 2016.

Chartered Accountant Certificate indicating the annual turnover from training business in the last three years ending 31st March 2016 as per format given at Annexure 7.

4 The training agency should have minimum 3 teachers per subject (Physics, Chemistry & Maths) having minimum teaching experience of 5 years

Self Certified list of teaching staff. Details is to be provided as per format no. 2 provided below CV of resource teacher with their signature to be provided as per CV format provided at Annexure 8

Format 1: Data of each student trained to be provided as per following format

Sr. No. Year Name of Student Address of Student E-mail Id Contact No. Address of Training center 1

Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format

Sr. No.

Name of Teacher

Gender & Age

Qualification

Total Experience in Yrs.

Experience with Bidder

Subject Expertise

Language Known

Contact No.

E-mail Id

Documentary evidence to be attached

1. Payslip 2. Degree Certificate 3. Experience

Certificate 1

Page 8: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 8 of 37

CHAPTER-II GENERAL TERMS AND CONDITIONS

ARTICLE - 1: CHECKLIST OF DOCUMENTS COMPRISING THE BID

1.1 The bid submitted shall have the following documents: Part-I

Earnest Money Deposit and Price of one copy of the Tender Document i.e. Bid document fee in the form of Demand Draft.

Part – II 1. Bid signed and sealed (with official seal) in Original (with photocopies in copy I) on all pages with all pages

duly numbered.

2. In case bidder is a company- Certified copy of Certificate of incorporation for companies & Memorandum and Articles of Associations,

Or

In case the Bidder is a Society- Certified copy of registration deed with objects of constitution of society

Or

In case Bidder is a Corporation- Authenticated copy of the parent statute

Or

In case of Trust- Certified copy of the Trust Deed

Or

In case of Firm- Certified copy of the Registration Deed

Certified copies of documents submitted, as above, must be signed and carry the seal of the authorized signatory.

3. List of present Directors/owners/executive council members/trustees/ Board members as applicable.

4. Self Certified copies of Income Tax returns for last 3 years ending 31st March, 2016.

5. Current Service Tax Clearance Certificate and certified copy (duly signed) of Service Tax Registration Certificate.

6. General power of attorney/Board of Directors resolution/ Deed of Authority contract and all correspondences/documents thereof. Format for General Power of Attorney is given at Annexure 2.

7. Audited balance sheet and income statement duly signed by the statutory auditors and authorised signatory of the bidder for the years 2013-14, 2014-15 and 2015-2016.

8. Clause by clause compliance statement for the whole Tender Document including all Annexure.

9. Documentary evidence (signed by authorized signatory) proving that bidder has provided all the data and documents required for carrying the evaluation of their Bid as per the parameters given at Article 20: Bid Evaluation, Chapter II and Article 3: Eligibility criteria for bidders, Chapter I..

10. Details in the formats as given at Annexures. (please check all the Annexures)

11. The bidder shall enclose its course content, training methodology and approach for providing training for a period of 5 of NEET and 4 months of JEE starting November 2016.

Page 9: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 9 of 37

Part-III

a) Financial Bid as per Annexure – 1(A) & 1(B) to be submitted on-line. No deviations and/or non-compliance clauses shall be allowed in the Financial Bids.

ARTICLE – 2: BIDDING DOCUMENT

2.1 Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submits a Bid not substantially responsive to the bidding documents in every respect may result in the rejection of the Bid.

2.2 The Bidder shall be deemed to have carefully examined all contracts documents to his entire satisfaction. Any lack of information shall not in any way relieve the Bidder of his responsibility to fulfill his obligation under the Contract.

ARTICLE – 3: CLARIFICATION ON BIDDING DOCUMENTS

Bidders can seek written clarifications within 3 days from the last date of issue of the tender document, to D-SAG, Gandhinagar.

ARTICLE – 4: AMENDMENT OF BIDDING DOCUMENTS

4.1 At any time prior to the deadline for submission of bids, D-SAG for any reason, whether at its own initiative or in response to the clarifications requested by prospective Bidders may modify the bidding documents by amendment.

4.2 All prospective Bidders who have received the bidding documents will be notified of the amendment and such modification will be binding on them. The same shall also be placed on the website of D-SAG viz. http://dsag.gujarat.gov.in and on the website of nprocure viz. https://nwr.nprocure.com

4.3 In order to allow prospective Bidders a reasonable time to take the amendment into account in preparing their bids, D-SAG, at its discretion, may extend the deadline for the submission of bids.

ARTICLE – 5: COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the Bid and D-SAG will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.

ARTICLE - 6: BID FORMS 6.1 Wherever a specific form is prescribed in the Tender Document, the Bidder shall use the form to provide

relevant information. If the form does not provide space for any required information, space at the end of the form or additional sheets shall be used to convey the said information.

a. For all other cases, the Bidder shall design a form to hold the required information. 6.2 Tenderer shall not be bound by any printed conditions or provisions in the Bidder's Bid Forms ARTICLE -7: FRAUDULENT & CORRUPT PRACTICE 7.1 Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the

execution of a Contract and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial on-competitive levels and to deprive the D-SAG of the benefits of free and open competition.

7.2 Tenderer will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for, or in executing, contract(s).

Page 10: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 10 of 37

ARTICLE - 8 : CONTRACT OBLIGATIONS

If after the award of the contract the Bidder does not sign the Agreement or fails to furnish the performance guarantee within the prescribed time limit, the D-SAG reserves the right to cancel the contract and apply all remedies available to him under the terms and conditions of this document.

ARTICLE - 9: BID PRICE

9.1 The Financial bid should indicate the prices in the format/price schedule given at Annexure – 1(A) for Medical Entrance & 1(B) for Engineering Entrance. Bidder has to bid separately for each region.

Bidder shall categorically confirm strict compliance with the following stipulation in respect of their offer.

a) Any effort by a Bidder or Bidder's agent/consultant or representative howsoever described to influence the D-SAG in any way concerning scrutiny/consideration/ evaluation/ comparison of the bid or decision concerning award of contract shall entail rejection of the bid.

b) The Bidder should indicate a single consolidated rate for contract period based on the payment terms specified in the Tender.

c) Bids should be submitted through RPAD by the Bidder.

9.2 D-SAG reserves the right to seek clarification/justification from the Bidder on the bid price in case D-SAG deems it necessary. Based on the justification provided by the Bidder, if D-SAG feels that the price is unrealistic/ unfeasible in order to execute a project of this nature, D-SAG reserves the right to reject the said bid. The Bidders shall be governed by the decision of D-SAG.

ARTICLE - 10: BID CURRENCY

For the services required in the Tender the prices shall be quoted in Indian Rupees. Payment for such services as specified in the agreement shall be made in Indian Rupees only.

ARTICLE - 11: BID SECURITY/ EARNEST MONEY DEPOSIT (EMD) 11.1 The Bidder shall furnish, as part of the Bid, a bid security for the amount of Rs. 5.00 Lakhs each for

Medical and Engineering course separately by DD in favour of “Development Support Agency of Gujarat” payable at Gandhinagar issued by any Nationalised bank in India in a separate envelope. Only after the confirmation of valid bid security, the Technical Bid will be opened.

11.2 No interest shall be paid on bid security. 11.3 EMD of Bidders not short-listed will be refunded within 30 days from the date of declaration of Short-

listed Bidders. If the Bidder is short-listed then the security will be refunded within 30 days from the date of signing of the Work order / Contract.

11.4 The successful Bidder's Bid security will be discharged upon the Bidder signing the Work order / Contract, and furnishing the Performance Guarantee.

11.5 The Bid security may be forfeited either in full or in part, at the discretion of D-SAG, on account of one or more of the following reasons:

a) The Bidder withdraws their Bid during the period of Bid validity specified by them on the Bid

letter form. b) Bidder does not respond to requests for clarification of their Bid. c) Bidder fails to co-operate in the Bid evaluation process, and d) In case of a successful Bidder, the said Bidder fails: 1. to sign the Work order / Contract in time; or 2. to furnish Performance Guarantee ARTICLE - 12: PERIOD OF VALIDITY OF BIDS

12.1 Bids shall remain valid for 180 days after the date of Bid opening prescribed by D-SAG. A Bid valid for a shorter period shall be rejected as non-responsive.

Page 11: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 11 of 37

12.2 In exceptional circumstances, the D-SAG may solicit Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The Bid security shall also be suitably extended. A Bidder granting the request is not required nor permitted to modify the Bid.

ARTICLE - 13: FORMAT AND SIGNING OF BID 13.1 The Bidder shall prepare required number of copies of the bid, clearly marking each “Original Bid” and

“Copy of Bid” as appropriate. In the event of any discrepancy between them, the original shall govern. 13.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the

Bidder or a person duly authorized to bind the Bidder to the Contract/Concession Agreement. All pages of the bid, except for un-amended printed literature, shall be initialed by the person or persons signing the bid.

13.3 The complete bid shall be without alteration or erasures, except those to accord with instruction issued by the D-SAG or as necessary to correct errors made by the Bidder, in which case such corrections shall be initiated by the person or persons signing the bid.

13.4 All the pages of the bid must be duly numbered. ARTICLE - 14: SEALING AND MARKING OF BID 14.1 Technical Bid: Bidder shall submit their bids through RPAD in TWO SEPARATE PARTS in sealed

envelopes super-Scribed with due date, time, project and nature of bid (Bid Security, Technical).

Part: I The Bid Security and Tender Fee in a separate sealed envelope super scribed with the Tender Document number.

Part: II Original and 1 copy of TECHNICAL BID complete with all technical and commercial details other than price i.e. identical to part-III with prices blanked out.

NOTE: Filling up prices in Part-II will render the Bidder disqualified.

The envelopes containing Part-I and Part-II of bid should be enclosed in a larger envelope duly sealed. The

enclosed CUT-OUT Slips shall be filled and pasted on the envelopes (Formats given at page no. 37). All pages of the offer must be signed.

1.0 Financial Bid: Bidder shall submit the FINANCIAL BID online only. 2.0 Services offered should be strictly as per specifications mentioned in this Tender Document. Please

spell out any unavoidable deviations, article-wise, in your bid under the heading “Deviations”. 3.0 Once quoted, the Bidder shall not make any subsequent price changes, whether resulting or arising out

of any technical/commercial clarifications sought regarding the bid, even if any deviation or exclusion may be specifically stated in the bid. Such price changes shall render the bid liable for rejection.

14.2 If the outer envelope is not sealed and marked as required, D-SAG will assume no responsibility for the bid's misplacement or premature opening.

14.3 If these envelopes are not sealed and marked as required, D-SAG will assume no responsibility for the bid's misplacement or premature opening and rejection.

ARTICLE - 15: BID DUE DATE 15.1 Bid must be received by the D-SAG at the address specified in the Tender Document not later than the

date and time specified in the bid through RPAD. 15.2 The D-SAG may, at its discretion, on giving reasonable notice through its website and website of

nprocure, extend the bid due date, in which case all rights and obligations of the D-SAG and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended.

Page 12: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 12 of 37

ARTICLE - 16: LATE BID/CONDITIONAL BID 16.1 Any bid received by the D-SAG after the bid due date/time prescribed in the Tender Document shall be

rejected. 16.2 Any bid indicating conditions beyond those indicated in this Tender Document i.e. conditional bid shall be

rejected. ARTICLE 17: MODIFICATION AND WITHDRAWAL OF BID 17.1 The Bidder may modify or withdraw its Bid after the Bid's submission, provided that written notice of the

modification included substitution or withdrawal of the bids, is received by the D-SAG prior to the deadline prescribed for submission of bids.

17.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in a manner similar to the original Bid.

17.3 No Bid may be modified subsequent to the deadline for submission of bids. 17.4 No Bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of

the period of Bid validity specified by the Bidder on the bid letter form. Withdrawal of a Bid during this interval may result in the Bidder's forfeiture of its Bid security.

ARTICLE - 18: OPENING OF BIDS BY THE D-SAG

18.1 Bids will be opened in the presence of Bidder's representatives, who choose to attend. . 18.2 The Bidder's names, Bid modifications or withdrawals and the presence or absence of relevant Bid

security and such other details as the D-SAG at his/her discretion, may consider appropriate, will be announced at the opening.

18.3 At the pre-decided time, Technical Bids shall be opened and listed them for further evaluation. ARTICLE - 19: CONTACTING THE D-SAG 19.1 Bidder shall not approach the D-SAG officers outside of office hours and/or outside the D-SAG premises,

from the time of the Bid opening to the time the Contract is awarded. 19.2 Any effort by a Bidder to influence the D-SAG officers in the decisions on Bid evaluation bid comparison

or contract award may result in rejection of the Bidder's offer. If the Bidder wishes to bring additional information to the notice of the D-SAG, it should do so in writing.

ARTICLE - 20: BID EVALUATION 20.1 Parameters and Procedure of Evaluation

The Bids will be evaluated on lowest cost based selection (LCBS) Method.

Bids will be evaluated separately for each course of entrance examination i.e. Medical and Engineering as per evaluation criteria.

1. Technical Evaluation

The Bidders who have fulfilled the eligibility criteria will be evaluated further.

The technical evaluation and comparison of the bids shall be done as per the parameters given in the Table below and the data and documents provided by the Bidders in support of their claims. Claims without documentary evidence will not be considered. The bidder shall be required to make presentations on his methodology for carrying out the tasks.

Page 13: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 13 of 37

Evaluation Criteria if bidding for providing training of Medical Entrance Examination Course

Sr No

Evaluation Criteria Maximum

Marks

Details if bidding for Medical Entrance Exam

Marks

1 Annual average turnover of from training business in the last three years ending 31st March 2016.

10 30 Lakh 7 More than 30 Lakhs less than 50 Lakhs 9 More than 50 Lakhs 10

2 No. of Training Centers In Gujarat 5 1 to 2 centers 2 3 to 4 centers 4 More than 4 centers 5

No. of Training Centers In India (Outside Gujarat)

10 5 to 7 centers 7 8 to 10 centers 9 More than 10 centers 10

3 No.of qualified teacher having graduation in the field of Medicine or Science.

15 50 teachers 10 More than 50 teacher less than 70 teacher 13 More than 70 teacher 15

4 Experience in providing training for Government project

5 1 project 3 2 to 3 projects 4 More than 3 projects 5

5 No of candidates trained during last 3 years ending 31st March 2016 for medical entrance Examination

15 750 to 1000 10 1000 to 1500 13 More than 1500 15

6 Outcome indicator – Nos. of the students trained and successful in each year in Medical Entrance Examination and sought admission in Medical college / institute. The bidder should provide total nos. of students trained each year versus nos. of students who got admission in Medical college. The bidder will have to provide list of successful candidates as per format 1 given below.

15 Less than 100 no. of students 0

More than 100 and less than 150 no. of students

10

More than 150 and less than 200 no. of students

13

More than 200 no. of students 15

7 The Approach, methodology and work plan proposed and presentation made to the Technical Committee.

25 Approach near to the requirement 15 Approach & methodology with monitoring and test schedule

20

Methodology and approach systematic considering all the aspects of the project like monitoring, regular mock tests, attendance method, time frame of the project

25

TOTAL 100 Format 1: Data of Each Student to be submitted in following format

1. Self Certified year wise list of candidates succeeded and sought admission in Medical field jointly during last 3 years ending 31st March 2016.

Sr. No.

Name of Student

Location E-mail Id Contact No. Admission sought in college

(Name of Medical College)

Students appeared during that

particular year with Roll Nos.

Result with supporting documents

Page 14: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 14 of 37

Evaluation Criteria if bidding for providing training of Engineering Entrance Examination Course

Sr No

Evaluation Criteria Maximum

Marks

Details if bidding for Engineering Entrance Exam

Marks

1 Annual average turnover of from training business in the last three years ending 31st March 2016.

10 30 Lakh 7 More than 30 Lakhs less than 50 Lakhs 9 More than 50 Lakhs 10

2 No. of Training Centers In Gujarat 5 1 to 2 centers 2 3 to 4 centers 4 More than 4 centers 5

No. of Training Centers In India (Outside Gujarat)

10 5 to 7 centers 7 8 to 10 centers 9 More than 10 centers 10

3 No. of teacher having graduation in the field of Engineering or Science.

15 50 teachers 10 More than 50 teacher less than 70 teacher 13 More than 70 teacher 15

4 Experience in providing training for Government project

5 1 project 3 2 to 3 projects 4 More than 3 projects 5

5 No of candidates trained during last 3 years ending 31st March 2016 for engineering entrance Examination

15 900 to 1200 10 1200 to 1500 13 More than 1500 15

6 Outcome indicator – Nos. of the students trained and successful in each year in Engineering Entrance Examination and sought admission in engineering college / institute. The bidder should provide total nos. of students trained each year versus nos. of students who got admission in engineering college. The bidder will have to provide list of successful candidates as per format 1 given below.

15 Less than 200 no. of students 0

More than 200 and less than 450 no. of students

10

More than 450 and less than 500 no. of students

13

More than 500 no. of students 15

7 The Approach, methodology and work plan proposed and presentation made to the Technical Committee.

25 Approach near to the requirement 15 Approach & methodology with monitoring and test schedule

20

Methodology and approach systematic considering all the aspects of the project like monitoring, regular mock tests, attendance method, time frame of the project

25

TOTAL 100 Format 1: Data of Each Student to be submitted in following format

1. Self Certified year wise list of candidates succeeded and sought admission in engineering field jointly during last 3 years ending 31st March 2016.

Sr. No. Name of Student

Location E-mail Id Contact No. Admission sought in college (Name of Engineering

College)

Students appeared during that particular year with

Roll Nos.

Result with supporting documents

Page 15: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 15 of 37

The D-SAG reserves the right to verify the claims made by the Bidders and to carry out the capability assessment of the Bidders and the D-SAG’s decision shall be final in this regard. The cut-off marks for short-listing based on the Technical Evaluation is 60 for both medical and engineering coaching. The Evaluation Committee shall have the right to verify the claims made by the Bidder, in whichever way it deems fit. Based on the Bid Evaluation, only technically qualified Bidders scoring more than cut-off marks shall be short-listed.

2. Financial Evaluation

The financial bid of the short-listed Bidders only shall be opened. The bidder quoting lowest rate will be invited for contract, with a view to clarify any outstanding points, to finalize technical and financial arrangements and, to sign a Contract Agreement. Bidders submitting the bids should clearly understand that any or all parts of their bids are liable to be part of the negotiation procedure. D-SAG is not bound in any manner to select any of the bidders submitting proposals or to select the bidder offering the lowest price.

20.2 Bid Evaluation Committee The above evaluation shall be done by an Evaluation Committee decided by Development Support Agency of Gujarat (D-SAG), Govt. of Gujarat. The Committee shall determine the approach and methodologies for the issues, which may arise during the above referred evaluation exercise and have not been addressed in this Tender Document. The decision of the Committee shall be final and binding on all the Bidders. ARTICLE - 21 : THE D-SAG’s RIGHT TO VARY SCOPE OF CONTRACT AT THE TIME OF AWARD

The D-SAG may at any time, by a written order given to the Bidder make changes @ ¬+ 10% with respect to training centres within the general scope of contract. ARTICLE - 22 : THE D-SAG'S RIGHTS TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS The D-SAG reserves the right to reject any Bid and to annul the bidding process and reject all bids at any time prior to award of Contract. Without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for such decision. ARTICLE - 23: NOTIFICATION OF AWARD & SIGNING OF CONTRACT 23.1 Prior to expiry of the period of Bid validity, the D-SAG will notify the successful Bidder in writing that its

Bid has been accepted and send the successful Bidder the Contract Form. 23.2 Within 10 days of receipt of the Contract Form, the successful Bidder shall sign and date the contract and

return it to the D-SAG. If the successful Bidder thus selected fails to sign the contract as stipulated, the D-SAG reserves the right to offer the contract to the next lowest Bidder.

ARTICLE - 24: PERFORMANCE GUARANTEE 24.1 The contract performance guarantee has to be submitted within TEN days of receipt of contract form. The

performance guarantee shall be 5% of the Total Accepted Tender Value. The performance guarantee can be in the form of bank guarantee, which shall be valid for duration of 180 days beyond the expiry of contract period.

24.2 If the successful Bidder fails to remit the performance guarantee the EMD remitted by him will be forfeited by D-SAG and his bid will be held void.

Page 16: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 16 of 37

24.3 Upon the successful Bidder's furnishing of performance guarantee and signing of contractual documents,

D-SAG will promptly notify all Short-listed Bidders and will refund their Bid Security. 24.4 The Performance Guarantee Format is given at Annexure-3. 24.5 The Performance Guarantee of the successful Bidder shall be refunded within six months from the

expiry of the contract period and on satisfaction of the D-SAG for execution of the work / settlement of disputes, if any.

24.6 Performance Guarantee of the training provider will be forfeited in the event the training is not

commenced on time and as per schedule. ARTICLE - 25: PAYMENT TERMS

The payment terms will be as follows: All the payments to the Agencies will be made by either D-SAG directly or by Concerned Project Administrator. The role of concerned Project Administrator is to coordinate and support Service Provider for implementation of project, monitor the project on regular basis. All the payments will be released on certification of satisfactory completion of work by D-SAG or concerned Project Administrator/ concerned Assistance Commissioner.

Schedule of payments:

1. 20% of total payment would be released after 1 month from the date of commencement of Training

2. Next 20% payment would be released after completion of total 2 months of training 3. Next 30% payment would be released after completion of total 4 months of training 4. Remaining 30% payments would be released after completion of admission process. NOTE: The payment would be released on per student basis in various installments as per above mentioned. 80% attendance of a student in the coaching classes is mandatory for releasing payment for the particular installment. If the attendance of a student in the duration (for various installments) is less than 80%, payment would not be given for that student.

ARTICLE -26: PENALTY The D-SAG will levy a maximum of 10% penalty of the Total Accepted Tender Value for the following:

Ø The Training provider will have to pay penalty proportionately in the event training is

1. Left incomplete

2. Lack of adequate teaching staff

3. Inadequate provision of equipment & teaching material as per scope of work

4. If training is not completed in pre-confirmed time schedule

5. In case the agency fails to deliver its responsibility

Page 17: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 17 of 37

A penalty will be levied In the event success rate @5% is not achieved. Success rate means at least 5% of students who successfully completed training shall be qualified and took admission in various Engineering and Medical colleges.

The quantum of penalty shall be decided by the D-SAG and it shall be binding and final on the

training provider. On the Bidder failing to rectify the faults, the D-SAG may get them attended/rectified by any other agency at the risk and cost of the Bidder and the same will be recovered from the Bidder. The D-SAG shall terminate the contract on evidence of persistent non-performance by the Bidder by giving notice as the case may be.

ARTICLE -27: PATENT RIGHTS

The Bidder shall indemnify the D-SAG against all third-party claims of infringement of patent, trademark/copyright arising from the use of services or any part thereof.

ARTICLE -28: THE D-SAG’s RIGHT TO AWARD THE CONTRACT TO ONE OR MORE BIDDERS

The D-SAG reserves the right to award the contract to one or more than one Bidder and split the order among different Bidders for the regions.

Page 18: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 18 of 37

CHAPTER – III

TERMS OF REFERENCE

ARTICLE – 1: INTRODUCTION It is proposed to facilitate training for medical and engineering entrance examination for ST students of 12th Science Standard by professional competent training institute.

The proposed training centers shall be divided into three regions i.e. cluster of districts as follows

a. South Region: Navsari, Surat, Valsad, Dang, Tapi, b. Central region: Chhotaudepur, Dahod, Mahisagar, Narmada, Godhara. c. North Region: Bharuch, Sabarkantha, Banaskantha, Ahmedabad, Arvalli

The bidder can bid for providing training either in medical / engineering entrance examination or for both and for single region / multiple regions. However it has to be specified clearly in the bid. ARTICLE 2: SCOPE OF WORK The scope of work for the Training agency will include:

1. To conduct training classes for medical and / or engineering entrance exams after school hours for students of 12th standard at the designated training centers.

2. To deploy trained & quality teaching staff. The continuity of the classes should not be affected by unavailability of teachers at any point of time.

3. To ensure that the teaching staff is capable of teaching in English as well as Gujarati. 4. To ensure that the course curriculum shall be in line with the medical and engineering entrance

examination to be conducted in the year 2017. 5. To ensure rotation of subjects during weekdays. 6. To conduct regular tests and mock examination 7. To maintain records of

a. number of lectures, b. duration of lecture, c. attendance of lecturer d. attendance of students, e. number of students studying in each center, f. performance level of individual students & their progress.

8. To identify the students who have high probability of cracking JEE for Engineering and NEET for Medical entrance examination and report the same. The bidder may form star batch comprising of these students & improve their performance further.

9. The agency will identify the student who wants to receive coaching through Aptitude test in coordination and consolation with concerned Project Administrator.

10. The agency will submit the Gantt chart regarding Medical & Engineering Coaching (a chart in which a series of horizontal lines shows the amount of work done or production completed in certain periods of time in relation to the amount planned for those periods) to D-SAG after getting work order and the same will be approved by D-SAG.

11. After getting work order the agency will also submit the details of teaching staff who will give coaching during the contract period and that all teachers cannot be changed up to completion of the contract without prior permission of the D-SAG

Page 19: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 19 of 37

ARTICLE 3: BENEFICIARY DETAILS AND TRAINEE SELECTION The beneficiary of this project will be ST students of Gujarat, who are studying in 12th class. Approx. 40 students per class / batch is proposed for training in the selected centers. The list of centers is given at Annexure no. 9 of this tender document. Social Mobilization for the project is i.e. creating awareness about the project will be the responsibility of the selected bidder will be facilitated by the concerned project administrator for the same. ARTICLE: 4 SERVICES TO BE PROVIDED

a) Bidder has to provide training for Medical and / or Engineering Entrance Examination to the students in all the three subjects viz. Physics, Chemistry and Biology for Medical and Physics, Chemistry and Maths for Engineering as per the entrance test syllabus for the year concerned in Gujarati / English language.

b) The total duration of training will be 5 months for NEET and 4 Months for JEE.

c) The duration of regular training will be 3 hours daily for 6 days in week for 4 months. The training is to be provided in school premises after school hours preferably between 3:00 PM to 6:00 PM. The training should be provided during weekdays i.e. from Monday to Saturday.

d) The duration of training will be 6 hours during every Sunday. The preferable training time will be from 10:00 AM to 01:00 PM & 2:00 PM to 5:00 PM.

e) Bidder has to conduct regular tests on monthly basis during weekdays i.e. from Monday to Saturday and mock test on Monthly basis during Saturday or Sunday. The bidder will submit report of regular test and mock test to the D-SAG in the format mutually agreed. The report should necessarily contain Name of ST candidate, his attendance, etc.

f) The duration of training will be 6 hours daily for 6 days in a week for one month prior to National

Eligibility cum Entrance Test. The preferable training time will be from 10:00 AM to 01:00 PM & 2:00 PM to 5:00 PM.

g) If pattern or type of exam i.e. incase of JEE, NEET other medical or engineering entrance exam is decided by competent authority then the bidder shall be required to train the students for that exam.

h) Bidder has to provide teaching staff, training material and necessary literature, AV system, training material required for conducting regular exam and mock exams.

i) The qualification for training staff at center should be minimum graduate in respective streams or higher. The qualification and experience of the training staff should be mentioned clearly in the technical proposal. The training staff cannot be changed without written approval of D-SAG.

j) Bidder has to devise Management Information System for monitoring and informing D-SAG about

performance of each center and student.

ARTICLE: 5 LOCATIONS List of proposed training centers region wise with district with proposed no. of batches / classes of maximum 40 students each at each center. The list of centers is given at Annexure 9 of this document.

Page 20: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 20 of 37

ARTICLE- 6: ADDITIONAL AS WELL AS NEW CENTRES AND STAFF During the course of contract period, if requirement is felt for creation of additional training centres, bidder would be bound to fulfill this requirement and would be paid separately for the same. ARTICLE – 7: SERVICE PERFORMANCE REQUIREMENT The bidder has to ensure 5% success rate for Medical and Engineering entrance examination separately i.e. The nos. of students who will get admission in Medical and Engineering college should be 5% of the total nos. of students who have Successfully completed Medical and Engineering Entrance Examination Coaching. ARTICLE – 8: STANDBY TRAINING STAFF AND OTHER REQUIREMENTS The bidder will have to ensure adequate training staff and other requirements such as AV system, required stationery, teaching material etc for ensuring uninterrupted training to the ST students. ARTICLE – 9: TEACHING LANGUAGE

Teaching language should be Gujarati as well as English and the medium of language in which the entrance exam is conducted enabling students to grasp and gain the knowledge easily.

ARTICLE – 10: PROVISION BY D-SAG

Classroom facility, room for staff and storage of teaching materials & literature, power, drinking water, sanitation and security will be provided by Development Support Agency of Gujarat (D-SAG) at each center in coordination with concerned Project Administrator.

Page 21: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 21 of 37

CHAPTER – IV

SPECIAL TERMS AND CONDITIONS OF CONTRACT

ARTICLE - 1: CONTRACT PERIOD

This contract period shall commence from date of signing of work order and shall continue thereafter for a period of 1 year. The agency shall be in a position to start the training program within 15 days of issue of the work order.

This service shall be reviewed by D-SAG at the end of the year. The contract may be extended for further one year period as may be mutually decided on the same terms and conditions

ARTICLE -2: BIDDER’S OBLIGATION

i) The Bidder shall appoint, an authorised person not lower than the rank of Manager as “Co-ordinator -Bidder” to co-ordinate with the D-SAG in all matters related to Bidder for the successful implementation and operation of the project and to be responsible for all necessary exchange of information.

ii) The Bidder shall provide all assistance to the D-SAG representative/s as they may reasonably

require for the performance of their duties and services. iii) The Bidder shall provide to the D-SAG reports on a regular basis during the Contract Period. iv) The Bidder shall be responsible for all statutory obligations / liabilities like Salary, ESI. PF,

etc. as per Labour Laws for the training staff employed for the project. ARTICLE - 3: D-SAG'S OBLIGATION

i) Grant in a timely manner all such approvals, permissions and authorizations which the Bidder may require or is obliged to seek from in connection with implementation of the project and the performance of the Bidder obligations.

ii) D-SAG shall release the funds in a timely manner, after satisfying itself of all the project-

related, statutory and accounting aspects, so as to enable the bidder to satisfactorily implement the project and perform its obligations.

ARTICLE - 4: LIQUIDATED DAMAGES

In the event of failure of the Bidders to secure acceptance by the D-SAG, before the commencement date as prescribed by the D-SAG, the D-SAG reserves the option to recover from the Bidder as liquidated damages and not by way of penalty, 10% of the Total Accepted Tender Value of the Service to be rendered for the period after the said commencement date, until acceptance without prejudice to other remedies under the contract.

ARTICLE - 5: TERMINATION OF THE CONTRACT 5.1 The D-SAG will have the right to cancel the contract if the Bidder commits breach of any or all

conditions of the contract. Breach of Contract includes, but not limited to, the following:

Page 22: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 22 of 37

a) It is found that the schedule of implementation of the project is not being adhered to. b) The Bidder stops work and such stoppage has not been authorised by the D-SAG. c) The Bidder may become bankrupt or goes into liquidation other than for project or

amalgamation. d) The D-SAG gives notice to correct a particular defect/irregularity and the Bidder fails to

correct such defects/irregularity within a reasonable period of time determined by the D-SAG.

ARTICLE - 6: SUSPENSION

The D-SAG may, by a written notice of suspension to the Bidder, suspend the Contract if the Bidder fails to perform any of its obligations under this Contract (including the carrying out of the services) provided that such notice of suspension: 1. Shall specify the nature of the failure and 2. Shall request the Bidder to make good such failure within a specified period from the date of receipt

of such notice of suspension by the Bidder.

ARTICLE - 7: OWNERSHIP OF DATABASE [

The ownership of the data base as and when created in the course of the execution of the work under this tender during the contract period without any liability will be automatically vested with the D-SAG. None of the physical facility and manpower created under this tender shall be transferred to D-SAG.

ARTICLE - 8: DETAILS TO BE KEPT CONFIDENTIAL

The Bidder shall treat the details of the contract as private and confidential, save in so far as may be necessary for the purposes thereof, and shall not publish or disclose the same or any particulars thereof in any trade or technical paper or elsewhere without the previous consent in writing of the D-SAG. If any dispute arises as to the necessity of any publication or disclosure for the purpose of the Contract the same shall be referred to the D-SAG whose decision shall be final. The Bidder or his representative should neither disclose the data of project nor sell the data or use it for commercial exploitation or research work without the written permission of the D-SAG. The time period for Confidentiality maintenance shall restricted to one year after the contract period.

ARTICLE - 9: TRANSFER OF RIGHTS

The Bidder shall not transfer the Contract to anybody except with the prior permission of the D-SAG.

ARTICLE - 10: IMPLEMENTATION SCHEDULE

The bidder has to commence training within 15 days from issue of work order and necessary arrangement in this regard may be done well in advance once the contract / work order is signed.

Page 23: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 23 of 37

ANNEXURE -1(A)

FINANCIAL BID FORMAT

for providing training of Medical Entrance Examination

Tender Notice No.__________________ :

To: Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A , Gandhinagar 382010, Gujarat Sir: I/We hereby bid for Selection of Agency for Training of ST Students for Preparation of Medical Entrance Examinations in Tribal Areas of Gujarat as per the Terms of Reference given in this Tender Document of the D-SAG, Gandhinagar within the time specified and in accordance with the specifications, design and instructions as per Special Terms and Conditions as well as General Terms and Conditions. The rates are quoted in the prescribed format given below: The rates indicated shall be Inclusive of all taxes and must be valid for the contract period. 5 months for Academic Year - 2016-17 Regions a. South Region: Navsari, Surat, Valsad, Dang, Tapi, b. Central region: Chhotaudepur, Dahod, Mahisagar, Narmada, Godhara. c. North Region: Bharuch, Sabarkantha, Banaskantha, Ahmedabad, Arvalli Name of the Region applied for _____________________ Bidder has to bid separately for each region

Sr. No. Description of services

Rs. (in words and figures) for providing coaching per student

1 The Services of Training of students for preparation of Medical Entrance Examination in Tribal Areas of Gujarat Per Students.

In the event of discrepancy in the financial quote between the words and the figures the financial quote indicated in words will be considered final. .

Signature of the Bidder with Seal

Page 24: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 24 of 37

ANNEXURE -1(B)

FINANCIAL BID FORMAT

for providing training of Engineering Entrance Examination

Tender Notice No.__________________ :

To: Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A , Gandhinagar 382010, Gujarat Sir: I/We hereby bid for Selection of Agency for Training of ST Students for Preparation of Engineering Entrance Examinations in Tribal Areas of Gujarat as per the Terms of Reference given in this Tender Document of the D-SAG, Gandhinagar within the time specified and in accordance with the specifications, design and instructions as per Special Terms and Conditions as well as General Terms and Conditions. The rates are quoted in the prescribed format given below: The rates indicated shall be inclusive of all taxes and must be valid for the contract period. 4 months for Academic Year – 2016-17 Regions a. South Region: Navsari, Surat, Valsad, Dang, Tapi, b. Central region: Chhotaudepur, Dahod, Mahisagar, Narmada, Godhara. c. North Region: Bharuch, Sabarkantha, Banaskantha, Ahmedabad, Arvalli Name of the Region applied for _____________________ Bidder has to bid separately for each region

Sr. No. Description of services

Rs. (in words and figures) for providing coaching per student

1 The Services of Training of students for preparation of Engineering Entrance Examination in Tribal Areas of Gujarat Per Student.

In the event of discrepancy in the financial quote between the words and the figures the financial quote indicated in words will be considered final. .

Signature of the Bidder with Seal

Page 25: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 25 of 37

ANNEXURE – 2

PROFORMA OF GENERAL POWER OF ATTORNEY (To be signed and executed in non-judicial stamp paper of Rs. 10/=)

GENERAL POWER OF ATTORNEY

Be it known all to whom it concern that :

1. Sri/Smt______________________________S/O____________ ____________________Residing at________________ 2. Sri/Smt______________________________S/O____________ ____________________Residing at________________ 3. Sri/Smt______________________________S/O____________ ____________________Residing at________________

I/We all the Partners/Directors/Board members/ trustees/ Executive council members/ proprietors/ Leaders of M/S ________________________having its registered office at_________________hereby appoint Shri _____________________ S/O __________________________________residing at ___________________ as my/our attorney to act my/our name and on behalf and sign and execute all Documents/ Agreements binding the firm for all contractual obligations (including reference of cases to arbitrators) arising out of contracts to be entered into by the company/ Corporation/ society/ trust/ firm with the Office of Development Support Agency of Gujarat (D-SAG), Gandhinagar 382010 in connection with its tender No._______________Dated_____________of training of ST students for medical and engineering entrance examinations in Tribal areas of Gujarat due for opening on __________________. In short, he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s ____________________________________ and I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/ our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/ us and my/ our company/ Corporation/ society/ trust/ firm as if the same were executed by me/ us individually or jointly. Witness (with address) Signature of the Partners/Directors/Board members/

trustees/ Executive council members/ proprietors/ Leaders

1. 2. 3. ATTESTED ACCEPTED

Signature: (Seal and Signature of Signatory of Tender offer of the company/ Corporation/ society/ trust/ firm)

Page 26: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 26 of 37

ANNEXURE - 3 FORMAT FOR PERFORMANCE GUARANTEE

(On Non-Judicial Stamp Paper)

To be stamped according to Stamp Act and to Be in the name of the executing Bank

To To Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A Gandhinagar 382010, Gujarat

In consideration of the D-SAG, GANDHINAGAR having its registered office at Gandhinagar (hereinafter called the “D-SAG” which expression shall unless repugnant to the subject or context include its administrators successors and assigns) having agreed under the terms and conditions of the Award Letter bearing No _____ dated _____ issued by the D-SAG, Birsa Munda Bhavan, Sector 10/A, Gandhinagar, which has been unequivocally accepted by the Bidder (refer NOTE below) work of Selection of Agency for Training of ST Students for Preparation of Medical and Engineering Entrance Examinations in Tribal Areas of Gujarat (hereinafter called the said Contract) to accept a Deed of Guarantee as herein provided for Rs. ____ (Rupees ____ only) from a Nationalised Bank, in lieu of the security deposit, to be made by the Bidder or in lieu of the deduction to be made from the bidder’s bill, for the due fulfillment by the said Bidder of the terms and conditions contained in the same Contract. We ________ the __________ (hereinafter referred to be “the said Bank” and having our registered office at ____ do hereby undertake and agree to indemnify and keep indemnified to the D-SAG from time to time to the extent of Rs. ____ (Rupees ____ only) against any loss or damage, costs charges and expenses misused to or suffered by or that may be caused to or suffered by the D-SAG by reason of any breach or breaches by the Bidder and to unconditionally pay the amount claimed by the D-SAG on demand and without demand to the extent aforesaid. We, __________ Bank, further agree that the D-SAG shall be the sole judge of and as to whether the said Bidder has committed any breach or breaches of any of the terms and conditions of the said Contract and the extent of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the D-SAG on account thereof and the decision of the D-SAG that the said Bidder has committed such breach or breaches and as to the amount or amounts of loss, damage, costs charges and expenses caused to or suffered by or that may be caused to or suffered by the D-SAG from time to time shall be final and binding on us.

1. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said contract and till all the dues of the D-SAG under the said Contract or by virtue of any of the terms and conditions governing the said Contract have been fully paid and its claims satisfied or discharged and till the owner certifies that the terms and conditions of the said Contract have been fully and properly carried out by the Bidder and accordingly discharges this Guarantee subject, however, that the D-SAG shall have no claim under the Guarantee after 180 (One Hundred Eighty) days from the date of expiry of the contract period.

2. The D-SAG shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee or indemnity, from time to time to vary any of the terms and conditions of the said contract or to extend time of performance by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions governing the said contract or securities available to D-SAG and the said Bank shall not be released from its liability under these presents by any exercise by the D-SAG of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of the D-SAG or any indulgence by the D-SAG to the said Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so releasing the Bank from its such liability.

Page 27: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 27 of 37

3. It shall not be necessary for the D-SAG to take legal action against the Bidder before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank, notwithstanding any security which the D-SAG may have obtained or obtain from the Bidder shall at the time when proceedings are taken against the Bank hereunder be outstanding or unrealized.

4. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the D-SAG in writing and agree that any change in the Constitution of the said Bidder or the said Bank shall not discharge our liability hereunder. If any further extension of this Guarantee is required the same shall be extended to such required periods on receiving instructions from M/s. ____ on whose behalf this guarantee is issued.

In presence of

WITNESS For and on behalf of (the bank) 1. __________ Signature ___________ 2. __________ Name & Designation _______

Authorisation No.

Date and Place

Bank Seal

The above guarantee is accepted by the D-SAG, Gandhinagar

NOTES

FOR PROPRIETARY CONCERNS Shri ________ son of ______resident of _______carrying on business under the name and style of ______ at _______ (hereinafter called “The said Bidder” which expression shall unless the context requires otherwise include his heirs, executors, administrators and legal representatives).

FOR PARTNERSHIP CONCERNS M/s. ___________________ a partnership firm with its office ________ (hereinafter called “the said Bidder” which expression shall unless the context requires otherwise include their heirs, executors, administrators and legal representatives); the name of their partners being

1) Shri__________ S/o 2) Shri__________ S/o

FOR COMPANIES M/s. ______________ a company registered under the Companies Act 1956 and having its registered office in the State of ________ (hereinafter called “the said Bidder” which expression shall unless the context requires otherwise include its administrators, successors and assigns).

FOR TRUST M/s. ______________ a company registered under the Bombay Public Trust Act 1850 and having its registered office in the State of ________ (hereinafter called “the said Bidder” which expression shall unless the context requires otherwise include its administrators, successors and assigns).

FOR SOCIETIES

M/s. ______________ a company registered under the Societies Registration Act, 1860 and having its registered office in the State of ________ (hereinafter called “the said Bidder” which expression shall unless the context requires otherwise include its administrators, successors and assigns).

Page 28: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 28 of 37

ANNEXURE –4

PROFILE OF THE BIDDER / LEAD BIDDER The Bidder should furnish the following details 1. Name of the Organization : 2. Nature of the Organization : (Govt./Public/Private/Partnership/ Proprietorship/ Trust/ Society) 3. Address with phone no, fax and E-mail id: (Pl. provide address of head office and Regd. Office as the case may be) 4. Name of the Authorized Person: 5. Contact details of Authorized Person: (Address, Contact no.. E-mail Id) 6. Details of registration and date of expiry (attested photocopy of registration to be enclosed) 7. Permanent Account No (PAN).: ___________________ (Attach self-certified copy) 8. Any other details in support of your offer :

Signature of the bidder with seal

Page 29: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 29 of 37

ANNEXURE – 5 CHECKLIST FOR FULFILLMENT OF ELIGIBILITY CRITERIA

(CHAPTER-I, ARTICLE-3)

ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF MEDICAL ENTRANCE EXAMINATION Claims without documentary evidence will not be considered.

Sr No Eligibility Criteria Documentary Evidence to be Attached

Documentary Proof attached (Y/N) (Give

Annexure No.) 1 The Bidder should have minimum

Three years of experience in training for Medical Entrance Examination

Experience certificate from CA indicating that the firm has experience of 3 years in providing training for Medical Entrance Examination

2 Minimum 250 candidates per year on an average should have been trained for Medical Entrance Examination for last 3 years ending 31st March 2016.

Self Certified year wise list of candidates trained for Medical Entrance Exam to be submitted as per details given in Format 1 below

3 The bidder should have minimum annual average turnover of Rs. 30 lakhs from training business in the last three years ending 31st March 2016.

Chartered Accountant Certificate indicating the annual turnover from training business in the last three years ending 31st March 2016 as per format given at Annexure 7.

4 The training agency should have minimum 3 teachers per subject (Physics, Chemistry & Biology) having minimum teaching experience of 5 years

Self Certified list of teaching staff. Details is to be provided as per format no. 2 provided below CV of resource teacher with their signature to be provided as per CV format provided at Annexure 8

Format 1: Data of each student trained to be provided as per following format

Sr. No. Name of Student Address of Student E-mail Id Contact No. Address of Training center 1

Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format

Sr. No.

Name of Teacher

Gender & Age

Qualification Total Experience in Yrs.

Experience with Bidder

Subject Expertise

Language Known

Contact No.

E-mail Id

Documentary evidence to be attached 1. Payslip 2. Degree Certificate 3. Experience

Certificate 1

Page 30: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 30 of 37

ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF ENGINEERING ENTRANCE EXAMINATION

Sr No Eligibility Criteria Documentary Evidence to be Attached

Documentary Proof attached (Y/N) (Give

Annexure No.) 1 The Bidder should have minimum

Three years of experience in training for Engineering Entrance Examination

Experience certificate from CA indicating that the firm has experience of 3 years in providing training for Engineering Entrance Examination.

2 Minimum 300 candidates per year on an average should have been trained for Engineering Entrance Examination for last 3 years ending 31st March 2016.

Self Certified year wise list of candidates trained for Engineering Entrance Examination to be submitted as per details given in Format 1 below

3 The bidder should have minimum annual average turnover of Rs. 30 lakhs from training business in the last three years ending 31st March 2016.

Chartered Accountant Certificate indicating the annual turnover from training business in the last three years ending 31st March 2016 as per format given at Annexure 7.

4 The training agency should have minimum 3 teachers per subject (Physics, Chemistry & Maths) having minimum teaching experience of 5 years

Self Certified list of teaching staff. Details is to be provided as per format no. 2 provided below CV of resource teacher with their signature to be provided as per CV format provided at Annexure 8

Format 1: Data of each student trained to be provided as per following format

Sr. No. Year Name of Student Address of Student E-mail Id Contact No. Address of Training center 1

Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format

Sr. No.

Name of Teacher

Gender & Age

Qualification

Total Experience in Yrs.

Experience with Bidder

Subject Expertise

Language Known

Contact No.

E-mail Id

Documentary evidence to be attached 1. Payslip 2. Degree Certificate 3. Experience

Certificate 1

Page 31: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 31 of 37

ANNEXURE – 6

CHECKLIST FOR FULFILLMENT OF EVALUATION CRITERIA

(CHAPTER-II, ARTICLE-22)

Evaluation Criteria if bidding for providing training of Medical Entrance Examination Course

Sr No

Evaluation Criteria Maximum

Marks

Details if bidding for Medical Entrance Exam Marks

Documentary Proof attached

(Y/N) (Give Annexure No.)

1 Annual average turnover of from training business in the last three years ending 31st March 2016.

10 30 Lakh 7 More than 30 Lakhs less than 50 Lakhs 9 More than 50 Lakhs 10

2 No. of Training Centers In Gujarat 5 1 to 2 centers 2 3 to 4 centers 4 More than 4 centers 5

No. of Training Centers In India (Outside Gujarat)

10 5 to 7 centers 7 8 to 10 centers 9 More than 10 centers 10

3 No.of qualified teacher having graduation in the field of Medicine or Science.

15 50 teachers 10 More than 50 teacher less than 70 teacher 13 More than 70 teachepr 15

4 Experience in providing training for Government project

5 1 project 3 2 to 3 projects 4 More than 3 projects 5

5 No of candidates trained during last 3 years ending 31st March 2016 for medical entrance Examination

15 750 to 1000 10 1000 to 1500 13 More than 1500 15

6 Outcome indicator – Nos. of the students trained and successful in each year in Medical Entrance Examination and sought admission in Medical college / institute. The bidder should provide total nos. of students trained each year versus nos. of students who got admission in Medical college. The bidder will have to provide list of successful candidates as per format 1 given below.

15 Less than 100 no. of students 0

More than 100 and less than 150 no. of students 10

More than 150 and less than 200 no. of students 13

More than 200 no. of students 15

7 The Approach, methodology and work plan proposed and presentation made to the Technical Committee.

25 Approach near to the requirement 15 Approach & methodology with monitoring and test schedule

20

Methodology and approach systematic considering all the aspects of the project like monitoring, regular mock tests, attendance method, time frame of the project

25

TOTAL 100 Format 1: Data of Each Student to be submitted in following format

1. Self Certified year wise list of candidates succeeded and sought admission in Medical field jointly during last 3 years ending 31st March 2016.

Sr. No.

Name of Student

Location E-mail Id Contact No. Admission sought in college (Name of Medical College)

Students appeared during that particular year with Roll Nos.

Result with supporting documents

Page 32: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 32 of 37

Evaluation Criteria if bidding for providing training of Engineering Entrance Examination Course

Sr No

Evaluation Criteria Maximum

Marks

Details if bidding for Engineering Entrance Exam

Marks

Documentary Proof attached

(Y/N) (Give Annexure No.)

1 Annual average turnover of from training business in the last three years ending 31st March 2016.

10 30 Lakh 7 More than 30 Lakhs less than 50 Lakhs 9 More than 50 Lakhs 10

2 No. of Training Centers In Gujarat 5 1 to 2 centers 2 3 to 4 centers 4 More than 4 centers 5

No. of Training Centers In India (Outside Gujarat)

10 5 to 7 centers 7 8 to 10 centers 9 More than 10 centers 10

3 No. of teacher having graduation in the field of Engineering or Science.

15 50 teachers 10 More than 50 teacher less than 70 teacher 13 More than 70 teacher 15

4 Experience in providing training for Government project

5 1 project 3 2 to 3 projects 4 More than 3 projects 5

5 No of candidates trained during last 3 years ending 31st March 2016 for engineering entrance Examination

15 900 to 1200 10 1200 to 1500 13 More than 1500 15

6 Outcome indicator – Nos. of the students trained and successful in each year in Engineering Entrance Examination and sought admission in engineering college / institute. The bidder should provide total nos. of students trained each year versus nos. of students who got admission in engineering college. The bidder will have to provide list of successful candidates as per format 1 given below.

15 Less than 200 no. of students 0

More than 200 and less than 450 no. of students

10

More than 450 and less than 500 no. of students

13

More than 500 no. of students 15

7 The Approach, methodology and work plan proposed and presentation made to the Technical Committee.

25 Approach near to the requirement 15 Approach & methodology with monitoring and test schedule

20

Methodology and approach systematic considering all the aspects of the project like monitoring, regular mock tests, attendance method, time frame of the project

25

TOTAL 100

Format 1: Data of Each Student to be submitted in following format

1. Self Certified year wise list of candidates succeeded and sought admission in engineering field jointly during last 3 years ending 31st March 2016.

Sr. No. Name of Student

Location E-mail Id Contact No. Admission sought in college (Name of Engineering

College)

Students appeared during that particular year with

Roll Nos.

Result with supporting documents

Page 33: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 33 of 37

ANNEXURE - 7

FORMAT FOR CHARTERED ACCOUNTANT (CA) CERTIFICATE FOR TURNOVER FROM TRAINING BUSINESS

This is to certify that M/s. ___________________________________ has annual average turnover of Rs._________________ from training business. The details are as follows:

Sr. No. Financial Year Annual Turnover from Training Business

1 2013-2014 2 2014-2015 3 2015-2016

TOTAL AVERAGE TURNOVER FROM TRAINING BUSINESS IN LAST 3 YEARS

Page 34: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 34 of 37

ANNEXURE - 8

PROFORMA FOR CV OF RESOURCE TEACHING STAFF

Curriculum Vitae (CV) of ______________

1. Name of Teacher

2. Gender

3. Postal Address

4. Contact nos.

5. E-mail Id

6. Profession / Present Designation:

7. Key academic Qualification (Attach Degree Certificates)

8. Total Experience

9. Years with bidder

10. Subject Expertise

11. Language Known

Note: Following Documentary Evidence duly Self Certified to be attached

a. Pay Slip b. Degree Certificate c. Experience Certificate

Signature of Individual: ________________

To be attested by bidder with stamp and sign

Page 35: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 35 of 37

ANNEXURE - 9

LIST OF PROPOSED TRAINING CENTRES REGION WISE WITH PROPOSED NUMBER OF BATCHES / CLASS OF MAXIMUM 40 STUDENTS EACH

Sr. No. Region District No. of batches

Medical No. of batches Engineering

1

South Region

Navsari 4 2 2 Surat 5 4 3 Valsad 6 6 4 Tapi 3 3 5 Dang 1 1 6

Central Region

Chhotaudepur 1 1 7 Dahod 4 3 8 Narmada 4 2 9 Godhara 1 0

10 Mahisagar 1 0 11

North Region

Sabarkantha 2 0 12 Banaskantha 2 0 13 Ahmedabad 1 1 14 Arvalli 1 1 15 Bharuch 1 1

TOTAL 37 25

Page 36: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 36 of 37

ANNEXURE - 10

CHECK LIST OF THE TENDER

S. No. Document Attached (Y/N) 1 Price of one copy of the Tender Document 2 Earnest Money Deposit 3 Bid signed and sealed (with official seal) in Original (with photocopies in

copy I) on all pages with all pages duly numbered.

S. No. Document Page No.

1 In case bidder is a company- Certified copy of Certificate of incorporation for companies & Memorandum and Articles of Associations,

Or

In case the Bidder is a Society- Certified copy of registration deed with objects of constitution of society

Or

In case Bidder is a Corporation- Authenticated copy of the parent statute

Or

In case of Trust- Certified copy of the Trust Deed

Or

In case of Firm- Certified copy of the Registration Deed

Certified copies of documents submitted, as above, must be signed and carry the seal of the authorised signatory.

2 List of present Directors/owners/executive council members/trustees/ Board members as applicable.

3 Self Certified copies of Income Tax returns for last 3 years ending 31st March, 2016 4 Current Service Tax Clearance Certificate and certified copy (duly signed) of Service Tax

Registration Certificate

5 General power of attorney/Board of Directors resolution/ Deed of Authority contract and all correspondences/documents thereof. Format for General Power of Attorney is given at Annexure 2.

6 Audited balance sheet and income statement duly signed by the statutory auditors and authorised signatory of the bidder for the years 2013-14, 2014-15 and 2015-2016.

7 Clause by clause compliance statement for the whole Tender Document including all Annexure. 8 Documentary evidence (signed by authorized signatory) proving that bidder has provided all

the data and documents required for carrying the evaluation of their Bid as per the parameters given at Article 20: Bid Evaluation, Chapter II & Article 3: Eligibility criteria for Bidders, Chapter I.

9 The bidder should enclose his course content, training methodology and approach 10 Profile of the bidder/lead bidder as per format at Annexure 4 11 Documents for fulfillment of Eligibility criteria as per Annexure 5 12 Documents for fulfillment of Evaluation criteria as per Annexure 6 13 CA certificate provided for turnover from training business as per format given at annexure 7 14 CV of Resource teacher provided as per format at annexure 8

Signature of the bidder with seal

Page 37: Tender Notice No.: VKY/2016/2300/D-SAG Notice No.: VKY/2016/2300/D-SAG ... be provided as per CV format provided at ... Format 1: Data of each student trained to be provided as per

Page 37 of 37

TO BE PASTED ON THE OUTER ENVELOPE CONTAINING BID SECURITY, TENDER FEES & TECHNICAL BID.

Important Data DO NOT OPEN – THIS IS A BID

PROJECT Selection of Agency for Training of ST Students for Preparation of following Entrance

Examinations in Tribal Areas of Gujarat 1. Medical (NEET) 2. Engineering (JEE).

Due Date : 06/10/2016 Time : 17:00 Hrs. From To <Name of Bidder> Development Support Agency of Gujarat <Address> Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A,Gandhinagar <Phone no.> : (079) 23252257 <Fax no.> : (079) 23257678 <E-mail id.> : [email protected]

TO BE PASTED ON THE OUTER ENVELOPE CONTAINING BID SECURITY, TENDER DOCUMENT PRICE.

DO NOT OPEN – THIS IS A BID

Bid Security PROJECT Selection of Agency for Training of ST Students for Preparation of following Entrance

Examinations in Tribal Areas of Gujarat 1. Medical (NEET) 2. Engineering (JEE).

Due Date : 06/10/2016 Time : 17:00 Hrs. From To <Name of Bidder> Development Support Agency of Gujarat <Address> Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A,Gandhinagar <Phone no.> : (079) 23252257 <Fax no.> : (079) 23257678 <E-mail id.> : [email protected]

To be pasted on the outer envelope containing Technical Bid. DO NOT OPEN – THIS IS A BID

Technical Bid Original/Copy-1 PROJECT Selection of Agency for Training of ST Students for Preparation of following Entrance

Examinations in Tribal Areas of Gujarat 1. Medical (NEET) 2. Engineering (JEE).

Due Date : 06/10/2016 Time : 17:00 Hrs. From To <Name of Bidder> Development Support Agency of Gujarat <Address> Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A,Gandhinagar <Phone no.> : (079) 23252257 <Fax no.> : (079) 23257678 <E-mail id.> : [email protected]


Recommended