“selection of agency for providing coaching to … · schedule tribes students for preparation of...

41
Tender Notice No.: VKY/2017/2261/D-SAG/B Tender Document For “SELECTION OF AGENCY FOR PROVIDING COACHING TO SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering process only Development Support Agency of Gujarat Block 8/2, New Sachivalay, Gandhinagar 382010, Gujarat Phone: (079) 23252257: Fax: (079) 23257678 E-mail: [email protected] August 2017 Price Rs. 15,000/- (Rupees Fifteen Thousand Only) Notice Inviting On-line Tender

Upload: others

Post on 12-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Tender Notice No.: VKY/2017/2261/D-SAG/B

Tender Document

For

“SELECTION OF AGENCY FOR PROVIDING COACHING TO SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”.

Through Online e-tendering process only

Development Support Agency of Gujarat Block 8/2, New Sachivalay,

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

E-mail: [email protected]

August 2017

Price Rs. 15,000/- (Rupees Fifteen Thousand Only) Notice Inviting On-line Tender

Page 2: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 2 of 41

Tender Notice No.: VKY/2017/2261/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 New Sachivalay,Block No.8/2, Sector 10/A, Gandhinagar -382010

Division : IFB No./ Tender Notice No. : VKY/2017/2300/D-SAG Name of Project : Coaching for UPSC Mains Examinations Name of Work : Selection of Agency for Providing Coaching to

Schedule Tribe Students for Preparation of UPSC (Mains) Examinations in Tribal Areas of Gujarat.

Estimated Contract Value (INR)

: Varies with the service scope

Period of Completion : As per the schedule of examination as per the examination board

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 Rebate4 : Not Applicable Amount Details Bid Document Fee : Rs. 15,000/- in form of Demand Draft Bid Document Fee Payable to : “Development Support Agency of Gujarat”

payable at Gandhinagar Bid Security /EMD (INR) for ITDP area of Gujarat State.

: Rs.5,40,000/-(Rupees Four Lakh forty Thousand only)

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

1.1Tender Dates Bid Document Downloading Start Date

: 26/08/2017 by 15:00 hours

Bid Document Downloading End Date

: 08/09/2017 by 18:00 hours

Last Date & Time for Receipt (Submission) of Bids

: 08/09/2017 by 18:00 hours

Date of Tender opening : 11/09/2017 by 11:00 hours Venue of Tender opening & Pre-Bid Meeting

Block 8/2, New Sachivalay, 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 08/09/2017 up to 18:00 hours in the office of the Chief Executive Officer, Development Support Agency of Gujarat,

Page 3: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 3 of 41

Block 8/2, New Sachivalay, Gandhinagar -382010

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, Block 8/2, New Sachivalay, Gandhinagar -382010 will be outright rejected.

Phone : (079) 23252253

1.2 Other Details Officer Inviting Bids : Chief Executive Officer, Development Support

Agency of Gujarat, Block 8/2, New Sachivalay, 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 n-procure 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.www.nprocure.com Toll Free: 1800-233-1010(Ext.321) Other Terms and Conditions are as per the detailed tender documents.

Page 4: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 4 of 41

INDEX

Sr. No. Particulars Page No.

INVITATION FOR BIDS (IFB) 5

Chapter I INSTRUCTIONS TO THE BIDDER 6

Chapter II GENERAL TERMS AND CONDITIONS 10

Chapter III TERMS OF REFERENCE 21

Chapter IV SPECIAL TERMS AND CONDITIONS OF CONTRACT

24

Annexure 1 FINANCIAL BID FORMAT FOR PROVIDING TRAINING OF UPSC (MAINS) ENTRANCE EXAMINATION

27

Annexure 2 PROFORMA OF GENERAL POWER OF ATTORNEY

29

Annexure 3 FORMAT FOR PERFORMANCE GUARANTEE 30

Annexure 4 PROFILE OF THE BIDDER 33

Annexure 5 CHECKLIST FOR FULFILLMENT OF ELIGIBILITY CRITERIA

34

Annexure 6 CHECKLIST FOR FULFILLMENT OF EVALUATION CRITERIA

36

Annexure 7 FORMAT FOR CHARTERED ACCOUNTANT (CA) CERTIFICATE FOR TURNOVER FROM TRAINING BUSINESS

38

Annexure 8 PROFORMA FOR CV OF RESOURCE TEACHING STAFF

39

Annexure 9 CHECKLIST OF THE TENDER 40

Page 5: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 5 of 41

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 Program

(Vanbandhu KalyanYojana) 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 for giving strong

convergence with other implementing departments of the Government. This

program 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 UPSC Examinations. For that Tribal Development Department,

Development Support Agency of Gujarat, Tribal development department desires to

invite bids from competent coaching institutes to provide quality coaching to

Schedule Tribe students.

Yours faithfully,

For and on behalf of

Chief Executive Officer

Development Support Agency of Gujarat

Gandhinagar

Page 6: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 6 of 41

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 of 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.

k

7) “Department” shall mean Tribal Development Department of the Government

of Gujarat.

Page 7: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 7 of 41

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 would float 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: Implementation of the scheme and courses to be covered PROPOSED PROJECT Coaching Service provider shall provide quality coaching to schedule Tribal candidates of Gujarat having the eligible qualifications for that particular competitive examination The proposed coaching centers shall be carried out in the 14 ITDP districts of Gujarat state. Detailed information of ITDP areas coaching centers as indicated in the Article 2 of Chapter III. The bidder can bid for providing coaching in UPSC Mains entrance Examination and the agency will have to conduct coaching at Surat, Vadodara, Gandhinagar districts centre of Gujarat state. However it has to be specified clearly in the bid. The courses for which the coaching will be imparted shall be in Civil Services Examination conducted by UPSC (Mains) Duration of Training:

Sr. No.

Name of Competitive Exam Period of Coaching

1 Civil Services Examination conducted by

UPSC (Mains) 4 Months

ARTICLE 3: ELIGIBILITY CRITERIA FOR BIDDERS The Bidder should 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.

Page 8: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 8 of 41

ELIGIBILITY CRITERIA FOR PROVIDING COACHING OF UPSC MAINS ENTRANCE EXAMINATION

Sr No

Eligibility Criteria Documentary Evidence to be Attached

1 The Bidder should have minimum Three years of experience in coaching for UPSC (Mains Examinations).

Experience certificate from CA indicating that the firm has experience of 3 years in providing coaching for UPSC.

2 Minimum 100 candidates should have been trained for UPSC Mains Entrance Examinations for last 3 years ending 30 June 2017.

Self-Certified year wise list of candidates trained for UPSC Mains Entrance Examinations to be submitted as per details given in Format -1 As below

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

Chartered Accountant Certificate indicating the annual turnover from coaching business in the last three years ending 31st March, 2016 as per format given at Annexure 7 Bidder has to submit Income Tax Return of Last three years (2013-14,2014-15,2015-16)

4 The coaching agency should have minimum 20 teachers as per the Syllabus of UPSC Mains in examinations having minimum teaching experience of 3 years.

Self-Certified list of teaching staff. Details is to be provided as per Format - 2 As below CV of resource teacher with their signature to be provided as per CV format provided at Annexure 8

5 The Bidder should have minimum 10 candidates successfully cleared in UPSC Mains Examinations.

Result authorized and authenticated by competent authority should be presented. (Supporting document etc. Fee’s receipt, Result copy) as per Format - 3As below

6. The coaching agency should have minimum 5 coaching centers in India.

Details of Centre with the document proof (i.e copy of lease agreement)

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

Page 9: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 9 of 41

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

Sr. No.

Name of

Teacher

Teacher & Age

Qualification

Experience of the

faculty in coaching

for competitive exams (in Yrs.,)

Subject

Expertise

Language

Known

Contact No.

E-mail Id

Documentary evidence to be attached 1. CV with Signature

1 Format 3: Data of Each Student to be submitted in following format

1. Self-Certified year wise list of candidates succeeded in Mains Exam during last 3 years ending 31st March 2017:

Sr. No.

Name of Student

Course for witch coaching provided (asin beneficiaries list )

Location (center Name )

Competitive Exam (S) in which appeared during that particular year with Roll nos.

Result in each with supporting documents(Mains/ main)

Contact No.

Page 10: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 10 of 41

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.

Page 11: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 11 of 41

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 authorized signatory of the bidder for the years 2013-14, 2014-15 and 2015-16.

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,Chapter-II

9. Details in the formats as given at Annexure. (please check all the Annexure)

10. The bidder should enclose his course content, training methodology and approach with respect to Mains1 and Mains Exam course

11. Part-III

a) Financial Bid as per n-procure online format only. 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.

Page 12: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 12 of 41

http://dsag.gujarat.gov.inand on the website of n-procure viz https://www.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.

6.2 For all other cases, the Bidder shall design a form to hold the required information.

6.3 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).

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.

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

Page 13: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 13 of 41

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 directly 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 the amount of selected

by bidder in form of DD in favor of “Development Support Agency of Gujarat” payable at Gandhinagar issued by any Nationalized 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 to: 1. Sign the Work order / Contract in time; or 2. Furnish Performance Guarantee

Page 14: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 14 of 41

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. 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 Bid: Bidder shall submit their bids through SPEED POST or RPAD in TWO

SEPARATE PARTS in sealed envelopes super-Scribed with due date, time, project and nature of bid (Bid Security, Technical). Part: I A. Bid Security of the Tender Document in a SEPARATE SEALED

DOCUMENT ENVELOPE superscripted with the Tender Document. Please enclose EMD amount fixed in favour of Development Support Agency of Gujarat.

B. Price of one copy of the Tender Document shall be Rs 15,000/- in form of

Demand Draft/Drawn in favour of Development Support Agency of Gujarat, Gandhinagar.

Part: II Original and One Copy of “TECHNICAL BID” complete with all technical

and commercial details except the prices. Original printed document shall be considered as authentic.

Page 15: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 15 of 41

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. 41, 42). All pages of the offer must be signed by authorized representative of the bidder

Financial Bid: Bidder shall submit the FINANCIAL BID online only. 1.0 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”.

2.0 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 D-SAG may, at its discretion, on giving reasonable notice by fax or any other

written communication to all prospective Bidders who have been issued the tender document extend the bid due in which case all rights and obligations of D-SAG and the Bidders, previously subject to the bid date, shall thereafter be subject to the new bid due date as extended.

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

Page 16: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 16 of 41

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 20.1.1 Parameters and Procedure of Evaluation

The Bids will be evaluated on Lowest Cost Based Selection Method.

Bids will be evaluated for UPSC Mains entrance examination i.e. UPSC Mains Examinations 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

Page 17: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 17 of 41

not be considered. The bidder shall be required to make presentations on his methodology for carrying out the tasks.

Evaluation Criteria of bidding for providing training of UPSC Mains Entrance Examination Course

Sr. No.

Evaluation Criteria Maximum Marks

Details if bidding for UPSC Mains Entrance Exam

Marks

1 Annual average turnover of from training business in the last three years ending 31st March 2017.

15 10 to 20 lakhs 5 20 to 30 lakhs 10

30 lakhs & above 15

2 No. of Training Centers In Gujarat

10 5 centers 3 6 to 10 centers 6 10 centers& above 10

No. of Training Centers In India 10 5 centers 3 6 to 10 centers 6 10 centers & above 10

3 Nos. of Teaching Staff per center

15 20 to 25 5 26 to 30 10 31 & above 15

4 Experience in providing training for Government project.

20 1 to 3 projects 7 4 to 5 projects 14 5& above 20

5 No of candidates trained during last 3 years ending 30th June 2017 for UPSC Mains Entrance Examination

15 100 to 200 5 200 to 300 10 300& above 15

6 Outcome indicator – Nos. of the students trained and successful in UPSC Mains Entrance Examination passed.

15 10 to 20 4

20 to 50 8

50 to 100 12

100 & above 15

TOTAL 100

1.1 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.

1.2 The cut-off marks for short-listing based on the Technical Evaluation is 60 for

UPSC Mains Examinations. The Evaluation Committee shall have the right to verify the claims made by the Bidder, in whichever way it deems fit. Based on

Page 18: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 18 of 41

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), Tribal Development Department, and Government 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 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 - 22: 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.

Page 19: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 19 of 41

ARTICLE - 23: 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.

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 - 24: 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 Assistant Commissioner.

SCHEDULE OF PAYMENTS:

Particulars Payment Terms for Prelim exam of UPSC payment condition for Mains exam of UPSC

1st Installment: 35% of total payment would be released on starting of first batch. 2nd Installment: 35% after completion of first batch. 3rd Installment: 30% will be released after submitting the list of successful pass out candidate in Mains exam

The Payment would be released on per student basis in various installment as per above mentioned table.

Page 20: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 20 of 41

Only those students who pass the Mains examination would be given training for the mains examination and payment would be given for only those candidates who qualify in Mains and receives training for examination.

ARTICLE -25: PENALTY

The D-SAG will levy a maximum of 10% penalty of the total accepted tender value not performing as per the chapter-III Article no.8 (a) & (b). Further 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

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. D-SAG shall terminate the contract on evidence of persistent non-performance by the Bidder by giving notice as the case may be.

ARTICLE -26: 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 -27: 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.

Page 21: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 21 of 41

CHAPTER – III

TERMS OF REFERENCE

ARTICLE 1: SCOPE OF WORK The scope of work for the Training agency will include:

1. The Agency will provide coaching to candidates in permanent infrastructure

set up owned by them or in rented premises.

2. All physical facilities like classroom, hostel for student stay, book, reference

materials etc. will be provided by service provided by service provider .these

facilities must be as per or better than the industry standard .

3. Training curriculum/ content, methodology and training plan to be per

recognized syllabus or a syllabus acceptable standard reference

materials/modules should be prepared in English as well as Gujarati.

4. To conduct coaching classes for UPSC Mains Entrance examinations at the

training centers of the proposed city.

5. The Agency should have more than 20 Teachers as per the requirement and

will have to provide the teachers and according to the requirement as per the

need. There should be at least 5 teachers per subject for UPSC mains

Examinations (GK, Reasoning, Aptitude and English).

6. To deploy trained & quality teaching staff the continuity of the classes should

not be affected by unavailability of teachers at any point of time.

7. To ensure that the teaching staff is capable of teaching in English as well as

Gujarati.

8. To ensure that course curriculum shall be in line with the UPSC examination.

9. To ensure rotation of subjects during weekdays.

10. To conduct regular tests and mock examination

11. 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.

Page 22: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 22 of 41

ARTICLE 2: COACHING CENTRES

For UPSC Mains Entrance Examinations:

The designated coaching center’s for UPSC Mains entrance Examination and

the agency will have to conduct coaching at Surat, Vadodara, Gandhinagar

districts centre of Gujarat state when concern centre will get enough students

for starting the batches. if there are any need for setting up any more centers

would be given by competent authorities.

ARTICLE 3: BENEFICIARY DETAILS AND TRAINEE SELECTION

1. Training institute shall provide quality training to tribal candidates of Gujarat. 2. Approx. 40 students per class/batch are proposed for training if there any. 3. In case number of application received by coaching institution is more than

the available seats a selection procedure based on merit-cum performance in qualifying exam, shall be adopted.

4. For selection/Enrollment of candidates entrance examination would be conducted and preference will be given to BPL holders.

ARTICLE: 4 SERVICES TO BE PROVIDED

a) Bidder has to provide coaching for UPSC Mains Examination to the Students as per the entrance test syllabus in Gujarati /English language.

b) The duration of regular training will be 6 hours daily for 5 days in week. The

training is to be provided preferably between 10:00 AM to 4:00 PM. The training should be provided during weekdays i.e. from Monday to Friday.

c) If there are any changes in examination pattern, timing etc for UPSC Mains

exam which is decided by examinations board then the bidder shall be required to train the students accordingly.

d) Bidder has to provide training staff, training material and necessary literature

AV system, training material required for conducting regular exam and mock exams.

e) The qualification for training staff should be full-fill the criteria for imparting

coaching for UPSC Mains which will be decided by D-SAG also at center should be minimum standard of UPSC and Graduate in respective streams or higher the qualification and experience of the training staff should be

Page 23: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 23 of 41

mentioned clearly in the technical proposal the training staff cannot be changed without written approval of D-SAG.

f) Bidder has to devise management information system for monitoring and informing D-SAG about performance of each center and student.

ARTICLE: 5: ADDITONAL AS WELL AS NEW CENTRES AND STAFF

During the course of contract period, if requirement is felt for creation of additional training Centers, bidder would be bound to fulfill this requirement and would be paid separately for the same.

ARTICLE- 6: STANDBY TRAINING STAFF AND OTHER REQIREMENTS

The bidder will have to ensure adequate training staff and other requirement such as AV system required stationery, teaching material etc for ensuring uninterrupted training to the ST students.

ARTICLE – 7: TEACHING LANGUAGE

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

ARTICLE – 8: SERVICE PERFORMANCE REQUIREMENT

(A) UPSC:- 1- At least 1 % of the total number of students should be qualified for Mains Examinations of UPSC.

Page 24: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 24 of 41

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 or 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 Labor 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.

Page 25: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 25 of 41

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:

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

authorized 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.

5.1.2 If the contract is terminated by Government of Gujarat /D-SAG unilaterally, Government will pay to the bidder remaining amount if any for the payment for service charges for the period for which the service has been rendered and all other claims through mutually agreeable settlement.

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

Page 26: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 26 of 41

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 30 days from signing of work order.

Page 27: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 27 of 41

ANNEXURE -1

FINANCIAL BID FORMAT

For providing coaching of UPSC Mains Examinations Tender Notice No.__________________ : To: Development Support Agency of Gujarat, New Sachivalay, Block no.8/2, Sector 10/ A,Gandhinagar 382010, Gujarat Sir, I/We hereby bid for Selection of Agency for Training of ST Students for Preparation of UPSC Mains 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. Bidders have to carried out coaching for Schedule Tribes candidates of Gujarat state. A. Bidder has to bid for UPSC Mains.

Sr. No.

Description of services

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

1 The Services of Coaching of students for preparation of UPSC Mains Exam

Total Note: -The Bidder should quote the rate for Mains examinations. The total numbers

of Mains rate will be considered as (L1).The bidder (L1) who has quoted the lowest

price will be selected.

Signature of the Bidder with Seal

Page 28: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 28 of 41

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. Shri/Smt______________________________S/O____________ ____________________Residing at________________ 2. Shri/Smt______________________________S/O____________ ____________________Residing at________________ 3. Shri/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 coaching to ST students for UPSC Mains 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

Page 29: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 29 of 41

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

ANNEXURE - 3 FORMAT FOR PERFORMANCE GUARANTEE

(On Non-Judicial Stamp Paper) 2.1:To be stamped according to Stamp Act and to

Be in the name of the executing Bank

To , Development Support Agency of Gujarat, New Sachivalay,Block No.8/2 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, New Sachivalay, Block No.8/2, 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 UPSC Mains , 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 Nationalized 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

Page 30: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 30 of 41

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.

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 _______

Page 31: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 31 of 41

Authorization 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 32: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 32 of 41

ANNEXURE 4

PROFILE OF THE 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 33: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 33 of 41

ANNEXURE 5 CHECKLIST FOR FULFILLMENT OF ELIGIBILITY CRITERIA

(CHAPTER-I, ARTICLE-3)

ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF UPSC PRILIMINARY ENTRANCE EXAMINATION

Claims without documentary evidence will not be considered

Sr No

Eligibility Criteria Documentary Evidence to be Attached

1 The Bidder should have minimum Three years of experience in coaching for UPSC (Mains Examinations).

Experience certificate from CA indicating that the firm has experience of 3 years in providing coaching for UPSC.

2 Minimum 100 candidates should have been trained for UPSC Mains Entrance Examinations for last 3 years ending 30 June 2017.

Self-Certified year wise list of candidates trained for UPSC Mains Entrance Examinations to be submitted as per details given in Format -1 As below

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

Chartered Accountant Certificate indicating the annual turnover from coaching business in the last three years ending 31st March, 2016 as per format given at Annexure 7 Bidder has to submit Income Tax Return of Last three years (2013-14,2014-15,2015-16)

k4 The coaching agency should have minimum 20 teachers as per the Syllabus of UPSC Mains in examinations having minimum teaching experience of 3 years.

Self-Certified list of teaching staff. Details is to be provided as per Format - 2 As below CV of resource teacher with their signature to be provided as per CV format provided at Annexure 8

5 The Bidder should have minimum 10 candidates successfully cleared in UPSC Mains Examinations.

Result authorized and authenticated by competent authority should be presented. (Supporting document etc. Fee’s receipt, Result copy) as per Format - 3As below

6. The coaching agency should have minimum 5 coaching centers in India.

Details of Centre with the document proof (i.e copy of lease agreement)

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

Page 34: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 34 of 41

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

Sr. No.

Name of

Teacher

Teacher & Age

Qualification

Experience of the

faculty in coaching

for competitive exams (in Yrs.,)

Subject

Expertise

Language

Known

Contact No.

E-mail Id

Documentary evidence to be attached 1. CV with Signature

1 Format 3: Data of Each Student to be submitted in following format

1. Self-Certified year wise list of candidates succeeded in Mains and Mains Exam during last 3 years ending 31st March 2017:

Sr. No.

Name of Student

Course for witch coaching provided (asin beneficiaries list )

Location (center Name )

Competitive Exam (S) in which appeared during that particular year with Roll nos.

Result in each with supporting documents(Mains/ main)

Contact No.

Page 35: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 35 of 41

ANNEXURE 6

CHECKLIST FOR FULFILLMENT OF EVALUATION CRITERIA

(CHAPTER-II, ARTICLE-20)

EVALUATION CRITERIA IF BIDDING FOR PROVIDING COACHING OF UPSC

MAINS ENTRANCE EXAMINATION COURSE

Sr. No.

Evaluation Criteria Maximum Marks

Details if bidding for UPSC Mains Entrance Exam

Marks

1 Annual average turnover of from training business in the last three years ending 31st March 2017.

15 10 to 20 lakhs 5 20 to 30 lakhs 10

30 lakhs & above 15

2 No. of Training Centers In Gujarat

10 5 centers 3 6 to 10 centers 6 10 centers& above 10

No. of Training Centers In India 10 5 centers 3 6 to 10 centers 6 10 centers & above 10

3 Nos. of Teaching Staff per center

15 21 to 25 5 26 to 30 10 31 & above 15

4 Experience in providing training for Government project.

20 1 to 3 projects 7 4 to 5 projects 14 5& above 20

5 No of candidates trained during last 3 years ending 30th June 2017 for UPSC Mains Entrance Examination

15 100 to 200 5 200 to 300 10 300& above 15

6 Outcome indicator – Nos. of the students trained and successful in UPSC Mains Entrance Examination passed.

15 10 to 20 4

20 to 50 8

50 to 100 12

100 & above 15

TOTAL 100

Page 36: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 36 of 41

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 37: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 37 of 41

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 /PresentDesignation:

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 38: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 38 of 41

ANNEXURE –9

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 authorized 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, 2017

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 authorized 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.

Page 39: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 39 of 41

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 40: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 40 of 41

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 UPSC Mains Entrance Examinations in Tribal Areas of Gujarat

Due Date : 08/09/2017

Time : 18:00 Hrs.

From 26/08/2017 To 08/09/2017

<Name of Bidder>

Development Support Agency of Gujarat

<Address> Development Support Agency of Gujarat, New Sachivalay,Block No.8/2,Sector 10/A, Gandhinagar

Training/Course (UPSC, Exams)

:

<Phokne no.> : (079) 23252253 <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 UPSC Mains Entrance Examinations in Tribal Areas of Gujarat

Due Date : 08/09/2017

Time : 18:00 Hrs.

From 26/08/2017 To 08/09/2017

<Name of Bidder>

Development Support Agency of Gujarat

<Address> Development Support Agency of Gujarat, New Sachivalay,Block No.8/2,Sector 10/A, Gandhinagar

Training/Course (UPSC Mains, Exams)

:

<Phone no.> : (079) 23252253 <E-mail id.> : [email protected]

Page 41: “SELECTION OF AGENCY FOR PROVIDING COACHING TO … · SCHEDULE TRIBES STUDENTS FOR PREPARATION OF UPSC (MAINS) EXAMINATIONSIN TRIBAL AREAS OF GUJARAT”. Through Online e-tendering

Page 41 of 41

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 UPSC Mains Entrance Examinations in Tribal Areas of Gujarat.

Due Date : 08/09/2017

Time : 18:00 Hrs.

From 26/08/2017 To 08/09/2017

<Name of Bidder>

Development Support Agency of Gujarat

<Address> Development Support Agency of Gujarat, New Sachivalay, Block No.8/2,Sector 10/A, Gandhinagar

Training/Course (UPSC Mains)

:

<Phone no.> : (079) 23252253 <E-mail id.> : [email protected]