jharkhand skill development mission society · jharkhand skill development mission society request...
TRANSCRIPT
Jharkhand Skill Development Mission Society
Request for Proposal
for Imparting Skill Development Training
in Jharkhand under the Pilot Phase of Saksham
Jharkhand Kaushal Vikas Yojana
September 2015
RFP No. JSDM/RFP/1/2015-16/698
Date of issue of RFP 18 September, 2015
Last date for submission of Bids 9 October, 2015
Jharkhand Skill Development Mission Society
(An autonomous body under Department of Labour, Employment, Training and Skill Development, Government of Jharkhand)
230-B, Road No. 02, Ashok Nagar, Ranchi - 834 002, Jharkhand Phone: +91 651-6455405 Email ID: [email protected]
Website: www.skilljharkhand.org
2
GLOSSARY
Term Reference Clause
Beneficiary target Clause 1.7.2
Bid Disclaimer
Bid Due date Clause 1.6.4
Bid Fee Clause 1.6.12
Performance Security Deposit Clause 3.3.7
Bidder Clause 1.3.3
Bidding Process Clause 1.6.1
Common Norms Clause 1.3.1
Conflict of Interest Clause 2.2.8
Earnest Money Deposit Clause 2.18
Final Presentation Clause 1.6.8
JSDMS Disclaimer and Clause 1.2
Letter of Award (LOA) Clause 3.3.6
Overall Bid Score Clause 1.6.6
Project Clause 1.3.2
Reserve Bidder Clause 1.6.8
RFP Disclaimer
Selected Bidder Clause 1.3.4
Shortlisted Bidder Clause 1.6.6
SJKVY Clause 1.3.1
Technical Bid Clause 1.6.1
Technical Presentation Clause 1.6.6
TSP Clause 1.3.2
In the interpretation of these terms, unless the context otherwise requires:
(a) The words and expressions beginning with capital letters and defined in this
document shall, unless the context otherwise requires, have the meaning ascribed
thereto herein. The words and expressions beginning with capital letters and not
defined herein, but defined in the other standard Bidding Documents, shall, unless
the context otherwise requires, have the meaning ascribed thereto therein;
(b) Words in the singular or plural term, as the case may be, shall also be deemed to
include the plural or the singular term, respectively;
(c) Terms "include" or "including" shall be deemed to be followed by "without
limitation" or "but not limited to" regardless of whether such terms are followed by
such phrases or words of like import;
(d) For the purpose of this RFP, the terms “Bid” and “Technical Bid” are
interchangeable and imply the same, unless repugnant to the context.
3
Table of Contents
GLOSSARY .................................................................................................................... 2
DISCLAIMER ................................................................................................................ 4
1 INTRODUCTION .................................................................................................... 5
1.1 CONTENTS OF THIS RFP ............................................................................................................... 5 1.2 ABOUT JHARKHAND SKILL DEVELOPMENT MISSION SOCIETY ...................................................... 5 1.3 ABOUT THE PROJECT ................................................................................................................... 6 1.4 OBJECTIVE OF THIS RFP .............................................................................................................. 7 1.5 SCOPE OF WORK .......................................................................................................................... 7 1.6 DESCRIPTION OF BIDDING AND SELECTION PROCESS ................................................................. 10 1.7 DETAILS OF TARGETS AND FUNDING FOR SELECTED BIDDERS ..................................................... 12 1.8 SCHEDULE OF BIDDING PROCESS ................................................................................................ 13
2 INSTRUCTIONS TO BIDDERS .............................................................................. 14
A. GENERAL .....................................................................................................................................14 2.1 ELIGIBILITY OF THE APPLICANTS .................................................................................................14 2.2 GENERAL TERMS OF BIDDING .....................................................................................................14 2.3 COST OF BIDDING ....................................................................................................................... 15 2.4 DUE DILIGENCE, SITE VISIT AND VERIFICATION OF INFORMATION ............................................... 15 2.5 RIGHT TO ACCEPT AND TO REJECT ANY OR ALL BIDS .................................................................... 15 B. DOCUMENTS ...............................................................................................................................16 2.6 CONTENTS OF THE RFP...............................................................................................................16 2.7 CLARIFICATIONS .........................................................................................................................16 2.8 AMENDMENT OF RFP ................................................................................................................. 17 C. PREPARATION AND SUBMISSION OF BIDS ........................................................................... 17 2.9 FORMAT AND SIGNING OF BID ..................................................................................................... 17 2.10 SEALING AND SUBMISSION OF BIDS ............................................................................................. 17 2.11 BID DUE DATE ........................................................................................................................... 18 2.12 LATE BIDS .................................................................................................................................. 18 2.13 MODIFICATIONS/ SUBSTITUTION/ WITHDRAWAL OF BIDS ..........................................................19 2.14 REJECTION OF BIDS ....................................................................................................................19 2.15 VALIDITY OF BIDS .......................................................................................................................19 2.16 CONFIDENTIALITY .......................................................................................................................19 2.17 CORRESPONDENCE WITH THE BIDDER ........................................................................................19 D. EARNEST MONEY DEPOSIT ......................................................................................................19 2.18 EARNEST MONEY DEPOSIT..........................................................................................................19
3 EVALUATION OF BIDS ......................................................................................... 21
3.1 OPENING AND EVALUATION OF BIDS ........................................................................................... 21 3.2 TESTS OF RESPONSIVENESS ......................................................................................................... 21 3.3 EVALUATION AND SELECTION OF BIDDERS FOR SANCTION OF WORK ........................................... 21 3.4 CONTACTS DURING BID EVALUATION ......................................................................................... 24
4 FRAUD AND CORRUPT PRACTICES .................................................................... 25
5 PRE-BID MEETING .............................................................................................. 27
6 MISCELLANEOUS ................................................................................................ 28
7 SCHEDULES ........................................................................................................ 29
8 APPENDIX ........................................................................................................... 33
4
DISCLAIMER
The information contained in this Request for Proposal document (the "RFP") or
subsequently provided to Bidder(s), whether verbally or in documentary or any
other form by or on behalf of Jharkhand Skill Development Mission Society
(hereinafter “JSDMS”) is provided to Bidder(s) on the terms and conditions set out
in this RFP and such other terms and conditions subject to which such information
is provided.
This RFP is not an agreement and is neither an offer nor an invitation by JSDMS to
the prospective Bidders or any other person. The purpose of this RFP is to provide
interested parties with information that may be useful to them in making their Bid
pursuant to this RFP (the "Bid").
JSDMS makes no representation or warranty and shall have no liability to any
person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for
any loss, damages, cost or expense which may arise from or be incurred or suffered
on account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, completeness or reliability of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way in this Bid Stage.
JSDMS may in its absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information, assessment or assumptions
contained in this RFP.
The issue of this RFP does not imply that JSDMS is bound to select a Bidder or to
appoint Selected Bidder(s) for the Project and JSDMS reserves the right to reject all
or any of the Bidders or Bids without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which
may be required by JSDMS or any other costs incurred in connection with or
relating to its Bid. All such costs and expenses will remain with the Bidder and
JSDMS shall not be liable in any manner for the same or for any other costs or
expenses incurred by a Bidder in preparation or submission of the Bid, regardless of
the conduct or outcome of the Bidding Process.
5
1 INTRODUCTION
1.1 Contents of this RFP
1.1.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as
listed below, and will additionally include any Addenda issued in accordance
with Clause 2.8.
Section 1 Introduction
Section 2 Instructions to Bidders
Section 3 Evaluation of Bids
Section 4 Fraud and Corrupt Practices
Section 5 Pre-Bid Meeting
Section 6 Miscellaneous
Section 7 Appendix
1.2 About Jharkhand Skill Development Mission Society
1.2.1 Jharkhand Skill Development Mission Society ("JSDMS") was registered on
1 October, 2013 under the Societies Registration Act, 1860 to function as an
autonomous organisation under Department of Planning and Development,
Government of Jharkhand. Through a Government of Jharkhand
notification dated 18 June, 2015, JSDMS was made an autonomous body
under Department of Labour, Employment, Training & Skill Development,
Government of Jharkhand.
1.2.2 The primary objectives of JSDMS are:
(a) To increase employability of the youth and empower them to take part
in the economic growth of Jharkhand and India, through chalking out a
roadmap of providing professional and skill training in modern and
market driven professions at reasonable cost and monitoring its
delivery, and thereby reduce unemployment, under employment
poverty and socio- economic inequality;
(b) To monitor the quality of training imparted to produce targeted number
of high quality skilled personnel across various strata of youth and
workers, especially from amongst the disadvantaged sections of the
society;
(c) To develop self employment and entrepreneurial skills for youths of
Jharkhand;
(d) To prepare a roadmap to provide skill development training to the
youth of the State;
(e) To assist in creating an enabling environment to attract investment in
professional and skill development sector;
(f) To assist the State Government in formulating appropriate policy,
6
legislations and/or measures to fulfil the skill gap;
(g) To create effective convergence between school education, professional
courses and various skill development efforts of Central and State
Governments;
(h) To promote and carry out, on its own or on behalf of the State
Government, activities to generate awareness, research and study on
skill demand; etc.
1.3 About the Project
1.3.1 In order to foster skilling initiatives in the state, JSDMS is undertaking to
implement a new scheme for skill training in Jharkhand, the Saksham
Jharkhand Kaushal Vikas Yojana (“SJKVY” or “the Scheme”) under Pilot
Phase from October 2015 to March 2016 (unless extended by JSDMS). The
Scheme aims to provide wage/self employment-linked skills training which
is compliant with National Skills Qualifications Framework (NSQF) and in
line with the Common Norms notified by the Ministry of Skill Development
and Entrepreneurship on 15th July, 2015 (“Common Norms”). The goal of
the Scheme is to provide industry validated and market relevant skills in
high-impact sectors identified for Jharkhand, which would help beneficiaries
in obtaining wage or self employment leading to increased earnings, and/or
improved working conditions, and/or opportunities to move from informal
to formal work sectors.
1.3.2 Skills training under the Scheme’s Pilot Phase (“the Project”) shall be
imparted through eligible Training Service Providers (“TSPs”) selected in
line with the evaluation criteria detailed in Clause 1.6 and Section 3 of this
RFP.
1.3.3 Only entities affiliated with the National Skill Development Corporation
(NSDC) or a Sector Skill Council (SSC) shall be eligible to participate in this
Bid and be deemed as “Bidders”. Entities which have applied to NSDC/SSC
for affiliation may also be deemed eligible to participate in the Bid as
Bidders, but shall be sanctioned work only if they have received affiliation
with NSDC/SSC before the date of signing of Agreement with JSDMS.
Bidders must not have been blacklisted by any State Government/ Central
Government / Donor Agency. The detailed eligibility criteria is provided in
Clause 2.1
1.3.4 Bidders selected for sanction of work pursuant to this RFP in mutual
consultation (“Selected Bidders”) shall impart skills training as per
approved mandate within a maximum budget of Rs 25 Lakhs per Selected
Bidder under the Pilot Phase. Costing of sanctioned work shall be
determined in accordance with the Common Norms notified by the Ministry
of Skill Development and Entrepreneurship on 15th July, 2015, applicable
extracts from which are provided at Clause 1.7.4 and Schedule–A of this RFP.
7
1.4 Objective of this RFP
1.4.1 The objective of this RFP is to select and award work to eligible and qualified
Bidders, using a process of quality based selection as detailed in Clause 1.6
and Section 3, for imparting skills training in Jharkhand under the Pilot
Phase of Saksham Jharkhand Kaushal Vikas Yojana (SJKVY).
1.5 Scope of Work
1.5.1 The following is the broad scope of work for Selected Bidders. Detailed scope
of work shall be incorporated into the Agreement signed between JSDMS
and the Selected Bidder prior to execution of work.
(a) Mobilisation of Trainees
Prior to initiation of training, ground-level mobilisation must be
done by Selected Bidders at their own cost in areas identified in
consultation with JSDMS.
Mobilisation should be accompanied by counselling wherein
Selected Bidders are expected to provide candidates all possible
information on the nature of work in the sector/trade, availability of
jobs, potential pay and entitlements, growth prospects and risks
involved, with the aim of helping candidates and their families make
informed choices.
Registration of trainees must be linked to their Aadhar identity,
which the Selected Bidders are expected to facilitate before trainee
registration.
(b) Batch management
A training batch would consist of not less than 15 and not more than
30 trainees.
During the programme if the number of trainees remains below 15
for six consecutive days, the batch will be considered shut down and
the Selected Bidder shall not be eligible for payment for that batch.
(c) Training Centre and Infrastructure
Training centres must be verified and approved by the concerned
SSC and JSDMS prior to initiation of training.
Each training centre must be equipped with the infrastructure
prescribed under the relevant Qualification Pack by the concerned
Sector Skill Council for the job roles in which training will be
imparted.
Training centre infrastructure may be owned or hired.
8
Bidders shall be required to propose their preferred districts for
implementation of the Project. Districts shall be allotted to Selected
Bidders based on the guidelines provided in Clause 1.7.3 and Section
3 of this RFP.
Bidders may also propose locations while marking their district
preferences in Appendix–VII.
If applicable, Bidders may propose their existing training centres for
utilisation under the Pilot Phase of SJKVY and provide details of the
same. In the event of other Programmes/Schemes running at the
proposed training centre, the Selected Bidders must provide a
written undertaking at the time of signing of Agreement that funds
received under SJKVY shall be utilised only for trainees registered
for batches under SJKVY.
(d) Training delivery
Only first level of franchising would be allowed and details of the
same must be declared in advance at the time of signing of
Agreement between JSDMS and the Selected Bidders. However, no
part of training centre or training shall be sub-let to any
agency/individual in any form.
Regardless of franchisee, the Selected Bidders shall be responsible
for all aspects of the training including centre readiness, quality of
training delivery, assessment and certification, and outcomes
required from the training.
Training shall be non-residential in nature.
(e) Curriculum
Curriculum should be based on the National Occupational
Standards (NOS) and Qualification Packs (QPs) developed by Sector
Skill Councils established under the National Skill Development
Corporation (NSDC).
Skill training should be provided in any of the identified ‘high
impact’ sectors for Jharkhand, viz.:
Agriculture, Food Processing, Domestic Workers, Security,
Handicrafts, Construction, Mining, Power & Utilities, Tourism &
Hospitality, Retail, Telecom, Apparel, Beauty & Wellness,
Transportation & Logistics, Automotive, IT/ITES, etc.
The training curriculum must have mandatory modules on soft
skills, computer literacy, financial literacy and entrepreneurship.
Adequate practical and on the job training/internship must be
9
incorporated into the training module where necessary.
(f) Trainers
Persons deployed as trainers by the Selected Bidders must be
competent instructors in possession of requisite knowledge, skills
and experience in their domain.
(g) Assessment and Certification
An independent assessment of trainees by a third-party agency
authorised by the relevant Sector Skill Council is mandatory for all
skill trainings provided under the Scheme.
After assessment, each successful candidate must be awarded a
certificate issued by a Certifying Agency approved by the relevant
Sector Skill Council to ensure acceptability in the industry.
Apart from third-party external assessment, continuous internal
assessment in the form of quizzes, assignments and tests should be a
part of the course curriculum.
(h) Facilitating Trainees in securing Wage or Self Employment
Providing beneficiaries with wage or self employment is a stated aim
of the Saksham Jharkhand Kaushal Vikas Yojana. Prior to batch
initiation, each skill training course will be recorded as being geared
towards wage employment or self employment. Accordingly, the
outcomes for Selected Bidders shall be defined. Payment to Selected
Bidders shall be as per the notified Common Norms, with a part of
payment being linked to achievement of envisioned outcomes, as
detailed in Schedule-A.
For courses aimed at wage employment, placement should be within
3 months of completion of training.
(i) Post Placement Tracking and Support
To ensure sustained benefits from training, the Selected Bidders are
required to track and report successful candidates for a period of 12
months. The formats and periodicity of reporting shall be
mentioned in the terms of work provided in the Agreement.
For candidates provided with wage employment in any industry,
information like appointment letter, remuneration, etc. must be
maintained and submitted to JSDMS as per terms of the Agreement
between JSDMS and the Selected Bidders. For candidates setting up
their own enterprises, the Selected Bidders would track the progress
of the enterprises for a period of 12 months.
10
Contact details of successful trainees should be passed on to JSDMS
for sample checking.
1.5.2 Under the Pilot Phase, all records including but not limited to those
pertaining to attendance, class progress, assessment, certification, and
training outcomes, must be maintained both manually (hard copies
submitted to JSDMS as per terms of Agreement signed between JSDMS and
Selected Bidders) as well as uploaded on HUNAR, the state’s Skill
Management Information System. Likewise, attendance of trainees and
trainers must be maintained both in the form of physical hard copies as well
as through biometric records uploaded on HUNAR.
1.6 Description of Bidding and Selection Process
1.6.1 For selection of Bidders for award of work under the Project, JSDMS has
adopted a bidding process of quality based selection (“Bidding Process”)
under a maximum budget of Rs 25 Lakhs per Selected Bidder for the Pilot
Phase. Bidders are expected to submit a proposal based on their technical
qualifications, complete in all respects and submitted in the requisite format
(“Technical Bid”).
1.6.2 For the purpose of this RFP, the terms “Bid” and “Technical Bid” are
interchangeable and imply the same, unless repugnant to the context.
1.6.3 Interested applicants deemed eligible as per Clause 2.1 can participate in the
Bidding Process by submitting their Bids as required.
1.6.4 The Bid shall be valid for a period of not less than 180 days from the last date
for submission of Bids (“Bid Due Date”) specified in Clause 2.11.1.
1.6.5 Bidders will be assessed on the basis of their technical qualifications and
suitability as specified in the Bid, in accordance with the parameters
specified in Section 3 of this RFP.
1.6.6 Bidders meeting the evaluation cut-off as detailed in Clause 3.3.3 will be
shortlisted (“Shortlisted Bidders”) and invited to make a presentation
(“Technical Presentation”) before the Selection Committee constituted to
select Bidders for sanction of work for this Project. The Technical
Presentation shall constitute a part of the Bidding Process. Scores awarded
to each Bidder at the Technical Presentation, as detailed in Clause 3.3.3,
shall constitute a part of the overall score awarded to the Bidder during the
Bidding Process (“Overall Bid Score”).
1.6.7 The Technical Presentation shall include details pertaining to the Bidder’s
technical qualifications and prior experience relevant to the Project, as well
as its Proposed Plan for imparting skills training in Jharkhand under this
Project (covering proposed trades for imparting skills training and districts
of operation).
11
1.6.8 Pursuant to aggregating the Overall Bid Score, up to twenty five Shortlisted
Bidders with the highest scores in descending order shall be invited to make
a second presentation before the Selection Committee (“Final
Presentation”). The remaining Shortlisted Bidders shall be kept in reserve
(“Reserve Bidders”) and may, in accordance with the process specified in
Section 3 and Clause 1.6.9 of this RFP, be invited to make Final
Presentations before the Selection Committee at a later date. At the time of
selection, the Selection Committee reserves the right to consider the diversity
of trades proposed by Shortlisted Bidders in context of identified high impact
sectors for Jharkhand.
1.6.9 At the Final Presentation, details of allocation of work, districts and trades as
detailed in Clause 1.7, shall be discussed and finalized by the Selection
Committee in consultation with each of the aforementioned up to twenty five
Shortlisted Bidders. In the event that one or more of the aforementioned
Bidders decline to undertake allocated work under the Project, Reserve
Bidders may be asked to make Final Presentations before the Selection
Committee as per Clause 1.6.8.
1.6.10 Work, in terms of allocated districts and overall target number of
beneficiaries as per Clause 1.7, will be sanctioned in descending order of
Overall Bid Score awarded by the Selection Committee, subject to the
maximum work-order value applicable to each Bidder, viz. Rs 25 Lakhs for
the Pilot Phase.
1.6.11 In the event that less than twenty Bidders are deemed qualified to make the
Technical Presentation, JSDMS, at its discretion, may continue with the
same or invite fresh Bids from the open market or annul the Bidding Process,
as deemed fit.
1.6.12 Along with the Bid, a Bidder is required to deposit a non-refundable
processing fee (“the Bid Fee”) of Rs. 2,000/- (Rupees Two Thousand only).
The Bid Fee must be in the form of a crossed demand draft drawn on any
scheduled bank in favour of “Jharkhand Skill Development Mission Society”,
payable at par in Ranchi.
1.6.13 Along with the Bid, a Bidder is also required to submit an Earnest Money
Deposit (“Earnest Money Deposit” or “EMD”) of Rs. 50,000/- (Rupees
Fifty Thousand only) as detailed in Clause 2.18. The Earnest Money Deposit
must be in the form of a crossed demand draft drawn on any scheduled bank
in favour of “Jharkhand Skill Development Mission Society”, payable at par
in Ranchi.
1.6.14 Any queries or request for additional information concerning this RFP shall
be submitted in writing by letter or e-mail to the officer designated in Clause
2.10.4 by 5:00 PM on 28 September, 2015. All communication shall clearly
bear the following identification/title: “Queries/Request for Additional
12
Information: RFP for imparting skill development training in Jharkhand
under the Pilot Phase of Saksham Jharkhand Kaushal Vikas Yojana".
1.7 Details of Targets and Funding for Selected Bidders
1.7.1 Bidders selected for undertaking the Project i.e. Selected Bidders, pursuant
to the Bidding and Selection process described in Clause 1.6 and Section 3,
shall be sanctioned work up to a work-order value of Rs. 25 Lakh
(maximum) applicable to each Selected Bidder, as per details in Clause 1.7.
1.7.2 Depending on the trades in which training shall be imparted by each
Selected Bidder (as decided at the Final Presentation in consultation with the
Selection Committee and Selected Bidder) and the applicable costing for the
same in accordance with the Common Norms as specified in Clause 1.7.4 in
keeping with Schedule–A, an overall target shall be mandated in terms of
persons to be skilled (“beneficiary target”) for each Selected Bidder in two
districts of Jharkhand. Selected Bidders may distribute the overall
beneficiary target between the two districts in any manner, subject to
completion of at least one batch in each district.
1.7.3 Districts shall be allocated to Selected Bidders in the order of their
preference ranking (format at Appendix–VII) submitted as part of the Bid,
with first choice of districts offered to the Selected Bidder with the highest
Overall Bid Score. A particular district shall not be allocated to more than
two Selected Bidders.
1.7.4 Base Cost for approved skill development trainings shall be paid to Selected
Bidders in keeping with the Common Norms as given under:
(a) Rs. 38.50 per hour of training for trades/sectors listed in Category I of
Schedule–B;
(b) Rs. 33.00 per hour of training for trades/sectors listed in Category II of
Schedule–B;
(c) Rs. 27.50 per hour of training for trades/sectors listed in Category III of
Schedule–B.
1.7.5 Over and above the Base Cost, an additional amount equal to 10% of the Base
Cost would be permitted for skill development programmes conducted in
districts affected by Left Wing Extremism as identified by the Ministry of
Home Affairs, Government of India for the Integrated Action Plan
(hereinafter referred to as “Special Areas”).
1.7.6 In accordance with the prevailing Common Norms, funds shall be released to
Selected Bidders as per the following schedule:
13
Instalment Percentage
of Total Cost
Output Parameter
First 30% On Commencement of Training Batch
Second 30%
On utilisation of 70% of the first instalment and
continuation of training with at least 70% of
initial trainees continuing
Third 20% On Completion of training and certification of the
successful trainees
Fourth 20% Outcomes based as specified in Schedule–A
1.7.7 The hourly rates paid to Selected Bidders shall be inclusive of all costs to be
incurred by them including Mobilization of candidates, Curriculum,
Placement expenses, Trainers’ training, Equipment, Amortization of
Infrastructure costs or Utilities, Teaching Aid, Raw material, Salary of
trainers, Post-placement tracking/monitoring, etc.
1.8 Schedule of Bidding Process
1.8.1 JSDMS shall endeavour to adhere to the following schedule but reserves the
right to alter the schedule.
S. No.
Details Timelines Tentative Dates
Bidding Phase
1. Issuance of RFP T 18 September, 2015
2. Last date for receiving queries T + 10 days 28 September, 2015
3. Pre bid meeting T + 12 days 30 September, 2015
4. Last date for submission of Bids T + 21 days 9 October, 2015
Bid Evaluation
5. Clarification sought by JSDMS from Bidders (if required)
As required As required
6. Announcement on technically qualified Bidders invited to make Technical Presentation
T + 30 days 17 October, 2015
7. Technical Presentation by Shortlisted Bidders
T + 35 days Starting from 27 October, 2015
Contracting Phase
8. Letter of Award T + 40 days 2 November, 2015
9. Signing of Agreement T + 45 days 6 November, 2015
14
2 INSTRUCTIONS TO BIDDERS
A. GENERAL
2.1 Eligibility of the Applicants
2.1.1 An eligible Applicant shall be a legal entity in the form of Proprietorship
Firm / Partnership Firm / Private Limited Company / Public Limited
Company / Society / Trust / Association / Educational Institution.
2.1.2 An eligible Applicant must be affiliated with the National Skill Development
Corporation (NSDC) or Sector Skill Council (SSC). Applicants which have
applied to NSDC/SSC for affiliation may also be deemed eligible to
participate in the Bid, but shall be sanctioned work only if they have received
affiliation with NSDC/SSC before the date of signing of Agreement with
JSDMS.
2.1.3 An eligible applicant must not have been blacklisted by any State
Government/ Central Government / Donor Agency.
2.2 General terms of Bidding
2.2.1 A Bidder is eligible to submit only one Bid for the Project. The Bid shall
consist of a Technical Bid submitted in accordance with the guidelines
mentioned in the Section 3 of this RFP.
2.2.2 JSDMS shall receive Bids for the Project in accordance with the terms set
forth in this RFP and other documents to be provided by JSDMS pursuant to
this RFP as modified, amended and clarified from time to time by JSDMS,
and all Bids shall be prepared and submitted in accordance with such terms.
2.2.3 Notwithstanding anything to the contrary contained in this RFP, the detailed
terms specified in the Agreement signed with Selected Bidders shall have
overriding effect; provided, however, that any conditions or obligations
imposed on the Bidder hereunder shall continue to have effect in addition to
its obligations under the Agreement.
2.2.4 Along with the Bid, the Bidder is required to deposit a non-refundable Bid
Fee of Rs. 2,000/- (Rupees Two Thousand only) in line with Clause 1.6.12,
and Earnest Money Deposit (EMD) of Rs. 50,000 (Rupees Fifty Thousand
only) in accordance with the provisions stated in Clause 1.6.13 and Clause
2.18. The validity period of the EMD shall not be less than 180 days from the
Bid Due Date, and may be extended by the Bidder from time to time. The Bid
shall be summarily rejected if it is not accompanied by the EMD.
2.2.5 The Bidder should submit an Authorization as per the format at Appendix-
IX, authorizing the signatory of the Bid to commit the Bidder.
2.2.6 Any condition or qualification or any other stipulation apart from those
contained in the RFP shall render the Bid liable to rejection.
15
2.2.7 JSDMS will not return any Bid or any information provided along therewith.
2.2.8 A Bidder shall not have a conflict of interest (the "Conflict of Interest")
that affects the Bidding Process. Any Bidder found to have a Conflict of
Interest shall be disqualified. In the event of disqualification, JSDMS shall
appropriate the Earnest Money Deposit.
2.3 Cost of Bidding
2.3.1 The Bidders shall be responsible for all the costs associated with the
preparation of their Bids and their participation in the Bidding Process.
JSDMS will not be responsible or in any way liable for such costs, regardless
of the conduct or outcome of the Bidding Process.
2.4 Due Diligence, site visit and verification of information
2.4.1 It shall be deemed that by submitting a Bid, the Bidder has:
(a) made a complete and careful examination of the RFP;
(b) received all relevant information requested from JSDMS;
(c) satisfied itself about all matters, things and information necessary for
submitting an informed Bid and for execution of work in accordance
with the RFP and for performance of all of its obligations there under.
2.5 Right to accept and to reject any or all Bids
2.5.1 Notwithstanding anything contained in this RFP, JSDMS reserves the right
to accept or reject any Bid and to annul the Bidding Process and reject all
Bids at any time without any liability or any obligation for such acceptance,
rejection or annulment, and without assigning any reasons thereof.
2.5.2 JSDMS reserves the right to reject any Bid and appropriate the Earnest
Money Deposit if:
(a) At any time during the Bid stage, a material misrepresentation is made
or uncovered, or
(b) The Bidder does not provide, within the time specified by JSDMS,
supporting information sought by JSDMS for evaluation of the Bid.
2.5.3 Such misrepresentation/improper response as described in Clause 2.5.2
shall lead to the disqualification of the Bidder.
2.5.4 In case it is found during the evaluation of Bids or at any time before signing
of the Agreement or after its execution and during the period of subsistence
thereof, that one or more of the pre-qualification conditions have not been
met by the Bidder or that the Bidder has made material misrepresentation or
has given any materially incorrect or false information, the Bidder shall be
disqualified forthwith and the Agreement, if signed, shall be liable to be
16
terminated by a communication in writing by JSDMS to the Bidder, without
JSDMS being liable in any manner whatsoever to the Bidder. In such an
event, JSDMS shall appropriate the Earnest Money Deposit.
2.5.5 JSDMS reserves the right to verify all statements, information and
documents submitted by the Bidder in response to the RFP. Failure of
JSDMS to undertake such verification shall not relieve the Bidder of its
obligations or liabilities hereunder nor will it affect any rights of JSDMS
there under.
B. DOCUMENTS
2.6 Contents of the RFP
2.6.1 The following are the appendices attached as a part of this RFP:
I. Format for Covering Letter for the Bid
II. Format for Affidavit on not being blacklisted
III. Format for Bidder Details
IV. Format for Financial Capability Statement
V. Format for Training and Placement Record (all-India)
VI. Format for Training and Placement Record (Jharkhand)
VII. Format for District and Sector Preferences
VIII. Format for Additional Information
IX. Format for Authorization for signing of Bid
X. Format for Pre Bid Queries
2.7 Clarifications
2.7.1 Bidders requiring any clarification on the RFP may notify JSDMS in writing
or by letter and/or e-mail in accordance with Clause 1.6.14. Queries should
be sent in before the date mentioned in the Schedule of Bidding Process
specified in Clause 1.7. JSDMS shall endeavour to respond to the queries
within the period specified therein. The responses will be sent by letter
and/or e-mail. JSDMS shall post all queries and responses thereto on its
website without identifying the source of queries. All clarifications are to be
raised in the format as given in Appendix–X.
2.7.2 JSDMS shall endeavour to respond to the questions raised or clarifications
sought by the Bidders. However, JSDMS reserves the right not to respond to
any question(s) or provide any clarification(s), in its sole discretion, and
nothing in this Clause shall be taken or read as compelling or requiring
JSDMS to respond to any question or to provide any clarification.
2.7.3 JSDMS may also on its own motion, if deemed necessary, issue
interpretations and clarifications to all Bidders. All clarifications and
interpretations issued by JSDMS shall be deemed to be part of the RFP.
Verbal clarifications and information given by JSDMS or its employees or
representatives shall not in any way or manner be binding on JSDMS.
17
2.8 Amendment of RFP
2.8.1 At any time prior to the deadline for submission of Bids, JSDMS may, for any
reason, whether at its own initiative or in response to clarifications requested
by a Bidder, modify the RFP by the issuance of Addenda.
2.8.2 Any addenda issued subsequent to this RFP, but before the Bid Due Date,
will be deemed to form part of the RFP.
2.8.3 Any Addendum thus issued will be uploaded on the JSDMS website
(www.skilljharkhand.org). JSDMS will post the addendum/replies to the
queries on the JSDMS website without identifying the source of queries.
2.8.4 In order to afford the Bidders a reasonable time for taking an Addendum
into account, or for any other reason, JSDMS may, at its own discretion,
extend the timelines mentioned in Clause 1.7, having due regard for the time
required by the bidders to address such amendment.
2.8.5 Any modification and amendment in the RFP or the timelines as stated in
Clause 1.8 shall be uploaded on the JSDMS website. Prospective Bidders are
requested to remain updated with regard to any addendum/ notices/
amendments/ clarifications etc. on the JSDMS website at
www.skilljharkhand.org. JSDMS may not provide separate notifications for
such addendum/ notices/ amendments / clarifications, etc. in the print
media (press) or individually.
C. PREPARATION AND SUBMISSION OF BIDS
2.9 Format and Signing of Bid
2.9.1 The Bidder shall provide all information sought under this RFP. JSDMS will
evaluate only those Bids that are received in the required formats and
complete in all respects.
2.9.2 The Bid shall be neatly typed in indelible ink and signed by the authorised
signatory of the Bidder who shall also put his/her initials on each page, in
blue ink. All alterations, omissions, additions or any other amendments
made to the Bid shall be initialled by the person(s) signing the Bid.
2.10 Sealing and Submission of Bids
2.10.1 The Bidder shall submit the Bid in the formats specified in the Appendices,
inside a sealed envelope marked as: “Bid for imparting Skill Development
Training in Jharkhand under the Pilot Phase of Saksham Jharkhand Kaushal
Vikas Yojana”. The envelope shall clearly indicate the name and address of
the Bidder.
2.10.2 The documents accompanying the Bid shall be placed in the order
mentioned below. The documents shall be placed in hard binding and the
pages shall be numbered serially. Each page shall be initialled in blue ink by
18
the authorized signatory. The documents shall include:
S.No. Description Reference
1 Cover Letter with the Bid Appendix–I
2 Affidavit on not being blacklisted Appendix–II
3 Bidder Details Appendix–III
4 Financial Capability Statement Appendix–IV
5 Training and Placement Record (all-India) Appendix–V
6 Training and Placement Record (Jharkhand) Appendix–VI
7 District and Sector Preferences Appendix–VII
8 Additional Information Appendix–VIII
9 Authorization for Signing of Bid Appendix–IX
10 Format for Pre-Bid Queries Appendix–X
11 Bid Fee -
12 Earnest Money Deposit -
13 CD containing soft copy of the Bid including all information provided as part of Appendix III-VIII in editable MS Excel format
-
2.10.3 Along with the original set, a true copy of the Bid, as specified in Clause
2.10.2 above should be submitted. The true copy should be placed in another
envelope and marked as: "Copy of Bid".
2.10.4 Both the original and true copy of the Bid should be addressed to:
Mission Director
Jharkhand Skill Development Mission Society
230-B, Road No. 02, Ashok Nagar
Ranchi – 834 002, Jharkhand
2.10.5 Bids should be submitted at the address mentioned in Clause 2.10.4 by
registered post or courier or in person. In case of Bids submitted in person, a
receipt thereof should be obtained from the person specified at Clause 2.10.4
or a designated person authorized by him for this purpose.
2.10.6 Bids submitted by fax, telex, telegram or e-mail shall not be entertained.
2.11 Bid Due Date
2.11.1 Bids should be submitted on or before 3:00 PM IST on 9 October, 2015 at
the address provided in Clause 2.10.4 in the manner and form as detailed in
this RFP. JSDMS may, in its sole discretion, extend the Bid Due Date by
issuing an Addendum in accordance with Clause 2.8 uniformly for all
Bidders.
2.12 Late Bids
2.12.1 Bids received by JSDMS after the specified time on the Bid Due Date shall
19
not be eligible for consideration and shall be summarily rejected. JSDMS will
not be responsible in any manner for late receipt of Bids.
2.13 Modifications/ Substitution/ Withdrawal of Bids
2.13.1 Bidders may not modify, substitute or withdraw their Bids after submission.
Information supplied subsequent to the Bid Due Date, unless the same has
been expressly sought for by JSDMS, shall be disregarded.
2.14 Rejection of Bids
2.14.1 JSDMS reserves the right to accept or reject all or any of the Bids without
assigning any reason whatsoever. It is not obligatory for JSDMS to accept
any Bid or to give any reasons for their decision.
2.14.2 JSDMS reserves the right not to proceed with the Bidding Process at any
time, without notice or liability, and to reject any Bid without assigning any
reason(s).
2.15 Validity of Bids
2.15.1 The Bids shall be valid for a period of not less than 180 (one hundred and
eighty) days from the Bid Due Date. The validity of Bids may be extended by
mutual consent of JSDMS and the Bidders.
2.16 Confidentiality
2.16.1 Information relating to the examination, clarification, evaluation and
recommendation for the Bidders shall not be disclosed to any person who is
not officially concerned with the process or is not a retained professional
advisor advising JSDMS in relation to, or matters arising out of, or
concerning the Bidding Process.
2.16.2 JSDMS will treat all information, submitted as part of the Bid, in confidence
and will require all those who have access to such material to treat the same
in confidence. JSDMS may not divulge any such information unless it is
directed to do so by any statutory entity that has the power under law to
require its disclosure or is to enforce or assert any right or privilege of the
statutory entity and/or JSDMS.
2.17 Correspondence with the Bidder
2.17.1 JSDMS shall not entertain any correspondence with any Bidder in relation to
acceptance or rejection of any Bid.
D. EARNEST MONEY DEPOSIT
2.18 Earnest Money Deposit
2.18.1 As part of the bid, the Bidder shall furnish an Earnest Money Deposit (EMD)
of Rs. 50,000/- (Rupees Fifty Thousand only) in the form of a crossed
20
demand draft issued by a Scheduled Bank in India in favour of “Jharkhand
Skill Development Mission Society”, payable at par in Ranchi. JSDMS shall
not be liable to pay any interest on the Earnest Money Deposit so made.
2.18.2 The validity period of the EMD shall not be less than 180 days from the Bid
Due Date, and may be extended by the Bidder from time to time.
2.18.3 Any Bid not accompanied by the EMD shall be rejected by JSDMS as non
responsive.
2.18.4 Save in the event of the Bid being deemed non-responsive as per Clause 3.2.1
and save as provided in Clauses 1.6.9, 2.2.8, 2.5.2, 2.18.7 and 3.3.6, the EMD
of unsuccessful Bidders will be returned by JSDMS, without any interest, not
later than 10 days from receipt of the Letter of Acceptance from Selected
Bidders or if the Bidding process is cancelled by JSDMS.
2.18.5 EMD of each of the Selected Bidders will be returned within a period of 7
days, without any interest, upon the Bidder signing the Letter of Acceptance
and furnishing the Performance Security Deposit in accordance with the
provisions thereof as stated in Clause 3.3.7.
2.18.6 JSDMS shall be entitled to appropriate the EMD in the event of the Bid being
deemed non-responsive as per Clause 3.2.1 and in any of the events specified
in Clauses 1.6.9, 2.2.8, 2.5.2, 2.18.7 and 3.3.6. The Bidder, by submitting its
Bid pursuant to this RFP, shall be deemed to have acknowledged and
confirmed that JSDMS will suffer loss and damage on account of withdrawal
of its Bid or for any other default by the Bidder during the Bid validity
period. No relaxation of any kind on Earnest Money Deposit shall be given to
any Bidder.
2.18.7 The EMD shall be appropriated by JSDMS without prejudice to any other
right or remedy that may be available to JSDMS hereunder or otherwise,
under the following conditions:
(a) If a Bidder engages in a corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice as specified in
Section 4 of this RFP; or
(b) If a Bidder withdraws its Bid during the period of Bid validity as
specified in this RFP and as extended by the Bidder from time to time;
or
(c) In the case of Selected Bidder, if it fails to sign the Agreement within the
specified time limit.
21
3 EVALUATION OF BIDS
3.1 Opening and Evaluation of Bids
3.1.1 JSDMS shall open the Bids at 4:00 PM on the Bid Due Date, at the address
specified in Clause 2.10.4 and in the presence of the Bidders who choose to
attend.
3.1.2 JSDMS will subsequently examine and evaluate the Bids in accordance with
the provisions set out in Clause 3.2 and Clause 3.3 below.
3.1.3 If at any time during the evaluation process JSDMS requires any
clarification, it reserves the right to seek such information from any or all of
the Bidders and the Bidders will be obliged to provide the same with
supporting documents in the specified time frame.
3.2 Tests of responsiveness
3.2.1 Prior to evaluation of Bids, JSDMS shall determine whether each Bid is
responsive to the requirements of the RFP. A Bid shall be considered
responsive only if:
(a) it is received as per Clause 2.9 and Clause 2.10;
(b) it is received by the Bid Due Date including any extension thereof
pursuant to Clause 2.11.1;
(c) it is signed, sealed, firmly bound and marked as stipulated in Clause 2.9
and Clause 2.10;
(d) it is accompanied by the Earnest Money Deposit as specified in Clause
2.2.4;
(e) it does not contain any condition or qualification; and
(f) it is not non-responsive in terms hereof.
3.2.2 JSDMS reserves the right to reject any Bid which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be
entertained by JSDMS in respect of such Bid.
3.3 Evaluation and Selection of Bidders for sanction of work
3.3.1 The Bidder has to be adjudged as responsive in terms of Clause 3.2.1 for
participating in the Bid process.
3.3.2 The selection process would be through an evaluation of the Technical Bid
and Technical Presentation. The Technical Bid should meet the eligibility
criteria as mentioned in Clause 2.1.
3.3.3 Bidders deemed eligible as per Clause 2.1 and responsive as per Clause 3.2.1
will be evaluated on their Technical Qualifications and suitability, in line
22
with the evaluation criteria provided in the table below. Bidders are required
to score a minimum of 4o out of 70 possible marks in the Technical Proposal
to qualify for being invited to make a Technical Presentation.
Evaluation of Bid on Technical Qualifications and Suitability
(Maximum of 100 Marks)
S.
No.
Parameters Max.
Marks
Part A: Technical Proposal submitted to JSDMS in Original and True Copy
A.1 Technical Qualifications - All India (Maximum Marks: 35)
a) Skill Training Experience in past 3 years (all-India)
Scoring:
Trained 2,000 trainees or less: 5 marks
One additional mark for every 1,000 trainees (counted only in multiples of
1,000) trained above 2,000 trainees, up to a maximum of 20 marks total
20
b) Trainee Placement Record in past 3 years (all-India)
Scoring:
Placed 1,000 trainees or less: 5 marks
One additional mark for every 500 trainees (counted only in multiples of
500) placed above 500 trainees, up to a maximum of 15 marks total
15
A.2 Technical Qualifications – Jharkhand (Maximum Marks: 5)
a) Skill Training Experience in past 3 years (Jharkhand)
Scoring:
Trained 500 trainees or less: 2 marks
One additional mark for every 200 trainees (counted only in multiples of
500) trained above 500 trainees, up to a maximum of 5 marks total
5
A.3 Financial Qualifications (Maximum Marks: 20)
a) Average turnover in skill development over past three years
Scoring:
Rs 50 Lakh or less: 5 marks
Above Rs 50 Lakh up to Rs 1 Crore: 7 marks
Above Rs 1 Crore: 10 marks
10
b) Average net worth over past three years
Scoring:
Negative net worth: Zero
Rs 25 Lakh or less: 5 marks
Above Rs 25 Lakh up to Rs 50 Lakh: 7 marks
Above Rs 50 Lakh: 10 marks
10
A.4 Additional Qualifications (Maximum Marks: 10)
a) Bidder’s conceptual clarity; Suitability in context of the Project; Faculty
experience; Approach towards Skill Training & Delivery (including
Mobilization, Training Delivery, and Quality Assurance)
10
23
Evaluation of Bid on Technical Qualifications and Suitability
(Maximum of 100 Marks)
Part B: Technical Presentation before the Selection Committee
B.1 Technical Presentation (Maximum Marks: 30)
a) Break-up:
Bidder’s understanding of Jharkhand and JSDMS objectives, and
suitability to meet the same: Up to 10 marks
Bidder’s statement of purpose / strategic intent: Up t0 5 marks
Bidder’s approach & methodology for skilling Jharkhand: Up to 15 marks
30
3.3.4 After the evaluation of Bids under Part A, JSDMS would announce a list of
Shortlisted Bidders who will be invited to make a Technical Presentation
before the Selection Committee constituted for selecting Bidders for sanction
of work under the Project. As per Clause 3.3.3, Bidders are required to score
a minimum of 4o out of 70 possible marks in the Technical Proposal to
qualify for being invited to make a Technical Presentation. At the same time,
JSDMS would upload on its website the list of Bidders that have not been
shortlisted. JSDMS will not entertain any query or clarification from Bidders
who fail to qualify for the Technical Presentation.
3.3.5 In the event that two or more Shortlisted Bidders are tied at the same Overall
Bid Score, marks awarded under Part B i.e. Technical Presentation shall be
considered for selection. In the event that two or more Shortlisted Bidders
are tied at the same Overall Bid Score with same marks under Part B as well,
then the Bidder with a higher turnover from skill development activities shall
be selected.Work shall be sanctioned to Selected Bidders in the manner
described in Clause 1.6 and Clause 1.7 of this RFP.
3.3.6 A Letter of Award (the "LOA") shall be issued, in duplicate, by JSDMS to the
Selected Bidders, after details of work allocation including districts and
trades have been agreed upon by JSDMS and the concerned Bidder(s) in
mutual consultation. The Selected Bidders must, within 7 (seven) days of the
receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly
signed by the Selected Bidder is not received by the stipulated date, JSDMS
may, unless it consents to extension of time for submission thereof,
appropriate the Earnest Money Deposit of such Bidder on account of failure
of the Selected Bidder to acknowledge the LOA, and the next eligible Bidder
may be considered as per Clause 3.3.5.
3.3.7 Along with the duly signed duplicate copy of the LOA as stated in Clause
3.3.6, the Selected Bidder would be required to provide a Performance
Security Deposit (the “Performance Security Deposit”) amounting to
10% of the total work value awarded to the Bidder. The Performance Security
Deposit would be in the form of a crossed demand draft drawn on any
scheduled bank in favour of “Jharkhand Skill Development Mission Society”,
24
payable at par in Ranchi.
3.3.8 The Selected Bidder shall execute the Agreement within the period
prescribed in Clause 1.8 and shall abide by all the terms and conditions as
specified in the Agreement. The Selected Bidder shall not be entitled to seek
any deviation in the Agreement unless agreed between JSDMS and the
Bidder.
3.4 Contacts during Bid Evaluation
3.4.1 Bids shall be deemed to be under consideration immediately after they are
opened and until such time JSDMS makes official intimation of
award/rejection to the Bidders. While the Bids are under consideration,
Bidders and/or their representatives or other interested parties are advised
to refrain from contacting, by any means, JSDMS and/or their
employees/representatives on matters related to the Bids under
consideration.
25
4 FRAUD AND CORRUPT PRACTICES
4.1.1 The Bidders and their respective officers, employees, agents and advisers
shall observe the highest standard of ethics during the Bidding Process and
subsequent to the issue of the LOA and during the subsistence of the
Agreement. Notwithstanding anything to the contrary contained herein, or in
the LOA or the Agreement, JSDMS shall reject a Bid, withdraw the LOA, or
terminate the Agreement, as the case may be, without being liable in any
manner whatsoever to the Bidder, if it determines that the Bidder has,
directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive
practice in the Bidding Process. In such an event, JSDMS shall appropriate
the Earnest Money Deposit or Performance Security Deposit, as the case may
be, without prejudice to any other right or remedy that may be available to
JSDMS hereunder or otherwise.
4.1.2 For the purposes of Clause 4, the following terms shall have the meaning
hereinafter respectively assigned to them:
a) “corrupt practice" means (i) the offering, giving, receiving, or
soliciting, directly or indirectly, of anything of value to influence the
actions of any person connected with the Bidding Process (for
avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official
of JSDMS who is or has been associated in any manner, directly or
indirectly with the Bidding Process or the LOA or has dealt with
matters concerning the Agreement or arising there from, before or after
the execution thereof, at any time prior to the expiry of one year from
the date such official resigns or retires from or otherwise ceases to be in
the service of JSDMS, shall be deemed to constitute influencing the
actions of a person connected with the Bidding Process); or (ii)
engaging in any manner whatsoever, whether during the Bidding
Process or after the issue of the LOA or after the execution of the
Agreement, as the case may be, any person in respect of any matter
relating to the Project or the LOA or the Agreement, who at any time
has been or is a legal, financial or technical adviser of JSDMS in
relation to any matter concerning the project;
b) "fraudulent practice" means a misrepresentation or omission of
facts or suppression of facts or disclosure of incomplete facts, in order
to influence the Bidding Process;
c) "coercive practice" means impairing or harming, or threatening to
impair or harm, directly or indirectly, any person or property to
influence any person's participation or action in the Bidding Process;
d) "undesirable practice" means (i) establishing contact with any
26
person connected with or employed or engaged by JSDMS with the
objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Bidding Process; or (ii) having a Conflict of
Interest; and
e) "restrictive practice" means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of
restricting or manipulating a full and fair competition in the Bidding
Process.
27
5 PRE-BID MEETING
5.1.1 Pre-Bid Meeting of the Bidders shall be held at the JSDMS office in Ranchi
at 11:00 AM IST on the date as mentioned in the Clause 1.8. A maximum of
two representatives of each Bidder shall be allowed to participate on
production of Authority letter from the Bidder.
5.1.2 During the course of Pre-Bid Meeting, the Bidders will be free to seek
clarifications and make suggestions for consideration of JSDMS. JSDMS
shall endeavour to provide clarifications and such further information as it
may, in its sole discretion, consider appropriate for facilitating a fair,
transparent and competitive Bidding Process.
28
6 MISCELLANEOUS
6.1.1 The Bidding Process shall be governed by, and construed in accordance with
the laws of India and the Courts at Ranchi shall have exclusive jurisdiction
over all disputes arising under, pursuant to and/or in connection with the
Bidding Process.
6.1.2 JSDMS, at its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to;
a) suspend and/or cancel the Bidding Process and/or amend and/or
supplement the Bidding Process or modify the dates or other terms and
conditions relating thereto;
b) consult with any Bidder in order to receive clarification or further
information;
c) retain any information and/or evidence submitted to JSDMS by, on
behalf of, and/or in relation to any Bidder; and/or
d) independently verify, disqualify, reject and/or accept any and all
submissions or other information and/or evidence submitted by or on
behalf of any Bidder.
6.1.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases
JSDMS, its employees, agents and advisers, irrevocably, unconditionally,
fully and finally from any and all liability for claims, losses, damages, costs,
expenses or liabilities in any way related to or arising from the exercise of
any rights and/or performance of any obligations hereunder, pursuant
hereto and/or in connection herewith and waives any and all rights and/or
claims it may have in this respect, whether actual or contingent, whether
present or future.
29
7 SCHEDULES
Schedule–A
7.1.1 The outcomes expected under the Project, guided by the Common Norms, are as
given below:
a) Employment (both wage and self) on an annual basis of at least 70% of the
successfully certified trainees within three months of completion of training,
with at least 50% of the trainees passing out being placed in wage
employment;
Provided that JDSMS may alter the percentage target of wage and self-
employment within a batch based on specifics of the trade, local economy,
social conditions, etc.
b) In case of wage employment, candidates shall be placed in jobs that provide
wages at least equal to minimum wages prescribed and such candidates
should continue to be in jobs for a minimum period of three months from the
date of placement in the same or a higher level with the same or any other
employer.
c) In case of self-employment, candidates should have been employed gainfully
in livelihood enhancement occupations which are evidenced in terms of trade
license or setting up of an enterprise or becoming a member of a producer
group or proof of additional earnings (bank statement) or any other suitable
and verifiable document as prescribed by the respective Ministry/
Department/ JSDMS.
7.1.2 The outcome-linked fourth instalment (20% of training cost) as given in Clause
1.7.6 would be released to the Selected Bidder subject to the following:
a) Selected Bidder shall be eligible for 100% payment on for outcome
achievement as specified in clause 7.1.1
b) Selected Bidder will be paid on pro rata basis on achievement in any of the
following:
50-69% placement of those who have been certified with at least 50%
minimum wage employment of the certified trainees within three months
of completion of training in case of fresh entrants;
50-69% of certified candidates with increase of at least 3% remuneration
within 14 months in case of re-skilling and up-skilling;
50-69% formal recognition and certification of experiential training in
vocational trade or craft leading to appropriate increase in wages in the
respective skill category of the candidate for immediate and subsequent
production cycle or meets the conditions as specified in Clause 7.1.1.
30
Schedule–B
7.1.3 List of trades as per the cost category prescribed in the Common Norms notified by
the Ministry of Skill Development and Entrepreneurship on 15th July, 2015:
S. No. Industry / Sectors
Sub-Sector/Trades
Category-I Category-II Category-III
1. Agriculture Farm Machinery, Animal Husbandry, Farm Mechanisation, Precision farming, Fisheries and allied Sector
Agriculture, Plantation, Horticulture Floriculture, Poultry
Apiculture, Home Décor Art - Bonsai, Flower, water fall; Minor Forest Product processing and value addition, Natural Fibre product processing and value addition (Sericulture, Jute, cotton, hemp and diversified Products)
2. Apparel Garment Manufacturing, Fashion Design
Garment making
3. Automotive Manufacturing, Automotive repair
Automotive Sales
4. Beauty & Wellness
Spa and Wellness, Beauty Culture & Hair Dressing, Naturopathy
Home Décor Art Mehandi
5. BFSI Banking, Accounting, Insurance
6. Capital Goods Fabrication, Electro- Mechanical
7. Chemicals Manufacture of Chemicals and Bio-Chemicals, Plastics, Processing
Fragrance Flavour & Perfume
8. Construction Construction Equipment, Fabrication
Paint, Wood Works, Bamboo Fabrication, Carpentry
9. Education & Skill Development
Education, Skill Development
Counselling Skills
10. Electronics Electronics System Design, Manufacture Refrigeration and Air Conditioning
Consumer Electronics - Sales & Service
11. Fast Moving Consumer Goods
Fast Moving Consumer Goods
12. Food Processing Industries
Food Processing Sectors
Food Processing sectors such as: Dairy Products, Fruit & Vegetable Products, Cereals and Cereal Products, Food Grain (including milling), Edible Oil and Fats, Meat and Meat Products, Fish and Fish Products, Sweets and Confectionery, Bread and Bakery, Spices and Condiments, Beverage, Aerated Water and Soft Drinks, Packaging of
31
food products
13. Furniture & Furnishing
Furniture Making
14. Gems & Jewellery Gems & Jewellery Manufacturing
Home Décor Art Jewellery
15. Green Skills Renewable energy Rain Water Harvesting, Green retail, Allied green skills
16. Handloom & Handicrafts
Handlooms Brassware, Khadi, Carpet, Handicrafts
Handmade Paper and Paper Products, Home décor art, Ceramic Painting, Home Décor, Art Wood
17. Healthcare Medical and Nursing Healthcare – Machine Technician
Community Healthcare, Healthcare – Assistants, Preventive Healthcare (including Nutrition & Health Education and Health Counselling)
Allied Healthcare
18. Instrumentation Process, Instrumentation
19. Iron & Steel Foundry (including Sponge Iron)
20. IT-ITES Information and Communication Technology
21. Leather Leather Footwear & Leather Sports Goods Manufacture
22. Life Science Manufacturing of Pharmaceuticals
Pharmaceutical Sales
23. Logistics Courier & Logistics
24. Management Material Management, Business and Commerce
25. Manufacturing Production & Manufacturing
26. Marine Engineering Marine Engineering, Ship Construction
27. Media & Entertainment
Animation Production Support, Media, Printing
Film Production
28. Mining Mining
29. Music Musical instrument Manufacture
Instrumental Music service
30. Plumbing Plumbing
31. Power & Energy Electrical Industrial Electrician
Domestic Electrician
32. Retail Store Operation, FMCG
Retail
33. Rubber Manufacturing Rubber, Nursery/ Plantation
34. Security Security, Fire & Safety Engineering
35. Sports Sports Goods Manufacture
Sports service
36. Telecom Network & Infrastructure Management
Telecom Service Provider, Handset Sales & Service
37. Textiles Spinning, Weaving,
32
Textiles, Knitting, & Processing for Cotton, Other Manmade & Synthetic Fibres
38. Tourism & Hospitality
Food Production, Cooking
Hospitality, F&B Service and Housekeeping
Travel & Tourism
39. Traditional / conventional sectors
Glassware Painting Toy Making Clock and watch repair
40. Other Sectors Any trade not covered in any of the categories above
Any trade not covered in any of the categories above
Any trade not covered in any of the categories above
33
8 APPENDIX
This page is left blank intentionally
34
APPENDIX – I
Format – Covering Letter
To,
Mission Director
Jharkhand Skill Development Mission Society
230-B, Road No. 02, Ashok Nagar
Ranchi, Jharkhand
Dear Sir,
Subject: Bid for imparting skills training in Jharkhand under the Pilot
Phase of Saksham Jharkhand Kaushal Vikas Yojana
Dear Sir,
This is in response to the RFP document issued by the Jharkhand Skill Development
Mission Society (Ref No. ……………………) dated …………………….
We ………………………………………………………………… (Name of the Bidder) are keen to
work in the state of Jharkhand on imparting skill training to youths of the state for
making them employable.
Please find enclosed one Original and one True Copy of our Bid. A soft copy of the Bid
as required is also submitted in the accompanying CD. We have also attached the
requisite Bid Fee of Rs. 2,000/- in the form of Demand Draft No. ...................... dated
................. drawn on ...................................................., and the requisite Earnest Money
Deposit of Rs. 50,000/- in the form of Demand Draft No. ...................... dated
................. drawn on .....................................................
We hereby confirm that:
1. The RFP is being submitted by …………………………………………………… who is the
“Bidder” in accordance with the conditions stipulated in the RFP.
2. We have examined in detail and have understood the terms and conditions
stipulated in the RFP issued by JSDMS and in any subsequent communication sent
by JSDMS. We agree and undertake to abide by all these terms and conditions. Our
RFP is consistent with all the requirements of submission as stated in the RFP or in
any of the subsequent communications from JSDMS.
3. The information submitted in our RFP is complete and correct to the best of our
knowledge and understanding. We would be solely responsible for any errors or
omissions in our RFP. We acknowledge that JSDMS will be relying on the
information provided in the RFP and the documents accompanying such RFP for
Selection of Bidders for skill development training in Jharkhand under the Pilot
Phase of Saksham Jharkhand Kaushal Vikas Yojana, and we certify that all
information provided in the application is true and correct; nothing has been
omitted which renders such information misleading; and all documents
accompanying such RFP are true copies of their respective originals.
35
4. We acknowledge the right of JSDMS to reject our RFP without assigning any reason
or otherwise and hereby waive, to the fullest extent permitted by applicable law, our
right to challenge the same on any account whatsoever.
5. We declare that we satisfy all legal requirements and meet all the eligibility criteria
laid down in the RFP.
6. This RFP is unconditional and we hereby undertake to abide by the terms and
conditions of the RFP.
7. We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.
For and on behalf of:
Signature:
Name:
Designation:
(Company Seal)
(Authorized Representative and Signatory)
Note:
The Covering Letter is to be submitted by Company Secretary / Authorized
Representative and Signatory on the organisation’s letterhead with his/her dated
signature and seal.
36
APPENDIX – II
Affidavit for not being blacklisted
(Affidavit on a non-judicial stamp paper of INR 10/- by Company Secretary/Authorized
Representative and Signatory of the Bidder with his/her dated signature and company
seal)
AFFIDAVIT
I/We, on behalf of ........................................................ (Name of Entity), with its registered
office at ............................................................. do hereby declare that the above-mentioned
Bidder has not been blacklisted/ debarred by any State/Central Government authority /
Donor Agency for breach on our part.
For and on behalf of:
Signature:
Name:
Designation:
Date:
(Company Seal)
(Authorized Representative and Signatory)
37
APPENDIX – III
Format – Bidder’s Details
(To be provided by Company Secretary or Authorized Signatory on Letterhead
with his/her dated signature and company seal)
S. No.
Description Details Page No.
1. Name of Legal Entity
2. Status / Constitution of the Firm
3. Name of Registering Authority
4. Registration Number
5. Date of Registration
6. Place of Registration
7. PAN Card Number
For and on behalf of:
Signature:
Name:
Designation:
Date:
(Company Seal)
(Authorized Representative and Signatory)
Note: Copy of appropriate registration / incorporation certificate along with a copy of
PAN card should be appended as a part of this form. Copies of all documents should be
appended in the same order as mentioned in the table. All documents should be duly
certified by a Chartered Accountant.
38
APPENDIX – IV
Format – Financial Capability Statement
(Duly signed by the Authorised Representative and certified by a Chartered Accountant)
On the basis of audited financial statements, I/We hereby submit that .................................
(Name of Entity), having registered office at .................................................................., has
annual turnover, net profit / loss, and net worth, in past three consecutive financial years
(2012-13, 2013-14, 2014-15), as follows:
S. No.
Financial Year
Annual Turnover
(Rs. Lakhs)
Net Annual Profit / Loss (Rs. Lakhs)
Net worth
(Rs. Lakhs)
Annual Turnover from skill development activities/
programmes (Rs. Lakhs)
1. 2012-13
2. 2013-14
3. 2014-15
For and on behalf of:
Signature:
Name:
Designation:
Date:
(Company Seal)
(Authorized Representative and Signatory)
Note:
1. Bidder is required to submit the audited financial statements for the past three
years (2012-13, 2013-14, 2014-15).
2. All supporting documents should be duly certified by a Chartered Accountant
3. Supporting definitions:
Turnover: Revenue net of any taxes and duties payable.
Net worth = Paid Up Equity share capital (excluding share capital allotted
for consideration other than cash) + Free Reserves and Surplus (excluding
revaluation reserves) – Deferred Revenue Expenditure/ Miscellaneous
Expenditure not written off – Debit Balance in Profit and Loss Account –
Cross holding of investments amongst consortium members in case of a
consortium.
39
APPENDIX – V
Format – Training and Placement Record (All-India)
(i) Experience in Indian States (Cumulative till present)
Name of State Programme/ Scheme/ Sponsoring Agency
Total number of candidates trained
Total number of candidates placed
State 1
Programme 1
Programme 2
Total
State 2
State 3
Total (All States)
--
(ii) Experience in Various Sectors
a. Year-wise overview
Name of Sector
Financial Year
Total number of candidates trained
Total number of candidates placed
Average salary range of placed candidates
Sector A
2012-13
2013-14
2014-15
Total
Sector B
2012-13
2013-14
2014-15
Total
Sector C
2012-13
2013-14
2014-15
Total
Total (All Sectors)
2012-13
2013-14
2014-15
Total
40
b. Number of trainees certified by Sector Skill Councils so far
Name of Sector Total number of candidates certified
Sector A
Sector B
Sector C
Total
For and on behalf of:
Signature:
Name:
Designation:
Date:
(Company Seal)
(Authorized Representative and Signatory)
Note: Supporting proof to be provided as below:
For Trainings, self-attested copies of any of the following documents:
Certificate / Work Order from Government bodies or funding agencies indicating award of work in conducting skill training in the above-mentioned or related sectors with number of youths trained (self-attested printouts of verifiable information from relevant and authorised MIS systems will be accepted); or
Copies of relevant pages of the fee register attested by a Chartered Accountant.
For Placements, self-attested copies of any of the following documents:
Certificate from Government bodies or funding agencies indicating experience in conducting skill training in the above-mentioned or related sectors along with number of youths placed (self-attested printouts of verifiable information from relevant and authorised MIS systems will be accepted); or
Letter from employers confirming employment of Trainees from the institute or agency clearly indicating the date of recruitment, numbers recruited and sector/category of work; or
Original Certificate by a Chartered Accountant stating the number of youth placed by the Bidder during each of the last three (3) years.
41
APPENDIX – VI
Format – Training and Placement Record in Jharkhand
(If applicable)
(i) Training & Placement Record
a. Year-wise overview
Name of Sector
Financial Year
Total number of candidates trained
Total number of candidates placed
Average salary range of placed candidates
Sector A
2012-13
2013-14
2014-15
Total
Sector B
2012-13
2013-14
2014-15
Total
Sector C
2012-13
2013-14
2014-15
Total
Total (All Sectors)
2012-13
2013-14
2014-15
Total
b. Number of trainees certified by Sector Skill Councils so far
Name of Sector Total number of candidates certified
Sector A
Sector B
Sector C
Total (All Sectors)
For and on behalf of:
Signature:
Name:
Designation:
Date:
(Company Seal)
(Authorized Representative and Signatory)
42
Note: Supporting proof to be provided as below:
For Trainings and Programme experience, self-attested copies of any of the following
documents:
Certificate from Government bodies or funding agencies indicating experience in conducting skill training in the above-mentioned or related sectors with number of youths trained (self-attested printouts of verifiable information from relevant office/websites will be accepted); or
Copies of relevant pages of the fee register attested by a Chartered Accountant.
For Placements, self-attested copies of any of the following documents:
Certificate from Government bodies or funding agencies indicating experience in conducting skill training in the above-mentioned or related sectors along with number of youths placed (self-attested printouts of verifiable information from relevant office/websites will be accepted); or
Letter from employers confirming employment of Trainees from the institute or agency clearly indicating the date of recruitment, numbers recruited and sector/category of work; or
Original Certificate by a Chartered Accountant stating the number of youth placed by the Bidder during each of the last three (3) years.
43
APPENDIX – VII
Format – District and Sector Preferences
(i) Districts - Preference Ranking
Bidders must assign preference ranking to all districts of the state.
(Rank 1 being most preferred and Rank 24 being least preferred)
Rank District Preferred Sectors for imparting training in the district
(ii) Preferred Sectors and Trades
S.
No.
Name of sector Name of course / trade Hours of
training
1. Sector A Course A1
2. Sector B Course B1
3. Sector B Course B2
(iii) Tie-ups for Placement
S.
No.
Name of industry /
organization
Placement
capacity (Nos.)
Formal arrangement (Yes/
No)
1.
2.
3.
* Supporting proof documents to be annexed separately
(iv) Tie-ups for On-the-Job Training or Apprenticeship (OJT)
S.
No.
Name of the industry /
organization
OJT/Apprenticeship
capacity (number)
Formal arrangement
(Yes/ No)
1.
2.
3.
* Supporting proof documents to be annexed separately
For and on behalf of:
Signature:
Name:
Designation:
Date:
(Company Seal)
(Authorized Representative and Signatory)
44
APPENDIX – VIII
Format – Additional Information
(i) Bidder’s understanding of the Project requirements
(ii) Bidder’s approach towards Skill Training & Delivery (including Mobilization, Training Delivery, and Quality Assurance)
(iii) Trainer details (all-India)
S.N. Description Details
1. No. of permanent trainers, along with their sector(s) of
expertise
2. No. of contractual trainers, along with their sector(s) of
expertise
3. No. of trainers trained and certified by any Sector Skill
Council, along with their sector(s) of expertise
4.
Qualifications of Permanent Faculty
(Please attach CVs clearly highlighting relevant
experience)
5.
No. (and basic details) of
career/vocational/mobilisation counsellors working for
the Bidder, if any
6. Number of Sector Skill Councils promoted, if any
45
(iv) Additional details furnished by Bidder
(Bidder may use this space to highlight experience of working with various beneficiary groups, with documentary proof where required)
Experience in training candidates belonging to Scheduled Castes and Scheduled Tribes, if any
Experience in training candidates belonging to Primitive Tribes, if any
Experience in training women candidates
Experience in training illiterate candidates, if any
Experience in training Persons with Disabilities, if any
For and on behalf of:
Signature:
Name:
Designation:
Date:
(Company Seal)
(Authorized Representative and Signatory)
46
APPENDIX – IX
Format – Authorization
(On Company Letterhead)
TO WHOMSOEVER IT MAY CONCERN
This is to authorise Mr./Ms. _______________________________
son/daughter/wife of ________________________ and presently residing at
____________________________________________________________,
who is presently employed with us and/or holding the position of _________________,
for doing in our name and signing on our behalf all such acts, deeds and things as are
required in connection with submission of our bid for “Imparting Skill Development
Training in Jharkhand under the Pilot Phase of Saksham Jharkhand Kaushal Vikas Yojana”
including but not limited to signing and submission of all applications, bids and other
documents, participating in bidders' conferences and providing information / responses to
Jharkhand Skill Development Mission Society (JSDMS), representing us in all matters
before JSDMS or concerned Authority, signing and execution of all contracts including the
Agreement and undertakings consequent to acceptance of our bid, and generally dealing
with the Authority in all matters in connection with or relating to or arising out of our bid
for the said Project and/or upon award thereof to us and/or till the entering into of the
Agreement with JSDMS.
On behalf of ______________
(Signature)
(Name, Title and Address)
47
APPENDIX – X
Format –Pre Bid Queries
Name of the Prospective Bidder / Agency:
Contact Person:
Designation:
Address:
Telephone & Fax No:
Email:
Tender No:
S. No Reference Page
No. in the RFP
Clause No. Observation /
Clarification sought
Suggestion by the
Prospective
Bidder / Agency
1
2
3
4
5
6
7
8
9
Note:
Pre-Bid queries from Prospective Bidders will be accepted in this format only.