Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Tender Notice No.: VKY/2014/1905/D-SAG
Tender Document
For
SELECTION OF AGENCY FOR TRAINING OF ST STUDENTS
FOR PREPARATION OF FOLLOWING ENTRANCE EXAMINATIONS IN
TRIBAL AREAS OF GUJARAT
1. MEDICAL ENTRANCE EXAMINATION (GUJCET)
2. ENGINEERING ENTRANCE EXAMINATION (JEE)
Through Online e-tendering process only
Development Support Agency of Gujarat
Birsa Munda Bhawan, Sector 10/A
Gandhinagar 382010, Gujarat
Phone: (079) 23257679: Fax: (079) 23257678 [email protected]
OCTOBER 2014
Price Rs. 15,000/- (Rupees Fifteen Thousand Only)
Page 2 of 62
Notice Inviting On-line Tender
Tender Notice No. : VKY/2014/1905/D-SAG
Details about Tender:
Department Name : Tribal Development Department
Organisation : Development Support Agency of Gujarat
Circle : Chief Executive Officer
Development Support Agency of Gujarat
Birsa Munda Bhawan, Sector 10/A,
Gandhinagar -382010
Division :
IFB No./ Tender Notice No. : VKY/2014/1905/D-SAG
Name of Project : Training for Medical & Engineering Entrance
Examination
Name of Work : Selection of Agency for Training of ST Students
for Preparation of following Entrance Examinations
in Tribal Areas of Gujarat
1. Medical (GUJCET)
2. Engineering (JEE)
Estimated Contract Value (INR) : Varies with the service scope
Period of Completion : 5 Months
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 : Allowed
Rebate : 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) : Rs. 4.00 Lakhs (Rupees Four Lakhs Only) for Medical per
Region
Rs. 4.00 Lakhs (Rupees Four Lakhs Only) for Engineering
per Region to be provided separately for each course
Bid Security/ EMD in favour of : “Development Support Agency of Gujarat” payable
at Gandhinagar
Tender Dates
Bid Document Downloading Start
Date
: 28-10-2014 by 13:00 hrs
Bid Document Downloading End
Date
: 17-11-2014 by 17:00 hrs
Last Date & Time for Receipt
(Submission) of Bids
: 17-11-2014 by 17:00 hrs
Date of Tender opening : 18-11-2014 by 15:00 hrs
Bid Validity Period : 180 days from opening of technical bid
Submission of certain documents, : Submission of EMD, Tender fee and other
Page 3 of 62
etc. Documents as specified in the tender document
17/11/2014 upto 17:00 hrs in the office of the Chief
Executive Officer, Development Support Agency
of Gujarat, Birsa Munda Bhawan, Sector 10/A,
Gandhinagar -382010
Remarks : Bidder shall submit their financial Bid in electronic
format on website, after digitally signing the same.
Offers which are not digitally signed will not be
accepted. No offer in physical form will be
accepted and any such offer is received by the
Chief Executive Officer, Development Support
Agency of Gujarat Birsa Munda Bhawan, Sector
10/A, Gandhinagar -382010 will be outright
rejected.
Phone : 079-23257679
Other Details
Officer Inviting Bids : Chief Executive Officer Development Support
Agency of Gujarat Birsa Munda Bhawan, Sector
10/A, Gandhinagar -382010
Bid Opening Authority :
Address : A Division of GNFC
301, GNFC Infotower, Bodakdev, Ahmedabad
General Terms and Conditions
(1) Bidders can download the tender document free of cost from the website.
(2) Bidders have to submit Price bid in Electronic form only on nprocure
website till the Last Date & time for submission.
(3) Offers (price bid) in physical form will not be accepted in any case.
(4) Free vendor training camp will be organized every Saturday between 4.00
to 5.00 PM at (n) Code Solutions – A Division of GNFC Ltd. Bidders are
requested to take benefit of the same.
Bidders who wish to participate in online tenders will have to procure should have
legally valid Digital Certificate as per Information Technology Act-2000 using which
they can sign their electronic bids. Bidders can procure the same from any of license
certifying Authority of India or can contact (n) Code Solutions – A division of GNFC
Ltd., who are licensed Certifying Authority by Govt. of India.
All bids should be digitally signed, for details regarding digital signature certificate
related training involved the below mentioned address should be contacted:
(n) Code Solutions
A Division of GNFC
301, GNFC Infotower, Bodakdev, Ahmedabad –380 054 (India)
Tel: +91 26857316/ 17/ 18, Fax: +91 79 26857321
E-mail: [email protected], Website: www.nwr.nprocure.com
Toll Free: 1800-233-1010(Ext.321)
Other Terms and Conditions are as per detailed tender documents.
Page 4 of 62
CONTENTS
CHAPTER
NO.
PARTICULARS PAGE
NO.
INVITATION FOR BIDS (IFB) 7
I INSTRUCTIONS TO THE BIDDER 14
II GENERAL TERMS AND CONDITIONS 20
III TERMS OF REFERENCE 34
IV SPECIAL TERMS AND CONDITIONS OF
CONTRACT
39
V ANNEXURES 42
Page 5 of 62
DETAILED CONTENTS
Sr. No. Particulars Page No.
INVITATION FOR BIDS (IFB) 7
Chapter-I INSTRUCTIONS TO THE BIDDER 14
Article-1 Definitions 14
Article-2 Proposed Project 15
Article -3 Eligibility Criteria for Bidders 16
Chapter-II GENERAL TERMS AND CONDITIONS 20
Article-1 Checklist of Documents Comprising the Bid 20
Article-2 Bidding Document 21
Article-3 Clarification on Bidding Documents 21
Article-4 Amendment of Bidding Documents 21
Article-5 Language of Bid 22
Article-6 Cost of Bidding 22
Article-7 Bid Forms 22
Article-8 Fraudulent and Corrupt Practice 22
Article-9 Lack of Information to Bidder 23
Article-10 Contract Obligations 23
Article-11 Bid Price 23
Article-12 Bid Currency 23
Article-13 Bid Security/Earnest Money Deposit (EMD) 24
Article-14 Period of Validity of Bid 24
Article-15 Format and Signing of Bid 24
Article-16 Sealing and Marking of Bid 25
Article-17 Bid Due Date 25
Article-18 Late Bid/Conditional Bid 26
Article-19 Modification and Withdrawal of Bid 26
Article-20 Opening of Bids by DSAG 26
Article-21 Contacting DSAG 27
Article-22 Bid Evaluation 27
Article-23 The DSAG‟s Right to vary Scope of Contract at the
time of award
31
Article-24 The DSAG‟s Right to accept any Bid and to reject
any or all Bids
31
Article-25 Notification of Award & Signing of Contract 31
Article-26 Performance Guarantee 31
Article-27 Payment Terms 32
Article-28 Penalty 33
Article-29 Patent Rights 33
Article-30 The DSAG‟s Right to Award the Contract to any one
or more Bidders
33
Page 6 of 62
Sr.No. Particulars Page No.
Chapter-III TERMS OF REFERENCE 34
Article-1 Introduction 34
Article-2 Scope of Work 35
Article-3 Beneficiary details and Trainee Selection 36
Article-4 Services to be provided 36
Article-5 Locations 37
Article-6 Additional as well as new centres & staff 38
Article-7 Service Performance Requirement 38
Article-8 Standby Training Staff and other requirements 38
Article-9 Teaching language 38
Article-10 Provision by DSAG 38
Chapter-IV SPECIAL TERMS AND CONDITIONS OF
CONTRACT
39
Article-1 Contract Period 39
Article-2 Bidder‟s Obligation 39
Article-3 DSAG's Obligation 39
Article-4 Liquidated Damages 40
Article-5 Termination of the Contract 40
Article-6 “No Claim” Certificate 40
Article-7 Suspension 41
Article-8 Ownership of Database 41
Article-9 Details to be Kept Confidential 41
Article-10 Transfer of Rights 41
Article-11 Implementation Schedule 41
Chapter V ANNEXURES 42
Annexure – 1A Financial Bid Format for Medical Entrance
Examination
43
Annexure – 1B Financial Bid Format for Engineering Entrance
Examination
44
Annexure – 2 Proforma of General Power of Attorney 45
Annexure – 3 Performance Guarantee Format 46
Annexure – 4 Profile of the Bidder 49
Annexure – 5 Checklist for Fulfillment of Eligibility Criteria 50
Annexure – 6 Checklist for Fulfillment of Evaluation Criteria 54
Annexure – 7 Format for Chartered Accountant (CA)
Certificate for turnover from training business
58
Annexure – 8 Proforma for CV of Trainers 59
Annexure – 9 List of Training Centers 60
Annexure – 10 Checklist for tender document 61
Page 7 of 62
INVITATION FOR BIDS (IFB)
Development Support Agency of Gujarat (DSAG), an autonomous society promoted under
the ST Development Department of Government of Gujarat, has been mandated to assist in
implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana)
for development of ST areas, 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 ST families and forging
strong convergence with other implementing departments of the Government. This
programme aims to bridge the existing gaps between ITDP areas and rest of the State.
The empowerment of the weaker sections has been an area of concern for the Government. A
number of plans and programmes are being implemented for assisting the people so as to
enhance their skills and capabilities for ensuring rapid economic development and integration
in the national main stream. The scheduled tribes, coming from deprived economic
background and disadvantaged environment, find it difficult to compete with persons coming
from a socially and economically advantageous background.
Further, it has been observed that seats in Government medical and engineering colleges
reserved for ST student remains vacant due to non availability of eligible candidates, it is
proposed to facilitate training for medical and engineering entrance examinations for ST
students by competent training institutes. This would also give an opportunity to the children
from tribal dominated districts to avail such education and training facility which otherwise
they would not have got.
To promote a more level playing field, and give ST students a better chance to succeed in
competitive examinations for medical and engineering entrance, the Scheduled Tribe (ST)
Development Department, through its agency the Development Support Agency of Gujarat
(DSAG), desires to invite bids from competent training institutes to provide quality training
to ST students of various schools run by Tribal Development Department.
The project will be implemented under Public Private Partnership (PPP) mode.
Proposal in the form of bids in duplicate is requested in complete accordance with the
documents / attachments as per the following guidelines. Joint venture / Consortium is
allowed but restricted to 2 agencies.
The proposed training centers shall be divided into three regions or cluster of districts as
follows
a. South Region: Navsari, Surat, Valsad, Dang, Tapi
b. Central region: Chhotaudepur, Dahod, Mahisagar, Baroda, Narmada
c. North Region: Sabarkantha, Banaskantha, Ahmedabad
The bidder can bid for providing training either in medical / engineering entrance
examination or for both and for single region / multiple regions. However it has to be
specified clearly in the bid.
Page 8 of 62
SCHEDULE FOR INVITATION OF TENDER
TENDER NAME: SELECTION OF AGENCY FOR TRAINING OF ST STUDENTS
FOR PREPARATION OF FOLLOWING ENTRANCE
EXAMINATIONS IN TRIBAL AREAS OF GUJARAT
1. MEDICAL ENTRANCE EXAMINATION (GUJCET)
2. ENGINEERING ENTRANCE EXAMINATION (JEE)
To
Issue of Tender From 28-10-2014 at 13:00 hrs. To 17-11-2014 at
17:00 hrs.
Pre Bid Meeting 05.11.2014 @ 3:00 PM (15:00 Hrs.)
Venue for Pre Bid Meeting Chief Executive Officer, Development Support
Agency of Gujarat, Birsa Munda Bhawan,
Sector 10/A, Gandhinagar
Bid Due Date: 17-11-2014 at 17:00 hrs
Bid Submission Address:
Chief Executive Officer, Development Support
Agency of Gujarat, Birsa Munda Bhawan,
Sector 10/A, Gandhinagar
Technical Bid Opening Date &
Time:
18-11-2014, 15:00 hrs
Venue: Chief Executive Officer, Development Support
Agency of Gujarat, Birsa Munda Bhawan,
Sector 10/A, Gandhinagar
Note:
1. Please address all queries and correspondence to the Chief Executive Officer,
Development Support Agency of Gujarat, Birsa Munda Bhawan, Sector 10/A,
Gandhinagar, Gandhinagar or DSAG email address [email protected]. If the
Office of the Development Support Agency of Gujarat happens to be closed on the
day of receipt of the bids as specified, the bids will be received and opened on the
next working day on opening of the Office upto the same time and at the same venue
2. Please quote Ref. Number (Tender Notice No.) in all your correspondence.
Page 9 of 62
General Instructions
1.0 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.
2.0 Technical Bid: Bidders shall submit physically their bids in TWO SEPARATE
PARTS in sealed envelopes super-scribed with due date, time, project and nature of
bid).
PART-I: Bid Security and Price of one copy of the Tender Document in a separate
sealed envelope superscripted with the Tender Document Number. Please
enclose EMD separately of Rs. 4.00 Lakhs each Region for Medical and
Engineering course and Price of one copy of the Tender Document of Rs
15,000/- in form of Demand Drafts 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.
Note: Filling up prices in Part II will render the Bidder disqualified.
The envelopes containing Part-I and Part-II should be enclosed in a larger envelope
duly sealed. The enclosed CUT-OUT Slips shall be filled and pasted on the
envelopes. All pages of the offer must be signed.
3.0 Financial Bid: Bidder shall submit the FINANCIAL BID online only.
4.0 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”.
5.0 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.
6.0 Bidder shall quote the prices of services as mentioned valid for 180 days.
Page 10 of 62
7.0 The price of one copy of the Tender Document is Rs. 15,000/-, which can be paid by
crossed Demand Draft. The Demand Draft may be drawn in favour of “Development
Support Agency of Gujarat, Gandhinagar”.
Yours faithfully,
For and on behalf of
Chief Executive Officer
Development Support Agency of Gujarat (DSAG),
Gandhinagar
Page 11 of 62
TO BE PASTED ON THE OUTER ENVELOPE CONTAINING BID SECURITY,
TENDER FEES & TECHNICAL BID.
Important Data
DO NOT OPEN – THIS IS A BID
PROJECT Selection of Agency for Training of ST Students
for Preparation of following Entrance
Examinations in Tribal Areas of Gujarat
1. MEDICAL ENTRANCE EXAMINATION
(GUJCET)
2. ENGINEERING ENTRANCE
EXAMINATION (JEE)
Due Date : 17/11/2014
Time : 17:00 Hrs.
From To
<Name of Bidder> Development Support Agency of Gujarat
<Address> Office of the Development Support Agency of
Gujarat, Birsa Munda Bhawan, Sector
10/A,Gandhinagar
<Phone no.> : (079) 23257679
<Fax no.> : (079) 23257678
<E-mail id.> : [email protected]
Page 12 of 62
TO BE PASTED ON THE OUTER ENVELOPE CONTAINING BID SECURITY,
TENDER DOCUMENT PRICE.
DO NOT OPEN – THIS IS A BID
Bid Security
PROJECT Selection of Agency for Training of ST
Students for Preparation of following
Entrance Examinations in Tribal Areas of
Gujarat
1. MEDICAL ENTRANCE EXAMINATION
(GUJCET)
2. ENGINEERING ENTRANCE
EXAMINATION (JEE)
Due Date : 17/11/2014
Time : 17:00 Hrs.
From To
<Name of Bidder> Development Support Agency of Gujarat
<Address> Office of the Development Support Agency of
Gujarat, Birsa Munda Bhawan, Sector
10/A,Gandhinagar
<Phone no.> : (079) 23257679
<Fax no.> : (079) 23257678
<E-mail id.> : [email protected]
Page 13 of 62
To be pasted on the outer envelope containing Technical Bid.
DO NOT OPEN – THIS IS A BID
Technical Bid Original/Copy-1
PROJECT Selection of Agency for Training of ST
Students for Preparation of following
Entrance Examinations in Tribal Areas of
Gujarat
1. MEDICAL ENTRANCE EXAMINATION
(GUJCET)
2. ENGINEERING ENTRANCE
EXAMINATION (JEE)
Due Date : 17/11/2014
Time : 17:00 Hrs.
From To
<Name of Bidder> Development Support Agency of Gujarat
<Address> Office of the Development Support Agency of
Gujarat, Birsa Munda Bhawan, Sector
10/A,Gandhinagar
<phone no.> : (079) 23257679
<fax no.> : (079) 23257678
<E-mail id.> : [email protected]
Page 14 of 62
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 1, Chapter IV for which the Bidder shall be paid in
accordance with the terms and conditions of the Agreement.
6) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of
value, pressurizing to influence the action of a public official in the process of Bidder
selection and Contract execution.
7) “Department” shall mean Tribal Development Department of the Government of
Gujarat or any other Department or Agency notified by the State for this purpose.
8) “Financial Capability” means financial worthiness of Bidders as per the terms of the
Tender.
9) “Government” shall mean the Government of Gujarat.
Page 15 of 62
10) “Local Language” means the language declared by the concerned State Government
as their official language.
11) “Tenderer” means the organization / institution, which is floating this tender i.e.
Development Support Agency of Gujarat (DSAG), Office of the Development
Support Agency of Gujarat (DSAG), Gandhinagar
12) “Total Accepted Tender Value” means the total value of services as covered under
this Tender and agreed upon by the Tenderer and the Bidder.
13) “Consortium” means maximum 2 agencies, one of them will be lead partner and
other will be consortium partner.
ARTICLE 2: PROPOSED PROJECT
Tribal Development Department is operating various schools in tribal areas of Gujarat state.
Though 12th
class ST students score good marks but do not score in Medical and Engineering
Entrance Examination resulting in vacant seats in Government Medical and Engineering
Colleges. To improve the success ratio of ST students to get admission through entrance
examination, it is proposed to facilitate training of ST students of Standard 11th
and 12th
by
competent training institutes for Medical and Engineering Entrance Examination.
Training institute shall provide quality training to ST students of 11th
& 12th
standard in the
selected schools run by Tribal Development Department.
The proposed training centers shall be divided into three regions or cluster of districts as
follows
a. South Region: Navsari, Surat, Valsad, Dang, Tapi
b. Central region: Chhotaudepur, Dahod, Mahisagar, Baroda, Narmada
c. North Region: Sabarkantha, Banaskantha, Ahmedabad
Approx. 60 students per class / batch is proposed for training. Classroom facility, room for
staff and storage of teaching materials & literature etc, power, drinking water, sanitation and
security will be provided by Development Support Agency of Gujarat (D-SAG) at each
center.
Teaching Staff, Training material related with course of entrance exam, AV systems, training
material required for conducting regular & mock exams etc should be provided by the
training agency.
The training agency shall provide training to the ST students in all the three subjects viz.
Physics, Chemistry and Biology for Medical Entrance Examination and Physics, Chemistry
and Maths for Engineering Entrance Examination for duration of 5 months during the
academic year 2014-2015. Training period shall be 4 months i.e. from November, 2014 to
March, 2015 and one month training for revision prior to Entrance examination during April,
2015.
Page 16 of 62
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.
Bids from consortiums are allowed and restricted upto 2 agencies. In the event a bidder
is bidding as consortium then the lead bidder will be held responsible for entire work &
the payment will be made to them.
ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF MEDICAL ENTRANCE
EXAMINATION
If bidding under consortium then both lead bidder and consortium partner are
providing training for Medical Entrance Examination
Claims without documentary evidence will not be considered.
Sr
No Eligibility Criteria
Documentary Evidence to be
Attached
If bidding as Individual Bidder
Documentary Evidence to be Attached
If bidding under consortium
1 The Bidder should have minimum
Three years of experience in training
for Medical Entrance Examination
Bidding under consortium
The lead Bidder and consortium
partner both should have minimum
Three years of experience in training
for Medical Entrance Examination
Experience certificate from CA
indicating that the firm has experience
of 3 years in providing training for
Medical Entrance Examination.
Bidding under consortium
Experience Certificate from CA indicating that
the lead bidder as well as consortium partner has
experience of 3 years in providing training for
Medical Entrance Examinations.
2 Minimum 250 candidates per year
should have been trained for Medical
Entrance Examination for last 3 years
ending 31st March 2014.
Self Certified year wise list of
candidates trained for Medical
Entrance Exam to be submitted as per
details given in format: 1 below
Yearwise self certified list of candidates trained
for medical entrance exam by lead bidder and
consortium partner separately. The total nos. of
candidates will be considered on combined basis.
Data to be submitted as per details given in
format: 1 below
3 The bidder should have minimum
annual average turnover of Rs. 2
crores from training business in the
last three years ending 31st March
2014.
If bidder is bidding for both the
entrance examination i.e. for medical
and engineering then the bidder
should have minimum annual average
Chartered Accountant Certificate
indicating the annual turnover from
training business in the last three years
ending 31st March 2014 as per format
given at Annexure 7.
Chartered Accountant Certificate indicating the
annual turnover from training business in the last
three years ending 31st March 2014 as per format
given at Annexure 7.
CA certificate to be submitted separately for lead
bidder and consortium partner.
Training turnover will be considered on
combined basis
Page 17 of 62
turnover of Rs. 5 crores from training
business in the last three years ending
31st March 2014.
4 The training agency should have
minimum 3 teachers per subject
having minimum teaching experience
of 7 years who should be allotted to
the project as resource teacher.
The training agency should have
minimum 20 teachers having
minimum teaching experience of 2
years who will be deployed at the
training center of this project.
Self Certified list of teaching staff.
Details is to be provided as per format
no. 2 provided below
CV of resource teacher with their
signature to be provided as per CV
format provided at Annexure 8
Self Certified list of teaching staff. Details is to
be provided as per format no. 2 provided below
Data to be submitted separately for lead bidder
and consortium partner.
Teaching staff will be considered on combined
basis.
CV of resource teacher with their signature to be
provided as per CV format provided at Annexure
8 separately for lead bidder and consortium
partner.
5
In the event a bidder is bidding as consortium,
the lead agency should provide Self Certified
Copy of the Agreement/ MoU on non judicial
stamp paper of Rs. 100 between the lead bidder
and the consortium partner
Format 1: Data of each student trained to be provided as per following format
Sr. No. Name of Student Address of Student E-mail Id Contact No. Address of Training center
1
Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format
Sr.
No.
Name of
Teacher
Gender
& Age
Qualification Total
Experience
in Yrs.
Experience
with Bidder
Subject
Expertise
Language
Known
Contact No.
E-mail Id Documentary
evidence to be
attached
1. Payslip
2. Degree
Certificate
3. Experience
Certificate
1
The Teaching staff provided in the bid cannot be changed up to completion of the contract without prior permission
of the DSAG.
Page 18 of 62
ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF ENGINEERING
ENTRANCE EXAMINATION
If bidding under consortium then both lead bidder and consortium partners are
providing training for Engineering Entrance Examination
Claims without documentary evidence will not be considered.
Sr
No Eligibility Criteria
Documentary Evidence to be
Attached
If bidding as Individual Bidder
Documentary Evidence to be Attached
If bidding under consortium
1 The Bidder should have minimum
Three years of experience in training
for Engineering Entrance
Examination
Bidding under consortium
The lead Bidder and consortium
partner both should have minimum
Three years of experience in training
for Engineering Entrance
Examination
Experience certificate from CA
indicating that the firm has
experience of 3 years in providing
training for Engineering Entrance
Examination.
Bidding under consortium
Experience Certificate from CA indicating that
the lead bidder as well as consortium partner
has experience of 3 years in providing training
for Engineering Entrance Examinations.
2 Minimum 500 candidates per year
should have been trained for
Engineering Entrance Examination
for last 3 years ending 31st March
2014.
Self Certified year wise list of
candidates trained for Engineering
Entrance Exam to be submitted as
per details given in format: 1 below
Yearwise self certified list of candidates trained
for engineering entrance exam by lead bidder
and consortium partner separately. The total
nos. of candidates will be considered on
combined basis.
Data to be submitted as per details given in
format: 1 below
3 The bidder should have minimum
annual average turnover of Rs. 3
crores from training business in the
last three years ending 31st March
2014.
If bidder is bidding for both the
entrance examination i.e. for medical
and engineering then the bidder
should have minimum annual average
turnover of Rs. 5 crores from training
business in the last three years ending
31st March 2014.
Chartered Accountant Certificate
indicating the annual turnover from
training business in the last three
years ending 31st March 2014 as per
format given at Annexure 7.
Chartered Accountant Certificate indicating the
annual turnover from training business in the
last three years ending 31st March 2014 as per
format given at Annexure 7.
CA certificate to be submitted separately for
lead bidder and consortium partner.
Training turnover will be considered on
combined basis
4 The training agency should have
minimum 3 teachers per subject
having minimum teaching experience
of 7 years who should be allotted to
the project as resource teacher.
Self Certified list of teaching staff.
Details is to be provided as per
format no. 2 provided below
CV of resource teacher with their
signature to be provided as per CV
Self Certified list of teaching staff. Details is to
be provided as per format no. 2 provided below
Data to be submitted separately for lead bidder
and consortium partner.
Page 19 of 62
The training agency should have
minimum 20 teachers having
minimum teaching experience of 2
years who will be deployed at the
training center of this project.
format provided at Annexure 8 Teaching staff will be considered on combined
basis.
CV of resource teacher with their signature to
be provided as per CV format provided at
Annexure 8 separately for lead bidder and
consortium partner.
5
In the event a bidder is bidding as consortium,
the lead agency should provide Self Certified
Copy of the Agreement/ MoU on non judicial
stamp paper of Rs. 100 between the lead bidder
and the consortium partner
Format 1: Data of each student trained to be provided as per following format
Sr. No. Name of Student Address of Student E-mail Id Contact No. Address of Training center
1
Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format
Sr.
No.
Name of
Teacher
Gender
& Age
Qualification Total
Experience
in Yrs.
Experience
with Bidder
Subject
Expertise
Language
Known
Contact
No.
Id
Documentary
evidence to be
attached
4. Payslip
5. Degree
Certificate
6. Experience
Certificate
1
2
The Teaching staff provided in the bid cannot be changed up to completion of the contract without prior permission
of the DSAG.
Page 20 of 62
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 in the form
prescribed in the Tender.
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. A CD containing the softcopy of the Technical Bid and scan copy of the documents
submitted.
3. In case bidder is a company- Certified copy of Certificate of incorporation for
companies & Memorandum and Articles of Associations,
Or
In case the Bidder is a Society- Certified copy of registration deed with objects of
constitution of society
Or
In case Bidder is a Corporation- Authenticated copy of the parent statute
Or
In case of Trust- Certified copy of the Trust Deed
Or
In case of Firm- Certified copy of the Registration Deed
Certified copies of documents submitted, as above, must be signed and carry the seal
of the authorised signatory.
4. List of present Directors/owners/executive council members/trustees/ Board members
as applicable.
5. Self Certified copies of Income Tax returns for last 3 years ending 31st March, 2014.
6. Current Service Tax Clearance Certificate and certified copy (duly signed) of Service
Tax Registration Certificate.
Page 21 of 62
7. 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.
8. Audited balance sheet and income statement duly signed by the statutory auditors and
authorised signatory of the bidder and consortium agency for the years 2011-12, 2012-
13 and 2013-2014.
9. Clause by clause compliance statement for the whole Tender Document including all
Annexure.
10. 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 22: Bid Evaluation, Chapter II.
11. Details in the formats as given at Annexures. (please check all the Annexures)
12. The bidder should enclose his course content, training methodology and approach with
respect to 5 month course for Year 2014-15 (4 months training + 1 month revision)
Part-III
a) Financial Bid as per Annexure – 1(A) & 1(B) to be submitted on-line. No
deviations and/or non-compliance clauses shall be allowed in the Financial
Bids.
ARTICLE – 2: BIDDING DOCUMENT
2.1 Bidder is expected to examine all instructions, forms, terms and specifications in the
bidding documents. Failure to furnish all information required by the bidding
documents or submits a Bid not substantially responsive to the bidding documents in
every respect may result in the rejection of the Bid.
ARTICLE – 3: CLARIFICATION ON BIDDING DOCUMENTS
3.1 Bidders can seek written clarifications within 3 days from the last date of issue of the
tender document, to DSAG, Gandhinagar. The clarification shall be issued without
any delay.
ARTICLE – 4: AMENDMENT OF BIDDING DOCUMENTS
4.1 At any time prior to the deadline for submission of bids, DSAG 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.
Page 22 of 62
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 DSAG viz. http://dsag.gujarat.gov.in and on the website
of nprocure viz. https://nwr.nprocure.com
4.3 In order to allow prospective Bidders a reasonable time to take the amendment into
account in preparing their bids, DSAG, at its discretion, may extend the deadline for
the submission of bids.
ARTICLE – 5: LANGUAGE OF BID
5.1 The Bid prepared by the Bidder, as well as all correspondence and documents relating
to the Bid exchanged by the Bidder and DSAG shall be in English. Supporting
documents and printed literature furnished by the Bidder may be in another language
provided they are accompanied by an accurate translation of the relevant pages in
English. For purposes of interpretation of the bid, the translation shall govern.
ARTICLE – 6: COST OF BIDDING
6.1 The Bidder shall bear all costs associated with the preparation and submission of the
Bid and DSAG will in no case be responsible for those costs, regardless of the
conduct or outcome of the bidding process.
ARTICLE - 7: BID FORMS
7.1 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.
7.2 For all other cases, the Bidder shall design a form to hold the required information.
7.3 Tenderer shall not be bound by any printed conditions or provisions in the Bidder's Bid
Forms
ARTICLE - 8: FRAUDULENT & CORRUPT PRACTICE
8.1 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 DSAG of the benefits of free and open
competition.
Page 23 of 62
8.2 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 - 9: LACK OF INFORMATION TO BIDDER
9.1 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 - 10 : CONTRACT OBLIGATIONS
10.1 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 DSAG reserves
the right to cancel the contract and apply all remedies available to him under the terms
and conditions of this document.
ARTICLE - 11: BID PRICE
11.1 The Financial bid should indicate the prices in the format/price schedule given at
Annexure – 1(A) for Medical Entrance & 1(B) for Engineering Entrance. Bidder has to
bid separately for each region.
Bidder shall categorically confirm strict compliance with the following stipulation in
respect of their offer.
a) Any effort by a Bidder or Bidder's agent/consultant or representative howsoever
described to influence the DSAG 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.
11.2 DSAG reserves the right to seek clarification/justification from the Bidder on the bid
price in case DSAG deems it necessary. Based on the justification provided by the
Bidder, if DSAG feels that the price is unrealistic/ unfeasible in order to execute a
project of this nature, DSAG reserves the right to reject the said bid. The Bidders
shall be governed by the decision of DSAG.
ARTICLE - 12: BID CURRENCY
12.1 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.
Page 24 of 62
ARTICLE - 13: BID SECURITY/ EARNEST MONEY DEPOSIT (EMD)
13.1 The Bidder shall furnish, as part of the Bid, a bid security for the amount of Rs. 4.00
Lakhs each for Medical and Engineering course separately by DD in favour of “-
Development Support Agency of Gujarat” payable at Gandhinagar issued by any
Nationalised bank in India in a separate envelope. Only after the confirmation of valid
bid security, the Technical Bid will be opened.
13.2 No interest shall be paid on bid security.
13.3 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.
13.4 The successful Bidder's Bid security will be discharged upon the Bidder signing the
Work order / Contract, and furnishing the Performance Guarantee.
13.5 The Bid security may be forfeited either in full or in part, at the discretion of DSAG, on
account of one or more of the following reasons:
a) The Bidder withdraws their Bid during the period of Bid validity specified by
them on the Bid letter form.
b) Bidder does not respond to requests for clarification of their Bid.
c) Bidder fails to co-operate in the Bid evaluation process, and
d) In case of a successful Bidder, the said Bidder fails:
1. to sign the Work order / Contract in time; or
2. to furnish Performance Guarantee
ARTICLE - 14: PERIOD OF VALIDITY OF BIDS
14.1 Bids shall remain valid for 180 days after the date of Bid opening prescribed by DSAG.
A Bid valid for a shorter period shall be rejected as non-responsive.
14.2 In exceptional circumstances, the DSAG 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 - 15: FORMAT AND SIGNING OF BID
15.1 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.
Page 25 of 62
15.2.1 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 authorised (as per Annexure 2) 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.
15.3 The complete bid shall be without alteration or erasures, except those to accord with
instruction issued by the DSAG 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.
15.4 All the pages of the bid must be duly numbered.
ARTICLE - 16: SEALING AND MARKING OF BID
Bidder shall submit their bids in TWO SEPARATE PARTS in sealed envelopes super-
scribed with due date, time, project and nature of bid (Bid Security, Technical).
Part: I The Bid Security and Tender Fee in a separate sealed envelope super
scribed with the Tender Document number.
Part: II Original and 1 copy of TECHNICAL BID complete with all technical
and commercial details other than price i.e. identical to part-III with
prices blanked out.
NOTE: Filling up prices in Part-II will render the Bidder disqualified.
The envelopes containing Part-I and Part-II of bid should be enclosed in a larger
envelope duly sealed. The enclosed CUT-OUT Slips (Formats given at page nos. 11, 12
& 13) shall be filled and pasted on the envelopes. All pages of the offer must be signed.
The outer envelope shall indicate the name and address of the Bidder to enable the bid to
be returned unopened in cases it is declared `late'.
16.1 If the outer envelope is not sealed and marked as required, the DSAG will assume no
responsibility for the bid's misplacement or premature opening.
16.2 If these envelopes are not sealed and marked as required, the DSAG will assume no
responsibility for the bid's misplacement or premature opening and rejection.
ARTICLE - 17: BID DUE DATE
17.1 Bid must be received by the DSAG at the address specified in the Tender Document not
later than the date specified in the bid.
17.2 The DSAG 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 documents,
Page 26 of 62
extend the bid due date, in which case all rights and obligations of the DSAG and the
Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid
due date as extended.
ARTICLE - 18: LATE BID/CONDITIONAL BID
18.1 Any bid received by the DSAG after the bid due date/time prescribed in the Tender
Document shall be rejected.
18.2 Any bid indicating conditions beyond those indicated in this Tender Document i.e.
conditional bid shall be rejected.
ARTICLE 19: MODIFICATION AND WITHDRAWAL OF BID
19.1 The Bidder may modify or withdraw its Bid after the Bid's submission, provided that
written notice of the modification included substitution or withdrawal of the bids, is
received by the DSAG prior to the deadline prescribed for submission of bids.
19.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and
dispatched in a manner similar to the original Bid.
19.3 No Bid may be modified subsequent to the deadline for submission of bids.
19.4 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 - 20: OPENING OF BIDS BY THE DSAG
20.1 Bids will be opened in the presence of Bidder's representatives, who choose to attend.
The Bidder's representatives who are present shall sign a register evidencing their
attendance.
20.2 The Bidder's names, Bid modifications or withdrawals and the presence or absence of
relevant Bid security and such other details as the DSAG at his/her discretion, may
consider appropriate, will be announced at the opening.
20.3 At the pre-decided time, the DSAG contact person shall open the Technical Bids and list
them for further evaluation. Any participating Bidder may depute a representative to
witness these procedures.
Page 27 of 62
ARTICLE - 21: CONTACTING THE DSAG
21.1 Bidder shall not approach the DSAG officers outside of office hours and/or outside the
DSAG premises, from the time of the Bid opening to the time the Contract is awarded.
21.2 Any effort by a Bidder to influence the DSAG 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 DSAG, it should
do so in writing.
ARTICLE - 22: BID EVALUATION
22.1 Parameters and Procedure of Evaluation
The Bids will be evaluated on lowest cost based selection (LCBS) basis.
Bidders will be evaluated separately for each course of entrance
examination i.e. Medical and Engineering even though bidder has bid for
both the courses.
The DSAG is not bound in any manner to select any of the bidders submitting
proposals or to select the bidder offering the lowest price.
1. Technical Evaluation
The Bidders with/without the consortium partners, 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. Bids from consortium are allowed. Claims without documentary
evidence will not be considered. The bidder shall be required to make presentations on
his methodology for carrying out the tasks.
Page 28 of 62
Evaluation Criteria if bidding for providing training of Medical Entrance Examination Course
Sr
No
Evaluation Criteria Maximum
Marks
Details if bidding for
Medical Entrance Exam
Details if bidding for
both Medical &
Engineering Entrance
Exam
Marks
1 Annual average turnover of
from training business in the
last three years ending 31st
March 2014.
10 2 crores 5 crores 7
More than 2 crores less than
4 crores
More than 5 crores less
than 7 crores
9
More than 4 crores More than 7 crores 10
2 No. of Training Centers In
Gujarat
5 1 to 2 centers 3.5
3 to 4 centers 4.5
More than 4 centers 5
No. of Training Centers In India 10 5 to 7 centers 7
8 to 10 centers 9
More than 10 centers 10
3 The qualification and
experience of the teaching staff
15 B Sc - 1st Class 10.5
M Sc , B.Ed. 13.5
M Sc & M.Ed. 15
4 Experience in providing
training for Government project
5 1 project 3.5
2 to 3 projects 4.5
More than 3 projects 5
5 No of candidates trained during
last 3 years ending 31st March
2014 for medical entrance
Examination
15 750 10.5
> 900 < 1100 13.5
> 1100 15
6 Outcome indicator – Nos. of the
students trained and successful
in each year in Medical
Entrance Examination and
sought admission in medical
college / institute. The bidder
should provide total nos. of
students trained each year
versus nos. of students who got
admission in medical college.
The bidder will have to provide
list of successful candidates as
per format 1 given below.
15 Less than 3 % 0
3% 10.5
More than 3% and less than or equal to 6% 13.5
More than 6% 15
7 The Approach, methodology
and work plan proposed and
presentation made to the
Technical Committee.
25 Approach near to the requirement 17.5
Approach & methodology with monitoring and test
schedule
22.5
Methodology and approach systematic considering all the
aspects of the project like monitoring, regular 7 mock
tests, attendance method, time frame of the project
25
TOTAL 100
Page 29 of 62
Format 1: Data of Each Student to be submitted in following format
1. Self Certified year wise list of candidates succeeded and sought admission in Medical field jointly
during last 3 years ending 31st March 2014.
2. If consortium is as per option 2 data to be submitted separately for each consortium partner
3. In case if the consortium is as per option 2, both consortium partner is required to submit the
data of outcome indicator. The percentage of success will be considered on individual basis and
the minimum of which will be considered for marking.
Sr. No. Name of Student Location E-mail Id Contact No. Admission sought in college
(Name of Medical College)
Evaluation Criteria if bidding for Engineering Entrance Examination Course
Sr
No
Evaluation Criteria Maximum
Marks
Details if bidding for
Engineering Entrance
Exam
Details if bidding for both
Medical & Engineering
Entrance Exam
Marks
1 Annual average turnover of from
training business in the last three years
ending 31st March 2014.
10 3 crores 5 crores 7
More than 3 crores less
than 5 crores
More than 5 crores less
than 7 crores
9
More than 5 crores More than 7 crores 10
2 No. of Training Centers In Gujarat 5 1 to 2 centers 3.5
3 to 4 centers 4.5
More than 4 centers 5
No. of Training Centers In India 10 5 to 7 centers 7
8 to 10 centers 9
More than 10 centers 10
3 The qualification and experience of the
teaching staff
15 B Sc - 1st Class 10.5
M Sc , B.Ed. 13.5
M Sc & M.Ed. 15
4 Experience in providing training for
Government project
5 1 project 3.5
2 to 3 projects 4.5
More than 3 projects 5
5 No of candidates trained during last 3
years ending 31st March 2014 for
engineering entrance Examination
15 1500
10.5
> 1500 < 1800
13.5
> 1800 15
6 Outcome indicator – Nos. of the
students trained and successful in each
year in Engineering Entrance
Examination and sought admission in
engineering college / institute. The
bidder should provide total nos. of
15 Less than 3 % 0
3% 10.5
Page 30 of 62
students trained each year versus nos. of
students who got admission in
engineering college. The bidder will
have to provide list of successful
candidates as per format 1 given below.
More than 3% and less than or equal to 6% 13.5
More than 6% 15
7 The Approach, methodology and work
plan proposed and presentation made to
the Technical Committee.
25 Approach near to the requirement 17.5
Approach & methodology with monitoring and test
schedule
22.5
Methodology and approach systematic considering all the
aspects of the project like monitoring, regular 7 mock
tests, attendance method, time frame of the project
25
TOTAL 100
Format 1: Data of Each Student to be submitted in following format
1. Self Certified year wise list of candidates succeeded and sought admission in engineering field
jointly during last 3 years ending 31st March 2014.
2. If consortium is as per option 2 data to be submitted separately for each consortium partner
3. In case if the consortium is as per option 2, both consortium partner is required to submit the
data of outcome indicator. The percentage of success will be considered on individual basis and
the minimum of which will be considered for marking.
Sr. No. Name of Student Location E-mail Id Contact No. Admission sought in college
(Name of Engineering College)
The DSAG reserves the right to verify the claims made by the Bidders and to carry out the
capability assessment of the Bidders and the DSAG‟s decision shall be final in this regard.
The cut-off marks for short-listing based on the Technical Evaluation is 70. The Evaluation
Committee shall have the right to verify the claims made by the Bidder, in whichever way it
deems fit. Based on the Bid Evaluation, only technically qualified Bidders scoring more than
cut-off marks shall be short-listed.
2. Financial Evaluation
The financial bid of the short-listed Bidders only shall be opened. The bidder quoting lowest
rate will be invited for contract negotiations, with a view to clarify any outstanding points, to
finalize technical and financial arrangements and, in case of successful negotiations, 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.
22.2 Bid Evaluation Committee
The above evaluation shall be done by an Evaluation Committee decided by Development
Support Agency of Gujarat (DSAG), Govt. of Gujarat. The Committee shall determine the
Page 31 of 62
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 - 23 : THE DSAG’s RIGHT TO VARY SCOPE OF CONTRACT AT THE TIME
OF AWARD
The DSAG may at any time, by a written order given to the Bidder make changes @ + 10%
with respect to training centres within the general scope of contract.
ARTICLE - 24 : THE DSAG'S RIGHTS TO ACCEPT ANY BID AND TO REJECT ANY
OR ALL BIDS
24.1 The DSAG 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 - 25: NOTIFICATION OF AWARD & SIGNING OF CONTRACT
25.1 Prior to expiry of the period of Bid validity, the DSAG will notify the successful Bidder
in writing that its Bid has been accepted and send the successful Bidder the Contract
Form.
25.2 Within 10 days of receipt of the Contract Form, the successful Bidder shall sign and date
the contract and return it to the DSAG. If the successful Bidder thus selected fails to
sign the contract as stipulated, the DSAG reserves the right to offer the contract to the
next lowest Bidder.
ARTICLE - 26: PERFORMANCE GUARANTEE
26.1 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.
26.2 If the successful Bidder fails to remit the performance guarantee the EMD remitted by
him will be forfeited by the DSAG and his bid will be held void.
26.3 Upon the successful Bidder's furnishing of performance guarantee and signing of
contractual documents, the DSAG will promptly notify all Short-listed Bidders and will
refund their Bid Security.
26.4 The Performance Guarantee Format is given at Annexure-3.
Page 32 of 62
26.5 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 DSAG for
execution of the work / settlement of disputes, if any.
26.6 Performance Guarantee of the training provider will be forfeited in the event the
training is not commenced on time and as per schedule.
ARTICLE - 27: PAYMENT TERMS
The payment terms will be as follows:
All the payments to the Agencies will be made by DSAG directly to the Agency
selected as per the rates finalized in the tender.
All the payments will be released on certification of satisfactory completion of work by
DSAG
Schedule of payments:
1. 20% of total payment would be released after 2 months from the date of
commencement of Training or advance of 20% of the total payment can be availed by
bidder on submission of bank guarantee of equivalent amount. Bank guarantee shall be
valid for 6 months from the date of signing of the contract.
2. Next 20% payment would be released after completion of total 3 months of training
3. Next 15% payment would be released after completion of total 4 months of training
4. 15 % payment would be released after completion of full term program including
revision month
5. Balance 30% payment would be released after 30 days from the date of declaration of
result of medical (GUJCET) and engineering (JEE) entrance examination 2015.
Page 33 of 62
ARTICLE -28: PENALTY
The DSAG will levy a maximum of 10% penalty of the Total Accepted Tender Value for the
following:
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 Training provider will have to pay penalty in the event success rate @ 3% of
total students appeared for medical (GUJCET) and engineering (JEE) entrance
examination 2015 is not achieved.
The quantum of penalty shall be decided by the DSAG and it shall be binding and
final on the training provider. On the Bidder failing to rectify the faults, the DSAG
may get them attended/rectified by any other agency at the risk and cost of the Bidder
and the same will be recovered from the Bidder. The DSAG shall terminate the
contract on evidence of persistent non-performance by the Bidder by giving notice as
the case may be.
ARTICLE -29: PATENT RIGHTS
The Bidder shall indemnify the DSAG against all third-party claims of infringement of
patent, trademark/copyright arising from the use of services or any part thereof.
ARTICLE -30: THE DSAG’s RIGHT TO AWARD THE CONTRACT TO ONE OR MORE
BIDDERS
The DSAG reserves the right to award the contract to one or more than one Bidder
and split the order among different Bidders.
Page 34 of 62
CHAPTER – III
TERMS OF REFERENCE
ARTICLE – 1: INTRODUCTION
The State Government is actively planning for the focused development of the areas
dominated by Scheduled Tribes. The long term goal of the State‟s interventions for the
Scheduled Tribes is to improve their quality of life by increasing and ensuring their access to
education, health care and income generation.
The Chief Executive Officer, DSAG is facilitating the implementation of various
programmes under Vanbandhu Kalyan Yojana.
The empowerment of the weaker sections has been an area of concern for the government. A
number of plans and programmes are being implemented for assisting the people so as to
enhance their skills and capabilities for ensuring rapid economic development and integration
in the national main stream. The scheduled tribes, coming from deprived economic
background and disadvantaged environment, find it difficult to compete with persons coming
from a socially and economically advantageous background.
Further, it has been experienced that tribal students are able to achieve good marks in 12th
Final examinations but are not able to score in Medical and Engineering Entrance
Examinations and which results in vacant seats reserved for them in government colleges.
It is proposed to facilitate training for medical and engineering entrance examination for ST
students of 11th
and 12th
Standard by professional competent training institute. This would
also give an opportunity to the children from tribal dominated districts to avail such
education and training facility which otherwise they would not have got.
To promote a more level playing field, and give ST students a better chance to succeed in
competitive examinations for Medical and Engineering Entrance, Development Support
Agency of Gujarat (DSAG) desires to invite bids from competent training institutes to
provide quality training to ST students of various schools run by DSAG.
The project will be implemented under PPP model through reputed institutions / training
centres.
The proposed training centers shall be divided into three regions or cluster of districts as
follows
a. South Region: Navsari, Surat, Valsad, Dang, Tapi
b. Central region: Chhotaudepur, Dahod, Mahisagar, Baroda, Narmada
c. North Region: Sabarkantha, Banaskantha, Ahmedabad
The bidder can bid for providing training either in medical / engineering entrance
examination or for both and for single region / multiple regions. However it has to be
specified clearly in the bid.
Page 35 of 62
Medical Entrance Examination GUJCET
The Common Entrance Test (CET) in the state of Gujarat is conducted by Gujarat Secondary and
Higher Secondary Board (GSHEB) for admissions in medical courses.
The Common Entrance Test (CET) is conducted every year for aspiring students in the state of
Gujarat passing out their intermediate exams for admissions in various courses in the state
government colleges or private colleges.
Examinations are conducted through online or written option depending upon the choice of the
student.
Examinations are conducted in Gujarati as well as English language.
Bidders should impart training to ST students accordingly
Engineering Entrance Examination
JEE
The JEE has been divided into two phases: JEE (Main) – A common entrance test for admission to
undergraduate degree programs in India's government as well as private Engineering / Science
Institutions/ Colleges/ Universities, and the screening test for the IITs. JEE (Advanced) – This is
conducted for the admission into the very coveted IITs after JEE (Main).
Scheme of Exams:
JEE (Main): There is one paper in this exam, which contains 90 questions; 30 questions from each
section – Physics, Chemistry and Maths. Each question carries 4 marks with a total 360 marks. There
is ¼ negative marking, means 1 mark will be deducted for each incorrect answer.
JEE (Advanced): There are two papers in this exam. Each paper contains 60 questions. Each section
– Physics, Chemistry and Maths contains 20 questions. Each question carries 3 marks with a total 180
marks. There is also negative marking in some sections of this paper.
ARTICLE 2: SCOPE OF WORK
The scope of work for the Training agency will include:
1. To conduct training classes for medical and / or engineering entrance exams after
school hours for students of 11th
and 12th
standard at the designated training centers of
the proposed region / cluster of districts.
2. To deploy trained & quality teaching staff. The continuity of the classes should not be
affected by unavailability of teachers at any point of time.
3. To ensure that the teaching staff is capable of teaching in English as well as Gujarati.
Page 36 of 62
4. To ensure that the course curriculum shall be in line with the medical and engineering
entrance examination to be conducted in the year 2015.
5. To ensure rotation of subjects during weekdays.
6. To conduct regular tests and mock examination
7. To maintain records of
a. number of lectures,
b. duration of lecture,
c. attendance of lecturer
d. attendance of students,
e. number of students studying in each centre,
f. performance level of individual students & their progress.
8. To identify the students who have high probability of cracking JEE for Engineering
and GUJCET for Medical entrance examination and report the same. The bidder may
form star batch comprising of these students & improve their performance further.
ARTICLE 3: BENEFICIARY DETAILS AND TRAINEE SELECTION
The beneficiary of this project will be ST students and / or students living in the tribal region
of Gujarat, who are studying in 11th
& 12th
class in the schools of Integrated Tribal
Development Area of Gujarat and will be identified for training by Development Support
Agency of Gujarat for each training centre.
The proposed training centers shall be divided into three regions or cluster of districts as
follows
a. South Region: Navsari, Surat, Valsad, Dang, Tapi
b. Central region: Chhotaudepur, Dahod, Mahisagar, Baroda, Narmada
c. North Region: Sabarkantha, Banaskantha, Ahmedabad
Approx. 60 students per class / batch is proposed for training in the selected centers. The list
of centers is given at Annexure no. 9 of this tender document. In case there is vacancy in
selected training centre, DSAG will have liberty to admit students who have passed out in
earlier years and are desirous to appear in the Medical and Engineering Entrance examination
to be held for the current academic year i.e. 2014 - 15.
ARTICLE: 4 SERVICES TO BE PROVIDED
a) Bidder has to provide training for Medical and / or Engineering Entrance
Examination to the students in all the three subjects viz. Physics, Chemistry and
Biology for Medical and Physics, Chemistry and Maths for Engineering as per the
entrance test syllabus for the year concerned in Gujarati / English language.
b) The total duration of training will be of 5 months out of which 4 months training will
be on regular basis and 1 month training will be for revision before exam date.
Page 37 of 62
c) The duration of regular training will be 3 hours daily for 5 days in week for 5 months.
The training is to be provided in school premises after school hours preferably
between 3:00 PM to 6:00 PM. The training should be provided during weekdays i.e.
from Monday to Friday.
d) The duration of revision training will be 6 hours daily for 6 days in a week for one
month prior to Entrance Exam. The preferable training time will be from 9:00 AM to
12:00 PM & 2:00 PM to 5:00 PM daily.
e) If pattern or type of exam i.e. incase of JEE, GUJCET other medical or engineering
entrance exam is decided by competent authority then the bidder shall be required to
train the students for that exam.
f) Bidder has to provide teaching staff, training material and necessary literature, AV
system, training material required for conducting regular exam and mock exams.
g) The qualification for training staff at center should be minimum Ist Class in B.Sc. in
respective streams or higher. The qualification and experience of the training staff
should be mentioned clearly in the technical proposal. The training staff cannot be
changed without written approval of DSAG.
h) Bidder has to conduct regular tests on monthly basis during weekdays i.e. from
Monday to Friday and mock test on quarterly basis during Saturday or Sunday. The
bidder will submit report of regular test and mock test to the TDD in the format
mutually agreed and should be uploaded on web portal for viewing at any time. The
report should necessarily contain Name of ST candidate, his attendance, etc.
i) Bidder has to devise Management Information System for monitoring and informing
TDD about performance of each center and student. Reporting mechanism and
formats to be discussed and finalized with D-SAG.
j) Bidder has to arrange to capture attendance based on biometrics for teachers and
students on compulsory basis. Daily attendance should be made available to the TDD
through server / website / web portal for viewing at any given time.
ARTICLE: 5 LOCATIONS
List of proposed training centers region wise with district and address with proposed no. of
batches / classes of maximum 60 students each at each center. The list of centers is given at
Annexure 9 of this document.
Page 38 of 62
ARTICLE- 6: ADDITIONAL AS WELL AS NEW CENTRES AND STAFF
During the course of contract period, if requirement is felt for creation of additional training
centres, bidder would be bound to fulfill this requirement and would be paid separately for
the same.
ARTICLE – 7: SERVICE PERFORMANCE REQUIREMENT
The bidder has to ensure 3% success rate for Medical and Engineering entrance examination
separately i.e. The nos. of students who will get admission in Medical and Engineering
college should be 3% of the total nos. of students appeared for Medical and Engineering
Entrance Examination.
ARTICLE – 8: STANDBY TRAINING STAFF AND OTHER REQUIREMENTS
The bidder will have to ensure adequate training staff and other requirements such as
Biometric based attendance system, AV system, required stationery, teaching material etc for
ensuring uninterrupted training to the ST students.
ARTICLE – 9: TEACHING LANGUAGE
Teaching language should be Gujarati as well as English and the medium of language in
which the entrance exam is conducted enabling students to grasp and gain the knowledge
easily.
ARTICLE – 10: PROVISION BY DSAG
Classroom facility, room for staff and storage of teaching materials & literature, power,
drinking water, sanitation and security will be provided by Development Support Agency of
Gujarat (D-SAG) at each center.
Page 39 of 62
CHAPTER – IV
SPECIAL TERMS AND CONDITIONS OF CONTRACT
ARTICLE - 1: CONTRACT PERIOD
The training shall commence in 7 days from issue of work order or from 1st December,
2014 to 31st March, 2015 (4 Months) whichever is earlier + 1
st April to 30
th April, 2015
(1 month) for revision.
This service shall be reviewed by the DSAG on monthly basis. The contract may be
extended as may be mutually agreed 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 DSAG 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 DSAG representative/s as they
may reasonably require for the performance of their duties and services.
iii) The Bidder shall provide to the DSAG reports on a regular basis during the
Contract Period.
iv) The Bidder shall be responsible for all statutory obligations / liabilities like
Salary, ESI. PF, etc. as per Labour Laws for the training staff employed for
the project.
ARTICLE - 3: DSAG'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) DSAG 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.
iii) The DSAG shall appoint, an authorised person as „Coordinator – DSAG‟ to
coordinate with the Bidder in all matters related to DSAG for the successful
implementation of the project and to be responsible for all necessary exchange
of information required
Page 40 of 62
ARTICLE - 4: LIQUIDATED DAMAGES
In the event of failure of the Bidders to secure acceptance by the DSAG, before the
commencement date as prescribed by the DSAG, the DSAG 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
6.1 The DSAG 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 authorised by the
DSAG.
c) The Bidder may become bankrupt or goes into liquidation other than for
project or amalgamation.
d) The DSAG 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 DSAG.
6.2 If the contract is terminated by the Government of Gujarat/ The DSAG
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: “NO CLAIM” CERTIFICATE
The Bidder shall not be entitled to make any claim, whatsoever, against the DSAG,
under or by virtue of or arising out of this Contract, nor shall the DSAG entertain or
consider any such claim, if made by the Bidder and the Bidder shall have signed a
“No Claim” Certificate in favour of the DSAG in such forms as shall be required by
him after the works are finally accepted.
Page 41 of 62
ARTICLE - 7: SUSPENSION
The DSAG 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 - 8: OWNERSHIP OF DATABASE
The ownership of the data base as and when created in the course of the execution of the
work under this tender during the contract period without any liability will be
automatically vested with the DSAG. None of the physical facility and manpower
created under this tender shall be transferred to DSAG.
ARTICLE - 9: 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 DSAG. 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
DSAG 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 DSAG. The time period for Confidentiality maintenance shall
restricted to one year after the contract period.
ARTICLE - 10: TRANSFER OF RIGHTS
The Bidder shall not transfer the Contract to anybody except with the prior permission
of the DSAG.
ARTICLE - 11: IMPLEMENTATION SCHEDULE
The bidder has to commence training within 7 days from issue of work order or from 1st
December, 2014 whichever is earlier and necessary arrangement in this regard may be done
well in advance once the contract / work order is signed.
Page 42 of 62
ANNEXURES
Page 43 of 62
ANNEXURE -1(A)
FINANCIAL BID FORMAT
for providing training of Medical Entrance Examination
Tender Notice No.__________________ :
To: Development Support Agency of Gujarat,
Birsa Munda Bhawan, Sector 10/A , Gandhinagar 382010, Gujarat
Sir:
I/We hereby bid for Selection of Agency for Training of ST Students for Preparation of
Medical Entrance Examinations in Tribal Areas of Gujarat as per the Terms of
Reference given in this Tender Document of the DSAG, 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 should be exclusive of all taxes and must be valid for the contract
period.
5 months for Academic Year - 2014-15
Regions
a. South Region: Navsari, Surat, Valsad, Dang, Tapi
b. Central region: Chhotaudepur, Dahod, Mahisagar, Baroda, Narmada
c. North Region: Sabarkantha, Banaskantha, Ahmedabad
Name of the Region applied for _____________________
Bidder has to bid separately for each region
Sr.
No. Description of services
Rs. (in words and
figures) for a batch
/class of 60 students
1 The Services of Training of students for preparation of Medical Entrance
Examination in Tribal Areas of Gujarat as defined in Article 4 of Terms of
Reference in this tender document at the training center.
2 Service Tax (in percentage)
In the event of discrepancy in the financial quote between the words and the figures the financial
quote indicated in words will be considered final. .
Signature of the Bidder with Seal
Page 44 of 62
ANNEXURE -1(B)
FINANCIAL BID FORMAT
for providing training of Engineering Entrance Examination
Tender Notice No.__________________ :
To: Development Support Agency of Gujarat,
Birsa Munda Bhawan, Sector 10/A , Gandhinagar 382010, Gujarat
Sir:
I/We hereby bid for Selection of Agency for Training of ST Students for Preparation of
Engineering Entrance Examinations in Tribal Areas of Gujarat as per the Terms of
Reference given in this Tender Document of the DSAG, 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 should be exclusive of all taxes and must be valid for the contract
period.
5 months for Academic Year - 2014-15
Regions
a. South Region: Navsari, Surat, Valsad, Dang, Tapi
b. Central region: Chhotaudepur, Dahod, Mahisagar, Baroda, Narmada
c. North Region: Sabarkantha, Banaskantha, Ahmedabad
Name of the Region applied for _____________________
Bidder has to bid separately for each region
Sr.
No. Description of services
Rs. (in words and
figures) for a batch
/class of 60 students
1 The Services of Training of students for preparation of Engineering Entrance
Examination in Tribal Areas of Gujarat as defined in Article 4 of Terms of
Reference in this tender document at the training center.
2 Service Tax (in percentage)
In the event of discrepancy in the financial quote between the words and the figures the financial quote
indicated in words will be considered final. .
Signature of the Bidder with Seal
Page 45 of 62
ANNEXURE – 2
PROFORMA OF GENERAL POWER OF ATTORNEY
(To be signed and executed in non-judicial stamp paper of Rs. 10/=)
GENERAL POWER OF ATTORNEY
Be it known all to whom it concern that :
1. Sri/Smt______________________________S/O____________
____________________Residing at________________
2. Sri/Smt______________________________S/O____________
____________________Residing at________________
3. Sri/Smt______________________________S/O____________
____________________Residing at________________
I/We all the Partners/Directors/Board members/ trustees/ Executive council
members/ proprietors/ Leaders of M/S ________________________having its registered
office at_________________hereby appoint Shri _____________________ S/O
__________________________________residing at ___________________ as my/our
attorney to act my/our name and on behalf and sign and execute all Documents/ Agreements
binding the firm for all contractual obligations (including reference of cases to arbitrators)
arising out of contracts to be entered into by the company/ Corporation/ society/ trust/ firm
with the Office of Development Support Agency of Gujarat (DSAG), Gandhinagar 382010 in
connection with its tender No._______________Dated_____________of training of ST
students for medical and engineering entrance examinations in Tribal areas of Gujarat due for
opening on __________________. In short, he is fully authorized to do all, each and
everything requisite for the above purpose concerning M/s
____________________________________ and I/We hereby agree to confirm and ratify his
all and every act of this or any documents executed by my/ our said Attorney within the
scope of the authority hereby conferred on him including references of cases to arbitration
and the same shall be binding on me/ us and my/ our company/ Corporation/ society/ trust/
firm as if the same were executed by me/ us individually or jointly.
Witness (with address) Signature of the Partners/Directors/Board
members/ trustees/ Executive council members/
proprietors/ Leaders
1.
2.
3.
ATTESTED ACCEPTED
Signature: (Seal and Signature of Signatory of Tender offer of the company/
Corporation/ society/ trust/ firm)
Page 46 of 62
ANNEXURE - 3
FORMAT FOR PERFORMANCE GUARANTEE
(On Non-Judicial Stamp Paper)
To be stamped according to Stamp Act and to
Be in the name of the executing Bank
To To Development Support Agency of Gujarat,
Birsa Munda Bhawan, Sector 10/A
Gandhinagar 382010,
Gujarat
In consideration of the DSAG, GANDHINAGAR having its registered office at
Gandhinagar (hereinafter called the “DSAG” 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 DSAG, Birsa Munda Bhavan, Sector 10/A, Gandhinagar, which has been
unequivocally accepted by the Bidder (refer NOTE below) work of Selection of Agency
for Training of ST Students for Preparation of Medical and Engineering Entrance
Examinations in Tribal Areas of Gujarat (hereinafter called the said Contract) to accept a
Deed of Guarantee as herein provided for Rs. ____ (Rupees ____ only) from a
Nationalised Bank, in lieu of the security deposit, to be made by the Bidder or in lieu of
the deduction to be made from the bidder‟s bill, for the due fulfillment by the said Bidder
of the terms and conditions contained in the same Contract. We ________ the
__________ (hereinafter referred to be “the said Bank” and having our registered office
at ____ do hereby undertake and agree to indemnify and keep indemnified to the DSAG
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 DSAG by reason of any breach or breaches by the Bidder and to
unconditionally pay the amount claimed by the DSAG on demand and without demand to
the extent aforesaid. We, __________ Bank, further agree that the DSAG 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
DSAG on account thereof and the decision of the DSAG that the said Bidder has
committed such breach or breaches and as to the amount or amounts of loss, damage,
costs charges and expenses caused to or suffered by or that may be caused to or suffered
by the DSAG 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 DSAG under the said Contract or by virtue of
any of the terms and conditions governing the said Contract have been fully paid and
Page 47 of 62
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 DSAG shall
have no claim under the Guarantee after 180 (One Hundred Eighty) days from the
date of expiry of the contract period.
2. The DSAG 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 DSAG and the said Bank shall not be released from its liability under
these presents by any exercise by the DSAG 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 DSAG or any indulgence by the DSAG
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 DSAG 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 DSAG 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 DSAG in writing and agree that any change in
the Constitution of the said Bidder or the said Bank shall not discharge our liability
hereunder. If any further extension of this Guarantee is required the same shall be
extended to such required periods on receiving instructions from M/s. ____ on whose
behalf this guarantee is issued.
In presence of
WITNESS For and on behalf of (the bank)
1. __________ Signature ___________
2. __________ Name & Designation _______
Authorisation No.
Date and Place
Bank Seal
Page 48 of 62
The above guarantee is accepted by the DSAG, 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 49 of 62
ANNEXURE –4
PROFILE OF THE BIDDER / LEAD BIDDER
The Bidder should furnish the following details
1. Name of the Organization :
2. Nature of the Organization :
(Govt./Public/Private/Partnership/
Proprietorship/ Trust/ Society)
3. Address with phone no, fax and E-mail id:
(Pl. provide address of head office and Regd. Office as the case may be)
4. Name of the Authorized Person:
5. Contact details of Authorized Person:
(Address, Contact no.. E-mail Id)
6. Details of registration and date of expiry (attested photocopy of registration to be
enclosed)
7. Permanent Account No (PAN).: ___________________ (Attach self certified copy)
8. Any other details in support of your offer :
Signature of the bidder with seal
Page 50 of 62
ANNEXURE – 5
CHECKLIST FOR FULFILLMENT OF ELIGIBILITY CRITERIA
(CHAPTER-I, ARTICLE-3)
ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF MEDICAL ENTRANCE
EXAMINATION
If bidding under consortium then both lead bidder and consortium partner are
providing training for Medical Entrance Examination
Claims without documentary evidence will not be considered.
Sr
No Eligibility Criteria
Documentary Evidence to
be Attached
If bidding as Individual
Bidder
Documentary Evidence to be
Attached
If bidding under consortium
Documentary
Proof attached
(Y/N) (Give
Annexure No.)
1 The Bidder should have minimum
Three years of experience in
training for Medical Entrance
Examination
Bidding under consortium
The lead Bidder and consortium
partner both should have minimum
Three years of experience in
training for Medical Entrance
Examination
Experience certificate from
CA indicating that the firm
has experience of 3 years in
providing training for
Medical Entrance
Examination.
Bidding under consortium
Experience Certificate from CA
indicating that the lead bidder as
well as consortium partner has
experience of 3 years in
providing training for Medical
Entrance Examinations.
2 Minimum 250 candidates per year
should have been trained for
Medical Entrance Examination for
last 3 years ending 31st March 2014.
Self Certified year wise list
of candidates trained for
Medical Entrance Exam to
be submitted as per details
given in format: 1 below
Yearwise self certified list of
candidates trained for medical
entrance exam by lead bidder and
consortium partner separately.
The total nos. of candidates will
be considered on combined basis.
Data to be submitted as per
details given in format: 1 below
3 The bidder should have minimum
annual average turnover of Rs. 2
crores from training business in the
last three years ending 31st March
2014.
If bidder is bidding for both the
entrance examination i.e. for
medical and engineering then the
bidder should have minimum
Chartered Accountant
Certificate indicating the
annual turnover from
training business in the last
three years ending 31st
March 2014 as per format
given at Annexure 7.
Chartered Accountant Certificate
indicating the annual turnover
from training business in the last
three years ending 31st March
2014 as per format given at
Annexure 7.
CA certificate to be submitted
separately for lead bidder and
consortium partner.
Page 51 of 62
annual average turnover of Rs. 5
crores from training business in the
last three years ending 31st March
2014.
Training turnover will be
considered on combined basis
4 The training agency should have
minimum 3 teachers per subject
having minimum teaching
experience of 7 years who should be
allotted to the project as resource
teacher.
The training agency should have
minimum 20 teachers having
minimum teaching experience of 2
years who will be deployed at the
training center of this project.
Self Certified list of
teaching staff. Details is to
be provided as per format
no. 2 provided below
CV of resource teacher with
their signature to be
provided as per CV format
provided at Annexure 8
Self Certified list of teaching
staff. Details is to be provided as
per format no. 2 provided below
Data to be submitted separately
for lead bidder and consortium
partner.
Teaching staff will be considered
on combined basis.
CV of resource teacher with their
signature to be provided as per
CV format provided at Annexure
8 separately for lead bidder and
consortium partner.
5
In the event a bidder is bidding as
consortium, the lead agency
should provide Self Certified
Copy of the Agreement/ MoU on
non judicial stamp paper of Rs.
100 between the lead bidder and
the consortium partner
Format 1: Data of each student trained to be provided as per following format
Sr. No. Name of Student Address of Student E-mail Id Contact No. Address of Training center
1
Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format
Sr.
No.
Name of
Teacher
Gender
& Age
Qualification Total
Experience
in Yrs.
Experience
with Bidder
Subject
Expertise
Language
Known
Contact No.
E-mail Id Documentary
evidence to be
attached
1. Payslip
2. Degree
Certificate
3. Experience
Certificate
1
The Teaching staff provided in the bid cannot be changed up to completion of the contract without prior permission
of the DSAG.
Page 52 of 62
ELIGIBILITY CRITERIA FOR PROVIDING TRAINING OF ENGINEERING
ENTRANCE EXAMINATION
If bidding under consortium then both lead bidder and consortium partners are
providing training for Engineering Entrance Examination
Claims without documentary evidence will not be considered.
Sr
No Eligibility Criteria
Documentary Evidence to be
Attached
If bidding as Individual Bidder
Documentary Evidence to be
Attached
If bidding under consortium
Documentary
Proof
attached
(Y/N) (Give
Annexure
No.)
1 The Bidder should have
minimum Three years of
experience in training for
Engineering Entrance
Examination
Bidding under consortium
The lead Bidder and
consortium partner both
should have minimum
Three years of experience
in training for Engineering
Entrance Examination
Experience certificate from CA
indicating that the firm has
experience of 3 years in
providing training for
Engineering Entrance
Examination.
Bidding under consortium
Experience Certificate from CA
indicating that the lead bidder as
well as consortium partner has
experience of 3 years in providing
training for Engineering Entrance
Examinations.
2 Minimum 500 candidates
per year should have been
trained for Engineering
Entrance Examination for
last 3 years ending 31st
March 2014.
Self Certified year wise list of
candidates trained for
Engineering Entrance Exam to be
submitted as per details given in
format: 1 below
Yearwise self certified list of
candidates trained for engineering
entrance exam by lead bidder and
consortium partner separately. The
total nos. of candidates will be
considered on combined basis.
Data to be submitted as per details
given in format: 1 below
3 The bidder should have
minimum annual average
turnover of Rs. 3 crores
from training business in
the last three years ending
31st March 2014.
If bidder is bidding for both
the entrance examination
i.e. for medical and
engineering then the bidder
should have minimum
annual average turnover of
Chartered Accountant Certificate
indicating the annual turnover
from training business in the last
three years ending 31st March
2014 as per format given at
Annexure 7.
Chartered Accountant Certificate
indicating the annual turnover from
training business in the last three
years ending 31st March 2014 as
per format given at Annexure 7.
CA certificate to be submitted
separately for lead bidder and
consortium partner.
Training turnover will be
considered on combined basis
Page 53 of 62
Rs. 5 crores from training
business in the last three
years ending 31st March
2014.
4 The training agency should
have minimum 3 teachers
per subject having
minimum teaching
experience of 7 years who
should be allotted to the
project as resource teacher.
The training agency should
have minimum 20 teachers
having minimum teaching
experience of 2 years who
will be deployed at the
training center of this
project.
Self Certified list of teaching
staff. Details is to be provided as
per format no. 2 provided below
CV of resource teacher with their
signature to be provided as per
CV format provided at Annexure
8
Self Certified list of teaching staff.
Details is to be provided as per
format no. 2 provided below
Data to be submitted separately for
lead bidder and consortium partner.
Teaching staff will be considered
on combined basis.
CV of resource teacher with their
signature to be provided as per CV
format provided at Annexure 8
separately for lead bidder and
consortium partner.
5
In the event a bidder is bidding as
consortium, the lead agency should
provide Self Certified Copy of the
Agreement/ MoU on non judicial
stamp paper of Rs. 100 between the
lead bidder and the consortium
partner
Format 1: Data of each student trained to be provided as per following format
Sr. No. Name of Student Address of Student E-mail Id Contact No. Address of Training center
1
Format 2: Data of Each Teacher (Resource Teacher /Teaching Staff) to be submitted in following format
Sr.
No.
Name of
Teacher
Gender
& Age
Qualification Total
Experience
in Yrs.
Experience
with Bidder
Subject
Expertise
Language
Known
Contact
No.
Id
Documentary
evidence to be
attached
1. Payslip
2. Degree
Certificate
3. Experience
Certificate
1
2
The Teaching staff provided in the bid cannot be changed up to completion of the contract without prior permission
of the DSAG.
Page 54 of 62
ANNEXURE – 6
CHECKLIST FOR FULFILLMENT OF EVALUATION CRITERIA
(CHAPTER-II, ARTICLE-22)
Evaluation Criteria if bidding for providing training of Medical Entrance Examination Course
Sr No Evaluation Criteria Maximum
Marks
Details if bidding for Medical
Entrance Exam
Details if bidding for both
Medical & Engineering
Entrance Exam
Marks Documentary
Proof attached
(Y/N) (Give
Annexure No.)
1 Annual average turnover of
from training business in the
last three years ending 31st
March 2014.
10 2 crores 5 crores 7
More than 2 crores less than 4
crores
More than 5 crores less than
7 crores
9
More than 4 crores More than 7 crores 10
2 No. of Training Centers In
Gujarat
5 1 to 2 centers 3.5
3 to 4 centers 4.5
More than 4 centers 5
No. of Training Centers In
India
10 5 to 7 centers 7
8 to 10 centers 9
More than 10 centers 10
3 The qualification and
experience of the teaching staff
15 B Sc - 1st Class 10.5
M Sc , B.Ed. 13.5
M Sc & M.Ed. 15
4 Experience in providing
training for Government
project
5 1 project 3.5
2 to 3 projects 4.5
More than 3 projects 5
5 No of candidates trained
during last 3 years ending 31st
March 2014 for medical
entrance Examination
15 750 10.5
> 900 < 1100 13.5
> 1100 15
6 Outcome indicator – Nos. of
the students trained and
successful in each year in
Medical Entrance Examination
and sought admission in
medical college / institute. The
bidder should provide total
nos. of students trained each
year versus nos. of students
who got admission in medical
college. The bidder will have
to provide list of successful
candidates as per format 1
given below.
15 Less than 3 % 0
3% 10.5
More than 3% and less than or equal to 6% 13.5
More than 6% 15
7 The Approach, methodology
and work plan proposed and
presentation made to the
Technical Committee.
25 Approach near to the requirement 17.5
Approach & methodology with monitoring and test schedule 22.5
Methodology and approach systematic considering all the aspects
of the project like monitoring, regular 7 mock tests, attendance
method, time frame of the project
25
TOTAL 100
Page 55 of 62
Format 1: Data of Each Student to be submitted in following format
4. Self Certified year wise list of candidates succeeded and sought admission in Medical field jointly
during last 3 years ending 31st March 2014.
5. If consortium is as per option 2 data to be submitted separately for each consortium partner
6. In case if the consortium is as per option 2, both consortium partner is required to submit the
data of outcome indicator. The percentage of success will be considered on individual basis and
the minimum of which will be considered for marking.
Sr. No. Name of Student Location E-mail Id Contact No. Admission sought in college
(Name of Medical College)
Page 56 of 62
Evaluation Criteria if bidding for Engineering Entrance Examination Course
Sr
No
Evaluation Criteria Maximum
Marks
Details if bidding for
Engineering Entrance Exam
Details if bidding for both
Medical & Engineering
Entrance Exam
Marks Documentary
Proof attached
(Y/N) (Give
Annexure No.)
1 Annual average turnover of
from training business in the
last three years ending 31st
March 2014.
10 3 crores 5 crores 7
More than 3 crores less than 5
crores
More than 5 crores less than 7
crores
9
More than 5 crores More than 7 crores 10
2 No. of Training Centers In
Gujarat
5 1 to 2 centers 3.5
3 to 4 centers 4.5
More than 4 centers 5
No. of Training Centers In
India
10 5 to 7 centers 7
8 to 10 centers 9
More than 10 centers 10
3 The qualification and
experience of the teaching staff
15 B Sc - 1st Class 10.5
M Sc , B.Ed. 13.5
M Sc & M.Ed. 15
4 Experience in providing
training for Government
project
5 1 project 3.5
2 to 3 projects 4.5
More than 3 projects 5
5 No of candidates trained
during last 3 years ending 31st
March 2014 for engineering
entrance Examination
15 1500
10.5
> 1500 < 1800
13.5
> 1800 15
6 Outcome indicator – Nos. of
the students trained and
successful in each year in
Engineering Entrance
Examination and sought
admission in engineering
college / institute. The bidder
should provide total nos. of
students trained each year
versus nos. of students who got
admission in engineering
college. The bidder will have
to provide list of successful
candidates as per format 1
given below.
15 Less than 3 % 0
3% 10.5
More than 3% and less than or equal to 6% 13.5
More than 6% 15
7 The Approach, methodology
and work plan proposed and
presentation made to the
Technical Committee.
25 Approach near to the requirement 17.5
Approach & methodology with monitoring and test schedule 22.5
Methodology and approach systematic considering all the
aspects of the project like monitoring, regular 7 mock tests,
attendance method, time frame of the project
25
TOTAL 100
Page 57 of 62
Format 1: Data of Each Student to be submitted in following format
7. Self Certified year wise list of candidates succeeded and sought admission in engineering field
jointly during last 3 years ending 31st March 2014.
8. If consortium is as per option 2 data to be submitted separately for each consortium partner
9. In case if the consortium is as per option 2, both consortium partner is required to submit the
data of outcome indicator. The percentage of success will be considered on individual basis and
the minimum of which will be considered for marking.
Sr. No. Name of Student Location E-mail Id Contact No. Admission sought in college
(Name of Engineering College)
Page 58 of 62
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 2011-2012
2 2012-2013
3 2013-2014
TOTAL
AVERAGE TURNOVER FROM TRAINING
BUSINESS IN LAST 3 YEARS
Page 59 of 62
ANNEXURE - 8
PROFORMA FOR CV OF RESOURCE TEACHING STAFF
Curriculum Vitae (CV) of ______________
1. Name of Teacher
2. Gender
3. Postal Address
4. Contact nos.
5. E-mail Id
6. Profession / Present Designation:
7. Key academic Qualification
(Attach Degree Certificates)
8. Total Experience
9. Years with bidder
10. Subject Expertise
11. Language Known
Note: Following Documentary Evidence duly Self Certified to be attached
a. Pay Slip
b. Degree Certificate
c. Experience Certificate
Signature of Individual: ________________
To be attested by bidder with stamp and sign
Page 60 of 62
ANNEXURE - 9
LIST OF PROPOSED TRAINING CENTRES REGION WISE WITH PROPOSED NUMBER OF
BATCHES / CLASS OF MAXIMUM 60 STUDENTS EACH
South Region
Sr. No. District Taluka Training Centre
No. of
batches
Medical
No. of batches
Engineering
1 Navsari Chikhli Adarsh Nivasi Shala ,Chikhli 1 1
Vansda Adarsh Nivas Shala, Vansda 1 1
2 Surat Vankal
ND Desai Sarvajanik High
School, Vankal 1 1
Mandvi Government Dry Hostel, Madvi 1 1
3 Valsad
Pardi
EMRS- Atul Vidyamandir, Opp.
Vallbha Ashram, Beh. -Advance
Cooling tower, GIDC- Pardi
1 1
Valsad Adarsh Nivasi Shala, Valsad 1 1
Dharampur Adarsh Nivasi Shala,Dharampur 1 1
4 Dang Vaghai Adarsh Nivasi Shala, Vaghai 1 1
5 Tapi Vyara Adarsh Nivasi Shala, Vyara 1 1
Songadh Adarsh Nivasi Shala, Songadh 1 1
Central Region
Sr. No. District Taluka Training Centre
No. of
batches
Medical
No. of batches
Engineering
6 Chhotaudepur Chhotaudepur Adarsh Nivasi Shala, Vasodi,
Zoz Road, Chhotaudepur 1 1
8 Dahod
Dahod Adarsh Nivasi Shala, Dahod 1 1
Limkheda Adarsh Nivasi Shala,
Limkheda 1 1
Zalod Adarsh Nivasi Shala, Zalod 1 1
9 Narmada Rajpipla Adarsh Nivasi Shala, Rajpipla,
Nandod 1 1
10 Baroda Baroda Adarsh Nivasi Shala, Baroda 1 1
11 Mahisagar Santrampur
Adarsh Nivasi Shala,
Santrampur 1 1
North Region
Sr. No. District Taluka Training Centre
No. of
batches
Medical
No. of batches
Engineering
12 Sabarkantha Khedbrambha Adarsh Nivasi Shala,
Khedbrambha 1 1
13 Banaskantha Danta Adarsh Nivasi Shala, Ambaji 1 1
14 Ahmedabad Ahmedabad Adarsh Nivasi Shala,
Ahmedabd 1 1
Page 61 of 62
ANNEXURE - 10
CHECK LIST OF THE TENDER
S. No. Document Attached (Y/N)
1 Price of one copy of the Tender Document
2 Earnest Money Deposit
3 Bid signed and sealed (with official seal) in Original (with
photocopies in copy I) on all pages with all pages duly numbered.
4 A CD containing the softcopy of the Technical Bid and scan copy of
the documents submitted.
S. No. Document Page No.
1 In case bidder is a company- Certified copy of Certificate of incorporation for
companies & Memorandum and Articles of Associations,
Or
In case the Bidder is a Society- Certified copy of registration deed with objects of
constitution of society
Or
In case Bidder is a Corporation- Authenticated copy of the parent statute
Or
In case of Trust- Certified copy of the Trust Deed
Or
In case of Firm- Certified copy of the Registration Deed
Certified copies of documents submitted, as above, must be signed and carry
the seal of the authorised signatory.
2 List of present Directors/owners/executive council members/trustees/ Board
members as applicable.
3 Self Certified copies of Income Tax returns for last 3 years ending 31st March,
2014
4 Current Service Tax Clearance Certificate and certified copy (duly signed) of
Service Tax Registration Certificate
5 General power of attorney/Board of Directors resolution/ Deed of Authority
contract and all correspondences/documents thereof. Format for General Power of
Attorney is given at Annexure 2.
6 Audited balance sheet and income statement duly signed by the statutory auditors
and authorised signatory of the bidder and consortium agency for the years 2011-12,
2012-13 and 2013-2014.
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 22: Bid Evaluation, Chapter II.
Page 62 of 62
9 The bidder should enclose his course content, training methodology and approach
with respect to 5 month course for Year 2014-15 (4 months training + 1 month
revision)
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