office of the state project director, sarva shiksha ... 01 hospet tq raichur 01 raichur tq manvi 01...
TRANSCRIPT
1
Office of the State Project Director, Sarva Shiksha Abhiyan,
New Public Offices Annexe, Nrupathunga Road,
Bangalore - 560 001, Karnataka, India Telephones: 22483580 Fax: 22126718 Email [email protected]
TENDER NOTIFICATION FOR THE EXPRESSION OF INTEREST TO PROVIDE THE OOSC CONSULTANTS FOR
BLOCKS-DISTRICTS IN KARNATAKA (E tendering only)
BID REFERENCE : No :SSA/ /OOSC/ 2008-09 DATE OF ISSUE OF NOTIFICATION 21-06-08 PRE BID MEETING : 30.06.08 15-00 Hrs IST LAST DATE AND TIME FOR RECEIPT OF BIDS : 21.07.08 15:00 Hrs IST TIME AND DATE OF OPENING
OF BIDS : 21.07.08 16.00 Hrs. IST
PLACE OF OPENING OF BIDS : Office of the State Project Director Sarva Shiksha Abhiyan New Public Offices, Annex
Nrupathunga Road, Bangalore - 560 001 Karnataka State, India
ADDRESS FOR COMMUNICATION:
State Project Director, Sarva Shiksha Abhiyan New Public Offices, Annex
Nrupathunga Road, Bangalore - 560 001
Karnataka State, India
Ph: 22483580 FAX : 22126718
Email : [email protected]
PRICE: Rs-3000/- (e procurement only)
2
1. The State Project Director, SSA, Karnataka invites sealed bids in single cover system from eligible NGO/Agencies/Institutions to provide consultants for out of school
children to work in Block/ District in KARNATAKA The details regarding nature of work , selection of consultants through
NGO’s/Agencies Criteria to select an NGO/Agency are given in the document.
The consultants remuneration and other expenses would be met in the
OOSC intervention /administrative cost of SSA samithi Karnataka.
2. The NGO/Agencies are advised to note the qualification criteria specified in
Section 01 to 08 to qualify to work with SSA in OOSC (Out of School Children)
intervention.
3. Interested and eligible NGO/agency may obtain additional
information and or the document is available on the website
http://eproc.karnataka.gov.in
4 The NGO’s/Agencies must submit the bid document along with non-refundable
amount Rs.3000/- towards application fee and the earnest money deposit for
the amount specified in the tender document, Earnest money deposit will have
to be in any one of the forms specified in the Bid document and shall have to
be valid for 45 days beyond validity period.
5. The NGO/Agency may express their interest to provide District Level consultants
(DLC)/ Block Level Consultants (BLC) to the entire requirement of this bid or
part there of. However if the expression is not to the entire requirement as per
this bid document; the minimum number of BLC/DLC could be quoted by the
NGO/Agency/Institution should be the number of DLC/BLC in a particular
district or districts. District wise DLC/BLC can be seen in the subsequent
sections of this bid document.
6. The provisions in the Instructions to Bidders and in the Conditions of contract are
based on the provisions of the ‘Manual on Financial Management and
Procurement of SSA, - Procurement of Goods, Karnataka Standard Tender
Documents for Procurement of Goods and Equipment
Volume I:OOSC Consultants in Blocks/ District level – A Brief Description
of the Project
3
SECTION-1 Introduction
1.1 Introduction
Preamble- Sarva Shiksha Abhiyan is a nation wide project started in the year 2001. It’s primary objective is to support the activities, programmes of Universalization of Elementary Education (UEE) already on the track and to have new strategies and programmes to boost the process of UEE. Out of school children (OOSC) Interventional strategy is one such Intervention which helps to check the child from being out of school. The problem of OOSC is alarming in the North Eastern Karnataka and few South districts like Bangalore and Chamarajanagara. The department has made sincere efforts to bring back the OOSC. The number of OOSC has been drastically declined from 10 lakh (2001) to 1 lakh (2008). Though the residue appears to be small, it needs constant efforts of counselling the child, parent and the community to retain the child in the Education ladder. Thus it needs concerted efforts on the part of the field level worker-who must be dedicated exclusively for this kind of work. But the field functionaries have been given other responsibilities along with the work of OOSC. Thus the department is attempting to get the services of coordinators for different levels viz Block; district and state level through agencies or reputed NGO. The nature of work, other details along with selection procedure is delineated one by one.
1.2. Scope of Work
1.2.1 Block level Consultants
Among 33 Educational 19 districts will be provided with 64 Block level consultants
because of density of out of school children (OOSC)
Duties of BLC
Duties of Block Level Co-ordinators (BLC)
The block level coordinators will be placed in District/Taluka or Sub-Taluka places depending upon the density of OOSC. Subsequent paragraps show number of Posts and probable places of Head Quarters.
The block level coordinators (BLC) will have to identify The number of OOSC.
Usually the its Identification will be done through an annual child census. The coordinator will have to coordinate the work with the department officials under the guidance of BRC/BEO such as Planning, training, collection, and collation of the data and planning suitable strategies to the OOSC.
The BLC will have to identify dense pockets of OOSC and plan the activities in coordination with the departmental officials and work to establish different OOSC strategies such as-Chinnara Angala, 12 months Bridge course, Feeder schools, Transportation, madras’s, Tent schools, Home Based Education, Mobile schools, Enrolment Drives, NCLP schools, seasonal Residential Bridge course, Ashakirana and other activities which help to mainstream the OOSC and monitor these centers and submit the reports.
4
The BLC will have to pay frequent visits to those pockets of OOSC and meet the parents, children and community members and build awareness and motivate them to send their wards to the school. S/he will also visit the houses along with CRP, gender coordinator, ECO, IERT and of course with the teacher in out of school hours and bring back the child to the school.
The BLC must organize House to House visits in coordination with the department officials. S/he must conduct parents meetings in the schools and motivate them to send their wards to the school.
The BLC must plan-the activities for the academic year and prepare monthly programme and travel at least 15 days in a month to monitor the OOSC Strategies and to conduct awareness programmes and provide suitable feed back to the concerned over the facilities and achievement of the pupils and submit the report to the BRCs regularly. The reporting must be done in the prescribed format given time to time by the controlling offices.
The BLC must identify the NGO’s community leaders, Mothers, individuals who work for the cause of OOSC. S/he can form neighbourhood mothers to oversee the attendance of their neighbours children.
The BLC must ensure the mainstreaming of children who learn in Alternative Innovative Educational strategies in coordination with department officials.
The BLC must maintain the child track information with the help of departmental officials. And prepare Analytical reports and suggest the alternatives to mainstream the OOSC.
The BLC must attend the meeting conducted by his/her controlling officers at different levels and provide necessary information and execute the directions.
The BLC must work in coordination with the parents, community and the departmental officials more particularly with, CRP, ECO, IERT, BGC, CGC, BRC, CAEO, BEO.
If the ngo has participated in OOSC activity and also provided the DLC/BLC- in such events the DLC/BLC must avoid monitoring of such OOSC centers which are run by his/her appointing ngo.
Number of BLCs and place of work.
Name of the H.Q Number of Posts
Jurisdiction Remarks
Bangalore Urban (N) North Block -01 Malleshwaram
01 All 4 blocks Bangalore Urban (N) d+
The Head Quarters will be either CAEO/BRC/DYPCs Office. This will be decided by the DDPI/DYPC.
Head Quarters column shows probable place of H.Q.
Bangalore urban (S) South block -4 K.R. Puram
01 South blocks-04,05.
Bangalore urban (S) 01 South blocks-1,2,3.
5
South block-1 Gandhi Bazar Gowribidanur 01 Gowribidanur, Gudibande,
Chikaballpura, Bagepalli.
Chintamani 01 Chintamani, Shidlaghatta Molakalmur 01 All blocks of Chitradurga Harapanahalli 01 Harapanahalli, Haraihara, Jagalur Channagiri 01 Channagiri, Honnali, Davangere, ½ Tumkur 01 All blocks of Tumkur district Ankola 01 All blocks of U.K Bijapura 01 Bijapura, Bagewadi Tq Sindhagi 01 Sindagiblock Indi 01 Indi block Chadachana 01 Chadachana block Mudebihal 01 Mudebihal block Belguam 01 All blocks of Belguam District Bagalkote 01 All blocks of Bagalkote District Mundargi 01 Mundargi, Shirahatti Ron 01 Ron, Naragund Gadag 01 Gadag, Tq. Aurad 01 Aurad, Bhalki Bidar 01 Bidar, Basava Kalyana, Humnabad Haveri 01 All blocks of Haveri Gulbarga (North) Dongaragao
01 Part of Gulbarga (north) block
Gulbarga (north) Kalmud
01 Part of Gulbarga block (north)
Gulbarga (South) Saradagi
01 Gulbarga (south block)
Edrami Jewargi Block
01 Jewargi Block
Attanur Afzalpur-Tq
01 Part of Afzalpur Tq
Karajagi Afzalpur
01 Part of Afzalpur Tq
Munnahalli Aland Block
01 Part of Aland Tq
Dultragao 01 Part of Aland Tq Bhimanahalli Chittapura Block
01 Part of Chittapura Tq
Gundagurthi Chittapura Tq
01 Part of Chittapura Tq
Chonchavaram Chincholli Block
01 Part of Chincholli Tq
Sulepet Chincholli Block
01 Part of Chincholli Tq
Mudhol Sedam Tq
01 Part of Sedam Tq
Malakheda Sedam Tq
01 Part of Sedam Tq
Sirivala 01 Part of Shahapura
6
Shahapura Tq Darshanapura Shahapura Tq
01 Part of Shahapura Tq
Odagera Shahapura Tq
01 Part of Shahapura Tq
Humsagi Surapura Tq
01 Part of Surapura Tq
Kembhavi Surapura
01 Part of Surapura Tq
Surapura 01 Part of Surapura Tq Narayanapura Surapura Tq
01 Part of Surapura Tq
Gurumitkal Yadgiri Tq
01 Part of Yadgiri Tq
Yaragola Yadagiri Tq
01 Part of Yadagiri Tq
Bellary (East) 01 Bellary East/West block Shiraguppa 01 Shiraguppa Block H.B. Halli 01 H.B. Halli, H.Hadagli Tq Kudalgi 01 Kudalagi, Sandur Tq Hospet 01 Hospet Tq Raichur 01 Raichur Tq Manvi 01 Manvi Tq Sindhanur 01 Sindhanur Tq Lingasugur 01 Lingasugur Tq Arakere Devadurga
01 Part of Devdurga
Deodurga 01 Part of Deodurga Gangavathi 01 Gangavathi Tq Koppal 01 Koppal Tq Kushatagi 01 Kustagi Tq Yelburga 01 Yelburga Tq Chamarajanagara 01 Chamarajanagara, Gundlupet- Tq Kollegala 01 Kollegala, Yalandur,Tq Mysore 01 All blocks of Mysore District.
The area of operation of BLC ranges from sub taluka level to District level depending upon
the concentration of OOSC. One BLC is usually appointed for 1000-1500 OOSC.
If an Education Block possesses more than 1500 but below 2500 two BLC’s are proposed to
that Block and the like. The head quarters and the Geographical extent for operation will be
decided by the local education officers.
If a district has 1000-1500 OOSC-one BLC will be provided to look after the work of
OOSC of the entire district. The Head quarter will be generally the district place. In
exceptional cases where the concentration of OOSC restricted to certain pockets; the Head
quarter will be the Head Quarter of the Educational block. But the block coordinator will
have to co-ordinate the work of OOSC in other blocks of that district also. The Head quarter
7
will be decided by the district Education officers if the BLCs are more than 01 but less than
the number of blocks in that district.
1.2.2 District Level Consultants: Only 19 Educational districts are given District
Level Educational coordinators and their number is 10. They will have to cover all
the 19 districts.
Duties of DLC The performance of DLC must ensure the implementation of the activities mentioned
under the duties of BLCs. In order to realize them the DLC must tour widely in his jurisdiction for 20 days in a
month and motivate the field functionaries [CRP,BLC, IERT, G.C, ECO, CAEO, BRC,BEO] with the cooperation of department officials.
The DLC must give suitable feedback and submit reports with a special mention about release of funds as instructed by the controlling officers. He must give analytical reports of mainstreaming of OOSC.
The DLC is responsible for identification, planning, implementation of OOSC strategies in his jurisdiction.
Number of DLC s required and place of work.
Name of the Head Quarters Jurisdiction Number of DLC
Gulbarga - Gulbarga Education district 01 Yadgiri - Yadgiri Education district 01 Raichur - Raichur district 01 Koppal - Koppal district 01 Bellary - Bellary district 01 Bijapur - Bijapur, Bagalkote Belgaum, districts 01 Gadag - Gadag, Haveri, Dharwad districts 01 Chamrajanagara - Chamarajanagara, Mysore districts 01 Chitradurga - Chitradurga, Davangere, Tumakur Dts 01 Bangalore (South district) - Bangalore Urban, Chickaballapura Bangalore
(Rural)Dts. 01
10
1.2.3.
1.2.4 The DLCs are appointed in the districts where the concentration of OOSC is
more/potential Zones of OOSC. The Head Quarters and the area of operation have been
mentioned in 1.2.2.
1.2.5 The interested NGO/Agencies must be in a position to provide the services of
consultants as specified in the section 9 -THE TECHNICAL SPECIFICATION and others.
8
1.2.6 The NGO/Agency must collect the information of suitable persons as prescribed in
section 9 and must make a preliminary round of selection. It must send the list of eligible
candidates within 10 days from the date of receipt of intimation letter from SSA Bangalore.
Section II: Instructions to the Parties
2.1 Background
2.1.1 The SSA Karnataka is planning to have the services of BLC and DLC through
NGO’s/ agencies during 08-09 or one year whichever is more to mitigate the
problem of OOSC. The residue among the OOSC needs concerted efforts of
counseling; supporting the people for whom the education is the last priority and
make the children to attend the school regularly.
2.1.2 In pursuance of this objective, the State Implementation Society of SSA in
Karnataka, known as the Sarva Shikshana Abhiyana (SSA) Samithi, invites proposals
from interested NGO/Agencies here in after called parties or bidders to participate in
this programme in selected Blocks and District in Karnataka. Such interested parties
(“Bidders”) are required to submit detailed proposals as per provisions of the RFP
(“Proposals”).
2.1.3 The Proposals would be evaluated on the basis of the evaluation criteria set
out in this RFP document in order to identify the successful Bidder for the
Programme (“Successful Bidder”).
2.1.4 The Successful Bidder would then have to enter into an Agreement with The
SSA Samithi, and perform its obligations as stipulated therein in respect of the
Programme. The Draft Agreement forms part of this RFP document .
2.1.5 The Successful Bidder would be required to;
9
Provide a list of eligible BLC and DLC within 10 days from the date of intimation by
SSA Bangalore.
2.1.6 .Issue appointment orders to those BLCs and DLC’s who are qualified in the
entrance test conducted by the SSA. And make them to report for the duty in the
respective places decided by the purchaser. The place of Head quarter and the
geographical area for operation will be intimated for the bidder.
2.1.7 .The bidder must send a list of potential candidates within 10 days incase the
BLC/DLC’s work has not been satisfactory; or if she/he quits the service.
2.1.8 .The period of the contract is for one year subject to continuation or reduction,
as per the needs of SSA.
2.2 Brief Description of selection Process
2.2.1
Mode of selection of an NGO/Agency. The BLC/DLC of a district will be selected through NGO/Agency only. They are
selected district wise.
The criteria for selection of NGO/Agencies has been/ explained in section- 9
2.2.2 The evaluation of the proposals would be carried out by a committee set up by
the state project Director. The committee goes through the proposals and each
member will allot marks for each item (see section 9) and the average marks for
each Bidder will be calculated and the bidder would be ranked.
The evaluation will be done at 2 stages.
At the first stage the proposal will be evaluated whether the bidder has provided all
the necessary documents and fulfills all the mandatory criteria-described in 2.3.1.
At the second stage actual evaluation will be done as per the guide lines
specified in section 3.
2.2.2 RFP Document Available on Internet
2.2.2.1 The document is available on the internet in the website
http://www.eproc.karnataka.gov.in. The same can be downloaded from the internet.
10
2.2.2.2 It may be noted that all subsequent notifications, changes and amendments
on the project/document would be posted only on the following website:
http://www.eproc.karnataka.gov.in.
2.2.2.3 The bidders will be required to register themselves with the centre for e-
governance to participate in the bidding process and also get necessary digital
signature certificates. The details of the process of registration and obtaining the
digital signature certificates are available on the website
http://www.eproc.karnataka.gov.in. Necessary training and hands on experience in
handling e-procurement system could be obtained from the centre for e-governance.
Necessary details could also be obtained over telephone at 08022485867.
2.3 Mandatory Parameters To Be Fulfilled By The parties
2.3.1 Mandatory Parameters for NGO’s/Agency.
The NGO/agency must have worked or provided the service in the field of
primary Education in any one of the following fields at least for a minimum of
5 years.
• Out of school children strategy.
• Working children
• Mass programme to improve the quality of Education
The agency/NGO must have worked in the respective district to which it
intends to provide BLC/DLC at least for a minimum of 03 years.
The agency/NGO should accept to give Honorarium to the DLC/BLC through
crossed cheques.
The agency/NGO must accept to provide required man power [BLC/DLC] who
hail from the same district- at the rate of 1:2 for selection Test.
The average financial transaction for the last 3 years must exceed 15 lakhs
per annum.
The agency/NGO must have financial stability; means Does the cash deposit
shown exceeds three months of remuneration of DLC/BLCs-whom the
agency/NGO would like to sponsor.
It must annex 2.5% EMD while expressing it’s willingness to participate in the
said programme
11
It must agree to give Honorarium on certification from the concerned
authority to the BLC/DLC before 5th of every month without waiting for the
grants from the department in case there were any procedural delays.
It must agree that not to deduct service charges more than 10% of the
Honorarium which will be given by the purchaser in addition to the
Honorarium mentioned under 2.35 and 2.3.6.
2.3.2
2.3.3.
2.3.4 Required Qualification for the BLC/DLCs
S/he must have passed M.S.W or M.A in Rural Development with a minimum of 50
percent marks in the qualifying examination for the said degree. Field experience in OOSC/quality issues of Primary Education is desirable. S/he must have a working knowledge of computer. S/he must be in the age of 22 to 40 years. S/he must hail from the same district to which s/he will be appointed. S/he must be fluent in Kannada and local languages and have a working knowledge
of English. 2.3.5 Honorarium and service conditions of BLC
Honorarium of Rupees 10,000/- month. Actual Bus/Second Class Train fare plus rupees 60/-day as D.A will be given based
on set norms. The appointment will be made by the agencies/ ngos. Thus BLCs are in no way the
government servants. Based on the performance of the BLC they would be allowed to continue for one year
only. The agency will be intimated to send another substitute if the performance is poor.
One day casual leave will be given for every completed calendar month. The BLC must follow the instructions of the controlling officers. The Block
Education Officer will be the immediate controlling officer of BLC. The Honorarium will be given to the ngo/agency and from where S/he must collect it. Only T.A expenses as above will be given by the controlling officers.
2.3.6. Honorarium/ Service Conditions of DLC
Honorarium Rupees 12,000/- month. Actual Bus/Second Class Train fare plus rupees 75/- day as D.A will be given based
on set norms. The appointment will be made by the agencies/NGO. Thus DLCs are in no way the
government servants.
12
Based on the performance of the DLC they would be allowed to continue for one year only. The agency will be intimated to send another substitute immediately-in case of poor performance.
One day casual leave will be given for every completed calendar month. The DLC must follow the instructions of the controlling officers. The DDPI will be
the immediate controlling officer. The Honorarium will be given to the NGO/agency and from where it must be
collected Only T.A expenses as above will be given by the controlling officers.
A. General
2.4 Proposal Due Date.
The proposal should be submitted on or before 21.07.08. The last time for submitting the
bids in the electronic mode is 15:00 hrs IST at the website http://www.eproc.karnataka.gov.in
2.5 The following documents shall be submitted in the electronic mode through
eprocurement process mentioned above by the Bidders along with the Qualification
Submissions as proof of being an NGO/Agency. The Hard copy of the required documents
must be submitted before the due date.
a) A copy of registration certificate
b) Name and addresses of the members, president secretary and correspondents in case
of an NGO and. organogram with details regarding duties and responsibilities of each
post and name of the person working against each post must be detailed. in case of an
agency.
c) Audit reports for the last three financial years. viz-06-07;05-06, o4-05
d) Bank Balance showing three months remuneration or more to be given for DLC/BLC
whom the party would appoint.
e) Annual reports for the last three years viz-06-07;05-06, 04-05
f) Details showing the Human Resource provided to the government or private
organizations in the last 3 years. 07-08, 06-07,05-06
Year Name of the
Post
Number of the
post
Qualification Expected
duties/responsibili
ties of the post
Name of the
purchaser
g) Furnish all the information as per secion-05
h) In addition to the submission of documents through electronic mode, the parties
must also submit a set of Hard copies of the entire proposal before the due date.
13
2.6 Any entity which has been barred by the Education Department, Government of
Karnataka (GOK), any other State Government in India (SG) or Government of India (GOI),
or any of the agencies of GOK/SG/GoI and the bar subsists as on the Proposal Due Date,
would not be eligible to submit a Proposal, either individually or as a member of a
Consortium. The Bidder shall execute an undertaking to this effect as per the format enclosed
in Appendix –C.
2.7 Right to Accept or Reject any of the Proposals
2.7.1 Not withstanding anything contained in this RFP, the SSA Samithi reserves the right to
accept or reject any Proposal or to annul the bidding process to reject all Proposals, at
any time without any liability or any obligation for such rejection or annulment,
without assigning any reasons.
2.7.2 The SSA Samithi reserves the right to reject any Proposal if:
a) At any time, a material misrepresentation is made or discovered, or
b) The Bidder does not respond promptly and diligently to requests for supplemental
information required for the evaluation of the Proposal.
2.7.3 Rejection of the Proposal by the SSA Samithi as aforesaid would lead to the
disqualification of the Bidder. If such disqualification / rejection occur after the bids
have been opened and the best bidder gets disqualified / rejected, then the SSA Samithi
reserves the right to:
a) Either invite the next best Bidder to match the Proposal submitted by the best Bidder;
OR
b) Take any such measure as may be deemed fit in the sole discretion of the SSA
Samithi, including annulment of the bidding process.
B. Documents
2.8 Contents of RFP
The RFP Document comprises the contents as listed below, and would additionally include
any Addendum issued in accordance with Clause 2.8.
Volume I A Brief Description of the Project
14
Volume II Instructions to Bidders
Volume III Draft Agreement
2.9 Amendment of RFP
2.9.1 At any time prior to the Proposal Due Date, the SSA Samithi may, for any reason,
whether at its own initiative or in response to clarifications requested by the parties
modify the RFP Document by the issuance of Addenda.
2.9.2 Any Addendum thus issued will be hosted on the website
http://www.eproc.karnataka.gov.in
2.9.3 In order to provide the parties a reasonable time to examine the Addendum, or for any
other reason, the SSA Samithi may, at its own discretion, extend the Proposal Due Date.
2.10 Pre-proposal Meeting
2.10.1 To clarify and discuss issues with respect to the Project and the RFP, the SSA Samithi
may hold Pre-Proposal meeting(s).
2.10.2 Prior to the Pre-Proposal meeting(s), the parties may submit a list of queries and
propose deviations, if any, to the Project requirements and/or the Agreement. parties
must formulate their queries and forward the same to SSA Samithi as per the time
schedule set out in Section 06 of this Volume of the RFP Document (“Bidding
Schedule”). The SSA Samithi may, in its sole discretion or based on inputs provided by
the parties that it considers acceptable, amend the RFP.
2.10.3 The ngo/agency may note that the SSA Samithi will not entertain any deviations to
the RFP at the time of submission of the Proposal or thereafter. The Proposal to be
submitted by the Bidders would have to be unconditional and unqualified and the
Bidders would be deemed to have accepted the terms and conditions of the RFP with all
its contents including the Draft Agreement. Any conditional Proposal shall be regarded
as non responsive and would be liable for rejection.
2.10.4 The SSA Samithi will endeavor to hold the Pre-Proposal meeting as per Bidding
Schedule.
15
2.10.5 Attendance of the parties at the Pre-Proposal meeting is not mandatory.
2.10.6 All correspondence / enquiries should be submitted to the following in writing by
fax/registered post / courier: and super scribed as.
“ATTN. OF: State Project Director, Sarva Sikshana Abhiyana Samithi, New Public
Offices, Nrupathunga Road, Bangalore 560001”
2.10.7 No interpretation, revision, or other communication from SSA Samithi regarding this
solicitation is valid unless it is in writing and is signed by the State Project Director,
SSA. The SSA Samithi may choose to send to all the parties, written copies of SSA
Samithi's responses in the electronic mode, including a description of the enquiry, but
without identifying its source, to all the parties.
C. Preparation and Submission of Proposal
2.11 Language and Currency
2.11.1 The Proposal and all related correspondence and documents should be written in
Kannada or English language. Supporting documents and printed literature furnished by
the Bidder with the Proposal may be in any other language provided that they are
accompanied by appropriate translations of the pertinent passages in the English
language. Supporting materials, which are not translated into English, may not be
considered. For the purpose of interpretation and evaluation of the Proposal, the
English language translation shall prevail.
2.11.2 The currency for the purpose of the Proposal shall be the Indian Rupee (INR). In case
conversion of currency to INR is required, such conversion shall be based upon the RBI
Reference Rate applicable 7 days prior to the Proposal Due Date. In all such cases, the
original figures in the relevant foreign currency, the exchange rate used and the INR
equivalent shall be clearly stated as part of the Proposal. The SSA Samithi reserves the
right to use any other suitable exchange rate, if the Proposal is submitted in any other
currency, for the purpose of uniformly evaluating all parties.
2.12 Security
16
2.12.1 Proposals from the NGO/agency which are expressing their interest only need to be
accompanied by a Security for an amount equal to .2.5% of the total remuneration
amount for BLC/DLC the NGO/agency would be applying. . The Bid Security shall be
kept valid for at least 45 days in addition to the Proposal Validity Period(seez.2.13) and
would need to be extended, if so required by the SSA Samithi, for any extension in
Proposal Validity Period.
2.12.2 The Security shall be credited to the account of Centre for e- governance.
a) Through credit card
b) Internet banking
c) National Electronic Fund Transfer
d) Remittance over the counter in the selected 10 branches of Axis Bank in Bangalore
The supplier/contractor’s bid will be evaluated only on confirmation of receipt of the
payment (EMD) in the GoK’s central pooling a/c held at Axis Bank
2.12.3 The Security shall be returned to the unsuccessful Parties/Bidders within a period of
eight (8) weeks from the date of announcement of the Successful parties. The Security
submitted by the Successful parties shall be released upon furnishing of the
Performance Security in the form and manner as stipulated in the Agreement.
2.12.4 The Security shall be forfeited in the following cases:
a) If the party modifies or withdraws its Proposal except as provided in Clause 2.18;
b) If the party withdraws its Proposal during the interval between the Proposal Due
Date and expiration of the Proposal Validity Period;
c. If the Successful party fails to provide the Performance Security within the stipulated time
or any extension thereof provided by the SSA Samithi;
d. If any information or document furnished by the party turns out to be misleading or untrue
in any material respect.
2.13 Validity of Proposal
Proposal shall remain valid for a period not less than 90 days from the last date for
submission of bids from the Proposal Due Date ("Proposal Validity Period"). The SSA
Samithi reserves the right to reject any Proposal, which does not meet this requirement.
17
2.14 Extension of Validity of Proposal
In exceptional circumstances, prior to expiry of the original Proposal Validity Period, the
SSA Samithi may request Bidders to extend the Proposal Validity Period for a specified
additional period.
2.15 Format and Signing of Proposal
2.15.1 The party would provide all the information as per this RFP. The SSA Samithi
reserves the right to evaluate only those Proposals that are received in the required format
and is complete in all respects.
2.15.2 The party shall submit the proposal in the electronic mode the following submissions,
as per section 2.5.
2.16 Proposal Due Date
2.16.1 Proposals should be submitted in the electronic form before 15:00 hours IST on the
Proposal Due Date mentioned in the Bidding Schedule, on the website
http://www.eproc.karnataka.gov.in Proposals submitted in any other mode will not be
acceptable.
2.16.2 SSA Samithi may, in exceptional circumstances, and for reasons to be recorded in
writing, extend the Proposal Due Date, by issuing an Addendum in accordance with Clause
2.9, uniformly for all Bidders.
2.17 Modifications/ Substitution/ Withdrawal of Proposals
2.17.1 The party may modify, substitute, or withdraw its Proposal before the date and time of
submission of the bids. No Proposal shall be modified, substituted, or withdrawn by the party
after the Proposal Due Date and time.
D. Evaluation of Proposal
2.18 Proposal Opening
18
2.18.1 SSA Samithi would open the Qualification Submissions at 16:00 Hrs on the Proposal
Due Date for the purpose of evaluation.
2.18.2 Proposals for which an acceptable notice of withdrawal has been submitted in
accordance with Clause 2.17 shall not be opened.
2.18.3 SSA Samithi would subsequently examine and evaluate Proposals in accordance with
the criteria set out in Sections 3, 4 and 09 of this RFP Document.
2.19 Tests of responsiveness
2.19.1 Prior to evaluation of Proposals, SSA Samithi will determine whether each Proposal is
responsive to the requirements of the RFP. A Proposal shall be considered responsive if the
Proposal:
a. is received/deemed to be received by the Proposal Due Date including any
extension thereof pursuant to Clause 2.16.2;
b. is accompanied by the Security as stipulated in Clause 2.12
c. contains all the information as requested in this document; as per section 2.5.
d. contains information in formats same as those specified in this document;
e. mentions the validity period as set out in Clause 2.13,
2.19.2 SSA Samithi reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by SSA
Samithi in respect of such Proposals.
2.20 Clarifications
To facilitate evaluation of Proposals, SSA Samithi may, at its sole discretion, seek
clarifications in writing from any party regarding its Proposal.
2.21Consultant(s) or Advisor(s)
To assist in the examination, evaluation, and comparison of Proposals, SSA Samithi may
utilize the services of consultant(s) or advisor(s).
19
2.22 Proposal Evaluation: Qualification Submissions
2.22.1 The Qualification Submissions of the party would first be checked for responsiveness
as set out in Clause 2.19 above. All Proposals found to be substantially responsive shall be
evaluated as per the Qualification Criteria set out in Section 3.
2.23.2 parties who meet the qualification criteria shall be short-listed (“Qualified Bidders”)
for further evaluation.
2.23 Proposal Evaluation: Technical Proposal
2.23.1 The Technical Proposals of the Qualified Bidders would be evaluated as per the
Technical Evaluation Criteria set out in section 04.
2.23.2 The parties will be ranked based on the marks obtained in the Evaluation.
2.24 Declaration of Successful Bidder
The proposals shall be evaluated based on the criteria set in section 03 and ranked. The first
opportunity to send the list of candidates would be given to the bidder who stands first; In
case the first bidder candidates do not qualify according to the requirements spelt out in
section 04 the next bidder would be asked to send the eligible candidates list and the process
continues till the target is met; either for the entire lot of BLC/DLC or part there of.
2.25 Notifications
SSA Samithi will notify the bidder by a letter of acceptance stating the qualified candidates.
There by the bidder sends them to the places according to the criteria set in the section.
2.26 Department's Right to Accept or Reject Proposal
2.26.1 SSA Samithi reserves the right to accept or reject any or all of the Proposals without
assigning any reason and to take any measure as it may deem fit, including annulment of the
bidding process, at any time prior to award of the Project, without liability or any obligation
for such acceptance, rejection or annulment.
20
2.26.2 SSA Samithi reserves the right to invite revised Proposals from parties with or without
amendment of the RFP at any stage, without liability or any obligation for such invitation and
without assigning any reason.
2.26.3 SSA Samithi reserves the right to reject any Proposal if at any time:
a. a material misrepresentation made at any stage in the selection process is uncovered; or
b. the party does not respond promptly and thoroughly to requests for supplemental
information required for the evaluation of the Proposal
This would lead to the disqualification of the party. If such disqualification / rejection occur
after the Proposals have been opened and the Successful Bidder gets disqualified / rejected,
then SSA Samithi reserves the right to:
a. declare the party with second eligiable bidder’s Proposal as the Preferred party and where
warranted, invite such party for negotiations;
or
b. take any such measure as may be deemed fit in the sole discretion of SSA Samithi,
including annulment of the selection process.
2.27 Acceptance of Letter of Acceptance and Execution of Agreement
2.27.1 Within a week from the date of issue of the Letter of Acceptance (“LoA”), the
Successful Bidder shall accept the LoA and return the same to SSA Samithi.
The Successful Bidder shall execute the Agreement for the Project, within a week of the
issue of LoA or within such further time as SSA Samithi may agree to in its sole discretion.
2.27.2 If the Successful Bidder shall, before signing of the Agreement, submit to SSA
Samithi, a detailed inter se agreement between the bidder incorporating the provisions of the
MoU submitted as part of the Proposal
2.27.3 SSA Samithi will promptly notify other parties that their Proposal has not been
accepted and their Bid Security will be returned as promptly as possible.
21
2.28 Performance Security
2.28.1 The successful Bidder shall furnish Performance Security by way of an irrevocable
Bank Guarantee for an amount equal to 5 percent of the contract price in the form of a Bank
Guarantee or a Demand Draft issued by a nationalized or scheduled bank in India in favour
of State Project Director SSA Samithi, as required under the draft Agreement with in a week
time from the data of LOA. The Performance Security shall be valid for at least 60 days
beyond the date of completion of the project including warranty period. [means 425 days].
2.28.2 Failure of the Successful Bidder to comply with the requirements of Clause 2.27 or
2.28.1 shall constitute sufficient grounds for the annulment of the L o A, and forfeiture of the
Security. In such an event, SSA Samithi reserves the right to take any such measure as may
be deemed fit in the sole discretion of SSA Samithi, and moves to the second successful
bidder.
SECTION 3. EVALUATION FOR QUALIFICATION
3.1. Evaluation Parameters
The NGOs which fulfill the mandatory parameters mentioned under the section 2.3.1
will be taken for Evaluation.
(a) Evaluation Parameters for selection of NGOs weight age (Maximum marks)
The NGO must have worked or provided the services in the field of Education, more
particularly with the OOSC, working children, Quality issues of Primary Education such as conducing mass programmes to improve the Quality of primary Education.
Work with OOSC. [01 Mark for a year association] - 10 Work with working children[01 mark for each year association] - 10 Quality related work on Primary Education [o1 mark for each year
association]. -10 Whether the work of the ngo in any way helped the government to formulate
or review its’s Educational programmes. [5 marks for each programme max 10 marks] -10
Whether the government has up scaled the Educational activities which were initiated by the NGO [5 marks, for each activity max 10 marks] -10
Financial capability Three month amount Honorarium of DLC/BLC -5 Six months Honorarium of DLC/BLC Honorarium -8 - 10 Nine months Honorarium of DLC/BLC -10
Whether the average annual financial turnover exceeds 15 lakhs per annum for thelast 03 years -10
15-20 lakhs -05 marks 20-25 lakhs -07 marks 25 + lakhs -10 marks
The NGO has appointed regular personnel in its staff to work in the
field of Elementary Education. [05 mark for 03 year and additional 10 mark for each year] -10 (b) Evaluation parameters To Select the agencies
The agencies will be considered for Evaluation which fulfil the mandatory parameters set in the section 2.3.1.
It must have provided Human Resource more particularly for, OOSC, working children, or Quality issues of primary Education at least for 5 years.
Work with a OOSC. [one Mark for year association] -10 Work with working children[01 a mark for each year association]. - 10 Quality related work on Primary Education [01 mark for each year
association] -10
22
Financial Transaction of the agency -15-20 -5 marks
23
20-25 -07 marks 25+ -10 marks -10
Number of personnel given to work in the field of Primary Education. 3 to 10 persons -10 10-20 -15 20+ -20 -20 Financial stability
Three months Honorarium of DLC/BLC -5 Six months Honorarium -08 marks Nine months Honorarium -10 -10
3.3 Financial Capability
3.3.1 Financial Capability of the party would be evaluated on the basis of the following:
Net worth as at the end of the most recent financial year (Ref. Appendix D); and
Average annual turnover for the last three completed financial years (Ref. Appendix -D).
3.3.2 The party should provide information regarding the above based on audited annual
accounts for the respective financial years. The financial year would be the same as the one
normally followed by the party for its Annual Report.
3.3.3 The Proposal must be accompanied by the audited annual financial statements of the
party for the last three (3) completed financial years. (07-08, 06-07, 05-06)
3.4 Qualification Criteria for Financial Capability
3.4.1 For the purpose of Qualification, a party would be required to demonstrate the financial
capability as set out below.
Sl No Financial Capability Criteria
1 Average annual turnover of at least Rs.
15,00,000(Rupees Fifteen lakhs) in the last three
(3) completed financial years.
3.4.2 For the purposes of evaluation only figures from the latest three audited annual
financial statements would be considered.
24
3.5 Qualified Bidders
Parties scores shall be converted into percentage and a rank list shall be prepared. The first
party in the rank will be asked to send the Eligible BLC/DLC for screening test. If any
candidate fails to qualify in the said test for such number of posts the second successful
bidder will be asked to send the eligible candidates.
Section-04 Technical Proposal Evaluation
The candidates sent by the successful bidder as per section-3 shall be given a selection test.
The selection text intends to test
4.1 Areas of Written Test The test intends to test the knowledge on the current affairs, G.K. Educational programmes and schemes in Karnataka with special reference to Sarva Shiksha Abhiyana; personality attributes such as – leadership Qualities, written communication, drafting, crisis management, problem solving and language ability-such as precise- expression, style, etc. The test will be conducted for 50 marks and the break up is as below.
Current affairs -05 General Knowledge -05 Educations programes -20 Personality attributes -15 Language ability -05
The candidate will be considered as successful if S/he secures not less than 60% of marks. [Note: Subject to change]
25
SECTION 5. CONTENTS OF PROPOSAL
5.1 Qualification Submissions
Qualification Submissions shall consist of .
Details as per Annexure -01;02 and supportive documents
Letter of Proposal as per Appendix A
Letter of Undertaking from Bidder as per Appendix -B
Statement of Experience as per Appendix C
Statement of Financial Capability as per Appendix D
Statement from the Bank or C.A about the outstanding Bank Balance as on the
date of submission of the bid proposal
Annual reports
SECTION 6. BIDDING SCHEDULE
SSA Samithi would endeavor to adhere to the following schedule:
1 Last date of receiving queries - 30.06.08 15:00 hrs
2 Pre-proposal meeting - 30.06.08 15.00 hrs
3 Department's response to the queries with in 3 days of queries and before
4 Proposal Due Date - 21.07.08 15.00 hrs
5 Date of opening the Technical bids - 21.07.08 16.00 hrs
The venue for the pre-proposal meeting shall be as follows:
Venue : Conference hall of the Office of the State Project Director, Sarva Shiksha Abhiyan,
New Public Offices annexe, Nrupathunga Road, Bangalore- 01
26
SECTION 7. GENERAL CONDITIONS OF CONTRACT
7.1 Definitions
7.1.1 In this Contract, the following terms shall mean and be interpreted as
indicated:
a) "The Contract" means the agreement entered into between the Purchaser
and the Supplier, as recorded in the Contract Form signed by the parties,
including all the attachments and appendices there to and all documents
incorporated under reference therein;
b) "The Contract Price" means the price payable to the Supplier under the
Contract for the full and proper performance of its contractual obligations;
c) The “ NGO” means a non Governmental organization working for welfare
of its members community and state in accordance with law. It has no
profitable motto, but the service shall be the sole objective for its
establishment.
d) “GCC” means the General Conditions of Contract contained in this section.
e) The “Agencies” means an organization approved by the state or central
government to provide different kinds of human resources for government,
semi-government, private organization.
f) “SCC” means the Special Conditions of Contract.
g) “The Purchaser” means the Sarva Shiksha Abhiyan Samithi
Karnataka
h) “The Purchaser’s country” is India
i) “The Supplier” means the individual or firm supplying the Services under
this Contract.
j) "The Government" means the Government of Karnataka State.
27
k) “Day” means calendar day.
7.2 Application
8.2.1 These General Conditions shall apply to the extent that they are not
superseded by provisions in other parts of the Contract.
7.3 Standards
8.3.1 The service supplied under this contract shall confirm to the standards
mentioned in the Technical Specifications.
7.4 Use of Contract Documents and Information
7.4.1 The Supplier shall not, without the Purchaser's prior written consent, disclose
the Contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the Supplier in
performance of the Contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far as may be necessary for purposes
of such performance.
7.4.2 The Supplier shall not, without the Purchaser's prior written consent, make
use of any document or information enumerated in GCC Clause 8.4.1 except for
purposes of performing the Contract.
7.4.3 Any document, other than the Contract itself, enumerated in GCC Clause 7.
4.1 shall remain the property of the Purchaser and shall be returned (in all copies)
to the Purchaser on completion of the Supplier's performance under the Contract if
so required by the Purchaser.
7.4.4 The supplier shall permit the purchaser /Government to inspect the Supplier’s
accounts and records relating to the performance of the Supplier and to have them
28
audited by auditors appointed by the purchaser/Government if so required by the
Government.
7.5 Performance Security
7.5.1 Within 7 days of receipt of the notification of contract award, the Supplier
shall furnish performance security in the amount of 5% of the Contract Value valid
up to 60 days after contract period. Suitable candidate must be provided as an
alternative prescribed in the section 2.1.7.
7.5.2 The proceeds of the performance security shall be payable to the Purchaser
as compensation for any loss resulting from the Supplier's failure to complete its
obligations under the Contract.
7.5.3 The Performance Security shall be denominated in Indian Rupees and shall
be in one of the following forms:
(a) A Bank guarantee or irrevocable Letter of Credit issued by a
nationalized/scheduled bank located in India acceptable to the Purchaser, in the
form provided in the bidding documents or another form acceptable to the
Purchaser; or
(b) A cashier's cheque, banker’s certified cheque, or crossed demand draft
on a nationalized/scheduled bank located in India or Pay order drawn in favor of the
purchaser.
8.6.4 The Performance Security will be discharged by the Purchaser and returned
to the Supplier not later than 60 days following the date of completion of the
contract.
7.6 Inspections and Tests
7.6.1 The Purchaser or its representative shall have the right to inspect and/or to
test the details furnished by the bidder to the Contract specifications at no extra cost
to the Purchaser. SCC and the Technical Specifications shall specify what inspections
29
and tests the Purchaser requires and where they are to be conducted. The
Purchaser shall notify the Supplier in writing in a timely manner of the identity of
any representatives retained for these purposes.
7.6.2 If the details furnished by the party found inconsonant at the time of
inspection, the purchaser retains the authority to reject the entire proposal or part
there of .
8.7.5 Manuals
7.7 Acceptance Certificate
The agency/NGO of the services at the first phase will be treated as completed
when all the BLC/DLC are in place. And the supply of the services as per this
contract will be treated as completed after one year from the date of intimation to
supply the services from the purchaser.
Meanwhile the supplier must ensure uninterrupted services of BLC/DLC save
the circumstances quoted under section 2.1.7
7.8. Packing
7.9 Delivery and Documents
7.9.1 The BLC/DLCs may be posted in the places mentioned by the Supplier in
accordance with the terms specified by the Purchaser in the Notification of Award.
The details shall be given by the supplier later.
7.10. Insurance
7.11. Transportation
7.11.1 The supplier is responsible for the traveling expenses of DLC/BLCs while
reporting to places mentioned by the supplier and while returning to their places on
completion of this contract or the events mentioned in the section 2.1.7
7.12. Incidental Services
7.12.1 The agency/ngo may be required to provide any or all of the following
services, including additional services, if any, specified in SCC:
30
(a) The supplier must also supervise the work of the BLC/DLC time and
again and ensure that they are delivering service as per this contract agreement.
(b) The supplier must also make use of the opportunities such as monthly
meetings of BLC/CRP/DLC/BRC etc at taluks and district levels (etc) to provide
guidance.
7.13
7.14
7.14.1 The supplier must replace BLC/DLC in case of misconduct or at the request
from the purchaser and in the circumstances mentioned in section 2.1.7 1%7
7.14.2 In the events mentioned under 7.14. 3/7.14.4
7.14.3
7.14.3 Frequent absenting with or without permission will spoil the project work
such instances must be curbed by the supplier.
7.15 Payment
7.15.1 The Block Education officer shall send the attendance certificate to the DDPI
on 25th of every calendar month. The DDPI will scrutinize the documents and shall
remit the amount to the party’s account through E.F.T or invoice Bank challans -
before 30th of a calendar month.
7.15.2. The NGO/Agency will remit the amount to the account of BLC/DLC on or
before 3rd of the next calendar month. Thus the remuneration must reach before 5th
of every month.
7.15.3 The absence for which leave was not sanctioned [which shall be governed by
the section 2.3.4 to 2.3.6] shall be treated as absent for which payment will not be
made.
7.16. Prices
7.17. Change Orders
7.17.1 The Purchaser may at any time, by written order given to the Supplier
pursuant to GCC section 7 make changes within the general scope of the Contract in
any one or more of the following:
31
(a) the place of work; and/or
(b) the Services to be provided by the BLC/DLC
7.17.2 . If any such change causes an increase or decrease in the cost of, or the
time required for, the Supplier's performance of any provisions under the Contract,
an equitable adjustment shall be made in the Contract Price or delivery schedule, or
both, and the Contract shall accordingly be amended. Any claims by the Supplier for
adjustment under this clause must be asserted within thirty (30) days from the date
of the Supplier's receipt of the Purchaser's change order.
7.18. Contract Amendments
7.18.1 Subject to GCC Clause 7.17.1, no variation in or modification of the terms of
the Contract shall be made except by written amendment signed by the parties.
7.19. Assignment
7.19.1 The Supplier shall not assign, in whole or in part, its obligations to perform
under the Contract, except with the Purchaser's prior written consent.
7.20. Subcontracts
No subcontract provision is made under this contract. The supplier (bidder)
identified alone must provide the services as per the parameters of this contract.
7.21. Delays in the Supplier's Performance
7.21.1 Delivery of the Services shall be made by the Supplier in accordance with the
time schedule specified by the Purchaser in the Schedule of Requirements.
7.21.2 If at any time during performance of the Contract, the Supplier should
encounter conditions impeding timely delivery of the performance of Services, the
Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its
likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s
32
notice, the Purchaser shall evaluate the situation and may, at its discretion, extend
the Supplier’s time for performance with or without liquidated damages, in which
case the extension shall be ratified by the parties by amendment of the Contract.
7.21.3 Except as provided under GCC Clause 7.24, a delay by the Supplier in the
performance of its delivery obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 7.23, unless an extension
of time is agreed upon pursuant to GCC Clause 7.21.2 without the application of
liquidated damages.
7.22. Liquidated Damages
7.22.1 Subject to GCC Clause 7.24, if the Supplier fails to deliver any or all to
perform the Services within the period(s) specified in the Contract, the Purchaser
shall, without prejudice to its other remedies under the Contract, deduct from the
Contract Price, as liquidated damages, a sum equivalent to 0.5% of the delivered
price of the delayed unperformed services for each week or part thereof of delay
until actual delivery or performance, up to a maximum deduction of 3% of the
contract price. Once the maximum is reached, the purchaser may consider
termination of the contract pursuant to Clause 7.23 and or as will be agreed upon in
the Service Level Agreement, executed by the supplier –
7.22.2 The Purchaser reserves the right to terminate the contract, at any time
without assigning any reasons and the Supplier cannot claim any compensation in
this respect.
7.23. Termination for Default
7.23.1 The Purchaser may, without prejudice to any other remedy for breach of
contract, by written notice of default sent to the Supplier, terminate the Contract in
whole or part:
33
(a) if the Supplier fails to deliver any or all of the service within the
period(s) specified in the Contract, or within any extension thereof granted by the
Purchaser pursuant to GCC Clause 7.21; or
(b) if the Supplier fails to perform any other obligation(s) under the
Contract.
(c) If the Supplier, in the judgment of the Purchaser has engaged in
corrupt or fraudulent practices in competing for or in executing the Contract.
For the purpose of this Clause:
“Corrupt practice” means the offering, giving, receiving or soliciting of
any thing of value to influence the action of a public official in the procurement
process or in contract execution.
“fraudulent practice” means a misrepresentation of facts in order to influence
a procurement process or the execution of a contract to the detriment of the
Borrower, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and
to deprive the Borrower of the benefits of free and open competition.
7.24. Force Majeure
7.24.1 Notwithstanding the provisions of GCC Clauses 7.21, 7.22, 7.23, the Supplier
shall not be liable for forfeiture of its performance security, liquidated damages or
termination for default, if and to the extent that, it’s delay in performance or other
failure to perform its obligations under the Contract is the result of Force Majeure
conditions.
7.24.2 For purposes of this Clause, "Force Majeure" means an event beyond the
control of the Supplier and not involving the Supplier's fault or negligence and not
foreseeable. Such events may include, but are not limited to, acts of the Purchaser
34
either in its sovereign or contractual capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and freight embargoes.
7.24.3 If a Force Majeure situation arises, the Supplier shall promptly notify the
Purchaser in writing of such conditions and the cause thereof. Unless otherwise
directed by the Purchaser in writing, the Supplier shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure
event.
7.25. Termination for Insolvency
7.25.1 The Purchaser may at any time terminate the Contract by giving written
notice to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In
this event, termination will be without compensation to the Supplier, provided that
such termination will not prejudice or affect any right of action or remedy which has
accrued or will accrue thereafter to the Purchaser.
7.26. Termination for Convenience
7.26.1 The purchaser, by written notice sent to the supplier, may terminate the
contract, in whole or in part, at any time for its convenience. The notice of
termination shall specify that termination is for the purchaser’s convenience, the
extent to which such termination becomes effective.
7.27. Resolution of Disputes
7.27.1 The Purchaser and the supplier shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute arising between them under
or in connection with the Contract.
7.27.2 If, after thirty (30) days the parties fail to resolve their dispute or difference
by such consultations, then either the Purchaser or the Supplier may give notice to
the other party of its intention to commence arbitration, as hereinafter provided, as
to the matter in dispute, and no arbitration in respect of this matter may be
commenced unless such notice is given.
35
7.27.2.1 Any dispute or difference in respect of which a notice of intention to
commence arbitration has been given in accordance with this clause shall be finally
settled by arbitration. Arbitration may be commenced prior to or after delivery of the
service under the contract.
7.27.2.2 Arbitration proceedings shall be conducted in accordance with the rules of
procedure specified in the SCC.
7.27.3 Not withstanding any reference to arbitration herein;
(a) The parties shall continue to perform their respective obligations under
the contract unless they otherwise agree; and
(b) The purchaser shall pay the supplier any money due to the supplier.
7.28. Limitation of Liability
7.29. Governing Language
7.29.1 The contract shall be written in kannada or English language. Subject to GCC
Clause 2.11 English language version of the Contract shall govern its interpretation.
All correspondence and other documents pertaining to the Contract which are
exchanged by the parties shall be written in the same language.
7.30 Applicable Law
7.30.1 The Contract shall be interpreted in accordance with the laws of the Union of
India.
7.31. Notices
36
7.31.1 Any notice given by one party to the other pursuant to this Contract shall be
sent to other party in writing or by cable, telex or facsimile and confirmed in writing
to the other Party’s address specified in SCC.
7.31.2 A notice shall be effective when delivered or on the notice's effective date,
whichever is later.
7.32 Taxes and Duties
7.32.1 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi,
road permits, etc., incurred until delivery of the contracted services to the Purchaser.
SECTION 8: SPECIAL CONDITIONS OF CONTRACT
Special Conditions of Contract
The following Special Conditions of Contract shall supplement the General
Conditions of Contract. Whenever there is a conflict, the provisions herein shall
prevail over those in the General Conditions of Contract. The corresponding clause
number of the General Conditions is indicated in parentheses.
8.1. Definitions (GCC Clause 8.1)
(a) The Purchaser is The State Project Director, SSA, Karnataka Bangalore.
(b) The Supplier is ___________________________ (to be filled at the
time of signing contract)
8.2. Inspection and Tests (GCC Clause 8.7)
8.3. Delivery and Documents (GCC Clause 8.9)
8.4. Incidental Services (GCC Clause 12)
8.5. Payment (GCC Clause 8.15)
8.6. Settlement of Disputes (Clause 8.27)
37
The dispute settlement mechanism to be applied pursuant to clause 7.27
shall be as follows;
(a) In case of Dispute or difference arising between the Purchaser and a
domestic supplier relating to any matter arising out of or connected with this
agreement, such dispute or difference shall be settled in accordance with the
Arbitration and Conciliation Act, 1996, by a Sole Arbitrator. The Sole
Arbitrator shall be appointed by agreement between the parties; failing such
agreement, by the appointing authority namely the Indian Council of
Arbitration/President of the Institution of Engineers (India)/The International
Centre for Alternative Dispute Resolution (India). A certified copy of the
appointment Order shall be supplied to each of the Parties.
(b) Arbitration proceedings shall be held at Bangalore Karnataka, and the
language of the arbitration proceedings and that of all documents and
communications between the parties shall be English.
(c) The decision of arbitrators shall be final and binding upon both parties.
The cost and expenses of Arbitration proceedings will be paid as determined by
the Arbitrator. However, the expenses incurred by each party in connection with the
preparation, presentation etc. of its proceedings shall be borne by each party itself.
8.7. Notices (Clause 8.31)
For the purpose of all notices, the following shall be the address of the
Purchaser and Supplier.
Purchaser: The State Project Director
Sarva Shiksha Abhiyan
New Public Offices, Annex
Nrupathunga Road,
Bangalore - 560001
38
Supplier: (To be filled in at the time of Contract signature)
.............................................
.............................................
.............................................
8.8. Progress of Supply:
8.9. Right to use defective equipment:
8.10. Supplier Integrity:
8.11. Supplier’s Obligations:
The Supplier is obliged to work closely with the Purchaser’s staff, act within
its own authority and abide by directives issued by the Purchaser and
implementation activities.
The Supplier will abide by the job safety measures prevalent in India and will
free the Purchaser from all demands or responsibilities arising from accidents or loss
of life the cause of which is the Supplier’s negligence. The Supplier will pay all
indemnities arising from such incidents and will not hold the Purchaser responsible
or obligated.
The Supplier is responsible for managing the activities of its personnel or sub-
contracted personnel and will hold itself responsible for any misdemeanors.
The Supplier will treat as confidential all data and information about the
Purchaser, obtained in the execution of his responsibilities, in strict confidence and
will not reveal such information to any other party without the prior written approval
of the Purchaser.
39
09. TECHNICAL SPECIFICATION AND OTHERS 09.1 Selection of BLC/DLC through NGO/Agency has three distinct phases namely:
Selection of NGO/Agency –which fulfils the mandatory parameters prescribed in section 02.
Evaluation of NGO/Agency based on the criteria prescribed in section 03. Selection of BLC/DLC who are sponsored by the successful bidders –through a
screening test prescribed in section 03. 09.2. The bidder must satisfy all the parameters prescribed in section 02. Accordingly the NGOs shall be short listed. The evaluation shall be done for those bidders (proposals) who are successful in the first phase; and a ranking list shall be prepared. The scores shall be converted into percentage, and a ranking list shall be prepared. The bidder ranked first shall be asked to send the list of candidates in the ratio 1:2 for screening tests. The candidates whose credentials are in accordance with the required qualifications spelt out in section 2.3.4 to 2.3.6 shall be administered by a selection test whose outlines are given in section 04. The candidates who score 60% or more shall alone be treated as successful. In case the candidates fail to fulfil the minimum criteria as in the foregoing paragraph; such candidates shall be treated as unsuccessful and the second party in the rank list shall be asked to send the candidates. The process continues till the required number of DLC/BLC are met. 9.3 A bidder ranks top but prepares to provide a part of the requirement of DLC/BLC shall be preferred first followed by other bidders according to the merit till the procurement need.
40
Annexure-1
Application Form To select District Level consultants/Block Level Consultants –Through NGO/Agency.
1 Name of the NGO/Agency 2 Postal Address 3 Contact numbers
Telephone Number Mobile Number Fax Number E-mail Address
4 Name and designation with full postal address for all Future correspondence with Sarva Shiksha Abhiyana.
5 Year of Registration of the NGO/agency –with Registration number and date.
5.1 Important addresses (a) Name and address of the president; secretary and members (For NGO)
(b) Organogram and brief description of job chart (For agency)
6 Audit reports for the last 3 year (06-07; 05-06, 04-05) mention the date of Audit and total financial transaction in each year.
7 Whether Annual report for the year 06-07, 05-06, 04-05 uploaded.
8 Name of the District to which the party would like to rovide BLC/DLC p
DLC BLC District Number of
DLC District Number of
BLC
9 Bank Balance showing three months of remuneration of DLC/BLC.
Balance of Rs : As on : Name of the Bank & Place :
10
Whether the agency has already provided Human resources to work in the field of Primary Education –more particularly to work with out of school children, working children or quality initiatives. If yes provide
etails. d Year Number
of posts Qualification Nature
of work
Name of the purchaser
11
Whether the ngo has been black listed by GoK, GOI, or by any other state.
41
12 Whether the ngo has worked in the district in primary
education field to which it proposes to provide DLC/BLC. And it must have appointed personnel in primary education at least for 3 years.
13 Whether the NGO would like to accept that it will not deduct the service charges more than 10 %.
14 Whether the party agree to mobilize the qualified candidates [candidates from the same district plus required qualification] within a week from the date of intimation from the SSA office.
15 Whether the agency has provided man power to primary education field from the last 03 years to the state, central, or private organization.
16 Does the party enclosed, Application fees and EMD. Give details.
17 Whether the party agrees to disburse the remuneration of DLC/BLC on 05th of every month.
18 Whether the party agrees all the conditions laid down in the bid documents.
We would like to provide DLC/BLC to SSA Karnataka and certified that the details provided are true and supportive documents have been uploaded, Where ever they have been asked for.
Signature of the Bidder. Note: 1. Please fill all the columns. If not applicable write “not applicable”
2. Upload supportive documents for columns -05,06,07,12,16
42
Annexure-2
Details submitted by the party For Evaluation of the proposal-For BLC/DLC selection.
For NGO’s Association in the respective District to which intends to provide DLC/BLC
OOSC (out of school children) Working children Quality issues.
Not e: mention the number of years of association and upload the details.
Whether the ngos work helped the government to formulate/reviews it’s
Educational policies. (Yes/No) Whether the government has up scaled the Educational activity started by the
ngo. (Yes/No) Cash deposits (financial capability) Average annual financial turn over. Whether the ngo has appointed regular personnel in it’s office to carry out the
work of Elementary Education.
Signature of the ngo. Note: Upload all the details of supportive documents.
For Agency
Providing Human Resources
For OOSC For working children For quality issues
Note: Mention the number of years
Financial stability (Bank Balance) as on the date of submission. Financial Transaction. (financial Turn over) Number of personnel given to work in Primary Education to different
organization. Signature of the Agency Note: Upload all the details of supportive documents.
43
APPENDIX- A
Format for Letter of Proposal
(On the Letter head of the Bidder) Date : To, The State Project Director Sarva Shiksha Abhiyan New Public Offices Annex Nrupatunga Road Bangalore – 560 001 Sir, Re : Providing DLC/BLC to work in OOSC concentrated Blocks/Districts
Being duly authorized to represent and act on behalf of.........................................
(hereinafter referred to as “the Bidder”), and having reviewed and fully understood
all of the Proposal requirements and information provided, the undersigned hereby
submits the Proposal for the project referred above.
We are enclosing our Proposal in One (1) original plus one (1) copy, with the details
as per the requirements of the RFP, for your evaluation.
We confirm that our Proposal is valid for a period of 90 days from ...........................
(Proposal Due Date)
Yours faithfully, ..................................................... (Signature of the Authorised Signatory of Bidder) ..................................................... (Name and designation of the Authorised Signatory of Bidder) (Scan and upload the document)
44
APPENDIX -B
Format for Undertaking
(On the Letterhead of the Bidder or Lead Member, in case of Consortium)
Date:
The State Project Director Sarva Shiksha Abhiyan New Public Offices Annex Nrupatunga Road Bangalore – 560 001 Sir, Re : Providing BLC/DLC s to work in OOSC concentrated Districts/Blocks.
We confirm that we are not barred by Sarva Shiksha Abhiyan Mission, any other
State Government in India (SG) or Government of India (GoI), or any of the
agencies of GoK/SG/GoI from participating in infrastructure / projects/service
projects as on ........................................ (Proposal Due Date).
Yours faithfully,
---------------------------------- (Signature of the Authorised Person) ----------------------------------- (Name and designation of the Authorized Person) (Scan and upload the document)
45
APPENDIX -C
WHOM SO EVER CONCERNED
Experience Certification-For having been provided the man power in the field of
Elementary Education WE have verfied the relevant records of this office and state that M/S -------------
(name of the bidder or organization) have provided man power as per the details
mentioned under.
Year Name
of the post
Number of post
Qualification Duties of the post
Salary Honorarium
Remarks
Signature and seal of the purchaser
46
APPENDIX -D
Format for statement of Financial Capability
1 Annual Turnover
(Rs in crores) Year 1 Year 2 Year 3 Average turn over
(Rs Crores) 2 Net worth of last
completed Audited Financial year (Rs.Crores)
Instructions: For the purpose of qualification:
1. The financial year would be the same as one normally followed by the bidet for its Annual Report. Year 1 shall be the last completed financial year for which audited financial statements are available. Year 2 shall be the financial year previous to year 1. Year 3 shall be the financial year previous to year 2.
2. The bidder shall provide the audited annual financial statements as required
for this RFP. Failure to do so would result in the Proposal being considered as non responsive.
3. A certificate from the Statutory Auditor should be provided as supporting
document certifying the Qualification Statement submitted by the Bidder 4. For the purpose of this RFP, Net Worth shall mean:
i. Net Worth= (subscribed and paid up Equity + reserves) -(Revaluation reserves + miscellaneous expenditure not written off)
5. Experience (Financial Capability and Experience) of only the Bidder shall be
considered. Experience of associate company/parent company/subsidiary company shall not be considered for qualification purposes.
(Scan and upload the document and necessary certificates as required along with this) E:\JD(P)\rfp for cal in ssa 07-08 e proc rev.doc