tender notice no - gujarat...implementation of the chief minister‟s ten point programme (vanbandhu...

62
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)

Upload: others

Post on 10-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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.

E-mail

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

Page 42 of 62

ANNEXURES

Page 43: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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.

E-mail

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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: Tender Notice No - Gujarat...implementation of the Chief Minister‟s Ten Point Programme (Vanbandhu Kalyan Yojana) for development of ST areas, which aims to focus at the individual

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