crafts instructor trainingscheme(cits) …dget.nic.in/upload/files/58af001dd777erfp.pdf ·...
TRANSCRIPT
0
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
No. MSDE-18012/04/2017-TTC Government of India
Ministry of Skill Development & Entrepreneurship
Directorate General of Training
Request for proposal
for End-to-End solution for conducting
On-Line All India Trade Test
For CRAFTS INSTRUCTOR TRAININGSCHEME(CITS)
And APPRENTICESHIP TRAINING SCHEME (ATS)
On
PAN India Basis
Under the aegis of NCVT
1
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
Table of Contents
Contents
1. Definition & Acronyms............................................................................................................3
2. Letter of Invitation....................................................................................................................4
3. Bid Datasheet...........................................................................................................................5
4. Background .............................................................................................................................7
5. Scope of Work.........................................................................................................................10
6. Eligibility and Pre-Qualification Criteria…………………………………………………….12
7. Quality………………………………………………………………………………………..13
8. Secrecy………………………………………………………………………………………14
10. Invoicing…………………………………………………………………………………......15
12. Business Continuity…………………………………………………………………………..16
15. Roles and Responsibilities........................................................................................................18
17. Deliverables…………………………………………………………………………………..18
20. Bid Evaluation Method……………….....................................................................................20
20.1 Scrutiny………………………………………………………………………………….20
20.2 Technical Evaluation Framework……………………………………………………….20
20.3 Technical Evaluation…………………………………………………………………….21
20.5 Financial Evaluation Framework………………………………………………………..22
21. General Terms and Conditions.................................................................................................24
21.1 Instruction to Bidders`....................................................................................................24-29
21.2 Change Management……….....................................................................................................29
21.10 Liquidating damages………………………………………………………………………….31
21.13 Force Majeure...…...........................................................................................................32
21.15.2 Resolution of Disputes………………………………………………………………..32
22. Special Conditions of the contract…………..............................................................................35
2
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
24 Format for Technical Bid...............................................................................................................37
25. Financial Bid………….………………………………………………………………………….37
27. Required Service Level (SLA)..………………………………………………………………….37
28. Proposal Submission Forms...........................................................................................................39
28.4 Bidders Particulars……….......................................................................................................44
28.5 Format of Furnishing relevant experience...............................................................................45
28.6 Query Format…………………………………………………………………………………46
28.7 Format of Work Plan………….………………………………………………………………46
28.12 Format of Curriculum Vitae for proposed Professional Staff……………………………….47
28.13 Format of Financial Proposal ................................................................................................49
28.14 FORM 11: Format of Performance Bank Guarantee……......................................................50
28.15 FORM 12: Statement of Deviation ........................................................................................51
28.16 FORM 13: Warrantee..............................................................................................................51
28.17 FORM 14: Reference Index.....................................................................................................52
3
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
1. Definitions & Acronyms
DGT Directorate General of Employment &
Training
MSDE
Ministry of Skill Development &
Entrepreneurship
GoI Governments of India
ATS Apprentice Training Scheme
CITS Craft Instructor Training Scheme
T.T.Cell Trade Testing Cell
SP Service Provider
PBG Performance Bank Guarantee
CBT Computer Based Test
SLA Service Level Agreement
RFP Request for Proposal
SPOC Single Point of contact
TOR Terms of Reference
PAO Pay and Account Officer
Center Center of Examination
NDA Non Disclosure Agreement
CEC Consultancy Evaluation Committee
QCBS Quality and Cost Based Selection
CAC Central Apprenticeship Council
NCVT National Council for Vocational Council
4
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
2. Letter of Invitation
Letter No: MSDE-18012/4/2017-TTC
Government of India
Ministry of Skill Development & Entrepreneurship
New Delhi
Dated: 17th
February, 2017
To
........................................
Dear Sir/Madam,
The Ministry of Skill Development & Entrepreneurship, Government of India invites techno commercial
proposals for “conducting online All India Trade Test for Craft Instructor Training Scheme and Apprenticeship
Training Scheme under the aegis of NCVT.
The tender document containing details of eligibility criteria, submission requirement, detailed objectives, scope of
work, and method of evaluation etc. is obtained from the undersigned with the cost of bid documents of
Rs. 10,000/- in the form ofbank draft in favour of “PAO, DGT”, Ministry of Skill
Development & Entrepreneurship, New Delhi .
You may submit your techno commercial proposals online and also in sealed envelops in the prescribed format to
the undersigned at or before5:00 PM on 10th
March, 2017.
Yours sincerely,
Sh. Sunil Kumar Gupta Director (TTC) Directorate General of Training Ministry of Skill Development & Entrepreneurship Telephone No. 011-23708198 E-mail [email protected]
5
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
3.BID DATA SHEET
The schedule for the bidding process is highlighted in the table below:
S.No. Information Requirement
1. Scope of Work
Development of questions Bank having minimum
500 questions for each trade, Translation in Hindi
and other regional languages if desired.
Registration of trainees, issue of hall tickets,
mapping of exam centers, invigilation, conduct of
computer based test (CBT) and declaration of
result.
2. About the Assignment To provide “end to end services” for smooth
conducting of Computer Based Test(CBT) for All
India Trade Test under CITS and ATS
3. Name of the Tender Inviting
Authority
The Director(TTC)
Directorate General of Training,
M/o Skill Development & Entrepreneurship
4. Cost of Bid Document Rs. 10,000/- (Rupees Ten Thousand Only)
5. Date for Release of Request for
Proposal (RFP)
17.2.2017
6. Last date for Submission of written
queries for clarifications by E-mail
27.2.2017
7. Responses to the queries received 3.3.2017
8. Last date for Submission of bids 10.3.2017, 5PM
6
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
9. Opening of Technical Proposals 14.3.2017, 11:45AM
10. Opening of Financial Proposals 22.3.2017, 11:45AM
11. Earnest Money Deposit(EMD) Demand Draft of Rs.10 Lakhs
12. Validity period of earnest money
deposit (EMD)
Demand Draft, valid for a period of 90 days
13. Performance Bank Guarantee (PBG) Rs. 1 Crore for the contract period and also
valid for a period of one year post the contract
dates.
14. Proposal validity period 6 months from the date of opening of the bids`
15. Place, date and time of opening of
technical proposal
Chamber of Director(TTC),Room No. 602
(A),Shram Shakti Bhawan, Rafi Marg, New
Delhi 110001
16. Contact person for queries The Director (TTC)Room No. 602 (A), Shram
Shakti Bhawan, Rafi Marg, New Delhi 110001
17. Addressee and address at which bid
is to be submitted
The Director (TTC),Room No. 602 (A), Shram
Shakti Bhawan, Rafi Marg, New Delhi 110001
18. Commencement of the assignment As per the letter of Award/letter of intent
19. Website www.dgt.nic.in and tenders.gov.in
The Document is non-Transferable. In case a Holiday is declared on the day of the event, the
same will be held on the next working days at the same time and same venue.
7
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
4. Background
The Directorate General of Training (DGT) in Ministry of Skill Development &Entrepreneurship is the
apex organization for development and coordination at National level for the programs relating to
vocational training under NCVT. DGT under the Ministry has the following set of activities:
To frame overall policies, norms, and standards for vocational training in consultation with the
National Council for Vocational Training (NCVT);
To diversify, update and expand training facilities in terms of Craftsmen and Crafts
instructor’s training, Apprenticeship Training & Flexi-MOU scheme.
To organize and conduct specialized training and research at the specially established
training Institutes;
To implement, regulate and widen the scope of training of trade apprentices under the
Apprentices Act, 1961;
To organize vocational training programs for women;
Implementation and administration of the programs in central institutes;
Concurrent jurisdiction with the States to assist, co-ordinate and regulate programs in private
sector industries; and
Conduct final trade tests on behalf of National Council for Vocational Training (NCVT),
Regional and National level competitions under various schemes.
To meet the above mentioned activity of conducting final Trade Test on behalf of NCVT, a dedicated
section called Trade Testing Cell (TT Cell) in DGTunder Ministry of Skill Development &
Entrepreneurship was formulated.
The complete work of Trade Testing Cell is confidential in nature and is time bound. TT Cell is
responsible for conducting 17 All India Trade Tests (AITTs) under different schemes under the aegis
of National Council for Vocational Training (NCVT) and awarding certificates to successful
candidates thereafter. The All India Trade Tests for Craftsmen instructor is conducted on PAN India
basis in the month of January & July and All India Trade Test for Apprentices is conducted in the
month of April & October i.e. twice every year.
In order to conduct these tests, more than 700 question papers are prepared, printed in lakhs and
then distributed to various center’s located in different parts of the country. About 2 lakh students
appear in these examinations at various Trade Testing Centers throughout the country.
8
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
4.1 All India Trade Tests (AITT) for Craftsmen Instructor Training Scheme (CITS)
It has been decided to conduct the theory papers of All India Trade Tests (AITT) for Craftsmen
Instructor Training Scheme (CITS) from July 2017 onwards in an online mode with an objective
type of question papers having 50 questions. The details of the tests to be conducted are as below:
a) The tests will be conducted for 36 “trades” twice in an year in the month of January and
July called end-semesters
b) Out of 36 total trades, 27 trades are called “Engineering trades” and 9 trades are called
“Non-Engineering” trades
c) Assessment process of all trades includes end-semester written examination, practical
examination, and sessional assessments in the institute
d) End-semester written examination for all Engineering & Non-Engineering trades will
have the following two papers
A) Semester-I
o Paper I: “Trade Theory /Trade Skill
o Paper II: Workshop Calculation & Science/ Part-A:- Workshop Calculation &
Part-B:- Workshop Science/Part-A:- Vocational Calculation & Science and Part-
B:- Soft skill & English Communication
B) Semester-II
o Paper I: “Trade Theory /Trade Skill
o Paper II: Training Methodology
e) Both Paper I and Paper II of Engineering & Non-Engineering Trades will have questions
based on respective trade curriculum, and are hence different across trades
f) The examination for Paper I and Paper II will be conducted on consecutive days
g) End-semester written examination for all Engineering & Non-Engineering trades will
have a single paper.
h) The examination for Engineering & Non-Engineering trades will be held on the same
day.
4.2 Estimated Volume for AITT for Craftsmen instructor Training Scheme (CITS)
For examinations in each semester, the estimated volume of candidates appearing for
engineering & non engineering trades is vary from 5000 to 10000 No’s at different 40 Institutes.
Final details of volume will be provided by TT Cell on the commencement of its activities for
specific examinations in the year.
9
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
4.3 Examination Process for AITT for Craftsmen Instructors Training Scheme (CITS)
The examination process for AITT for CITS is given below:
a) The DGT will notify schedule of examinations across the entire country.
b) The successful bidder(s) of this RFP will register all the students appearing for the
exams as per the details as suggested by DGT, design and prepare the question bank
in consultation with the DGT, and prepares the necessary arrangement for the conduct
of exam at the centers as prescribed by the DGT as per indent.
c) The successful bidder(s) of this RFP will coordinate with the center In-charge at
different center for the conduct of exam in coordination with DGT.
d) The successful bidder(s) will further provide the marks obtained in different Trade
Theory Papers by each candidate to DGT or any other places as prescribed by DGT
with all the details withina week after the exam.
4.4 All India Trade Tests (AITT) for Apprenticeship Training Scheme (ATS)
The theory papers of All India Trade Tests (AITT) for Apprenticeship Training Scheme (ATS)
from October, 2017 onward in an online mode with an objective type of question papers having
50 or more questions as per requirement. The details of the trade tests to be conducted are
givenbelow :-
a) The tradetests will be conducted for 259 “trades” twice in an year in the month of April
and October .
b) Out of 259 total trades, 170 trades are called “Engineering trades” and 89 trades are
called “Non-Engineering” trades
c) Assessment process of all trades includes written examination, practical examination,
and sessional assessments.
d) The written examination for all Engineering & Non- Engineering trades will have the
following two papers:-
o Paper I: “Trade Theory & Employability Skills/Social Study
e) Paper II: Workshop Calculation & Science/ Cognate
f) Both Paper I and Paper II of Engineering & Non-Engineering trades will have objective
questions based on respective trade curriculum, and are hence different across trades
g) The examination for Paper I and Paper II will be conducted on consecutive days
h) The examination for Engineering & non-Engineering trades will be held on the same
day
4.5 Estimated Volume for AITT for Apprenticeship Training Scheme (ATS)
10
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
For examinations in each semester, the estimated volume of candidates appearing for Engineering & non Engineering trades is from 1.70 to 2.00 lakh at different 209 different centers on PAN India baiss as per the indent list. Final details of volume will be provided by TT Cell before commencement of its activities.
4.6 Examination Process for AITT for Apprenticeship Training Scheme(ATS)
The examination process for AITT for ATS is given below :
a) The DGT will notify schedule of the All India Trade Test (AITT) across the entire country.
b). The successful bidder(s) of this RFP will register all the students appearing for the exams as per the details as suggested by DGT, design and prepare the question bank in consultation with the DGT, and prepares the necessary arrangement for the conduct of exam at the centers as prescribed by the DGT as per indent.
c). The successful bidder(s) of this RFP will coordinate with the center In-charge at different center for
the conduct of exam in coordination with DGT.
d). The successful bidder(s) will further provide the marks obtained in different Trade Theory Papers by
each candidate to DGT or any other places as prescribed by DGT with all the details within a
week after the exam.
5. Scope of Work
The selected firms will be responsible for end to end solution for conducting on-line All India Trade
Test on pan India basis, designing and preparation of question bank of 500 questions for all the
trades, translation from English to other regional languages, registration of trainees and issuance of
hall tickets, identification and mapping of Trade Testing Center, providing infrastructure and
invigilator facility at Trade Testing Centres for conducting online/ computer based test, preparation of
result, MIS/customized report generation and handling over result to DGT or agencies as suggested
by DGT..
5.1 The bidder is responsible for end to end solution for conducting on-line All India Trade Test on
pan India basis.
5.2 The bidder is responsible for designing of question bank of minimum 500 questions and up to
1000 or more as per the requirement of the trade and syllabus prescribed for the subject in
consultation with DGT.
5.3 The bidder will be responsible for translation from English to other regional languages into Hindi
and other required languages as per RaajBhaasha by experienced and qualified professionals.
Translation of question papers will be required in Regional languages as per the demand of State
11
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
Directorates. However, at any given time translation will be required to be done in any of the
specified languages.
5.4 Pre-Examination activities:-
5.4.1The bidder will be responsible forfinalize the design of registration form to incorporate all
fields required to identify the student identity, trade, question paper series, and any other
information as required for trainees registration before the exam.
5.4.2 Hall tickets will be issued before one week from the commencement of the exam.
5.4.3 Identification and mapping of Trade Testing Centers and Trainees along with sitting
arrangement with the coordination of exam center/State/RDAT
5.4.4 The bidder will be responsible for Deputing Invigilators and providing all infrastructural
facilities for smooth conducting of online examination.
5.4.5 The bidder will be responsible for marking attendance of the trainees who are appearing
in the exam.
5.5 Post-Examination activities:-
5.5.1 The bidder will be responsible for providing the Soft copy of the data of each student who
has appeared for the exam and attempted the question papers.
5.5.2 The bidder will be responsible forproviding the Absentee Data entry from Attendance
Sheets and generating exception lists
5.5.3 The bidder will be responsible for preparing Merit list for each category.by processing the
CSV file through an application.
5.5.4 The bidder will be responsible for providing the result in soft copy to DGT.
5.6 The bidder is responsible for conducing Mock test before the commencement of
examination to facilitate the trainees.
5.7 The bidder is responsible for deploying adequate resources for all assignments to ensure
quality of work is of high standard, prescribed time lines are strictly adhered and secrecy through-
out the process.
5.8 The bidder is responsible for submitting regular reports on prescribed format or any other
report as desired by T.T.Cell , DGT from time to time reflecting the status of the assignment.
5.9 The bidder will be responsible for complying all guidelines related to secret handling of various
processes for conducting online examination and also adhere strict timelines.
12
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
6 Eligibility and Pre-Qualification Criteria
The minimum pre-qualification criteria for the bidders to be eligible for this RFP process are specified
below. Responses not meeting the minimum pre-qualification criteria will be rejected as soon as such
Proposals are received, and will not be considered for Technical evaluation.
S.No. Pre-qualification Criteria Supporting Compliance
1. The firm should be a firm / company registered
under the Indian Companies Act, 1956 and who
have their registered offices in India.
Copy of Certificate of
Incorporation
2. The firm should be ISO-27001 (Information
Security Management System standards) and
should own a copyright of the software
Copy of Certificate/Self
Certificate for ownership of
software
3. The Bidder should have administered an average
over 5 Lakh candidates/exam for last three years
on online/CBT.
Work Order and competition
certificates
4. The firm should have Rs. 10 crore averages in
last three financial years in India in examination
services.
Balance Sheet should be
enclosed
5.
The firm should have at least 100employees out
of which 50 must be regular.
Audit statement of previous
financial year mentioning the
number of full time employees, or
a certificate by the Company
Secretary of the firm.
6. The firm should never be blacklisted by
anyCentral Government/State
Government/PSU/Government
Self-declaration signed by the
Authorized Signatory
13
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
7. Quality
7.1 The bidder shall include in his proposal for Quality Assurance Program containing the
overall quality management and procedures which he proposes to follow in the
performance of the works during various phases as detailed in relevant clause of the
tender document.
7.2 At the time of award of contract, the detailed Quality Assurance Program is to be
submitted for approval of DGT after approval, such agreed program shall form a part of
the contract.
7.3 The bidder will be responsible for maintaining the quality in the entire process and there
should be a continuous improvement in the quality.
7.4 The bidder will assign the most qualified and suitable team of experts for development of
question bank and conducting end to end solution for computer based test and result
preparation.
7.5 During the course of the work, if the bidder observes any major deficiencies, they should
immediately bring such observations, deficiencies, areas of improvement and suggestions
for improvement to the notice of the concerned persons. The service provider should also
discuss with guide / help staff of the tendering authority in implementation of the critical
and important suggestions.
7.6. The bidder will also suggest areas of improvement end to end solution in conducting
computer based test to improve the cost effectiveness of the entire operations.
Bodies/AutonomousBodies/Private Sector
7. The firm should be able to give a performance
bank guarantee of at least Rsone crore.
Certificate in this regard may be
submitted on Judicial paper
8. The firm should give EMD of Rs. 10 Lakhs in the
form of bank draft along with the tender
EMD should be submitted at the
time of submitting RFP
9. The bidder should have done exam on All India
basis at least 50 cities
Work order and certificate in this
regard
14
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
7.7. The bidder will suggest the best practices that may be adopted to improve the Overall
efficiency and cost effectiveness of the process and be ready to adopt the same. These
suggestions would not be binding on DGT.
8. Secrecy
8.1. The bidder will need to maintain Top level secrecy and confidentially in all the steps of the
process.
8.2 The bidder will need to sign a Non- Disclosure Agreement (NDA) from all members of
their staff /workers involved in the complete process. The NDA would be submitted annually oras
and when any new staff / workers are employed by the bidder in the process.
8.3 In case of leakage of any documents that are attributable to the bidder, the EMD /Security
will be forfeited, the contract would be immediately terminated by the competent authority and
appropriate penal action initiated against the bidder as per the norms and decisions taken
by the competent authority.
8.4 Detail of the staff involved in the process should be submitted to DGT.
8.5 Quality norms will be followed as per standard related to Computer Based Test and
development of Question bank.
9. Reporting Progress
9.1 Service Provider shall monitor progress of all the activities specified in the contract and
submit free of cost progress report about various aspects of the work to the tendering authority.
9.2. The facilities / services, equipment and / or labour to be provided by the Service Provider
under the Contract and the manner and speed of execution and maintenance of the work are to
be conducted in a manner to the satisfaction of the representative of the tendering authority in
accordance with the Contract. Should the rate of progress of the work, compliance to the
requirements of its facilities, or any part of them at any time fall behind the stipulated time for
completion or is found to be too slow to ensure completion of the works or insufficient for
satisfactory operation of the services, the representative of the tendering authority shall so notify
the Service Provider in writing.
9.3.The Service Provider shall reply to the written notice giving details of the measures he
proposes to take to expedite the progress so as to complete the works by the prescribed time.
The Service Provider shall not be entitled to any additional payment for taking such steps. If at
any time it should appear to the tendering authority or the representative of the tendering
authority that the actual progress of work does not conform to the approved program, the
15
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
Service Provider shall produce at the request of the representative a revised program showing
the modification to the approved program necessary to ensure completion of the works within
the time for completion or steps initiated to ensure compliance / improvement to the stipulated
requirements.
9.4. In case during the services, the progress falls behind schedule or does not meet the
desired requirements and time schedule, the Service Provider shall deploy extra manpower,
resources, infrastructure to make up the progress or to meet the requirements. All time and cost
effect in this respect shall be borne, by the Service Provider.
10. Invoicing
10.1. The bidder will invoice DGT at the beginning of the calendar month for the completed
deliveries in the previous months. The invoices are to be submitted in duplicate after the
verification of numbers of candidates appeared in the exam.
10.2. A penalty of 0.5% per day and maximum up to 10% of the total value of the job shall
be imposed on the service provider for every day’s or part thereof in addition to the
cost of opportunity lost as decided by the Competent Authority. This penalty will
be binding on the Service Provider. DGT will have the right to cancel / offload the
work in full / part and get the same completed through alternate source at the risk
and cost of the successful bidder.
11. Central Co-ordination Center
The bidder will maintain a nodal point for co-ordination that will act as a single point of
contact to facilitate easy co-ordination and information sharing among various entities /
agencies engaged in these activities. The contact details of the central coordination will
be provided by the Service Providers (SP) at the time of signing the contract. In the event
of change of contact details, the SP will proactively inform the same at least 2 weeks prior
to the change.
12. Business Continuity
12.1. The bidder will ensure that there is a published and approved business continuity plan to
mitigate various risks that may arise in this activity.
Note: The above scope of work is intended to give insight into the type and scope
of Services required. The bidder may at their own cost carry out a detailed study in
conjunction with DGT to satisfy themselves of the nature and scope of work.
12.2. Manpower
16
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
The bidder (Service Provider) shall submit a detailed deployment plan for manpower to be
deployed during entire project and / or various phases of the project. The deployment
position as submitted by the Bidder in the technical bid and agreed by DGT during
subsequent discussions prior to finalization of bid shall only be changed with prior
permission of DGT. The credentials of manpower shall have to be submitted by the
Bidder at the time of deployment. The Bidder shall submit charges for services/ activities
under this TOR inclusive of all manpower deployed for the purpose. Any payment
exclusively for manpower deployed shall not be made by the DGT.
13. Backup and Recovery
The bidder will ensure that it will maintain backup of different equipment to ensure that no
SLA are missed. In event of miss happenings and unforeseen events it will be the
responsibility of the bidder to ensure that recovery i.e. continuation of services is
guaranteed and maintain the time schedule.
14. Maintenance of Physical Security
Physical access to technical suites and other areas of the center should be controlled and
monitored on an ongoing basis to maintain and control access to restricted areas.
15. Roles and Responsibilities of Service Provider
The Service Provider will be responsible for the following:-
1. Service Provider will work in close co-ordination with DGT, MSDE for the project.
2. Service Provider will carry out the activities as indicated in section on scope of work ofthe
document and submit all the mentioned deliverables within the stipulated time-frame.
3. Service provider will ensure that deliveries at the predefined central location in the
statecapital as per the SLA.
4. The Service Provider will ensure that adequate stocks of all consumables and computers
are maintained.
5. Service Provider will ensure that the time schedule will be adhered to, if there are any
perceived slippages on the timelines, Service Provide would deploy required manpower and
requisite equipment, free of any additional charges to make up the slippages timeline.
17
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
6. Service Provider will make the best effort to ensure that the quality of deliverables meets the
acceptable expectations.
7. Any queries regarding the deliverables will have to be answered in writing by the Service
Provider within 3 working days.
8.. The Service Provider will share with DGT all intermediate documents, drafts, reports,
surveys and any other item related to this assignment. No work products, methodology or
anyother methods used by the Service Provider should be deemed as proprietary and non-
shareable with DGT.
9. Service Provider shall organize periodic review meetings with DGT to review functionality /
operational issues and progress of work being carried out. The work frequency of meeting may
be revised in conjunction with the Service Provider in consideration of requirements in the
interest of the project.
10. Service Provider would prepare the minutes of the review meetings mentioning the issues
discussed, decision taken on them and appropriate level at which these require to be resolved.
11. Service Provider would submit hardcopies and softcopies of all the deliverables to DGT.
12.. Service Provider and its support employees will work in secrecy and maintain
confidentiality in all its operations related to the contract.
13. Bidders will prepare the dates/tables etc. indicating the numbers of trainees appearing in
computer based test in each trade of each State in respect to the year.
14. Bidder will maintain accurate MIS of the process. The MIS will be created by taking inputs
from the TT Cell / DGT.
15. In an exception, sometimes there may be a sudden increase in number of trainees as Trade
Testing Centre which was not earlier intimated, in such a situation bidder should be flexible to
such trainees in computer based test at a short notice.
16. Roles and Responsibilities of DGT
DGT will be responsible for the following:
1. An Evaluation Committee comprising of officers from the DGT and nominated personnel shall
be constituted to evaluate the bidder’s proposals as per the evaluation criteria set forth in the
RFP.
2. Will Award contract to the selected Service Provider.
3. To provide close tie-ups with the stakeholders in the project, to provide commitment and
support, help to bring – in the process changes and overall guidance to the project.
18
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
4. To identify the Project Champion / SPOC ensuring complete involvement of the Project
Champion from start to the finish of the project.
5. Providing timely sign-offs for the deliverable is accepted within 2 weeks. However, considering
the government procedures, more time may be required for accepting the deliverables. In any
case, such periods of delay would not count towards levying of penalty.
6. Release payments subject to bills / invoice and supporting documents being in order.
17. Deliverables
17.1 Data Collection Strategy
The Bidder is required to develop its own secure method for collection of the secret
documents from DGT if any. The Bidder is to design various information interchange
report formats in mutual agreement with DGT or its nominated agency for the purpose of
monitoring progress, sharing information etc.
17.2 Project Plan and Schedules
The Bidder has to provide detailed project plan with milestones and corresponding time
schedule as part of the technical bid. This will be mutually discussed and agreed upon as
part of Required Service Level agreement (SLA).
Understanding of the scope of work involved and competence on development of
question bank for each trade, registering of trainees, issue of hall tickets and computer
based test
Approach and methodology for Date Build-up plan
Project management methodology for pre- implementation planning
Project management methodology for implementation / Execution
Project management methodology for post-implementation Support
Risk identification and mitigation methodology proposed
Standards to be followed during the lifecycle of the engagement
Expertise / experience of Proposed manpower deployment in their respective roles during
the whole project period
Escalation Process and Escalation Matrix containing contact details (name, designation,
phone numbers, email id etc) of people that are to be contacted and the time lines for
escalation.
17.3 Project Tracking / Operations
19
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
The Bidder has to provide regular project / task tracking reports to DGT at agreed
periodicity to facilitate progress. This will be mutually discussed and agreed upon as part
of Required Service Level agreement (SLA).
18. Time Schedule
Service provide will ensure that all deliverables at the predefined central location in the
state capital as per the SLA and agreed stipulated time frame in the individual work
orders.
19. Amendment of Bidding Documents 19.1. At any time prior to the deadline for submission of bids, the Tendering Authority may, for
any reason, whether on its own initiative or in response to the clarification requested by a
prospective bidder, may modify, change, incorporate or delete certain conditions in the
bidding document. In such circumstances all prospective bidders who have received the
bidding documents shall be notified of the amendment in writing and the same shall be
binding on them.
19.2. In order to allow prospective bidders reasonable time to take into consideration the
amendments while preparing their bids the Tendering Authority, at its discretion, may
extend the deadline for the submission of bids.
20. BID EVALUATION METHOD
The bids submitted will go through three phase evaluation, i.e. Scrutiny, Technical
Evaluation and Financial Bid (online). Bidders passing the scrutiny stage should obtain
minimum 60% in the technical evaluation to qualify for opening of the Financial Bid.
DGT’s evaluation in this regard shall be final and binding on all the bidders. DGT may at
its sole discretion, waive any minor informality or nonconformity or irregularity in this TOR,
which does not constitute a material deviation, provided such a waiver does not prejudice
or affect the relative ranking of any Bidder. A Consultancy Evaluation Committee (CEC)
will be created by DGT to carry out the same.
20.1 Phase 1 Scrutiny
20
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
Prior to the detailed evaluation of the Technical Bids, DGT shall determine whether each
bid is (a) complete, (b) is accompanied by the required information and documents and (c)
is substantially responsive to the requirements set forth in the TOR document. Only
Bidders, who fulfill all these eligibilities, shall be scrutinized further to assess the Bidder as
per the Evaluation Framework given below.
20.2 Phase 2 Technical Evaluation frameworks
Evaluation will be done by DGT based on QCBS for both technical & financial bids. Bid
Documents shall be evaluated and scored based on an objective score system while
assessing each Bidder’s ability to satisfy the requirements set forth in the TOR Document.
20.3 Technical Evaluation
The following evaluation criteria to score the Technical Proposals:
S.
NO.
Parameter Marking Scale Maximum
Marks
1. Subject Matter Experts (SMEs)
empanelled for Item Bank
Development in various domains for
Clients
30SMEs or More = 15 Marks
20 SMEs or More = 10Marks
15
2. Bidder should have moderator
empanelled with the bidder
4 or More =10 Marks
2 or more=5Marks
10
3 The bidder has to submit an affidavit
that they will have requisite staff who
will translate question items into the
required languages Hindi and
regional languages as per RAJ
Bhaasha accurate and completely
within the stipulated time frame of
10
If 15 or above = 10 Marks
If less than 15 = 5 Marks
21
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
the service level.
4
Experience of at least One (1)
Computer Based Exams having
minimum 30,000 candidates
Scheduled in a single shift
-More than 30,000 candidates-25
- 20,000 to 30,000 candidates- 15
25
-10,000 to 20,000 candidates- 10
5 Agency should have a well setup
dedicated network of testing centers
in all over India. Cyber cafes or any
other such setup will not be
considered as testing centers.
150 or more cities-20
20
100 to 149 cities -10
Less than 100 cities :5
6 Bidder should have administered
online/ CBT in last one year for
Single Indian client/ customer across
the country.
More than 1 Lakh exam (papers):
10
10
More than 50 thousand exams
(papers): 8
Less than 50 thousand exam
(papers): 2
7 The bidder should have completely
owned/licensed software and Item
bank development software) for
Computer Based Examination which is
being proposed in the technical bid. The
solution should have been successfully
implemented
10 Years or More = 10 Marks
6 Years or More = 8 Marks
3Years or More = 5 Marks
10
Each Eligible Bidder would be given Technical Marks (TM) based on above evaluation.
Each bidder will need to support / substantiate evidences of above sections in the
documentary proof submitted in support of their bids.
Note: 1. The bidder will be considered as technically qualified Bidder if they achieve
Technical score of 60% or more in total.
20.4 Clarification of Technical Bids
22
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
DGT may seek clarification vie e-mails with each or any Bidder to discuss any matters,
technical or otherwise. If deems fit, DGT may also call individual bidders for clarifications.
The DGT or its nominated Consultancy Evaluation Committee may visit projects being
already handled by the Bidder. In case the bidder wishes to meet the DGT or its
nominated Consultancy Evaluation Committee it may do so with prior appointment. In
case, any interpretations and clarifications are issued by DGT, same shall be carried out
in accordance with the process laid out in Amendment of Bidding Documents as
described above.
20.5 Phase 3: Financial Evaluation Framework
20.5.1 Invitation to Attend Opening of Financial Bids
Financial Bids of technically qualified Bidders shall only be opened on-line. Such qualified
bidder shall be intimated of the opening and evaluation of financial bids. The financial
offers of only those bidders who obtain minimum 60% score in Technical Evaluation shall
be opened on-line. After opening the financial bids, the only criteria for evaluation will be
Quality and Cost Based Selection (QCBS) system. The weightage assigned is 70% for
technical score and 30% for financial score. The proposal with lowest evaluated cost will
be given a financial score of 100 and other proposals given financial score that are
inversely proportional to their prices. DGT will select highestscorebidder for complete
work as defined in the financial bid format. The Consultancy Evaluation Committee will
open on-line Financial Bids of technically qualified Bidder at the time and date informed to
the Bidders. The Bidder’s names, the gist of Bid Prices, the total amount of each bid, and
such other details as the Consultancy Evaluation Committee may consider appropriate,
will be announced and recorded by the Consultancy Evaluation Committee at the
opening.
20.5.2 Correction of Errors and Omissions
Financial Bids determined to be substantially responsive will be checked by the
Consultancy Evaluation Committee for any errors and omissions. If there is a
discrepancy between the quoted rate in figures and the quoted rate in words, the rate in
words will take precedence. In case of omission, the DGT reserves the right to reject the
bid or to load the value of the same component equivalent to the highest offer rate from
the opened financial bids.
23
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
20.5.3Method of Composite Evaluation
Technical proposal evaluation score (St.): 100 x Xt/Yt
Where Xt= technical score of that bidder &Yt= highest technical score among Bidders
Commercial proposal evaluation (Sf): 100X Xf/Yf
Where Xf= Price of lowest responsive Bidders and Yf= Price of any other Bidders.
The final total score will be worked out by adding the weighted marks on technical and
financial proposals i.e. Final score for particular bidder S(C) = St* 0.70 + Sf*0.30
Ranking of the firms shall be done on the basis of combined score in accordance with
clause above.
20.5.4 Award of Contract
The contract will be awarded to the successful bidder with highest score.DGT will
notify the successful bidder in writing by registered post or by fax in writing regarding
acceptance of their tender that their bid has been accepted. The letter of award will
constitute the formation of the contract. Earnest money of the Bidders, who do not qualify
will be returned after the award and acceptance of the work order to the successful
bidder.
The successful bidder has to submit Performance Bank Guarantee as per the prescribed
format, issued by a Nationalized Bank situated in India within 15 days from the letter of
award and also to finalize the terms of contract agreement as per the prescribed format of
DGT attached with this document.
20.5.5 Contacting the Consultancy Evaluation Committee
Any effort by the Bidder to influence DGT officials and Consultancy Evaluation Committee
in the evaluation of technical and Financial Bids, bid comparison or the DGT’s decisions
on acceptance or rejection of bids may result in rejection of the bid.
21. General Terms and conditions
These general conditions shall apply to the extent that provisions in other parts of the
Contract do not supersede them. For interpretation of any clauses in the RFP or Contract
Agreement, the interpretation of DGT shall be final and binding.
Note: Bidders must read these conditions carefully and comply strictly while sending /
submitting their Bids otherwise bids will rejected.
24
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
21.1 Instruction to Bidders
1. Bid forms shall be filled in ink or typed. Bids filled in pencil shall not be considered.
2. The Bidder shall submit a copy of the RFP signed on each page, as token of acceptance
of all the terms and conditions mentioned therein along with his technical proposal.
3. All communication will be in the English Language only. All correspondences and other
documents pertaining to the RFP and subsequent contract will be in the English
Language. Wherever the correspondence is not in English, requisite translation should
be attached, and the English version shall prevail in case of dispute.
4. Rates shall be written both in words and figures.
5. The rates should mention State VAT, Central Sales Tax separately, Service Tax and
other statutory taxes as applicable clearly and separately.
6. Proposal will be submitted in sealed covered addressed to The Director (TTC), Room No
602(A), Sharam Shakti Bhawan, Rafi Marg New Delhi -110001 by Registered Post
written clearly “RFP for providing end-to-end solution for the conduct of an On-
Line All India Trade Test under CITS and ATS.” The prospective bidders may also
arrange to hand deliver the sealed envelope at above mentioned address before the Date
and Time for Submission of Bids.
7. The DGT shall not be responsible for the delay or non-submission of bid in time.
Proposals received late, after the due Date and Time for Submission of Bids will not be
considered.
8. Proposals will be received on or before 5.00 PM on10th March 2017, during office hours
(except holidays) and will be opened on dated 14th March 2017at 11.45 AM in the
presence of the bidders or their authorized representatives who may like to remain
present.
9. All currency is to be quoted in Indian Rupee only. Taxes and levies as applicable at the
time of submission of bids to be mentioned separately.
10. Conditions of GFR of the Government would also be applicable to the extent the relevant
provisions of DGT rules/covenant of this agreement are silent.
11. Tender papers must be submitted along with the following documents.
a. VAT clearance certificate
b. Pan/Tan certificate
25
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
c. A non refundableBank draft ofRs. 10,000/ (Rupees Ten Thousands only) drawn in favour of PAO, DGT, Ministry of Skill Development & Entrepreneurship, New Delhi towards cost of RFP
d. EMD of Rs. 10,00,000/- (Rupees Ten Lacs only) in shape of Bank Draft drawn
in favour of PAO, DGT,Ministry of Skill Development & Entrepreneurship, New Delhi
12. Conditional bid is not acceptable and will be liable for outright rejection.
13. Each bidder will only submit a single bid. No alternate bids will be allowed.
14. The tender is not transferable.
15. No subcontracting will be allowed.
16 If some of the document / annexure (s) is / are missing, the DGT has the right to reject the
Bid as INVALID Bid.
17. Bid Submission: Bids are invited in two parts. All two envelopes will be sealed and shall
be placed in another envelope (container envelope) and the full name and address of the
bidder shall be clearly written in the bottom left corner of each envelope.
18. The Bidder will submit the EMD, Technical bids in two separately sealed envelopes first
of which one is to be labeled as “EMD” containing the EMD, Covering Letter, the second
envelope is to be labeled as “Technical Bid containing the required
documents/Schedules/ Annexure samples etc duly filled, signed by the Bidder authorized
along with the company stamp on each page. The Technical bid should be bound and all
pages continuously and serially numbered. Financial Bid must be send online duly
filled as per the quote in the appropriate schedule cost of services for the entire scope of
works covered under the tender document for the services it proposes to deliver under
the contract.
19. These (EMD and Technical Bid) Separately sealed envelopes will be placed in a big one
envelope, which may be called the container envelop, and it will also be sealed, marked
as “Bid for providing end to end services for smooth conducting of CBT AITT under
CITS and ATS”andaddressed to The Director (TTC), Room No 602(A), Shram Shakti
Bhawan, Rafi Marg New Delhi 110001. The name and address of the bidder should be
clearly mentioned in the bottom left corner of the container envelope.
20. The big one envelope (container envelop) containing the envelopes of EMD technical bids
and financial bid on-line will be opened on the date & at the time and place mentioned in
the TOR.
26
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
21. Willing Bidders may also be present at the time of opening this container envelop as well
as at the time of opening of technical bids.
22. After opening the bid or the container envelop, the two envelops of EMD and technical bid
will be taken out and the members of Consultancy Evaluation committee will sign these
sealed envelopes. The envelope for EMD will be opened first and scrutinized, in the
absence of the required documents for this envelope, the bid will be rejected. If the EMD
along with required documents are found as per the tender document then only the
envelope for technical bid will be opened at the date of the opening.
23. Thereafter, envelops of technical bids will be opened at the same time and place, and all
the documents/schedules/annexure will be taken out and signed by the members of the
Consultancy Evaluation committee.
24. The financial bids of only those Bidders will be opened online who are found technically
eligible as per evaluation of technical bids.
25. Right to accept/reject any bid or all bids: The DGT reserves the right to accept any bid,
and to annual the bid process and reject any and all bids at any time prior to award of
contract, without assigning reasons and without thereby incurring any liability to the
affected Bidder or any obligation to inform the affected Bidder of the grounds for the
DGT’s action. In such eventuality EMD will be refunded and no interest shall be payable.
26. Letter of contract award: Prior of the expiration of the period of the bid validity, the DGT
will notify the successful Bidder in writing that it bid has been accepted. The letter of
contract award will constitute the formation of contract. Upon the successful Bidder’s
furnishing of performance security, the DGT will notify each unsuccessful Bidder and will
refund its EMD. No interest will be paid on the EMD by DGT.
27. Period of Validity: Bids shall remain valid for 180 (one hundred and eighty) days after last
date of bid submission prescribed by the DGT which may be extended with mutual
consent. A bid valid for a shorter period may be rejected by the DGT as non-responsive.
28. The DGT may, at its discretion, extend the deadline for submission of Bids by amending
the Bid Documents, in which case all rights and obligation of the DGT and Bidder will
thereafter be subject to the deadline as extended. This will be common to all bidders.
29. The payment towards the services provided shall be calculated on the basis of work done
by the firm in respect of development of question bank, translation of Hindi and other
regional language and per paper per trainee cost for conducting computer based test
(CBT) & declaration of result.
27
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
30. Secrecy of on-line examination has to be maintained any failure in conducting of online
test at the level of bidder will affect penal provision as well as forfeiting EMD money as
well as the security deposit & initiation of legal action.
31. If the successful bidder fails to execute CBT test in the schedule date and time, the EMD
and security money will be forfeited and if necessary possible steps for penalty under
rules will be initiated along with legal action.
32. The contract will remain up to three years renewal will be based on performance on year
to year basis.
33. The online test cost should be inclusive of all associated costs including preparation of
question bank, conduct of CBT, evaluation of result and submission data to DGT.
34. The tender has to quote the price excluding all taxes as prescribed under govt. norms and
rate will remain valid up to the agreement period for a minimum period of agreement
period.
35. Quality should be maintained during the period.
36. In case of re-examination in any subject resulting due to fault of bidder, the cost of re-
examination shall be borne by the bidder
37. The day-to-day progress will be monitor and will be informed by the bidder by TT Cell in
charge or any other officer authorized by Director (TTC), DGT.
38. Any software or associated hardware required to provide services under this engagement
will be provided by the bidder at their own cost.
39. If DGT decrease the quantities of any of the specified Papers / Hardware/ manpower in
the TOR or Bid, the amount will be paid accordingly. In case, DGT requires less than the
quantity indicated in the bid document, the Bidder shall not be entitled to claim any
compensation for the same.
40. DGT is not bound to accept the lowest financial offer and also reserves the right to accept
or reject any or all tender without assigning any reason thereof.
41.. The Bidder shall bear all costs associated with the preparation and submission of its bid
and DGT shall in no event or circumstance be held responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
42. The financial bid shall be inclusive of all prices for scope of work and excluding Govttaxes
as per norms.
28
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
43. No alterations or additions anywhere in the Bidder Document are permitted. Corrections
if any should be made clearly and initiated by the authorized signatory of the bidder along
with dates. If any of these are found, the Bid may be summarily rejected.
44. In case of Private limited / public limited companies, the power of attorney shall be
supported by Board Resolution and appropriate and adequate evidence in support of the
same shall be provided.
45. Bidder shall properly serially number the documents attached with the Bid as
support/documentary evidences and a reference of such page number shall be provided
in the Bid. The bids should be spiral bound to prevent any pages being missed.
46. All pages and pasted slips should be signed by the Bidder. Corrections, if any, must be
signed No page shall be added or removed from the set of Bid Document.
47. The Bidder shall submit the Bid which satisfies each and every condition laid down in this
RFP, failing which the Bid will be liable to be rejected. Conditional Bid will be rejected.
48. The Bidder is expected to work out their own rates based on the detailed description of
items, the specifications, drawings, software needed and conditions and finally arrive at
the cost of the Works / Service in the appropriate place. The Bidder shall be deemed to
have satisfied itself before bidding as to correctness and sufficiency of its Bid. The rates
and prices quoted shall, except as otherwise provided, cover all its obligations under the
contract and all matters and things necessary for proper execution Works/Services.
49. Where necessary, before submitting its online Financial bid, the Bidder should inspect
and examine the site and its surroundings and shall satisfy itself about form and nature of
the DGT, the quantities and nature of the Work/Services and materials necessary for the
completion of the Works/Services, means of access to the site, the accommodation it may
require, and in general, obtain all necessary information as to risk, contingencies and
other circumstances which may influence or affect its Bid. No extra charges consequent
on any misunderstanding or otherwise shall be allowed.
21.2 Change Management
21.2.1.The Client may at any time, by written notice to the Contractor, instruct the Contractor to
alter, amend, omit, add to or otherwise change any part of the Works.
21.2.2.Upon notification by the Client of such change, the contractor shall submit to the Client an
estimate of costs for the proposed change (hereinafter referred to as the Change), within
ten (10) calendar days of receipt of notice of the change, and shall include an estimate of
29
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
the impact (if any) of the Change on the delivery dates under the Contract, as well as a
detailed schedule of execution of Works under the Contract.
21.2.3.The Contractor shall not perform changes in accordance with instructions above until the
Client has authorized a Change Order in writing.
21.2.4.Changes mutually agreed upon shall constitute a part of the work under this Contract,
and the provisions and conditions of the Contract shall apply to the said Change.
21.3 Relationship between the parties
Nothing mentioned herein shall be constructed as relationship of master and servant or of
the Principal and agent as between DGT and Bidder. The Bidder subject to this contract
for selection has complete change of its personnel in performing the services under the
project from time to time. The Bidder shall be fully responsible for the services performed
by it or any of its personnel on behalf of the Bidder hereunder.
21.4 Standards of performance
The Bidder shall perform the services and carry out its obligations under the Contract with
due diligence, efficiency and economy in accordance with generally accepted
professional standards and practices. The Bidder shall always act in respect of any
matter relating to this contract as faithful partner to DGT. The Bidder shall always support
and safeguard the legitimate interests of the DGT, in any dealing with the third party. The
Bidder shall abide by the Provisions/ Acts/ Rules etc. of The Information Technology Act
and secrecy prevalent in the country. The Bidder shall conform to the standards laid
down in the RFP in totality.
21.5 Downstream Business Interests
The Bidder should abide SLA(Service Level Agreement) throughout the duration of the
contract.
21.6 Bidder Personnel
The Bidder shall deploy and provide such qualified and experienced personnel as may be
required to perform the services under the project. It is desirable from the Bidder to
30
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
deploy the domain / subject specialists, from time to time, who have adequate experience
in the domain related with the project.
Ordinarily, the Bidder would not replace its personnel deployed for the assignments.
However, replacement will only be allowed with prior permission of DGT, MSDE.
21.7 Applicable Law
Applicable Law means the laws and any other instruments having the force of law in India
as may be issued and in force from time to time. The Contract shall be interpreted in
accordance with the laws of the Union of India.
21.8 Indemnity
The bidder shall indemnify tendering Authority from and against any costs, loss, damages,
expenses and claims including those from third parties or liabilities of any kind howsoever
suffered arising or incurred inter-alia during and after the contract period out of :-
1. Any negligence or wrongful act or omission by the bidder or any subcontract or
third party in connection with or incidental to this contract or
2. Any breach of any of the terms of this contract by all Vendors or any sub-contract
or third party.
21.9 Performance Bank Guarantee
Within 15 days of receipt of award / letter of intent for the award of contract, the Service
Provider shall furnish a Performance Bank Guarantee (PBG), as per the prescribed
format, from a Nationalized Bankamounting to Rs. One Crore for the entire contract
period as its commitment to perform services under the contract. This bank guarantee will
remain valid for a period of one year beyond the contract period. On extension of the
contract the successful Vendor shall have to extend the validity of this bank guarantee for
the period for which extension has been awarded.
Failure to comply with the requirements shall constitute sufficient grounds for the
forfeiture of the PBG.
The PBG shall be released immediately after expiry of the contract provided there is no
breach of contract on the part of the Service Provider.
No interests will be paid on the PBG.
31
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
The duration of contract will be for a period of 3 years from the date of award of
contract extended from year to year basis.
21.10 Liquidating damages
This RFP is for selection of the Service Provider for execution of the assignments.
If during execution of the contract, following problems are found, then a penalty of 0.5% of
the Contract value per day of delay arising out of the problems for each assignment
arising out of the RFP, may be imposed by DGT, which will be the part of the RFP: (link
this to scope of work)
1. Quality of deliverable is not up to mark, (till the quality is improved to the required
extend)
2. Delays in deliverables
3. Not assigning adequate resources in time
4. Not deploying resources on a dedicated basis, when required
5. Assigning resources that do not meet the DGT’s requirements
6. Inadequate interaction with the DGT
7. The work is either not complete or not completed satisfactorily as per the approved
time schedule or the quality of deliverable.
If the delay is beyond 2 weeks on any of the milestones then DGT may rescind the
Contract and shall be free to get it done from some other sources at risk and costs
of the Service Provider. The Service Provider may be debarred for applying in
future assignments.
21.11 Termination of Contract
The Service Provider’s association with the DGT will terminate in following ways:
1. The terms of Contract expires.
2. Termination of Contract by DGT due to non-performance during the execution of Project
a. Performance is below expected level
b. Non adherence to the timelines of the project
c. Quality of work is not satisfactory
d. Any other unforeseen reason
21.12 Termination for Insolvency, Dissolution
32
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
DGT may at any time terminate the Contract by giving 2 weeks’ written notice to the
Service Provider, if the Service Provider becomes bankrupt or otherwise insolvent or in
case of dissolution of firm/company or winding up of firm/company. In this event
termination will be without compensation to the Service Provider, provided that such
termination will not prejudice or affect any right of action or remedy, which has accrues or
will accrue thereafter to DGT.
21.13 Force Majeure
1. The Service Provider shall not be liable for forfeiture of its PBG or termination of contract
for default if and to the extent that its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.
2. For purposes of this clause, “Force Majeure” means as event beyond the control of the
Service Provider and not involving the Service Provider’s fault or negligence, and not
foreseeable. Such events may include, but are not restricted to, acts of the DGT in its
sovereign capacity, wars or revolutions, riot or commotion, earthquake, fires, floods,
epidemics, quarantine restrictions and freight embargoes.
3. If a force majeure situation arises, the Service Provider shall promptly notify the DGT in
writing of such condition and the cause thereof. Unless otherwise directed by DGT in
writing, the Service Provider shall continue to perform its obligations under the Contract
as far as is reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
21.14 Taxes and Duties
1. All taxes, duties and levies etc. as applicable should be indicated.
2. Any taxes (including service tax) and other duties that are levied after the bid submission
date will be paid to the Service Provider by DGT.
21.15 Resolution of Disputes
If any dispute arises between parties, then these would be resolved in following ways:
21.15.1 Amicable Settlement
Performance of the Contract is governed by the term and conditions of the contract,
however at times dispute may arise about any interpretation of any term or condition of
Contract including the scope of work, the clauses of permanents etc. In such a situation
33
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
either party of the contract may send a written notice of dispute to the other party. The
party receiving the notice of the dispute will consider the Notice and respond to it in
writing 30 days after receipt. If that party fails to respond within 30 days, or the dispute
cannot be amicably settled within 60 days following the response of the party, then the
following clause of resolution of disputes shall become applicable.
21.15.2 Resolution of Disputes
1.Performance Review
In the event of any dispute, controversy, or claim between the parties hereto arising from
or relating to the subject of the Agreement (a “Dispute”), upon the written request of either
party each of the parties shall appoint a designated officer to meet and negotiate in good
faith to resolve such Dispute. Formal proceedings for the arbitration of such Dispute in
accordance with below mentioned clause hereof may not be commenced until the earlier
of (a) the expiration of 14 days after the initial request for such negotiations, or (b) either
of the designated officers concluding in good faith and notifying the other designated
officer that amicable resolution through continued negotiation of the mater in issues does
not appear likely.
2. Arbitration
a. If any dispute or difference shall arise out of or relating to or in connection with any act,
deed or thing done under or pursuant to this Agreement between the parties, they shall
make every effort to resolve the same amicable by direct or informal negotiations. If,
within thirty (30) days from the date of commencement of such direct or informal
negotiations. DGT and the consultant are unable to resolve amicably such difference or
dispute, notice of the existence of such dispute or difference may be served by either
party to the other resolution by arbitration under and in accordance with this Clause,
failing which such dispute or difference shall be deemed to have been forfeited and given
up and amicably resolved by the Parties without either party being liable to the other in
any manner under law and equity or otherwise.
b. If, at any time, any questions, dispute or dispute or difference whatsoever shall arise
between the parties out of or relating to or in connection with this Agreement or any act,
deed or thing done under or pursuant to this agreement or matters arising there from,
either of the parties may give to the other notice in writing of the existence of such a
questions, dispute or difference and the same shall be referred to a board of three
34
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
arbitrators of whom one to be nominated by the DGT, MSDE and the other to be
nominated by the Service Provider and the third arbitrator, who shall be the presiding
arbitrator to be jointly selected by the two arbitrators appointed as aforesaid by the
Parties. Such a notice of the existence of any question, dispute or difference shall be
served by either party within 30 (thirty) days of commencement of such dispute falling
which all rights and claims shall be deemed to have been forfeited and given up
absolutely and unconditionally.
c. Award made in any such arbitration shall be final and binding on the Parties. The venue
of the arbitration shall be at DGT office, New Delhi. The provisions of the Indian
Arbitration and Conciliation Act, 1996 and the rules, if any framed there under and any
statutory medication thereof shall apply to such arbitration.
d. Upon every or any such reference, the cost of or incidental to the reference and award(s)
shall be borne as determined by the Award which shall directly be whom and in what
manners the same shall be borne and be paid.
e. During the pendency arbitration, the Parties shall continue to perform their respective
obligation under the Agreement.
21.16 Legal Jurisdiction
All legal disputes between the parties shall be subject to the jurisdiction of the Courts
situated in Delhi only.
21.17 Duration of the Contract
The total duration of the contract between DGT and the Service Provider is 3 years (36
months from the date of award of contract).
Duration of the contract shall be Three years subject to yearly appraisal and review by the
Tendering Authority. In case the performance is not found to be satisfactory or not in
conformity with the terms and conditions of the Tender document, the contract shall be
terminated even before the schedule time after following due procedure of law. In the
event of premature closure of contract for reasons mentioned herein above, the Security
Deposit shall be absolutely forfeited along with penalty as decided by the Tendering
Authority.
35
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
However, the contract may be renewed further on the basis of the performance of work
provided that both parties agreed on mutual terms and conditions as specified in the
contract.
22. Special Conditions of the Contract
1. It shall be deemed that the bidder has got fully acquainted with the scope of the work,
working and other prevalent conditions and fluctuations thereto whether they actually
visited the site / area or not and have taken all the above factors into account while
quoting his rates.
2. Police verification report and security clearance for all the staff is to be obtained before
commencement of the work. The Tendering Authority will have the right to ask for police
verification from the Vendor any point of time.
3. Bidder will have to make their own arrangement of supervision/ vigilance on the activities
of employees engaged by him for the works. The bidder will be responsible for any
misconduct, theft / attempt of pilferage or misdemeanor on the part of bidder’s employees
engaged in the works of the Tendering Authority in connection with the contract work. If
the bidder’s employee (s) is / are found to be involved in such activities the bidder will be
held responsible for the same, and apart from penalty / penal action, bidder will be liable
for administrative action including Blacklisting the bidder for future Contracts.
4. The losses to government properties, if any by contract laborers, will be recovered from
the bidder. The demurrages charges / losses if any due to bidder will be recovered from
the bidder. The bidder will have to abide by the all security instructions and requirements
as necessary and intimated by tendering authority.
5. The bidder will have to maintain daily attendance register and get it duly signed by
bidder’s competent authority.
6. A complaint register will be kept at suitable location for complaints with regard to any
aspect of service provided by the contractor.
7. The undersigned reserves the right to decrease or increase the number of trainees
appearing at any Centre.
23. Formats S. No.
Form
Description
36
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
24. Format for Technical Bid
The technical bid should contain the covering letter and all associated formats, citations,
presentations and seriatim.
25. Financial Bid-Online
S.No Scope of Work Unit of Measurement Rate in
INR
1. The cost should be inclusive of all
associated cost for Development of objective
type question bank for trades and
moderation.
per question cost
should be mentioned
2. The cost should be inclusive of all
associated cost including translation in Hindi
Rate for 300 words
Per page cost should
1.
FORM 1
Cover Letter
2.
FORM 2
Bidders Authorization Certificate
3.
FORM 3
Self Declaration (Notarized Affidavit)
4.
FORM 4
Bidders Particulars
5.
FORM 5
Format of furnishing relevant experience
6.
FORM 6
Query Format
7.
FORM 7
Format of Work Plan
8.
FORM 8
Approach, Methodology and Quality Assurance
9. FORM 9 Format of Curriculum Vitae (CV) for proposed professional staff
10. FORM 10 Format of Financial Proposal
11. FORM 11 Format of Performance Bank Guarantee
12. FORM 12 Bidders have to submit the deviation, if any
13. FORM 13 Warrantee
14 FORM 14 Reference Index
37
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
and other regional languages. be mentionedfor
translation purpose
3. Registration of trainees, issue of hall tickets,
Identification and mapping of centres,
invigilation, conduct of computer based test
(CBT) and declaration of result and
submission to the agency or as directed.
Per paper Per
trainee cost should
be mentioned.
Note:- The cost mentioned will be excluding Government taxes.
26. Terms & Conditions
1. No advance Payments will be made.
2. The bidders will raised the bill after completion of the work including results of the
examination.
3. The rates quoted are for per paper per trainee and the payment will be made on
the actual number of trainees appeared and the certificate to be submitted in this
regard The rates quoted are inclusive of all materials, consumables, equipment,
software and scope of work stated in the tender.
4. The rates shall be valid for 3 years from the date of signing of contract except the
Government taxes.
5. The complete work should be allotted to only one vendor.
6. The vendor will submit three copies of accurate invoices on the letter head of the
company with signature of the authorized signatory and the seal of the
organization.
7. The payment will be made by ECS in the name of the firm.
8. Applicable TDS shall be deducted at the time of payment.
9. Any variation in taxes will be on account of the purchaser, in the event the taxes
are increased by the Government authorities, then the bidder will have to provide
the accurate invoice with the effect of increased taxes, with the documentary
evidence of increased taxes. In case the taxes are reduced then the bidder will
have to submit the accurate invoice with the effect of reduced taxes with the
documentary evidence
38
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
10. Please note this is a time bound work, in case of any delay beyond a day in
executing project a penalty will be imposed @ 0.5% per day for the total
value of Job.
11. Delivery period should be counted after the intimation of the exam schedule.
We accept the terms & conditions mentioned and our financial offer will abide by
the terms of payments and other clauses mentioned in the RFP document. We
also declare that our offer is unconditional.
12. EMD/Performance security deposit exemption to NSIC registered firm will not be
allowed due to time bound and secret work.
Name of the authorized signatory
Signature of the authorized signatory
Designation
Company
Date
Location
27. Required Service Level (SLA)
Sr. No. Service Module Details of Service Service Level
Benchmark
1. DGT will fix the date
of examination three
months before and
will inform to the
successful bidder
A)Plan for registration of
students
B)Centre mapping
C)Issue of hall tickets before
the start of exam
D)Successful completion of
exam
E) Declaration of result after
completion of exam
20 days
15days
20 days
10 days
10 days
39
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
28. Annexure: Proposal Submission Forms
Note: All pages of the annexure /s and formats should carry the company seal on each page
duly signed by authorized signatory.
28.1 FORM 1: Cover Letter
On letter head of the company
<Location, Date>
The Director (TTC)
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Room No. 602(A), 6th Floor
Shram Shakti Bhawan,
Rafi Marg,
New Delhi – 110001
Subject: Engagement of an agency for conducting online All India Trade Test for Craft
Instructor Training Scheme and Apprenticeship Training Scheme under the aegis of
NCVT.
Dear Sir,
Having examined the tender documents including all Annexure the receipt of which is hereby
duly acknowledged, we, the undersigned, offers engagement of an agency for conducting online
All India Trade Test for Craft Instructor Training Scheme and Apprenticeship Training Scheme
under the aegis of NCVT.
We have read all the provision of RFP and confirm that these are acceptable to us
We further declare that additional conditions, variations, deviations, if any, found in our proposal
shall not be given effect to.
We agree to abide by this proposal, consisting of this letter, technical and commercial proposals,
the duly notarized written power of attorney, and all attachments, for a period of six months from
the date of opening of technical proposals as stipulated in the RFP and modifications resulting
from contract negotiations, and it shall remain binding upon us any may be accepted by you at
any time before the expiration of that period.
40
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
Until the formal final contract is prepared and executed between us, this proposal, together with
your written acceptance of the proposal and your notification of award, shall constitute a binding
contract between us.
We are hereby submitting our Proposal, which includes this Technical Proposal sealed under a
separate envelope and online financial proposal. We hereby declare that all the information and
statements made in this Proposal are true and accept that any misinterpretation contained in it
may lead to our disqualification.
Our Proposal is binding upon us and subject to the modifications resulting from Contract
negotiations.
We understand you are not bound to accept any proposal you receive, not to give reason for
rejection of any proposal and that you will not defray any expenses incurred by us in bidding.
Demand draft no. _________ dated _________ drawn on __________ for Rs. 10,00,000- is
enclosed towards EMD
Demand draft no. _________ dated _________ drawn on __________ for Rs. 10,000/- is
enclosed towards RFP
We remain,
Yours sincerely,
Authorized Signatory [In full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
28.2 FORM 2: Bidders Authorization Certificate
41
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
<Location, Date>
The Director (TTC)
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Room No. 602, 6th Floor
Shram Shakti Bhawan,
Rafi Marg,
New Delhi – 110001
Dear Sir,
<Bidder’s Name> ----------------------------< Designation > -----------------------------
Is hereby authorised to sign relevant documents on behalf of the Company in dealing with
Tender of reference >Tender No. and Date > -----------------------------. He is also authorized to
attend meeting and submit Technical and Commercial information as may be required by you in
the course of processing above said tender.
Thanking you,
The specimen signature of the authorized person is as:-
Yours sincerely,
Authorized Signatory [In full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
42
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
This tender document is not transferable
28.3 FORM 3: Self Declaration (Notarized Affidavit)
<Location, Date>
The Director (TTC)
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Room no. 602, 6th Floor
Shram Shakti Bhawan,
Rafi Marg,
New Delhi – 110001
In response to the tender No ……………………. Dated ……….………. as a owner / partner / Director of
……………. I / We hereby declare that our Agency ………….…………….. is having unblemished past
record and was declared ineligible for corrupt and fraudulent practices either indefinitely or for a
particular period of time.
We M/s ________________ (Name of the Company) are not blacklisted in any Department of
Government.
We further undertake that our partner M/s ____________________ (Name of Vendor) having office are
also not blacklisted in any Department of Government
We hereby declare that there are no pending cases against M/s____________________ & Address of
Bidder with Government or any other court of law
We hereby declare that Bidder’s company of Director / Owner of the company have not been declared by
any Court of Competent Authorities in solvent or involved in any fraudulent mean (Economical &
Criminal) as on submission date of this proposal.
Yours sincerely,
43
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
Authorized Signatory [In full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
44
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
28.4 FORM 4: Bidders Particulars
Detail Required Provide the relevant information with proper documentary
evidence
Name of Service Provider
Name of Contact Person
Registered office Address
Constitution of Service Provider
Type of bidder’s organization (Government /
Semi-Government / Private)
Year of Establishment
Telephone Number (s)
Fax Number
Mobile Number
Area of Specialization
Details of PAN (certified copy to be enclosed)
Details of TAN (certified copy to be enclosed)
Registration Number under Indian Company Act,
1956
Total Annual Turnover : Please attach auditors certificate to support the financials
Year Amount (Rs. In Crore) Audited (Y/N) Annexure Number
2015-16
2014-15
2013-14
Net Worth : Please attach auditors certificate to support the financials
Year Amount (Rs. In Crore) Audited (Y / N) Annexure Number
2015-16
2014-15
2013-14
Net Profit : Please attach auditors certificate to support the financials
Year Amount (Rs. In Crore) Audited (Y / N) Annexure Number
45
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
2015-16
2014-15
2012-13-14
ISO Certification
Total number of staff as on 20th Feb, 2017
Address of ControlCenter
Signature of Authorized Signatory
Name of Authorized Signatory of this Bid.
Company Seal
28.5 FORM 5 : Format of Furnishing relevant experience
Relevant services carried out in the last three years, that best illustrate qualifications (Using the
format below, provide information on each reference / assignment for which your company or as
one of the major companies within an association, was legally contracted.) Use the below format
for each reference that you want to submit.
Assignment Name
Client Name
Name Key Client Contact
Designation of Key Client Contact
E Mail Address of Key Client Contact
Telephone Number / s of Key Client Contact
Nature of Work (tick the appropriate) Computer Based Test
Duration of Assignment (in months)
Start Date of Assignment
dd-mmm-yyy
End Date of Assignment
dd-mmm-yyy
Approximate Value of Services
In INR
Name of Senior Staff
Role performed
1.
2.
3.
46
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
Narrative Description of Project
Explain how this project is relevant to the scope
of work described in this RFP
28.6 FORM 6: Query Format
Name of
Company
Page Number Clause
Number
Question / Query /
Clarification
Suggestion Reply
28.7 FORM 7: Format of Work Plan
S. No.
Activity
Months
1 2 3 4 5 6 7 8 9 10 11 n
1.
2.
3.
N.
Sign of
Authorized
Signatory
and
Company
Seal
28.8 FORM 8: Approach, Methodology and Quality Assurance
The Solution Provider in this section must highlight their ability to meet the project requirements in terms of the
following:-
28.8.1 ApproachUnderstanding the need of the project. The solution provided must state the philosophy and
approach adopted to meet the objectives of the engagement .The approach being projected to meet the secrecy and
confidentiality needs of the engagement
28.8.2 Methodology
Explain the operational methodology towards the entire engagement
47
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
28.8.3 Quality Assurance Methodology
Explain the Quality Assurance methodology towards the entire engagement
28.9 FORM 9: Format of Curriculum Vitae (CV) for proposed professional staff Format of Curriculum Vitae (CV) for proposed Professional staff .Separate sheet to be attached for each
professional
1 PROPOSED POSITION FOR THIS PROJECT
2 NAME OF SUBJECT AREA FOR THIS PROJECT TO
HANDLE
3 NAME (First Name, Middle Name, Last Name)
4 DATE OF BIRTH (dd/mm/yyyy)
5 NATIONALITY
6 PERSONAL Details
1. Address
2. Telephone No.
3. Fax No.
4. E-Mail address
7 EDUCATION DETAILS (the years in which various
qualifications were obtained must be stated.
8 OTHER TRAINING
9 LANGUAGE & DEGREE OF PROFICIENCY ( indicate
proficiency in speaking reading and writing of each language by
excellent, good, fair or poor)
10 MEMBERSHIP IN PROFESSIONAL BODIES
11 KEY QUALIFICATIONS AND WORK EXPERIENCES (state in
detail and the fields involved)
1. Relevant to this project
2. Not relevant to this project
12 Employment Record
From To
Employer
POSITION HELD AND DESCRIPTION OF DUTIES
Starting with present
position, list in
reversed order every
employment held and
state the art and end
dates of each
employment).
(Clearly distinguish
your “employer” as
48
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
an employee of the
firm from a
“Employer” for
whom you have
worked as a
consultant or an
advisor).
13. Detailed tasks assigned WORK
UNDERTAKEN
THAT BEST
ILLUSTRATES
CAPABILITY TO
HANDLE THE
TASKS ASSIGNED.
(in this column, list
project name, location
Year, position held,
i.e. Tem Leader, etc.
and exact duties
rendered and time
spent on each project.
I, the undersigned, certify that to the best of my knowledge and belief, this CV/Bio-data correctly describes my
qualifications, my experience, and myself. I understand that any willful misstatement described herein may to my
disqualification of dismissal, if engaged.
SIGNATURE: DATE OF SIGNING
COMPANY SEAL Day Month Year
49
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
28.10 FORM 10: Format of Financial Proposal
To
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Shram Shakti Bhawan, Rafi Marg,
New Delhi – 110001
Sir / Madam
Reference: Financial Proposal for Engagement of an agency for end to end services of conducting
online All India Trade Test for Craft Instructor Training Scheme and Apprenticeship Training Scheme
under the aegis of NCVT.
<RFP No.> We, the undersigned, offer to provide services for the above mentioned project, in
accordance with your Request for Proposal <<write RFP number>> dated << write RFP date>>, and
our bid Proposal (Technical and Financial Proposals). Our online Financial Proposal is as follows:
Our financial proposal shall be binding upon us, subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal, i.e., [Insert date]. We understand
you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Signature ………………..
In the capacity of …………………
Duly authorized to sign Proposal for And on behalf of ………………..
Date ……………….. place………………..
Company Seal
50
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
28.11 FORM 11: Format of Performance Bank Guarantee
To
Directorate General of Training
Ministry of Skill Development & Entrepreneurship
Shram Shakti Bhawan, Rafi Marg,
New Delhi – 110001
In consideration of Ministry of Skill Development & Entrepreneurship, Government of India, New
Delhi action through ____________ (Hereinafter referred to as DGT which expression shall include
his successor and assignees) having awarded to _____________ (hereinafter referred to as “the
Service Provider” which expression, wherever the subject of context permits, includes its successors
and assignees) a contract for <name of the project> in terms of inter-alia DGT’s letter No. ----------
Date------ (hereinafter called “the Contract,”) and other General Terms and upon the condition of the
Service Provider’s furnishing Security for the Service Provider’s liability under and in connection
with the said contract up to a sum of Rs. ---------- amounting to 10% of the total cost.
1. We ____________ (hereinafter referred to as the Bank of the said bank) and having our registered
office at _____________ do hereby jointly and severally undertake to guarantee the payment to DGT
in rupees forthwith on demand in writing and without any protest of demur any or all monies payable
by the Service Provider to DGT’s respect of or in connection with the said contract inclusive of all
DGT’s losses and damages and costs. (Inclusive between attorney and client charges, and expenses
and other moneys anywise payable in respect of the above as specified in the notice of demand made
by DGT to the Bank with reference to this guarantee up to an aggregate limit of Rs. ______________
2. We _______________ further agree that DGT shall be the sole judge of and as to whether the said
Service Provider has committed any breach of breaches of any of the terms and conditions of the said
contract and the extent of loss, damages, charges and expenses caused to or suffered by or that may be
caused to or suffered by DGT on account thereof and the decision of DGT that the Service Provider
has committed such breach or breaches and as to the amounts of loss, damage, costs, charges and
expenses caused to or suffered by DGT from time to time shall be final and binding on us.
3. DGT shall have the fullest liberty without reference to the bank and without effecting in any way
the liability of the said Bank under this guarantee to take any other security in respect of the
obligation and liabilities hereunder or to vary the contract / work to be done there under vis-á-vis the
Service Provider or to vary the prices of the total contract value or to release or forbear form
enforcement of all or any other security or any other securities now or anytime held by DGT and such
arrangements with the Service Provider or release or forbearance whatsoever shall absolve the bank of
the full liability to DGT hereunder or prejudice the rights of DGT against the bank.
4. The guarantee shall not be determined or affected by the liquidation or winding up of, dissolution
change in constitution or insolvency or the Service Provider but shall in all respect and for all purpose
be binding and operative unit payment of all moneys payable to Service Provider in terms thereof.
5. The bank hereby waives all rights at any time inconsistent with the terms of this guarantee and the
obligations of the bank in terms hereof shall not be in anywise affected or suspended by reasons of
any dispute or dispute or disputes having been raised by the Service Provider (whether or not pending
before any arbitrator, Tribunal or court) or purporting to stop prevent any payment by the bank to
DGT in terms thereof. The Bank’s liability under these presents being absolute and unequivocal.
51
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
6. The amount stated in any notice of demand addressed by DGT to the bank as liable to be paid to
DGT by the Service Provider or as suffered or incurred by DGT on account of any losses, damages,
costs, charges and expenses shall be conclusive evidence of the amount so liable to be paid to DGT or
suffered or incurred by Service Provider as the case may be and in terms hereof.
7. This guarantee / undertaking shall be in a continuing guarantee / undertaking and shall remain valid
and irrevocable for all claims of DGT and liabilities of the Service Provider arising up to and until
midnight of ………
8. This guarantee / undertaking shall be in addition to any other guarantee or security whatsoever that
DGT may now or any time anywise may have in relation to the Service Provider’s obligations or
liabilities under and / or in connection with the said contract, and DGT shall have full authority to
have recourse to or enforce this security in preference to any other guarantee or security which DGT
may have or obtain and not forbearance on the part of DGT in enforcing or requiring enforcement of
any other security shall have the effect or releasing the bank form its full liability hereunder.
9. It shall not be necessary for DGT to proceed against the said Service Provider before proceeding
against the Bank and the guarantee herein contained shall be enforceable against the bank
notwithstanding that any security which DGT may have obtained or obtain from the Service Provider
shall at the time when proceeding are taken against the said bank hereunder be outstanding or
unreleased.
10. We the said bank undertake not to revoke this guarantee during this currency except with the
consent of DGT in writing and agree that any change in the constitution of the said Service Provider
or the said bank shall discharge our liability hereunder.
11. Notwithstanding anything contained herein above, our liability under this guarantee shall be
restricted to Rs ………… and this guarantee shall remain in full force till …………. and unless a
claim is made on us within …………. Months from the date i.e. before ………… all the claims under
this guarantee shall be forfeited and we shall be relived of and discharged from our liabilities
hereunder.
Dated ………..
Day of ……………… 2017.
Name of Bank: ………………..
Address: ………………….
Date: ………………….
28.12 FORM 12: Statement of Nil Deviation:- This statement is removed however
bidders have to submit the deviation if any
28.13 FORM 13 : Warrantee/Declaration of the firm
The Warrantee on the following format should be submitted along with Security deposit which should be on
appropriate Non-judicial Stamp Paper duly attested by Public Notary:-
WARRANTEE FORM
M/s ………………. Having its registered office at herein after referred to as the Contractor having carefully studied
all the documents, specifications, drawings, etc. pertaining to the Contract for works required for the completion of
work of Providing desired services as per the Scope of the Work and other terms of the engagement to the DGT.
52
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
DO HEREBY WARRANTY THAT:
1. The Contractor is familiar with all the requirements of the Contract.
2. The Contractor has investigated the site and satisfied himself regarding the character of the work and local
conditions that may affect the work of its performance.
3. The Contractor is satisfied that the work can be performed and completed as required in the contract.
4. The contractor has seen all risks directly or indirectly connected with the performance of the contract.
5. The Contractor has had no collusion with other Contractors, or with any other person to execute the said works
according to the terms and conditions of the said Contract.
6. The Contractor has not been influenced by any statement or promise of the DGT or Officers of the DGT or
Ministry of Skill Development & Entrepreneurship but only by the Contract documents.
7. The Contractor is financially solvent.
8. The Contractor is experienced and competent to perform the Contract to the satisfaction of the Tendering
Authority.
9. The statement submitted by the Contractor is true.
10. The Contractor is familiar with all general and special Laws, Acts, Ordinances, Rules and Regulations of the
Municipalities, District, State and Central Government that may affect the work, its performance or personnel
employed therein.
Authorized Signatory [in full and initials]:
Name and Title of Signatory:
Name of Firm:
<Company Seal to be affixed>
28.14FORM 14: Reference Index
S.No. Technical Evaluation Parameters Name of Reference
Document
Page Number
where the
reference is
available
1. Subject Matter Experts (SMEs)
empanelled for Item Bank Development
in various domains for Clients
2. Bidder should have moderator
empanelled with the bidder
3 The bidder has to submit an affidavit that
they will have requisite staff who will
53
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
translate question items into the required
languages Hindi and regional languages
as per RAJ Bhaasha accurate and
completely within the stipulated time
frame of the service level.
4 Experience of at least One (1) Computer
Based Exams having minimum 30,000
candidates Scheduled in a single shift
5 Agency should have a well setup
dedicated network of testing centers in
all over India. Cyber cafes or any other
such setup will not be considered as
testing centers.
6 Bidder should have administered online/
CBT in last one year for Single Indian
client/ customer across the country.
7 The bidder should have completely
owned/licensed software and Item bank
development software) for Computer
Based Examination which is being
proposed in the technical bid. The
solution should have been successfully
implemented
Yours sincerely,
Signature …………………
In the capacity of ………………..
Duly authorized to sign Proposal for And on behalf of ………………
Date ……………….. Place ……………..
Company Seal
54
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
28.15 List of Document to be uploaded for Technical Bid
1.Form 1: covering letter
2. Form 2: Bidders Authorization certification.
3. Form 3:- Self Declaration on stamp paper of Rs. 10 duly Notarized
4. Form 4:- Bidders Particulars
5. Earnest money in shape of demand draft (Scan Copy)
6. Pan number of the company
7. ITR of last five financial years.
8. List of Centres and nodes/terminals
9. Vat clearance certificate.
10. ISO certificate27001
55
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
56
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.
57
Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in
This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.