rfp for providing amc services for web portal for apssdc

45
Andhra Pradesh State Skill Development Corporation (APSSDC) Skills Development & Training Department, Govt. of AP. Request for Proposal (RFP) for selection of Chartered Accountant Firm for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23 Skill Colleges across AP under Andhra Pradesh State Skill Development Corporation (APSSDC) Ref No: RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002 Date of Issue: 05/08/2021 #3rd floor, G&J Infra (Infosight Building), Survey No. 78/2, Near Pathuru Road Junction, Tadepalli, Guntur District, Andhra Pradesh - 522501

Upload: others

Post on 02-Apr-2022

46 views

Category:

Documents


0 download

TRANSCRIPT

Andhra Pradesh State Skill Development Corporation (APSSDC) Skills Development & Training Department, Govt. of AP.

Request for Proposal (RFP) for selection of Chartered Accountant Firm

for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23

Skill Colleges across AP under Andhra Pradesh State Skill Development

Corporation (APSSDC)

Ref No: RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002 Date of Issue: 05/08/2021

#3rd floor, G&J Infra (Infosight Building), Survey No. 78/2, Near Pathuru Road Junction,

Tadepalli, Guntur District, Andhra Pradesh - 522501

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

2

Disclaimer The information contained in this Request for proposal (hereinafter called as RFP) document or any information provided subsequently to bidder(s) whether verbally or in documentary form by or on behalf of APSSDC is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

This RFP is neither an agreement nor an offer and is only an invitation by APSSDC to the interested parties for submission of bids. APSSDC reserves the right to cancel this document, and/or invite afresh proposals with or without amendments to this document without liability or any obligation for such document, and without assigning any reason. APSSDC reserves the right to take final decision regarding award of contract.

The purpose of this RFP is to provide the bidder(s) with information to assist the formulation of their proposals. While effort has been made to include all information and requirements of the APSSDC with respect to the services and solutions being sought, this RFP does not claim to include all the information a bidder may require. Each bidder should conduct its own investigation and analysis and should check the accuracy, reliability, and completeness of the information in this RFP and wherever necessary obtain independent advice. APSSDC makes no representation or warranty and shall incur no liability under any law, statute, rules, or regulations as to the accuracy, reliability, or completeness of this RFP. APSSDC may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

Submission of proposal under RFP mode doesn’t guarantee evaluation or allocation of work. Under no circumstances will APSSDC be held responsible or liable in any way for any claims, damages, losses, expenses, costs or liabilities whatsoever (including, without limitation, any direct or indirect damages for loss of profits, business interruption or loss of information) resulting or arising directly or indirectly by application or non – application to this RFP.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

3

Table of Contents 1. Key Event Details: ......................................................................................................................... 5

2. Inviting Proposals ......................................................................................................................... 6

3. Objective of RFP: .......................................................................................................................... 6

4. Terms of Reference ....................................................................................................................... 7

4.1 About APSSDC ..................................................................................................................... 7

4.2 Introduction to Skill Colleges............................................................................................... 7

4.3 Objectives of Skill Colleges .................................................................................................. 7

4.4 Features of Skill Colleges: .................................................................................................... 7

4.5 Scope of Work ....................................................................................................................... 8

5. Key Professionals ........................................................................................................................ 10

5.1 List of Professionals ............................................................................................................ 10

5.2 Minimum qualifications for the key Professionals ........................................................... 11

6. Project Timelines and Payment Terms ..................................................................................... 11

6.1 Project Timelines & Deliverables ...................................................................................... 11

6.2 Payment Terms ................................................................................................................... 12

7. Opening, Evaluation of the bids and Award of Contract ........................................................ 13

7.1 Opening of Bids ................................................................................................................... 13

7.2 Bid Evaluation Criteria ...................................................................................................... 13

7.3 Evaluation Process .............................................................................................................. 14

7.4 Notification of Award ......................................................................................................... 16

7.5 Conditions for Disqualification .......................................................................................... 16

8. Instructions to the Bidders ......................................................................................................... 17

8.1 General Instructions ........................................................................................................... 17

8.2 Procedure for bid submission ............................................................................................ 18

8.3 Registration with e-Procurement platform ...................................................................... 18

8.4 Digital Certificate Authentication ..................................................................................... 18

8.5 Deactivation of Bidders ...................................................................................................... 18

8.6 e-Corpus Fund ..................................................................................................................... 19

8.7 Submission of Hardcopies .................................................................................................. 19

8.8 Payment of Transaction Fee ............................................................................................... 19

8.9 Tender Document ................................................................................................................ 20

8.10 Bid Submission Acknowledgement .................................................................................... 20

8.11 Number of bids and respondents ....................................................................................... 20

8.12 Bid preparation cost ........................................................................................................... 20

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

4

8.13 Right to accept and reject any or all the bids ................................................................... 20

8.14 Amendment of the RFP ...................................................................................................... 20

8.15 Data identification and collection ...................................................................................... 21

8.16 Language of bids ................................................................................................................. 21

8.17 Pre-Bid Meeting: ................................................................................................................. 21

8.18 Bid Processing Fee: ............................................................................................................. 22

8.19 Earnest Money Deposit (EMD) .......................................................................................... 22

8.20 Performance Security ......................................................................................................... 22

8.21 Evaluation Committee: ....................................................................................................... 22

8.22 Proposal validity period and extension ............................................................................. 23

8.23 Format and signing of bids ................................................................................................. 23

8.24 Late submission ................................................................................................................... 23

8.25 Selection of the Bidder ........................................................................................................ 24

8.26 Confidentiality ..................................................................................................................... 24

8.27 Tests of responsiveness ....................................................................................................... 24

8.28 Clarifications sought by APSSDC ..................................................................................... 24

8.29 Bid evaluation ...................................................................................................................... 25

8.30 Consortium .......................................................................................................................... 25

8.31 Arbitration ........................................................................................................................... 25

8.32 Force Majeure ..................................................................................................................... 25

8.33 Notifications ......................................................................................................................... 26

8.34 How to Apply ....................................................................................................................... 26

Annexure 01: Covering Letter for Technical Bid ............................................................................ 27

Annexure 02: Check List .................................................................................................................... 29

Annexure 03: Authorization Letter ................................................................................................... 30

Annexure 04: Brief Profile of the Bidder: ........................................................................................ 31

Annexure 05: Pre-Qualification Criteria Checklist ......................................................................... 33

Annexure 06: Technical Bid Scoring Criteria .................................................................................. 34

Annexure 07: Format for Past Experience ....................................................................................... 36

Annexure 08: Profiles of the proposed Key Professionals ............................................................... 37

Annexure 09: Turnover Certificate ................................................................................................... 38

Annexure 10: Self-declaration for not being Blacklisted ................................................................. 39

Annexure 11: Commercial Bid Submission Form ........................................................................... 41

Annexure 12: Performa for Bank Guarantee ................................................................................... 43

Annexure 13: Prebid Meeting Link ................................................................................................... 45

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

5

1. Key Event Details: The key event details pertaining to this RFP is as follows:

Item Reference

RFP Title

Request for Proposal (RFP) for selection of Chartered Accountant Firm for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23 Skill Colleges across AP under Andhra Pradesh State Skill Development Corporation (APSSDC)

RFP Reference Number RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002

RFP Issuing Authority Andhra Pradesh State Skill Development Corporation (APSSDC)

RFP Issuing Date Date: 05/08/2021 Mode of Tender release and submission of proposals https://tender.apeprocurement.gov.in

RFP can be downloaded from https://apssdc.in/ https://tender.apeprocurement.gov.in

Evaluation Method Quality cum Cost Based Selection (QCBS) Proposal Fee Rs. 5,000 (Rupees Five Thousand only) non-refundable Earnest Money Deposit (EMD)

Rs. 32,000 (Rupees Thirty-Two Thousand only) refundable

Prebid Meeting Schedule

Date: 09/08/2021 & Time: 11 AM Email for submission of Prebid queries: [email protected] Prebid meeting Link: Please refer Annexure 13

Last date and time for bid submission on e-procurement system

Date: 18/08/2021 & Time: 4:00 PM

Submission of hard copy of only Technical Proposal

Date: 18/08/2021 & Time: 4:00 PM (to be submitted at the ‘APSSDC office address’ mentioned below)

Date, Time for Bid Opening Date: 18/08/2021 & Time: 4:30 PM Date, Time, and Venue for Technical Presentation To be intimated later to the shortlisted bidders

Date, Time, and Venue for Commercial Bid Opening To be intimated later to the shortlisted bidders

Contact Person Details

Name: N. Jitendra Babu Designation: Sr. Technical Executive Mobile No: 7799559488 Email ID: [email protected]

APSSDC office address Managing Director, Andhra Pradesh State Skill Development Corporation (APSSDC), #3rd floor, G&J Infra (Infosight Building), Survey No. 78/2, Near

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

6

Item Reference Pathuru Road Junction, Tadepalli, Guntur District, Andhra Pradesh – 522501

Proposal Validity Period 180 days from the date of bid submission on e-procurement portal

Proposal Language English Proposal Currency Indian Rupees (INR)

Important Note:

All the bidders are requested to remain updated for any notices/amendments/clarifications etc. to the ‘Request for Proposal’ through the website http://apssdc.in/ and https://tender.apeprocurement.gov.in. No separate notifications will be issued for such notices/amendments/clarifications etc. in the print media or individually.

2. Inviting Proposals Andhra Pradesh State Skill Development Corporation (here in after referred to as APSSDC) invites response to this RFP document from the interested and eligible Chartered Accountant Firms (here in after referred to as bidders) for submission of their technical and commercial proposals for preparation of ‘Bankable Detailed Project Reports (DPRs)’ for establishing 23 Skill Colleges across the state of Andhra Pradesh under APSSDC in accordance with the conditions and manner prescribed in this RFP document.

3. Objective of RFP: The Objective of this RFP is to invite proposals/bids from interested and eligible bidders with sound technical and financial capabilities to prepare ‘Bankable Detailed Project Reports’ for establishing 23 Skill Colleges in the identified locations of Andhra Pradesh State.

About the RFP Document

a. This RFP provides information regarding the Project, Scope of Work, Technical requirements, and other related information to the bidder(s).

b. As should be clear from the ‘Scope of Work’ defined under this RFP, APSSDC expects more than a standard proposal in response to this Request for Proposal. In particular, APSSDC seeks a specific proposal responsive to this RFP in every respect and detail, rather than a mere compilation of materials and promotional information used in other transactions.

c. The bidders are expected to examine all instructions, forms, terms, project requirements and other information in the RFP documents. Failure to furnish all information required by the RFP document or submission of a proposal not substantially responsive to the RFP documents in every respect will be at the bidder's risk and may result in rejection of the proposal and forfeiture of the Earnest Money Deposit (EMD).

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

7

4. Terms of Reference 4.1 About APSSDC

Andhra Pradesh State Skill Development Corporations (APSSDC) is one of the biggest ‘Skill Missions’ in India. APSSDC is a nodal agency to promote Skill Development & Entrepreneurship activities in the state and to standardize & monitoring of the skill development activities being implemented by various corporations/departments of Andhra Pradesh. The corporation serves as the ‘Executive Agency’ for the newly formed ‘Department of Skill Development and Training’.

APSSDC will serve the important tasks of providing high quality skilled manpower to the industries through various central funded and state funded skill development activities/programs. APSSDC covers wide range of beneficiaries starting from school students, graduates, post-graduates, unemployed youth, and dropouts for creation of better employment and livelihood opportunities. APSSDC has set out on a mission to meet skilled manpower demands of all Missions and shape AP as the skilled-workforce and knowledge hub for the world.

Apart from the various skill development initiatives/activities, APSSDC has been assigned task of establishment of 23 ‘Skill Colleges’ across the state.

4.2 Introduction to Skill Colleges To standardize & strengthen the skill ecosystem in the State, to create the skilled workforce as per the changing industry demand, to fill the gap between industry-academia, The Honourable Chief Minister of Andhra Pradesh has set a vision to establish Twenty-Five (25) skill colleges one each in every parliamentary constituency (25) and directed APSSDC, Skill Development & Training (SD&T) Department to implement the same for 23 locations.

4.3 Objectives of Skill Colleges The following are the broad objectives of the Skill Colleges but not limited to.

Train the youth in industry relevant skills.

Impart employability and technical skills and will create new learning opportunities to students who pass out from ITI, polytechnic, engineering, degree colleges and provide alternate livelihood skills for dropouts from school and higher education.

Develop strong industry linkages for on-the-job training (OJT) and apprenticeships.

Develop a strong pool of quality teachers/trainers for imparting skill education.

Act as institution that handholds and guides other higher educational institutions in bringing skilling into mainstream education.

4.4 Features of Skill Colleges: The following are the features of the Skill Colleges but not limited to.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

8

Each skill college will be established with state-of-the-art lab facilities, high quality trainers, industry aligned curriculum and content and deep industry engagement.

Each skill college is proposed to have six (6) classrooms, two (2) state of the art labs, one (1) workshop one (1) Start-up centre and rooms required to house administrative and teaching staff.

The skill college is proposed to have a residential capacity of 120 students and an overall training capacity of 1920 students per annum.

The maximum capital expenditure for each skill college is capped at Rs 20 Crs. inclusive of all costs. The capex will be in form of loan from schedule commercial banks.

Each skill college is envisaged to operate in self-sustainable mode.

4.5 Scope of Work The scope of work will encompass the following but not limited to.

The bidder shall

Prepare individual ‘Bankable Detailed Project Reports’ for establishment of all 23 skill colleges in the identified locations across Andhra Pradesh.

Provide end-to-end support to APSSDC in:

o Submitting bankable DPRs to scheduled commercial banks/financial institutions.

o Complying with the requests/suggestions raised by scheduled commercial banks/financial institutions.

o Negotiating with banks for clearance of DPRs submitted for the loan sanctioned for APSSDC for establishment of 23 skill colleges.

The detailed project reports shall consist of the following components but not limited to.

a. Need Identification:

The bidder shall identify and understand the location wise need for skill colleges in the state of Andhra Pradesh.

Bidder shall conduct TEV (Technical Evaluation) of all 23 locations (Demand analysis, Peer competition) and do the feasibility analysis for each location on standalone basis.

The bidder shall also capture the value additions brought into the current skill ecosystem by establishing skill colleges.

The bidder shall evaluate the manpower gaps in the existing industrial ecosystem for each location and suggest the courses that can be implemented in skill colleges which would result in maximum placement opportunities.

b. Developing Self-Sustainability model for skill colleges:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

9

Skill colleges are envisaged to operate in a self-sustainable model (i.e. skill colleges must be able to run its operations without any dependency on the government for funds.).

G.O. Ms. No. 10 issued by Govt. of AP briefly elucidates the operational and other modalities of establishing and implementing the skill colleges. It further emphasises the roles of various stakeholders who shall work towards achieving the self-sustainability of skill colleges.

The bidder shall develop the operational, financial, and governing models for skill colleges in line with the expectation of the Government and GO issued.

The brief contents of GO. Ms. No 10 for reference are as follows:

i. Operating model:

Each skill college is envisaged to have a Knowledge partner, Industry partner and an operational partner.

Knowledge partners are envisaged to support the skill colleges by providing the latest industry aligned curriculum, visiting faculty, joint certification etc.

The bidder shall identify and describe the scope of each knowledge partner for all the locations.

The bidder shall prepare a process map/road map for identification of knowledge partners and establish collaboration with them, within the legal constraints for each skill college.

Industrial partners are envisaged to support the skill colleges by providing assistance in OJT (On the Job Training), joint certifications, active member/chairman of the Internal Management Committee (IMC), Assistance in establishment of labs etc.

The bidder shall prepare a detailed process map/road for identification and collaboration per skill college with special emphasis on the lead.

Operational partners are envisaged to run the operations of the skill college under the supervision of the principal under the pay roll of the government and will an expert in the lead sector pertaining to the respective skill college.

The bidder shall prepare a detailed process involving identification, selection and onboarding of the operating partners.

ii. Governing Model:

Each skill college is envisaged to be governed by IMC (Institute Management Committee).

The bidder shall examine the best practices of IMC implementation across India and shall prepare guidelines/process for the constitution of IMC, roles responsibilities of IMC etc.

iii. Infrastructure and Capital expenditure:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

10

Each skill college is to have six (6) classroom, two (2) state of the art labs, one (1) workshop (additional lab for Start-ups) and space for appurtenant requirements like office room, staff room etc. The skill college is proposed to have a residential capacity of 120 students and an overall training capacity of 1920 students per annum. The maximum capital expenditure for each skill college is capped at Rs 20 Crs inclusive of all costs (building construction, lab equipment, furniture& other utilities etc.). The capex will be in form of loan from schedule commercial banks. Documentation required for submission and sanction of loan from a Schedule Commercial Bank (SCB).

Based on above conditions, the bidder shall conduct a detailed study/research the existing skill models across India, a detailed viable financial model shall be prepared for each skill college.

c. Revenue and operational expenditure:

The bidder shall perform a benchmarking exercise for each skill college and identify revenue and operational expenditure items for all 23 skill colleges.

Revenue model must also contain balance sheet, Cash flow statement, Depreciation schedule of assets, relevant financial ratios like DSCR (Debit Service Cost Ratio), Benefit Cost Ratio (BCR), Return on Investment (RoI), Internal Rate of Return (IRR) etc. as per the latest Indian Accounting Standards and as required by the banks.

The DPR must also contain a term sheet to facilitate negotiation with banks, the terms shall capture the conditions advised by the government and also steps to mitigate all the risks in the proposal.

d. Post Consultation:

The bidder along with the team of Key Professionals who involved in preparation of ‘Bankable Detailed Project Reports’ shall attend meetings as and when scheduled with scheduled commercial banks/financial institutions etc. for discussions on DPRs prepared.

The bidder must also regularly follow-up with the respective banks on the status of the proposal sent until sanction of loan.

5. Key Professionals 5.1 List of Professionals

The bidder shall propose a team comprising of the following experienced key professionals. The bidder shall submit the CVs of key personnel and their proposed deployment plan for approval inconsonance with the scope of services and deliverables. The team shall comprise of:

1. Finance and Tax Advisor 2. Ex Banker 3. Company Secretary 4. Lawyer

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

11

5. Skill Development Expert with economics/finance background.

These are the minimum expertise’s that are felt necessary for the project. The bidder could choose to engage additional key team members as appropriate. APSSDC at its discretion may also ask for replacement of any key professional depending on their performance of work. The bidder shall not remove/transfer any key professional/technical staff proposed in the bidding proposal before prior permission from APSSDC.

5.2 Minimum qualifications for the key Professionals

Key Professional Required Qualification

Length of Professional Experience

Experience on Eligible Assignments

Finance & Tax Advisor

Chartered Accountant (CA) 25 Years

He/She should have led the financial team Specific Assignments, as a Team Leader.

Ex Banker Bachelor’s in law or equivalent 25 Years

Should have worked in the bank as officer in advances portfolio He should have also led the teams.

Company Secretary Company Secretary (CS) 10 Years

Should have sound knowledge in Government related worked and have experience in execution of projects of similar nature

Lawyer Bachelor’s in law 10 Years Should have worked in execution of projects of similar nature

Skill development expert

Bachelor’s in finance/economics/MBA in finance

10 Years

Should have worked in skill ecosystem and experience in skill analysis and preparation of DPRs

6. Project Timelines and Payment Terms 6.1 Project Timelines & Deliverables

Project timelines and deliverables are not necessarily limited to the following and further detailing may be done at the time of signing of contract. The proposed Scope of Work is expected to be completed within Three (3) months period, adhering to below mentioned Timelines & Deliverables:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

12

SN Activity Timelines Deliverable Phase-I: Commencement of the Project

1 Signing of the Agreement

T1 – Date of Signing of the agreement

Phase–II: Detailing the Skills Opportunity Landscape

1

Analysis of demand and supply gap in Andhra Pradesh and identify key academic focus areas for 23 Skill colleges

T2 = T1 + 3 Weeks

Draft report on Need Assessment, Skill development Opportunity Landscape detailing out: Identify and understand the need

for skill colleges in the state of Andhra Pradesh.

Capture the value additions brought into the current skill ecosystem by establishing skill colleges.

Evaluate the manpower gaps in the existing industrial ecosystem of AP.

2

Assessment of various routes to undertake the skills opportunity and identify potential challenges and benefits

T3 = T2 + 4 Weeks

Workshop with senior management to discuss on the way forward possible routes available to tap the skills opportunity and vision for Skill Colleges

Workshop with leading academia in the region to understand the requirements

Phase–III: Operating model design and Business plan proposed for Skill Colleges

1

Formulation of conceptual blueprint and operating model design

T4 = T3+3 weeks

Final report with: Conceptual blueprint and

operating model design for all 23 skill colleges.

Final Report with Business plan and roll-out plan for all 23 skill colleges

2

Business Plan and final Detailed Project Report (DPR) and submission to banks

T5=T4 +2 weeks

6.2 Payment Terms The payment terms & schedule will be linked to following milestones as follows:

SN Deliverables Timelines 1 On signing of the Agreement Nil

2 On approval of preliminary project report (Approach & Methodology of project execution.

15 % of the project cost

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

13

SN Deliverables Timelines

3 Submission of Draft DPRs for all 23 locations and approval of the committee (APSSDC)

25 %of the project cost

4 On approval of Final DPRs for all 23 locations by the committee (APSSDC)

35 %of the project Cost

5 Negotiating with banks and sanction of loan 25% of the project cost

Note:

The detailed penalty clause for “Project Timelines & Deliverables” adherence will/shall be mentioned in the agreement that shall be signed between APSSDC and the successful bidder.

APSSDC, at its discretion, shall have the right to alter the quantities based on the implementation plan. This will be communicated formally to the bidder during the implementation if need arises.

7. Opening, Evaluation of the bids and Award of Contract 7.1 Opening of Bids

The bids shall be opened in the presence of bidder(s) representatives (only one) as per the bid opening schedule and venue mentioned at Section 1.3: Key information.

7.2 Bid Evaluation Criteria

a. Preliminary Examination

The Committee duly appointed by APSSDC shall see the following:

1. The bids are marked as required in the RFP, i.e. Technical and Commercial Bids are enclosed in separate enveloped and marked as given in the RFP.

2. The demand draft for Proposal Fee as indicated in the RFP has been provided.

3. The online payment receipt towards requisite EMD has been provided.

4. Committee will examine the Technical Bids to determine whether they are complete, whether the Bid format conforms to the Bid Document requirements, whether the documents have been properly signed, and whether the Bids are generally in order.

Committee may waive any informality or nonconformity or irregularity in a bid which does not constitute a material deviation according to Committee, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

b. Evaluation Methodology

1. The Evaluation Methodology proposed to be adopted by the Committee will be Quality cum Cost Based Selection (QCBS) method.

2. Technical and Commercial bid will get weightages as under:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

14

SN Proposal Technical bid score weightage

Commercial bid score weightage

1

Request for Proposal (RFP) for selection of Chartered Accountant Firm for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23 Skill Colleges across AP under Andhra Pradesh State Skill Development Corporation (APSSDC)

70% 30%

3. The bid that obtains the Highest Total Score (TS) value will be rated as the Successful Bidder.

c. Clarification

1. When deemed necessary, during the Bid Evaluation process, APSSDC may seek clarifications or ask the bidders to make presentation on any aspect(s) from any or all the bidders. However, that would not entitle the bidder(s) to change or cause any change in the substance of the bid submitted or price quoted.

2. The Commercial Bids of disqualified bidders will be returned unopened on formal written request to APSSDC.

3. Conditional bids will be rejected.

7.3 Evaluation Process

The committee appointed by APSSDC shall carryout the evaluation. The evaluation process shall comprise of the following stages:

Stage 1: Technical Evaluation comprising of Paper Based Evaluation and Presentation Evaluation

Stage 2: Commercial Evaluation Stage 3: QCBS Evaluation

The details of evaluation procedure, under each of the above mentioned 3 stages, are given below:

Stage 1: Technical Evaluation

The committee will evaluate the bidders on each criterion separately and satisfy itself beyond doubt on the bidder’s ability to meet the criteria.

The bidders who meet the minimum qualification criteria defined at Annexure 5: Pre-Qualification Criteria Checklist in this RFP, will be qualified and eligible for further bid evaluation.

The Bidders who do not qualify minimum qualification criteria defined at Annexure 5: Pre-Qualification Criteria Checklist in this RFP will not be considered for any further processing. The EMD money in respect of such

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

15

Bidders will be returned within 1 month on declaration of Successful Bidder without any accrued interest on it. APSSDC, therefore, requests that only those Bidders who are sure of meeting all the eligibility criteria, respond to this RFP process.

The Committee will assess the documents of the bidders followed by Technical Presentation and allot scores as defined at Annexure 6: Technical Bid Scoring Criteria in this RFP. Minimum 70 marks are required for considering the bid for next round of evaluation, i.e., Commercial Bid evaluation. Only, the bidders who secures 70 marks and above, will be shortlisted for next round of evaluation i.e., Commercial Evaluation.

Stage 2: Commercial Evaluation

The commercial bids of only the Technically Qualified Bidders of Stage 1 shall be opened and considered for further evaluation.

The Commercial Bids of only Technically Qualified Bidders will be opened by the Committee in the presence of bidders’ representatives (only one) who choose to attend the Commercial Bid opening on date and time to be communicated to all the Technically Qualified Bidders. The bidder’s representatives who are present shall sign a register evidencing their attendance. Name of the bidder and bid prices etc. shall be announced at the meeting.

It is mandatory for the bidders to submit total quoted price inclusive of all charges and GST as applicable, for the services duly filled in the format provided at Annexure 11 in this RFP.

The Commercial Bids shall be evaluated by APSSDC for completeness and accuracy. Arithmetical errors will be rectified on the following basis.

o If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected.

o If there is a discrepancy between words and figures the amount in words shall prevail.

Based on the Evaluation Criteria mentioned in the following clause, a Commercial Bid Score (SC) in percentage shall be assigned to each Bid.

Commercial Bid Score (SC) in percentage for each bid shall be computed as follows: SC = 100% x (FL/ F); Where:

o F is the Total Bid Price quoted in the bid under consideration

o FL is the value of lowest Commercial Bid

Stage 3: QCBS Evaluation

As stated above, the Evaluation Methodology proposed to be adopted by APSSDC will be Quality cum Cost Based System (QCBS) method of evaluation where Technical Bid Score will get a weightage of 70% (denoted by T) and Commercial Bid Score a weightage of 30% (denoted by C).

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

16

Description of variables used:

o ST is the Technical Score for each Bid as calculated out of 100% o SC is Total Commercial Score (normalized) for each Bid

Bids will be ranked according to their combined Technical Score ST and Commercial Score SC using the weights (T = the weight given to the Technical Bid; C = the weight given to the Commercial Bid; T + C = 100%):

Total Score (TS) for each Bid shall be computed as follows:

TS = ST x T% + SC x C%

Highest Total Score basis: The Bid, that obtains the Highest Total Score (TS) value, will be marked and H-1 followed by the bids securing lesser marks as H-2, H-3 etc. H-1 will be announced as successful bidder and contract will be awarded to H-1.

In the event of a ‘tie’ in the final scores, the bidders who secure highest financial score among the tied bidders will be adjudicated as the successful bidder for award of the project.

The bidder with second highest financial score shall be kept in reserve and may be invited for discussion in case the first-ranked bidder withdraws, or fails to comply with the requirements specified, as the case may be.

In case H-1 backs out, the H-1shall be blacklisted from participating in any future bidding of APSSDC projects and are liable for legal action by APSSDC. In such case, APSSDC may invite H-2 bidder firm for offering services as mentioned in ‘Scope of work & Deliverables’.

APSSDC, however reserves the right to restrict the list of such qualified bidders to any number deemed suitable by it.

7.4 Notification of Award

a. Notification to Bidder Prior to the expiry of the Bid validity period, APSSDC will notify the successful Bidder in writing or email, to be confirmed in writing by Letter of Intent (LOI), that its proposal has been accepted. The notification of award will constitute the formation of the Agreement.

b. Signing of Agreement The selected Bidder shall enter into agreement with APSSDC by signing a contract, incorporating all the terms and conditions, deliverables, responsibilities, payment schedules, project schedule etc.

7.5 Conditions for Disqualification

Even though the bidder may satisfy the eligibility criteria mentioned in this RFP, the same would be liable to disqualification if it has:

Made misleading or false representation or has deliberately suppressed the information in the forms, statements and enclosures submitted against the “Eligibility Criteria”.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

17

Record of poor performance such as abandoning work, not properly completing contract, or financial failures/weakness etc.

The bidder should not be under liquidation, court receivership or similar proceedings and should not be or have been subject to any disciplinary action by any professional body or Hon’ble Court in India or abroad. Suppression of such information may result in disqualification of the applicant.

8. Instructions to the Bidders 8.1 General Instructions

• The RFP document can be downloaded from https://tender.apeprocurement.gov.in. Scanned copy of the demand draft (DD) for Rs. 5,000 (Rupees Five Thousand only) towards bid processing fee (non-refundable) shall be uploaded towards cost of bid processing fee along with the proposal (Technical Proposal), failing which the bid will be disqualified. Also, an amount of Rs. 32,000 (Rupees Thirty-Two Thousand only) towards Earnest Money Deposit (EMD - refundable) shall be paid online in eProcurement portal prior to uploading the technical bid.

• The bid shall be submitted within the date prescribed at ‘Key Event Details’ through e-Procurement platform (online). Any extension in bid submission date may be communicated through an official Corrigendum on the e-procurement system.

• APSSDC will not be responsible for any costs or expenses incurred by firm in connection with the preparation or delivery of bids.

• In the event of date being declared as a closed holiday, the date for submission of bids and opening of bids will be the following working day at the appointed time.

• The bid document shall be signed by the Authorized signatory of the Bidder on all pages with official seal.

• The bidders are expected to examine all instructions, forms, terms specifications etc. in the RFP documents. Failure to furnish all information as stipulated in the RFP or submission of a bid not in compliance to the bidding documents will be at the bidder’s risk and may result in rejection of its bid.

• The bidders, or their authorized representatives alone, will be allowed to participate in the opening of the bid.

• The bidder shall not assign or sublet any part of their work without prior written permission of APSSDC.

• The bidder shall carry out the work as detailed in the schedule accompanying RFP notification &documents.

• If the bidder fails to comply with the requirements of the schedule/contract agreement, APSSDC has the right to terminate the contract with a prior notice of one month and after recovery of the amounts that are due from the bidder towards APSSDC.

• The bidder of only those bids who fulfil the terms & conditions of this RFP will be considered for evaluation. The bidder will undergo evaluation at every stage of

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

18

processing and any bidder found at any stage, not in conformity with the stipulated tender conditions including specification/found to be having defective and incomplete documents will be rejected.

8.2 Procedure for bid submission

• The bidders shall submit their response through e-Procurement platform at https://tender.apeprocurement.gov.in or http://www.apeprocurement.gov.in/ by following the procedure given below.

• The bidders would be required to register on the e-procurement marketplace http://www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their bids online.

• The bidders shall submit their eligibility and qualification details, Technical bid in the online as per standard formats displayed in e-Procurement website.

• The bidders shall upload the scanned copies of all the relevant certificates, documents, etc. in support of their eligibility criteria/technical bids and other certificates/documents in the e-Procurement website.

• The bidders shall sign on the statements, documents, certificates, uploaded by them, owning responsibility for their correctness/authenticity.

• The bidders shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the Tender Notice and Bid Document.

8.3 Registration with e-Procurement platform For registration and online bid submission, Bidders may contact HELP DESK of M/s. Vupadhi Techno Services Private Limited or https://tender.apeprocurement.gov.in. (Phone No: 08645-246370/ 71/ 72/ 73/ 74).

8.4 Digital Certificate Authentication The Bidders shall authenticate the bid with their Digital Certificates for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the bidders will not be accepted on the e-Procurement platform.

8.5 Deactivation of Bidders If any Selected bidder fails to submit the original Hard Copies of uploaded certificates/ Documents, Online Payment Receipt towards Processing fee, EMD within the stipulated time or if any variation is noticed between the uploaded documents and the hard copies submitted by the bidder, the selected bidder will be suspended from participating in the tenders on Andhra Pradesh e-Procurement platform for a period of 3 years. The e-Procurement system would deactivate the user ID of such defaulting selected bidder based on the trigger/recommendation by APSSDC in the system. Besides this, APSSDC shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the tender process.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

19

8.6 e-Corpus Fund The successful bidder(s) shall pay 0.04% of ECV (estimated contract value) with a cap of Rs.10,000/- (Rupees ten thousand only) for all works with ECV up to Rs.50 crores, and Rs.25,000/- (Rupees twenty five thousand only) for works with ECV above Rs.50 crores before entering into agreement /issue of purchase orders, towards e-Corpus fund. It is recommended to pay the e-Corpus fund through online payment mode in eprocurement portal.

8.7 Submission of Hardcopies

• The scanned copy of demand draft (DD) towards bid processing fee shall be uploaded along with the bid through eProcurement platform online.

• The bidders are requested to submit one (1) copy of original technical proposal along with original demand draft (DD) towards bid processing fee and receipt of online payment towards EMD to APSSDC as per the date and time prescribed at ‘Key Event Details’ section.

• Technical bid shall be prepared as per the formats mentioned from Annexure 01 to 11 with all necessary and relevant supporting documents as mentioned in the RFP. These documents along with original demand draft (DD) towards bid processing fee and receipt of online payment towards EMD shall be kept in sealed cover with superscriptions as “Technical Bid - Request for Proposal (RFP) for selection of Chartered Accountant Firm for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23 Skill Colleges across AP under Andhra Pradesh State Skill Development Corporation (APSSDC)”.

• APSSDC will consider only the bids submitted online along with respective hardcopy of the technical bid duly submitted. In case of any difference between the online submitted bid document and the hard copy proposal submitted, APSSDC will consider the bids submitted online over the hard copies of the bids.

• APSSDC shall not take any responsibility for any delay or non-receipt of the bids. If any of the documents furnished by the bidders are found to be false/fabricated/ bogus, such bidders are liable for blacklisting, forfeiture of EMD.

• The bidders are requested to get a confirmed acknowledgement from APSSDC as a proof of submission of hard copies to avoid any discrepancy.

• Only the Technical proposal is to be submitted in hard copy. Commercial bid in hard copy should NOT be submitted. Any such hard copy submission accompanied by a financial proposal will be rejected.

8.8 Payment of Transaction Fee It is mandatory for all the participating bidders to electronically pay a prescribed non-refundable transaction fee to the M/s. APTS, the service provider through "Payment Gateway Service on e-Procurement platform", as per the Government Orders placed on the e-procurement website.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

20

8.9 Tender Document The Bidders are requested to download the RFP document and read all the terms and conditions mentioned in the RFP document and seek clarification, if any, from APSSDC. The bidders have to keep track of any changes by viewing the addendum/ corrigendum issued by APSSDC from time-to-time, on e-Procurement platform. The Department calling for Tenders shall not be responsible for any claims/problems arising out of this.

8.10 Bid Submission Acknowledgement The bidders shall complete all the processes and steps required for bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the bidders. Bidders may also note that the bids for which an acknowledgement is not generated by the e-Procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to APSSDC for processing the bids. APSSDC and APTS will not be responsible for incomplete bid submission by users.

8.11 Number of bids and respondents

• No Bidder shall submit more than one (1) bid, in response to this RFP

• Sub-contracting is not allowed under this RFP

8.12 Bid preparation cost

• The bidders shall bear all the costs associated with the preparation and submission of the bid. APSSDC will not be responsible and liable for any costs, regardless of the conduct or outcome of the bid process.

• All papers submitted with the bid are neither returnable nor claimable.

8.13 Right to accept and reject any or all the bids

• Notwithstanding anything contained in this RFP, APSSDC reserves the right to accept or reject any bid and to annul the bidding process and reject all the bids, at any time without any liability or any obligation for such acceptance, rejection or annulment, without assigning any reason.

• APSSDC reserves the right to reject any bid if:

o At any time, a material misrepresentation is made or discovered, or

o The bidder/s do/does not respond promptly and diligently to requests for information required for the evaluation of bids, or

o The bidder does not adhere to the formats provided in the Annexures to the RFP while furnishing the required information/details.

8.14 Amendment of the RFP At any time prior to the bid submission date, APSSDC, for any reason, whether at its own initiative or in response to a clarification requested by eligible Bidder/s, may modify the RFP by issuance of an addendum. Such amendments shall be uploaded on the e- procurement website http://www.apeprocurement.gov.in and APSSDC web site

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

21

https://apssdc.in/ through a corrigendum and form an integral part of the e-bid/RFP document. The relevant clauses of the e-bid/RFP document shall be treated as amended accordingly. It shall be the sole responsibility of the prospective bidder to check the above-mentioned websites from time to time for any amendment in the RFP document/s. In case of failure by the bidder to get the amendments, if any, the APSSDC shall not be responsible for it.

In order to provide the bidders a reasonable time to examine the addendum, or for any other reason, APSSDC may, at its own discretion, extend the bid submission date.

8.15 Data identification and collection

• It is desirable that the bidders submit their bid after verifying the availability of the data, information and/or any other matter considered relevant. It would be deemed that by submitting the bid, the bidder has:

o made a complete and careful examination and accepted the RFP in totality;

o received all relevant information requested from APSSDC and:

o made a complete and careful examination of the various aspects of the Scope of Work.

• APSSDC shall not be liable for any mistake or error on the part of the bidder in respect of the above.

• In case the bidder seeks any queries, they shall send letter or e-mail to the correspondence address given at ‘Section 1 - The Key Event Details’ prior to the last date for submission of queries mentioned in the ‘Section 1 - The Key Event Details’.

8.16 Language of bids The bid and all related correspondence and documents should be written in the English language. Supporting documents and printed literature furnished by the bidders with the bid may be in any other language provided that they are accompanied by appropriate translations of the pertinent passages in the English language. Supporting materials, which are not translated into English, may not be considered for evaluation. For the purpose of interpretation and evaluation of the bid, the English language translation shall prevail.

8.17 Pre-Bid Meeting: The Interested and eligible bidders are recommended to attend the Pre-Bid meeting. The Technical Committee of APSSDC will explain the scope of work and terms and conditions etc. This will be followed by discussion from both the sides to fine tune the requirements.

Based on the discussion held in the pre-bid meeting, suggestions received, the Technical Committee may amend/modify/change the scope of work or any other conditions which includes the details given in the RFP. These amendments (if any) will be published in https://apssdc.in/ and https://tender.apeprocurement.gov.in.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

22

Note: The schedule and venue of the Pre-Bid meeting is mentioned under Key Information section.

8.18 Bid Processing Fee:

• The bidder shall pay a non-refundable bid processing fee of Rs. 5,000 (Rupees Five Thousand only) in the form of demand draft (DD) Payable to Andhra Pradesh State Skill Development Corporation’ payable at Vijayawada, drawn on any scheduled commercial bank along with the technical bid (hardcopy).

• Bids received without bid processing fee shall be summarily rejected.

8.19 Earnest Money Deposit (EMD)

• The bidder shall pay a refundable Earnest Money Deposit (EMD) of Rs. 32,000 (Rupees Thirty-Two Thousand only) online in eProcurement portal prior to uploading the technical bid.

• Bids received without EMD shall be summarily rejected.

• EMD of all unsuccessful bidders would be refunded by APSSDC within one month from the announcement of successful bidder without any accrued interest on it.

• EMD of the successful Bidder shall be retuned post submission of Performance Security within 15 days from the date of issuance of LOI/work order.

• The EMD may be forfeited, if a bidder withdraws or amends or impairs or derogates its bid during the period of bid validity.

• Termination of contract due to breach of any of the terms and condition of the agreement will entail forfeiture of EMD.

8.20 Performance Security

• The successful bidder shall submit performance security of worth 3% of the total contract value agreed/signed between successful bidder and APSSDC within 15 days from the date of Letter of Acceptance/Work Order issued by APSSDC.

• The performance security shall in the form of bank guarantee from a scheduled commercial bank as per ‘Annexure 12. and should remain valid for a period of sixty (60) days beyond the date of completion of all contractual obligations of the agreement including warranty obligations

8.21 Evaluation Committee:

• APSSDC will constitute an Evaluation Committee to evaluate the bids/proposals submitted by the bidders.

• The Evaluation Committee shall evaluate the bids/proposals and all supporting documents received in response to the RFP.

• The decision of the Evaluation Committee in the evaluation of bids/proposals received in response to this RFP shall be final. No correspondence will be entertained outside the process of negotiation/ discussion with the Committee.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

23

• The Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their proposals.

• The Evaluation Committee reserves the right to reject any or all proposals on the basis of any deviations.

8.22 Proposal validity period and extension

• Bids shall remain valid for a period of One Hundred and Eighty (180) days from the bid submission date ("Proposal Validity Period") and APSSDC may solicit the bidder’s consent for extension of the period of validity, if required. APSSDC reserves the right to reject any bid, which does not meet this requirement.

• In exceptional circumstances, prior to expiry of the original Proposal Validity Period, APSSDC may request bidders to extend the validity period for specified additional period. Bidders, who may not extend the validity period, will deem to have withdrawn their bid at the expiry of validity period.

8.23 Format and signing of bids

• The bidders shall prepare electronic copies of the e-bid/proposal.

• Bidders should provide all the information as per the RFP and in the specified formats. APSSDC reserves the right to reject any bid that is not in the specified formats.

• The e-Bid document shall be digitally signed, at the time of uploading, by the bidder or a person or persons duly authorized to bind the bidder to the contract. The authorization letter shall be indicated by a scanned copy of written Power of Attorney accompanying the e-bid. All the pages/documents of the e-bid that are to be uploaded shall be digitally signed by the person authorized to sign the e-bid.

• In case the bidders intend to provide additional information for which specified space in the given format is not sufficient, it can be furnished in duly stamped and signed PDFs.

8.24 Late submission

• The server time indicated in the bid management window on the e- procurement website http://www.apeprocurement.gov.in will be the time by which the e-bid/ proposal submission activity will be allowed till the permissible date and time scheduled in the e-tender.

• Once the e-bid/proposal submission date and time is over, the bidder cannot submit their e-bid/proposal.

• The bidders are advised to start the bid submission well in advance so that the submission process passes off smoothly.

• The bidders will only be held responsible if his/her e-bid/proposal is not submitted in time due to any of his/her problems/faults, for whatsoever reason, during the e-bid/proposal submission process.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

24

8.25 Selection of the Bidder

• From bid opening to the time the contract is awarded, if any Bidder wishes to contact the APSSDC, on any matter related to their bid, they should do so in writing.

• Any effort by the bidders to influence any officer or bearer of the APSSDC in the bid evaluation or contract award decisions may result in the rejection of the bidder’s bid.

8.26 Confidentiality

• Information relating to the examination, clarification, evaluation, and recommendation for the short-listed bidder shall not be disclosed to any person not officially concerned with the process.

• After opening of the e-bids/proposals, no information relating to the examination, clarification, evaluation and comparison of e- bids/proposals and recommendations concerning the award of contract shall be disclosed to bidders or their representatives, if any. Any effort by the bidder to exert undue or unfair influence in the process of examination, clarification, evaluation, and comparison of bid/s shall result in outright rejection of the offer, made by the said bidder.

8.27 Tests of responsiveness

• Prior to the evaluation of the bids, APSSDC will determine whether each bid is responsive to the requirements of the RFP. A bid shall be considered responsive if:

o It is received or deemed to be received by the due date and time including any extension thereof.

o It is signed, sealed, and marked as stipulated.

o It contains all information as desired in this RFP.

o Information is provided as per the formats specified in the RFP.

o It mentions the validity period as set out.

o Bids are accompanied with bid processing fee (non-refundable) in the form of demand draft (DD) and EMD amount in the form of online payment on eProcurement portal.

• APSSDC reserves the right to reject any bid which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by APSSDC in respect of such bid.

8.28 Clarifications sought by APSSDC To assist in the process of evaluation of bids, APSSDC may, at its sole discretion, ask any bidder for clarification on its bid. The request for clarification and the response shall be in writing. No change in the substance of the bid would be permitted by way of such clarifications.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

25

8.29 Bid evaluation Submissions from bidders would first be checked for responsiveness as set out. All bids found to be substantially responsive shall be evaluated as per the Evaluation Criteria set out in this RFP.

8.30 Consortium Consortium is not allowed.

8.31 Arbitration For the purpose of this RFP, any legal discrepancy (if any) shall be under the jurisdiction of the court of Vijayawada, Andhra Pradesh.

8.32 Force Majeure Definition:

a. For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Party, is not foreseeable, is unavoidable and not brought about by or at the instance of the Party claiming to be affected by such events and which has caused the non-performance or delay in performance, and which makes a Party’s performance of its obligations hereunder impossible or so impractical as reasonably to be considered impossible in the circumstances, and includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other extreme adverse weather conditions, strikes, lockouts or other industrial action (except where such strikes, lockouts or other industrial action are within the power of the Party invoking Force Majeure to prevent), confiscation or any other action by Government Agencies.

b. Force Majeure shall not include:

o Any event which is caused by the negligence or intentional action of a Party or by or of such Party’s Sub-Consultants or Employees or Employees, or

o Any event which a diligent Party could reasonably have been expected both to take into account at the time of the conclusion of this Contract and avoid or overcome in the carrying out of its obligations hereunder.

c. Force Majeure shall not include insufficiency of funds or inability to make any payment required hereunder.

No Breach of Contract:

a. The failure of a Party to fulfil any of its obligations hereunder shall not be considered to be a breach of, or default under, this Contract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event has taken all reasonable precautions, due care and reasonable alternative measures, all with the objective of carrying out the terms and conditions of this Contract.

Measures to be taken:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

26

a. A Party affected by an event of Force Majeure shall continue to perform its obligations under the Contract as far as is reasonably practical and shall take all reasonable measures to minimize the consequences of any event of Force Majeure.

b. A Party affected by an event of Force Majeure shall notify the other Party of such event as soon as possible, and in any case not later than fourteen (14) days following the occurrence of such event, providing evidence of the nature and cause of such event, and shall similarly give written notice of the restoration of normal conditions as soon as possible.

c. Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.

d. During the period of their inability to perform the Services as a result of an event of Force Majeure, the Bidder, upon instructions by APSSDC, shall either:

o demobilize; or

o continue with the Services to the extent possible, in which case they shall continue to be paid proportionately and on pro rate basis, under the terms of this Contract.

e. In the case of disagreement between the Parties as to the existence or extent of Force Majeure, the matter shall be settled according to Clause 8.29.

8.33 Notifications APSSDC will notify the successful bidder through LOI/Email.

8.34 How to Apply

• Visit http://www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in to download e- Procurement notification.

• Read the complete document carefully

• The system will generate an acknowledgement with a unique offer submission number on successful completion of the above process.

• For any help or technical support on e-Procurement, bidders may contact M/s Vupadhi Techno Services Private Limited over phone or in person or their helpdesk at:

e-Procurement Help Desk M/s. Vupadhi Techno Services Pvt. Ltd. Flat No: 407, Sreeram'sSneha Avenue, Near Aravinda School, Kunchanapalli, Tadepalli (M), Guntur (Dist) 522501, Andhra Pradesh, Phone No:08645-246370/71/72/73/74

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

27

Annexure 01: Covering Letter for Technical Bid [to be submitted on the letterhead of the bidder]

Location: Date: To, The Managing Director, Andhra Pradesh State Skill Development Corporation (APSSDC), #3rd floor, G&J Infra (Infosight Building), Survey No. 78/2, Near Pathuru Road Junction, Tadepalli, Guntur District, Andhra Pradesh – 522501.

RFP Ref No: RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002

Sir,

Having examined the RFP document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the services as required and outlined in the RFP for ‘Selection of Chartered Accountant Firm for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23 Skill Colleges across AP under Andhra Pradesh State Skill Development Corporation (APSSDC)’.

1. Each page of the Technical and Commercial Bid has been signed by the Authorized Signatory.

2. We do hereby undertake, that, in the event of acceptance of our bid, the services shall be provided as stipulated in the RFP document and that we shall perform all the incidental services.

3. We agree to abide by our offer for a period of 180 days from date of submission of bid.

4. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract applicable to the bid and we do hereby undertake to provide services as per terms and conditions mentioned in the RFP.

5. Payment of Rs. 5,000 (Rupees Five Thousand only) non-refundable against bid processing fee in the form of a demand draft (DD) is enclosed in a separate sealed Cover details of which are given below:

DD Number…………………………………………

Bank………………………………………

6. EMD for an amount equal to Rs. 32,000 (Rupees Thirty-Two Thousand only) has been paid online through eProcurement portal

7. The information contained in this Bid or any part thereof, including its exhibits, schedules, and other document(s) delivered or to be delivered to APSSDC, is true, accurate, and complete.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

28

8. It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection.

Yours sincerely,

Name of Signatory:

Signature:

Designation:

Contact number:

Email:

Name and address of firm with Seal/Stamp of bidder:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

29

Annexure 02: Check List

SN Document Type Submitted (Yes/No) Page No.

1 Covering Letter for Request for Proposal (RFP)

Bid Processing Fee (Demand Draft)

Earnest Money Deposit (EMD) Payment Receipt

2 Authorization Letter

3 Brief Profile of the Bidder

4 Pre-Qualification Criteria Checklist

5

Past Experience details along with relevant appointment /Contract Agreement /client completion certificate from the client that confirms all the required points are attached

6 Profiles of the proposed Key Professionals

7 Turnover and Net Profit Certificate along with copies of Balance Sheet and P&L Statement are attached

8 Self-declaration for not being Backlisted

9 Covering Letter for Commercial Bid

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

30

Annexure 03: Authorization Letter [to be submitted on the letterhead of the bidder]

Location: Date: To, The Managing Director, Andhra Pradesh State Skill Development Corporation (APSSDC), #3rd floor, G&J Infra (Infosight Building), Survey No. 78/2, Near Pathuru Road Junction, Tadepalli, Guntur District, Andhra Pradesh – 522501.

Subject: Authorization Letter

RFP Ref No: RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002

Dear Sir,

Mr./Ms. _____________________________ (Name and designation of the signatory), whose signature is appended below, is authorized to sign and submit the bid documents on our behalf against said notice for RFP.

We hereby submit our willingness to get shortlisted for our participation in the process for ‘Selection of Chartered Accountant Firm for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23 Skill Colleges across AP under Andhra Pradesh State Skill Development Corporation (APSSDC)’ against the said RFP.

We understand that APSSDC reserves the right to reject the submission, without assigning any reason.

Specimen Signature: The undersigned is authorized to issue such authorization on behalf of us. For M/s. _________________________ (Name of the applicant) Signature and company seal Name Designation Email Mobile No.

Note: Wherever applicable, a copy of Board Resolution/Power of Attorney may please be attached.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

31

Annexure 04: Brief Profile of the Bidder: (This letter should be on the letterhead of the bidder duly signed by an authorized signatory)

Please provide the information as per below table along with necessary documents.

Details of the Bidder

SN Item Remarks

1 Name of the Applicant

2 Head Office Address

3 Address for Communication

4 Status of the firm (Firm / LLP )

5 Details of Incorporation/Registration of the firm Date:

Reg. #

6 Details of Commencement of Profession Date:

Reg. #

7 GST Registration no.

8 Permanent Account Number (PAN)

9 Name & Designation of the contact person to whom all references shall be made regarding this RFP

10 Telephone No. (with STD Code)

11 Mobile Number & Email of the contact person:

12 Website of the company:

13

About Organization: Provide a brief description of the background and organization of your firm/entity. The brief description should include ownership details, date, and place of incorporation of the firm, objectives of the firm etc.

Declaration:

I/We confirm that we will abide by all the Terms and Conditions contained in the RFP.

I/We hereby unconditionally accept that APSSDC can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of bidders.

All the details mentioned by us are true and correct and if APSSDC observes any misrepresentation of facts on any matter at any stage, APSSDC has the absolute right to reject the proposal and disqualify us from the selection process.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

32

I/We confirm that this response, for the purpose of short-listing, is valid for a period of 180 days, from the date of expiry of the last date for submission of response to RFP.

We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that APSSDC will have the right to disqualify us in case of any such deviations.

Place:

Date:

Yours sincerely,

Name of Signatory:

Signature:

Designation:

Contact number:

Email:

Name and address of firm with Seal/Stamp of bidder:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

33

Annexure 05: Pre-Qualification Criteria Checklist

SN Criteria Documents Required Page No.

1 The bidder should be a Chartered Accountant Firm and in existence for at least 25 years

Copy of certificate of registration/ Constitution certificate from ICAI

2 The bidder should have a head office/or branch office in Andhra Pradesh

Self-declaration with necessary supporting documents

3 The bidder should have minimum of 7 Partners & 4 Partners exclusively working for the firm as on bid publishing date.

Self-declaration with necessary supporting documents

4

The bidder must have at least 15 full-time professional staff as on bid publishing date. "Professional Staff" means full-time staff with minimum qualification of Chartered Accountant, CA Final, M.Com., or Ex bank officials of officer cadre on the payroll of the bidder.

Certificate by the HR / Partner on company’s letter head with the bidder’s seal and stamp

5

The bidder must have minimum average annual turnover of Rs. 50 Lakhs in last three (3) years FY, 2018-19, 2019-20, 2020-21 from the Indian operations for consulting/similar services.

Annexure 9 along with audited balance sheets and profit & loss statements

6 The bidder must have positive net worth for any two (2) years in last three (3) financial years i.e., FY, 2018-19, 2019-20, 2020-21

Annexure 9 along with audited balance sheets and profit & loss statements

7

The bidder must have taken up at least 10 assignments/ Audits or has been associated with AP state Government organisations or departments to assess the acquaintance with AP Government and 1 among those shall be in the field of Education or Skill Development

Annexure 7 along with relevant Appointments/ work orders/ agreements/ Project completion letters

8 The bidder must have a valid PAN, GST certificate

Copy of the PAN and GST certificate

9 The bidder should not have been blacklisted by any Government or PSU enterprise in India as on bid publishing date.

Self-Declaration as per Annexure 9 certified by authorized signatory of the bidder

Note: Bids satisfying the above-mentioned criteria will only be considered for further processing. In absence of the proof of supporting document the bid will not be considered, (which are mandatory requirements).

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

34

Annexure 06: Technical Bid Scoring Criteria The evaluation will be done on whether the bidder’s proposed solution meets APSSDC need as outlined in the RFP. The evaluation criteria and corresponding maximum score are as below:

SN Evaluation Criteria Documents Required

Maximum Score

1. Marking Criteria for Paper Based Evaluation A Past Experience 40 Marks

1

The bidder must have successfully completed the assignments/ Audits or associated with AP state Government organisations or departments and 1 among those shall be in the field of Education or Skill Development More than 10 Assignments: 15 Marks Min. 5 to 10 Assignments: 07 Marks Min. 1 to 5 Assignments: 03 Marks

Annexure 7 along with relevant Appointments/work orders/agreements/ completion letters

15 Marks

2

Experience of assignment or Audit of Educational related Govt departments or organisations with Turnover of 150 Crores during last 12 years More than 5 Assignments: 10 Marks Min. 3 to 5 Assignments: 07 Marks Min. 1 to 2 Assignments: 05 Marks

Annexure 7 along with relevant work orders/agreements/ completion Letters

10 Marks

3 Firm Standing in terms of number of Years More than 30 years: 15 Marks Min. 25 to 30 Years: 10 Marks

Annexure 7 along with relevant work orders/agreements/ LoI/Project completion certificates

15 Marks

B Financial Capability 15 Marks

1

Average annual turnover of the company in last three (3) financial years, i.e. FY 2017-18, 2018-19, 2019-20 More than 2 Crs: 15 Marks Min. 1 Crs to 2 Crs: 10 Marks Min. 50 Lakhs to 1 Crs: 05 Marks

As per Annexure 09 15 Marks

C Strength of Key Professionals 15 Marks

1

The proposed Partner should have 25 years of overall experience and have led the firm as Partner as a Team Leader. More than 30 years of experience as

Partner: 8 Marks Min. 20 to 30 years of experience as

partner: 4 Marks Min. 10 to 20 years of experience as

partner: 2 Marks

As per Annexure 08 08 Marks

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

35

SN Evaluation Criteria Documents Required

Maximum Score

2

Strength of the Ex Bankers with the firm More than 5 Ex Bankers: 7 Marks Min 3 to 5 Ex Bankers: 3 Marks Min 1 to 2 Ex Bankers: 1 Marks

As per Annexure 08 07 Marks

2. Marking Criteria for Presentation Based Evaluation

D Approach, Methodology, Work/Execution plan, IT Tool & Innovation 30 Marks

1 Presentation by the bidder highlighting their understanding of the project, Approach & Methodology based on scope of work, proposed solution, work plan including staff deployment plan etc.

30 Marks

A+B+ C+D Total 100 Marks

Note: Supporting documents/documentary proof/Self-declared certificate to be submitted by bidder for point A, B, and C wherever applicable.

All supporting documents related to technical scoring should be submitted with the proposal. APSSDC reserves the right to award zero marks in case sufficient supporting documents are not provided without asking for any clarifications.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

36

Annexure 07: Format for Past Experience [to be submitted on the letterhead of the bidder]

Bidders to use this format for demonstrating, their experience with AP government assignments /Audits. Use separate formats for individual experience.

Reference page numbers in the bid From page: To page: Assignment Name: Name of the client: Approx. value of the contract: Total no. of staff months of the assignments:

Duration of the assignment (in months)

Narrative description of the project: 1. Description of actual services provided by you with in the assignment 2. Details about the primary research methods used:

a. Approach & Methodology including primary and secondary 3. Any innovative approach used in the project

Note: For each assignment, the bidder shall attach the supporting work orders/ agreements/completion Letters.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

37

Annexure 08: Profiles of the proposed Key Professionals Bidders to use this format for providing profile of the proposed key professionals to be deployed for the project

Photo

Name

Position:

Date of Birth

Education

Employment Record

From To Company Position Held

Brief Profile Countries of Work Experience

Languages

Language Read Write Speak

Work Undertaken that Best Illustrates Capability to Handle the Task Assigned Nature of Work: Year: Location: Company: Position Held: Main features: Certification I certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged. Additionally, I also certify that I shall be available for the entire duration of the contract. Signature of staff member Day/Month/Year

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

38

Annexure 09: Turnover Certificate [declaration by Chartered Accountant on Letterhead with his/her Signature and Seal]

To whomsoever it may concern

On the basis of audited financial statements, we hereby certify that ………………… (Name of Agency) having registered office at ……………(Office address) has an average annual turnover of ……………………………… during last three (3) financial years i.e. FY 2018-19, 2019-20, and 2020-21. The details of annual revenue are mentioned below:

SN Financial Year Annual Revenue of the firm (in INR)

Net worth of the firm (in INR)

1 FY 2018-19

2 FY 2019-20

3 FY 2020-21

Copies of Balance Sheets and P&L Statement are attached

(Chartered Accountant):

Signature

Name

Registration No

Contact No.

Date

Seal

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

39

Annexure 10: Self-declaration for not being Blacklisted [to be submitted on the letterhead of the bidder]

Location: Date: To, The Managing Director, Andhra Pradesh State Skill Development Corporation (APSSDC), #3rd floor, G&J Infra (Infosight Building), Survey No. 78/2, Near Pathuru Road Junction, Tadepalli, Guntur District, Andhra Pradesh – 522501. 1. In reference to the RFP Ref No: RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002

dated _________________ as a representative(s) of____________________ (name of the bidder’s firm), I/We hereby declare that our firm _______________________ is having unblemished past record and was not declared blacklisted or alleged or ineligible to participate for bidding till the time of submission of response to this RFP by any State/Central Govt. or PSU or any investigating firm/statutory authority due to unsatisfactory performance, breach of general or specific instructions, corrupt/fraudulent or any other unethical business practices.

2. I/We hereby declare that our firm is in compliance with all Laws, Rules, Regulations, Bye-Laws, Guidelines, Notifications etc. issued by Institute of Chartered Accountants of India (ICAI) from time to time.

3. The information submitted in our Proposal is complete, is strictly as per the requirements as stipulated in the RFP and is correct to the best of our knowledge and understanding. We would be solely responsible for any errors or omissions in our Proposal. We acknowledge that APSSDC will be relying on the information provided in the Proposal and the documents accompanying such Proposal for selection of the bidder for the aforesaid program, and we certify that all information provided in the application is true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying such Proposal are true copies of their respective originals.

4. We acknowledge the right of APSSDC to reject our Proposal without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever.

5. We satisfy the requirements and meet all the eligibility criteria as laid down in the RFP.

6. This Proposal is unconditional, and we hereby undertake to abide by the terms and conditions of the RFP.

7. We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

40

For and on behalf of:

Signature:

Name:

Designation:

(Company Seal)

(Authorized Representative and Signatory)

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

41

Annexure 11: Commercial Bid Submission Form [to be submitted on the letterhead of the bidder]

Location: Date: To, The Managing Director, Andhra Pradesh State Skill Development Corporation (APSSDC), #3rd floor, G&J Infra (Infosight Building), Survey No. 78/2, Near Pathuru Road Junction, Tadepalli, Guntur District, Andhra Pradesh – 522501.

RFP Ref No: RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002

Subject: Commercial Bid breakup in response to the Request for Proposal (RFP) for selection of Chartered Accountant Firm for preparing ‘Bankable Detailed Project Report(s)’ for establishing 23 Skill Colleges across AP under Andhra Pradesh State Skill Development Corporation (APSSDC)

Dear Sir,

I/We, the undersigned, offer to provide the for [Insert title of Assignment] in accordance with your RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002 dated ________________ and our attached Commercial Bid including applicable taxes is for the sum of [Insert amount(s) in words and figures].

I/We hereby confirm that the commercial Bid is unconditional, and we acknowledge that any condition attached to commercial bid shall result in reject of our commercial bid.

Our Commercial Bid shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the Proposal.

I/We understand that you are not bound to accept the lowest or any bid you may receive. I/We agree to the Terms & Conditions mentioned in the RFP document. Further, we confirm that we will abide by all the terms and conditions mentioned in the Request for Proposal document.

SN DPR Preparation Cost Per Location (in INR)

DPR Preparation Cost per 23 Locations (in INR)

Applicable Tax (in INR)

Total Cost (In Rupees)

1 A B C D = B+C

(i)

Total Project Cost in words: _________________________________________________

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

42

Yours sincerely, Name of Signatory: Signature: Designation: Contact number: Email: Name and address of firm with Seal/Stamp of bidder:

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

43

Annexure 12: Performa for Bank Guarantee (To be stamped in accordance with stamp act)

Reference No.: __________________ Date: ____________________

Bank Guarantee No: __________________

To: _______________

Against contract vide advance acceptance of the RFP/APSSDC/DPR/SKILL COLLEGES/2021-22/002; Dt. _________________ covering supply of (herein after called the said ‘contract’) entered into between Andhra Pradesh State Skill Development Corporation (APSSDC) (herein after called the Purchaser) and _________________ (herein after called the Vendor) this is to certify that at the request of the Vendor, we (Name of the Bank), are holding in trust in favour of the Purchaser, the amount of Rupees ___________________________ (write the sum herein words) to indemnify and keep indemnified the Purchaser against any loss or damage that may be caused to or suffered by the Purchaser by reason of any breach by the Vendor of any of the Terms and Conditions of the said contract and/or in the performance thereof. We agree that the decision of the Purchaser, whether any breach of any of the Terms and Conditions of the said contract and/or in the performance thereof has been committed by the Vendor and the amount of loss or damage that has been caused or suffered by the Purchaser shall be final and binding on us and the amount of the said loss or damage shall be paid by us forth with on demand and without demur to the Purchaser.

We (Name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfilment in all respects of the said contract by the Vendor i.e. till (viz. the date up to 12 months after the date of signing of the contract between the Vendor and the Purchaser) herein after called the said date and that if any claim accrues or arises against us (Name of the Bank) by virtue of this guarantee before the said date, the same shall been force able against us (Name of the Bank), notwithstanding the fact that the same is enforced within six months’ after the said date, provided that notice of any such claim has been given to us (Name of the Bank), by the Purchaser before the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the Purchaser.

It is fully understood that this guarantee is effective from the date of the said contract and that we (Name of the Bank), undertake not to revoke this guarantee during its currency without the consent in writing of the Purchaser.

We undertake to pay to the Purchaser any money so demanded not withstanding any dispute or disputes raised by the Vendor in any suitor proceeding pending before any court or tribunal relating thereto our liability under this present bond being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Vendor shall have no claim against us for making such payment.

We (Name of the Bank), further agree that the Purchaser shall have the fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contractor to extend time of performance by the Vendor from time to time or to postpone for any time from time to time any of the power exercisable by the Purchaser against

RFP for Selection of CA Firm to Prepare DPR for establishment of Skill Colleges in AP

44

the said Vendor and to forebear or enforce any of the terms and conditions relating to the said contract and we, ____________________________ (Name of the Bank), shall not be released from our liability under this guarantee by reason of any such variation or extension being granted to the said Vendor or for any for bearance by the Purchaser to the said Vendor or for any for bearance and/or omission on the part of the Purchaser or any other matter or thing whatsoever, which under the law relating to sureties, would, but for this provision have the effect of sore leasing us from liability under this guarantee.

This guarantee will not be discharged due to the change in the constitution of the Bank or the Vendor.

Office Seal (Authorized Signatory)

Place: Name:

Date: Designation:

Mobile No:

Business Address: