tender document - gujarat · tender document selection of training specialised training farmers in...

44
TEN SELECTION O SPECIALISED TR FARMERS IN AGR TH Through ATMA D P-7, Sector 10-A Phone : ( E Tender F Tender Notice No. ATMA/2016/001 NDER DOCUMENT For OF TRAINING AGENCY FOR PROVI RAINING TO YOUNG MALE AND F RICULTURE AND ALLIED SECTOR HE TALUKAS OF GUJARAT h online e-tendering process only BY DIRECTORATE AND SAMETI , M- Floor, Krishi Bhavan, A, Gandhinagar-382010, Gujarat (079) 2324 5287/ 5043 ; Fax : (079) 2324 5159 E-mail: [email protected] March 2016 Fee: 5,000/- (Rupees Five Thousand only) for 2015-16 IDING FEMALE RS IN ALL y

Upload: phamthuan

Post on 12-May-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

TENDER DOCUMENT

SELECTION OF TRAINING SPECIALISED TRAINING

FARMERS IN AGRICULTURE AND ALLIED SECTORSTHE TALUKAS OF

Through online e

ATMA DIRECTORATE P-7, M

Sector 10-A, Phone : (079) 2324 5287/ 5043

E

Tender Fee:

Tender Notice No. ATMA/2016/001

TENDER DOCUMENT

For

SELECTION OF TRAINING AGENCY FOR PROVIDING TRAINING TO YOUNG MALE AND FEMALE

IN AGRICULTURE AND ALLIED SECTORSTHE TALUKAS OF GUJARAT

Through online e-tendering process only

BY

ATMA DIRECTORATE AND SAMETI7, M- Floor, Krishi Bhavan,

A, Gandhinagar-382010, GujaratPhone : (079) 2324 5287/ 5043 ; Fax : (079) 2324 5159

E-mail: [email protected]

March 2016

Tender Fee: 5,000/- (Rupees Five Thousand only)

for 2015-16

PROVIDING TO YOUNG MALE AND FEMALE

IN AGRICULTURE AND ALLIED SECTORS IN ALL

tendering process only

Page 2 of 44

Notice inviting On-line Tender

Department Name : ATMA DIRECTORATE AND SAMETI (ATMA)Organization

:

Agricultural Technology & Management Agency (ATMA)ATMA DIRECTORATE AND SAMETIP-7, M- Floor, Krishi Bhavan,Sector 10-A, Gandhinagar-382010, Gujarat

: 2015-16Name of Project : Rashtriya Krishi Vikas Yojana (RKVY) Stream IName of Work : Selection of Training Agency for providing

Specialized Training to young male and female farmers in Agriculture and allied sectors in all the talukas of Gujarat

Estimated Contract Value (INR) : Varies with service scopePeriod of Completion : March 2017Bidding Type : OpenBid Call (Nos.) : 1Class of Bidder : Not ApplicableTender Currency Type : SingleTender Currency Settings : Indian Rupee (INR)Joint Venture/Consortium : Consortium not allowedRebate : Not ApplicableAmount DetailsBid Document Fee : 5,000/- in form of Demand DraftBid Document Fee Payable to : “DIRECTOR SAMETI”

payable at GandhinagarBid Security /EMD (INR) AAU Zone : 5.00 lacs (Rupees Five lacs only)Bid Security /EMD (INR) SDAU Zone : 4.00 lacs (Rupees Four lacs only)Bid Security /EMD (INR) NAU Zone : 2.50 lacs (Rupees Two lacs Fifty thousand only)Bid Security /EMD (INR) JAU Zone : 6.00 lacs (Rupees Six lacs only)Bid Security/ EMD in favour of Tender Dates :

“DIRECTOR SAMETI” payable at Gandhinagar

Bid Document Downloading Start Date : 16th March, 2016 from 10.00 a.m. (10.00 hrs)Pre-Bid Meeting Date : 28nd March, 2016 at 3.00 p.m. (15.00 hrs)Bid Document Downloading End Date : 16th April, 2016 by 3.00 p.m. (15.00 hrs)Last Date & Time for Receipt : 16th April, 2016 by 6.00 p.m. (18.00 hrs)(Submission) of BidsDate of Tender opening : 18th April, 2016 at 4.00 p.m. (16.00 hrs)

Financial Bid opening : ----Bid Validity Period : 180 days from opening of bidSubmission of certain documents, etc. : Submission of EMD, Tender fee and other

Documents as specified in the tender document up to 16th April, 2016 by 6.00 p.m. (18.00 hrs) in the office of the ATMA DIRECTORATE AND SAMETI, P-7, M- Floor, Krishi Bhavan, Sector- 10-A, Gandhinagar 382010, Gujarat

Details about Tender: Tender Notice No. ATMA/2016/001 for 2015-16

IFB No./ Tender Notice Tender Notice No. ATMA/2016/001 for

Page 3 of 44

Remarks : Tenderer shall submit their offer in electronic format on website, after digitally signing the same. Offers which are not digitally signed will not be accepted. No offer in physical form will be accepted and if any such offer is received by the Director, ATMA DIRECTORATE AND SAMETI will be outright rejected.

Phone : (079) 2324 5287/ 5043Other Details

Officer Inviting Bids :DirectorATMA DIRECTORATE AND SAMETIP-7, M Floor, Krishi bhavan, Sector-10A,Gandhinagar -382010, Gujarat

Bid Opening Authority : DirectorATMA DIRECTORATE AND SAMETI P-7, M Floor, Krishi bhavan, Sector-10A,Gandhinagar -382010, Gujarat

Address for any technical support : (n)Code Solutions, A Division of GNFCto online bidding process 301, GNFC Info tower, Bodakdev

Ahmedabad –380054 (India).

General Terms and Conditions

(1) Bidders can download the tender document free of cost from the website.

(2) Bidders have to bid zone wise for the four different zones of Gujarat (Zones as identified in Annexure-7). Bidder may bid for one or more zones.

(3) There shall be separate EMD (Earnest Money Deposit) for each zone.

(4) Bidders have to submit Price bid in Electronic form only on nprocure website till the Last Date & time for submission.

(5) Financial bid in physical form will not be accepted in any case.

(6) Free vender training camp will be organized every Saturday between 4.00 to 5.00 PM at (n) Code Solutions – A Division of GNFC Ltd. Bidders are requested to take benefit of the same.

Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of license certifying Authority of India or can contact (n) Code Solutions – A division of GNFC Ltd., who are licensed Certifying Authority by Govt. of India.

All bids should be digitally signed, for details regarding digital signature certificate relatedtraining involved the below mentioned address should be contacted:(n) Code SolutionsA Division of GNFC301, GNFC Infotower, BodakdevAhmedabad –380 054 (India)Tel: +91 26857316/ 17/ 18Fax: +91 79 26857321E-mail: [email protected], Website: www.nwr.nprocure.comToll Free: 1800-233-1010(Ext.321)

Other Terms and Conditions are as per detailed tender documents.

Page 4 of 44

CONTENTS

Sr. No. Particulars Page No.INVITATION FOR BIDS (IFB) 06

Chapter-I INSTRUCTIONS TO THE BIDDER 12Article-1 Definitions 12Article-2 Proposed Project 12Article-3 Eligibility Criteria for Bidders 13

Chapter-II GENERAL TERMS AND CONDITIONS 15Article-1 Checklist of Documents Comprising the Bid 15Article-2 Bidding Document 16Article-3 Clarification on Bidding Documents 16Article-4 Amendment of Bidding Documents 16Article-5 Language of Bid 17Article-6 Cost of Bidding 17Article-7 Bid Forms 17Article-8 Fraudulent and Corrupt Practice 17Article-9 Lack of Information to Bidder 17Article-10 Contract Obligations 17Article-11 Bid Price 18Article-12 Bid Currency 18Article-13 Bid Security/Earnest Money Deposit (EMD) 18Article-14 Period of Validity of Bid 19Article-15 Format and Signing of Bid 19Article-16 Sealing and Marking of Bid 20Article-17 Bid Due Date 20Article-18 Late Bid/Conditional Bid 20Article-19 Modification and Withdrawal of Bid 21Article-20 Opening of Bids by ATMA 21Article-21 Contacting ATMA 21Article-22 Bid Evaluation 21Article-23 The ATMA’s Right to accept any Bid and to reject any or all Bids 23Article-24 Notification of Award & Issuing Work order 23Article-25 Performance Guarantee 23Article-26 Payment Terms 23Article-27 Penalty and Incentive 24Article-28 Patent Rights 24Article-29 The ATMA’s Right to issue work order to any one or more 24Chapter-III TERMS OF REFERENCE 25Article-1 Introduction 25Article-2 Beneficiary Details and Trainee Selection 25Article-3 Services to be provided 25Article-4 Service performance requirements 27Article-5 Standby Materials and manpower 27

Page 5 of 44

Sr. No. Particulars Pg. No.

Chapter-IV SPECIAL TERMS AND CONDITIONS OF CONTRACT 28Article-1 Contract Period 28Article-2 Bidder’s Obligation 28Article-3 ATMA's Obligation 28Article-4 Acceptance and Quality Check 29Article-5 Liquidated Damages 29Article-6 Termination of the Contract 29Article-7 “No Claim” Certificate 30Article-8 Suspension 30Article-9 Ownership of Database 30Article-10 Details to be Kept Confidential 30Article-11 Transfer of Rights 30Article-12 Implementation Schedule 30Article-13 Legal Dispute 30Chapter V ANNEXURES 31

Annexure – 1 FINANCIAL BID FORMAT 32Annexure – 2 PROFORMA OF GENERAL POWER OF ATTORNEY 33Annexure – 3 PERFORMANCE GUARANTEE FORMAT 34Annexure – 4 PROFILE OF THE BIDDER 37Annexure – 5 CHECKLIST FOR FULFILLMENT OF ELIGIBILITY CRITERIA 38Annexure – 6 CHECKLIST FOR FULFILLMENT OF EVALUATION

CRITERIA 39Annexure – 7 LIST OF TALUKAS IN DIFFERENT ZONES 40Annexure – 8 GUIDELINES FOR APPROACH PAPER 42Annexure -9 DETAILS OF EMPLOYEES OF THE AGENCY 43Annexure -10 PROJECT DETAILS TO BE SUBMITTED BY AGENCY 44

Page 6 of 44

INVITATION FOR BIDS (IFB)

The Agriculture & Co-operation Department of Gujarat Government takes care of agriculture and its related activities like horticulture, soil conservation, dairy development, animal husbandry and formation of policies / schemes in co-operative activities in the State. The Department is mainly responsible for the implementation, monitoring and supervision in the above sectors.

The key objective of the Agriculture Department is to meet the agricultural need of the State and to increase the income of farmers by increasing agricultural production and productivity by giving the knowledge of scientific methods of agriculture to the farmers and byimplementing various schemes.

Agricultural Technology Management Agency (ATMA) is a registered Society operating at Taluka level. This Society is responsible for carrying out all the activities, for sustainable development of agriculture, right from planning to implementation by involving all agriculture related institutions (Stakeholders) in all the talukas of Gujarat.

ATMA is responsible to take up the activities related to agricultural expertise and to establish linkage between all the developmental agencies, research institutions, self-help groups, institutions involved in agricultural development and dissemination of its knowledge and technology amongst farmers of the State.

Department of Agriculture through ATMA desires to provide training to young farmers of Gujarat to improve farming practices and to motivate young farmers to stick to agriculture activity. The main objectives behind this 3 days training program for the farmers are as given below:

1) To develop the technical and managerial effectiveness of young male and female generation of farmers in agriculture

2) Effective implementation of latest technology in Agriculture

3) To educate and empower the youth for farming

4) To motivate young male and female villagers to adopt farming as a profession with technical knowledge and understanding

The training programs are targeted to the young male and female farmers who have limited access to information and lack of awareness regarding the latest farming practices and technology. Training will create awareness and build their capacities to adopt the latest farming practices and technology and in turn to increase agriculture productivity.

The Training Agency may offer training in any one or four zones of Talukas of Gujarat. Thetraining agency needs to arrange for the training facilities at taluka level to conduct training programme.

Agriculture Department invites proposal in the form of BIDs in duplicate in complete accordance with the documents / attachments as per following guidelines.

Page 7 of 44

SCHEDULE FOR INVITATION OF TENDER

TENDER NAME: SELECTION OF TRAINING AGENCY FOR PROVIDING SPECIALISED TRAINING TO YOUNG MALE AND FEMALE FARMERS IN AGRICULTURE AND ALLIED SECTORS IN ALL THE TALUKAS OF GUJARAT

To ATMA DIRECTORATE AND SAMETIIssue of Tender From 16th March, 2016 to 16th April, 2016 upto

18.00 hrs.

Pre Bid Meeting 28th March, 2016 @ 3:00 p.m. (15.00 hrs.)Venue for pre- bid meeting ATMA DIRECTORATE AND SAMETI

P-7, M Floor, Krishi bhavan, Sector-10A,Gandhinagar -382010, Gujarat

Bid due Date & Time: 16th April, 2016, at 6.00 p.m. (18.00 hrs.)Bid Submission Address: ATMA DIRECTORATE AND SAMETI

P-7, M Floor, Krishi bhavan, Sector-10A,Gandhinagar -382010, Gujarat

Technical Bid Opening (Date & 18th April, 2016 at 4:00 p.m. (16.00 hrs.)Time):Venue for technical bid opening ATMA DIRECTORATE AND SAMETI

P-7, M Floor, Krishi bhavan, Sector-10A,Gandhinagar -382010, Gujarat

Note:

(1) Please address all queries and correspondence to the Director, ATMA DIRECTORATE AND SAMETI, P-7, M Floor, Krishi Bhavan, Sector-10-A, Gandhinagar- 382010 or email address: [email protected]

(2) If the Office of the ATMA DIRECTORATE AND SAMETI happens to be closed on the day of receipt of the bids as specified, the bids will be received and opened on the next working day on opening of the Office upto the same time and at the same venue.

(3) Please quote Ref. Number in all your correspondence.

Page 8 of 44

General Instructions

1.0 Bidders who wish to participate in this selection process will have to register on https:/www.nprocure.com. Further, participating Bidders will have to procure Digital Certificate as per Information Technology Act 2000 using which they can sign their electronic commercial proposals. Bidders can procure the same from (n) Code Solutions –division of GNFC Limited, or from any other agency licensed by Controller of Certifying Authority. Government of India. Bidders who already have a Digital Certificate need not procure a new digital certificate.

2.0 Technical Bid: Bidders shall submit physically their bids in TWO SEPARATE PARTS in sealed envelopes super-scribed with due date, time, project and number of zones applied for.

PART-I: Bid Security of the Tender Document in a separate sealed envelope superscripted with the Tender Document number. Please enclose EMD amount fixed as per zone in favour of “DIRECTOR SAMETI, Gandhinagar.”(Please submit separate Demand Draft for each zone applied for)

Tender Fee of Rs. 5,000/- in form of Demand Draft drawn in favour of “DIRECTOR SAMETI, Gandhinagar.”

PART-II: Original and one copy of TECHNICAL BID complete with all technical and commercial details except the prices. Original printed document shall be considered as authentic.

Note: Filling up prices in Part II will render the Bidder disqualified.

The envelopes containing Part-I and Part-II of offer should be enclosed in a larger envelope duly sealed. The enclosed CUT-OUT Slips shall be filled and pasted on the envelopes. All pages of the offer must be signed.

3.0 Financial Bid: Bidder shall submit the FINANCIAL BID online only.

4.0 Services offered should be strictly as per specifications mentioned in this Tender Document. Please spell out any unavoidable deviations, article-wise, in your bid under the heading “Deviations”.

5.0 Once quoted, the Bidder shall not make any subsequent price changes, whether resulting or arising out of any technical/commercial clarifications sought regarding the bid, even if any deviation or exclusion may be specifically stated in the bid. Such price changes shall render the bid liable for rejection.

6.0 Bidder shall quote the prices of services as mentioned valid for 180 days.

7.0 The price of one copy of the Tender Document is Rs. 5,000/-, which can be paid by crossed Demand Draft. The Demand Draft may be drawn in favour of ‘DIRECTORSAMETI’ payable at Gandhinagar.

Yours faithfully,

For and on behalf ofDirector

ATMA DIRECTORATE AND SAMETIGandhinagar- 382010

Page 9 of 44

To be pasted on the outer envelope containing Bid Security,Tender Fees & Technical bid

Important Data

DO NOT OPEN – THIS IS A BID

PROJECT Selection of Training Agency for providing Specialised Training to young male and female farmers in Agriculture and allied sectors in all the talukas of Gujarat

Due Date : 16th April, 2016Time : 6.00 p.m. (18.00 hrs)From To<Name of Bidder><Address> ATMA DIRECTORATE AND SAMETI

P-7, M Floor, Krishi Bhavan, Sector-10-A, Gandhinagar- 382010

<Phone no.> : (079) 2324 5287/ 5043<Fax no.> : (079) 2324 5159<e-mail id> : [email protected]

Page 10 of 44

To be pasted on the outer envelope containing Bid Security,Tender Document Price

DO NOT OPEN- THIS IS A BID

BID SECURITY

PROJECT Selection of Training Agency for providing Specialised Training to young male and female farmers in Agriculture and allied sectors in all the talukas of Gujarat

Due Date : 16th April, 2016Time : 6.00 p.m. (18.00 hrs)From To<Name of Bidder> ATMA DIRECTORATE AND SAMETI<Address> P-7, M Floor, Krishi Bhavan, Sector-10-A,

Gandhinagar- 382010<Phone no.> : (079) 2324 5287/ 5043<Fax no.> : (079) 2324 5159<e-mail id> : [email protected]

Page 11 of 44

To be pasted on the outer envelope containing Technical Bid(Both the copies)

DO NOT OPEN – THIS IS A BID

Technical BidOriginal/Copy-1

PROJECT Selection of Training Agency for providing Specialised Training to young male and female farmers in Agriculture and allied sectors in all the talukas of Gujarat

Due Date : 16th April, 2016Time : 6.00 p.m. (18.00 hrs)From To<Name of Bidder> ATMA DIRECTORATE AND SAMETI<Address> P-7, M-Floor, Krishi Bhavan, Sector 10-A,

Gandhinagar- 382010<Phone no.> : (079) 2324 5287/ 5043<Fax no.> : (079) 2324 5159<e-mail id> : [email protected]

Page 12 of 44

CHAPTER – IINSTRUCTIONS TO THE BIDDER

ARTICLE-1: DEFINITIONS

In this document, unless the context specifies otherwise, the following words and phrases shall mean and include:

1) “Bid” means the complete bidding document submitted by the Bidder to the ATMA DIRECTORATE AND SAMETI (herein and after “ATMA”) and shall include any corrections, addenda and modifications made therein.

2) “Bidder” shall mean a corporate entity or a society or a corporation or a trust or a firm eligible to participate in the Tender in the stages of Pre-qualification, Bidding process and shall include the successful Bidder during the currency of the Contract.

3) “Agriculture & allied sectors” means agriculture, horticulture, animal husbandry and fisheries sectors.

4) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value, pressurizing to influence the action of a public official in the process of Bidder selection and Contract execution.

5) “Department” shall mean Agriculture and Co-operation Department of the Government of Gujarat or any other Department or Agency notified by the State for this purpose.

6) “Financial Capability” means financial worthiness of Bidders as per the terms of the Tender.

7) “Government” shall mean the Government of Gujarat.

8) “Local Language” means the language declared by the concerned State Government as their official language.

9) “Tenderer” and “Authority” means the organization / institution, which is floating this tender i.e. Director, ATMA DIRECTORATE AND SAMETI, P-7, M-Floor,Krishi Bhavan, Sector 10-A, Gandhinagar 382010.

10) “Total Accepted Tender Value” means the total value of services and supplies as covered under this Tender and agreed upon by the Tenderer and the Bidder.

11) “Total Cost per Trainee” means the Total Value by the number of Farmers the Bidder has committed to provide training program in his bid during the contract period for each trainee for duration of 3 days.

ARTICLE-2: PROPOSED PROJECT: PROVIDING TRAINING IN THE FIELD OF AGRICULTURE & ALLIED SECTORS

Agriculture sector is playing an important role for providing livelihood to the farmers and rural population. New technology adoption of the farmers is slow therefore training plays an important role to make farmers aware of this new technology.

Page 13 of 44

The main objectives of the training project are as given below:

1) To develop the technical and managerial effectiveness of young male and female generation of farmers in agriculture

2) Effective implementation of latest technology in Agriculture

3) To educate and empower the youth for farming

4) To motivate young male and female villagers to adopt farming as a profession with technical knowledge and understanding

It is expected to cover around 73800 young male & female farmers (Age group 18 to 45 years) across the State through this project which is to be taken under the RKVY Scheme of Government of India. It will be ensured that there is equal participation of women farmers in training (i.e., 50% of trainees).

The benefits resulting by implementation of the new farming technology are as given below:

Upgradation of knowledge of the farmers and create awareness regarding new technology in farming

Implementation of scientific package of practices in agriculture & allied sector

Improvement in overall soil health condition

Increase yield and production of the crop, milk and fisheries

Promote judicious use of fertilisers, pesticides and water

Increase in the income of farmers and reduce input cost

Training to the young male and female farmers will be provided on cluster base in each taluka, through latest technology in a total of 246 talukas of Gujarat state.

The training will have to be provided to 100 farmers in each taluka centre in batch sizes of 30-35 farmers. The minimum duration of training will be 3 days per batch in different areas of agriculture to 100 farmers. The area of training should be agriculture/ horticulture/ animal husbandry/ fisheries.

ARTICLE - 3: ELIGIBILITY CRITERIA FOR BIDDERS

The Bidder should be fulfilling the following preconditions and must also submit all the documentary evidences in support of fulfilment of these conditions while submitting the technical bid. Bids from consortiums are not allowed. Claims without documentary evidences will not be considered.

Page 14 of 44

Sr. No.

Eligibility Criteria Documentary Evidence to be attached

1 The bidder should have minimum three years of experience in imparting training during last 3 years ending on 31st March 2015.

1. Self Certified copies of Work order/ Agreement/ Work Completion certificate from respective clients clearly indicating work experience from training activities for the last 3 years (i.e., 2012-13, 2013-14& 2014-15) with contact details of clients. OR

2. C.A. Certificate clearly indicating turnover from training activities in the last 3 years (i.e., 2012-13, 2013-14& 2014-15).

2 The bidder should have minimum annual average turnover from training activities as indicated below in the last 3 financial years (2012-13, 2013-14 & 2014-15)

If Applied for (No. of

zones)

Min. Avg. Annual Turnover

One Zone Rs.50 lacs Two Zones Rs.100 lacsThree Zones Rs.150 lacsFour Zones Rs.200 lacs

1. Chartered Accountant Certificate indicating the required annual average turnover from training activities for the last 3 years (i.e.,2012-13, 2013-14& 2014-15)

2. Audited Reports for the last 3 years (i.e.,2012-13, 2013-14& 2014-15)

3 The bidder should have positive net worth for the year ending 31st March 2015 (i.e., 2014-15)

1. Chartered Accountant Certificate indicating the net worth for year 2014-15

4 The bidder should have minimum three subject specialists in agriculture & allied sector. They should have minimum 7 years of experience in the relevant sector.

1. Self Certified List of the subject specialists alongwith Biodata of all subject specialists

(Format given at Annexure-9)

The Director, ATMA reserves the right to verify the claims made by the Bidders and

to carry out the capability assessment of the Bidders and the ATMA’s decision shall

be final in this regard.

Page 15 of 44

CHAPTER-IIGENERAL TERMS AND CONDITIONS

ARTICLE - 1: CHECKLIST OF DOCUMENTS COMPRISING THE BID

1.1 The bid submitted shall have the following documents:

Part-I

1. Earnest Money Deposit and Price of one copy of the Tender Document in the form prescribed in the Tender.

Part – II

1. Bid signed and sealed (with official seal) in Original (with photocopies in copy I) on all pages with all pages duly numbered.

2. A CD containing the soft copy of the Technical Bid and scanned copy of the documents to be submitted.

3. In case bidder is a company- Certified copy of Certificate of incorporation for companies & Memorandum and Articles of Associations,

OrIn case the Bidder is a Society- Certified copy of registration deed with objects

of constitution of societyOr

In case Bidder is a Corporation- Authenticated copy of the parent statuteOr

In case of Trust- Certified copy of the Trust DeedOr

In case of Firm- Certified copy of the Registration Deed

Certified copies of documents submitted, as above, must be signed and carry the seal of the authorized signatory.

4. List of present Directors/owners/executive council members/trustees/ Board members as applicable.

5. The Bidder should enclose Approach paper containing Project Proposal and Action plan for the training program as per the Format provided at Annexure –8.

6. Current Service Tax Clearance Certificate and certified copy (duly signed) of Service Tax Registration Certificate.

7. General power of attorney/Board of Directors resolution/ Deed of Authority contract and all correspondences/documents thereof. Format for General Power of Attorney is given at Annexure-2.

8. Audited Balance sheet and Income & Expenditure statement (P & L Statement)duly signed by the statutory auditors and authorized signatory/ies of the Bidder for the years 2012-13, 2013-14, 2014-15.

Page 16 of 44

9. Address of the Registered office of the bidder alongwith proof of address

10. Documentary evidence (signed by authorized signatory) proving that bidder fulfills the eligibility criteria as stated in Article- 3, Chapter I.

11. Documentary evidence ((signed by authorized signatory) proving that bidder fulfills the evaluation criteria as stated in Article- 22, Chapter II.

12. Clause by clause compliance statement for the whole Tender Document including all Annexure.

13. All deviations and/or non-compliance clauses shall be listed separately

14. Details in the formats as given at Annexure. (please check all the Annexure)

15. The bidder has to submit all the documents with the bid document only. If the Committee finds that some supplementary/ additional documents should be asked for, then the bidder will be asked to submit those documents.

Part-III

1. Financial Bid as per Annexure – 1 to be submitted on-line. No deviations and/or non-compliance clauses shall be allowed in the Financial Bid.

ARTICLE – 2: BIDDING DOCUMENT

2.1 Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submits a Bid not substantially responsive to the bidding documents in every respect may result in the rejection of the Bid.

ARTICLE – 3: CLARIFICATION ON BIDDING DOCUMENTS

3.1 Bidders can seek written clarifications within 5 days from the date of issue of the tender document, to ATMA, Gandhinagar. The clarification shall be issued without any delay.

ARTICLE – 4: AMENDMENT OF BIDDING DOCUMENTS

4.1 At any time prior to the deadline for submission of bids, ATMA for any reason, whether at its own initiative or in response to the clarifications requested by prospective Bidders may modify the bidding documents by amendment.

4.2 All prospective Bidders who have received the bidding documents will be notified of the amendment and such modification will be binding on them. The same shall also be placed on www.nprocure.com and the website of Directorate of ATMA & SAMETI viz. www.atma.gujarat.gov.in/

4.3 In order to allow prospective Bidders a reasonable time to take the amendment into account in preparing their bids, ATMA, at its discretion, may extend the deadline for the submission of bids.

Page 17 of 44

ARTICLE – 5: LANGUAGE OF BID

5.1 The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and ATMA shall be in English. Supporting documents and printed literature furnished by the Bidder may be in Hindi or Gujarati language provided they are accompanied by an accurate translation of the relevant pages in English. For purposes of interpretation of the bid, the translation shall govern.

ARTICLE – 6: COST OF BIDDING

6.1 The Bidder shall bear all costs associated with the preparation and submission of the Bid and ATMA will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.

ARTICLE - 7: BID FORMS

7.1 Wherever a specific form is prescribed in the Tender Document, the Bidder shall use the form to provide relevant information. If the form does not provide space for any required information, space at the end of the form or additional sheets shall be used to convey the said information.

7.2 For all other cases, the Bidder shall design a form to hold the required information.

7.3 Tenderer shall not be bound by any printed conditions or provisions in the Bidder's Bid Forms

ARTICLE - 8: FRAUDULENT & CORRUPT PRACTICE

8.1 Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial on-competitive levels and to deprive the ATMA of the benefits of free and open competition.

8.2 Tenderer will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for, or in executing contract(s).

ARTICLE - 9: LACK OF INFORMATION TO BIDDER

9.1 The Bidder shall be deemed to have carefully examined all contract documents to his entire satisfaction. Any lack of information shall not in any way relieve the Bidder of his responsibility to fulfill his obligation under the Contract.

ARTICLE - 10: CONTRACT OBLIGATIONS

10.1 If after the award of the contract (issuance of work order), the Bidder does not sign the acceptance of work order or fails to furnish the performance guarantee

Page 18 of 44

within the prescribed time limit, the ATMA reserves the right to cancel the contract and apply all remedies available to him under the terms and conditions of this document

ARTICLE - 11: BID PRICE

11.1 The Financial bid should indicate the prices in the format/ price schedule as given at Annexure – 1.

Bidder shall categorically confirm strict compliance with the following stipulation in respect of their offer.

a) Any effort by a Bidder or Bidder's agent/ consultant or representative howsoever described to influence the ATMA in any way concerning scrutiny/consideration/ evaluation/ comparison of the bid or decision concerning issue of work order shall entail rejection of the bid.

b) The Bidder should indicate a single consolidated rate for cost per trainee for 3 days based on the payment terms specified in the Tender.

c) Bids should be submitted directly by the Bidder.

11.2 ATMA reserves the right to seek clarification/justification from the Bidder on the bid price in case ATMA deems it necessary. Based on the justification provided by the Bidder, if ATMA feels that the price is unrealistic/ unfeasible in order to execute a project of this nature, ATMA reserves the right to reject the said bid. The Bidders shall be governed by the decision of ATMA.

ARTICLE - 12: BID CURRENCY

12.1 For the services required in the Tender the prices shall be quoted in Indian Rupees. Payment for such services as specified in the agreement shall be made in Indian Rupees only.

ARTICLE - 13: BID SECURITY/ EARNEST MONEY DEPOSIT (EMD)

13.1 The Bidder shall furnish, as part of the Bid, a zone wise bid security as specified below in the form of D.D. in favour of “DIRECTOR SAMETI” payable at

Gandhinagar issued by any Nationalized/ IDBI/ ICICI/ HDFC/ Axis bank in India in a separate envelope. Only after the confirmation of valid bid security,

the Technical Bid will be opened.

Bid Security /EMD (INR) AAU Zone 5.00 lacs (Rupees Five lacs only)Bid Security /EMD (INR) SDAU Zone 4.00 lacs (Rupees Four lacs only)Bid Security /EMD (INR) NAU Zone 2.50 lacs (Rupees Two lacs Fifty thousand only)Bid Security /EMD (INR) JAU Zone 6.00 lacs (Rupees Six lacs only)

13.2 No interest shall be paid on bid security.

Page 19 of 44

13.3 EMD of Bidders not short-listed will be refunded within 30 days from the date of declaration of Short-listed Bidders. If the Bidder is short-listed then the security will be refunded within 30 days from the date of acceptance of the work order and submission of performance bank guarantee.

13.4 The successful Bidder's Bid security will be discharged upon the Bidder receiving the work order, and furnishing the Performance Guarantee.

13.5 The Bid security may be forfeited either in full or in part, at the discretion of ATMA, on account of one or more of the following reasons:

a) The Bidder withdraws their Bid during the period of Bid validity period specified by them on the Bid letter form.

b) Bidder does not respond to requests for clarification of their Bid.

c) Bidder fails to co-operate in the Bid evaluation process, and

d) In case of a successful Bidder, the said Bidder fails:

1. To sign the acceptance of work order in time; or 2. To furnish Performance Guarantee

ARTICLE - 14: PERIOD OF VALIDITY OF BIDS

14.1 Bids shall remain valid for 180 days after the date of Bid opening prescribed by ATMA. A Bid valid for a shorter period shall be rejected as non-responsive.

14.2 In exceptional circumstances, the ATMA may solicit Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing subject to proper jurisdiction/ declaration given by the bidder. The Bid security shall also be suitably extended. A Bidder granting the request is not required nor permitted to modify the Bid.

ARTICLE - 15: FORMAT AND SIGNING OF BID

15.1 The Bidder shall prepare required number of copies of the bid, clearly marking each “Original Bid” and “Copy of Bid” as appropriate. In the event of any discrepancy between them, the original shall govern.

15.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized (as per Annexure 2) to bind the Bidder to the work order terms & conditions. All pages of the bid, except for un-amended printed literature, shall be initiated by the person or persons signing the bid.

15.3 The complete bid shall be without alteration or erasures, except those to accord with instruction issued by the ATMA or as necessary to correct errors made by the Bidder, in which case such corrections shall be initiated by the person or persons signing the bid.

Page 20 of 44

ARTICE - 16: SEALING AND MARKING OF BID

16.1 Bidder shall submit their bids in TWO SEPARATE PARTS in sealed envelopes super-scribed with due date, time, project and number of zone applied for (Bid Security, Technical).

Part: IThe Bid Security in a separate sealed envelope super scribed with the Tender Document number.

Part: IIOriginal and One copy of TECHNICAL BID complete with all technical and commercial details other than price i.e. identical to part-III with prices blanked out.

NOTE: Filling up prices in Part-II will render the Bidder disqualified.

The envelopes containing Part-I and Part-II of bid should be enclosed in a larger envelope duly sealed. The enclosed CUT-OUT Slips (Formats given below) shall be filled and pasted on the envelopes. All pages of the offer must be signed.

The outer envelope shall indicate the name and address of the Bidder to enable the bid to be returned unopened in cases it is declared `late'.

16.1 If these envelopes are not sealed and marked as required, the ATMA will assume no responsibility for the bid's misplacement or premature opening and rejection of the proposed bid.

ARTICLE - 17: BID DUE DATE

17.1 Bid must be received by the ATMA at the address specified in the Tender Document not later than the date specified in the bid.

17.2 The ATMA may, at its discretion, on giving reasonable notice by fax or any other written communication to all prospective Bidders who have been issued the Tender documents, extend the bid due date, in which case all rights and obligations of the ATMA and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended.

ARTICLE - 18: LATE BID/CONDITIONAL BID

18.1 Any bid received by the ATMA after the bid due date/time prescribed in the Tender Document shall be rejected.

18.2 Any bid indicating conditions beyond those indicated in this Tender Document i.e. conditional bid shall be rejected.

Page 21 of 44

ARTICLE 19: MODIFICATION AND WITHDRAWAL OF BID

19.1 The Bidder may modify or withdraw its Bid after the Bid's submission before the pre-bid meeting, provided that written notice of the modification included substitution or withdrawal of the bids, is received by the ATMA prior to the deadline prescribed for submission of bids.

19.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in a manner similar to the original Bid.

19.3 No Bid may be modified subsequent to the deadline for submission of bids.

19.4 No Bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of Bid validity specified by the Bidder on the bid letter form. Withdrawal of a Bid during this interval may result in the Bidder's forfeiture of its Bid security.

ARTICLE - 20: OPENING OF BIDS BY THE ATMA

20.1 Bids will be opened in the presence of Bidder's representatives, who choose to attend. The Bidder's representatives who are present shall sign a register evidencing their attendance.

20.2 The Bidder's names, Bid modifications or withdrawals and the presence or absence of relevant Bid security and such other details as the ATMA at his/her discretion, may consider appropriate, will be announced at the opening.

20.3 At the pre-decided time, the ATMA contact person shall open the Technical Bids and list them for further evaluation. Any participating Bidder may depute a representative to witness these procedures.

ARTICLE - 21: CONTACTING THE ATMA

21.1 Bidder shall not approach the ATMA officers before or after office hours and/or outside the ATMA premises, from the time of the Bid opening to the time the Work is awarded.

21.2 Any effort by a Bidder to influence the ATMA officers in the decisions on Bid evaluation, bid comparison or issuance of work order, may result in rejection of the Bidder's offer. If the Bidder wishes to bring additional information to the notice of the ATMA, it should do so in writing.

ARTICLE - 22: BID EVALUATION

22.1 Parameters and Procedure of Evaluation

I) Technical Evaluation

Page 22 of 44

The Bidders who have fulfilled the eligibility criteria (as per Chapter I Article 3) will be evaluated further. The technical evaluation and comparison of the bids shall be done for the following parameters:

Evaluation Criteria for the Tender

Sr.No. Evaluation Criteria

TotalMarks

1.Average Annual Turnover from training for last 3 years ending on 31st March 2015 (2012-13, 2013-14 & 2014-15) of the bidder

10

2.Training course content (Claims to be substantiated by submitting the training modules prepared for each area)

20

3. Approach Paper for the Project in the form of Presentation

Project Understanding 10 Approach for execution 10 Methodology and action plan for training provided 10

4. Detail of Trainers team of the Agency 205. Detail of Subject Specialists for the training program 15

6.

No. of training projects executed either with Government/ Departments/ Institutes/ Semi Government organisations in last 3 years ending on 31st March 2015 (Self certified copies of Work order/ Agreement with the client)

05

Total 100

22.1 The proposals shall be evaluated as per the parameters and the data and documents provided by the bidders in support of their claims. The cut off marks for shortlisting, based on the technical evaluation is 60 marks. The Bid Evaluation Committee shall have the right to verify the claims made by the bidder, in whichever way it deems fit. Based on the bid evaluation, only technically qualified bidders scoring more than cut-off marks shall be short-listed for financial bid opening.

II) Financial Evaluation

The price bids of only technically eligible bidders would be opened for further consideration. The Agency (L1) who has quoted the lowest price will be selected. However, the firm with lowest price bid will be invited for contract negotiations, with a view to clarify any outstanding points, to finalise technical and financial arrangements and in case of successful negotiations, to award contract.

22.2 Bid Evaluation Committee

The above evaluation shall be done by Technical Evaluation Committee decided by ATMA. The Committee shall determine the approach and methodologies for the issues, which may arise during above referred evaluation exercise and have

Page 23 of 44

not been addressed in this Tender Document. The decision of the Committee shall be final and binding on all the Bidders.

ARTICLE - 23: THE ATMA'S RIGHTS TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

23.1 The ATMA reserves the right to reject any Bid and to annul the bidding process and reject all bids at any time prior to allotment of work without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for such decision.

ARTICLE - 24: NOTIFICATION OF AWARD & ISSUING WORK ORDER

24.1 Prior to the expiry of period of Bid validity, the ATMA will notify the successful Bidder in writing that its Bid has been accepted and send the successful Bidder the WORK ORDER.

24.2 Within 10 days of receipt of the WORK ORDER, the successful Bidder shall sign and date the acceptance of work order and return it to the ATMA. If the successful Bidder thus selected fails to sign the acceptance as stipulated, the ATMA reserves the right to offer the work to the next lowest Bidder.

ARTICLE - 25: PERFORMANCE GUARANTEE

25.1 The performance guarantee has to be submitted within TEN days of receipt of acceptance of work order. The performance guarantee shall be 5% of the Total Accepted Tender Value. The performance guarantee can be in the form of bank guarantee, which shall be valid for duration of 180 days beyond the expiry of contract period.

25.2 If the successful Bidder fails to remit the performance guarantee the EMD remitted by him will be forfeited by the ATMA and his bid will be held void.

25.3 Upon the successful Bidder's furnishing of performance guarantee and signing of contractual documents, the ATMA will promptly notify all Short-listed Bidders and will refund their Bid Security.

25.4 The Performance Guarantee Format is given at Annexure-3.

25.5 The Performance Guarantee of the successful Bidder shall be refunded within two months from the expiry of the work order validity period and on satisfaction of the ATMA for execution of the work / settlement of disputes, if any.

ARTICLE - 26: PAYMENT TERMS

26.1 Payment will be made by the respective Project Director, ATMA, to training agency on successful completion of each training program of 3 days at taluka level on fulfilment of terms & conditions of this tender as well as submission of followings:

Page 24 of 44

1) The Agency shall submit the required documents (As per the list & format given in Annexure 10) to the respective ATMA offices at taluka level on the completion of each training programme of 3 days for 100 farmers.

2) Payment for the project will be directly linked with the attendance of the trainees and the number of trainees trained at each taluka centre.

ARTICLE - 27: PENALTY TERMS

27.1 The ATMA will levy penalty of maximum upto 5% of the Total Accepted Tender value in case i. if the Bidder fails to provide the services as specified in the pre-confirmed

time schedule approved by ATMA.

ii. if there is duplication of candidates found during the entire training period.

The quantum of penalty will be decided by the ATMA and it shall be binding and final. On the Bidder failing to rectify the faults, the ATMA may get them attended/rectified by any other agency at the risk and cost of the Bidder and the same will be recovered from the Bidder.

ARTICLE -28: PATENT RIGHTS

28.1 The Bidder shall indemnify the ATMA against all third-party claims of infringement of patent, trademark/copyright arising from the use of services or any part thereof.

ARTICLE -29: THE ATMA’s RIGHT TO ISSUE WORK ORDER TO ONE OR MORE BIDDERS

29.1 The ATMA reserves the right to issue the work order to one or more than one Bidder and split the order among different Bidders.

Page 25 of 44

CHAPTER – III

TERMS OF REFERENCE

ARTICLE – 1: INTRODUCTION

Agriculture department desires to cover the whole Gujarat for its intervention of improving farming practices. The objective is to improve the farming practices and increase yield with the consensus of young farmers, women farmers and their families so as to achieve meaningful and tangible results. The objective is to achieve through training is to develop the scientific approach amongst farmers and thus to increase crop productivity and quality.

There will be atleast one training partner in each zone. The training partner will provide training in agriculture and related activities on the need identified by ATMA in each zone. The training partner will have to set up, operate and manage its training facility on short term basis in each taluka, where the training is to be provided.

ARTICLE – 2: BENEFICIARY DETAILS AND TRAINEE SELECTION

The beneficiary (farmer) of this Project will be both males and females farmers, in the age group of 18 to 45 years, with qualification of 10th pass or above. The list of 100 shortlisted trainees for each taluka will be provided by Project Director, ATMA for FOUR different zones to the Training Agency.

Trainees will be selected from amongst SC, ST and others youth (males and femalesfarmers) based on predetermined criteria, while giving preference to women to ensure their equal participation in the training.

ARTICLE-3: SERVICES TO BE PROVIDED

a) The bidder is required to provide training in Agriculture/ Horticulture/ Animal Husbandry/ Fisheries sector to young male and female farmers in total 246 talukas of Gujarat spread across four zone. The venue for the training shall be at the taluka centre.

b) The bidder shall provide training in the areas/subjects identified by ATMAbased on the need identified at each taluka for Agriculture/ Horticulture/ Animal Husbandry/ Fisheries sector.

The list of training requirement at each taluka will be provided by the Project Director, ATMA to the respective training agency.

c) The bidder shall prepare training modules (both theory and practical) on the subjects/areas based on the list of training requirement provided by ATMA and the agency should get it approved from ATMA. Training modules should be in line with the requirement given by the ATMA and should be in Gujarati only.

Page 26 of 44

The bidder will deliver the modules in such a simple way that the farmer could understand the purpose of the program and it should have a strong impact on the farmers for adoption of the new techniques in the related sectors.

d) The bidders shall prepare training programme calendar for each taluka assigned to them and submit the same to ATMA. ATMA will approve the same

e) The bidder shall train total 100 shortlisted farmers in each taluka by conducting 3 training programs on different modules.

The list of 100 shortlisted farmers at each taluka will be provided by the Project Director, ATMA to the respective training agency.

f) Each training program shall be of minimum 8 hours per day for 3 continuous days. The training is to be given in a batch of 30- 35 farmers.

g) The training hall alongwith electricity and necessary furniture and fixture will be provided by ATMA.

h) The bidder shall provide required training material to trainees. It is recommended that the training to be provided through suitable audio visual for better understanding of the subject.

i) The training agency should deploy min. 4(four) Subject Specialists with different speciality indicated in the following table.

Sr. No. Subject Specialists No. of Persons1 Agriculture 12 Horticulture 13 Animal Husbandry 14 Fisheries 1

Total 4

They should have minimum qualification of M.Sc. (Agriculture/ Horticulture/ Fisheries) or B.V.Sc. & AH (Animal Husbandry) with minimum 7 years of experience in the respective areas.

j) The Agency shall deploy at least 2 Trainers per taluka with minimum 3 years of training experience with minimum qualification in Agriculture & allied sectors.

k) The bidder shall have to specify the qualifications and experience of subject specialists & trainers, to be deployed for this project, clearly in the technical proposal alongwith their biodata. The bidder shall not change them without written approval of ATMA during the project period.

l) The Agency shall provide breakfast, lunch and evening tea to the traineesattending the training program during the training hours.

m) The bidder shall maintain Attendance Register for keeping track of the candidates attending the programme.

n) The bidder shall have to submit sufficient photographs taken during the training period.

o) The Agency should maintain 100% attendance of trainees.

Page 27 of 44

p) ATMA/ its nominated Agency will conduct the Pre-training and Post-training evaluation of the trainees.

q) ATMA team or its representative or its representative agency shall visit the venue for the inspection and verification of the physical facilities and infrastructure set up by the bidder and will verify it against the same proposed in the bid.

r) The Proposal must identify all the risks and see that these are adequately covered and the participating candidates are not forced to bear any hidden costs.

ARTICLE -4: SERVICE PERFORMANCE REQUIREMENTS

The Training Agency will have to adapt to the following service performance requirement:

1) As per the schedule, all the farmers registered for the training should attend the training program. 100% attendance is required for the success of the scheduled training program.

2) The farmers should be able to recover all the investments made on him/ her as part of the awareness training (including cost of travel, infrastructure and investment by ATMA and other indirect expenses along with the actual cost of training) through his developed understanding and knowledge as also adopting the new techniques in agriculture and allied sectors.

3) Minimum 50% of the trainees would have to show the above referred outcomein the post training evaluation conducted by ATMA/ its nominated Agency.

ARTICLE -5: STANDBY MATERIALS AND MANPOWER

The Training Agency will have to keep 5% of the total number of study material and other requirements and 10% of the total trainers’ staff as standby for ensuring uninterrupted training to the young farmers.

Page 28 of 44

CHAPTER – IV

SPECIAL TERMS AND CONDITIONS OF CONTRACT

ARTICLE - 1: CONTRACT PERIOD

This service shall commence within 30 days from the date acceptance of work orderand shall continue thereafter for a period of 1 year.

This service shall be reviewed by the ATMA at the end of training program in each taluka.

ARTICLE -2: BIDDER’S OBLIGATION

The Bidder shall appoint, an authorised person not lower than the rank of Manager as “Co-ordinator -Bidder” to co-ordinate with the ATMA in all matters related to Bidder for the successful implementation and operation of the project and to be responsible for all necessary exchange of information.

i. The Bidder shall submit the training programme or calendar to be conducted in each taluka, well in advance to the ATMA Team and discuss the plan with them and get approved by ATMA.

ii. The Bidder shall provide all assistance to the ATMA Team as they may reasonably require for the performance of their duties and services.

iii. The Bidder shall keep a record of the trainees and training programmes as per the requirement of ATMA.

iv. Under this project, each farmer will get the benefit of training only once and there will not be any repetition of the candidates attending the program.

v. The Bidder shall provide reports for each training programme on a regular basis to the ATMA during the Implementation Period and the project period as per the terms & conditions of the work order.

vi. The Bidder shall appoint, supervise, monitor and control the training activities as may be necessary.

ARTICLE - 3: ATMA'S OBLIGATION

i. Director, ATMA and the staff shall continuously monitor the activities of the training program in the all the talukas of Gujarat.

ii. The ATMA shall appoint, an authorized person as ‘Coordinator – ATMA’ to coordinate with the Bidder in all matters related to ATMA for the successful implementation of the project and to be responsible for all necessary exchange of information required.

Page 29 of 44

iii. Grant in a timely manner for all such approvals, permissions and authorizations which the Bidder may require or is obliged to seek from in connection with implementation of the project and the performance of the Bidder obligations.

iv. ATMA shall release the funds in a timely manner, after satisfying itself of all the project-related, statutory and accounting aspects, so as to enable the Training Agency to satisfactorily implement the project and perform its obligations.

ARTICLE -4: ACCEPTANCE AND QUALITY CHECK BY THIRD PARTY AGENCY

The Acceptance Tests, which shall involve testing of the entire set up as prescribed by the ATMA shall be conducted by the Bidder in the presence of Officers or institutionnominated by the ATMA. The Acceptance Test must be completed by the Bidder to the satisfaction of the Officers or institution within a time frame specified in the Schedule of Implementation. The ATMA reserves the right to evolve a procedure of quality checking to ensure that the services provided by the Bidder are according to the prescribed norms.

ARTICLE - 5: LIQUIDATED DAMAGES

In the event of failure of the Bidders to secure acceptance by the ATMA, before the commencement date as prescribed by the ATMA, the ATMA reserves the option to recover from the Bidder as liquidated damages and not by way of penalty, 10% of the Total Accepted Tender Value of the Service to be rendered for the period after the said commencement date, until acceptance without prejudice to other remedies under the contract.

ARTICLE - 6: TERMINATION OF THE CONTRACT

6.1 The ATMA will have the right to cancel the contract if the Bidder commits breach of any or all conditions of the contract. Breach of Contract includes, but not limited to, the following:

a) It is found that the schedule of implementation of the project is not being adhered to.

b) The Bidder stops work and such stoppage has not been authorized by the ATMA.

c) The Bidder may become bankrupt or goes into liquidation other than for project or amalgamation.

d) The ATMA gives notice to correct a particular defect/irregularity and the Bidder fails to correct such defects/irregularity within a reasonable periodof time determined by the ATMA.

6.2 If the contract is terminated by the ATMA unilaterally, ATMA will pay to the Vendor remaining amount, if any, for the payment for service charges for the

Page 30 of 44

period for which the service has been rendered and all other claims through mutually agreeable settlement

ARTICLE - 7: “NO CLAIM” CERTIFICATE

The Bidder shall not be entitled to make any claim, whatsoever, against the ATMA, under or by virtue of or arising out of this Contract, nor shall the ATMA entertain or consider any such claim, if made by the Bidder and the Bidder shall have signed a “No Claim” Certificate in favour of ATMA in such forms as shall be required by him after the works are finally accepted.

ARTICLE - 8: SUSPENSION

The ATMA may, by a written notice of suspension, suspend the Bidder if the Bidder fails to perform any of its obligations under the terms and conditions of work order (including the carrying out of the services) provided that such notice of suspension:1. Shall specify the nature of the failure and2. Shall request the Bidder to make good such failure within a specified period

from the date of receipt of such notice of suspension by the Bidder.

ARTICLE - 9: OWNERSHIP OF DATABASE

The ownership of the data base as and when created in the course of the execution of the work under this tender during the project period without any liability will be automatically vested with the ATMA. None of the physical facility and manpower created under this tender shall be transferred to ATMA.

ARTICLE - 10: DETAILS TO BE KEPT CONFIDENTIAL

The Bidder shall treat the details of the contract as private and confidential, save in so far as may be necessary for the purposes thereof, and shall not publish or disclose the same or any particulars thereof in any trade or technical paper or elsewhere without the previous consent in writing of the ATMA. If any dispute arises as to the necessity of any publication or disclosure for the purpose of the Contract the same shall be referred to the ATMA whose decision shall be final. The Bidder or his representative should neither disclose the data of project nor sell the data or use it for commercial exploitation or research work without the written permission of the ATMA.

ARTICLE - 11: TRANSFER OF RIGHTS

The Bidder shall not transfer the Contract to anybody.

ARTICLE - 12: IMPLEMENTATION SCHEDULE

The Training Agency is expected to commence operation for the young farmerswithin 30 days from the signing of the acceptance of work order.

ARTICLE 13: LEGAL DISPUTE

Legal dispute, if any, would be subject to the Gandhinagar jurisdiction.

Page 31 of 44

CHAPTER –V

ANNEXURES

Page 32 of 44

ANNEXURE -1FINANCIAL BID FORMAT

(To be submitted for each zone separately and online only)

Tender Notice No. :Tender Document No.:

To:Directorate of ATMA & SAMETIP-7, M- Floor, Krishi BhavanSector 10-A, Gandhinagar-382010Gujarat

Sir:

I/We hereby bid for Selection of Training Agency for providing Specialised Training to young male and female farmers in Agriculture and allied sectors in all the talukas of Gujarat as per the Terms of Reference given in this Tender Document of the ATMA, Gandhinagar within the time specified and in accordance with the specifications, design and instructions as per Special Terms and Conditions as well as General Terms and Conditions. The rates are quoted in the prescribed format given below:

Name of the Zone:

Sr. No. Particulars Unit cost ( )(Cost per Trainee)

1 Training cost2 Cost of Consumables such as

Stationery, Study Material, etc.3 Food expenses4 If any, other cost involved

Total Cost/ trainee for one training programme of 3 days

Total Cost for providing services as per the terms and conditions indicated in this Tender Document inclusive of all taxes (in words)- without Boarding and Lodging of trainee.

Kindly provide the cost per farmer for 3 days for one training programme as quote as indicated above.

The rates indicated are all inclusive and are valid for the project period. In the event of discrepancy in the financial quote between the words and the figures the financial quote indicated in words will be considered final.

Signature of the Bidder with Seal

ANNEXURE – 2PROFORMA OF GENERAL POWER OF ATTORNEY

(To be signed and executed in non-judicial stamp paper of 10/=)

GENERAL POWER OF ATTORNEY

Be it known all to whom it concern that:

1. Sri/Smt______________________________S/O____________

____________________Residing at________________

2. Sri/Smt______________________________S/O____________ ____________________Residing at________________

3. Sri/Smt______________________________S/O____________ ____________________Residing at________________

I/We all the Partners/Directors/Board members/ trustees/ Executive council members/ proprietors/ Leaders of M/s________________________having its registered office at_________________hereby appoint Sri_____________________ S/O __________________________________residing at ___________________ as my/our attorney to act my/our name and on behalf and sign and execute all Documents/ Agreements binding the firm for all contractual obligations (including reference of cases to arbitrators) arising out of contracts to be entered into by the company/ Corporation/ society/ trust/ firm with the Office of Directorate of ATMA & SAMETI (ATMA), Gandhinagar 382010 in connection with its tender No._______________Dated_____________For the supply of_______________ due for opening on __________________

In short, he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s____________________________________ and I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/ our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/ us and my/ our company/ Corporation/ society/ trust/ firm as if the same were executed by me/ us individually or jointly.

Witness (with address) Signature of the Partners/Directors/Board members/ trustees/ Executive council members/ proprietors/ Leaders

1.

2.

3. ATTESTED ACCEPTED

Signature: (Seal and Signature of Signatory of Tender offer of the company/ Corporation/ society/ trust/ firm)

Page 34 of 44

ANNEXURE – 3FORMAT FOR PERFORMANCE GUARANTEE

(On Non-Judicial Stamp Paper)

To be stamped according to Stamp Act and toBe in the name of the executing Bank

ToATMA DIRECTORATE AND SAMETIP-7, M- Floor, Krishi BhavanSector 10-A, Gandhinagar-382010Gujarat

In consideration of the ATMA DIRECTORATE AND SAMETI, GANDHINAGAR having its registered office at Gandhinagar (hereinafter called the “ATMA” which expression shall unless repugnant to the subject or context include its administrators successors and assigns) having agreed under the terms and conditions of the Award Letter bearing No _____ dated _____ issued by the ATMA DIRECTORATE AND SAMETI, P-7, M- Floor, Krishi Bhavan, Sector 10-A, Gandhinagar 382010, which has been unequivocally accepted by the Vendor (refer NOTE below) work of Selection of Training Agency for providing Specialised Training to young male and female farmers in Agriculture and allied sectors in all the talukas of Gujarat (hereinafter called the said Contract) to accept a Deed of Guarantee as herein provided for ____ (Rupees ____ only) from a Nationalized/ IDBI/ ICICI/ HDFC/ Axis Bank, in lieu of the security deposit, to be made by the Vendor or in lieu of the deduction to be made from the Vendor’s bill, for the due fulfilment by the said Vendor of the terms and conditions contained in the same Contract. We ________ the__________ (hereinafter referred to be “the said Bank” and having our registered office at ____ do hereby undertake and agree to indemnify and keep indemnified to the ATMA from time to time to the extent of ____ (Rupees ____ only) against any loss or damage, costs charges and expenses misused to or suffered by or that may be caused to or suffered by the ATMA by reason of any breach or breaches by the Vendor and to unconditionally pay the amount claimed by the ATMA on demand and without demand to the extent aforesaid. We, __________ Bank, further agree that the ATMA shall be the sole judge of and as to whether the said Vendor has committed any breach or breaches of any of the terms and conditions of the said Contract and the extent of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the ATMA on account thereof and the decision of the ATMA that the said Vendor has committed such breach or breaches and as to the amount or amounts of loss, damage, costs charges and expenses caused to or suffered by or that may be caused to or suffered by the ATMA from time to time shall be final and binding on us.

1. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said contract and till all the dues of the ATMA under the said Contract or by virtue of any of the terms and conditions governing the said Contract have been fully paid and its claims satisfied or discharged and till the owner certifies that the terms and conditions of the said Contract have been fully and properly carried out by the Vendor and accordingly discharges this Guarantee subject, however, that the ATMA shall have no claim under the Guarantee after 366 (Three Hundred Sixty Six Only) days from the date of expiry of the contract period.

Page 35 of 44

2. The ATMA shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee or indemnity, from time to time to vary any of the terms and conditions of the said contract or to extend time of performance by the said Vendor or to postpone for any time and from time to time any of the powers exercisable by it against the said Vendor and either to enforce or forbear from enforcing any of the terms and conditions governing the said contract or securities available to ATMA and the said Bank shall not be released from its liability under these presents by any exercise by the ATMAof the liberty with reference to the matters aforesaid or by reason of time being given to the said Vendor or any other forbearance, act or omission on the part of the ATMA or any indulgence by the ATMA to the said Vendor or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so releasing the Bank from its such liability.

3. It shall not be necessary for the ATMA to take legal action against the Vendor before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank, notwithstanding any security which the ATMA may have obtained or obtain from the Vendor shall at the time when proceedings are taken against the Bank hereunder be outstanding or unrealized.

4. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the ATMA in writing and agree that any change in the Constitution of the said Vendor or the said Bank shall not discharge our liability hereunder. If any further extension of this Guarantee is required the same shall be extended to such required periods on receiving instructions from M/s. ____ on whose behalf this guarantee is issued.

In presence of

WITNESS For and on behalf of (the bank)

1. __________ Signature ___________

2. __________ Name & Designation _______

Authorization No.

Date and Place

Bank Seal

The above guarantee is accepted by the ATMA, Gandhinagar

NOTES

FOR PROPRIETARY CONCERNS

Shri ________ son of ______resident of _______carrying on business under the name and style of______ at _______ (hereinafter called “The said Vendor” which expression shall unless the context requires otherwise include his heirs, executors, administrators and legal representatives).

Page 36 of 44

FOR PARTNERSHIP CONCERNS

M/s. ___________________ a partnership firm with its office ________ (hereinafter called “the said Vendor” which expression shall unless the context requires otherwise include their heirs, executors, administrators and legal representatives); the name of their partners being

1) Shri__________ S/o

2) Shri__________ S/o

FOR COMPANIES

M/s. ______________ a company registered under the Companies Act 1956 and having its registered office in the State of ________ (hereinafter called “the said Vendor” which expression shall unless the context requires otherwise include its administrators, successors and assigns).

FOR TRUST

M/s. ______________ a company registered under the Bombay Public Trust Act 1850 and having its registered office in the State of ________ (hereinafter called “the said Vendor” which expression shall unless the context requires otherwise include its administrators, successors and assigns).

FOR SOCIETIES

M/s. ______________ a company registered under the Societies Registration Act, 1860 and

having its registered office in the State of ________ (hereinafter called “the said Vendor”

which expression shall unless the context requires otherwise include its administrators,

successors and assigns).

Page 37 of 44

ANNEXURE – 4

PROFILE OF BIDDER

Sr. Particulars Detail1 Name of Organisation2 Nature of the Organisation a In case of Public/Pvt. Ltd company

(Certified copy of Certificate of incorporation for companies & Memorandum and Articles of Associations)

b In case of Partnership Firm(Partnership deed)

c In case of Proprietorship (Registration certificate)

d In case of society(Certified copy of registration deed with objects of constitution of society)

e In case of Corporation(Authenticated copy of the parent statute)

3 Address with Phone No. and Fax No.:4 Name and Contact details of the Authorised Person5 Any other details in support of your offer6 Service tax Clearance Certificate7 PAN8 Certificate/ Recognition obtained for course

Signature of the bidder with seal

Page 38 of 44

ANNEXURE – 5CHECKLIST FOR FULFILLMENT OF ELIGIBILITY CRITERIA

(CHAPTER-I, ARTICLE-3)

Sr. No.

Eligibility Criteria Documentary Evidence to be attached

Documentary Proof

attached(Y/N) Give Annexure

No.)1 The bidder should have minimum

three years of experience in imparting training during last 3 years ending on 31st March 2015.

1. Self Certified copies of Work order/ Agreement/ Work Completion certificate from respective clients clearly indicating work experience from training activities for the last 3 years (i.e., 2012-13, 2013-14& 2014-15) with contact details of clients.OR

2. C.A. Certificate clearly indicating turnover from training activities in the last 3 years (i.e., 2012-13, 2013-14& 2014-15).

2 The bidder should have minimum annual average turnover from training activities as indicated below in the last 3 financial years (2012-13, 2013-14 & 2014-15)

If Applied for (No. of

zones)

Min. Avg. Annual

TurnoverOne Zone Rs.50 lacs

Two Zones Rs.100 lacsThree Zones Rs.150 lacsFour Zones Rs.200 lacs

1. Chartered Accountant Certificate indicating the required annual average turnover from training activities for the last 3 years (i.e.,2012-13, 2013-14& 2014-15)

2. Audited Reports for the last 3 years (i.e.,2012-13, 2013-14& 2014-15)

3 The bidder should have positive net worth for the year ending 31st

March 2015 (i.e., 2014-15)

1. Chartered Accountant Certificate indicating the net worth for year 2014-15

4 The bidder should have minimum three subject specialists in agriculture & allied sector. They should have minimum 7 years of experience in the relevant sector.

1. Self Certified List of the subject specialists alongwith Biodata of all subject specialists

(Format given at Annexure-9)

Signature of the Bidder with seal

Page 39 of 44

ANNEXURE – 6

CHECKLIST FOR FULFILLMENT OF EVALUATION CRITERIA(CHAPTER-II, ARTICLE-22)

Sr.No. Evaluation Criteria

Documentary Evidence to be attached

Documentary Proof attached(Y/N)

Give Annexure No.)

1

Average Annual Turnover from training for last 3 years ending on 31st March 2015 (2012-13, 2013-14 & 2014-15) of the bidder (Zone wise)

1. C.A. Certificate clearly indicating turnover from training activities in the last 3 years (i.e., 2012-13, 2013-14& 2014-15).

2. Audited Reports for the last three years (i.e., 2012-13, 2013-14& 2014-15)

2 Training Course Content1. Training modules prepared for

each area to be submitted.

3Approach Paper for the Project in the form of Presentation

Project Proposal to be submitted

1. Project Understanding 2. Approach for execution3. Methodology & Action plan

for training provided

4Detail of Trainers’ Team of the Agency

1. Agreement of Association with trainers/ Salary slips for last 3 months of the trainers

2. Biodata of Trainers (Annexure-9)

5Detail of Subject Specialists for the training program

1. Agreement of Association with Subject Experts / Salary slips for last 3 months

2. Biodata of Subject Specialists (Annexure-9)

6

No of training projects executed either with Government/ Departments/ Institutes/ Semi Govt. Organisations in last 3 years ending on 31st March 2015.

1. Self certified copies of Work orders/ Agreement with the client

Total

Signature of the Bidder with seal

Page 40 of 44

ANNEXURE – 7LIST OF ZONES AND TALUKAS IDENTIFIED FOR THE PROJECT

Sr. No. AAU SDAU NAU JAU1 Ahmedabad Aravalli Bharuch Amreli

2 Anand Banaskatha Dang Bhavnagar

3 Chhota Udepur Gandhinagar Narmada Botad

4 Dahod Kutch NavsariDevbhumi Dwarka

5 Kheda Mehsana Surat Gir Somnath

6 Mahisagar Patan Tapi Jamnagar

7 Panchmahal Sabarkatha Valsad Junagadh

8 Vadodara Morbi

9 Porbandar

10 Rajkot

11 Surendranagar

1) Name of university: Anand Agricultural University

Total number of talukas: 63

Anand Dahod Kheda Ahmedabad MahisagarChhota Udepur

Panchmahal Vadodara

Tarapur Dahod Nadiyad Mandal Balasinor Chotaudaipur Ghoghamba Vadodara

Sojitra Fatehpura ThasaraDetroj-

RampuraVirpur Kvant Jambughoda Karjan

Umreth Limkheda Mehmadabad Viramgam Santarampur Sankheda Godhara Padara

Anand Devgadhbariya Kapadvanj Sanand Khanpur JetputPavi Sahera Shinor

Petlad Garbada KathalalAhmedabad

cityLunavada Nasvadi Halol Dabhoi

Khambhat Dhanpur Kheda Daskroi Kadana Bodeli Kalol savli

Borsad Zalod Mahudha Dholka Morva(Hadaf) Vaghodiya

Ankalav Sanjeli Matar Bavala Desar

Galteshwar Dhandhuka

Vaso Dholera

2) Name of university: Dantiwada Agricultural University

Total number of talukas: 61

Aravalli Banaskatha Gandhinagar Kutch Mehsana Patan Sabarkatha

Bhiloda Amirgadh Gandhinagar Bhuj Mehsana Patan Khedbrahma

Dhansura Danta Dehgam Abdasha Becharaji Santalpur Vadali

Bayad Dhanera Manasa Mandavi Vadnagar Chanasma Vijaynagar

Malpur Kankrej Kalol Rapar Kadi Radhanpur Idar

Megharaj Vadgam Anjar Satlasana Siddhpur Himatnar

Modasa Bhabhar Gandhidham Vijapur Harij Prantij

Dantivada Mundra Kheralu Sami Talod

Deesa Bhachav Unja Shankheshwar Poshina

Page 41 of 44

Palanpur Lakhpat Visnager Saraswati

Vav Nakhtrana Jotana

Diyodar

Tharad

Lakhni

Suigam

3) Name of university: NavsariAgricultural University

Total number of talukas: 42

Bharuch Dang Narmada Navsari Surat Tapi Valsad

Aamod Dang Dediyapada Navasari Choriyasi Vyara Valsad

Hasot Waghai Tilakvada Vasada Mangrol Valod Umbargav

Vagara Subir Nandod Jalalpor Olpad Nizar Kaparada

Ankleshwar Sagbara Chikhli Mahuva Songadh Pardi(M)

Jambushar Gandevi Mandavi Uchchhal Dharmpur

Valiya Khergam Bardoli Vapi

Bharuch Palsana

Zagadiya Kamrej

Netrang Umarpada

4) Name of university: Junagadh Agricultural University

Total number of talukas: 80

Amreli Bhavnagar Botad Dwarka Somnath Jamnagar Junagadh Morbi Porbandar Rajkot Surendranagar

Amreli Bhavnagar Barvada Bhanvad Talala Jamnagar Junagadh Vakaner Porbandar Rajkot Chotila

Lathi Gariyadhar RanpurJamka-liyanpur

Una Dhrol Bhesana Morbi KutiyanaJamka-ndona

Dhangadhra

Liliya Palitana BotadOkha-mandal

(Dwarka)Kodinar Jamjodhpur Kesod Maliya Ranavav Lodhika Limbdi

Babara Umrala GadhadaJamkham-

bhaliyaSutrapada Jodiya Maliya Tankara Dhoraji Vadhavan

Kukavav Ghogha Veraval Kalavad Manavadar Halvad Jasdan Chuda

Dhari SihorGir-

GaddhaLalpur Mangrol

Kotda-sangani

Muli

Khambha Valbhipur Mendarada Padadhari Dasada

Rajula Mahuva Vanthali Gondal Lakhtar

Jafrabad Tadaja Visavadar Jetpur Sayla

Bagasara JesarJunagadh

CityUpleta Thangadh

Savar-kundala

Vinchhia

Page 42 of 44

ANNEXURE – 8GUIDELINES FOR APPROACH PAPER CONTAINING PROJECT

PROPOSAL & ACTION PLAN

A) GeneralI NameII Office Address with phone/ fax No. &

email addressIII Name of Contact Person /s with

Designation

B) Details of Present Activities in BriefI Activity level and turnover for last 3

years ending 31st March, 2015

II

Brief details of present activity highlighting work in agriculture training

IIIExisting infrastructure set up available at Taluka level in Gujarat, if any

IV Details of Training modules available

C) Project Proposal

IProposed sector & sub-sector to be served in Agriculture & allied activities

II

Detail of different training modules available related with agriculture & allied activities

III Mode of training

IVList of equipment, tools, etc. to be proposed for training

Study material and others, etc

D) Training Curriculum and Trainers- Training methodology proposed- “Other Inputs”.- Details of trainers & Subject Experts

proposed for the project (with names and photographs) including qualifications, experience, etc.

E) Action Plan for Project Period

Page 43 of 44

ANNEXURE 9DETAILS OF SUBJECT SPECIALISTS & TRAINERS OF THE AGENCY

(A) Existing Employees

Sr. No.

Name of

Faculty

Age(Years)

Qualification Experience(Years)

Area of Expertise

Self certi. Biodata

submitted (Yes/ No)

Salary slip

submitted (Yes/ No)

Sector Sub-sector

(B) Proposed Employees

Sr. No.

Name of

Faculty

Age(Years)

Qualification Experience(Years)

Area of Expertise

Self certi. Biodata

submitted (Yes/ No)

Agreement of

Association for project

period submitted (Yes/ No)

Sector Sub-sector

Note:1) Bidder has to provide the details of trainers and subject specialists separately as

per the above format for each zone applied for.

2) The Area of expertise should clearly indicate sector (such as Agriculture, Horticulture, Animal husbandry & Fisheries) and its sub-sector.

3) The training staff should have at least 3 years of experience in the sector it provides training and subject specialist should have atleast 7 years of experience in the sector it proposes to provide training

4) The bidder has to enclose detailed biodata of the training staff and subject specialist separately alongwith this annexure.

Signature of Bidder with Seal

Page 44 of 44

ANNEXURE 10PROJECT DETAILS TO BE SUBMITTED BY AGENCY

(At the end of each training programme of 3 days at taluka level)

A) List of Trainees:

Name of Beneficiary Caste and GenderSr. No. Name Village Taluka Gender Caste

Male Female SC ST General1234

B) List of Documents/ Reports/ Information

Attendance sheet of the trainees attended training program Photographs of training programs Summary of evaluation of trainees