Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 1 of 51
Chhatrapati Shahu Maharaj Research, Training
And Human Development Institute, Pune
(An Autonomous Institute of Other Backward Class, Social & Educational
Backward Class, VimuktJati & Nomadic Tribes and Special Backward Class
Welfare Department, Government of Maharashtra)
Balchitravani, Gopal Ganesh Agarkar Road, Behind Senapati Bapat Road, Pune (Maharashtra) - 411 004.
Email ID : [email protected] CIN- U74999PN2018NPL177394 Website : www.sarthi-maharashtragov.in
REQUEST FOR PROPOSAL (RFP)
FOR
SELECTION OF AGENCY TO DEPLOY EXPERIENCED PROFESSIONALS FOR SKILL DEVELOPMENT ACTIVITIES
of
Chhatrapati Shahu Maharaj Research, Training and Human Development Institute (SARTHI)
RFP No.
Issued on:
Techno-Financial Bid
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 2 of 51
Table of Contents
1 Section I ........................................................................................................................................... 6
Detailed E- Tender Notice ....................................................................................................................... 6
1.1 Brief background of SARTHI .................................................................................................... 6
1.2 Project Background ................................................................................................................. 6
1.3 Scope of work.......................................................................................................................... 6
1.4 Two Bids Systems .................................................................................................................... 7
1.5 Availability of Bid Document ................................................................................................... 7
1.6 Tender Fee .............................................................................................................................. 7
1.7 Bid Security/Earnest Money Deposit ...................................................................................... 7
1.8 Tender Handling Fee ............................................................................................................... 8
1.9 Key Events and Dates .............................................................................................................. 8
1.10 Scope of Work and General Instructions to Bidders ............................................................... 9
1.11 Pre-qualification /Minimum Eligibility Criteria ....................................................................... 9
2 Section II ........................................................................................................................................ 11
Bidding Process ..................................................................................................................................... 11
2.1 Submission of bid .................................................................................................................. 11
2.2 Period of Validity of Bids ....................................................................................................... 11
2.3 Bid due Date .......................................................................................................................... 12
2.4 Late Bid ................................................................................................................................. 12
2.5 Pre-Bid Queries ..................................................................................................................... 12
2.5.1 Pre-Bid Queries Format................................................................................................. 12
2.6 Documentation ..................................................................................................................... 13
2.7 Bid Evaluation Committee .................................................................................................... 13
2.8 Technical Bid ......................................................................................................................... 13
2.9 Financial Bid .......................................................................................................................... 13
2.10 Bid Price ................................................................................................................................ 13
2.11 Bid Currency .......................................................................................................................... 13
2.12 Evaluation Criteria ................................................................................................................. 14
2.12.1 Evaluation of pre-qualification ...................................................................................... 14
2.12.2 Evaluation of Technical Bid ........................................................................................... 14
2.12.3 Evaluation of Financial Bid ............................................................................................ 14
2.13 Selection of the Agency ........................................................................................................ 14
2.14 Technical and Financial Bid Criteria ...................................................................................... 14
2.14.1 Technical Criteria .......................................................................................................... 14
2.14.2 Conditions of Eligibility for Experienced Professionals ................................................. 16
2.14.3 Financial Criteria ........................................................................................................... 22
2.15 Clarification on the Bids ........................................................................................................ 22
2.16 Negotiations .......................................................................................................................... 22
2.17 Award of Contract ................................................................................................................. 22
2.18 Notification of Award and Signing of Contract ..................................................................... 22
2.19 Performance Bank Guarantee .............................................................................................. 23
2.20 Contacting officials ................................................................................................................ 23
2.21 Payment Milestones ............................................................................................................. 23
2.22 Deployment/Removals/Replacement of Personnel .............................................................. 23
2.23 Forms .................................................................................................................................... 24
3 General Terms & Conditions ......................................................................................................... 25
3.1 General Details ...................................................................................................................... 25
3.1.1 General Considerations ................................................................................................. 25
3.1.2 Cost of preparation of proposal .................................................................................... 25
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 3 of 51
3.1.3 Language ....................................................................................................................... 25
3.1.4 Only one proposal ......................................................................................................... 25
3.1.5 Proposal validity ............................................................................................................ 25
3.2 Bid forms ............................................................................................................................... 25
3.3 Fraudulent & Corrupt practices ............................................................................................ 25
3.4 Lack of information to Agency .............................................................................................. 26
3.5 Contract obligations .............................................................................................................. 26
3.6 Conflict of interest ................................................................................................................ 26
3.7 Force Majeure ....................................................................................................................... 26
3.7.1 Force Majeure Events ................................................................................................... 27
3.7.2 Force Majeure exclusions ............................................................................................. 27
3.7.3 Procedure for calling Force Majeure ............................................................................ 27
3.8 Contract Obligations ............................................................................................................. 27
3.9 Amendment to the Agreement............................................................................................. 27
3.10 Use of Agreement Documents and Information................................................................... 28
3.11 Assignment and sub contracts .............................................................................................. 28
3.12 Resolution of disputes .......................................................................................................... 28
3.13 Taxes and duties ................................................................................................................... 28
3.14 Service Terms ........................................................................................................................ 28
3.15 Liabilities, Control etc. of the persons’ deployed ............................................................. 28
3.16 Legal Compliances ............................................................................................................... 30
3.17 Jurisdiction of Courts ............................................................................................................ 31
3.18 Others ................................................................................................................................... 31
4 Forms& Formats ........................................................................................................................... 32
4.1 PQ – I: Bid Conditions Acceptance Letter & EMD details ..................................................... 32
4.2 PQ – II: Agency Details .......................................................................................................... 33
4.3 PQ – III: Checklist for – Pre-Qualification Criteria ................................................................. 34
4.4 PQ – IV: Format for Submission of Pre-Qualification Eligibility Information ........................ 36
4.5 Declaration of Not Being Blacklisted..................................................................................... 38
4.6 Form TECH-1: Technical Proposal Submission Form ............................................................ 39
4.7 Form TECH-2: Organization & Experience ............................................................................ 40
4.7.1 TECH-2A: Agency’s Organization Details ....................................................................... 40
4.7.2 TECH-2B: Agency’s Experience ...................................................................................... 41
4.8 TECH-3: Comments or Suggestions on the Scope of Work ................................................... 42
4.9 TECH-4: Description of the Approach, Methodology and Work Plan for Performing the
Assignment........................................................................................................................................ 43
4.10 TECH-5: Work Schedule ........................................................................................................ 44
4.11 TECH-6: Team Composition and Proposed Personnel’s CVs ................................................. 45
4.12 Financial Forms and Formats ................................................................................................ 49
4.13 FIN - I: Financial Proposal Submission Form ......................................................................... 50
4.14 FIN - II: Summary of Costs ..................................................................................................... 51
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 4 of 51
E-Tender Notice
Notice inviting proposals for Selection of Agency to deploy experienced professionals in Chhatrapati
Shahu Maharaj Research, Training and Human Development Institute (herein after referred to as
‘SARTHI’) for Skill Development Activities
SARTHI invites proposals from reputed agencies with proven track record in the field of Skill
Development and Entrepreneurship to provide experienced professionals for Skill Development
activities of SARTHI. The salient features of the RFP are as listed below;
1. SARTHI plans to select an Agency to provide experienced professionals in the field of Skill
Development. The initial team shall be of 14 professionals. However, SARTHI reserves the right
to increase/decrease the team size at any point of time based on the project requirement.
2. The duration of the engagement will be for a period of 3 (Three) years. The selected Agency
shall deploy team within 2 weeks of issuance of work order. This shall also be the date of
3. commencement of the project.
4. The Agency shall be selected in accordance with the Quality and Cost Based Selection (QCBS)
method.
5. The Bid documents including addendum/corrigendum (if any) will be available on website
https://maharashtra.etenders.in or https://swd.maharashtra.etenders.in
6. The details regarding eligibility criteria, scope of work, application procedures, selection
methodology and other terms and conditions have been clearly stated in the RFP document.
The RFP includes the following criteria for qualification;
a. Instructions to Agency
b. Scope of work
c. General Terms and Conditions
d. Technical Proposal – Prescribed Forms
e. Financial Proposal - Prescribed Forms
Agencies shall submit their proposal in response to this RFP after careful study and
examination of this document and with full understanding of its terms, conditions and
implications etc.
7. The agencies shall submit their bid/proposal through the online e-tender portal only.
8. The interested agencies should register and enrol on website https://maharashtra.etenders.in
or https://swd.maharashtra.etenders.in to participate in the bid process.
9. To participate in online bidding process, agencies must procure a Digital Signature Certificate
(Class - II) as per Information Technology Act-2000 using which they can digitally sign and
encrypt their electronic bids. In case of any difficulties to enrol or to obtain digital certificate,
agencies should contact Sify Technologies Ltd/ Nextender (India) Pvt. Ltd. On 020-25315555,
E- mail: [email protected]
10. The Tender fee of Rs.20,000/- is required to be deposited online through e-tender portal vide
Credit Card / Debit Card / Net Banking / NEFT.
11. The EMD of Rs. 20,00,000/- is required to be deposited online through e-tender portal vide
Credit Card / Debit Card / Net Banking / NEFT in the name of Managing Director, SARTHI.
12. The agencies have to pay a fee of Rs.1092/- towards e-tender handling, to the Nextender
Agency.
13. Interested agencies shall submit their bid on as per the schedule mentioned in Section 1.9.
14. The advertisement is also available on SARTHI website www.sarthi-maharashtragov.in >
notice board.
15. Incomplete proposals or those received after the specified time and date or not fulfilling the
specified requirement shall not be considered.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 5 of 51
16. Managing Director, SARTHI, reserves the right to reject any or all the Bids
Managing Director
Chhatrapati Shahu Maharaj Research, Training and
Human Development Institute (SARTHI)
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 6 of 51
1 Section I
Detailed E- Tender Notice
1.1 Brief background of SARTHI
Chhatrapati Shahu Maharaj Research, Training and Human Development Institute (herein after
referred to as ‘SARTHI’), Pune, is registered under Companies Act, 2013 under Section 8 as a Non Profit
Government Company for Research, Policy Advocacy, Training etc for Socio-economic and Educational
Development of the target group communities (Maratha, Maratha-Kunbi, Kunbi-Maratha, Kunbi
communities) in Maharashtra.
1.2 Project Background
SARTHI intends to define a strategy to enhance the employability and livelihood of the target group
by addressing the challenges in skilling, entrepreneurship and market linkages.
SARTHI plans to engage an Agency to deploy experienced professionals in Skill Development to
professionally plan and support SARTHI to enable execution and monitoring of skill development
activities for a period of three years.
1.3 Scope of work
The brief of scope of work of the Agency is as follows;
1. Skill Development for Employment, Self-Employment, Entrepreneurship, Incubation,
Special Projects and Industry Linkages
a) Assist and support SARTHI in various activities for Skill Development, Entrepreneurship
and other initiatives
b) Design and finalization of various Skill Development training programs
• Design program for Employment, Self-Employment, Entrepreneurship, Incubation,
Special Projects and industry linkages
• Design of mobilization strategy
• Developing norms for selection of Training Service Providers (TSPs), including rewards
and recognition of top performing TSPs and weeding out poor performers
• Developing norms for cost, stipends, free lodging & boarding facilities, etc.
• Design methodologies for monitoring and evaluation of the program including quality
parameters
• Designing methodology for post placement tracking of candidates.
• To design program on re-skilling, up-skilling and Recognition of Prior Learning (RPL).
• Identification of a few training entities which have been imparting skilling programs
as a part of their social commitment (such as industry-based training units, CSR
initiatives, spiritual organizations etc.)
• Support in developing of skill development and entrepreneurship ecosystem
• Support in developing of programs for training of women self-help groups
• Support in developing industry linkages and possibilities of public private partnership
wherever possible
• Assist SARTHI in, collaborating with industries which are involved in the providing in-
house skill development trainings and self-employment
• Assist SARTHI in raising funds under CSR
• Exploring opportunities of collaborating with National programs of NSDC and State
programs of MSSDS
2. Bid Management Support for Skill Development Initiatives
• Assist in preparation of RFP documents for various projects
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 7 of 51
• Assist in responding to pre-bid queries
• Assist SARTHI in evaluation of technical and Financial bids
3. Program Management Support
• Monitoring and Evaluation
1. To evolve and prescribe standards for evaluation and monitoring of various
projects and schemes
2. To help conduct evaluations of the various projects & schemes being
implemented for the development of targeted groups
• Submitting regular project management and review reports to SARTHI
4. To support SARTHI on any other specific task pertaining to Skill Development, as given by
MD, SARTHI
1.4 Two Bids Systems
The bidder (Agency) must submit their bids online. The bidder has to submit bid online in two bids
separately (Technical Bid & Financial Bid).
Prospective Bidders may download the tender document from https://maharashtra.etenders.in or
https://swd.maharashtra.etenders.in. The bidder can also download the bid document from
www.sarthi-maharashtra.gov.in. Bidders are advised to study the Bidding Document carefully.
Submission of the Bid shall be deemed to have been done after a careful study and examination of
the Bidding Document with full understanding of its implications
1.5 Availability of Bid Document
1. The e-Tender document shall be available online at https://maharashtra.etenders.in or
https://swd.maharashtra.etenders.in
2. The interested agencies should register and enrol on the above mentioned e-Tendering portal
to participate in the bid process.
3. To participate in online bidding process, agencies must procure a Digital Signature Certificate
(Class - II) as per Information Technology Act-2000 using which they can digitally sign and
encrypt their electronic bids. In case of any difficulties to enrol or to obtain digital certificate,
agencies should contact Sify Technologies Ltd/ Nextender (India) Pvt. Ltd. On 020-25315555,
E- mail: [email protected]
1.6 Tender Fee
The Tender fee of Rs.20,000/- is required to be deposited online (Non Refundable) through e-tender
portal vide Credit Card / Debit Card / Net Banking / NEFT.
1.7 Bid Security/Earnest Money Deposit
The Earnest Money Deposit (EMD) of Rs. 20, 00,000/- is required to be deposited online through Credit
/ Debit Card / Net Banking / NEFT in the name of Managing Director, SARTHI. Proof of the same should
be attached with the Technical Bid. Realization of online NEFT / RTGS payment takes 2 to 24 hours, so
it is advised to make sure that online NEFT / RTGS payment activity should be completed well before
time.
• The EMD shall be denominated in Indian Rupees only.
• No interest will be payable to the Agency on the amount of the EMD.
• Bids submitted without adequate EMD will be liable for rejection.
• EMD shall be non-transferable.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 8 of 51
• The Selected Agency’s EMD shall be refunded on submitting the Performance Bank Guarantee
1. In case the selected Agency fails to deposit the Bank Guarantee towards Performance
security in scheduled time as mentioned below, the EMD submitted shall be forfeited, and
SARTHI may consider the award of assignment to the next ranked Agency.
2. The EMD of all the other agencies shall be returned within 90 days of award of contract
to the successful Agency.
3. The bid security may be forfeited at the discretion of SARTHI, on account of one or more
of the following reasons:
a. If the Agency withdraws the bid during the period of bid validity specified on the
bid document.
b. If the Agency does not respond to the requests for clarification of the bid.
c. If the Agency fails to co-operate in the bid evaluation process, and
d. In the case of successful Agency, the Agency fails:
i. to sign the agreement in time, or
ii. to furnish Performance Bank Guarantee
1.8 Tender Handling Fee
The agencies have to pay a fee of Rs.1092/- towards e-tender handling to the Nextender Agency.
1.9 Key Events and Dates
Sr.
No. SARTHI Stage Vendor Stage Start Date & Time
Expiry Date
& Time Envelopes
1 Release of Tender - 28-09-2019 29-09-2019 12.00 -
Prebid meeting - 24-10-2019 15.00 24-10-2019 17.00
2
Tender
Download
29-09-2019 12.01 13-11-2019 16.00 Financial Envelope C1,
Technical Envelope T1
3 - Bid
Preparation
29-09-2019 12.01 13-11-2019 16.00 Financial Envelope C1,
Technical Envelope T1
4 Close for Technical Bid - 14-11-2019 16.01 14-11-2019 18.00 Technical Envelope T1
5 Close for Price Bid - 14-11-2019 16.01 14-11-2019 18.00 Financial Envelope C1
6 - Bid
Submission
14-11-2019 18.01 15-11-2019 17.00 Financial Envelope C1,
Technical EnvelopeT1
7 Technical Bid
Opening
14-11-2019 17.01 16-11-2019 17.00 Technical Envelope T1
8 Price Bid opening To be Notified Later To be Notified Later Financial Envelope C1
Sr. No. Item Description of the fees
1 Earnest Money Deposit (EMD) Rs.20,00,000 /- (Rs. Twenty Lakh only).
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 9 of 51
2 Tender Fee Rs 20,000 /- (Rs. Twenty Thousand only).
3 E- Tender Handling Fee The Agency must pay a fee of Rs.1092/- towards e-tender handling
charges, to the Nextender Agency at the time of submission of bid
4 Bid Validity Period Ninety (90) days from the date of opening of Bid.
5 Last date of signing contract As intimated in work order of SARTHI.
1.10 Scope of Work and General Instructions to Bidders
SARTHI requires the services of reputed, well established and financially sound agencies with proven
track record in the field of Skill Development and Entrepreneurship to provide experienced
professionals for Skill Development activities of SARTHI.
1.11 Pre-qualification /Minimum Eligibility Criteria
• The objectives and expected deliverables of the Services which will be carried out by the
selected firm are provided in the Scope of Work section 1.3.
• The agencies who are interested in being considered for this assignment should mandatorily
fulfil the following pre-qualification criteria:
SN Criteria Supporting Document
1 The Agency should be a company incorporated
in India under the Companies Act, 1956 and
subsequent amendments thereto or a
partnership firm registered under LLP Act, 2008
or Indian Partnership Act, 1932
Copy of Certificate of Incorporation
2 The Agency should have an average annual
turnover of Rs. 100 (Hundred) Crores or above
for the last three financial years. (i.e. FY 16-17,
FY 17- 18, FY 18-19) coming from its Advisory/
Consulting services
Copy of Audited P & L statement
clearly specifying the turnover from
Advisory/Consulting Services
OR
Statutory Auditors Certificate
3 The Agency should have worked as a Project
Management Consultant/ Program
Management Consultant/ Project Management
Unit/ Program Management Unit for at least 3
(three) Skill Development Projects with any
Central/State Government Dept or any other
Government Agency in the last three financial
years (i.e. FY 16-17, FY 17- 18, FY 18-19).
Only, projects with the minimum order value of
Rs 1 Crore and for a minimum duration of one
year would be considered.
Work Orders / Completion Certificate
/ Authorized Letters etc. from the
Client
4 The Agency should not have been blacklisted by
any State or Central Government, or any
Government Agency or PSU or any of the
Self-Attested Letter by each Company
/ Firm / Agency
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 10 of 51
competent courts for any default at the time of
submission of the bid
Note – No consortium is allowed
1. The total duration of the Services will be 3 (Three) years.
2. Agency interested in being considered for the assignment should submit information in the
format as prescribed for submission of response to the RFP.
3. SARTHI is not responsible for any delay in submission on the portal and reserves the right to
cancel all or any of the responses to RFP without any reason thereof.
*******************
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 11 of 51
2 Section II
Bidding Process
2.1 Submission of bid
1. The agency should ensure that all the required documents, as mentioned in this RFP, are
submitted along with the bid and in the prescribed format only.
2. Non-submission of the required documents or submission of the documents in a different
format/ contents may lead to the rejection of the bid submitted by the Agency.
3. It shall be the sole responsibility of the Agency to ensure that all the documents required for
the Pre-Qualification, Technical Bid and Financial Bid etc. are uploaded on the portal well
within time and SARTHI shall not entertain any representation from any Agency, who fails to
upload the requisite documents within the stipulated time and date on account of any
technical issues related to low internet connectivity, size of the files to be uploaded, error with
regards to uploading of correct file etc. Therefore, the Applicants are notified that they must
read the instructions / information given on the homepage of the
https://maharashtra.etenders.in or swd.maharashtra.etenders.in and must understand all
the nuances of technology in advance.
4. The Applicants should note that the bids will be evaluated based on documents referenced
against evaluation criteria of the pre-qualification, forms, technical bid, financial bid and
compliance to technical specification only.
5. SARTHI will not accept the delivery of the bids and any other supporting documents, in any
manner, other than that specified in this RFP. Any bid delivered in any other manner shall be
treated as defective, invalid and rejected. Under no circumstances, any physical documents
will be accepted after submission of bid.
6. It is required that all the bids submitted in response to this tender document should be
unconditional in all respects, failing which SARTHI reserves the right to reject the Bid.
7. It shall be the responsibility of the Agency to re-check that each page of the requisite
document uploaded as a part of the bid is stamped and duly signed by an authorized signatory
8. Modification and Withdrawal of Bids:
a. Resubmission of bid by the Agency for any number of times before the final date and
time of submission is allowed.
b. Resubmission of bid shall require uploading of all documents including financial bid
afresh.
c. If the Agency fails to submit the modified bids within the pre-defined time of receipt,
the system shall consider only the last bid as final submission.
d. The Agency can withdraw its bid before the closure date and time of receipt of the bid
by uploading scanned copy of a letter addressing to the Officer Inviting Bid citing
reasons for withdrawal. The system shall not allow any withdrawal after expiry of the
closure time of the bid.
e. The Agency should avoid submission of bid at the last moment to avoid failure due to
system failure or malfunction of internet or traffic jam or power failure etc.
2.2 Period of Validity of Bids
1. Bids shall remain valid for 90 days after the date of opening of the bid as prescribed by SARTHI.
Any bid with shorter validity period (less than 90 days) shall be rejected as non-responsive.
2. In exceptional circumstances, SARTHI may solicit Agency's consent for extension of the period
of validity. The request and the responses thereto shall be made in writing. The validity of bid
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 12 of 51
security shall also be suitably extended. An Agency agreeing to the request is, however, not
permitted to modify the bid.
2.3 Bid due Date
The last date and time of submission of bid has been specified in Section 1.9. SARTHI, at its discretion,
in the e-tendering portal, extend the date of submission of bid, in which case all rights and obligations
of the Client and the agencies, shall thereafter be subject to the extension of the bid due date.
2.4 Late Bid
The bid can only be submitted till the cut-off time and date as specified in Section 1.9 or as updated
through the e-tendering portal. Any bid submission after the cut off time and date or a request for the
same will not be considered.
2.5 Pre-Bid Queries
SARTHI will organize a Pre-Bid meeting with all interested Agency to answer their queries at the date
and time specified in Section 1.9. All the agencies are requested to submit their list of queries /
suggestions / clarifications if any, via email only and in the format prescribed below to
[email protected],in, before the pre-bid meeting date specified in “Schedule for Invitation
of RFP” of this document. No telephonic queries will be entertained.
SARTHI will not respond to the queries sent in any other format than prescribed as below or queries
sent after the stipulated date.
SARTHI shall consider the queries submitted by prospective Agency and may or may not change the
tender document / amend the tender document.
All such changes or amendments, if any, will be published online on e-tendering website and shall be
treated as inherent part of the tender requirement. The said changes shall be applicable to all bidders.
2.5.1 Pre-Bid Queries Format
Name of the Agency: ______________________________________________________________
Date: ______________
Name of Person(s) Representing the Agency:
Sr. No. Name of the Person Designation Email Id Contact No.
Sr. No. RFP Page Number Clause (Tender Ref.) Query / Suggestion / Clarification
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 13 of 51
2.6 Documentation
Agency is required to furnish documentary evidences, to prove its credentials claimed, such as
certification / work order / contract document / information available in public domain/ from the
client / completion certificate (wherever applicable).
2.7 Bid Evaluation Committee
The Bid Evaluation Committee constituted by SARTHI shall evaluate the Technical bids and Financial
bids as per the criteria mentioned in the tender document and submit its recommendation to
Managing Director, SARTHI, whose decision shall be final and binding upon the bidders.
2.8 Technical Bid
1. The Technical Proposal shall not include financial proposal. A Technical Proposal containing
financial information shall be declared non-responsive.
2. Agency shall not propose alternate Supervisory or Key personnel. Only one CV shall be
submitted for each position. Failure to comply with this requirement will make the Proposal
non-responsive.
3. Depending on the nature of the assignment, the Agency is required to submit a Technical
Proposal, using the Standard Forms provided in the RFP.
4. The Agency shall submit a signed and complete Proposal comprising the documents and
forms. The submission needs to be done online only.
5. An authorized representative of the Agency shall sign the original submission letters in the
required format for Pre-qualification criteria and both the Technical and Financial Proposals.
The authorization shall be in the form of a written power of attorney attached to the Technical
Proposal.
6. Any modifications, revisions, interlineations, erasures, or overwriting shall be valid only if they
are signed or initialled by the person signing the proposal.
2.9 Financial Bid
The Financial Proposal shall be prepared using the Standard Forms provided online only. The Financial
Proposal shall include all the costs of overheads, out of pocket expenses etc except GST.
The Agency shall abide by all the tax laws
The Agency shall express its quote for its services in INR only.
2.10 Bid Price
1. The bid should indicate the prices in the format of price schedule only.
2. The price quoted should include all applicable taxes and levies except GST. The Agency should
give the total price of the work and should include all the above, except GST.
3. Any effort by the Agency or Agency's agent or representative to influence SARTHI in any way
concerning scrutiny / consideration / evaluation / comparison of the bid or decision
concerning award of contract shall entail rejection of the bid.
2.11 Bid Currency
Total cost of the service shall be mentioned only in Indian Currency. Payment for the same as specified
in the agreement shall be made in Indian Rupees only.
SARTHI shall not be responsible for any variation in the rates of foreign currency vis-a-vis Indian
currency. No correspondence in this regard will be entertained.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 14 of 51
2.12 Evaluation Criteria
2.12.1 Evaluation of pre-qualification 1. The documentation submitted by the Agency will be examined for capabilities as indicated in
the pre-qualification criteria (Section 1.11).
2. The value and validity of the EMD and the Tender Fee will be checked.
2.12.2 Evaluation of Technical Bid
1. The bids qualified in pre-qualification stage will only be considered for technical evaluation.
2. The technical bids of the Agencies will be opened to verify the specified aspects.
3. The evaluation would be based on the evaluation criteria mentioned in the document.
2.12.3 Evaluation of Financial Bid
1. The bids qualified in pre-qualification stage and technical evaluation stage only will be
considered for financial evaluation
2. Marks will be given to the lowest bid value and points to others shall be calculated on
percentile basis.
3. Incase of discrepancy in amount, figures in words will be considered.
2.13 Selection of the Agency
1. The decision of SARTHI on finalization of the Agency will be final and no representation in this
regard will be entertained.
2. The final selection of the Agency will be made based on the overall score of technical and
financial bids in ratio of 75:25(Technical Score x 0.75 + Financial Score x 0.25)
3. The successful Agency will be issued Letter of Acceptance.
2.14 Technical and Financial Bid Criteria
2.14.1 Technical Criteria
Criteria, sub-criteria, and point system for the evaluation of the Technical Proposals:
1. SARTHI will evaluate only the pre-qualified proposals as per the criteria stated below
2. Technical Proposal Evaluation Criteria
SN Evaluation Criteria Max.
Marks
1 Financial Strength 5
1.1 Average annual turnover from Advisory/Consulting Services for the last three financial
years (i.e. FY 16-17, FY 17- 18, FY 18-19)
• INR. 100 crores to < INR. 300 crores = 1 mark
• >= INR. 300 crores to < INR. 500 crores = 2 marks
• >= INR. 500 crores = 5 marks
5
2 Experience of Agency
(furnish documentary evidences such as certification/ work order/ contract document/
information available in public domain/ from the client/ completion certificate where
applicable)
40
2.1 Experience of working as a Project Management Consultant/ Program Management
Consultant/ Project Management Unit/ Program Management Unit on Skill
Development Projects for a Skill Development Mission/State Govt/ Central Govt in India
15
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 15 of 51
SN Evaluation Criteria Max.
Marks
for a minimum duration of 1 year, executed during the last five years as on date of
submission of bid, with a minimum value of each assignment being at least INR 1 Crore
3 assignments: 2 marks
4 assignments: 3 marks
5 assignments: 6 marks
>= 6 assignments: 10 marks
Additional marks would be given for projects with Government of Maharashtra,
2.5 marks per project with max of 5 marks
Note – Either completed projects or ongoing projects wherein atleast 1 Cr of consulting
work has been executed shall be considered.
2.2 Experience of Advisory Assignments (non-PMU based*) in Skill Development Projects
with any State/ Central governments/PSUs/ private agencies in India
1-3 assignment: 3 marks
4-6 assignments: 6 marks
>= 7 assignments: 10 marks
*Advisory projects in the skill development domain which are deliverable based for a
fixed duration.
10
2.3 Experience of working in the development/implementation of Special Projects* in India
in the Skill Development domain for State/Central Government
1 Project: 5 Mark
>= 2 Projects: 10 Marks
*Special projects = projects done for a particular community/target segment like BPL /
SC / ST population in India (projects solely for the said population and not part of any
general consulting assignment) with any State Govt. / Central Govt. organization
10
2.4 Experience of working with Sector Skills Councils in India
1-2 SSCs: 1 Mark
3-4 SSCs: 3 Marks
> =5 SSCs: 5 Marks
5
3 Resource Requirement
Marking will be on the basis of Interview, Presentation etc. by each resource person
proposed by the Agency for deployment
40
3.1 Supervisory Support 16
3.1.1 Project Director 8
3.1.2 Chief Expert - Skill Development 8
3.2 Senior Key Resource Personnel 12
3.2.1 Program Manager 6
3.2.2 Principal Project Advisor 6
3.3 Key Resource Personnel 12
3.3.1 Project Lead - Skill Development (Employment) - 2 Nos 3+3
3.3.2 Project Lead - Skill Development (Entrepreneurship & Self-Employment) 3
3.3.3 Project Lead - Skill Development (Incubation & Industry Linkage) 3
4 Project understanding and Approach & Methodology for implementing the
assignment
5
5 Technical presentation, interviews etc. of the resource person proposed by the
Agency before the Evaluation Committee
Note
10
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 16 of 51
SN Evaluation Criteria Max.
Marks
Interview of each proposed professional will be taken separately and she/he may be
asked to prepare on the spot write-up / document on the specific task allotted to
her/him.
Total 100
1. The supporting documents – Copy of work orders/agreements/contracts/completion
certificate mentioning scope of work.
2. The agency to peruse the Scope of Work (SOW) of SARTHI. The agency shall include the
following in their presentations;
— Skill Development training for ensuring job/service in various industries
— Skill Development training for Self-Employment
— Skill Development training for Entrepreneurship
— Skill Development Training Capacity building programs for establishing industrial
units (Small/ Medium)
3. The professionals who are proposed to be deployed by the Agency has to be allocated specific
task/s out of the SOW so as to enable her/him to come well prepared on the particular task/s
for the technical interview.
o Specific emphasis on Skill Development Trainings and Entrepreneurship Initiatives is
to be given by the professionals while presentation and for that, it would be
appropriate that 2/3 professionals of different seniorities are given these tasks
o The professionals should come well prepared on plans, strategies and roadmap for
SARTHI to achieve fast-paced success in SKILL DEVELOPMENT and Entrepreneurship;
based on various initiatives taken by various agencies, including Central Govt., State
Govt. and Semi-Govt. organizations across the country.
o Interview of each proposed professional will be taken separately and she/he may be
asked to prepare on the spot write-up / document on the specific task allotted to
her/him and accordingly marks will be awarded against the criteria 3, 4 and 5 in the
evaluation table above.
2.14.2 Conditions of Eligibility for Experienced Professionals
The Agency shall employ and provide such qualified and experienced personnel as mentioned below
to carry out the services as per the criteria defined in the RFP.
2.14.2.1 Description of Personnel
The following resources shall be deployed as per the table below;
(Detailed CVs of all the personnel should be provided as per the format mentioned in form tech 6)
Type of
Resource Designation
Involvement Level
Number of Resources
Supervisory Staff
Project Director Part Time/As per the project need
1
Chief Expert - Skill Development 1
Senior Key Resource Personnel
Program Manager Full Time
1
Principal Project Advisor 1
Project Lead - Skill Development (Employment)
Full Time 2
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 17 of 51
Key Resource Personnel
Project Lead - Skill Development (Entrepreneurship & Self-Employment)
1
Project Lead - Skill Development (Incubation & Industry Linkage)
1
Technical Officer
Technical Officer - Skill Development (Employment)
Full Time
4
Technical Officer - Skill Development (Entrepreneurship & Self-Employment)
2
Technical Officer - Skill Development (Incubation & Industry Linkage)
2
Total 16
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 18 of 51
S N Resource Type Minimum Criteria Marks Total
Marks Role
Supervisory Staff
1 Project Director
Minimum Experience of 10 years in handling consultancy services for Government sector in India
• 10-12 years: 1 mark
• >12 years: 3 marks
8
Part Time/As per the project need
BE/ B.Tech. and MBA/Post Graduate in Management
• BE/B.Tech. + MBA/Post Graduate in Management from reputed college (Rank 1 to 20 as per NIRF ranking 2019): 2 marks
• BE/B.Tech. + MBA/Post Graduate in Management from reputed college (Rank 21 to 50 as per NIRF ranking 2019): 1 mark
Should have handled as Team Leader at least 5 consultancy assignments in last 5 years for Government agencies in India
• 5-10 assignments: 0.5 mark
• >10 assignments: 1 mark
Experience of working with Government of Maharashtra for at least 5 years
• 5-10 years: 0.5 mark
• >10 years: 1 mark
Experience of working on at least one Skill Development assignment in Maharashtra
• 1 assignment: 0.5 mark
• >= 2 assignments: 1 mark
The proposed resource should have been on the rolls of the organization for at least 3 years
• -
2 Chief Expert - Skill Development
Minimum Experience of 10 years in working for Government sector in India
• 10-12 years: 1 mark
• >12 years: 2 marks
8
Part Time/As per the project need
BE/ B.Tech. and MBA/Post Graduate in Management
• BE/B.Tech. + MBA/Post Graduate in Management from reputed college (Rank 1 to 20 as per NIRF ranking): 1 mark
• BE/B.Tech. + MBA/Post Graduate in Management from reputed college (Rank 21 to 50 as per NIRF ranking): 0.5 mark
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 19 of 51
S N Resource Type Minimum Criteria Marks Total
Marks Role
Should have handled as Team Leader at least 5 skill development assignments in last 5 years for Government agencies in India
• 5 assignments: 1 mark
• >5 assignments: 3 marks
Experience of working on at least 1 Central Govt Department on Skill Development projects as a leader for a minimum period of 1 year
• 1-2 assignments: 1 mark
• >2 assignments: 2 marks
The proposed resource should have been on the rolls of the organization for at least 3 years
• -
Senior Key Resource Personnel
3 Program Manager
Minimum Experience of 10 years including experience of project management and monitoring of projects across Skill Development/Employment/Self-Employment/Entrepreneurship/Specialprojects/ Incubation/ Industry Linkage
• 10-12 years: 1 mark
• >12 years: 2 marks
6 Full Time BE/ B.Tech. and MBA/Post Graduate
• BE/B.Tech. + MBA/ Post Graduate in Management from reputed college (Rank 1 to 20 as per NIRF ranking): 1 mark
• BE/B.Tech. + MBA/ Post Graduate in Management from reputed college (Rank 21 to 50 as per NIRF ranking): 0.5 mark
Experience of working on at least 1 skill development assignment in Maharashtra
• 1 assignment: 0.5 mark
• >= 2 assignments: 2 marks
Experience of working on at least 5 large scale program/project management units in India
• 5 assignments: 0.5 mark
• > 5 assignments: 1 mark
The proposed resource should have PMP/Prince 2/ITIL certification
• -
4 Principal Project Advisor
Minimum Experience of 8 years on project management and monitoring of projects across Skill Development/Employment/Self-
• 8-10 years: 1 mark
• 11-12 years: 2 marks 6 Full Time
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 20 of 51
S N Resource Type Minimum Criteria Marks Total
Marks Role
Employment/Entrepreneurship/Specialnprojects/ Incubation/ Industry Linkage
• > 12 years: 3 marks
BE/ B.Tech • MBA/Post Graduate in Management: 1 mark
• Else: 0 mark
Experience of working on at least 1 assignment on Incubation/Industry Linkage
• 1 assignment: 0.5 mark
• >= 2 assignments: 1 mark
Experience of working on at least 5 assignments with Government of Maharashtra
• 5 assignments: 0.5 mark
• > 5 assignments: 1 mark
The proposed resource should have PMP/Prince 2/ITIL certification
• -
Key Resource Personnel
5
Project Lead - Skill Development (Employment) (Two CVs to be proposed)
Minimum experience of 5 years including experience of at least 3 years of working for Skill Development/Employment
• Upto 5 years: 0.5 mark
• > 5 years: 1 mark
(3+3) Full Time MBA/Post Graduate in Management • -
Experience of working on at least 1 skill development assignments in India that includes empanelment, Monitoring & Evaluation of Training Providers, quality of training and training infrastructure
• 1 assignment: 0.5 mark
• >= 2 assignments: 2 marks
6
Project Lead - Skill Development (Entrepreneurship & Self-Employment)
Minimum experience of 5 years including experience of at least 3 years of working for Skill Development/ Entrepreneurship/Self-Employment
• Upto 5 years: 0.5 mark
• > 5 years: 1 mark
3 Full Time MBA/Post Graduate in Management • -
Experience of working on at least 1 assignment on Entrepreneurship/Special Projects
• 1 assignment: 0.5 mark
• >= 2 assignments: 2 marks
7
Project Lead - Skill Development (Incubation &
Minimum experience of 5 years including experience of at least 3 years of working on for Skill Development/ Incubation/Industry Linkage
• Upto 5 years: 0.5 mark
• > 5 years: 1 mark 3 Full Time
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 21 of 51
S N Resource Type Minimum Criteria Marks Total
Marks Role
Industry Linkage)
MBA/ Post Graduate in Management • -
Experience of working on at least 1 assignment on Skill Development/ Incubation/ Industry Linkage
• 1 assignment: 0.5 marks
• >= 2 assignments: 2 marks
Total 40
SN Resource Type Minimum Criteria Personnel
Requirement Role
Technical Officer
1 Technical Officer - Skill Development (Employment)
MBA/Post Graduate in Management 4 Full Time
At least 3 years of experience in Skill Development/Employment Projects
2 Technical Officer - Skill Development (Entrepreneurship & Self-Employment)
MBA/Post Graduate in Management
2 Full Time At least 3 years of experience in Skill Development/Entrepreneurship/Self-Employment Projects
3 Technical Officer - Skill Development (Incubation & Industry Linkage)
MBA/Post Graduate in Management 2 Full Time
At least 3 years of experience in Skill Development/Incubation/Industry Linkage
Total 8 Note – for each of the profiles, meeting the minimum criteria is mandatory, any CV which is not meeting the minimum criteria would be rejected and
the firm will score a “Zero” for that CV.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 22 of 51
2.14.3 Financial Criteria
Financial bids of only technically qualified Agency securing a minimum of 70 marks out of 100 marks
shall be opened.
Quality and Cost Based Selection
Quality and Cost Based Selection (QCBS) method shall be adopted for selection. The weightage given
to the Technical proposal score shall be ’75’ and the weight given to the financial proposal shall be
’25’.
The combined evaluation shall be determined as below:
STech = Technical Score of the Applicant * 75%
SFinancial = (Lowest financial quote amongst the applicants / Financial quote of the applicant) * 25%
SFINAL = STech + SFinancial
The composite score (SFINAL) would be used to determine the successful Agency. The Agency with
the highest composite score would be awarded the contract
2.15 Clarification on the Bids
To assist in the scrutiny, evaluation and comparison of bids, Evaluation/Bid Committee may, at its
discretion, ask some or all agencies for clarifications with regards to their bids which necessarily will
be in writing through either letter or email or fax. Failure of an Agency to submit additional
information or clarification as sought by the Committee within the prescribed period will be
considered as non-compliance and proposal may get evaluated based on the limited information
furnished along with the bid proposal.
2.16 Negotiations
The Agency which secures the highest combined score would be invited for contract negotiation (if
required). The date and time for the same shall be intimated to the successful Agency.
2.17 Award of Contract
1. The criteria for selection will be based on total combined score obtained as specified
elsewhere in this document.
2. The contract is for a period of Three (3) years from the date of issuance of Work Order.
3. If the successful Agency does not accept the award of contract or is found to be involved in
fraudulent and/or corrupt practices, the next successful Agency on the basis of total combined
score ascertained through QCBS shall be eligible for award of the contract.
4. The Agency shall be deemed to have carefully examined the terms and conditions and scope
of work.
2.18 Notification of Award and Signing of Contract
1. Before expiry of the period of bid validity, SARTHI will notify the successful Agency with a
request to sign the contract and furnish Performance Bank Guarantee from a bank.
2. Within fifteen (15) working days of receipt of the communication, the successful Agency shall
sign the contract and return it to MD, SARTHI. The Performance Bank Guarantee shall also be
submitted within fifteen (15) working days of receipt of communication. The Performance
Bank Guarantee shall be equal to 5% of the value of contract. The Performance Bank
Guarantee shall be valid for a period of 90 days beyond the expiry of contract.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 23 of 51
3. Upon the successful Agency signing the contract and furnishing the Performance Bank
Guarantee from the bank, the bid security/EMD of all unsuccessful agencies will be refunded.
2.19 Performance Bank Guarantee
The Agency shall furnish Performance Bank Guarantee for an amount equal to 5% of the value of the
order towards performance of the contract obligation and performance during the project period of
3 years.
The Performance Bank Guarantee shall be valid for a period of 90 days beyond the expiry of contract
and shall be denominated in Indian Rupees and shall be in the form of an unconditional Bank
Guarantee issued by a Scheduled Commercial Bank / Nationalized Bank (cooperative bank excluded)
having at least one Branch in Pune. It should be submitted within 15 working days of receipt of
communication of Award of the Contract.
2.20 Contacting officials
1. Agency shall not approach the SARTHI officers outside office hours and/ or outside office
premises, from the time of the bid opening and till the contract is finally awarded.
2. Any effort by agencies to influence SARTHI officers in the decisions on bid evaluation, bid
comparison or contract award may result in rejection of the Agency's offer.
3. If the Agency wishes to bring additional information to the notice of SARTHI, it should be done
in writing.
2.21 Payment Milestones
The Agency shall be required to submit monthly status report to SARTHI and accordingly the payment
shall be made on monthly basis.
2.22 Deployment/Removals/Replacement of Personnel
The team proposed by the Agency should be deployed within 2 weeks of issuance of work order, failing
to which, the Agency will pay the compensation of Rs 1000/- per person per week till the deployment
of the professional.
Except as SARTHI may otherwise agree, no changes shall be made in the Supervisory Support and Key
Personnel. If for any reason beyond the reasonable control of the Agency, it becomes necessary to
replace any of the key personnel, the Agency, shall forthwith provide as a replacement, a person of
equivalent or better qualifications acceptable to the Employer, such replaced person shall be inducted
only after specific approval by SARTHI and its decision would be final in such cases.
If SARTHI (i) finds that any of the Personnel has committed serious misconduct or has been charged
with having committed a criminal action or (ii) has reasonable cause to be dissatisfied with the
performance of any of the personnel, then the Agency shall, at the SARTHI’s written request, forthwith
provide as a replacement a person with qualifications and experience acceptable to SARTHI.
Penalty may be imposed if the following profiles are removed from the project (except in a situation
of death of the person post deployment in which case the death certificate of the deployed person
will have to be duly furnished by the Agency):
Supervisory Support: If the person is removed within 6 months from the start date of project, the
penalty will be as follows:
If removed within 3 months: Rs. 75,000 (Rupees Seventy-Five Thousand)
If removed between 3 to 6 months: Rs. 30,000 (Rupees Thirty Thousand)
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 24 of 51
Key and Non-Key Personnel – Lead and Team: If the resources are removed within 6 months from
the start date of project the penalty will be as follows:
If removed within 3 months: Rs. 1,00,000 (Rupees Seventy-Five Thousand)
If removed between 3 to 6 months: Rs. 50,000 (Rupees Thirty Thousand)
2.23 Forms
The agencies are required to submit the information in the forms specified below.
{Notes shown in brackets { } throughout this section provide guidance to the Agency to prepare the
Technical Proposal; they should not appear on the Proposals to be submitted.}
Checklist of Required Forms:
Envelope details FORM DESCRIPTION Page No. in the Pre- qual.
bid
(Pre-Qualification
Criteria)
PQ - I Bid Conditions Acceptance Letter
& EMD details
PQ - II Agency Details
PQ – III Checklist for Pre-Qualification
Criteria
PQ - IV Format for Submission of Pre-
Qualification Eligibility
Information
Envelope details FORM DESCRIPTION Page No. in the
Tech. Proposal
(Technical
Proposal)
TECH-1 Technical Proposal Submission Form.
TECH-2 Organization and Experience.
TECH-2A A. Agency’s Details
TECH-2B
B. Agency’s Experience
(Work orders / sanction letters etc. are to be
provided as Annexures. No page limit for
information to be provided for ‘Agency’s
Experience’. Work orders / sanction letters etc.
provided as Annexure shall not be counted in
it.)
TECH-3 Comments or Suggestions on the Scope of
Work
TECH-4
Description of the Approach, Methodology,
and Work Plan for Performing the Assignment
TECH-5 Work Schedule
TECH-6 Team Composition and Curriculum Vitae (CV)s
Envelope details FORM DESCRIPTION Page No. in the
Fin. Proposal
(Financial
Proposal)
FIN - 1 Financial Proposal Submission Form
FIN- 2 Summary of Costs
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 25 of 51
3 General Terms & Conditions
3.1 General Details
3.1.1 General Considerations
In preparing the Proposal, the Agency is expected to examine the RFP in detail. Material deficiencies
in providing the information requested in the RFP may result in rejection of the Proposal.
3.1.2 Cost of preparation of proposal
The Agency shall bear all costs associated with the preparation and submission of its Proposal, and
SARTHI shall not be responsible or liable for those costs, regardless of the conduct or outcome of the
selection process. SARTHI is not bound to accept any proposal and reserves the right to annul the
selection process at any time prior to Contract award, without thereby incurring any liability to the
Agency.
3.1.3 Language
The Proposal, as well as all correspondence and documents relating to the Proposal exchanged
between the Agency and SARTHI, shall be written in English Language.
3.1.4 Only one proposal
The Agency shall submit only one Proposal. If the Agency submits or participates in more than one
proposal, all such proposals shall be disqualified and rejected.
The Agency should not have a conflict of interest and any Agency found to be having a conflict of
interest shall be disqualified. An Agency shall be considered to be having conflict of interest if;
1. It has submitted more than one bid.
2. If bidders in two different bids have controlling shareholders in common.
3.1.5 Proposal validity
Proposal shall be valid for a period of 90 days from opening of the bids.
3.2 Bid forms
A specific form is prescribed in the bid document, the Agency shall use the form to provide relevant
information. If the Agency fails to submit the information in the prescribed format, the bid is liable for
rejection. For all other cases, the Agency shall design a form to hold the required information.
3.3 Fraudulent & Corrupt practices
''Fraudulent practice'' means misrepresentation of facts in order to influence the procurement process
or the execution of the contract and includes collusive practice among agencies (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and to deprive SARTHI
of the benefits of free and open competition.
"Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value, pressurizing
to influence the action of SARTHI in the process of contract execution. SARTHI will reject the proposal
and may forfeit the EMD and/or Performance Bank Guarantee, if it determines that the Agency has
engaged in fraudulent or corrupt practices in competing for, or in executing the contract(s).
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 26 of 51
3.4 Lack of information to Agency
The Agency shall be deemed to have carefully examined all contract documents to its entire
satisfaction. Lack of information shall not in any way relieve the Agency of its responsibility to fulfil its
obligation under the contract.
3.5 Contract obligations
If after the award of the contract, the Agency does not sign the Agreement or fails to furnish the
Performance Bank guarantee (PBG) within fifteen (15) working days along with the working schedule
or deploy the team within 2 weeks after the issuance of work order, SARTHI reserves the right to
cancel the contract and apply all remedies available to it under the terms and conditions of this
contract besides forfeiting the EMD.
3.6 Conflict of interest
The Agency is required to provide professional, objective, and impartial advice, always holding the
SARTHI interest’s paramount, strictly avoiding conflicts with other assignments or its own corporate
interests and acting without any consideration for future work.
The Agency has an obligation to disclose to SARTHI any situation of actual or potential conflict that
impacts its capacity to serve in the best interest of SARTHI. Failure to disclose such situations may lead
to disqualification of the Agency or the termination of its Contract.
Conflict among consulting assignments: A person shall not be hired for any assignment that, by its
nature, may be in conflict with another assignment of the Agency for the same or for another Client.
Relationship with the Client’s staff: A person that has a close business or family relationship with a
professional staff of the Client, or of implementing Agency who are directly or indirectly involved in
any part of (i) the preparation of the Scope of Work for the assignment, (ii) the selection process for
the Contract, or (iii) the supervision of the Contract, may not be awarded a Contract, unless the conflict
stemming from this relationship has been resolved in a manner acceptable to the Client throughout
the selection process and the execution of the Contract.
Agencies not to benefit from Commissions, discounts etc.: The personnel of the Agency shall not
accept for their own benefit any trade commissions, discounts or similar payments in connection with
activities pursuant to this Agreement or to the Services or in the discharge of their obligations
hereunder, and the Agency shall use its best efforts to ensure that any of its Personnel and agents, or
either of, similarly shall not receive any such additional remuneration.
3.7 Force Majeure
''Force Majeure'' shall mean any event or circumstance or combination of events or circumstances
that materially and adversely affects, prevents or delays any party in performance of its obligation in
accordance with the terms of the agreement, but only if and to the extent that such events and
circumstances are not within the affected party's reasonable control, directly or indirectly, and effects
of which could have been prevented through good industry practice or, in the case of construction
activities, through reasonable skill and care, including through the expenditure of reasonable sums of
money. Any events or circumstances meeting the description of the Force Majeure which have same
effect upon the performance of any contractor shall constitute Force Majeure with respect to the
Agency. The parties shall ensure compliance of the terms of the agreement unless affected by the
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 27 of 51
Force Majeure events. The Agency shall not be liable for forfeiture of its implementation /
performance bank guarantee, levy of penalties, or termination for default of and to the extent that
his delay in performance or other failure to perform his obligations under the agreement is the result
of Force Majeure.
3.7.1 Force Majeure Events
1. The Force Majeure circumstances and events shall include the following events to the extent
that such events or their consequences (it being understood that if a causing event is within
the reasonable control of the affected party, the direct consequences shall also be deemed to
be within such party's reasonable control) satisfy the definition as stated above.
2. Without limitation to the generality of the foregoing, Force Majeure event shall include
following events and circumstances and their effects to the extent that they, or their effects,
satisfy the above requirements.
3. Natural events to the extent they satisfy the foregoing requirements including:
4. Any event or circumstance of a nature analogous to any of the foregoing.
5. Other events (Political Events) to the extent that they satisfy the foregoing requirements
including:
6. Political events which occur inside or outside or involve directly the State Government and
the Central Government (Direct Political Event), including:
7. Act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy,
blockade, embargo, revolution, riot, insurrection, civil commotion, act of terrorism or
sabotage;
8. Strikes, work to rules, go-slows which are either widespread, nation-wide, or state-wide and
are of political nature;
9. Any event or circumstance of a nature analogous to any of the foregoing.
3.7.2 Force Majeure exclusions
1. Force Majeure shall not include the following events and/or circumstances, except to the
extent that they are consequences of an event of Force Majeure
2. Unavailability, late delivery
3. Delay in the inadequate performance of the Agency
3.7.3 Procedure for calling Force Majeure 1. The affected party shall notify to the other party in writing of the occurrence of the Force
Majeure as soon as reasonably practicable, and in any event, within 5 (five) days after the affected party comes to know or ought reasonably to have known, of its occurrence and that the Force Majeure would be likely to have a material impact on the performance of its obligations under the agreement
3.8 Contract Obligations
Once a contract is confirmed and signed, the terms and conditions contained therein shall take
precedence over the bid and all previous correspondence.
3.9 Amendment to the Agreement
Amendments to the agreement may be made by mutual agreement by both the parties. No variation
in or modification in the terms of the agreement shall be made except by written amendment signed
by both the parties. All alterations and changes in the agreement shall be taken into account according
to prevailing rules, regulations and laws.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 28 of 51
3.10 Use of Agreement Documents and Information
1. The Agency shall not, without prior written consent from SARTHI, disclose the agreement or any provision thereof or any specification or information furnished by or on behalf SARTHI in connection therewith to any person other than the person employed by the Agency in the performance of the agreement. Disclosure to any such employee shall be made in confidence and shall extend only as far as may be necessary for such performance.
2. The Agency shall not without prior written consent of SARTHI make use of any document or information made available for the project except for purposes of performing the agreement.
3. All project related documents issued by SARTHI other than the agreement shall remain the property of SARTHI and the original and all copies shall be returned to SARTHI on completion of the Agency's performance under the agreement, if so, required by SARTHI.
3.11 Assignment and sub contracts
1. The Agency is only allowed to make the proposal for the bid as a single entity 2. The Agency shall not assign, in whole or in part, its rights and obligations to perform under
the agreement to a third party, except with the prior written consent from SARTHI.
3.12 Resolution of disputes
1. If any dispute arises between the parties hereto during the subsistence or thereafter, in
connection with the validity, interpretation, implementation or alleged material breach of any
provision of the agreement or regarding a question, including the questions as to whether the
termination of the contract agreement by one party hereto has been legitimate, both parties
hereto shall endeavour to settle such dispute amicably.
2. Notwithstanding any other Court or Courts having jurisdiction to decide the question(s)
forming the subject matter of the reference, any/all actions and proceeding arising out of or
relative to the CONTRACT (including any arbitration in terms thereof) shall lie only in the Court
of Competent Civil Jurisdiction in this behalf at Maharashtra High Court and only the said
Court(s) shall have jurisdiction to entertain and try any such action(s) and/or proceeding(s) to
the exclusion of all other Courts.
3. This CONTRACT shall be governed by the laws of India
4. The limitation of liability shall be capped at 100% of the contract value
3.13 Taxes and duties
Agency is liable for payment of all taxes and duties (central, state and local government) etc. as
applicable.
3.14 Service Terms
1. The technical skill and experience in management of the work shall be uniform throughout
the contract period.
2. It is mandatory for Agency to deploy qualified professionals as prescribed in the bid to perform
the activities as defined under scope of work.
3.15 Liabilities, Control etc. of the persons’ deployed
The Agency shall ensure that the professionals deployed in the project conform to the technical
specification of educational and skill qualifications prescribed in this Tender Document or
communicated from time to time.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 29 of 51
The Agency shall be responsible for any act of indiscipline on the part of persons deployed by them.
The Agency shall be responsible for proper conduct of its personnel deployed on this project. In case
of any damage/ loss/theft etc. to the property of SARTHI which is caused by the personnel deployed
by the Agency, the Agency will either be liable to make good the loss on the basis of the value of the
property as determined by SARTHI or the same could be recovered from the performance guarantee/
monthly payments due to the Agency.
The Agency shall replace within one month, any of its personnel found to be unacceptable to SARTHI
because of security risks, incompetence, conflict of interest, improper conduct etc. upon receiving
written notice from SARTHI.
The delay in providing professionals demanded or a substitute beyond seven working days would
attract a penalty @ Rs.50/- per day/per professional on the Agency. However, Managing Director,
SARTHI shall have power to condone the delay or reduce penalty if it is found that reasons for delay
were beyond control of the Agency.
The personnel deputed to SARTHI shall not be changed by the Agency in any circumstances unless
there is a specific request for so from SARTHI in writing or written request of the concerned person.
The persons deployed by the Agency shall not claim nor shall be entitled to any pay, perks and other
facilities admissible to regular/confirmed employees of the SARTHI during the currency or after expiry
of the contract.
In case of termination of this contract on its expiry or otherwise, the persons deployed by the Agency
shall not be entitled to and will have no claim for any absorption in the regular/otherwise capacity in
SARTHI.
The Agency shall provide a substitute at least 7 days in advance if there is any probability of the person
leaving the job for any reason, or person is going on long leave of more than 1 Month. The payment
in respect of the overlapping period of the substitute shall be the responsibility of the Agency.
All services shall be performed by persons qualified and skilled in performing such services.
The Agency should first train professionals to be deployed in mannerism /behavior. The Agency's
personnel working should be polite, cordial, positive and efficient, while handling the assigned work
and their actions and they should promote goodwill and enhance the image of the SARTHI. In case,
the person employed by the successful Agency commits any act of omission/commission that amounts
to misconduct/ indiscipline/ incompetence, the successful Agency will be liable to take appropriate
disciplinary action against such persons, including their removal from site of work, if required by
SARTHI
The Agency’s personnel shall not divulge or disclose to any person, any details of office, operational
process, technical know-how, security arrangements and administrative / organizational matters as
all are of confidential/secret nature that can attract legal action.
The Agency shall ensure proper conduct of his person in office premises, and enforce prohibition of
consumption of alcoholic drinks, pan, smoking, loitering without work.
The Agency shall nominate one Coordinator/Project Lead who would be constantly in touch with
SARTHI and shall be responsible for immediate interaction with the SARTHI so that optimal services of
the persons deployed by the Agency could be availed without any disruption. The Agency shall always
be contactable, and message sent by email/Fax/SMS/Special Messenger from SARTHI to the Agency
shall be acknowledged immediately on receipt on the same day by such Coordinator/Project Lead.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 30 of 51
The Agency shall provide (if asked for by SARTHI) the copy of any Government identity proof (e.g.
Aadhaar, Passport, PAN card, Driving License etc.) of the personnel deployed on the project.
The Agency shall ensure that the personnel deployed are medically fit and will keep in record a
certificate of their medical fitness. The Agency shall withdraw such employees who are not found
medically suitable by the office immediately on receipt of such request.
The Agency shall provide Photo Identity Cards to the persons employed by him/her for carrying out
the work. These cards are to be constantly displayed & their loss reported immediately.
The SARTHI follows Government of Maharashtra office days and holidays (i.e. Monday to Saturday
except second and fourth Saturday) in a week from morning 9:45 hrs to afternoon 17:45 hrs with a
lunch break of ½ hour from 13:30 hrs to 14:00 hrs. Besides this, the SARTHI also observes the Gazetted
holidays notified by the Government of Maharashtra from time to time. The personnel, however, may
have to attend the office on weekends and holidays, for which they will be allowed compensatory off
on any working day subject to sanction by concerned Head of office. There will be no over time for
such work. The person deployed shall be entitled to one casual leave per month and fifteen days
earned leave during a year proportionately.
The outsourced professionals shall have to punctually follow all attendance rules and have to record
attendance on every entry in and exit from SARTHI or its other office premises on biometric
attendance machine. Agency shall maintain computerized attendance registers for professionals
deployed on this project.
The Agency shall be responsible for all injuries and accidents to persons deployed by him. The persons
shall be insured against personal accidents arising out of and during the course of their duties. In the
event of injury, illness or accidents to any worker, SARTHI will not be liable to pay any compensation.
The Agency shall provide requisite insurance cover to the professionals as required under the
provisions of law.
The Agency shall be held responsible for any loss/damage to the equipment and instruments of
SARTHI provided to the professionals deployed by the Agency due to the negligence or wilful damage
as assessed by SARTHI.
3.16 Legal Compliances
The Agency shall comply with all Acts, Laws or other statutory Rules, Regulations, Byelaws applicable
or which might become applicable to with regard to the performance of the work included herein or
touching this contract but not, limited to Minimum Wages Act, 1948, Contract Labour (Regulation &
Abolition Act), Industrial Disputes Act, 1947, Workers Compensation Act, 1954, P.F. and Misc.
Provision Act and other applicable Acts, Rules and Regulations etc. The Agency shall keep SARTHI and
its officials indemnified from and against all actions, claims, demands and liabilities whatsoever under
and in respect of the breach of the provision of any Acts, Rules and Regulations as may be applicable
from time to time.
The Agency will be responsible for compliance and strict adherence of all statutory provisions relating
to Minimum Wages, Provident Fund, and Employees State Insurance etc. (if applicable) in respect of
the persons deployed by the Agency in SARTHI.
The Agency shall also be liable for depositing all taxes, levies, Cess etc. on account of service rendered
by it to SARTHI to concerned tax collection authorities from time to time as per extant rules and
regulations on the matter. In case, the Agency fails to comply with any statutory/taxation liability
under appropriate law, and as a result there of the SARTHI is put to any loss/obligation, monetary or
otherwise, SARTHI will deduct the same from the monthly bills and or the Performance Security
Deposit of the Agency, to the extent of the loss or obligation in monetary terms.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 31 of 51
The Agency shall maintain all Statutory Registers under the Law. The Agency shall produce the same,
on demand, to the concerned authority of the SARTHI or any other authority under Law.
Agency shall have to execute an Indemnity Bond to indemnify SARTHI from any offence committed by
the professionals deployed.
The Tax Deduction at Source (T.D.S.) shall be made as per the provisions of Income Tax Department,
as amended from time to time and a certificate to this effect shall be provided to the Agency by the
SARTHI. SARTHI indemnifies itself from any tax liability from any Government Agency.
The Agency will accept full and exclusive liability for all the payments to be made by it to its staff in
accordance with the laws of the land including any statutory obligations under the law imposed by the
Central Government / State Government/ Government of local bodies. Any new statutory liability /
levy imposed after submission of tenders will be borne / compensated by SARTHI.
The Agreement shall be terminated in the event of non-performance, deviation of any of the terms
and conditions of contract, non-payment of remuneration of professionals engaged and non-payment
of statutory dues. SARTHI will have no liability towards non-payment of remuneration to the persons
employed by the Agency and the outstanding statutory dues of the service provider to statutory
authorities. If any loss or damage is caused to SARTHI by the persons deployed, the same shall be
recovered from the unpaid bills or adjusted from the Security Deposited of the concerned Agency with
SARTHI.
The Agency shall be solely responsible for the redress of grievances or resolution of disputes relating
to persons deployed. SARTHI shall, in no way, be responsible for settlement of such issues whatsoever
For all intents and purposes, the Agency shall be the "Employer" within the meaning of different Rules
& Acts in respect of the professionals deployed. The persons deployed by the Agency shall not have
any claim whatsoever like employer and employee relationship with or against SARTHI.
Each Bidder unconditionally agrees, understands and accepts that the SARTHI reserves the right to
accept or reject any or all Bids without giving any reason. Neither the SARTHI nor its employees or
advisers shall entertain any claim of any nature, whatsoever, including without limitation, any claim
seeking expenses in relation to the preparation of Bids.
SARTHI shall be entitled to split the work and / or award the part of work under the tender to one or
more bidders in any manner that in the opinion of SARTHI is more favorable to it.
3.17 Jurisdiction of Courts
Jurisdiction of courts for dispute resolution shall be PUNE only.
3.18 Others
Agencies are expected to examine all instructions, forms, terms, specifications, etc. in the bidding
documents. Failure to furnish the information required by the bid documents or submitting a bid not
substantially responsive to the bid documents in every aspect may result in the rejection of the bid.
SARTHI reserves the right to:
Change any condition including scope of work even after inviting the proposals with/without prior
notification
Modify the documents by amendment
Extend the deadline for the submission of bids
Cancel the entire bid process without any reason
***********
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 32 of 51
4 Forms& Formats
4.1 PQ – I: Bid Conditions Acceptance Letter & EMD details
Bid Conditions Acceptance Letter & EMD details
(To be submitted on the letter head of the bidding firm)
To,
Managing Director
SARTHI
I, ……….. submit that, on behalf of my company, have gone through all the Terms & Conditions
contained in the Bid document No..…………………………………..
I declare that all the provisions, terms and conditions of the Bid Document are acceptable to my
company. I further certify that I am an authorized signatory of my company and I am, therefore,
competent to make this declaration.
It is submitted that as per the terms of the bid document, an EMD of Rs............... has been submitted
in form of NEFT/RTGS with acknowledgement no......... dated..........
I understand that this EMD is liable for forfeiture in case of any deviations from the terms and
conditions of the bid.
I also understand that the decisions of the MD, SARTHI shall be final regarding the bid process.
Yours faithfully,
(Signature of the Agency)
Name:
Designation:
Seal:
Date:
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 33 of 51
4.2 PQ – II: Agency Details
AGENCY DETAILS
1. Details of the Firm/ Agency
a. Name of Agency: ________________________________________
b. Address: ______________________________________________
c. Tel No. (with code): ___________________________________
d. Contact person: ___________________________________
e. Name and Designation ___________________________________
f. Address, Telephone No. and Email address ___________________
2. Type of Company (Govt./ Govt. undertaking/ Public Limited/ Private Limited/ Partnership /
Proprietary)
3. Date of incorporation with documentary evidence
4. Registration details with documentary evidence
5. Legal status of the firm (with supporting evidence)
6. Service tax registration no.
7. We agree with all the terms and conditions of this bid document.
Authorized signatory
Name:
Date:
Name of the Agency with seal
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 34 of 51
4.3 PQ – III: Checklist for – Pre-Qualification Criteria
Eligibility Information / Pre-Qualification criteria as per RFP (Mandatory Clause):
SN Criteria Supporting Document Compliance
(Y/N)
Documentary
evidence
provided on
Page Nos.
1 The Agency should be a
company incorporated in India
under the Companies Act, 1956
and subsequent amendments
thereto or a partnership firm
registered under LLP Act, 2008
or Indian Partnership Act, 1932
Copy of Certificate of
Incorporation
2 The Agency should have an
average annual turnover of Rs.
100 (Hundred) Crores or above
for the last three financial years.
(i.e. FY 16-17, FY 17- 18, FY 18-
19) coming from its Advisory/
Consulting services
Copy of Audited P & L
statement clearly
specifying the turnover
from
Advisory/Consulting
Services
OR
Statutory Auditors
Certificate
3 The Agency should have worked
as a Project Management
Consultant/ Program
Management Consultant/
Project Management Unit/
Program Management Unit for
at least 3 (three) Skill
Development Projects with any
Central/State Government Dept
or any other Government
Agency in the last three financial
years (i.e. FY 16-17, FY 17- 18, FY
18-19).
Only, projects with the
minimum order value of Rs 1
Crore and for a minimum
duration of one year would be
considered.
Work Orders /
Completion Certificate /
Authorized Letters etc.
from the Client
4 The Agency should not have
been blacklisted by any State or
Central Government, or any
Government Agency or PSU or
any of the competent courts for
Self-Attested Letter by
each Company / Firm /
Agency
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 35 of 51
any default at the time of
submission of the bid
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 36 of 51
4.4 PQ – IV: Format for Submission of Pre-Qualification Eligibility Information
Format for submission of Pre-Qualification Eligibility Information (to be supported by Documentary
evidence)
1 Title of the proposal Selection of Agency to deploy experienced professionals in
SARTHI for Skill Development Activities
2
Submitted by
(Name of the Agency)
3
Name and Contact No.
4 Contact Persons for the Project
5
Type of the Organization bidding
for the project
Private Limited Company / Public Limited Company / Society
/ Other (Specify)
6 Year of Registration
7
Average turnover of the Agency
from its Advisory/ Consulting
services
Average Turnover:
Year Turnover (INR in Cr.)
2016-17
2017-18
2018-19
8 The Agency should have worked
as a Project Management
Consultant/ Program
Management Consultant/
Project Management Unit/
Program Management Unit for
at least 3 (three) Skill
Development Projects with any
Central/State Government Dept
or any other Government
Agency in the last three financial
years (i.e. FY 16-17, FY 17- 18, FY
18-19).
Only, projects with the
minimum order value of Rs 1
Crore and for a minimum
No. of Projects worked
List of Projects:
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 37 of 51
duration of one year would be
considered.
9 An Undertaking that Agency
should not have been
blacklisted by any State or
Central Government, or any
Government Agency or PSU or
any of the competent courts for
any default at the time of
submission of the bid
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 38 of 51
4.5 Declaration of Not Being Blacklisted
(To be submitted on the letter head of the bidding firm)
To,
Managing Director
SARTHI
Sir,
I confirm that, on behalf of my firm, have gone through all the Terms & Conditions contained in the
Bid document no.…………………………………..
I hereby declare that my firm has not been debarred/black listed by any State/ Central Government
or any Government Agency or PSU for non-satisfactory past performance, or corrupt, fraudulent,
unethical business practices or for any other reasons.
I further certify that I am competent officer in my company to make this declaration. I also understand
that any false declaration may lead to debarring as well as disqualification of my firm from this bid as
well as forfeiture of the EMD.
Yours faithfully,
(Signature of the Agency)
Name
Designation
Seal
Date:
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 39 of 51
4.6 Form TECH-1: Technical Proposal Submission Form
To,
Managing Director
SARTHI
Dear Sir,
We, the undersigned, offer to provide experienced professionals for skill development activities of
SARTHI in accordance with your Request for Proposal dated ……………….. We are hereby submitting our
Proposal, which includes this Technical Proposal and Financial Proposal.
We hereby declare that:
1. All the information and statements made in this Proposal are true and we accept that any
misinterpretation or misrepresentation contained in this Proposal may lead to our
disqualification by the SARTHI.
2. Our Proposal shall be valid and remain binding upon us for the period of execution of the
project
3. We have no conflict of interest as stated in the RFP
4. We meet the eligibility requirements as stated in RFP
5. In competing for (and, if the award is made to us, in executing) the Contract, we undertake to
observe the laws against fraud and corruption, including bribery, in force in the country of the
Client.
6. Our Proposal is binding upon us.
We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Services related
to the assignment no later than the date indicated in the forms and formats.
We understand that the SARTHI is not bound to accept any Proposal that the SARTHI receives.
Thanking You,
Yours sincerely,
Authorized Signature {In full and initials}:
Name and Title of Signatory:
Name of Agency (company’s name):
In the capacity of:
Address:
Contact information (phone and e-mail):
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 40 of 51
4.7 Form TECH-2: Organization & Experience
(FOR FULL TECHNICAL PROPOSAL ONLY)
ORGANIZATION AND EXPERIENCE
Form TECH-2: A brief description of the Agency and an outline of the recent experience of the Agency
that is most relevant to the assignment. For each assignment, the outline should indicate the names
of the Agency’s proposed personnel who participated, the duration of the assignment, the contract
amount (total), and the Agency’s role/involvement.
4.7.1 TECH-2A: Agency’s Organization Details
Provide here a brief description of the background of your company
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 41 of 51
4.7.2 TECH-2B: Agency’s Experience
FORMAT FOR FURNSHING AGENCY’S EXPERIENCE
EXPERIENCE - WORK ORDER DETAILS FOR PROJECTS PREVIOUSLY EXECUTED
S.
N.
Name of
work and
location
Client Details
(Name,
Address)
Work Order
amount
Brief Project
Information
Date of
completion
Any other
Information
*Agency needs to furnish documentary evidences for supporting of all the projects as per Technical
criteria.
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 42 of 51
4.8 TECH-3: Comments or Suggestions on the Scope of Work
(FOR FULL TECHNICAL PROPOSAL)
COMMENTS AND SUGGESTIONS ON THE SCOPE OF WORK, COUNTERPART STAFF, AND FACILITIES
TO BE PROVIDED BY SARTHI
Form TECH-3: comments and suggestions on the Scope of Work that could improve the
quality/effectiveness of the assignment; and on requirements for counterpart staff and facilities,
which are provided by SARTHI, including: administrative support, office space, local transportation,
equipment, data, etc.
A - On the Scope of Work
{Improvements to the Scope of Work, if any}
B - On Counterpart Staff and Facilities
{Comments on counterpart staff and facilities to be provided by SARTHI. For example, office space,
data, background reports, etc., if any}
Selection of Agency to Deploy Experienced Professionals in SARTHI for Skill Development Activities
Page 43 of 51
4.9 TECH-4: Description of the Approach, Methodology and Work Plan for Performing the Assignment
(FOR FULL TECHNICAL PROPOSAL ONLY)
DESCRIPTION OF APPROACH, METHODOLOGY, AND WORK PLAN IN RESPONDING TO THE SCOPE OF
WORK
Form TECH-4: A description of the approach, methodology and work plan for performing the
assignment, including a detailed description of the proposed methodology and staffing for training, if
the Scope of Work specifies training as a specific component of the assignment.
{Suggested structure of your Technical Proposal:
a. Technical Approach and Methodology
b. Work Plan
c. Organization and Staffing
a. Technical Approach and Methodology: {Please explain your understanding of the objectives
of the assignment as outlined in the Scope of Work (SoW), the technical approach, and the
methodology you would adopt for implementing the tasks to deliver the expected output(s).
The agency shall include the following in their approach;
— Skill Development training for ensuring job/service in various industries
— Skill Development training for Self-Employment
— Skill Development training for Entrepreneurship
— Skill Development Training Capacity building programs for establishing industrial
units (Small/ Medium)
Please do not repeat/copy the SoW here.},
b. Work Plan: {Please outline the plan for the implementation of the main activities/tasks of the
assignment, the content and duration of each activity, phasing and interrelations, milestones
(including interim approvals), and tentative delivery dates of the reports.
The proposed work plan should be consistent with the technical approach and methodology,
showing your understanding of the scope of work and ability to translate them into a feasible
working plan. A list of the final documents (including reports) to be delivered as final output(s)
should be included here. The work plan should be consistent with the Work Schedule Form.}
c. Organization and Staffing: {Please describe the structure and composition of your team,
including the list of the proposed personnel’s.
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 44 of 51
4.10 TECH-5: Work Schedule
WORK SCHEDULE AND PLAN FOR DELIVERABLES
No. Task Months (36 Months)
1 2 3 4 5 6 7 8 9 ..... 35 36 TOTA
L
T-1
1.
2.
T-2
T-3
1. List the deliverables with the breakdown for activities required to produce them and other
benchmarks such as the Client’s approvals. For phased assignments, indicate the activities,
delivery of reports, and benchmarks separately for each phase.
2. Duration of activities shall be indicated in a form of a bar chart.
3. Include a legend, if necessary, to help read the chart.
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 45 of 51
4.11 TECH-6: Team Composition and Proposed Personnel’s CVs
Photo Name
Position:
Date of Birth
Education:
Employment Record
From To Company Position Held
Brief Profile
Countries of Work Experience
Languages
Work Undertaken that Best Illustrates Capability to Handle the Task Assigned
Nature of Work:
Year:
Location:
Client:
Position Held:
Main features:
Activities Performed:
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 Proposed Personnel
Agency Name: _________________________
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 46 of 51
COMPLIANCE SHEET FORMAT FOR EVALUATION
(ALL SUPPORTING DOCUMENTS REQUIRED AS PER FORMATS)
SN Evaluation Criteria Max.
Marks
Compliance
(Yes/No)
Evidence
Provided on
Page Nos
1 Financial Strength 5
1.1 Average annual turnover from Advisory/Consulting Services
for the last three financial years (i.e. FY 16-17, FY 17- 18, FY
18-19
> INR. 100 crores to < INR. 300 crores = 1 mark
> = INR. 300 crores to < INR. 500 crores = 2 marks
> = INR. 500 crores = 5 marks
5
2 Experience of Agency
(furnish documentary evidences such as certification/ work
order/ contract document/ information available in public
domain/ from the client/ completion certificate where
applicable)
40
2.1 Experience of working as a Project Management Consultant/
Program Management Consultant/ Project Management
Unit/ Program Management Unit on Skill Development
Projects for a Skill Development Mission / Employment
Mission/State Govt/ Central Govt in India for a minimum
duration of 1 year, executed during the last five years as on
date of submission of bid, with a minimum value of each
assignment being at least INR 1 Crore
3 assignments: 2 marks
4 assignments: 3 marks
5 assignments: 6 marks
>= 6 assignments: 10 marks
Additional marks would be given for projects with
Government of Maharashtra
2.5 marks per project with max of 5 marks
Note – Either completed projects or ongoing projects
wherein atleast 1 Cr of consulting work has been executed
shall be considered.
15
2.2 Experience of Advisory Assignments (non-PMU based*) in
Skill Development Projects with any State/ Central
governments/PSUs/ private agencies in India
1-3 assignment: 3 marks
4-6 assignments: 6 marks
>= 7 assignments: 10 marks
*Advisory projects in the skill development domain which
are deliverable based for a fixed duration.
10
2.3 Experience of working in the development/implementation
of Special Projects* in India in the Skill Development domain
for State/Central Government
1 Project: 5 Mark
10
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 47 of 51
SN Evaluation Criteria Max.
Marks
Compliance
(Yes/No)
Evidence
Provided on
Page Nos
>= 2 Projects: 10 Marks
*Special projects = projects done for a particular
community/target segment like BPL / SC / ST population in
India (projects solely for the said population and not part of
any general consulting assignment) with any State Govt. /
Central Govt. organization
2.4 Experience of working with Sector Skills Councils in India
1-2 SSCs: 1 Mark
3-4 SSCs: 3 Marks
> =5 SSCs: 5 Marks
5
3 Resource Requirement
Marking will be on the basis of Interview, Presentation etc.
by each resource person proposed by the Agency for
deployment
40
3.1 Supervisory Support 16
3.1.1 Project Director 8
3.1.2 Chief Expert - Skill Development 8
3.2 Senior Key Resource Personnel 12
3.2.1 Program Manager 6
3.2.2 Principal Project Advisor 6
3.3 Key Resource Personnel 12
3.3.1 Project Lead - Skill Development (Employment) - 2 Nos 3+3
3.3.2 Project Lead - Skill Development (Entrepreneurship & Self-Employment)
3
3.3.3 Project Lead - Skill Development (Incubation & Industry Linkage)
3
4 Project understanding and Approach & Methodology for
implementing the assignment
5
5 Technical presentation, interviews etc. of the resource
person proposed by the Agency before the Evaluation
Committee
Note
Interview of each proposed professional will be taken
separately and she/he may be asked to prepare on the spot
write-up / document on the specific task allotted to her/him.
10
Total 100
1. The supporting documents – Copy of work orders/agreements/contracts/completion certificate
mentioning scope of work.
2. The agency to peruse the Scope of Work (SOW) of SARTHI. The agency shall include the following in their
presentations;
— Skill Development training for ensuring job/service in various industries
— Skill Development training for Self-Employment
— Skill Development training for Entrepreneurship
— Skill Development Training Capacity building programs for establishing industrial units (Small/
Medium)
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 48 of 51
3. The professionals who are proposed to be deployed by the Agency has to be allocated specific task/s out
of the SOW so as to enable her/him to come well prepared on the particular task/s for the technical
interview.
o Specific emphasis on Skill Development Trainings and Entrepreneurship Initiatives is to be given by
the professionals while presentation and for that, it would be appropriate that 2/3 professionals of
different seniorities are given these tasks
o The professionals should come well prepared on plans, strategies and roadmap for SARTHI to
achieve fast-paced success in SKILL DEVELOPMENT and Entrepreneurship; based on various
initiatives taken by various agencies, including Central Govt., State Govt. and Semi-Govt.
organizations across the country.
o Interview of each proposed professional will be taken separately and she/he may be asked to
prepare on the spot write-up / document on the specific task allotted to her/him and accordingly
marks will be awarded against the criteria 3, 4 and 5 in the evaluation table above.
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 49 of 51
4.12 Financial Forms and Formats
Financial Bid format:
{Notes shown in brackets { } provide guidance to the Agency to prepare the Financial Proposals; they should not
appear on the Financial Proposals to be submitted.}
Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal
FIN-1: Financial Proposal Submission Form
FIN-2: Summary of Costs
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 50 of 51
4.13 FIN - I: Financial Proposal Submission Form
FINANCIAL PROPOSAL SUBMISSION FORM
TO BE UPLOADED IN THE FINANCIAL ENVELOPE ONLY
{Location, Date}
To,
Managing Director
SARTHI
Dear Sir,
We, the undersigned, offer to provide experienced professional for Skill Development activities of
SARTHI, in accordance with your Request for Proposal dated ……………… and our Technical Proposal.
Our attached Financial Proposal is for the amount of {Indicate the corresponding to the amount(s)
{Insert amount(s) in words and figures}, including all applicable taxes, except GST.
Our Financial Proposal shall be binding upon us up to expiration of the validity period of the Proposal.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature {In full and initials}:
Name and Title of Signatory:
In the capacity of:
Address:
E-mail:
Selection of agency to deploy experienced professionals in SARTHI for Skill Development Activities
Page 51 of 51
4.14 FIN - II: Summary of Costs
SUMMARY OF COSTS (IN INR ONLY)
The Agency shall quote as per the format below;
Sr No Description* Total Cost (In INR)
1 Lump sum cost (inclusive of all taxes), except GST
* the price quoted shall be inclusive of all taxes, OPE, except GST and in case of discrepancy between
the Number and the words, the amount specified in words would be considered.
The breakup of cost to be submitted;
*******************
Sr.
No. Position Nos
Man - month Rate
(In INR)
Total Amount (In INR.)
{Man – month * 36
months}
1. Program Manager 1
2. Principal Project Advisor 1
3. Project Lead - Skill Development
(Employment) 2
4. Project Lead - Skill Development
(Entrepreneurship & Self-
Employment)
1
5. Project Lead - Skill Development
(Incubation & Industry Linkage) 1
6. Technical Officer - Skill
Development (Employment) 4
7. Technical Officer - Skill Development
(Entrepreneurship & Self-
Employment)
2
8. Technical Officer - Skill Development
(Incubation & Industry Linkage) 2