Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Page 1 of 33
Tender Notice No.: MMSDP-3/14 of GLPC Ltd.
TENDER DOCUMENT
For
SELECTION OF SKILL TRAINING PARTNERS
For High Quality, Employment Oriented Skill Training Projects
Under
Mission Mangalam Skill Development Programme (MMSDP)
For
Gujarat Livelihood Promotion Co. Ltd, Gandhinagar
Through online e-tendering process only
Gujarat Livelihood Promotion Company Ltd.
CIN NO: U74900GJ2010SGC060349 3rd Floor, Block No. 18, Udyog Bhavan,
Sector 11, Gandhinagar, Gujarat – 382 011
Tel. (079) 2324 8513/14, Fax – (079) 2324 8515
E-mail: [email protected]
Web: www.glpc.co.in
OCTOBER, 2014
Tender Fee: Rs. 5000/- (Rupees Five Thousand only)
Page 2 of 33
MMSDP-3/14 of GLPC Ltd.
Notice Inviting On-line Tender
Details about Tender: MMSDP-3/14 of GLPC Ltd.
Department Name : Rural Development Department
Organization : Gujarat Livelihood Promotion Company Limited (GLPC Ltd.)
Address: : Managing Director
Gujarat Livelihood Promotion Company Ltd.
3rd Floor, Block No. 18, Udyog Bhavan,
Sector 11,
Gandhinagar 382011
Gujarat
IFB No./ Tender Notice No. : MMSDP-3/14 of GLPC Ltd.
Name of Project : Mission Mangalam Skill Development Programme (MMSDP)
Name of Work : Selection of Skill Training Partners for high quality, employment
oriented Skill Training projects under Mission Mangalam - Gujarat
Livelihood Promotion Co. Ltd. for Rural Areas of Gujarat
Estimated Contract Value (INR) : ` 2,20,00,000/-
Period of Completion of Contract : 12 months(4 months of Training & 8 months of post placement
handholding support to candidates)
Bidding Type : QCBS – Quality cum Cost Based System
Bid Call (Nos.) : 1
Class of Bidder : Not Applicable
Tender Currency Type : Single
Tender Currency Settings : Indian Rupee (INR)
Joint Venture / Consortium : Not Allowed
Rebate : Not Applicable
*****Amount Details*****
Bid Document Fee : ` 5,000/-
Bid Document Fee Payable to : Managing Director, Gujarat Livelihood Promotion Co. Ltd. payable at
Gandhinagar
Bid Security /EMD (INR) : ` 2,00,000/-
Bid Security/ EMD in favor of : Managing Director, Gujarat Livelihood Promotion Co. Ltd. payable at
Gandhinagar
*****Important Dates*****
Release of Advertisement : 10/10/2014
Bid Document Downloading Start
Date
: 14/10/2014
Pre Bid Meeting Date & Time : 20/10/2014, 1500Hrs. in the Conference Room of Gujarat Livelihood
Promotion Company Ltd., 3rd Floor, Block No. 18, Udyog Bhavan,
Sector 11, Gandhinagar 382011, Gujarat
Bid Document Downloading
End Date
: 15/11/2014
Last Date & Time for Receipt
(Submission) of Bids
: 15/11/2014, 1810Hrs.in the office of the Managing Director, Gujarat
Livelihood Promotion Company Ltd., 3rd Floor, Block No. 18, Udyog
Bhavan, Sector 11, Gandhinagar 382011, Gujarat
Page 3 of 33
MMSDP-3/14 of GLPC Ltd.
Date of Technical Bid opening &
Presentation of All Bidders
: 17/11/2014, 1100Hrs. in the Conference Room of Gujarat Livelihood
Promotion Company Ltd., 3rd Floor, Block No. 18, Udyog Bhavan,
Sector 11, Gandhinagar 382011, Gujarat
Declaration of Selected Bidders
based on Technical Evaluation
: 24/11/2014, through GLPC website www.glpc.co.in & Notice Board
of GLPC Ltd. - 3rd Floor, Block No. 18, Udyog Bhavan, Sector 11,
Gandhinagar 382011, Gujarat
Date of Financial Bid opening : 25/11/2014,1500 Hrs. in the Conference Room of Gujarat Livelihood
Promotion Company Ltd., 3rd Floor, Block No. 18, Udyog Bhavan,
Sector 11, Gandhinagar 382011, Gujarat
Declaration of Selected Bidder : 26/11/2014
Duration of Work Assignment : 12 months from start of 1st Batch of Training
Bid Validity Period : 180 days from Financial Bid opening
Remarks : Bidders shall submit their financial bid after digitally signing the same
in electronic format on website. Offers which are not digitally signed
will not be accepted. No offer in physical form will be accepted.
*****Other Details*****
Bid Inviting Authority : Managing Director - Gujarat Livelihood Promotion Company
Bid Opening Authority : Procurement Committee- Gujarat Livelihood Promotion Company, 3rd
Floor, Block No. 18, Udyog Bhavan, Sector 11, Gandhinagar 382011,
Gujarat
Address for any technical support
related to online bidding process
(n) Code Solutions, A division of GNFC, 301, GNFC Info Towers,
Bodakdev, Ahmedabad – 380054 (India)
General Terms and Conditions
1) Bidders can download the tender document free of cost from the website www.nprocure.com(Under
‘Home Tenders’) and www.glpc.co.in but Tender Fee of Rs.5000/- has to be submitted in the form of
DD along with documents as specified in the Tender Document at GLPC Ltd., 3rd Floor, Block No. 18,
Udyog Bhavan, Sector 11, Gandhinagar– 382 011, Gujarat
2) Bidders have to submit Price bid in Electronic form only on n-procure website till the Last Date & time
for submission.
3) Offers in physical form will not be accepted.
4) Free vendor training camp will be organized every Saturday between 4.00 to 5.00 PM at (n) Code
Solutions – A Division of GNFC Ltd. Bidders are requested to take benefit of the same.
Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital
Certificate as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders
can procure the same from any of license certifying Authority of India or can contact (n) Code Solutions – A
division of GNFC Ltd., who are licensed Certifying Authority by Govt. of India.
All bids should be digitally signed, for details regarding digital signature certificate related training involved
the below mentioned address should be contacted:
(n) Code Solutions - A Division of GNFC
301, GNFC Infotower, Bodakdev, Ahmedabad –380 054 (India)
Tel: +91 26857316/ 17/ 18, Fax: +91 79 26857321
Website: www.nprocure.com
Toll Free: 1800-233-1010(Ext. 321)
Other Terms and Conditions are as per detailed tender documents.
Page 4 of 33
MMSDP-3/14 of GLPC Ltd.
DETAILED CONTENTS
Sr. No. Particulars Page No.
INVITATION FOR BIDS (IFB) 6
Chapter-1 INSTRUCTIONS TO THE BIDDER
Article 1 Definitions 10
Article 2 Proposed Project 10
Article 3 Eligibility Criteria for Bidders 11
Chapter-2 GENERAL TERMS AND CONDITIONS
Article 1 Checklist of Documents Comprising the Bid 12
Article 2 Bidding Document 13
Article 3 Clarification on Bidding Documents 13
Article 4 Amendment of Bidding Documents 13
Article 5 Language of Bid 13
Article 6 Cost of Bidding 13
Article 7 Bid Forms 13
Article 8 Fraudulent and Corrupt Practice 13
Article 9 Lack of Information to Bidder 13
Article 10 Contract Obligations 13
Article 11 Bid Price 14
Article 12 Bid Currency 14
Article 13 Bid Security/Earnest Money Deposit (EMD) 14
Article 14 Period of Validity of Bid 14
Article 15 Format and Signing of Bid 14
Article 16 Sealing and Marking of Bid 15
Article 17 Bid Due Date 15
Article 18 Late Bid/Conditional Bid 15
Article 19 Withdrawal of Bid 15
Article 20 Opening of bids by GLPC Ltd. 15
Article 21 Contacting GLPC Ltd. 15
Article 22 Bid Evaluation 16
Article 23 Right to Vary Scope of Contract at the time of award 17
Article 24 Rights to accept any bid and to reject any or all bids 17
Article 25 Notification Of Award & Signing Of Contract 17
Article 26 Project Monitoring Committee 17
Article 27 Monthly Progress Report 17
Article 28 Performance Guarantee 17
Article 29 Payment Terms 18
Article 30 Penalty 18
Article 31 Patent Rights 18
Article 32 Right To Award The Contract To One Or More Bidders 18
Chapter-3 TERMS OF REFERENCE
Article -1 Introduction 19
Article-2 Beneficiary Details & Trainee Selection 19
Article 3 Services to be provided 19
Article 4 Location 20
Article 5 Mission Mangalam Government Resolution (GR) 20
Article 6 Service Performance Requirements 20
Article 7 Stipend 20
Chapter-4 SPECIAL TERMS AND CONDITIONS OF CONTRACT
Article -1 Contract Period 21
Article-2 Bidder’s Obligation 21
Article-3 GLPC Ltd.’s Obligation 21
Page 5 of 33
MMSDP-3/14 of GLPC Ltd.
Sr. No. Particulars Page No.
Article-4 Acceptance & Quality Check 21
Article-5 Liquidated Damages 21
Article-6 Termination of Contract 21
Article-7 “No Claim” Certificate 22
Article-8 Suspension 22
Article 9 Ownership of Database 22
Article 10 Details to be kept confidential 22
Article 11 Transfer of Rights 22
Article 12 Implementation Schedule 22
Chapter V ANNEXURES
Annexure 1 Financial bid format 23
Annexure 2 Proforma of general power of attorney 24
Annexure 3 Performance guarantee format 25
Annexure 4 Profile of the bidder 27
Annexure 5 Checklist for fulfillment of eligibility criteria 28
Annexure 6 Checklist for fulfillment of evaluation criteria 29
Annexure 7 Format for – MMSDP – project proposal 30
Annexure 8 Guidance for project proposal preparation 31
Annexure 9 Explanatory annexure to the terms of reference (Chapter iii) 32
Annexure – 10 Key Deliverables 33
Page 6 of 33
MMSDP-3/14 of GLPC Ltd.
INVITATION FOR BIDS (IFB)
In Golden Jubilee Year of Gujarat (2010), Honorable Chief Minister of Gujarat launched Mission
Mangalam as an umbrella program to improve the Human Development Index (HDI) of the poor residing in
the state of Gujarat. Gujarat Livelihood Promotion Company Ltd. is set-up under the aegis of Rural
Development Department, Govt. of Gujarat with a mandate to implement Mission Mangalam. The approach
adopted under Mission Mangalam is multi-pronged and a multi-stakeholder approach through Social
Mobilization, Microfinance, Skill Development, Training & Placement, Agriculture-Horticulture, Animal
Husbandry & Dairy Sector, Marketing Interventions, Cottage and Rural Services in helping institutions
&collectives of poor to ensure sustainable livelihoods and thereby ensure inclusive development of the poor.
Further, the Government has already drawn up certain programs, the experience of which shows that
an appropriately designed and executed Skill Training & placement program has the potential to impart
vocational skills and there by lead to increase in income by two to three fold. “Skill Development” has
therefore been identified as a major strategic initiative of Government of Gujarat to make Human Capital
more efficient and more productive. This strategy will help the Rural youth to upgrade their skill / acquire
fresh skill and thereby find out alternate sources of livelihood. The Rural Development Department. Govt. of
Gujarat through GLPC Ltd. Operates Skill Training & Placement Programs for enhancing employability of
selected Rural youth, list available at http://glpc.guj.nic.in/pride/.
In its second phase of QCBS e-tendering GLPC Ltd. desires to hire private sector training partners in the
form of skill training and placement providers under the Public Private Participation (PPP) model. In order
to have wider participation of training partners it is proposed to encourage Training partners / Agencies /
Industrial Manufacturing Unit or Commercial Entity having experience in providing Skill Training&
Placement.
Page 7 of 33
MMSDP-3/14 of GLPC Ltd.
Proposals in the form of BIDs (one hardcopy scanned and one CD containing the soft copy of the same)
are requested in complete accordance with the documents/attachments as per the following guidelines.
SCHEDULE FOR INVITATION OF TENDER
TENDER NAME: SELECTION OF SKILL TRAINING PARTNERS (EXISTING TRAINING
INSTITUTIONS, MANUFACTURING INDUSTRY, SERVICE
ORGANISATION) FOR HIGH QUALITY; EMPLOYMENT ORIENTED
SKILL TRAINING PROJECTSUNDERMISSION MANGALAM -
GUJARAT LIVELIHOOD PROMOTION CO. LTD. FOR RURAL
AREAS OF GUJARAT
To
Tender Issue Date: :
Pre Bid Meeting Date & Time :
Venue for Pre-Bid Meeting : Conference Hall,
Gujarat Livelihood Promotion Company Ltd., 3rd Floor, Block No.
18, Udyog Bhavan, Sector 11, Gandhinagar 382011, Gujarat
Bid Due Date & Time :
Bid Submission Address : Gujarat Livelihood Promotion Company Ltd., 3rd Floor, Block No.
18, Udyog Bhavan, Sector 11, Gandhinagar 382011, Gujarat
Date of Technical Bid Opening :
Venue for Technical Bid Opening : Gujarat Livelihood Promotion Company Ltd., 3rd Floor, Block No.
18, Udyog Bhavan, Sector 11, Gandhinagar 382011, Gujarat
Note:
1. Please address all queries and correspondence to the Managing Director, Gujarat Livelihood
Promotion Company Ltd., 3rd Floor, Block No. 18, Udyog Bhavan, Sector 11, Gandhinagar, Gujarat
– 382 011 email address [email protected]
2. If the Office of GLPC Ltd. happens to be closed on the day of receipt of the bids as specified, the
bids will be received and opened on the next working day on opening of the Office up to the same
time and at the same venue.
3. Please quote Ref. Number and Tender No. in all your correspondence.
General Instructions 1. Bidders who wish to participate in this selection process will have to register on www.nprocure.com.
Further, participating Bidders will have to procure Digital Certificate as per Information Technology Act,
2000 using which they can sign their electronic commercial proposals. Bidders can procure the same from
(n) Code Solutions – division of GNFC Limited, or from any other agency licensed by Controller of Certifying
Authority, Government of India. Bidders who already have a Digital Certificate need not procure a new
Digital Certificate.
2. Technical Bid: Bidders shall submit physically their bids in TWO SEPARATE PARTS in sealed
envelopes super-scribed with due date, time, project and nature of bid.
PART-I: Bid Security and price of one copy of the tender document in a separate sealed
envelope superscripted with the Tender Document number. Please enclose EMD of Rs.3 lakh and
Price of one copy of the Tender Document of Rs.5000/- in form of two Demand Drafts drawn in
favors of “Managing Director - Gujarat Livelihood Promotion Co. Ltd.” payable at Gandhinagar.
PART-II: Original and one CD containing the soft copy of the TECHNICAL BID complete
with all technical and commercial details except the prices. Original printed and signed document
shall be considered as original.
Note: Filling up prices in Part II will render the Bidder disqualified.
Page 8 of 33
MMSDP-3/14 of GLPC Ltd.
The envelopes containing Part –I and Part –II of offer should be enclosed in a larger envelope duly sealed.
The enclosed CUT-OUT Slips shall be filed and pasted on the envelopes. All pages of the offer must be
signed.
3. Financial Bid: Bidders shall submit their FINANCIAL BID online only. 4. Services offered should be strictly as per specifications mentioned in the Tender Document.
5. Once quoted, the bidder shall not make any subsequent price changes, whether resulting or arising out of
any technical/commercial clarifications sought regarding the bid. Any price changes shall render the bid liable
for rejection.
6. Bidder shall quote the prices of services inclusive of all applicable statutory dues as mentioned, valid up to
180 days (Clearly showing each element of applicable statutory due).
Yours Faithfully
For and on behalf of
MD, GLPC Ltd., Block 18/3, Udyog Bhavan, Gandhinagar
To be pasted on the outer envelope containing Bid Security,
Tender Fees & Technical Bid.
Important Data
DO NOT OPEN – THIS IS A BID
PROJECT
Selection Of Skill Training Partners For High Quality, Employment
Oriented Skill Training Projects Under Mission Mangalam - Gujarat
Livelihood Promotion Co. Ltd. for Rural areas of Gujarat.
Due Date & Time :
From To
<Name of Bidder> Managing Director
<Address> Gujarat Livelihood Promotion Company
Block No-18, 3rd floor, Udhyog Bhavan, Sector 11,
Gandhinagar – 382011
<Landline no.> : Tel. (079) 2324 8512/13/14,
<Fax no.> : Fax – (079) 2324 8515
<Cellphone no.>
<e-mail ID: >
Page 9 of 33
MMSDP-3/14 of GLPC Ltd.
To be pasted on the outer envelope containing Bid Security, Tender Document Price.
Important Data
DO NOT OPEN – THIS IS A BID
Bid Security
PROJECT
Selection Of Skill Training Partners For High Quality, Employment
Oriented Skill Training Projects Under Mission Mangalam - Gujarat
Livelihood Promotion Co. Ltd. for Rural areas of Gujarat.
Due Date & Time :
From To
<Name of Bidder> Managing Director
<Address> Gujarat Livelihood Promotion Company
Block No-18, 3rd floor,
Udhyog Bhavan, Sector 11,
Gandhinagar – 382011
<Landline no.> : Tel. (079) 2324 8512/13/14,
<Fax no.> : Fax – (079) 2324 8515
<Cellphone no.>
<e-mail ID: >
To be pasted on the outer envelope containing Technical Bid.
Important Data
DO NOT OPEN – THIS IS A BID
Technical Bid
PROJECT
Selection Of Skill Training Partners For High Quality, Employment
Oriented Skill Training Projects Under Mission Mangalam - Gujarat
Livelihood Promotion Co. Ltd. for Rural areas of Gujarat.
Due Date & Time :
From To
<Name of Bidder> Managing Director
<Address> Gujarat Livelihood Promotion Company
Block No-18, 3rd floor, Udhyog Bhavan, Sector 11,
Gandhinagar – 382011
<Landline no.> : Tel. (079) 2324 8512/13/14,
<Fax no.> : Fax – (079) 2324 8515
<Cellphone no.>
<e-mail ID: >
Page 10 of 33
MMSDP-3/14 of GLPC Ltd.
CHAPTER – 1: INSTRUCTIONS TO THE BIDDER
ARTICLE - 1: DEFINITIONS
In this document, unless the context specifies otherwise, the following words and phrases shall mean:
1) “Agreement” means the document signed by the Managing Director, GLPC Ltd. and the Bidder that
incorporates any final corrections or modification to the Tender and is a Legal document binding both
the parties to all terms and conditions of the Contract.
2) “Bid” means the complete bidding document submitted by the Bidder to GLPC Ltd. and shall include
any corrections, addenda and modifications made therein.
3) “Bidder” shall mean a corporate entity or a society or a corporation or a trust or a firm eligible to
participate in the Tender in the stages of Pre-qualification, Bidding process and shall include the
successful Bidder during the currency of the Contract.
4) “Contract Period” shall mean entire term of the contract as indicated in the Article 1, Chapter IV.
5) “Contract” shall include the Terms of Reference as outlined under Chapter III within time limits
indicated under Article 1. Chapter IV sets out the terms & conditions by which Bidder shall be paid.
6) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value,
pressurizing to influence the action of a public official in the process of Bidder selection and Contract
execution.
7) “Department” shall mean Rural Development Department of the Government of Gujarat or any other
Department or Agency notified by the State for this purpose.
8) “Financial Capability” means financial worthiness of Bidders as per the terms of the Tender.
9) “Government” shall mean the Government of Gujarat.
10) “Local Language” in this tender means Gujarati.
11) “Tenderer” means the organization/institution, which is floating this; tender i.e. GLPC Ltd. Ltd.
12) “Total Accepted Tender Value” means the total value of services (inclusive of all applicable statutory
dues) and supplies as covered under this Tender and agreed upon by the Tenderer and the Bidder.
13) “Per Rural Candidate Total Accepted Tender Value” means the amount derived by dividing the
Total Accepted Tender Value by the number of youth the bidder has committed to provide employment
in his bid during the contract period.
14) “Placement” means the trained candidate should be offered placement in the relevant trade/area in
which the training has been imparted, remains in the employment and gets salary for nine months
continuously after completion of Training.
15) “Handholding” means the partner should keep a track of trained candidates and provide continuous
non-monetary assistance to candidates for complete nine months after the placement.
16) “Consortium” means an association of two or more individuals, companies, organizations or
governments (or any combinations of these entities) with the objective of participating in a common
activity or pooling their resources for the achieving a common goal.
ARTICLE – 2: Proposed Project–Mission Mangalam Skill Development Programme (MMSDP) for
Selection of Skill Training Partners for High Quality, Employment Oriented Skill Training Projects
Under MMSDP it is proposed to provide vocational training & placement to Rural Candidates in various
sectors as per the following table:
Sr.
No.
MES Code
(for certification) Sector Trade
Number of
Candidates
1 FAB 701 Fabrication Arc & Gas Welder 500
2 ICT 706
Information
Communication &
Technology
BPO Voice 500
Page 11 of 33
MMSDP-3/14 of GLPC Ltd.
3 MED 101 Medical & Nursing Bedside Assistant 500
4 CON 705 Construction Assistant Plumber 500
Under this project it is mandatory to provide the minimum placements of 75 % of the total candidates
trained (Training: Placement = 100:75).The project implies a period of 4 months training & 8 months post
placement hand holding support with priority given to Rural BPL candidates between the score of 0 to 20
from SHG (Self Help Group) Members & Family members of SHGs. This programme is also meant for
members of Shramyogi Families, PWDs (People with Disabilities), Widows, Widow headed households,
Candidates from SC & ST, PTGs and Victims of Human Trafficking. The training would be non-residential
type only. Although the training period per working day would be minimum 8 hours, the method to be
adopted for training i.e. classroom / practical / on-the-job would be devised by the training partner and duly
mentioned in the Technical Bid. Bids without clear mentioning of training methodology are liable to be
rejected. All physical facilities as well as Trainers / Knowledge Experts necessary to provide the training will
be arranged by the Training Partner. The Training Partner will also ensure employment of the trained rural
candidates in organized sectors. The Training partner shall be paid per Rural Candidate who has been trained
(for a period of four months) and has been employed (for a period of at least eight months).
ARTICLE – 3: ELIGIBILITY CRITERIA FOR BIDDERS
The Bidder should be fulfilling the following preconditions and must also submit documentary evidence in
support of fulfillment of these conditions while submitting the technical bid. Bids from consortiums are not
allowed.
No. Eligibility Criteria Documentary Evidence to be Attached
1 The Bidder should have minimum three years
of experience in imparting training &
placement in the sector it proposes to work.
1. Copy of Certificate of Incorporation.
2 The Bidder should have trained a minimum of
500 candidates and placed at least 375
candidates till date of tender.
1. Self-certified list of candidates who have
completed training.
2. Contact details as per Note-1 are to be provided
for each candidate.
3 The Bidder should have at least one training &
placement center in Gujarat existing as on date
of the Tender
1. Name & Address of the Center with Contact
details as per Note-1 below.
4 The Bidder should have spent at least Rs.25
lakh for Training & placement of candidates
during the last three financial years.
1. Chartered Accountant Certificate stating that at
least Rs. 25 lakhs have been spent on training
& placement as a business activity over the last
three years. (2011-12, 2012-13 & 2013-14)
ending 31st March 2014.
Note-1: “Contact Details” include the name of the contact person, mobile & land line phone numbers, address,
e-mail address and any other relevant information.
GLPC Ltd. reserves the right to verify the claims made by the Bidders and to carry out the capability
assessment of the Bidders and GLPC Ltd.’s decision shall be final in this regard.
Note:
1. Interested Bidders not qualifying in above mentioned selection criteria will not be processed further.
2. GLPC Ltd. is free to reject any offer without assigning any reason whatsoever.
Page 12 of 33
MMSDP-3/14 of GLPC Ltd.
CHAPTER – 2: GENERAL TERMS AND CONDITIONS
ARTICLE-1: CHECKLIST OF DOCUMENTS COMPRISING THE BID
1.1 The bid submitted shall have the following documents:
Part-I
Earnest Money Deposit and Price of one copy of the Tender Document as prescribed in the Tender.
Part - II
1. Bid signed and sealed (with official seal) in Original on all pages with all pages duly
numbered.(Numbering format should be page(current page)of(total page) example: page 12 of 48)
2. A CD containing the softcopy of the Technical Bid and scan copy of the documents submitted.
3. In case the Bidder is a Company - Certified copy of Certificate of Incorporation for Companies &
Memorandum & Articles of Association
Or
In case the Bidder is a Society – Certified copy of Registration deed with objects of constitution of society
Or
In case Bidder is a Corporation- Authenticated copy of Certificate of Incorporation and if applicable -
parent statute.
Or
In case of Trust- Certified copy of the Trust Deed
Or
In case of Firm- Certified copy of the Registration Deed
Certified copies of documents submitted, as above, must be signed and carry the seal of the authorized
signatory of the Company / Society / Corporation / Trust / Firm.
4. List of present Directors/Owners/Executive Council Members/Trustees/ Board Members as applicable.
5. Name, address, contact details and registration number of statutory auditors of the Company / Society /
Corporation / Trust / Firm.
6. The Training Partner should enclose his Project Proposal strictly as per the format provided at Annexure
– 7 and as per the Guidance provided at Annexure – 8. Project proposals which are not in specified
format are liable for rejection.
7. Current Service Tax Clearance Certificate and certified copy (duly signed) of Service Tax Registration
certificate.
8. Current Sales Tax or VAT Clearance Certificate and certified copy (duly signed) of Sales Tax or VAT
Registration Certificate – if applicable.
9. General power of Attorney/Board of Directors resolution/Deed of Authority contract and all
correspondences/ Documents thereof. Format for General Power of Attorney is given at Annexure 2.
10. Audited Balance sheet and Income statement duly signed by the statutory auditors and authorized
signatory/ies of the Bidder for the Financial Year 2011-12, 2012-13 & 2013-14.
11. Documentary evidence (signed by authorized signatory) proving that bidder fulfills the eligibility criteria
as stated in Article 3, Chapter I.
12. Documentary evidence (signed by authorized signatory) proving that bidder has provided all the data and
documents required for carrying the evaluation of their Bid as per the parameters given at Article 22: Bid
Evaluation, Chapter II.
13. Clause by clause compliance statement for the whole Tender Document including all Annexure.
Part-III
1. Financial Bid as per Annexure – 1 to be submitted on-line only. No deviations and/or non-compliance
shall be allowed in the Financial Bid.
2. Prices have to be filled up for the entire project period. (Filling up of prices on hourly basis, task basis,
minute basis or any such fractional form will be out rightly rejected).
Page 13 of 33
MMSDP-3/14 of GLPC Ltd.
ARTICLE–2: BIDDING DOCUMENT
2.1 Bidder is expected to examine all instructions, forms, terms and specifications in the bidding
documents. Failure to furnish all information required by the bidding documents or submission of a Bid not
substantially responsive to the bidding documents in every respect will result in the rejection of the Bid.
ARTICLE–3: CLARIFICATION ON BIDDING DOCUMENTS
3.1 Bidders can seek written clarifications within 5 days from the date of issue of the tender document
by writing to GLPC Ltd., Gandhinagar.
ARTICLE–4: AMENDMENT OF BIDDING DOCUMENTS
4.1 At any time prior to the deadline for submission of bids, GLPC Ltd. for any reason, whether at its
own initiative or in response to the clarifications requested by prospective Bidders may modify the bidding
documents by amendment.
4.2 All prospective Bidders are required to regularly visit the official website of GLPC Ltd. viz.
www.glpc.co.in for any amendment and such modifications which will be binding on them.
4.3 In order to allow prospective Bidders a reasonable time to take the amendment into account in
preparing their bids, GLPC Ltd., at its discretion, may extend the deadline for the submission of bids.
ARTICLE–5: LANGUAGE OF BID
5.1 The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid
exchanged by the Bidder and GLPC Ltd. shall be in English. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are accompanied by an accurate translation
of the relevant pages in English. For purposes of interpretation of the bid, the translation shall govern.
ARTICLE–6: COST OF BIDDING
6.1 The Bidder shall bear all costs associated with the preparation and submission of the Bid and GLPC
Ltd. will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.
ARTICLE-7: BID FORMS
7.1 Wherever a specific form is prescribed in the Tender Document, the Bidder shall use the form to provide
relevant information. If the form does not provide space for any required information, space at the end of the
form or additional sheets shall be used to convey the said information.
ARTICLE-8: FRAUDULENT & CORRUPT PRACTICE
8.1 Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the
execution of a Contract and includes collusive practice among Bidders (prior to or after Bid submission) designed
to establish bid prices at artificial on-competitive levels and to deprive GLPC Ltd. of the benefits of free and open
competition.
8.2 GLPC Ltd. will reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for, or in executing, contract(s).
ARTICLE-9: LACK OF INFORMATION TO BIDDER
9.1 The Bidder shall be deemed to have carefully examined all contracts documents to his entire satisfaction.
Any lack of information shall not in any way relieve the Bidder of his responsibility to fulfill his obligation under
the Contract.
ARTICLE-10 : CONTRACT OBLIGATIONS
10.1 If after the award of the contract the Bidder does not sign the Agreement or fails to furnish the
performance guarantee within the prescribed time limit, GLPC Ltd. reserves the right to cancel the contract and
apply all remedies available to the company under the terms and conditions of this document.
ARTICLE-11: BID PRICE
11.1 The Financial bid should indicate the prices in the format/price schedule given at Annexure–1.
Page 14 of 33
MMSDP-3/14 of GLPC Ltd.
Bidder shall categorically confirm strict compliance with the following stipulation in respect of their offer.
a) Any effort by a Bidder or Bidder's agent or representative howsoever described to influence
GLPC Ltd. in any way concerning scrutiny/consideration/ evaluation/ comparison of the bid
or decision concerning award of contract shall entail rejection of the bid.
b) The Bidder should indicate a single consolidated rate for contract period based on the
payment terms specified in the Tender.
c) Prices have to be filled up for the entire project period only (filling up of prices on hourly basis,
task basis, minute basis or any such fractional form will be out rightly rejected). 11.2 GLPC Ltd. reserves the right to seek clarification/justification from the Bidder on the bid price in case
GLPC Ltd. deems it necessary. Based on the justification provided by the Bidder, if GLPC Ltd. feels that the
price is unrealistic/ unfeasible in order to execute a project of this nature, GLPC Ltd. reserves the right to
reject the said bid. The Bidders shall be governed by the decision of GLPC Ltd.
ARTICLE-12: BID CURRENCY
12.1 For the services required in the Tender the prices shall be quoted in Indian Rupees. Payment for such
services as specified in the agreement shall be made in Indian Rupees only.
ARTICLE-13: BID SECURITY/EARNEST MONEY DEPOSIT (EMD – Noninterest bearing)
13.1 The Bidder shall furnish, as part of the Bid, a bid security for the amount of INR 2 lakhs (Rupees
Two Lakh only) /- by DD in favour of “Managing Director, Gujarat Livelihood Promotion Co. Ltd. (GLPC
Ltd.)” payable at Gandhinagar issued by any Scheduled Commercial Bank in India in a separate envelope.
Only after the confirmation of valid bid security, the Technical Bid will be opened.
13.2 No interest shall be paid on bid security.
13.3 EMD of Bidders not short-listed will be refunded within 30 days from the date of declaration of
Short-listed Bidders.
13.4 If the Bidder is short-listed then the security will be refunded within 30 days of receipt of Performance
Bank Guarantee.
13.5 The Bid security may be forfeited either in full or in part, at the discretion of GLPC Ltd., on account
of one or more of the following reasons:
a) The Bidder withdraws their Bid during the period of Bid validity specified by them on the
Bid letter form.
b) Bidder does not respond to requests for clarification of their Bid.
c) Bidder fails to co-operate in the Bid evaluation process, and
d) In case of a successful Bidder, the said Bidder fails:
1. To sign the Agreement in time; or
2. To furnish Performance Guarantee
ARTICLE-14: PERIOD OF VALIDITY OF BIDS
14.1 Bids shall remain valid for 180 days after the date of Bid opening prescribed by GLPC Ltd. A Bid
whose validity is for a shorter period shall be rejected as non-responsive.
ARTICLE - 15: FORMAT AND SIGNING OF BID
15.1 The complete bid shall be typed (soft copies made available) and shall be signed by the Bidder or a
person duly authorized (as per Annexure 3) to bind the Bidder to the Contract/Concession Agreement. All
pages of the bid, except for un-amended printed literature, shall be initialed by the person or persons signing
the bid.
15.2 The complete bid shall be without alteration or erasures, except those to accord with instruction issued
by GLPC Ltd. or as necessary to correct errors made by the Bidder, in which case such corrections shall be
initiated by the person or persons signing the bid.
Page 15 of 33
MMSDP-3/14 of GLPC Ltd.
ARTICE - 16: SEALING AND MARKING OF BID
Bidder shall submit their bids in TWO SEPARATE PARTS in sealed envelopes super-scribed with due date,
time, project and nature of bid (Bid Security, Technical Bid).
Part I: The Bid Security in a separate sealed envelope super scribed with the Tender Document number.
Part II: Original and a CD containing soft copy of TECHNICAL BID complete with all technical and
commercial details.
NOTE: Filling up prices in Part-II will render the Bidder disqualified.
The envelopes containing Part-I and Part-II of bid should be enclosed in a larger envelope duly sealed. The
enclosed CUT-OUT Slips (Formats given earlier) shall be filled and pasted on the envelopes. All pages of
the offer must be numbered and signed.
The outer envelope shall indicate the name, Landline number, Cellphone number, Fax number, e-mail ID and
address of the Bidder to enable the bid to be returned unopened in case it is declared as `LATE BID'.
16.1 If the outer envelope is not sealed and marked as specified, GLPC Ltd. will assume no responsibility
for the bid's misplacement or premature opening.
16.2 The Technical and Financial bids shall be placed in separate envelopes and then placed in double
envelope as explained above.
16.3 If these envelopes are not sealed and marked as specified, GLPC Ltd. will assume no responsibility
for the bid's misplacement or premature opening and rejection.
ARTICLE - 17: BID DUE DATE
17.1 Bid must be submitted to GLPC Ltd. at the address specified in the Tender Document not later than
the date specified in the bid.
17.2 GLPC Ltd. may, at its discretion, on giving reasonable notice by fax or any other written
communication to all prospective Bidders who have been issued the Tender documents, extend the bid due
date, in which case all rights and obligations of GLPC Ltd. and the Bidders, previously subject to the bid due
date, shall thereafter be subject to the new bid due date as extended.
ARTICLE - 18: LATE BID/CONDITIONAL BID
18.1 Any bid received by GLPC Ltd. after the bid due date/time prescribed in the Tender Document shall
be rejected.
18.2 Any bid indicating conditions beyond those indicated in this Tender Document i.e. conditional bid
shall be rejected.
ARTICLE - 19: WITHDRAWAL OF BID
19.1 The Bidder may withdraw its Bid after the Bid's submission, provided that written notice of the
withdrawal of the bids is submitted to GLPC Ltd. prior to the deadline prescribed for submission of bids.
19.2 The Bidder's withdrawal notice shall be prepared, sealed, marked and dispatched in a manner similar
to the original Bid.
19.3 No Bid may be withdrawn in the time interval between the deadline for submission of bids and the
expiration of the period of Bid validity specified by the Bidder on the bid letter form. Withdrawal of a Bid
during this interval may result in the Bidder's forfeiture of its Bid security.
ARTICLE - 20: OPENING OF BIDS BY GLPC Ltd.
20.1 Bids will be opened in the presence of Bidder's representatives, who choose to attend. The Bidder's
representatives who are present shall sign a register evidencing their attendance.
20.2 The Bidder's names, Bid withdrawals and the presence or absence of relevant Bid security and such
other details may be announced during Bid opening at the discretion of GLPC Ltd.
20.3 At the pre-decided time and venue, GLPC Ltd. contact person shall open the Technical Bids and list
them for further evaluation. Participating Bidder may depute a representative to witness these procedures.
ARTICLE - 21: CONTACTING GLPC Ltd.
21.1 Bidder shall not approach GLPC Ltd. officers outside of office hours and/or outside the GLPC
Ltd. premises, from the time of the Bid opening to the time the Contract is awarded.
Page 16 of 33
MMSDP-3/14 of GLPC Ltd.
21.2 Any effort by a Bidder to influence GLPC Ltd. officers in the decisions on Bid evaluation bid
comparison or contract award may result in rejection of the Bidder's offer.
ARTICLE - 22: BID EVALUATION
The Bids will be evaluated on a Quality cum Cost Based Selection (QCBS) basis. The proposals will be
ranked according to their combined Technical (ST) and Financial (SF) scores, using the formula: S = ST + SF
Note: ST = 75% of S
SF = 25% of S
GLPC Ltd.is not bound in any manner to select: (i) Any of the bidders who have submitted proposals or (ii)
The bidder offering the lower/lowest price.
The bidder achieving the highest combined Technical and Financial score (S) will get the highest rank,
followed by others. The firm obtaining the highest number of points will be invited for contract negotiations,
with a view to clarify any outstanding points, to finalize technical and financial arrangements and, in case of
successful negotiations, to sign a Contract Agreement. Bidders submitting the bids should clearly understand
that any or all parts of their bids are liable to be part of the negotiation procedure.
I) Technical Evaluation – 75 marks
Bidders, who have fulfilled the eligibility criteria, will be evaluated further. The technical evaluation and
comparison of the bids shall be done for the following parameters for all the Bidders:
Notes:
Sr.
No.
Criteria Documents / Details Required Total
Marks
1 Organizational Profile (Maximum Marks 30)
1a The Bidder’s total years of experience in
imparting training & placement in the sector it
proposes to work.
Copy of Certificate of Incorporation 05
1b
Number of active Centers in Gujarat
Self-Certified list of available
infrastructure / centers
05
1c Inspection of Training Centers in which the
project will be implemented.
Will be done by GLPC officials. 20
2 Methodology (Maximum Marks 10)
2a Minimum qualification expected of the
Trainees prior to training. (Refer Note 1
below)
To Provide as part of the Project Proposal
10
3 Curriculum (Maximum Marks 5)
3a Quality of Training Material:
1. Easy & understandable language
2. Chapter wise proper content flow
3. Quality of Worksheets
Submit Copies of Books Developed by
Agency in the Technical Bid Document
05
4 MIS Preparedness (Maximum Marks 10)
4a Has the agency developed a web based portal
for MIS & Candidate Tracking
Agency shall give on-line demonstration of
the portal to the project approval
committee.
10
5 Previous Work Experience(Maximum Marks 20)
5a Previous Work Experience with Govt. of
Gujarat and/or Govt. of India or other State
Govt. Projects
Copy of Project Sanction & Project
Completion Letter for each project
undertaken
10
5b Phone verification of candidates trained &
placed by the agency (through random
sampling)
Self-Certified List of Candidates who
have completed training (documentary
evidence to be attached under eligibility
criteria number 2 – Chapter,1 Article - 3)
10
TOTAL 75
Page 17 of 33
MMSDP-3/14 of GLPC Ltd.
1. GLPC Ltd. desires that the training programs are directed to Rural Candidates having lower
educational qualifications. Bids targeting Rural Candidates with lower educational training will fetch
higher marks.
2. “Contact details” include the name of the contact person, phone number, address, e-mail address, if
any, and any other relevant information.
Evaluation shall be carried out based on the above parameters and the data and documents provided by the
Bidders in support of their claims. The evaluation will be carried out based on Govt. of Gujarat norms. The
cut-off marks for short-listing based on the Technical Evaluation is 50.
The Evaluation Committee shall have the right to verify the claims made by the Bidder, in whichever way it
seems fit. Based on the Bid Evaluation, only technically qualified Bidders scoring more than cut-off marks
shall be short-listed for financial evaluation.
II) Financial Evaluation
22.1 The financial bid of only the short-listed Bidders based on technical evaluation shall be opened. The
lowest evaluated Financial bid (Fm) will be given the maximum Financial Score (SF) of 25 (twenty five)
points. The financial scores (SF) of the other Financial Proposals will be computed as per the formula – SF =
25 x Fm/F, in which SF is the financial score, Fm is the lowest financial quote and F is the financial quote
under consideration.
22.2 Bid Evaluation Committee The above evaluation shall be done by an Evaluation Committee decided by Gujarat Livelihood Promotion
Company Ltd. (GLPC Ltd.), Govt. of Gujarat. The Committee shall determine the approach and
methodologies for the issues, which may arise during the above, referred evaluation exercise and have not
been addressed in this Tender Document. The decision of the Committee shall be final and binding on all the
Bidders.
ARTICLE - 23: RIGHT TO VARY SCOPE OF CONTRACT AT THE TIME OF AWARD
23.1 GLPC Ltd. may at any time, by a written order given to the Bidder make changes which include
inclusion of more candidates or exclusion of some candidates within the general scope of contract.
ARTICLE - 24: RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
24.1 GLPC Ltd. reserves the right to reject any Bid and to annul the bidding process and reject all bids at any
time prior to award of Contract, without thereby incurring any liability to the affected Bidder(s) or any
obligation to inform the affected Bidder(s) of the grounds for such decision.
ARTICLE - 25: NOTIFICATION OF AWARD & SIGNING OF CONTRACT
25.1 Prior to expiry of the period of Bid validity, GLPC Ltd. will notify the successful Bidder in writing
that its Bid has been accepted and send successful Bidder the Contract Form.
25.2 Within 10 days of receipt of the Contract Form, the successful Bidder shall sign and date the contract
and return it to GLPC Ltd. If the successful Bidder thus selected fails to sign the contract as stipulated, GLPC
Ltd. reserves the right to offer the contract to the next lowest Bidder.
ARTICLE - 26: PROJECT MONITORING COMMITTEE
26.1 GLPC Ltd. shall set up a team of external experts for the purpose of Project Monitoring. The Bidder shall
be liable to submit progress of the project to the Project Monitoring Committee on a regular basis and / or as per
the requests of the Project Monitoring Committee or GLPC Ltd.
ARTICLE - 27: MONTHLY PROGRESS REPORT
27.1 The Bidder shall submit the monthly progress report for month ‘n’ shall be submitted on or before the 5th
date of month ‘n+1' (as prescribed by GLPC Ltd.) throughout the period of contract. This same rule applies to
submission of online data on the official web portal http://glpc.guj.nic.in/pride/.
Page 18 of 33
MMSDP-3/14 of GLPC Ltd.
ARTICLE - 28: PERFORMANCE GUARANTEE
28.1 The contract performance guarantee has to be submitted within TEN days of receipt of contract work
order. The performance guarantee shall be 10% of the Total Accepted Tender Value. The performance
guarantee shall be in the form of Bank Guarantee, which shall be valid for duration of 180 days beyond the
expiry of contract period.
28.2 If the successful Bidder fails to remit the Performance Guarantee the EMD remitted by him will be
forfeited by GLPC Ltd. and his bid will be held void.
28.3 Upon the successful Bidder's furnishing of Performance Guarantee and signing of contractual
documents, GLPC Ltd. will promptly notify all Short-listed Bidders and will refund their Bid Security.
28.4 The Performance Guarantee Format is given at Annexure –3.
28.5 If the successful Bidder fails to deliver the project as per the conditions of the contract, the
Performance Guarantee will be forfeited by competent authority.
28.6 The Performance Guarantee of the successful Bidder shall be refunded within two months from the
expiry of the contract period and on satisfaction of GLPC Ltd. for execution of the work / settlement of
disputes, if any.
ARTICLE - 29: PAYMENT TERMS
29.1 Payment to the Training partner shall be based on the number of Rural Candidate provided service as
follows:
No. Activity Payment
1 On completion of
two week of Batch
inception
A payment of 10% of the total accepted Tender value shall be made by GLPC
Ltd. / per Rural Candidate having attended the batch for at least two weeks.
2 On completion of
three months of
training
A payment of 35%of the total accepted tender value shall be made after due
diligence by GLPC Ltd. / per Rural Candidate having completed three months
of training.
3 On completion of
certification & three
months of placement
A payment of 25%of the total accepted tender value shall be made after due
diligence by GLPC Ltd. / per Rural Candidate having received certification as
per Contract.
4 On project
completion
Payment of 30% of the total accepted tender value shall be made after due
diligence by GLPC Ltd. / per Rural Candidate after provision of post placement
hand holding support and on submission of Bank Statement of candidates having
received consistent remuneration for a period of six months or more after job
placement.
29.2 All the payments shall be released on certification of satisfactory completion of the work from
GLPC Ltd.
ARTICLE - 30: PENALTY
30.1 GLPC Ltd. will levy penalty in case the Bidder fails to provide the services specified by GLPC Ltd. in
the pre confirmed time schedule. The quantum of penalty shall be decided by GLPC Ltd. and it shall be
binding and final. On the event of Bidder failing to rectify the faults, GLPC Ltd. may get them
attended/rectified by any other agency at the risk and cost of the Bidder and the same will be recovered from
the Bidder. GLPC Ltd. shall terminate the contract on evidence of persistent nonperformance by the Bidder
by giving one month notice. Contract review for Cancellation will be undertaken if the Training Partner fails
to deliver a performance level of 50% achievement during project delivery.
ARTICLE - 31: PATENT RIGHTS
31.1 The Bidder shall indemnify GLPC Ltd. against all third-party claims of infringement of patent, trademark
/ copyright arising from the use of services or any part thereof.
ARTICLE – 32: RIGHT TO AWARD THE CONTRACT TO ONE OR MORE BIDDERS
32.1 GLPC Ltd. reserves the right to award the contract to one or more than one Bidder and split the order
among different Bidders.
Page 19 of 33
MMSDP-3/14 of GLPC Ltd.
CHAPTER – 3: TERMS OF REFERENCE
ARTICLE – 1: INTRODUCTION
GLPC Ltd. desires to cover 3,000 Rural Candidates of Gujarat under vocational Skill Training & Placement
Project of Mission Mangalam with priority given to Rural BPL Youth between the score of 0 to 20, SHG
(Self Help Group) Members & Family members of SHGs. This programme is also meant members of
Shramyogi Families, PWDs (People with Disabilities), Widows, Widow headed households, Candidates from
SC & ST Communities & Victims of Human Trafficking for its intervention of improving Rural youth
employability. The objective is to improve employability with the consensus of rural candidate and their
families so as to achieve meaningful and tangible results. The objective is to be achieved through training and
arrangement of sustainable employment for rural youth matching their aptitude and liking with the market
requirement in sectors decided by training providers through PPP model. For each sector, there can be more
than one training partner. The project shall commence within 3 months from the date of signing of the
agreement and shall continue thereafter till project completion (i.e. three months of training and nine months
of post placement handholding support)
ARTICLE – 2: BENEFICIARY DETAILS AND TRAINEE SELECTION
The beneficiary of this Project will be Rural youth both males and females in age group of 18 to 40 years
with priority given to Rural BPL Youth between the score of 0 to 20, SHG (Self Help Group) Members &
Family members of SHGs. Candidates may also be mobilized from members of Shramyogi Families, PWDs
(People with Disabilities), Widows, Widow headed households, Candidates from SC & ST Communities &
Victims of Human Trafficking. The Rural candidate will be selected by the Training partner in consultation
with GLPC Ltd. Trainees will be selected from among poor Rural youth based on trade specific criteria. The
Training partner will have full freedom to select any trainee from the available SHG family database of GLPC
Ltd. For this purpose, it can follow any selection procedure like short listing trainees from a long list,
organizing road shows, interviews or opting for a short course to assess the aptitude of trainees. However, the
selection procedure will have to be mentioned in detail in the technical proposal.
ARTICLE-3: SERVICES TO BE PROVIDED
3.1 The Bidder may propose training program in any of the four specified sectors (viz. Fabrication Arc
& Gas Welder (FAB 701), Information Communication & Technology (ICT) BPO Voice (ICT 706), Medical
& Nursing Bedside Assistant (MED 101) and Construction Assistant Plumber (CON 705) in which he has
acquired intrinsic strength and can ensure fulfillment of the service delivery criteria. Time Frame for Training
should not be less than three months, post placement handholding and placement tracking shall be for a period
of nine months; thus, project completion time frame shall be deemed.
3.2 In addition to the formal training, the Training partner is also expected to impart soft skills like
knowledge of spoken & written English language, personality development, motivation, short term
apprenticeship with industry or potential employment provider, preparing trainees to face interviews,
subsequently ensure placement and follow up of every trainee for nine months after completion of training
course.
3.3 Foundation Course should be provided in each sector for overall personality development of Rural
BPL youth to enable them to work in urban areas like any other urban candidate. The modules may include
soft skills like knowledge of spoken & written English language, personality development, motivation,
Computer literacy, etc.
3.4 All training modules have to be non-residential type.
3.5 All physical facilities like classroom, equipment/instrument, drinking water & toilet facilities, etc.
will be provided by Training partner. These facilities must be at par or better than as specified under
Annexure-10.
3.6 Training curriculum/content, methodology and training plan (both theory and practical) to be as per
a recognized syllabus or a syllabus acceptable to the industry. Standard training modules should be
prepared in Gujarati language only.
3.7 The qualifications and experience of trainers/knowledge experts should be mentioned clearly in the
technical proposal and cannot be changed without written approval of GLPC Ltd.
3.8 The Training partner will evaluate the training imbibed by the trainee and certify the same. The
Project Monitoring Committee nominated by GLPC Ltd. will check the evaluation process. In addition to it,
Page 20 of 33
MMSDP-3/14 of GLPC Ltd.
the Selected Training Provider will be required to submit comprehensive monthly progress report on
individual trainees in format specified by GLPC Ltd.
3.9 Post completion of training, the Training Partner shall provide any of the following Certification to
the Candidates / Trainees.
a) NCVT
b) GCVT
3.10 The Training partner will ensure employment of trained Rural Candidates and a minimum of 75% of
the successfully trained candidates from each batch will be provided with placement in the organized sector.
ARTICLE – 4: LOCATION
The Training partner shall offer training within 25kms. periphery of the candidates’ location of any district
in Gujarat. Training Partner should give preference for Post Training Placement of candidates to nearby areas
of the same district. However in cases where the Training partner shall provide jobs to candidates at distant
locations, the same should be informed very clearly to candidates during the mobilization process prior to
batch inception. Non-placement of candidates due to migration issues shall not be accepted. A minimum
of 75% placement per batch is a compulsory project delivery parameter.
ARTICLE - 5: MISSION MANGALAM IMPLEMENTATION GOVT. RESOLUTION (GR.)
GLPC Ltd., is a for profit company promoted by the Rural Development Department under the State
sponsored Mission Mangalam scheme has to follow guiding principles of Mission Mangalam GR. while
implementing every project intervention. Candidates to be mobilized from SHG’s fold only.
ARTICLE - 6: SERVICE PERFORMANCE REQUIREMENTS
The Selected Training Partner will have to adapt to the following service performance requirement:
1) Each participating Rural Candidate should start earning as per minimum wages act during the first
year of employment.
2) Minimum 75% of the total Rural Candidates trained would have to show the above referred outcome.
ARTICLE - 7: STIPEND
Stipend @ Rs.1500 per month (for 3 months of training) will be provided by transfer to candidate’s bank
accounts to all candidates directly by GLPC Ltd. after successful completion of training after each month.
Page 21 of 33
MMSDP-3/14 of GLPC Ltd.
CHAPTER – 4: SPECIAL TERMS AND CONDITIONS OF CONTRACT
ARTICLE - 1: CONTRACT PERIOD
This service shall commence within three months from the date of signing of the Agreement and shall
continue thereafter till project completion (i.e. four months of Training & eight months of post placement
handholding support).The contract may be extended for further period as may be mutually decided. The terms
and conditions for extension of the contract may be negotiated.
ARTICLE - 2: BIDDER’S OBLIGATION
i. The Bidder shall appoint, an authorized person not lower than the rank of Deputy General Manager
as “Coordinator -Bidder” to co-ordinate with GLPC Ltd. in all matters related to Bidder for the
successful implementation and operation of the project and to be responsible for all necessary
exchange of information.
ii. The Bidder shall provide all assistance to GLPC Ltd. representative/s as they may reasonably require
for the performance of their duties and services.
iii. The Bidder shall provide reports on a regular basis during the Implementation Period and the Contract
Period to GLPC Ltd.
iv. The Bidder shall be responsible for all statutory obligations/ liabilities like Salary, ESI. PF, etc. as
per Labour Laws of India.
ARTICLE - 3: GLPC Ltd.’s OBLIGATION
i. Grant in a timely manner all such approvals, permissions and authorizations which the Bidder may
require or is obliged to seek from in connection with implementation of the project and the
performance of the Bidder obligations.
ii. GLPC Ltd. shall release the funds in a timely manner, after satisfying itself of all the project-related,
statutory and accounting aspects, so as to enable the Selected Training provider to satisfactorily
implement the project and perform its obligations.
GLPC Ltd. shall appoint an authorized person as ‘Coordinator’ to coordinate with the Bidder in all matters
related to GLPC Ltd. for the successful implementation of the project and to be responsible for all necessary
exchange of information required.
ARTICLE - 4: ACCEPTANCE AND QUALITY CHECK BY THIRD PARTY AGENCY
The Acceptance Tests, which shall involve inspection of the entire set up as prescribed by GLPC Ltd., shall
be conducted by the Bidder in the presence of a Committee of experts or institution nominated by GLPC Ltd.
The Acceptance Test must be completed by the Bidder to the satisfaction of the Committee of experts or
institution within a time frame specified in the Schedule of Implementation. GLPC Ltd. reserves the right to
evolve a procedure of quality checking to ensure that the services provided by the Bidder are as per are
according to the prescribed norms.
ARTICLE - 5: LIQUIDATED DAMAGES
In the event of failure of the Bidders to secure acceptance by GLPC Ltd., before the commencement date as
prescribed by GLPC Ltd., GLPC Ltd. reserves the option to recover from the Bidder as liquidated damages
and not by way of penalty, 10% of the Total Accepted Tender Value of the Service to be rendered for the
period after the said commencement date, until acceptance without prejudice to other remedies under the
contract.
ARTICLE - 6: TERMINATION OF THE CONTRACT
6.1 GLPC Ltd. will have the right to cancel the contract if the Bidder commits breach of any or all
conditions of the contract. Breach of Contract includes, but not limited to, the following:
a) It is found that the schedule of implementation of the project is not being adhered to.
b) The Bidder stops work and such stoppage has not been authorized by GLPC Ltd.
c) The Bidder may become bankrupt or goes into liquidation other than for project or
amalgamation.
d) GLPC Ltd. gives notice to correct a particular defect/irregularity and the Bidder fails to
correct such defects/irregularity within a reasonable period of time determined by GLPC Ltd.
Page 22 of 33
MMSDP-3/14 of GLPC Ltd.
6.2 If the contract is terminated by the Government of Gujarat / GLPC Ltd. unilaterally, Government will
pay to the Vendor remaining amount, if any, for the payment for service charges for the period for
which the service has been rendered and all other claims through mutually agreeable settlement.
ARTICLE - 7: “NO CLAIM” CERTIFICATE
The Bidder shall not be entitled to make any claim, whatsoever, against GLPC Ltd., under or by virtue of or
arising out of this Contract, nor shall GLPC Ltd. entertain or consider any such claim, if made by the Bidder
and the Bidder shall have signed a “No Claim” Certificate in favor of GLPC Ltd. in such forms as shall be
required by him after the works are finally accepted.
ARTICLE - 8: SUSPENSION
GLPC Ltd. may, by a written notice of suspension to the Bidder, suspend the Contract if the Bidder fails to
perform any of its obligations under this Contract (including the carrying out of the services) provided that
such notice of suspension:
1. Shall specify the nature of the failure and
2. Shall request the Bidder to make good such failure within a specified period from the date of
receipt of such notice of suspension by the Bidder.
ARTICLE - 9: OWNERSHIP OF DATABASE
The ownership of the data base as and when created in the course of the execution of the work under this
tender during the contract period without any liability will be automatically vested with GLPC Ltd. None of
the physical facility and manpower created under this tender shall be transferred to GLPC Ltd.
ARTICLE - 10: DETAILS TO BE KEPT CONFIDENTIAL
The Bidder shall treat the details of the contract as private and confidential, save in so far as maybe necessary
for the purposes thereof, and shall not publish or disclose the same or any particulars thereof in any trade or
technical paper or elsewhere without the previous consent in writing of GLPC Ltd. If any dispute arises as to
the necessity of any publication or disclosure for the purpose of the Contract the same shall be referred to
GLPC Ltd. whose decision shall be final. The Bidder or his representative should neither disclose the data of
project nor sell the data or use it for commercial exploitation or research work without the written permission
of GLPC Ltd.
ARTICLE - 11: TRANSFER OF RIGHTS
The Bidder shall not transfer the Contract to anybody except with the prior permission of GLPC Ltd.
ARTICLE - 12: IMPLEMENTATION SCHEDULE
The Selected Training Partner is expected to commence operation of the project within three months from the
signing of the agreement.
CHAPTER – 5: ANNEXURES
(Provided in the following pages)
Page 23 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE -1: FINANCIAL BID FORMAT
Tender Notice No:
Tender Document Name:
To:
Managing Director
Gujarat Livelihood Promotion Company
Block No-18, 3rd floor, Udhyog Bhavan, Sector 11,
Gandhinagar – 382011, Gujarat
Sir,
I hereby bid for Selection of Experienced Skill Training partners (existing training institute, manufacturing
industry, service organization) for high quality, employment oriented Skill Training projects under Mission
Mangalam for Gujarat Livelihood Promotion Co. Ltd.as per the Terms of Reference given in this Tender
Document of GLPC Ltd., Gandhinagar within the time specified and in accordance with the specifications,
design and instructions as per Special Terms and Conditions as well as General Terms and Conditions. The
rates are to be quoted for the entire project period i.e. 4 months training & 8 months post training handholding
support in the prescribed format given below:
Non Residential Training Only
Sr.
No.
MES Code
(for
certification)
Trade
Per Candidate
Training Cost
(INR in figures
inclusive of all
taxes)
Total
Candidates
proposed
Total
Training
Cost (INR
in figures)
Total
Training
Cost (INR
in words)
1 FAB 701 Arc & Gas Welder
2 ICT 706 BPO Voice
3 MED 101 Bedside Assistant
4 CON 705 Assistant Plumber
Note:
1. The rates indicated are all inclusive and are valid for the contract period. In the event of
discrepancy in the financial quote between the words and the figures the financial quote indicated in
words will be considered final.
2. Prices have to be filled up for the entire project period only (filling up of prices on hourly basis, task
basis, minutes basis or any such fractional form will be out rightly rejected).
Signature of the Bidder with Seal
ANNEXURE -2: PROFORMA OF GENERAL POWER OF ATTORNEY
(To be signed and executed in non-judicial stamp paper of Rs. 10/-)
GENERAL POWER OF ATTORNEY
Be it known all to whom it concern that:
1. Sri/Smt__________________________________S/O________________________________
Residing at__________________________________________________________________
2. Sri/Smt__________________________________S/O________________________________
Residing at__________________________________________________________________
Page 24 of 33
MMSDP-3/14 of GLPC Ltd.
3. Sri/Smt__________________________________S/O________________________________
Residing at__________________________________________________________________
I/We all the Partners/Directors/Board members/ trustees/ Executive council members/ proprietors/
Leaders of M/S _______________________________________having its registered office
at________________________________________________________________________ hereby appoint
Sri/Smt___________________________S/O________________________________________ residing at
____________________________________________________as my/our attorney to act my/our name and
on behalf and sign and execute all Documents/ Agreements binding the firm for all contractual obligations
(including reference of cases to arbitrators) arising out of contracts to be entered into by the company/
Corporation/ society/ trust/ firm with the Office of Gujarat Livelihood Promotion Company Ltd. (GLPC
Ltd.),Gandhinagar 382011 in connection with its Tender No.______________ Dated
________________For________________due for opening on _________________________________.
He is fully authorized to do all, each and everything requisite for the above purpose concerning
M/s________________________ and I hereby agree to confirm and ratify his all and every act of this or any
documents executed by my said Attorney within the scope of the authority hereby conferred on him including
references of cases to arbitration and the same shall be binding on me and my company/ Corporation/
society/trust/ firm as if the same were executed by me individually.
Witness (with address) Signature of the Partners/Directors/Board members/ trustees/ Executive council
members/ proprietors/ Leaders
1.
2.
3.
ATTESTED ACCEPTED
Signature:
(Seal and Signature of Signatory of Tender offer of the Company/ Corporation/ Society/ Trust/ Firm
Page 25 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE – 3: PERFORMANCE GUARANTEE
(On Non-Judicial Stamp Paper)
To be stamped according to Stamp Act and to be in the name of the Executing Bank
To:
Managing Director
Gujarat Livelihood Promotion Company
Block No-18, 3rd floor,
Udhyog Bhavan, Sector 11,
Gandhinagar – 382011
In consideration of GLPC Ltd., GANDHINAGAR having its registered office at Gandhinagar (hereinafter
called the “GLPC Ltd.” which expression shall unless repugnant to the subject or context include its
administrators successors and assigns) having agreed under the terms and conditions of the Award Letter
bearing No _____ dated _____ issued by GLPC Ltd., 3rd Floor, Block No. 18, Udyog Bhavan, Sector 11,
Gandhinagar, Gujarat; which has been unequivocally accepted by the Vendor (refer NOTE below) work of
Selection of Experienced Skill Training partners for high quality, employment oriented Skill Training projects
under Mission Mangalam for Gujarat Livelihood Promotion Co. Ltd.(hereinafter called the said Contract) to
accept a Deed of Guarantee as herein provided for Rs.
____________(Rupees____________________________________________________________________
_______________________________ only) from a Scheduled Commercial Bank, in lieu of the security
deposit, to be made by the Vendor or in lieu of the deduction to be made from the Vendor’s bill, for the due
fulfillment by the said Vendor of the terms and conditions contained in the same Contract. We
____________________________________________ (hereinafter referred to be “the said Bank” and having
our registered office at ____ do hereby undertake and agree to indemnify and keep indemnified to GLPC Ltd.
from time to time to the extent of Rs. ______________ (Rupees
______________________________________________________________________________________
_______ only) against any loss or damage, costs charges and expenses misused to or suffered by or that may
be caused to or suffered by GLPC Ltd. by reason of any breach or breaches by the Vendor and to
unconditionally pay the amount claimed by GLPC Ltd. On demand and without demand to the extent
aforesaid. We, ____________________________________ Bank, further agree that GLPC Ltd. shall be the
sole judge of and as to whether the said Vendor has committed any breach or breaches of any of the terms
and conditions of the said Contract and the extent of loss, damage, costs, charges and expenses caused to or
suffered by or that may be caused to or suffered by GLPC Ltd. on account thereof and the decision of GLPC
Ltd. that the said Vendor has committed such breach or breaches and as to the amount or amounts of loss,
damage, costs charges and expenses caused to or suffered by or that may be caused to or suffered by GLPC
Ltd. from time to time shall be final and binding on us.
1. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said contract and till all the dues of
GLPC Ltd. under the said Contract or by virtue of any of the terms and conditions governing the said Contract
have been fully paid and its claims satisfied or discharged and till the owner certifies that the terms and
conditions of the said Contract have been fully and properly carried out by the Vendor and accordingly
discharges this Guarantee subject, however, that GLPC Ltd. shall have no claim under the Guarantee after180
(One Hundred Eighty Only) days from the date of expiry of the contract period.
2. GLPC Ltd. shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee or indemnity, from time to time to vary any of the terms and conditions of the said contract or
to extend time of performance by the said Vendor or to postpone for any time and from time to time any of
the powers exercisable by it against the said Vendor and either to enforce or forbear from enforcing any of
the terms and conditions governing the said contract or securities available to GLPC Ltd. and the said Bank
shall not be released from its liability under these presents by any exercise by GLPC Ltd. of the liberty with
reference to the matters a foresaid or by reason of time being given to the said Vendor or any other
forbearance, act or omission on the part of GLPC Ltd. or any indulgence by GLPC Ltd. to the said Vendor or
any other matter or thing whatsoever which under the law relating to sureties would but for this provision
have effect of so releasing the Bank from its such liability.
Page 26 of 33
MMSDP-3/14 of GLPC Ltd.
3. It shall not be necessary for GLPC Ltd. to take legal action against the Vendor before proceeding
against the Bank and the Guarantee herein contained shall be enforceable against the Bank, notwithstanding
any security which GLPC Ltd. may have obtained or obtain from the Vendor shall at the time when
proceedings are taken against the Bank hereunder be outstanding or unrealized.
4. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with the
previous consent of GLPC Ltd. in writing and agree that any change in the Constitution of the said Vendor
or the said Bank shall not discharge our liability hereunder. If any further extension of this Guarantee is
required the same shall be extended to such required periods on receiving instructions from M/s.
______________________________________ on whose behalf this guarantee is issued.
In presence of
WITNESS For and on behalf of (the bank)
1. Signature_________________Name & Designation _____________________
2. Signature_________________Name & Designation _____________________
Authorization No.
Date and Place
Bank Seal
The above guarantee is accepted by GLPC Ltd., Gandhinagar
NOTES:
FOR PROPRIETARY CONCERNS
Shri ____________S/O________________ resident of ______________________ carrying on business under the name
and style of_______________________ at ______________________ (hereinafter called “The said Vendor” which
expression shall unless the context requires otherwise include his heirs, executors, administrators and legal
representatives).
FOR PARTNERSHIP CONCERNS
M/s. __________________________________________ a partnership firm with its office at
__________________________________________________________ (hereinafter called “the said Vendor” which
expression shall unless the context requires otherwise include their heirs, executors, administrators and legal
representatives); the name of their partners being
1) Shri______________________________ S/o ______________________________
2) Shri______________________________ S/o ______________________________
FOR COMPANIES
M/s. _________________________________________ a company registered under the Companies Act 1956 and
having its registered office in the State of ___________________________________ (hereinafter called “the said
Vendor” which expression shall unless the context requires otherwise include its administrators, successors and assigns).
FOR TRUST
M/s. _________________________________________ a company registered under the Bombay Public Trust Act 1850
and having its registered office in the State of ________ (hereinafter called “the said Vendor” which expression shall
unless the context requires otherwise include its administrators, successors and assigns).
FOR SOCIETIES
M/s. ______________ a company registered under the Societies Registration Act, 1860 and having its registered office
in the State of ________ (hereinafter called “the said Vendor” which expression shall unless the context requires
otherwise include its administrators, successors and assigns).
Page 27 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE - 4: PROFILE OF THE BIDDER
The Bidder should furnish the following details:
1. Name of the Organization: ____________________________________________________________
2. Nature of the Organization (Govt./Public/Private/Partnership/Proprietorship/ Trust/ Society):
______________________________________________________________________________________
3. Address with phone number, e-mail & Fax:
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
4. Name of the Authorized Person: ________________________________________________________
5. Any other details in support of your offer:
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Signature of the Bidder with Seal
Page 28 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE – 5: CHECKLIST FOR FULFILLMENT OF ELIGIBILITY CRITERIA
(CHAPTER-1, ARTICLE-3)
Sr.
No.
Eligibility Criteria Documentary Evidence to be attached
Documentary
Proof attached
(Y/N)
(Give Page No.)
1 The Bidder should have minimum
three years of experience in
imparting training & placement in
the sector it proposes to work.
1. Copy of Certificate of
Incorporation.
2 The Bidder should have trained a
minimum of 500 candidates and
placed at least 375 candidates till
date of tender
1. Self-certified list of candidates who
have completed training.
2. Contact details as per Note-1 are to
be provided for each candidate.
3 The Bidder should have at least
one training & placement center in
Gujarat existing as on date of the
Tender
1. Name & Address of the Center
with Contact details as per Note-1
below.
4 The Bidder should have spent at
least Rs.25 lakh for Training &
placement of candidates during the
last three financial years.
1. Chartered Accountant Certificate
stating that at least Rs. 25 lakhs
have been spent on training &
placement as a business activity
over the last three years. (2011-12,
2012-13 & 2013-14) ending 31st
March 2014.
Note-1: “Contact details” include the name of the contact person, phone number, address, e-mail address, if
any, and any other relevant
Signature of the Bidder with Seal
Page 29 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE – 6: CHECKLIST FOR FULFILLMENT OF EVALUATION CRITERIA
(CHAPTER-2, ARTICLE-22)
Parameters for Technical Evaluation
Notes:
1. Bids targeting Rural youth with lower educational training will fetch higher marks.
2. “Contact details” include the name of the contact person, phone number, address, e-mail address, if
any, and any other relevant information.
Signature of the Bidder with Seal
Sr.
No.
Criteria Documents / Details Required Total
Marks
1 Organizational Profile (Maximum Marks 30)
1a The Bidder’s total years of experience in
imparting training & placement in the sector it
proposes to work.
Copy of Certificate of Incorporation 05
1b
Number of active Centers in Gujarat
Self-Certified list of available
infrastructure / centers
05
1c Inspection of Training Centers in which the
project will be implemented.
Will be done by GLPC officials. 20
2 Methodology (Maximum Marks 10)
2a Minimum qualification expected of the
Trainees prior to training. (Refer Note 1
below)
To Provide as part of the Project Proposal
10
3 Curriculum (Maximum Marks 5)
3a Quality of Training Material:
1. Easy & understandable language
2. Chapter wise proper content flow
3. Quality of Worksheets
Submit Copies of Books Developed by
Agency in the Technical Bid Document
05
4 MIS Preparedness (Maximum Marks 10)
4a Has the agency developed a web based portal
for MIS & Candidate Tracking
Agency shall give on-line demonstration of
the portal to the project approval
committee.
10
5 Previous Work Experience(Maximum Marks 20)
5a Previous Work Experience with Govt. of
Gujarat and/or Govt. of India or other State
Govt. Projects
Copy of Project Sanction & Project
Completion Letter for each project
undertaken
10
5b Phone verification of candidates trained &
placed by the agency (through random
sampling)
Self-Certified List of Candidates who
have completed training (documentary
evidence to be attached under eligibility
criteria number 2 – Chapter,1 Article - 3)
10
TOTAL 75
Page 30 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE – 7: FORMAT FOR PROJECTS UNDER MISSION MANGALAM SKILL
DEVELOPMENT PROGRAMME (MMSDP)
A) General
1. Name
2. Office Address with phone/ fax Nos. and email address
3. Name of Contact Person /s with Designation
B) Details of Present Activities in Brief
1. Activity level and turnover for last three years
2. Brief details of each activity
C) Project Proposal
1. Proposed sector/s to be served
2. Training Centre Address.
3. Relevance of the project proposal to present day Skill Demand
D) Batch Details
1. Training period per batch
2. Batch size(in terms of number of students per batch)
3. Total No. of youth to be trained per annum
4. Individual components of training –classroom, practical/ on the job, etc.
E) Physical Facilities Required
1. Detailed Address of all specific centers that will be used for project delivery.
2. Mode of provision of building :
(Rented/ own existing/ own to be constructed/ any other).
3. Detailed Address of all other active centers (as on date) run by the agency.
4. List of equipment and tools with broad specifications, make and value (Mode of provision of
equipment; rented/ own existing/if rented, copy of consent letters).
5. List of consumables and consumption per batch
F) Training Curriculum and Trainers
1. Training curriculum and accreditation details.
2. Training methodology specifically including - Foundation Course and “Other Inputs”.
3. Recognition of Syllabus by industry
4. Details of trainers (with names and photographs) including qualifications, experience, etc.
G) Trainee Selection
1. Minimum qualification of beneficiaries/trainees
2. Selection Procedure to be followed for trainee selection
3. Name and number of talukas / villages to source the trainees.
H) Outcome and Risk Factors
1. Outcome indicators at various time intervals
Trimonthly
End of Contract Period
2. Risk factors affecting the final outcome of the proposal need to be specified and adequately covered
so that participating Rural families are not forced to bear any hidden costs.
I) Post Training Arrangements
1. Forward and backward linkages :
Tie-ups with established training providers
Tie-ups with employers of trainees.
2. Arrangements for post-training handholding, monitoring and follow up.
3. Sustainability of proposed project after the contract period.
J) Action Plan for Contract Period
Note:
GLPC Ltd. desires that the training programs are directed to the Rural youth having lower educational
qualifications. Bids targeting Rural youth with lower educational training will fetch higher marks.
Page 31 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE – 8: GUIDANCE FOR PROJECT PROPOSAL PREPARATION
1. The Project Proposals should be professionally prepared with clarity on the activities to be taken up,
description of individual components, and the clear outcome indicators at various time intervals
which can be measured by any third party.
2. Project Proposals expecting lower educational qualifications of trainees preferred.
3. Project Proposals focusing on limited number of villages so as to saturate them will be
administratively easier to implement.
4. Project Proposals having forward and backward linkages would be preferred.
5. It is mandatory that the Project Proposals clearly indicate Project Outcome both tri-monthly as well
as at the end of the contract period.
6. The Foundation Course should be provided in each sector for overall personality development of
Rural youth to enable them to work in urban areas like any other urban candidate. The aim of the
foundation course is to enable Rural youth, with the intention that they can work in urban areas as
normal as urban candidates, as they do not have enough exposure of urban areas. Every training
Programme will also include in form ‘Other Inputs’ modules on functional literacy, legal awareness
and protection from occupational hazards as well as communicable diseases.
7. Over and above NCVT content, the modules must include soft skills like knowledge of spoken &
written English language, personality development, motivation, Computer literacy, etc.
8. The approach for Project Proposal should be to cover limited number of villages and saturate them
adequately rather than to spread the project activities thinly over a vast area without showing any
significant impact quality of life of the participating area.
9. The Project Proposal must identify all the risks and see that these are adequately covered and the
participating families are not forced to bear any hidden costs.
10. The Project Proposal should clearly mention and take into consideration the sustainability component
in the proposed project in terms of following activities:
Arrangement of infrastructure for conducting training Programme.
Identification of technical manpower for the agency involved in providing training;
Strategy for identification of right beneficiaries for the proposed project;
Placement Strategy.
Strategy for continuous follow-up and monitoring the progress of the project at local level.
Keeping a track on outcome guarantee/employment of trainees.
Page 32 of 33
MMSDP-3/14 of GLPC Ltd.
ANNEXURE – 9: EXPLAINATORY ANNEXURE TO THE TERMS OF REFERENCE (CHAPTER 3)
1. The Training partner is expected to handhold the Rural Youth/ Trainee for nine months after completion
of training as post placement handholding support for continued employment.
2. The Training partner is expected to issue the trainee a formal training certificate (NCVT or GCVT) on
successful completion of the training.
3. The bidder is expected to identify land/ building or place from where he desires to provide training.
Obtaining necessary approvals of the local authorities as applicable will be the responsibility of the
bidder. The bidder will not be paid any advance for project expenditure. The bidder has to provide the
specific training center address. The venue may be an existing one or taken on rent or purchased as the
bidder may deem fit.
4. It would be the responsibility of the training partner to select, train and provide employment. Database
of Rural youth will be available at the following link http://glpc.guj.nic.in/pride/. The training partner
will ensure presence of the trainees during the training program. The trainees will be provided minimum
8 hours of training excluding recess time per day for three months (excluding Sundays). GLPC Ltd. will
have no role to play to ensure presence of the trainees.
5. The bidder may bid for more than one training program in one tender as per the financial bid in the
format given at Annexure-I.
6. Foundation Course should be provided in each sector for overall personality development of rural youth
to enable them to work in urban areas like any other urban candidate. The modules may include soft
skills like knowledge of spoken & written English language, personality development, motivation,
Computer literacy, etc.
7. Every training program will also include “Other Inputs” in form of Other Inputs Module on functional
literacy, legal awareness and protection from occupational hazards as well as communicable diseases.
ANNEXURE – 10: KEY DELIVERABLES
Training Centre Facility Specification
The minimum training center infrastructure required is detailed in table given below:
Particulars Specifications for Minimum Infrastructure availability
Theory
Classroom
With a Minimum capacity of 30 Chairs & Desks
White / Black Boards – 1
Notice Board – 1
Almirah -1
Practical Room Tools and equipment, infrastructure as per NCVT norms
Other Facilities
Pure Drinking Water with good containers
Separate Wash Rooms for Boys & Girls
Electricity
Motivational Story Books
Page 33 of 33
MMSDP-3/14 of GLPC Ltd.
Study Material Motivational Movies
Magazines
News Papers
Documentation
ID Cards for Every Student
Up to date Attendance Record (Trainers & Trainees)
Visitors Register
Student Dossier
Trainees Assessment Reports
Others
First Aid Kit should be available
Well Ventilated Premises
Disability Friendly Premises
Fire Safety Facility
Spacious Staircase for emergency exit
Easy Transport Accessibility (center should be close to ST Bus Depot, Railway
Station, Shuttle Rickshaw stand)
Minimum Manpower Requirements
The Empanelled Placement cum Training Partners should have adequate training staff for conducting the
training and placement programme awarded to them by GLPC. Bio-data of qualified Team Leader and core
Project Team/ faculty members shall have to be submitted by Training Partners to GLPC for approval along
with the course plan before award of Training Programme to them. Faculty shall be Gujarati Speaking
Trainers with command over reading & writing of Gujarati.
FRANCHISEE
Sub-contracting of the Training Programme is strictly prohibited.
******