0% found this document useful (0 votes)
34 views41 pages

RFP JSDMS

Rfp

Uploaded by

Neha Singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
34 views41 pages

RFP JSDMS

Rfp

Uploaded by

Neha Singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 41

Jharkhand Skill Development Mission Society

Request for Proposal (RFP) for selection of


agency to conduct Mid-Term Evaluation of
Skill Development Programs being
implemented in Jharkhand
June 2020

RFP No. JSDM/RFP/02/2020-21

Date of issue of RFP 24th June 2020


Last date for submission of Proposals 25th July 2020

JHARKHAND SKILL DEVELOPMENT MISSION SOCIETY


(An autonomous institution under Dept. of Higher, Technical Education and Skill Development)
2nd Floor, Administrative Building, JUT Campus, Namkum, Ranchi
Email ID - skilljharkhand@gmail.com Website- www.jsdm.jharkhand.gov.in/

1/41
ABBREVIATIONS
Abbreviations
Abbreviation Full Form
DDU-GKY Deen Dayal Upadhyay Grameen Kaushalya Yojana
EST&P Employment through Skills Training & Placement
JSDMS Jharkhand Skill Development Mission Society
NSDC National Skill Development Corporation
NSQF National Skills Qualifications Framework
NULM National Urban Livelihoods Mission
PMKVY Pradhan Mantri Kaushal Vikas Yojana
RFP Request for Proposal
SDIS Skill Development Initiative Scheme
SJKVY Saksham Jharkhand Kaushal Vikas Yojana
SSC Sector Skill Council
TSP Training Service Provider
DDU-KK Deen Dayal Upadhyay Kaushal Kendra

In the interpretation of these terms, unless the context otherwise requires:

(a) The words and expressions beginning with capital letters and defined in this document
shall, unless the context otherwise requires, have the meaning ascribed thereto herein.
The words and expressions beginning with capital letters and not defined herein, but
defined in the other standard Bidding Documents, shall, unless the context otherwise
requires, have the meaning ascribed thereto therein;

(b) Words in the singular or plural term, as the case may be, shall also be deemed to
include the plural or the singular term, respectively;

(c) Terms "include" or "including" shall be deemed to be followed by "without limitation"


or "but not limited to" regardless of whether such terms are followed by phrases of like
import;

(d) For the purpose of this RFP, the terms “Bid” and “Proposal” are interchangeable and
imply the same, unless repugnant to the context.

2/41
Contents
DISCLAIMER ....................................................................................................................................... 4
1. INTRODUCTION ......................................................................................................................... 5
2 INSTRUCTIONS TO BIDDERS .................................................................................................... 13
3 EVALUATION OF BIDS .............................................................................................................. 18
4 FRAUD AND CORRUPT PRACTICES .......................................................................................... 22
5 PRE-BID MEETING .................................................................................................................... 23
6. MISCELLANEOUS ..................................................................................................................... 24
7. APPENDICES ............................................................................................................................. 25

3/41
DISCLAIMER

The information contained in this Request for Proposal ("RFP") or subsequently provided to
Bidder(s), whether verbally or in documentary or any other form by or on behalf of Jharkhand
Skill Development Mission Society (hereinafter “JSDMS”) is provided to interested parties on
the terms and conditions set out in this RFP and such other terms and conditions subject to
which such information is provided.

This RFP is not an agreement and is neither an offer nor an invitation by JSDMS to interested
parties who apply for RFP (henceforth “Bidders”) in response to this RFP. The purpose of this
RFP is to provide Bidders with information that may be useful to them in preparing and
submitting their proposals (“Proposal”) for RFP with Jharkhand Skill Development Mission
Society for providing skill development training in Jharkhand as per notified norms.

JSDMS makes no representation or warranty and shall have no liability to any person or Bidder
under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment
or otherwise for any loss, damages, cost or expense which may arise from or be incurred or
suffered on account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption,
statement or information contained herein or deemed to form part of this RFP or arising in any
way from this RFP process.

JSDMS may, in its absolute discretion but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP.

The issue of this RFP does not imply that JSDMS is bound to empanel any Bidder(s) or select
any Bidder(s) for any project. JSDMS reserves the right to reject all or any of the Bidders
without assigning any reason whatsoever.

The Bidder shall bear all costs associated with or relating to the preparation and submission of
its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by JSDMS or any
other costs incurred in connection with or relating to its Bid. All such costs and expenses will
remain with the Bidder and JSDMS shall not be liable in any manner for the same or for any
other costs or expenses incurred by a Bidder in preparation or submission of the Bid, regardless
of the conduct or outcome of this RFP and related processes.

4/41
1. INTRODUCTION

1.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below, and
will additionally include any Addenda issued in accordance with Clause 2.7.

Section 1 Introduction

Section 2 Instructions to Bidders

Section 3 Evaluation of Proposals

Section 4 Fraud and Corrupt Practices

Section 5 Pre-Bid Meeting

Section 6 Miscellaneous

Section 7 Appendices

1.2 About Jharkhand Skill Development Mission Society

1.2.1 Jharkhand Skill Development Mission Society ("JSDMS") was registered on 1


October, 2013 under the Societies Registration Act, 1860 to function as an autonomous
organization under Department of Planning and Development, Government of
Jharkhand. Through a Government of Jharkhand notification dated 18 June, 2015,
JSDMS was made an autonomous body under Department of Labor, Employment,
Training & Skill Development, Government of Jharkhand. Currently Jharkhand Skill
Development Mission works as an autonomous body under the Department of Higher,
Technical Education and Skill Development.
1.2.2 The primary objectives of JSDMS are:

(a) To increase the employability of the youth and empower them to take part in the
economic growth of Jharkhand and India and thereby reduce unemployment,
under-employment, poverty and socio-economic inequality;

(b) To provide skill development training to the youth of the State;

(c) To develop self-employment and entrepreneurial skills for youths of Jharkhand;

(d) To assist in creating an enabling environment to attract investment in professional


and skill development sector;

(e) To assist the State Government in formulating appropriate policy, legislations


and/or measures to fulfil the skill gap;

(f) To monitor the costs and quality of training imparted to produce targeted number
of high quality skilled personnel across various strata of youth and workers,
especially from amongst the disadvantaged sections of the society.

5/41
(g) To create effective convergence between school education, professional courses
and various skill development efforts of Central and State Governments;

(h) To promote and carry out, on its own or on behalf of the State Government,
activities to generate awareness, research and study on skill demand;

(i) To increase the skill training facility in the state of Jharkhand.

1.3 Objective of the Request for Proposal (RFP)

1.3.1 The RFP will enable to select appropriate agency to conduct the mid-term evaluation
within stipulated timeframe.

1.3.2 The mid-term evaluation will set an opportunity for the state to redefine the state targets
of skill development in the state.

1.3.3 Identify and develop mid-term correction plan for the skill ecosystem in the state.

1.4 General Terms of RFP

1.4.1 Bidders must be eligible to apply for RFP as per Clause 2.1.

1.4.2 JSDMS, at its discretion, can add, modify or remove the clause/s, points and sub points
mentioned in the RFP till 24 hours prior to closing bid submission date.

1.5 Description of RFP Process

1.5.1 Interested Bidders deemed eligible as per Clause 2.1 can participate in the RFP Process
by submitting their proposal in the format given in the Appendix.

1.5.2 Bidders meeting the eligibility criteria as per Clause 2.1 shall be considered for
processing of the bid by JSDMS if they meet the requisite cut-off as per Clause 3.3.3.

1.5.3 Along with the Proposal, a Bidder is required to deposit a non-refundable processing
fee (“the Processing Fee”) of Rs. 5,000/- (Rupees Five Thousand only) and refundable
Earnest Money Deposit (EMD) of Rs. 50,000/- (fifty thousand only). The Processing
Fee must be in the form of a crossed demand draft drawn on any scheduled bank in
favor of “Jharkhand Skill Development Mission Society”, payable at par in Ranchi.

1.5.4 JSDMS shall endeavor to adhere to the following schedule but reserves the right to alter
the same:
S. No. Details Date
1. Issuance of RFP 24th June 2020
2. Last date for receiving Pre-Bid queries 6th July 2020, up to 2.00 pm
3. Pre-Bid Meeting 6th July 2020, 4.00 pm
4. Publishing of responses to Pre-Bid Queries 9th July 2020
5. Last date for submission of Proposals 25th July 2020, up to 5.00 pm
6. Last Date for Submission of Tender Fee & 27th July 2020, up to 10.30 am
EMD
7. Bid Opening 27th July 2020, 11.30 am

1.5.5 The bidder upon selection will furnish a Performance Bank Guarantee of 5% of the
total work value during the signing of the agreement.
1.5.6 The total project cost or the work order value will not exceed Rs. 50/- lakhs (Rs. Fifty
6/41
Lakhs Only) which will include all taxes, service charges, , field area travel, travel to
other states of India, travel to meet with the other departments of the state and
accommodation of study team, conduct one dissemination workshop with minimum 75
participants in one of the hotels of Ranchi having good parking facilities for VVIP and
VIP vehicles with all safety arrangements and printing of minimum 30 colored book
bind copies of the final report prepared by the bidder. The bidder will submit soft copy
of the final report over official email of JSDMS and also submit in CD.

1.5.7 No other payment is admissible in the project other than mentioned in 1.5.6.

1.5.8 No change in project/study team is allowed until and unless the same is approved by the
Mission Director under special circumstances. All such changes will be only allowed at
a case to case basis.

1.5.9 Change of the study /project team appeared for the interview will lead to penalty
deduction of 20% of the total project value during the payment. Only the change of
such team members is allowed with the prior written approval from Mission Director,
JSDMS, if some unpredictable like serious illness leading to hospitalization or death
happens.

1.5.10 The bidder will establish small temporary office in Ranchi Jharkhand from which the
entire team will conduct the study. The interviewed study / project team members will
also undertake minimum 40% travel to the filed area, cover all 24 districts of Jharkhand
along with locations (PAN India) where placements of candidates have been done
under the skill development schemes.

1.5.11 The bidder upon shortlisting for the interview will submit a day wise full movement
plan of the study team members, action plan for completion of the project, study
approach and methodology and use of research tools on before the date for submission
of the documents given by JSDMS.

1.5.12 All raw data generated during the study in any form will be considered as sole property
of JSDMS and has to be submitted to JSDMS along with submission of final report.

1.5.13 The successful bidder will never quote any facts and figures known from the study for
its business benefits or any other purpose in any of the platform/s, document/s or in
other sources/s.

1.5.14 The Study team member will submit the list of all the team members along with their
contact numbers and email Ids to JSDMS for its record upon selection as selected
bidder.

1.5.15 Any organization implementing skill development scheme & projects of Govt of
Jharkhand is not eligible to participate.

1.5.16 Any agency of any business nature which has worked with JSDMS till date will be
ineligible to participate in the tendering process as this will be considered as conflict of
interest.

1.5.17 No single entity /consortium can hire or deploy any person who has worked with
7/41
JSDMS directly in past three years to be part of the study team as this will be
considered as conflict of interest.

1.6 Terms and Scope of Work

1.6.1 There are different departments apart from Jharkhand skill development mission
society (JSDMS) in Jharkhand that are implementing skill development activities in the
state. Government of Jharkhand has bestowed these departments to train 2 million
youth in five years, 2017-2022. Each department is working under the ambit of
NSQF/MSME/NCVT and likewise qualification frameworks. At present the
departments are working independently, though the target for the state is high but there
is no mechanism to monitor the progress of all the departments in a single platform.
Due to this the output and outcome of the skill initiative at the state are not getting
properly analyzed and corrective measures are not in place. In order to quantify the
impact holistically for the socio-economic development of the trained candidates it is
imperative to converge the MIS of all skill initiatives in the state at one platform i.e. the
JSDMS (MIS) portal.

Convergence of inter-departmental MIS shall enable the state for an in-depth analysis
of the progress being made by the schemes/projects and monitor shift in the skill
ecosystem since the inception of the schemes/projects. Such factual data analysis will
enable the state to take informed decision on the way ahead for skill development
initiatives, modification/customization of existing projects, identification of point of
convergence amongst departments and creation of roadmap for collaboration to match
national and international standard.

As now JSDMS has been offering different skilling schemes for more than 2.5 years
now hence it is imperative to conduct a midterm assessment of the skill initiatives in
the state to understand department wise baseline parameters, processes of RFP of
Training service providers, schematic progress, challenges, corrective action required,
resource mobilization, module identification for convergence and likewise indicators
for preparing the roadmap for the skilling initiates in the state.

In order to have an unprejudiced assessment that can provide with constructive inputs
for enabling the skilling ecosystem of state, JSDMS intends to select an independent
agency through Request For Proposal (RFP), Quality cum Cost Based Selection
(QCBS) method).

i. The total weightage for the Technical Proposal will be 75% and for Financial
Proposal will be 25%.
ii. An applicant will have to achieve minimum 70 marks out of 100 in the Technical
proposal to get shortlisted for opening of the financial proposal.
iii. The minimum score to be eligible for the “Interview of the proposed team” is 56
out of 80 in the Technical Proposal
iv. The financial tender of the only those agencies will be opened which has top three
scores in the Technical Proposal.
v. In event of a tie in the technical score between two or more agency the agency
JSDMS will apply appropriate method for arriving at the top three scorers in the
Technical Proposal.
8/41
1.6.2 The key stakeholders of JSDMS for this research assignment are:
 Government Departments:
o Secretaries, Directors, any of the team which are involved in the day to day
operations of the skilling programs of all the government departments of
Jharkhand which are running skilling programs
 District Machinery:
o Deputy Commissioner
o District Information Officers
o District Skill Officer and District Skill Coordinators
 Training Service Provider:
o All Training Service Providers implementing imparting skill development
schemes with all departments of Jharkhand
 Employers and recruiters, recruiting candidates from skill development schemes
from multiple sectors:
o HR Representative along with Line Supervisors
o Manpower agencies
o HR Managers and Plant Supervisors/Line Supervisors of local industries
 Candidates/Trainees of Jharkhand for skill development schemes in Jharkhand.
 PMKVY Centrally Managed Scheme Training Service Providers
 NSDC, representatives and employees
 Sector Skill Council Representatives
 ITI faculties and Trainees
 Apprenticeship Candidates and concerned department
1.6.3 Outline of the tasks to be carried out
The tasks that the selected agency is expected to carry out are listed below:
 Report on the appropriateness of the skilling programs in terms of industry
requirements, state needs (district wise), soft (Trainers, Staff) and hard
infrastructure fitment, investment adequacies versus inadequacies, scheme
guidelines versus the results
 Appropriateness in analyzing the proposal of Training Partners (sample proposals
from each job role may be considered)
 Mapping of the local skills/traditional skills versus the program on offer, their
acceptability in the industry, initiative on market connects by the government
departments;
 Understanding industry requirements and appropriateness of the manpower hired,
gap areas with recommendations. In addition, mapping of the industry workshops
undertaken and outcome received
 District wise skill gap assessment, identification of district suitable trades and
courses as per the local industry needs
 Compilation of local placement opportunities and capacity in various sectors
 Identify sector and courses
 A complete report on “As-Is” scenario with recommendations.

1.6.4 Research Design


 The agency will need to work on different methodologies for the various
stakeholders.
 Each group may have to be questioned/ probed in a different manner which the
agency is free to suggest based on their experience.
 The structure should ideally probe on known hypotheses as well as table new facts/
insights through questionnaires and focused discussions respectively.

9/41
 The scope and structure of the various research phases can be arrived at in
consultation with JSDMS along with the key information areas for each stakeholder
group.

1.6.5 Development of Research Tools & Stimuli


Likewise, once the structure and flow is agreed upon by JSDMS, the agency should create
research stimuli and tools pertaining to each stakeholder group

1.6.6 Field Work


Selected Agency would undertake the field work, as per the agreed objectives with the
necessary tools in the focus parts of the state and identified geographies of India with the
relevant target audience. The selected agency will have its own in-house data collection team.

1.6.7 Support / inputs provided by JSDMS,


JSDMS will share details of key representatives of each stakeholder group. In cases where
respondent details in any stakeholder group are not available with JSDMS, the research agency
will have to reach out to them through their own network.
JSDMS team will lend support in formulating research parameters that will help in arriving at
solutions for developing a future strategy

1.6.8 Committee to monitor Service Delivery Research Agency‟s work


The review committee will consist of officials from JSDMS and other concerned government
departments (would be announced later)

1.6.9 Preliminary Arrangements


 Deployment and induction of key team members for execution of assignment.
 Identification of parameters/indicators for evaluation of skill development programs
across the departments of the state.
 Getting approval of JSDMS/committee on the indicators/parameters.
 Devising the tools and techniques (questionnaire/forms/template/survey/FGD) to
statistically capture the information from the departments/catchment area.
 Getting approval of JSDMS/committee on the tools and techniques.
 Collating the baseline details of schemes/projects across the departments.

1.6.10 Rolling out Arrangements


 Coordination with the respective departments for Identification of geography
mapped with schemes
 Identification of the target stakeholders/groups across the geography with
appropriate representation from schemes and departments.
 Statistically arriving at a sample size mapped with the target segment of the
scheme/department with adequate representation of
a. Gender
b. rural- urban population
c. APL-BPL mix
d. QP‟s/Sectors
e. NSQF -Non NSQF aligned courses
f. Wage employment – Self employment
g. Potential district, skilling program point of view
h. others
 Getting approval from JSDMS/ Concerned departments on the sample composition
and size.

10/41
The list mentioned is just indicative, the agency needs to come up with the proper blend of
statistically significant parameters/indicator as mentioned in point no. 2

1.6.11 On the Field activities


 Field study/Meeting with key stakeholders for information gathering and
understanding of ground realities.
 Running the tools and techniques for effective data collection as per agreed
indicators/parameters
 Data collection and cleaning
 Preparation of evidence-based case studies at training centers, mobilization
catchments areas and employers‟ site for different stakeholders. The number of case
studies shall be mutually agreed between the agency and JSDMS.
 Identification of convergence MIS modules across the departments for effective
data analysis.
 Finalization of identified convergence modules in consultation with JSDMS and
other departments.

1.6.12 Closure Activities


 Reporting detailed convergence methodology and data entry in the agreed MIS
platform for the sample tested.
 Analysis of data captured across the departments for factual representation of series
of events
 Preparation of Reports
a. Baseline status/Topline Findings
b. Impact of schemes on the respective department and State
c. Change in socio-economic status of the youth
d. Change is psychological wellbeing of the youth
e. Performance of the Training service providers across the departments
f. The gaps identified and suggestive corrective measures
g. Consolidated report on the roadmap till Year 2022.
 Final presentation to JSDMS on closure of the assignment.
The agency will be responsible for all study related travel including field travel and food and
accommodation for the field staff throughout the contract. Agency shall be present to update on
progress and status of study, issues therein and inputs based on field assessment, and to seek
regular feedback on the progress

1.6.13 Project Duration


Project Duration shall be 90 days from the date of agreement. The timelines for the assignment
will be as follows;

JSDMS holds the right to change the timelines in discussion with other departments.

1.6.14 Minimum Sample Size for each of the Stakeholder to be covered:


Sr.No. Key Stakeholders Sample Size Data Collection Tool
1. Secretaries, Directors, any of the All department of Structured Interview
team which are involved in the Jharkhand
day to day operations of the implementing skill
skilling programs of all the development schemes.
government departments of
Jharkhand which are running
skilling programs

11/41
2. Deputy Commissioner 24 Structured Interview
3. District Information Officers 24 Structured Interview
4. District Skill Officer and District 24 + 24 Structured Interview
Skill Coordinators
5. All Training Service Providers Minimum 30% TSP Questioner
(TSP) implementing imparting from each of the
skill development schemes with scheme
all departments of Jharkhand
6. Employers and recruiters, 30% of all recruiters Questioner
recruiting candidates from skill from all the schemes
development schemes from covering minimum two
multiple sectors: HR states from south and
Representative along with Line two minimum two
Supervisors, Manpower agencies, states.
HR Managers and Plant
Supervisors/Line Supervisors of
local industries
7. Candidates/Trainees of Jharkhand 
5% of mobilized Questioner and
for skill development schemes in candidates from all Focused Group
Jharkhand. schemes Discussion (Including
implemented in the Photographs)
state (proportionate
representation)
 5% of undertraining
candidates from all
schemes
implemented in the
state (proportionate
representation)
 5% of placed
candidates from all
schemes
implemented in the
state (proportionate
representation)
8. PMKVY Centrally Managed 2 from each district Questioner
Scheme Training Service from Jharkhand
Providers
9. NSDC, representatives and
1 senior official and 2
employees official from NSDC
10. Sector Skill Council
1 senior representative
Representatives from each of the SSC –
Total 25 SSC to be
covered
11. ITI faculties and Trainees 1 Government ITI and
1 Private ITI from each
district
12. Apprenticeship Candidates and  10% of the Questioner and
concerned department registered Focused Group
candidates Discussion (Including
 10% of training Photographs)
ongoing candidates
 1 representative
from the concerned
12/41
department
13. Local Industries 1 local industry from Structured Interview
each of the district
1 MSME other than the
identified local industry
14. Banks and Financial Institutions  1 Lead Bank Structured Interview
Concerned Official
 1 Government
Bank Concerned
Official
 1 Private Bank
concerned official
15. Industries Association  3 state level Structured Interview
 3 national level
16. Public Sector Undertaking All in the state Structured Interview
17. NGOs in the state 5 lead NGOs in the Structured Interview
state opinion
18. CSR activities by the industries 5 corporate CSR Structured Interview
opinion
19. Deputy Commissioners of 19 aspirational district Structured Interview
Aspirational Districts
20. Representatives of unorganized 50 respondents from Structured Interview
sectors representing agriculture, various sectors
construction, etc.

2 INSTRUCTIONS TO BIDDERS

A. GENERAL

2.1 Eligibility of the Bidders


Sr. Criteria Documents required
No.

The Applicant for participation in the Selection Name of the entity / consortium in
Process, may be a single entity or a group of letter head.
entities (the “Consortium”), coming together to
execute the Assignment. However, no applicant
applying individually or as a member of a In case of consortium the lead
Consortium, as the case may be, can be member of bidder has to submit an agreement
another consortia bidding for the Assignment. between the lead bidder and rest of
1.
the applicant in Rs. 100/- non-
judiciary stamp paper and copy of
letter other Consortium member/s
giving consent of participation in
the consortium.

An Applicant or a member of Consortium may Copy of Incorporation Certificate


2. either be a sole proprietorship firm/ a partnership and PAN card of the organization
firm/ a limited liability partnership/ a company

13/41
incorporated under the Companies Act
1956/2013/Societies Registration Act / Trust Act or
a body corporate incorporated under the applicable
laws of its origin.
The applicant must have been in business for lastDate of incorporation certificate
3. ten years before the date of publication of the and CA Certified Annual Turnover
tender document inside the boundaries of the nation
of last 10 years.
The applicant must not have been blacklisted by In the prescribed format of JSDMS,
4. any Government body and law enforcement printed in minimum Rs. 10/- non-
agencies. judiciary stamp paper
The applicant must have its registered office in Relevant document issued by
5.
India and have its regional offices in two states.
Government agency.
The applicant must have at least 50 human HR list of regular employees
resources in its regular payroll. certified by the HR head of the
6.
organization in organizational letter
head.
The applicant has a minimum turnover of 50 lakhs CA Certificate in the prescribed
each year in last three years from the date of format along with last three years
publication of the tender document. audited statements.
7.
(i) 2018 – 19
(ii) 2017 – 18
(iii) 2016 – 17

2.2 General Terms of Proposal Submission

2.2.1 Each Bidder must submit a single proposal, irrespective of the number of sectors in
which the Bidder wishes to get empaneled.

2.2.2 JSDMS shall receive the proposal in accordance with the terms set forth in this RFP
and other documents that may be provided by JSDMS pursuant to this RFP as
amended/clarified from time to time by JSDMS.

2.2.3 Along with the Bid, the Bidder is required to deposit a non-refundable Processing Fee
of Rs. 5,000/- (Rupees Five Thousand only) along with a refundable Earnest Money
Deposit of Rs. 50,000/- (Rupees Fifty Thousand only) in line with details provided in
Clause 1.5.3. The RFP shall be summarily rejected if it is not accompanied by the
Processing Fee.

2.2.4 Bidders shall not have a conflict of interest ("Conflict of Interest") that affects the
RFP Process or any sanction of work that may follow. Any Bidder found to have a
Conflict of Interest is liable to be disqualified.

2.2.5 Any misrepresentation shall lead to disqualification of the Bidder.

2.2.6 JSDMS will not return any proposal or any information provided along therewith.

2.2.7 In case it is found at any time during or subsequent to the RFP Process or anytime
during the period of subsistence thereof, that one or more of the pre-qualification
conditions have not been met by the Bidder or that the Bidder has made material
misrepresentation or has given any materially incorrect or false information, the Bidder
shall be disqualified forthwith and any Agreement / Contract, if signed, shall be liable
to be terminated by a communication in writing by JSDMS to the Bidder, without
JSDMS being liable in any manner whatsoever to the Bidder.

14/41
2.2.8 JSDMS reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP. Failure of JSDMS to undertake such
verification shall not relieve the Bidder of its obligations or liabilities hereunder nor
will it affect any rights of JSDMS there under.

2.2.9 The Bidders shall be responsible for all the costs associated with the preparation of
their proposal and their participation in the RFP Process. JSDMS will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of
the RFP Process.

2.2.10 JSDMS may at its sole discretion and at any time during the evaluation of proposal,
disqualify any respondent, if the agency:

a) Made misleading or false representations in the forms, statements and


attachments submitted in proof of the eligibility requirements;
b) Exhibited a record of poor performance such as abandoning works, not properly
completing the contractual obligations, inordinately delaying completion or
financial failures, etc. in any project in the preceding three years;
c) Submitted a proposal that is not accompanied by required documentation or is
non-responsive;
d) Failed to provide clarifications related thereto, when sought;
e) Submitted more than one proposal;
f) Has been blacklisted by any Central / State Government (incl. its
department/agency) or was declared ineligible by the Central / State
Government / for corrupt and fraudulent practices.

2.3 Due Diligence, site visit and verification of information

2.3.1 It shall be deemed that by submitting a Bid, the Bidder has:

(a) made a complete and careful examination of the RFP;


(b) received all relevant information requested from JSDMS;
(c) satisfied itself about all matters, things and information necessary for submitting
an informed Proposal and for execution of work in accordance with the RFP and
for performance of all of its obligations there under.
2.4 Right to accept and to reject any or all Proposals

2.4.1 Notwithstanding anything contained in this RFP, JSDMS reserves the right to accept or
reject any proposal at any time without any liability or any obligation for such
acceptance, rejection or annulment, and without assigning any reasons thereof.

2.4.2 Such misrepresentation/improper response as described herein shall lead to the


disqualification of the Bidder.

2.4.3 In case it is found during the evaluation of proposals or at any time before signing of
the Agreement or after its execution and during the period of subsistence thereof, that
one or more of the pre-qualification conditions have not been met by the Bidder or that
the Bidder has made material misrepresentation or has given any materially incorrect or

15/41
false information, the Bidder shall be disqualified forthwith and the Agreement, if
signed, shall be liable to be terminated by a communication in writing by JSDMS to the
Bidder, without JSDMS being liable in any manner whatsoever to the Bidder.

B. DOCUMENTS

2.5 Contents of the RFP

2.5.1 The following are the appendices attached as a part of this RFP:

I. Format for Covering Letter for the Proposal


II. Format for Affidavit on not being blacklisted
III. Format for Bidder Details
IV. Format for Financial Capability Statement
V. Format for Board Resolution for Proposal Submission
VI. Format for Authorization for signing of Proposal & Other Documents
VII. CV Format of Professionals
VIII. Format for Financial Bid

2.6 Clarifications

2.6.1 Bidders requiring any clarification on the RFP may notify JSDMS in writing or by
letter and/or e-mail to jsdmtenders@gmail.com.

2.6.2 JSDMS shall endeavor to respond to the queries within the period specified therein
through letter/e-mail. However, JSDMS reserves the right not to respond to any
question(s) or provide any clarification(s), at its sole discretion, and nothing in these
Clauses shall be taken or read as compelling or requiring JSDMS to respond to any
question or to provide any clarification.

2.6.3 JSDMS may also on its own motion, if deemed necessary, issue interpretations and
clarifications to all Bidders. All clarifications and interpretations issued by JSDMS
shall be deemed to be part of the RFP. Verbal clarifications and information given by
JSDMS or its employees or representatives shall not in any way or manner be binding
on JSDMS.

2.7 Amendment of RFP

2.7.1 At any time prior to the deadline for submission of Proposals, JSDMS may, for any
reason, whether at its own initiative or in response to clarifications requested by a
Bidder, modify the RFP by the issuance of Addenda.

2.7.2 Any addenda issued subsequent to this RFP, but before the Proposal Due Date, will be
deemed to form part of this RFP.

2.7.3 Any Addendum thus issued will be uploaded on the website


(https://jharkhandtenders.gov.in). JSDMS will post the addendum/replies to the queries
on the JSDMS website without identifying the source of queries.

2.7.4 In order to afford the Bidders a reasonable time for taking an Addendum into account,
or for any other reason, JSDMS may, at its own discretion, extend the timelines
mentioned in Clause 1.5.4, having due regard for the time required by the Bidders to
address such amendment.
16/41
2.7.5 Any modification and amendment in the RFP or the timelines as stated in Clause
1.5.4 shall be uploaded on the website. Prospective Bidders are requested to remain
updated with regard to any addendum/ notices/ amendments/ clarifications etc. on
website at https://jharkhandtenders.gov.in JSDMS may not provide separate
notifications for such addendum/ notices/ amendments / clarifications, etc. in the print
media (press) or individually.

C. PREPARATION AND SUBMISSION OF PROPOSALS

2.8 Format of Proposal Submission

2.8.1 The Bidder shall provide all information sought under this RFP. JSDMS will evaluate
only those proposals that are received in the required formats and complete in all
respects.

2.8.2 The proposal should be neatly typed in indelible ink and signed by the authorized
signatory of the Bidder. All pages should be numbered. All alterations, omissions,
additions or any other amendments made to the Proposal must be initialed by the
person(s) signing the proposal.

2.9 Sealing and Submission of Proposals

2.9.1 The Bidder shall submit the proposal online https://jharkhandtenders.gov.in with a
valid Digital Signature of any Authorised Person of the Firm in the format specified in
the Appendices with the Cover Page clearly mentioning “Proposal for selection of
agency to conduct mid-term evaluation of skill development programs being
implemented in Jharkhand”.

2.9.2 The documents accompanying the Proposal shall be numbered serially and placed in
the order mentioned below, along with this checklist:

SL Description Reference Documents


.No. Page No
1 Cover Letter with the Bid Appendix–I
2 Affidavit on not being blacklisted Appendix–II
3 Bidder Details Appendix–III
4 Financial Capability Statement Appendix–IV
5 Technical Capability Statement Appendix–V
6 Board Resolution for Proposal Submission Appendix–VI
7 Authorization Appendix–VII
8 CV Format-Professional Appendix–VII
9 Format of Financial Bid Appendix -
VIII

2.9.3 Address and contact details for all communication:


Mission Director
2nd Floor, Administrative Building,
JUT Campus, Namkum,
Ranchi, Jharkhand

2.9.4 Place of Submission of Processing Fee & opening of bids


2nd Floor, Administrative Building,
JUT Campus, Namkum,
17/41
Ranchi, Jharkhand

2.9.5 Proposal should be submitted online only

2.9.6 Proposals submitted by hard copy, fax, telex, telegram or e-mail shall not be
entertained.

2.10 Proposal Due Date

2.10.1 As part of continuous RFP process proposals can be submitted any time to JSDMS,
until JSDMS bar to do so.

2.11 Modifications/ Substitution/ Withdrawal of Proposals

2.11.1 Bidders may not modify, substitute or withdraw their Proposals after submission,
unless the same has been expressly sought for by JSDMS, shall be disregarded.

2.12 Rejection of Proposals

2.12.1 JSDMS reserves the right to accept or reject all or any of the Proposals without
assigning any reason whatsoever. It is not obligatory for JSDMS to accept any
Proposal or to give any reasons for their decision.

2.12.2 JSDMS reserves the right not to proceed with the RFP Process at any time, without
notice or liability, and to reject any Proposal without assigning any reason(s).

2.13 Validity of Proposals

2.13.1 The Proposals shall be valid for a period of not less than 180 (one hundred and
eighty) days from the Proposal Due Date. The validity of Proposals may be
extended by mutual consent of JSDMS and the Bidders.

2.14 Confidentiality

2.14.1 Information relating to the examination, clarification, evaluation and recommendation


for the Bidders shall not be disclosed to any person who is not officially concerned with
the process or is not a retained professional advisor advising JSDMS in relation to, or
matters arising out of, or concerning the RFP Process.

2.14.2 JSDMS will treat all information, submitted as part of the Bid, in confidence and will
require all those who have access to such material to treat the same in confidence.
JSDMS may not divulge any such information unless it is directed to do so by any
statutory entity that has the power under law to require its disclosure or is to enforce or
assert any right or privilege of the statutory entity and/or JSDMS.

2.15 Correspondence with the Bidder

2.15.1 JSDMS reserves the right to not entertain any correspondence with any Bidder in
relation to acceptance or rejection of any Bid.

3 EVALUATION OF BIDS

3.1 Opening and Evaluation of Proposals

18/41
3.1.1 JSDMS shall open the Proposals on the day as per clause 1.5.4 at the address specified
in Clause 2.9.4 and in the presence of the Bidders who choose to attend.

3.1.2 JSDMS will subsequently examine and evaluate the Proposals in accordance with the
provisions set out in Clause 3.2 and Clause 3.3 below.

3.1.3 If at any time during the evaluation process JSDMS requires any clarification, it
reserves the right to seek such information from any or all of the Bidders and the
Bidders will be obliged to provide the same with supporting documents in the specified
time frame.

3.2 Tests of responsiveness

3.2.1 Prior to evaluation of Proposals, JSDMS shall determine whether each Proposal is
responsive to the requirements of the RFP. A Proposal shall be considered responsive
only if:

(a) it is received as per Clause 2.8 and Clause 2.9;

(b) it is received by the Proposal Due Date including any extension thereof;

(c) it is accompanied by the Processing Fee and Earnest Money Deposit;

(d) it does not contain any condition or qualification; and

(e) it is not non-responsive in terms hereof.

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

3.3 Evaluation and Selection of Bidders for RFP

3.3.1 The Bidder has to be adjudged as responsive in terms of Clause 3.2.1 for participating
in the Proposal process.

3.3.2 Bidders deemed eligible as per Clause 2.1 and responsive as per Clause 3.2.1 will be
evaluated on their Technical, Financial and Additional Qualifications as well as
suitability for the state of Jharkhand. The selection process would involve an evaluation
of the Technical Proposal (“Part A”) and Technical Presentation (“Part B”).

3.3.3 Bidders who score at least 56 out of 80 possible marks in Part A (referred to as
“Shortlisted Bidders”) shall qualify for making a Technical Presentation and Interview
of the mentioned team before the Selection Committee.

3.3.4 The selection process shall be based on the evaluation criteria provided in the table
below:

Evaluation Criteria for Bidder

a. Technical Bid Evaluation Criteria:

Sr. No. Criteria Documents to be submitted for


verification

19/41
Part A
The applicant has completed central government Copy of work order and completion
projects specifically on studies/evaluation of schemes of certificate of each project is mandatory
central government. for getting marks for each project.
i. Minimum three projects – 5 marks
1. ii. One additional mark for each project above five Note: No ongoing studies/evaluation
projects till ten projects. will be considered. Only those will be
Total marks - 10 considered which is accompanied by
valid work order and completion
certificate.
The applicant has completed state government projects Copy of work order and completion
specifically on studies of schemes/evaluation of state certificate of each project is mandatory
government other than Jharkhand. for getting marks for each project.
i. Less than three projects – 0 marks
ii. Minimum three projects – 3 mark Note: No ongoing studies/evaluation
2.
iii. Minimum 4 projects to maximum 6 projects – 6 will be considered. Only those will be
marks considered which is accompanied by
iv. One additional mark for each project above six valid work order and completion
projects till ten projects. certificate.
Total marks - 10
The applicant has completed Jharkhand government Copy of work order and completion
projects specifically on studies/evaluation of schemes of certificate of each project is mandatory
Jharkhand government. for getting marks for each project.
i. Less than two projects – 0 mark
ii. Minimum two projects – 3 mark Note: No ongoing studies/evaluation
3.
iii. Minimum 3 projects to maximum 6 projects – 6 will be considered. Only those will be
marks considered which is accompanied by
iv. One additional mark for each project above six valid work order and completion
projects till ten projects. certificate.
Total marks - 10
The applicant has completed bilateral agencies Copy of work order and completion
assignment specifically on studies of certificate of each project is mandatory
schemes/projects/programs. for getting marks for each project.
i. Less than three projects – 0 mark
ii. Minimum three projects – 3 marks Note: No ongoing studies/evaluation
4.
iii. Minimum 4 projects to maximum 6 projects – 6 will be considered. Only those will be
marks considered which is accompanied by
iv. One additional mark for each project above six valid work order and completion
projects till ten projects. certificate.
Total marks - 10
The average annual turnover of the applicant during the Certified copy by the CA of the format
financial year (i) 2018 -19, (ii) 2017 – 18 and (iii) 2016 provided by JSDMS
– 17
i. Less than 01 Crore – 0 mark
ii. More than 01 Crore but less than 1.25 Crore – 5
5.
marks
iii. More than 1.25 Crore but less than 1.50 Crore –
10 marks
iv. More than 1.50 Crore – 15 marks

The average annual turnover from studies/evaluations Certified copy by the CA of the format
of the applicant during the financial year (i) 2018 -19, provided by JSDMS
(ii) 2017 – 18 and (iii) 2016 - 17
v. Less than 25 lakhs – 0 mark
6. vi. More than 25 lakhs but less than 50 lakh – 5
marks
vii. More than 50 lakh but less than 75 lakh – 10
marks
viii. More than 75 Lakh – 15 Lakh
20/41
Study Team Leader must have a PhD degree in Self-certified academic certificates of
economics/statistics/sociology/ social work studies and the Team Leader and all experience
having completed three studies/evaluation of certificates. No consulting assignment
government schemes and have minimum 10 years of conducted individually will be
experience post completion of Ph.D. degree considered in calculating experience.
7.
i. 10 – 12 years of experience – 2 marks
ii. 12 – 14 years of experience – 4 marks
iii. 14 – 16 years of experience – 6 marks
iv. 16 years and above – 10 marks
Total marks – 10
Part A Total Marks 80
Part B – “Interview of the proposed team”
Proposed team Interview of study team before panel.
To be interviewed:
Team Size and minimum experience of team members (i) Team Leader - 1
i. Team Leader – PhD in (ii) Senior Researcher -2
economics/statistics/sociology/ social work and (iii) Researcher – 2
minimum 10 years of experience
ii. Senior Researcher (I) – M.A. in Note: It is mandatory to submit resume
economics/statistics/sociology/social work with in prescribed format only, along with
minimum 7 years of experience and had been Self-certified academic certificates and
part of two studies of government schemes. all experience certificates of all team
iii. Senior Researcher (II) – M.A. in members. No consulting assignment
economics/statistics/sociology/social work with conducted individually will be
minimum 7 years of experience and had been considered.
part of two studies of government schemes.
8. iv. Researcher (I) - M.A. in
economics/statistics/sociology/social work with
minimum 5 years of experience and had been
part of two studies of government schemes.
v. Researcher (II) – M.A. in
economics/statistics/sociology/social work with
minimum 5 years of experience and had been
part of two studies of government schemes.
vi. Data Analyst - M.A. in
economics/statistics/sociology/social work with
minimum 5 years of experience and had been
part of two studies of government schemes.
vii. Data entry operator – Graduate with basic
computer literacy.
Total marks – 20
Part B Total Marks - 20
Grand Total (A+B) marks - 100

3.3.5 Bidders, whose bids are responsive, based on minimum qualification criteria / documents as
in Pre-Qualification Criteria and score at least 70% in the above defined scoring mechanism
would be considered technically qualified.

3.3.6 After the evaluation of Proposals under Part A, JSDMS would announce a list of
Shortlisted Bidders, in line with Clause 3.3.3, who will be invited to make a Technical
Presentation before the Selection Committee constituted for selecting Bidders for RFP
as TSPs. JSDMS will not entertain any query or clarification from Bidders who fail to
qualify for the Technical Presentation.

b. Financial Bid Evaluation


21/41
The bidders who will qualify the General cum Technical Bid criteria will be eligible for Financial Bid
opening. Financial bid will be submitted by the bidder in prescribed format as mentioned below:

Sl Item Description Unit Quantity Unit Cost Amount


No
01 Total cost of the Lumpsum 01 XXXXX XXXXX
Assignment
GST XXXXX
Total Cost including GST XXXXX

The financial bid has to be provided based on the format provided in the RFP.

Errors & Rectification: Arithmetical errors will be rectified on the following basis: If there is a
discrepancy between the unit price and the total price that is obtained by multiplying the unit price
and quantity, the unit price shall prevail and the total price shall be corrected. If there is a
discrepancy between words and figures, the amount in words will prevail.

Bidders, whose bids are responsive, based on minimum qualification criteria / documents as in Pre-
Qualification Criteria and score at least 70% in the above defined scoring mechanism would be
considered technically qualified.
The financial proposal of only those applicants will be opened who have obtained top three scores
in the technical proposal. The final selection shall be based on Quality cum Cost Based Selection
(QCBS) method.
The final selection of Applicant entity shall be Quality & Cost Best Selection (QCBS) where, the
total score shall be calculated by weighting the technical and financial scores in the ratio 75:25. The
Applicant entity achieving the highest combined technical and financial score will be invited for
negotiations.
Please note that failure or refusal on part of the selected vendor to accept the offer the services at
the price committed shall result in forfeiture of the EMD. JSDMS reserves the right to reject any or
all proposals.

3.4 Contacts during Proposal Evaluation

3.4.1 Proposals shall be deemed to be under consideration immediately after they are opened
and until such time JSDMS makes official intimation of award/rejection to the Bidders.
While the Proposals are under consideration, Bidders and/or their representatives or
other interested parties are advised to refrain from contacting, by any means, JSDMS
and/or their employees/representatives on matters related to the Proposals under
consideration.

4 FRAUD AND CORRUPT PRACTICES

4.1.1 The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during and subsequent to the RFP Process and during the
subsistence of the Agreement.
22/41
4.1.2 Notwithstanding anything to the contrary contained herein, or in the Agreement,
JSDMS shall reject a Bid, withdraw any award of work, or terminate the Agreement, as
the case may be, without being liable in any manner whatsoever to the Bidder, if it
determines that the Bidder has, directly or indirectly or through an agent, engaged in
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice in the RFP Process.

4.1.3 In such an event, JSDMS shall appropriate the Performance Security Deposit, as the
case may be, without prejudice to any other right or remedy that may be available to
JSDMS hereunder or otherwise.

4.1.4 For the purposes of Clause 4, the following terms shall have the meaning hereinafter
respectively assigned to them:

a) “corrupt practice" means (i) the offering, giving, receiving, or soliciting,


directly or indirectly, of anything of value to influence the actions of any person
connected with the RFP Process (for avoidance of doubt, offering of employment
to or employing or engaging in any manner whatsoever, directly or indirectly, any
official of JSDMS who is or has been associated in any manner, directly or
indirectly with the RFP Process or award of work or has dealt with matters
concerning the Agreement or arising there from, before or after the execution
thereof, at any time prior to the expiry of one year from the date such official
resigns or retires from or otherwise ceases to be in the service of JSDMS, shall be
deemed to constitute influencing the actions of a person connected with the RFP
Process); or (ii) engaging in any manner whatsoever, whether during or after the
RFP Process or after the execution of the Agreement, as the case may be, any
person in respect of any matter relating to the Project or the Agreement, who at
any time has been or is a legal, financial or technical adviser of JSDMS in
relation to any matter concerning the project;

b) "fraudulent practice" means a misrepresentation or omission of facts or


suppression of facts or disclosure of incomplete facts, in order to influence the
RFP Process;

c) "coercive practice" means impairing or harming, or threatening to impair or


harm, directly or indirectly, any person or property to influence any person's
participation or action in the RFP Process;

d) "undesirable practice" means (i) establishing contact with any person connected
with or employed or engaged by JSDMS with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the RFP
Process; or (ii) having a Conflict of Interest; and

e) "restrictive practice" means forming a cartel or arriving at any understanding or


arrangement among Bidders with the objective of restricting or manipulating a
full and fair competition in the RFP Process.

5 PRE-BID MEETING

23/41
5.1.1 Pre-Bid Meeting of the Bidders shall be held at the JSDMS office in Ranchi at 4:00
PM IST on the date as mentioned in the Clause 1.5.4. A maximum of two
representatives of each Bidder shall be allowed to participate on production of
Authority letter from the Bidder.

5.1.2 During the course of Pre-Bid Meeting, the Bidders will be free to seek clarifications
and make suggestions for consideration of JSDMS. JSDMS shall endeavor to provide
clarifications and such further information as it may, in its sole discretion, consider
appropriate for facilitating a fair, transparent and competitive RFP Process.

6. MISCELLANEOUS

6.1 The RFP Process shall be governed by, and construed in accordance with, the laws
of India and the Courts at Ranchi shall have exclusive jurisdiction over all disputes
arising under, pursuant to and/or in connection with the RFP Process.
6.2 In case of a legal dispute the jurisdiction for its settlement will be that of a Court of
Law having Jurisdiction at Ranchi.
6.3 The dispute can also be resolved through the Alternate Dispute Redressal (ADR) by
means of Arbitration, Mediation and Conciliation.

6.4 JSDMS, at its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;

6.4.1 suspend and/or cancel the RFP Process and/or amend and/or supplement the RFP
Process or modify the dates or other terms and conditions relating thereto;

6.4.2 consult with any Bidder in order to receive clarification or further information;

6.4.3 retain any information and/or evidence submitted to JSDMS by, on behalf of,
and/or in relation to any Bidder; and/or

6.4.4 Independently verify, disqualify, reject and/or accept any and all submissions or
other information and/or evidence submitted by or on behalf of any Bidder.

It shall be deemed that by submitting the Proposal, the Bidder agrees and releases
JSDMS, its employees, agents and advisers, irrevocably, unconditionally, fully and
finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/or
performance of any obligations hereunder, pursuant hereto and/or in connection
herewith and waives any and all rights and/or claims it may have in this respect,
whether actual or contingent, whether present or future.

24/41
7. APPENDICES

APPENDIX – I
Format – Covering Letter

To,
Mission Director

Jharkhand Skill Development Mission Society,


2nd Floor, Administrative Building, JUT Campus, Namkum, Ranchi

Dear Sir,

Subject: Request for Proposal (RFP) for selection of agency to conduct mid-term
evaluation of skill development programs being implemented in Jharkhand

This is in response to the RFP issued by the Jharkhand Skill Development Mission Society
(Ref No. ……………………..........) dated …………………….We
………………………………………………………………… (Name of the Bidder) are
keen to get selected for the project and hereby express our interest

Please find enclosed one Original and one True Copy of our Proposal. We have also
attached the requisite Processing Fee of Rs. 5,000/- in the form of Demand Draft No.
...................... dated ................. drawn on .................................................... and Earnest
Money Deposit of Rs. 50,000/- in the form of Demand Draft No. ...................... dated
................. drawn on ....................................................

We hereby confirm that:

1. We have examined in detail and have understood the terms and conditions stipulated in
the RFP issued by JSDMS and in any subsequent communication sent by JSDMS. We
agree and undertake to abide by all these terms and conditions. Our proposal is
consistent with all the requirements of submission as stated in the RFP or in any of the
subsequent communications from JSDMS.

2. The information submitted in our RFP is complete and correct to the best of our
knowledge and understanding. We would be solely responsible for any errors or
omissions in our RFP. We acknowledge that JSDMS will be relying on the information
provided in the RFP and the documents accompanying and we certify that all
information provided in the application is true and correct; nothing has been omitted
which renders such information misleading; and all documents accompanying such
RFP are true copies of their respective originals.

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

25/41
4. We declare that we satisfy all legal requirements and meet all the eligibility criteria laid
down in the RFP.

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

6. We understand that any work sanctioned in pursuance to the bidding process detailed in
this RFP shall be on the terms and conditions specified in the Letter of Award / Work
Order / Agreement pertaining to such work, which shall be thoroughly reviewed and
accepted by us before undertaking such work.

7. We have not directly or indirectly or through an agent engaged or indulged in any


corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.

For and on behalf of:

Signature:
Name:
Designation:

(Company Seal)
(Authorized Representative and Signatory)

Note:
The Covering Letter is to be submitted by Authorized Signatory on the organisation’s
letterhead with his/her signature and seal.

26/41
APPENDIX – II
Affidavit for not being blacklisted

(Affidavit on non-judicial stamp paper of minimum Rs. 10/-by Company


Secretary/Authorized Representative and Signatory of the Bidder with his/her dated
signature and company seal)

AFFIDAVIT
........................................................ (Name of Bidder), with
I/We, on behalf of its registered
office at ............................................................. do hereby declare that the above-mentioned
Bidder has not been blacklisted/ debarred by any State/Central Government authority /
Donor Agency/Bilateral agency for breach on our part.

For and on behalf of:

Signature:
Name:
Designation:
Date:

(Company Seal)
(Authorized Representative and Signatory)

27/41
APPENDIX – III
Format – Bidder’s Details
(To be provided by Company Secretary or Authorized Signatory on Letterhead
with his/her dated signature and company seal)

For Single Entity


S. Description Details Document at
No. page no

1. Name of Legal Entity

2. Status / Constitution of the Bidder

3. Name of Registering Authority

4. Registration Number

5. Date of Registration

6. Place of Registration

7. PAN Card Number

7. Name of the Contact Person for Bid


information
8. Address of the contact person
9. Email id of Contact Person
10. Mobile number of contact person
11. Official Email Id of the Organization
For consortium
S. Description Details Document at
No. page no

1. Name of Legal Entity (Lead bidder)


(include consortium member also)

2. Status / Constitution of the Bidder


(include consortium member also)

3. Name of Registering Authority (include


consortium member also)
4. Registration Number (include consortium
member also)

5. Date of Registration(include consortium


member also)

6. Place of Registration(include consortium


member also)

7. PAN Card Number(include consortium


28/41
member also)

7. Name of the Contact Person for Bid


information from lead bidder (include
consortium member/s as second contact)
8. Address of the contact person (include
consortium member/s as second contact)
9. Email id of Contact Person (include
consortium member/s as second contact)
10. Mobile number of contact person
(include consortium member/s as second
contact)
11. Official Email Id of the Organization
(include consortium member/s)

For and on behalf of:

Signature:
Name:
Designation:
Date:

(Company Seal)
(Authorized Representative and Signatory)
Note: Copy of appropriate registration / incorporation certificate along with a copy of PAN
card should be appended as a part of this form. Copies of all documents should be
appended in the same order as mentioned in the table. All financial documents should be
duly certified by a Chartered Accountant.

29/41
APPENDIX – IV
Format – Financial Capability Statement

(Duly signed by the Authorized Representative and certified by a Chartered Accountant)

On the basis of audited financial statements, I/We hereby submit that.................................


(Name of Bidder), having registered office at .................................................................., has
annual turnover, and annual turnover from studies, in past three consecutive financial years
(2016-17, 2017-18, 2018-19), as follows:

S. Financial
No. Year Total Turnover (INR in Lakh)
Turnover from
Studies/Evaluations

1. 2016-17

2. 2017-18

3. 2018-19

TOTAL

AVERAGE

Signature and Seal of Chartered Accountant

Note:
1. Bidder is required to submit the audited financial statements for the past three financial years
2. Bidders who have not been in existence for three financial years may provide details pertaining to the duration of their
existence.
3. All supporting documents should be duly certified by a Chartered Accountant.

30/41
APPENDIX – V (A)
Format – Technical Capability Statement (All India experience including Jharkhand)

Experience details:

Criteria No. Title of Work Order Issuing Value Year of Year of Work order Completion
study Ministry/Department of award Completion (Page No) Certificate
Work (date) (date) (Page No)
Order dd/mm/yy
in INR dd/mm/yy From To From To

The applicant has 1


completed central 2
government 3
projects
specifically on 4
studies/evaluation
of schemes of 5
central
government. 6

i. Minimum
three projects 7
– 5 marks
ii. One 8
additional
marks for 9
each project
above five 10
projects till
ten projects.

Total marks - 10

Signature and Seal of Chartered Accountant

Note:
 The certificate should sign by the same Chartered Accountant Firm, who has audited
previous financial year books of accounts.
 Note: without copies work order and completion certificate the numbers claimed will not
be accepted

31/41
APPENDIX – V (B)
Format – Technical Capability Statement (All India experience including Jharkhand)

Experience details:

Criteria No. Title of Work Order Issuing Value Year of Year of Work Completion
study Department of of award Completion order Certificate
other state Work (date) (date) (Page No) (Page No)
Order dd/mm/yy
in INR dd/mm/yy From To From To

The applicant has 1


completed state 2
government 3
projects
specifically on 4
studies of
schemes/evaluation 5
of state
government other 6
than Jharkhand.

i. Less than three 7


projects – 0
marks 8
ii. Minimum
three projects – 9
3 mark
iii. Minimum 4 10
projects to
maximum 6
projects – 6
marks
iv. One additional
marks for each
project above
six projects till
ten projects.

Total marks - 10

Signature and Seal of Chartered Accountant

Note:
 The certificate should sign by the same Chartered Accountant Firm, who has audited
previous financial year books of accounts.
 Note: without copies work order and completion certificate the numbers claimed will not
be accepted

32/41
APPENDIX – V (C)
Format – Technical Capability Statement (All India experience including Jharkhand)

Experience details:
Criteria No. Title of Work Order Issuing Value Year of Year of Work Completion
study Department of of award Completion order Certificate
Jharkhand Work (date) (date) (Page No) (Page No)
government Order dd/mm/yy
in dd/mm/yy From To From To
INR
The applicant has 1
completed
2
Jharkhand
government 3
projects
specifically on
4
studies/evaluation
5
of schemes of
Jharkhand
government. 6

i. Less than two 7


projects – 0
marks
ii. Minimum two 8
projects – 3
mark 9
iii. Minimum 3
10
projects to
maximum 6
projects – 6
marks
iv. One additional
marks for each
project above
six projects till
ten projects.

Total marks - 10

Signature and Seal of Chartered Accountant


Note:
 The certificate should sign by the same Chartered Accountant Firm, who has audited
previous financial year books of accounts.
 Note: without copies work order and completion certificate the numbers claimed will not
be accepted

33/41
APPENDIX – V (D)
Format – Technical Capability Statement (All India experience including Jharkhand)

Experience details:

Criteria No. Title Issuing Bilateral Value Year of Year of Work Completion
of agency of award Completion order Certificate
study Work (date) (date) (Page No) (Page No)
Order dd/mm/yy
in dd/mm/yy From To From To
INR
The applicant has 1
completed bilateral
2
agencies assignment
specifically on studies of 3
schemes/projects/programs.
4
i. Less than three projects
– 0 marks 5
ii. Minimum three
projects – 3 mark 6
iii. Minimum 4 projects to
maximum 6 projects – 7
6 marks
iv. One additional marks
for each project above 8
six projects till ten
projects.
9

Total marks - 10 10

Signature and Seal of Chartered Accountant


Note:
 The certificate should sign by the same Chartered Accountant Firm, who has audited
previous financial year books of accounts.
 Note: without copies work order and completion certificate the numbers claimed will not
be accepted

34/41
APPENDIX – VI
Format – Board Resolution for Proposal Submission

(To be furnished by the Bidder)

CERTIFIED TRUE COPY OF THE RESOLUTION PASSED AT THE MEETING OF THE


BOARD OF DIRECTORS OF _______________ <Name of Organization> AT THEIR
MEETING HELD ON _________ <Date> AT
____________ <Time> AT _____________________<Address>

“Resolved that the consent of the Board of Directors is hereby accorded to submit the Bid and other
necessary documents for Request for Proposal for „RFP of Training Service Providers to Impart
Skill Development Training in Jharkhand‟ ”

Signed on behalf of:


________________________________
(Signature of Authorized Representative(s) of the Board)
Name: ____________________ Designation: _______________

Signature of:
________________________________
Name: ____________________
Designation: Company Secretary

35/41
APPENDIX – VII
Format – Authorization

(On Company Letterhead)

TO WHOMSOEVER IT MAY CONCERN

This is to authorize Mr./Ms. _______________________________


son/daughter/wife of ________________________ and presently residing at
____________________________________________________________, who is presently
employed with us and/or holding the position of _________________, for doing in our name
and signing on our behalf all such acts, deeds and things as are required in connection with
submission of our bid for “RFP of Training Service Providers to impart Skill Development
Training in Jharkhand” including but not limited to signing and submission of all applications,
bids and other documents, participating in Bidders' conferences and providing information /
responses to Jharkhand Skill Development Mission Society (JSDMS), representing us in all
matters before JSDMS or concerned Authority, signing and execution of all contracts including
the Agreement and undertakings consequent to acceptance of our bid, and generally dealing with
the Authority in all matters in connection with or relating to or arising out of our bid for the said
Project and/or upon award thereof to us and/or till the entering into of the Agreement with
JSDMS.

Signed on behalf of ______________

(Signature)
(Name, Title and Address)

36/41
Image of the
APPENDIX – VIII candidate
CV Format – Professional (Duly Signed)
CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. Education [Indicate college/university and other specialized education of staff member,


giving names of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate significant training since degrees under 5 - Education were
obtained]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten
years]:

37/41
9. Languages [For each language indicate proficiency: good, fair, or poor in speaking,
reading, and writing]:

10. Employment Record [Starting with present position, list in reverse order every
employment held by staff member since graduation, giving for each employment (see format
here below): dates of employment, name of employing organization, positions held.]:

From [Year]: To [Year]:

Employer:

Positions held:

11. Detailed Tasks 12. Work Undertaken that Best Illustrates Capability to
Handle the Tasks Assigned
Assigned

[Among the assignments in which the staff has been involved,


indicate the following information for those assignments that
best illustrate staff capability to handle the tasks listed under
point 11.]
[List all tasks to be

performed under this


Name of assignment or project:
assignment]
Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

38/41
13. Total number of experience in days (Excluding the days in which the resource was not
in employment)

14. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes myself, my qualifications, and my experience. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

Note: The resume must be accompanied by copies all academic document and experience
certificates working in different orgaizations

39/41
Appendix – VIII

BoQ Format

Given below is the indicative format for the price quote, this needs to be filled up only in
the BoQ Excel Format. Please don’t fill the format as in the space given below. This is an
indicative BoQ. Bidders are advised to submit their proposal accordingly. Rates quoted
here should be valid for the next six months from the date of opening of bids.

Sl Item Description Unit Quantity Unit Cost Amount


No
01 Total cost of the Lumpsum 01 XXXXX XXXXX
Assignment
GST XXXXX
Total Cost including GST XXXXX

Signature and Seal of Competent authority

40/41
Appendix – XI

Format for Calculating Experience of Team Leader and Team Members

Photograph of the
candidate:

Sr. No. Details To be filled by the applicant


i. Name of the position
ii. Name of the candidate
iii. Father/ Mother Name of the candidate
iv. Date of birth of the candidate
v. Gender of the candidate
vi. Communication address of the candidate
vii. Identity proof of the candidate

Experience of the candidate post completion of Phd./ 2 year full time Master‟s Degree or 2 year
full time relevant post graduate diploma.
Sr. No. Name of Name of the Start date End date Total No. Copy of
the position organization with with of days. the
organization organization (All the experience
days from certificate
start date to placed at
end date) page
number

Signature and Seal of Chartered


Accountant

41/41

You might also like