0% found this document useful (0 votes)
33 views102 pages

24031

The document is a Request for Proposal (RFP) issued by Madhya Pradesh Laghu Udyog Nigam Ltd. for the selection of agencies to execute various activities under the RAMP scheme of the Ministry of MSME, Government of India, in Madhya Pradesh. It outlines the bidding process, important dates, and the background of the RAMP initiative aimed at revitalizing the MSME sector post-COVID-19. Interested bidders are required to submit their proposals by July 24, 2025, with further details available on the provided website.
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)
33 views102 pages

24031

The document is a Request for Proposal (RFP) issued by Madhya Pradesh Laghu Udyog Nigam Ltd. for the selection of agencies to execute various activities under the RAMP scheme of the Ministry of MSME, Government of India, in Madhya Pradesh. It outlines the bidding process, important dates, and the background of the RAMP initiative aimed at revitalizing the MSME sector post-COVID-19. Interested bidders are required to submit their proposals by July 24, 2025, with further details available on the provided website.
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/ 102

Bid No.

24031- A Bid Issue date: 03-07-2025


Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

MADHYA PRADESH LAGHU UDYOG NIGAM LTD.


(M.P. GOVERNMENT UNDERTAKING)
(STATE NODAL AGENCY – RAMP)
FIRST FLOOR, PANCHANAN BHAVAN, MALVIYANAGAR,
BHOPAL - 462003

Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the
RAMP Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Managing Director
M.P. Laghu Udyog
Nigam Ltd. Bhopal

* 'A' stand for All India Bid/Tender

Helpline Telephone No.: - 0755 3523180/2673141/2673142


Website: https://mptenders.gov.in/nicgep/app
Email: ramp-mplun@mp.gov.in, mplunramp@gmail.com

1
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

MADHYA PRADESH LAGHU UDYOG


NIGAM LIMITED FIRST FLOOR,
PANCHANAN BHAVAN, MALVIYA NAGAR
BHOPAL - 462 003

This is an ALL-INDIA call for Request for Proposal (RFP) for Selection of Agencies to Execute
Various Activities under the RAMP Scheme of the Ministry of MSME, Government of India, in
Madhya Pradesh

2
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Contents
Abbreviations ............................................................................................................................................. 4
Disclaimer .................................................................................................................................................. 5
Process of Selection ................................................................................................................................... 6
Date Sheet .................................................................................................................................................. 7
Background ................................................................................................................................................ 8
Section I: Letter of Invitation ..................................................................................................................... 9
Section II: Instruction to Bidders ............................................................................................................... 9
1. Download of the Proposal Document ................................................................................................ 9
2. Pre-Bid Meeting ............................................................................................................................... 10
3. Bid Submission ................................................................................................................................ 11
4. Bid Opening Session ........................................................................................................................ 14
General Conditions of Selection ................................................................................................. 15
Section – III: Proposal Submission .......................................................................................................... 26
Section IV: Proposal Evaluation (Eligibility Criteria) ............................................................................. 29
Evaluation ............................................................................................................................................ 29
Selection Process ................................................................................................................................. 31
Section V: Terms of reference .................................................................................................................. 55
Scope of work ...................................................................................................................................... 55
Project Considerations ......................................................................................................................... 75
Payment Schedule, Deliverables & Timelines ......................................................................................... 76
Annexures ................................................................................................................................................ 77
ANNEXURE 1 - Form 1: Letter of Submission of Proposal - To be added through online Tender .... 78
ANNEXURE 2 -Form 2 – Particulars of Bidders - To be added through online Tender ..................... 81
ANNEXURE 3 - Form 3 ‐ Self Declaration – No Blacklisting (on Letterhead) ................................. 82
ANNEXURE 4 - Form 4: Format for Annual Turnover ...................................................................... 83
ANNEXURE 5 - Form 5: Undertaking (on Letterhead) - To be added through online Tender ........... 84
ANNEXURE 6 -Form 6 – Bidder’s Experience - To be added through online Tender ....................... 85
ANNEXURE 7 - Form 7 – Non-Disclosure Agreement – After Tender Process................................. 86
ANNEXURE 8 - FORMAT FOR PRICE SCHEDULE (Rate Performa) ........................................... 90

3
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Abbreviations

Abbreviation Full Form


GOVT. Government of Madhya Pradesh
MPLUN Madhya Pradesh Laghu Udyog Nigam Limited
SNA State Nodal Agency (MPLUN) - RAMP
MSME
Micro, Small and Medium Enterprises as defined in MSMED act 2006 (As
Amended)
MoMSME Ministry of MSME
GoI Government of India
BIDDER Person/Company who participate in bid process
EMD Earnest Money Deposit
GST Goods and Services Tax
PAN Permanent Account Number
RAMP Raising and Accelerating MSME Performance
SERVICES Organizing workshops/seminars/events/vendor development or buyer seller
meets and mobilization of MSMEs, PR Services, Social Media Services,
Print Services, as given in but not limited to the Scope of Work.
CONTRACT The agreement entered between MPLUN and the Agency, as recorded in
the Contract signed by the parties, including all the attachments and
appendices there to and all documents incorporated by reference therein for
services provided in stipulated time period.
FORCE MAJEURE An event beyond the control of the Agency and not involving Agency’s
fault or negligence and not foreseeable. Such events may include but are
not limited to acts of MPLUN either in its sovereign or contractual
capacity, wars or revolutions, fires, floods, Lockdown due to pandemic,
Lockdown due to epidemics, quarantine restrictions and embargoes.

PORTAL FOR BID https://mptenders.gov.in/


DSC Digital Signature Certificate
e-bid Bid submitted electronically on MP tenders portal
BEC Bid Evaluation Committee

4
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Disclaimer
The information contained in the BID document or subsequently provided to Bidders, whether verbally
or in documentary or any other form by or on behalf of State Nodal Agency (SNA) i.e., Madhya Pradesh
Laghu Udyog Nigam Ltd. (MPLUN), or any of their employees or advisers, is provided to Bidders
on the terms and conditions set out in this BID.
1. Though adequate care has been taken in the preparation of this BID, the Bidder should
satisfy himself that the document is complete in all respects. Intimation of discrepancy, if
any, should be intimated to MPLUN, s ev e n d ay s before the Last date and time of bid
submission.
2. The BID is not an agreement and is neither an offer nor invitation by MPLUN, to the
prospective Bidders or any other person. The purpose of this document is to provide interested
parties with information that may be useful to them in the formulation of their Bids pursuant to
this BID. The BID may include statements, which reflect various assumptions and
assessments arrived at by MPLUN in r el at i on t o the requirement. Such assumptions,
assessments and statements do not purport to contain all the information that each Bidder may
require.
3. The BID may not be appropriate for all persons, and it is not possible for MPLUN, its employees
or advisers to consider the objectives, technical expertise and particular needs of each party
who reads or uses the BID. The assumptions, assessments, statements and information
contained in the BID, may not be complete, accurate, adequate or correct, each Bidder
should, therefore, conduct its own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments and
information contained in the BID and obtain independent advice from appropriate sources.
4. Information provided in the BID to the Bidders is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law. MPLUN accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein.
5. MPLUN, its employees and advisers make no representation or warranty and shall
have no liability to any person including any Bidder under any law, statute, rules or regulations,
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
the BID or otherwise, including the accuracy, adequacy, correctness, reliability or
completeness of the BID and any assessment, assumption, statement or information contained
therein or deemed to form part of the BID or arising in any way in this selection process.
6. MPLUN also accepts no liability of any nature whether resulting from negligence or otherwise
arising from reliance of any Bidder upon the statements contained in the BID.
7. MPLUN may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in the BID which
shall be posted only on the website of MPLUN at https://mptenders.gov.in. It shall be
the responsibility of the interested bidders to keep themselves informed about the same.
8. The issue of this BID does not imply that MPLUN is bound to select a successful bidder for the
project and MPLUN reserves the right to reject all or any of the BID Bids without assigning any
reasons whatsoever.
9. The bidder shall bear all its costs associated with or relating to the preparation and submission of
its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by MPLUN, or any

5
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

other costs incurred in connection with or relating to its Bid. All such costs and expenses shall
remain with the bidder and MPLUN shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by a bidder in preparation or submission of the
Bid, regardless of the conduct or outcome of the selection process.

Process of Selection
The process of selection of successful Bidder would be as follows:
I. Issue of BID
II. Pre-Bid Meeting/ Clarification /Corrigendum (if any)
III. Submission of Bids
IV. Opening of Pre-Qualification Bids & Opening of Technical Bids
a. Technical Bid Evaluation
b. Presentations of the Bidders meeting Technical Criteria (wherever applicable)
V. Final Selection on Common Rates and Terms and Conditions for Selected Agencies
(percentage/unit rate/overall costing/ per activity rate wherever applicable). Any target
allocation under RAMP will be subject to turnover, experience and financials proposal.
Shortlisting of bidders including stated Evaluations as per the terms of this proposal
(final decision will be at the discretion of Nodal Agency).
VI. Selection of qualified Agencies.

6
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Date Sheet
MPLUN, would endeavour to adhere to the following schedule during the Bidding Process:

1. Date of Publication of Tender Notice : 17:00 hrs., 03.07.2025


: 17:00 hrs., 10.07.2025
2. Last Date and time for submitting Pre‐Bid
Queries
3. Pre‐ Bid Meeting : 11:00 hrs., 11.07.2025

4. Issue of corrigendum, if any : 17:00 hrs., 14.07. 2025


5. Bid Submission Start Date : 12:00 hrs., 03.07.2025

6. Bid Submission Closing Date : 17:00 hrs., 24.07.2025

7. Date of opening of the tender (Pre- Qualification


Criteria & Technical Criteria) : 17:00 hrs., 25.07.2025

8. Date of Technical Presentation : Will be informed to shortlisted


bidders

9. Date of opening of Financial Proposal : To be informed to shortlisted


bidders

Pre-bid queries should be submitted in soft copy at Email: ramp-mplun@mp.gov.in,


mplunramp@gmail.com with subject: “Queries: Selection of Agencies”.

7
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Background
Madhya Pradesh Laghu Udyog Nigam Ltd. (MPLUN)
MPLUN was incorporated in 1961 as a Madhya Pradesh Government Public Undertaking.
Since then, the Nigam has been making continuous progress and performing according to objectives
of the company and as directed by Govt. time to time. In 1978 the Nigam was given task of
providing marketing assistance to Micro, Small & Medium Enterprises (MSME) sector through
enabling public procurement for the State Government of various products as per Madhya Pradesh
Store Purchase Rule 2022.

Over the last six decades, MPLUN has been promoting the growth of Micro, Small & Medium
Enterprises in Madhya Pradesh and carrying out multidimensional activities such as Development,
Construction & Maintenance of Industrial Areas, providing outlet to Weavers & Artisans of the State
through renowned Mrignayani Emporiums, facilitating the testing of products manufactured by
MSMEs etc.

MPLUN has diversified, expanded and increased its activities - all aimed to encourage, develop
and sustain the MSME sector - be it infrastructure development, supply of raw material or
marketing of finished products of the MSMEs, weavers or craftsmen.

Raising and Accelerating MSME Performance (RAMP)


RAMP (Raising and Accelerating MSME Performance) programme is a Central Sector Scheme
supported by the World Bank, designed to aid the Ministry of Micro, Small, and Medium Enterprises
(MoMSME) in implementing the MSME Competitiveness Programme - Post-COVID Resilience
and Recovery Programme (MCRRP). This initiative aims to revitalize the MSME sector, which has
been significantly impacted by the COVID- 19 pandemic. The programme focuses on enhancing
market access, improving access to credit, strengthening institutions and governance at both central
and state levels, and fostering centre-state linkages and partnerships. Additionally, it addresses issues
related to delayed payments and promotes the greening of MSMEs.

According to the World Bank’s Programme Appraisal Document for RAMP, over 40% of MSMEs
lack access to formal funding sources. The RAMP programme supports various interventions under
the government’s COVID Resilience and Recovery efforts, supplementing ongoing support
measures and emphasizing the competitive aspects of MSMEs. The programme aims to expand
implementation capabilities and firm coverage in selected states based on readiness criteria, while
also strengthening the MSMEs’ capabilities at the national level.

Madhya Pradesh has been actively implementing the RAMP scheme to support and enhance its
MSME sector. The scheme's core objectives include strengthening MSME institutional frameworks,
integrating advanced technology platforms, enhancing market access, fortifying the receivables
financing market, promoting green and gender-inclusive initiatives and expanding access to
Online Dispute Resolution Mechanisms. MPLUN(SNA) is committed to promoting and
developing small industries in Madhya Pradesh and is the nodal agency responsible for
implementing the RAMP (Raising and Accelerating MSME Performance) scheme as per the
approved guidelines.

8
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Section I: Letter of Invitation


Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the
RAMP Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Micro, Small, and Medium Enterprises (MSME) sector is a vital pillar of the Indian economy,
playing a significant role in economic growth through its extensive network and employment
generation. It also drives entrepreneurship and innovation, contributing to the diversification and
resilience of the state's economy. With Madhya Pradesh's abundant natural resources and strategic
location, strengthening the MSME ecosystem can create substantial value across industries such as
agriculture, textiles, and manufacturing. Additionally, a thriving MSME sector can attract both
domestic and foreign investments, further enhancing the state's economic prospects.

In this reference, MPLUN(SNA) intends to implement various interventions under the RAMP
Scheme to transform the MSME Ecosystem in the State. The suitable selected agencies will be
responsible for enabling MSMEs in the state, by supporting in organizing awareness workshops,
ZED, ESG, RECP, buyer seller meets and Vendor development programmes, research, setting of
labs/incubation, exposure visits for MSMEs among other required services across the state.
Thus, MPLUN(SNA) invites proposals from reputed and experienced Agencies to assist in the
successful program execution under the RAMP scheme.
The tender documents can be downloaded from the website mptenders.gov.in. However, the tender
documents of those bidders shall be acceptable who have made online payment for the tender
documents fee of INR 500/- (INR Five hundred only) and processing fee as applicable (non-
refundable) to be paid at MPLUN (SNA) bank account (Account No. 10571032346 State Bank of
India IFSC Code - SBIN0030005 Branch SBI Panchanan Bhawan, A/C Name : Madhya Pradesh Laghu
Udyog Nigam Limited) (copy of the payment to be attached in the tender document), without which
proposal will not be accepted.

Section II: Instruction to Bidders


1. Download of the Proposal Document
1. The bidding process for this proposal will be completed online through eProcurement System
of Government of Madhya Pradesh (https://mptenders.gov.in).
2. The proposal document can be downloaded from the mptenders portal.
3. The bidder must register with his/her Digital Signature Certificate (DSC) in the mptenders
Portal and subsequently he/she will be allowed to carry out his/her e-Bid submission activities.
Registering the Digital Signature Certificate (DSC) is a one- time activity. Before proceeding to
register his/her DSC, the bidder should first log on to the mptenders Portal using the User Login
option on the home page with the Login Id and Password with which he/ she has registered.
4. For successful registration of DSC on e-Procurement portal, the bidder must ensure that he/she
should possess Class-3 DSC issued by any certifying authorities approved by Controller of
Certifying Authorities, Government of India.
5. The Bidders must upload all the required documents electronically in the PDF format except for
the financial bid which will be electronically uploaded on the on mptenders portal in XLS format
only.

9
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

6. The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid
shared by the Bidder and shall be written 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 the purposes of interpretation of the
bid, the translation shall govern. Information supplied in another language without proper
translation shall be rejected.
7. Only one proposal can be applied on a single DSC.

2. Pre-Bid Meeting
✓ The Prebid meeting will be held at meeting hall of MPLUN(SNA), Bhopal on 11-07-2025
at 11:00 AM. The Prebid queries should be sent to MPLUN(SNA), in the following format (in an
excel file) through email at ramp-mplun@mp.gov.in.

Bidder Name (Agency Name)


Relevant Bidder’s
S. Relevant Section /Annexure of Content from Query /
No. BID Page No. BID BID Comment

Authorized Signature [In full and initials]:

Name and Title of Authorized Signatory:

Name of Firm/ Bidder:

Date

✓ MPLUN(SNA) shall not be responsible for ensuring that the bidders’ queries have been received
by them. Any requests received for clarifications after the indicated date and time may not be
entertained by MPLUN(SNA).
✓ All queries relating to this BID, technical or otherwise, must be submitted by email only and will
be entertained by MPLUN(SNA) only in respect of the queries received within the date and time
specified in this BID. MPLUN(SNA) will respond to the queries in the pre- bid meeting.
Post pre-bid meeting, the clarifications/corrigendum(s) will be published at mptenders Portal
at the relevant sections if required.
✓ MPLUN(SNA) will endeavour to provide a complete, accurate, and timely response to all queries
raised by the bidders. However, MPLUN(SNA) makes no representation or warranty as to the
completeness or accuracy of any response, nor does MPLUN(SNA) undertake to answer all the
queries that have been posed by the bidders and bidders shall not assume that their unanswered
queries have been accepted by MPLUN(SNA).

10
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

3. Bid Submission
MPLUN(SNA) will evaluate the bid based on its clarity, correctness and completeness with respect to
the requirements as outlined in this BID. Bids must be correct and complete in all aspects.
Bidder must ensure to follow and comply to the instructions for bidders for the e- submission of the bids
online through the eProcurement Portal at the following link: eProcurement System Government of
Madhya Pradesh (mptenders.gov.in)
a) The Bidder should ensure to submit the Bid well before the last date and hence to avoid any
inconvenience at the last moment. The Bid submission date and time are mentioned in the “Date
Sheet” of this BID.
b) All pages of the bid being submitted must be sequentially numbered by the bidder, should be
signed and page referencing should be given in a tabular format highlighting key areas to qualify
the technical criteria (wherever applicable).
c) All pages of the bid document (.pdf) shall be numbered & signed/initialled by the authorized
signatory.
d) Any bidder which intends to apply more than 1 Category shall enclose category wise Index
along with documents, clearly mentioning each category they are participating.
MPLUN invites proposals for Selection with MPLUN for conducting the following activities:
Category 1: Selection of Agencies for Vendor Development Programmes (VDP)
To organize VDPs connecting MSMEs with PSUs, OEMs, and large buyers, facilitating procurement
linkages, capacity building, and market access.
Category 2: Selection of Agencies for Capacity Building Workshops
For conducting, execution, and reporting of awareness, training, and handholding programs under
government schemes
Category 3: Selection of Agencies for Exposure Visits to Industrial/MSME Clusters and MICE
Events
To curate and manage domestic industrial visits and conference participation for MSMEs and MSME
officials.
Category 4: Selection of Agencies for Event Management Services
To organize and execute workshops, consultations, launch events, and government-industry interactions,
including venue setup, stage design, branding, and AV support.
Category 5: Selection of Agencies for Lab Development on turnkey basis
To support in planning, procurement, setup, training, and installation of equipment and infrastructure for
Incubation and Innovation labs across Madhya Pradesh.
Category 6: Selection of Agencies for Research, Surveys, Assessments & Techno-Economic
Evaluation Studies
To undertake sectoral studies, impact assessments, cluster profiling, feasibility reports, and baseline/endline
surveys.
Category 7: Selection of PR and Advertising Agencies

11
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

For creating and executing strategic communication campaigns across print, broadcast, and outdoor-indoor
media to promote initiatives under RAMP.
Category 8: Selection of Social Media and Digital Marketing Agencies
For digital outreach, content creation, campaign management, and analytics for schemes/events on
platforms like Facebook, Instagram, LinkedIn, and YouTube.
Category 9: Selection of Agencies for Supply of Printing Services and Stationery
For printing reports, brochures, banners, and supplying office stationery and consumables in a timely and
cost-effective manner.
Category 10: Selection of Agencies for Logistics, Accommodation, and Travel Support (Ground &
Air Travel)
For providing end-to-end logistical support including hotel bookings, air/train travel, local transport, and
event-related hospitality.
Bid Submission and Category -wise Participation
• Interested bidders may participate in one (1) or more categories (1 to 10) mentioned
above based on their area of expertise, capacity, experience etc.
• For category (1-6) applied, the bidder must submit:
1. Pre-Qualification (PQ) documents & Technical Qualification (TQ)
documents (single file online mentioning each/all categories)
2. Financial bid BOQ documents (as per the portal)
o Each file should have a cover page be clearly marked with the category number
and title (e.g., " Category 4: Logistics Support")
o For categories 7-10 eligibility and financial bid BOQ documents needs to be
filled.
• Pre-Qualification and Technical Qualification envelope must include:
o Covering letter referencing the category number and details
o Organization profile relevant to the category applied
o Relevant work experience and past performance (if applicable)
o CVs or profiles of key professionals (where required)
o Any other supporting documents as outlined in the eligibility criteria for that
category
• Each proposal will be evaluated independently, and qualification will be based solely
on the documents and qualifications provided for that specific category.
• Failure to provide separate envelopes (pre-qualification, technical qualification &
financial) as specified may result in disqualification from that category’s evaluation
process.
Bids shall be in accordance with the directions given in the Table below:

12
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Bid Cover/ Folder Bid Submission


“Pre-Qualification - “Pre-Qualification Bid” for each category is different and separate
Technical Bid” documents shall be uploaded (on MP tenders Portal) as single pdf document,
duly signed using DSC. It should contain all supporting documents for pre-
qualification criteria as mentioned in this BID. Pre-Qualification Bid documents
should be in .pdf format. Cover page and Index shall be attached.
For all categories a separate pre- qualification document is to be submitted but in
single file with cover page.
Technical Submission Guidelines
• The Technical Bid must be uploaded on the MP Tenders Portal as a single
consolidated PDF document (for all categories), digitally signed using the
bidder’s Digital Signature Certificate (DSC).
• All documents submitted as part of the Technical Bid shall be in .pdf format
only.
• The Technical Bid must include:
o All documents specified under the technical evaluation criteria for
the relevant category.
o A Technical Presentation (in PDF format) clearly demonstrating
capability, methodology, past experience, and understanding of the
category scope (wherever required).
• Bidders applying for multiple categories will submit single technical
envelope for each/all category(ies) with a clear covering page mentioning
category on the MP Tenders portal, as per portal configuration. Each
envelope shall be complete, with relevant documents and presentation
(wherever required).
Evaluation & Selection Process
• Technical Evaluation will be done category-wise, based on the specific
criteria defined for each category.
• Bidders must ensure that all supporting documents, work orders, certificates,
and declarations are clearly marked and correspond to the claimed
experience/eligibility in the respective category.
• Bidders meeting the technical qualification criteria in the participating
category shall be considered technically qualified in that particular category.
Overall qualified bidders shall be eligible for Selection.
Submission Guidelines
• The Financial Bid shall be uploaded only on the MP Tenders Portal and
must be digitally signed using the bidder’s Digital Signature Certificate
(DSC).
“Financial Bid”
• Rates should be quoted in both figures and words, or as specified in the Bill
of Quantities (BOQ).
• Under no circumstances should the Financial Bid, or any part thereof, be
included—explicitly or implicitly—in the Pre-Qualification or Technical
Bid. Any such instance shall lead to rejection of the bid.

13
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Bidders must strictly use the BOQ file provided on the portal. No alterations
or alternate pricing formats will be accepted.
• For all Categories, a BOQ format with a category list will be uploaded,
where bidders are to quote financial item-wise rates for evaluation and
finalization.

Category-wise Evaluation Methods


Category Description Evaluation Method
Category 1 Vendor Development Programmes (VDPs) Selection based on QCBS
Category 2 Capacity Building Workshops Selection based on QCBS
Category 3 Exposure Visits (MSME Clusters, MICE Events) Selection based on QCBS
Category 4 Event Management Services Selection based on QCBS
Category 5 Lab Infrastructure Development Selection based on QCBS
Category 6 Research, Surveys, Techno-Economic Studies Selection based on QCBS
Category 7 PR and Advertising Selection based on L1 rates / percentage
Category 8 Social Media & Digital Marketing Selection based on L1 rates / percentage
Category 9 Logistics, Accommodation, and Travel Support Selection based on L1 rates / percentage
Category 10 Supply of Print Services, Printed Materials, and Selection based on L1 rates / percentage
Stationery

Note: For Categories 1 to 6, QCBS method of selection will be followed. Costing will follow standard
rates fixed by MPLUN, and the bidder shall quote only the management fee percentage/service fee
percentage/ lumpsum costs. For categories 8, 9, 10 the lowest bidder (L-1) rates post-negotiation (to be
decided by MPLUN) will be finalized.

4. Bid Opening Session


a) The bids will be opened, in two sessions, one for EMD, Pre-qualification bid, and technical bid
second for financial bid of those bidders who qualify the Technical Criteria in all aspects.
b) One authorized representative of each of the bidders would be permitted to be present at the
time of opening of bids.
c) MPLUN(SNA) reserves the rights to postpone or cancel a scheduled bid opening.
d) The bidders’ representatives who are present shall sign a register evidencing their attendance. In
the event of the specified date of bid opening being declared a holiday for MPLUN(SNA), the Bids
shall be opened at the same time and location on the next working day.
e) However, if there is no representative of the bidder, MPLUN(SNA) shall go ahead and open the
bid of the bidders.
f) During bid opening preliminary scrutiny of the bid documents will be made to determine
whether they are complete, whether required EMD has been furnished, and whether the bids
are generally in order. Bids not conforming to such preliminary requirements will be prima
facie rejected.
g) The Pre-Qualification will be opened first by MPLUN (SNA) for Pre-Qualification Eligibility
evaluation. The EMD section of the bidders will be opened on the same day and time, on which the
Pre-Qualification Eligibility bid is opened, and bids for which the requisite EMD has not been
received by MPLUN(SNA) or whose EMD is not in order shall be rejected. After that technical
evaluation will be done.

14
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

✓ General Conditions of Selection


1. Selection Purpose and Scope
✓ This Selection, its meaning and interpretation is to create a panel of eligible and competent
agencies for the delivery of various services as specified in the document.
✓ This document has been executed in English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this Selection.
✓ The Selection does not guarantee award of work. Work shall be allocated on a case-to-case
basis depending on requirements, capacity and performance.
✓ The Selection of agencies and organizations will be done for each Category (Category 1 –
Category10). Each section will have separate list of selected agencies and organizations. Any
agency can be eligible for more than 1 section provided it has filled separate application for
all required sections and deposited EMD accordingly.

2. Validity of Selection
✓ The Selection shall be valid for a period of two (2) years from the date of issuance of the
Selection letter, extendable based on RAMP scheme extension.
✓ The authority reserves the right to terminate the Selection at any time with due notice.

3. Eligibility and Selection


✓ Only those agencies that fulfil the eligibility criteria defined in the RFP shall be considered
for Selection.
✓ Final selection shall be based on the evaluation methodology prescribed in the document,
which may include technical evaluation, presentation, and financial bid.

4. Performance Monitoring
✓ Performance of selected agencies shall be regularly reviewed based on agreed KPIs such as
timeliness, quality, coordination, and deliverables.
✓ Agencies failing to maintain desired performance standards may be issued warnings,
penalties, or may be terminated from Selection without assigning any reason.

5. Allotment of Work after Selection


✓ State Nodal Agency reserves the right to use various work allocation methods which are under:
a. Selection based on L1 rates / fixed rate/percentage work order against pre-approved
BOQ
b. Quality-cum-Cost Based Selection (QCBS)
Selected agencies may be invited to participate through inviting rate quotations online (if
required) or may be issued work orders directly, depending on the nature of the assignment,
expertise required, specialization, strategic importance and timelines. Allocation of work to
any selected agency will be on the discretion of the Nodal Agency. No
objections/correspondence in this regard will be considered.

✓ Selection should not be considered as guarantee of work allocation. It enables participation in


work allocation processes subject to the requirements and terms defined by the MPLUN
(SNA).
✓ Selection of maximum 3 agencies for each category will be considered. Work Allocation will
be at the discretion of SNA. If more than 3 agencies are eligible for Selection, the agencies
will be selected on first come first serve basis as per bid submission on mptenders portal.

15
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

6. Agreement and NDA


✓ Selected agencies shall sign a formal Master Service Agreement (MSA)/ Memorandum of
Understanding (MoU) with the MPLUN (SNA), which shall govern all work orders issued
under this Selection.
✓ Agencies may also be required to sign a Non-Disclosure Agreement (NDA) for maintaining
confidentiality of information.

7. Financial Terms
✓ Payments shall be made as per approved cost norms by the Ministry of MSME, Government
of India (where applicable), or as per approved rates by MPLUN (SNA) for specific
assignments.
✓ No advance payments shall be made unless specifically approved.
✓ All payments shall be subject to completion of required deliverables/invoices/utilization
certificate and verification by the competent authority.

8. Conflict of Interest
✓ Agencies must disclose any existing or potential conflict of interest while applying and during
the tenure of Selection. Failure to do so may result in disqualification or removal.

9. Termination of Selection
✓ The authority may terminate the Selection of an agency under the following circumstances:
a) Unsatisfactory performance
b) Breach of agreement or terms and conditions.
c) Misrepresentation of facts
d) Insolvency or bankruptcy
e) Any act of misconduct

10. Legal Jurisdiction


✓ All disputes arising out of this Selection shall be subject to the jurisdiction of courts located in
Bhopal, Madhya Pradesh.

16
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

General Provisions

1. Definitions 1. "Employer” here means Madhya Pradesh Laghu Udyog Nigam (State Nodal
Agency – RAMP).
2. “Agencies” means any entity that may provide or provides the Services to the
Employer under the Contract.
3. “Selection” means the Master Service Agreement (MSA)/ Memorandum of
Understanding (MoU) signed by the Parties after fulfillment of all criteria of bid.
4. “Day” means calendar day.
5. “Government” means the Government of Madhya Pradesh.
6. “Instructions to Bidders” means the document which provides interested
Agencies with all information needed to prepare their Proposals.
7. Proposal” means the Pre-Qualification Proposal, Technical Proposal and the
Financial Proposal in all aspects.
8. “BID” means the Proposal prepared by the Employer for the Selection of Agency.
9. “Assignment / Job” means the work to be performed by the Agency pursuant to
Master Service Agreement (MSA)/ Memorandum of Understanding (MoU).
10. “Terms of Reference” (TOR) means the document included in the BID as Section V
which explains the scope of work, activities, tasks to be performed, payment
details and deliverables of the assignment.

2. Introduction 1. MPLUN (SNA) will select a Bidder, in accordance with the method of
selection specified in the BID.
2. The name of the category has been mentioned in BID. Detailed scope of the
category has been described in the Terms of Reference.
3. The date, time and address for submission of the proposals has been given in
Date Sheet.
4. Interested Bidders are invited to submit a Pre- Qualification Proposal,
Technical Proposal and a Financial Proposal required for the category named
in the BID. The Proposal, technical presentation, and any clarifications
provided by the Agency along with the Terms of Reference provided in the
BID will be the basis for negotiations and ultimately selection.
5. Bidders should familiarize themselves with local conditions and take them into
account in preparing their Proposals. To obtain first-hand information on the
assignment and local conditions. Bidders are encouraged to attend a pre-bid
meeting in case of any queries regarding bid documents. Attending the pre-bid
meeting is optional. No objections or queries will be entertained after the pre-
bid meeting.
6. Bidders shall bear all costs associated with the preparation and submission of
their proposals and contract negotiation. MPLUN (SNA) is not bound to accept
any proposal and reserves the right to annul the selection process at any time
prior to Contract award, without thereby incurring any liability to the Bidders.
7. Madhya Pradesh Store Purchase Rule 2022 (as amended) will govern all
procurement of services.

17
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Specific Instructions with respect to electronic tendering:


(i) For participation in the e‐tendering, it is mandatory for prospective bidders
to get registration on website mptenders.gov.in. Therefore, it is advised to
all prospective bidders to get registration by making online registration fee
payment at the earliest.
(ii) Tender documents can be downloaded from website mptenders.gov.in and
a payment of Rs. 500/- to be made in the account of MPLUN (account
details provided) for the tender document fee.
(iii) Service and gateway charges shall be borne by the bidders (as per the
terms and conditions of MP tenders portal).
(iv) Since the bidders are required to sign their bids online using class – III
Digital Signature Certificate, they are advised to obtain the same at the
earliest.
(v) For further information regarding issue of Digital Signature Certificate, the
bidders are requested to visit the website- mptenders.gov.in. Please note
that it may take up to 7 to 10 working days for issue of Digital Signature
Certificate. MPLUN(SNA) will not be responsible for delay in issue of
Digital Signature Certificate.
(vi) If bidder is going first time for e‐tendering, then it is obligatory on the part
of bidder to fulfil all formalities such as registration, obtaining Digital
Signature Certificate etc. well in advance.
(vii) Bidders are requested to visit our mptenders portal regularly for any
clarification/addendum/corrigendum and/or any extension of due date.
(viii) Bidder must positively complete online e‐tendering procedure at
mptenders.gov.in.
(ix) MPLUN(SNA) shall not be responsible in any way for
delay/difficulties/inaccessibility/congestion of the downloading facility
from the website for any reason whatsoever.
(x) MPLUN(SNA) shall not be responsible in any way for any issue of
network congestion or portal issues during uploading or submission of the
proposal.
(xi) The bidder who so ever is submitting the tender by his/her Digital
Signature Certificate shall invariably upload the soft copy of the proposal.

18
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

3. Conflict of
interest
3.1 MPLUN (SNA) expects that the Bidder provides
professional, objective, and impartial work and at all times holds
MPLUN(SNA)’s interest paramount, avoids conflicts with other assignments or
its own interests, and acts without any consideration for future work. The bidder
shall not accept or engage in any assignment that would be in conflict with its
prior or current obligations to other clients, or that may place it in a position of
not being able to carry out the assignment in the best interests of MPLUN(SNA).
3.2 Bidder shall not have a conflict of interest that may affect the selection process or
the work (the "Conflict of Interest"). Any bidder found to have a conflict of
interest shall be disqualified.
3.3 Bidder shall be deemed to have a conflict of interest affecting the selection
process, if:
I. a constituent of such Bidder is also a constituent of another bidder; (or)
II. such Bidder receives or has received any direct or indirect subsidy or grant
from any other bidder; (or)
III. such Bidders have the same legal representative for purposes of this
application as any other bidder;
4. Unfair Means
The BIDDER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its Bid or during any
pre-contract or post-contract stage to secure the contract or in furtherance to secure it.

5. Fraud and
Corruption It is required that Bidders participating in the project adhere to the highest ethical
standards, during the selection process and throughout the execution of a contract. The
Employer defines, to this paragraph, the terms set forth as follows:
I. “Corrupt practice” means the offering, giving, receiving or soliciting, directly
or indirectly of anything of value to influence improperly with a corrupt intent.
II. “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract;
III. “Collusive practices” means a scheme or arrangement between two or more
Agencies with or without the knowledge of the Employer, designed to establish
prices at artificial, noncompetitive levels;
IV. “Coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract;

The Employer will reject a proposal for award, if it determines


that the bidder recommended for award has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices in competing for the contract in
question.

19
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

6. Preparation of While preparing their Proposal, Bidders are expected to examine in detail the
Proposals documents comprising the BID. Incomplete proposals in providing the information
requested may result in rejection of the BID. The Proposal consists of 2 parts
(i) Pre-Qualification Proposal & Technical Proposal and
(iii) Financial Proposal.

The Proposals shall be prepared as under:


I. The Bidders shall submit a digitally signed, encrypted and complete
Proposal comprising the documents and forms in accordance with e‐
Procurement Portal guidelines. The submission can be done electronically
through the website and in accordance with the procedures specified in this
BID. Proposals submitted by any other means will be rejected.
II. The Financial Proposal should contain financial quote for the services
expected from Bidders in the BID document for 24 months extendable to 1
year or completion of RAMP scheme as communicated by MoMSME GoI.
This will be counted from the date of signing of MSA/MoU.
III. Bidders should be aware that the mptenders portal does not allow for any
interlineations, erasures, or overwriting. Any modifications or revisions to
the Proposal shall be done in accordance with procurement portal
guidelines.
IV. Once the Proposal is uploaded on the portal, the system will generate a
unique identification number with the stamped submission time. The
unique identification number with the time stamp represents an
acknowledgement of the Proposal submission. Any other system’s
functionality requirements are specified in this BID.

• All the payment will be made to the Selected Agencies post deduction of
7. Taxes
Taxes/duties as applicable.
• Bidders should provide the price of their services in Indian Rupees.
• Employer reserves the right to ask the Bidder to submit proof of payment
against any of the taxes, duties, levies indicated within specified time
frames or any relevant document of any tax exemption.

20
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

EMD to be submitted through RTGS/Online transfer of INR 50,000/‐ (INR


8. Earnest
fifty thousand only) for category 1-6 and INR 20,000/- (INR twenty
Money
thousand only) for category 7-10 Account No. 10571032346 Bank State
Deposit
Bank of India IFSC Code - SBIN0030005 Branch SBI Panchanan Bhawan in
(EMD)
the name of Madhya Pradesh Laghu Udyog Nigam Limited, payable at Bhopal
or
Submit EMD of INR 50,000/‐ (INR fifty thousand only) for category 1-
6 and INR 20,000/- (INR twenty thousand only) for category 7-10
payable online at e procurement portal (mptenders.gov.in).

I. Proposals not accompanied by EMD shall be deemed as non-responsive.


II. No interest shall be payable by the MPLUN (SNA) for the sum deposited
as earnest money deposit.
III. Each bidder will pay a separate EMD for each applied category in bid
submission and will clearly define it with Category applied for and
transaction ID of the EMD in a table.
IV. No bank guarantee will be accepted in lieu of the earnest money deposit.
V. Unsuccessful bidder’s EMD will be released as promptly as
possible, after the award of the contract to the successful bidder.
The EMD shall be forfeited by the Employer in the following events:
I. If Proposal is withdrawn during the validity period on any extension
agreed by the Agency thereof.
II. If the Proposal is varied or modified in a manner not acceptable
to the Employer after opening of Proposal during the validity period
or any extension thereof.
III. If the Agency tries to influence the evaluation process.
IV. In case of a successful bidder, if the bidder fails to sign the contract
in accordance with this BID.

• The selected Bidder shall be required to furnish a Performance Bank


9. Performance
Guarantee equivalent to Rs 50,000/- Indian Rupees or 3% of the project cost
Guarantee
(to be informed later by SNA depending on category), in the form of an
unconditional and irrevocable bank guarantee from a n a t i o n a l i z e d /
scheduled commercial bank in India in favor of MPLUN (SNA) for the
entire period of contract (according to bank) with 60 days claim period.
The bank guarantee must be submitted after award of contract but before
signing of the contract. The Performance Bank Guarantee will have to be
submitted separately for each section given in Bid Evaluation.
• The successful bidder must renew the bank guarantee on same terms and
conditions for the period up to contract including extension period, if any.
Performance Bank Guarantee would be returned only after successful
completion of tasks assigned to them and only after adjusting/recovering
any dues recoverable/payable from/by the Bidder on any account under the
contract/completion of project. After submission of performance bank
guarantee EMD would be returned in original.

21
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• The technical proposals of only those bidders, who qualify in the evaluation of
10. Evaluation of the pre-qualification proposals, shall be opened. BEC while evaluating the
Technical Technical Proposals shall have no access to the Financial Proposals until the
Proposal technical evaluation is concluded, and the competent authority accepts the
QCBS recommendation.
• BEC shall evaluate the Technical Proposals based on their responsiveness
to the Terms of Reference and by applying the evaluation criteria, sub-criteria
specified in the BID. In the first stage of evaluation, a Proposal shall be rejected
if it is found deficient as per the requirement indicated in the BID
for responsiveness of the proposal. Only responsive proposals shall be further
taken up for evaluation.
• Marks will be given out of 100. ( w h e r e v e r a p p l i c a b l e u n d e r Q C B S )
• Applications for each category will be considered separately. A bidder
ineligible for one category can be eligible for other categories and can be
empaneled.

11. Evaluation of For Categories 7 to 10, the selection of agencies shall be based on L1 rates /
Selection percentage (L1) methodology. The financial proposals bidders will be evaluated,
based on L1 and the bidder quoting the lowest rate (L1) for each category will be identified.
rates / The L1 rates, once approved by the Marketing Committee/ BEC, shall be
percentage considered the benchmark rates for the respective categories. All selected
agencies in these categories will be required to operate at the approved L1 rates.

Opening of Financial Proposals


12. Evaluation of • Only those Bidders whose overall Technical Proposals are found
Financial qualified shall be considered for financial evaluation (QCBS - wherever
Proposals applicable). The financial proposals of such Technically Qualified
Bidders shall be opened according to mentioned timelines.
• Categories 7 to 10 under Selection based on L1 rates / percentage will be
evaluated on the basis of financial proposal and subsequent negotiations or
as approved by the Marketing Committee.
• Only 3 selected bidders will be empaneled. The Selection will as per
submission of bid on portal timings to be considered on first come basis.
Evaluation and Corrections:
• Between figures and words, the amount in words shall prevail.
• Between a partial figure and total figure, the lower amount shall prevail.
• It will be assumed that all costs related to the scope of work under each
category are included in the financial proposal.
• In case the SNA requires additional work relevant to the category, the
selected bidder will undertake the required work as per the rates
approved. No additional cost/claims will be entertained.

22
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Financial Evaluation Methodology by Category


Category Description Evaluation Method
Category 1 Vendor Development QCBS - Management Fee in
Programmes (VDPs) percentages %
Category 2 Capacity Building Workshops QCBS - Management Fee in
percentages %
Category 3 Exposure Visits (MSME QCBS - Management Fee in
Clusters, MICE Events) percentages %
Category 4 Event Management Services QCBS - Management Fee in
percentages %
Category 5 Lab Infrastructure QCBS - Management Fee in
Development percentages %
Category 6 Research, Surveys, Techno- QCBS - Management Fee in
Economic Studies percentages %
Category 7 PR and Advertising Selection based on L1 rates /
percentage
Category 8 Social Media & Digital Selection based on L1 rates /
Marketing percentage
Category 9 Logistics, Accommodation, and Selection based on L1 rates /
Travel Support percentage
Category 10 Supply of Print Services, Selection based on L1 rates /
Printed Materials, and percentage
Stationery

Shortlisting of Bidders – L1 to L3 Mechanism (Applicable for Categories 1 to 6)


✓ For Categories 1 to 6 evaluated under the QCBS method, bidders will be
ranked based on a composite score comprising technical (St) and financial
(Sf) components. The top three technically qualified bidders (L1 to L3) will
be shortlisted, and work distribution will be at the discretion of MPLUN
(SNA). The highest-ranked bidder may be invited for negotiation and award.
In case sufficient capacity is not available among L1 to L3, the remaining
quantity or scope may be offered to other technically qualified bidders.
✓ According to needs/urgency and requirements of State Nodal Agency, if
needed MPLUN (SNA) can empanel up to 3 more agencies at its discretion.
These agencies will be selected on the approved L1 rates. The selection of
these agencies will be considered on first come basis as per portal bid
submission timings. For Least Cost Selection (L1) categories, the L1 bidder
will be selected, and the finalized rates (as approved by marketing committee)
will be applied uniformly to all selected bidders in that category.

Bidders quoting unrealistically low management fee percentages in fixed cost


categories may be subject to verification and rejection, if realized to be
unsustainable and unreasonable.
Bidders quoting below a defined threshold (e.g., <1% fee) may be:
• Asked to justify their quote in writing.
• Required to submit undertaking on ability to deliver.
• Excluded from L1–L3 allocation if found non-viable or unsustainable.

23
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• The Marketing Committee may conduct negotiations with the L1 Bidder at


13. Negotiations MPLUN (SNA)'s office on financial proposals. Bidders must confirm the
availability of key personnel for negotiations or may communicate negotiated
offer prices through mail. Failure to do so may lead to negotiations with the next-
ranked Bidder.
• Negotiations will not result in substantial modifications to either the
Bidder’s Technical Proposal or the ToR (Terms of Reference).
• The bidder shall provide consent of negotiated prices in writing.
• If MPLUN (SNA) within a reasonable time is not able to negotiate lowest
agreeable financial proposal, the authority shall terminate the negotiations with
L1 bidder and will start negotiation with L2 bidder. This procedure shall be
followed, in accordance with the ranking of Agencies, until the authority reaches
agreement with a Bidder.

14. Award of 1- After completing negotiations, the MPLUN (SNA) shall issue a Letter of
Contract & Selection to the selected Bidders and promptly notify all selected Agencies.
Agreement 2- The bidder will sign the Selection contract/ Master service Agreement/
Memorandum of Understanding after fulfilling all the formalities/pre-conditions
as per the contract as defined by MPLUN(SNA) , in Rs. 500/‐ non judicial stamp
paper in the name of the Bidder bought in Madhya Pradesh within 15 days of
issuance of the letter of Selection.
Other Conditions for Selection:
i- MPLUN (SNA) will sign the Selection Contract with Successful
Bidders for a period as mentioned in ‘Duration of Contract’ in the
document.
ii- MPLUN (SNA) may extend the Agreement for a time period beyond
what has been specified in ‘Duration of Contract’ in the document.
iii- MPLUN (SNA) will also have the right to increase in the scope of
work as per the mutually agreed terms and conditions between both
the parties without affecting the prices mentioned in contract.

15. Force Majeure i- The bidder shall not be liable for forfeiture of its Performance Bank
Guarantee, liquidated damages, or termination for default if and to the
extent that its delays in performance or other failure to perform its
obligations under the contract is the result of an event of Force Majeure. For
purposes of this Clause, Force Majeure means an event or situation beyond
the control of the bidder that is not foreseeable, is unavoidable, and its
origin is not due to negligence or lack of care on the part of the bidder.
Such events may include, but not be limited to, acts of MPLUN(SNA)
in its sovereign capacity, wars or revolutions, fires, floods, epidemics,
pandemics, quarantine restrictions, and freight embargoes.
ii- If a Force Majeure situation arises, the bidder shall promptly notify MPLUN
in writing of such condition and the cause thereof. Unless otherwise
directed by MPLUN (SNA) in writing, the bidder shall continue to perform
its obligations under the contract as far as it is reasonably practical and
shall seek all reasonable alternative means for performance not prevented
by the Force Majeure event.

24
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

16. Arbitration & I. No case shall be filed against the BID or MPLUN (SNA). Disputes will first
Confidentiality be resolved through direct informal negotiations. If unresolved within 30
days, either party may seek formal resolution through third-party mediation
or arbitration under the Arbitration and Conciliation Act, 1996. Arbitration
will be held in Bhopal as per MP Madhyastham Adhikaran Adhiniyam, 1983
or as amended.
II. Information relating to evaluation of Proposals and recommendations
concerning award of contract shall not be disclosed to the Bidders who
submitted the Proposals or to other persons not officially concerned with the
process, until the publication of the award of Contract. The undue use
by any Bidder of confidential information related to the process may
result in the rejection of its Proposal. The Bidder will provide
Non-Disclosure Agreement on Selection given in Form 7.

25
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Section – III: Proposal Submission


S. No. Item Details
1 Name of the Authority / Point of Madhya Pradesh Laghu Udyog Nigam Ltd.
contact for any queries related State Nodal Agency - RAMP
to the BID 4th Floor, Panchanan Bhawan, Malviya
Nagar, Bhopal, Madhya Pradesh
Tel: (+91) 0755-3523180
Email: ramp-mplun@mp.gov.in
2 Method of Selection Selection based on L1 rates / percentage and QCBS

3 Project Duration 2 4 months from the date of signing of contract


with a provision for further extendable up to one year
or RAMP scheme guidelines communicated by
MoMSME, GoI on the same terms and conditions,
as decided at the time of awarding main contract,
subject to a condition that MPLUN(SNA) shall
have full rights to terminate extended tenure at any
point of time.
4 Financial proposal to be submitted Yes
along with the Technical Proposal
5 Validity of proposal from due 120 Days
date
6 Letter of Authorization to sign Yes
on behalf of the Agency
7 Joint Venture Not Allowed
8 Submission of Proposal Online bid through e tendering system
9 INR 500/- (Rs. Five Hundred Only) through
Tender Fees (Non – refundable) RTGS/Online Account No. 10571032346, State
Bank of India IFSC Code SBIN0030005. Branch SBI
Panchanan Bhawan in the name of Madhya Pradesh
Laghu Udyog Nigam Limited

26
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

S. Item Details
No.
10. Earnest Money Deposit EMD to be submitted through RTGS/Online
(EMD) transfer of INR 50,000/‐ (INR fifty thousand only) for
Categories 1,2,3,4,5,6 and INR 20,000/‐ (INR twenty
thousand only) for Categories
7, 8,9,10.

Account No. 10571032346 Bank State Bank of India


IFSC Code SBIN0030005 Branch SBI Panchanan
Bhawan in the name of Madhya Pradesh Laghu Udyog
Nigam Limited, payable at Bhopal
or
Submit EMD of INR 50,000/‐ (INR fifty thousand
only ) for categories 1,2,3,4,5,6 and INR 20,000/‐
(INR twenty thousand only) for categories 7, 8, 9,10
payable online at e‐ procurement
portal(mptenders.gov.in).
Separate EMD will have to be paid for each activity
applied under each Category.

11. Bid Submission Date As per time sheet given in letter of invitation

12. Proposal Formats The formats for the Pre-Qualification Proposal


to be submitted are:

Form 1: Letter of submission of Proposal


Form 2: Particulars of Bidder (Bidder’s
Organization & Requisite Experience as
mentioned in pre-eligibility criteria)
Form 3: Self Declaration – No Blacklisting
Form 4: Format for Annual turnover
Form 5: Undertaking

The formats of the Technical Proposal to be


submitted are: (For categories with QCBS
qualification)
Form 6: Bidder’s Experience (work
experience)

The format of the Financial Proposal to be


submitted is: (For QCBS and Least bids)
BoQ attached for certain categories is provided

Confidentiality:
Form 7: Non-Disclosure Agreement

13. Proposal evaluation As presented in Section IV

27
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

14. Upload and opening of Bidders are requested to upload the relevant
Proposals documents in the space provided at MP e-
Procurement Portal.
1. Pre‐qualification Proposal &Technical Proposal.
2. Financial Proposal.

All Proposal opening shall take place at (unless and


until specified otherwise):
Madhya Pradesh Laghu Udyog Nigam Ltd. 4th Floor,
Panchanan Bhawan, Malviya Nagar, Bhopal, Madhya
Pradesh
Tel: (+91) 0755-3523180
Email: ramp-mplun@mp.gov.in,
mplunramp@gmail.com

28
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Section IV: Proposal Evaluation (Eligibility Criteria)


Evaluation
The Technical Proposals of only those bidders who meet the pre-qualification criteria will be opened.
Bidders failing to meet these criteria or not submitting requisite proof for supporting pre-qualification
criteria are liable to be rejected summarily.
The bidders shall be evaluated on the basis of fulfilling eligibility criteria. MPLUN(SNA) reserves the
right to verify the documents made by the Bidders and to carry out the evaluation of the Bidders.
MPLUN(SNA)’s decision shall be final in this regard. The Bidders must carefully examine the below
mentioned eligibility/Pre-Qualification criteria.
Eligibility for Items and Categories under the BOQ
Bidders shall be eligible for participation and Selection for only those items or categories for which:
1. Earnest Money Deposit (EMD) has been submitted as applicable,
2. Tender purchase requirements have been fulfilled,
3. The bidder has qualified under the QCBS evaluation process (where applicable), and
4. Financial bids (rates) have been quoted in the BOQ for the specific item(s)/category.
In cases where a bidder chooses to quote for only one or fewer than the total number of items within a
category, such partial participation shall be permitted. However, the bidder will be considered for Selection
only for the specific items/categories for which a valid bid has been submitted and all the above conditions
have been met.

Category 1- Vendor Development Programmes (VDP)


Pre-Qualification Criteria
SN Section Specific Requirement Supporting Documents
1 Legal Entity 1. The Bidder must have a registered office Incorporation/Registration
in India.
Certificate & MOA/ AOA
2. For the purpose of this BID document,
agency shall mean a Proprietorship/ (wherever applicable)
Company/ Industry association / Non-
government Organization/ Trust/
Government Agency/ Research Firm/
registered in India under the requisite act
operating for at least 5 years as of March
31, 2025.
3. Exemption for startups Startup certificate from DPIP
2 Financial The bidder should have audited financial Certificate from statutory auditor
Capacity statement as on March 31, 2025, for past 3 /Audited financial statements for
years and an average turnover of 40 Lakhs. the three previous financial years
from its related/ similar activities in last 3 with CA’s Registration Number /
years.
Seal. Format in Form 4.
3 Blacklisting Must not have been debarred or Self‐certification, Format in
blacklisted by any Central/State Govt. or Form 3 (False certification and/or
Governmental agency as on the date of non-disclosure will lead to
submission of proposal. forfeiture of the EMD and

29
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

disqualification from the


evaluation process and blacklisting
in the State of Madhya Pradesh.)
4 Tender Fee A non ‐ refundable Tender Fee of INR RTGS/Online
500/- (Rs. Five Hundred only)
5 EMD INR 50,000/- (Rs. fifty thousand only) as Account No. 10571032346
EMD Bank State Bank of India IFSC
Code SBIN0030005 Branch SBI
Panchanan Bhawan, payable at
Bhopal

or
Online Payment through e‐
procurement portal,
(mptenders.gov.in)
Technical Qualification Criteria
Sr. Criteria Max Sub-Criteria Marking Guidelines Required
No. Marks Documents

1 Experience in 30 - No. of VDPs/ MSME - 10 marks for 1–2 Work Orders /


Vendor Events conducted with relevant events Completion
Development PSUs/OEMs/ Large Certificates/ Anchor
- 20 marks for 3–4
Industries/ Multinational Participation Lists/
relevant events
companies in the last 3 Buyer-Seller
years - 25+ marks for 5+ events Meeting Reports
self-attested on
– Additional 5 marks for letterhead
cross-sector diversity
2 Anchor 20 - Collaborations with - 10 marks for 3–5 MoUs, Letters of
Network PSUs/CPSEs/OEMs/ Large PSUs/CPSEs/OEMs/ Confirmation, Sector
Strength Industries Network/ Multi- Large Industries Network/ wise Anchor Buyer
National companies Multi-National companies list self-attested on
with MoUs/LOIs letterhead
- 15 marks for 6–10
PSUs/CPSEs/OEMs/
Large Industries Network/
Multi-National companies
with MoUs/LOIs
- 20 marks for 10+
PSUs/CPSEs/OEMs/
Large Industries Network/
Multi National companies
with MoUs/LOIs

3 Event Execution 20 Event concept and Up to 20 marks based on Softcopy of


Plan structure and Stakeholder relevance of presentation presentation
Presentation engagement and in person presentation

30
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

4 Team and 15 - Dedicated event team size - 5 marks for team upto 10 Team List with
Resources members Designations and
Roles/ Organization
- 10 marks for team upto
Chart/ Experience
20 members
Profiles on
- 15 marks for team team letterhead
upto 30 and more
members.

5 Event 15 - Planning and 15 marks for detailed flow Event Flow Plans to
Management coordination. Stage plan be submitted along
management. Time and with presentation
flow management

Selection Process
Category Financial Selection Criteria & Selection Process
Evaluation
Method

Category 1 – Vendor QCBS - 1. Technical Evaluation:


Development Management Fee A technical score will be calculated for selection
Programmes (VDPs) in percentages % o The bidder must score minimum
70%Technical Score to qualify for
consideration.
o Mandatory Presentation: All technically
qualified bidders must make a presentation
covering:
▪ Experience in relevant works (VDPs,
workshops, MSME events, digital
campaigns, etc.)
▪ Innovative approaches for
implementation and stakeholder
engagement
▪ Event concept and structure
▪ Stakeholder engagement
▪ Session flow
▪ Planning and coordination. Stage
management. Time and flow
management
2. Bidders will be ranked as L1 to L3 based on highest
to lowest overall score.
3. Tentative cost band of each VDP is Rs. 1.5 lakhs to
Rs. 2.5 Lakhs. Tentative cost band of Anchor Vendor
Facilitation is Rs. 2.5 lakhs to Rs. 3.5 Lakhs.
4. Selection Process:
o The bidder with the highest overall score
shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to
arrive at a final Management Fee %.
5. Matching Opportunity:
o All other technically qualified bidders (L2 to

31
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

L3) will be given a chance to match the


negotiated Management Fee of L1 for
Selection.
o If L1 refuses to reduce or withdraws, L2 will
be invited to work at L1’s fee or negotiated
rate, and so on till L3.
6. Important Note:
Selection does not guarantee work allocation. Actual
assignments will depend on:
o Discretion of State Nodal Agency
o Availability
o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

32
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Category 2 – Capacity Building Workshops


Pre-Qualification Criteria
SN Category Specific Requirement Supporting Documents

1 Legal Entity 1. The Bidder must have a registered office in Incorporation/Registration


India. Certificate and MOA/AOA
2. The agency shall mean a Proprietorship/ (wherever applicable)
Company/ Industry association/ NGO/ Trust/
Government Agency/Research Firm operating for
at least 10 years as of March 31, 2025.
Startup Certificate from DPIIT (if
applicable)
3. Exemption for Startups.

2 Financial The bidder should have audited financial Certificate from statutory auditor /
Capacity statements as on March 31, 2025, for past 5 years Audited financial statements / CA-
and an average turnover of ₹40 Lakhs from signed turnover certificate (Form 4)
training/workshop/consultation/awareness
activities.

3 Blacklisting Must not be blacklisted/debarred by any Self-declaration (Form 3). False


Government body as of proposal submission date. declaration will lead to EMD
forfeiture and blacklisting in the
State of Madhya Pradesh.

4 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at


Account No. 10571032346
5 EMD Earnest Money Deposit (EMD) of ₹50,000/-
Bank State Bank of India IFSC
Code SBIN0030005 Branch SBI
Panchanan Bhawan, payable at
Bhopal
or
Online Payment through e‐
procurement portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Technical Qualification Criteria


Sr. Criteria Marks Sub-Criteria Marking Guidelines Required Documents
No.

1 Thematic 35 - Number of trainings/ - 10 marks for 3–5 Work Orders/


Expertise workshops/ training need trainings Completion
assessment on MoMSME Certificates
- 20 marks for 6–10

33
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

themes trainings
- 25 marks for more
than 11-15 trainings
2 marks each for
training above 15
trainings. Max10 marks

2 Workshop 35 - Training concept, approach Up to 35 marks based Workshop Concept


Design and methodology, Session on relevance of through a presentation.
structure quality, Stakeholder presentation and in Softcopy of
engagement, session flow person presentation presentation
(wherever needed)
Define detailed training
agenda and process
structure

3 Team and 15 - Dedicated event team size - 5 marks for upto 2 Trainer list with
Resources with QCI/ NPC/MSME/other trainers certificate and Team
qualified trainers/ trainers List with Designations
- 10 marks for upto 5
with MSME training and Roles/
trainers
experience and certification Organization Chart,
- 15 marks for more Experience Profiles in
than 5 trainers. given format
(CVs of at least 3 team
members with relevant
experience)

4 Experience in 15 No of workshops/ trainings/ - 5 marks for upto 3 Work Orders/


government capacity building sessions for trainings Completion
sector government department or Certificates
- 10 marks for upto 5
agency
trainings
- 15 marks for upto 8
trainings or more

Selection Process
Category Financial Evaluation Selection Criteria & Selection Process
Method
Capacity Building QCBS - Management 1. Technical Evaluation:
Workshops Fee in percentages % • A minimum of 70% Technical Score is required to qualify.
• Mandatory Presentation: All technically qualified bidders
must make a presentation covering:

- Workshop Concept
-Training concept
- Past experience in training workshops

34
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

-Training methodology and stakeholder engagement


-Approach and methodology
-Session structure quality
-Session flow
2. Bidders will be ranked as L1 to L3 based on highest to
lowest overall score.
3. Tentative cost of training workshop is Rs. 0.50 lakhs
4. Selection Process:
o The bidder with the highest overall score shall be
declared L1 for negotiation.
o Negotiation will be conducted with L1 to arrive at a
final Management Fee %.
5. Matching Opportunity:
o All other technically qualified bidders (L2 to L3) will
be given a chance to match the negotiated
Management Fee of L1 for Selection.
o If L1 refuses to reduce or withdraws, L2 will be invited
to work at L1’s fee or negotiated rate, and so on till
L3.
6. Important Note:
Selection does not guarantee work allocation. Actual
assignments will depend on:
o Discretion of State Nodal Agency
o Availability
o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

Category 3 – Exposure Visits to Industrial Clusters / MICE Events


35
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Pre-Qualification Criteria
SN Category Specific Requirement Supporting Documents

1 Legal Entity 1. The Bidder must have a registered office in India. Incorporation/Registration
2. The agency shall mean a Proprietorship/ Certificate and MOA/AOA
Company/ Industry association/ NGO/ Trust/ (wherever applicable)
Government Agency/Research Firm operating for at
least 5 years as of March 31, 2025.

Startup Certificate from DPIIT (if


3. Exemption for Startups.
applicable)

2 Financial The bidder should have audited financial statements Certificate from statutory auditor /
Capacity as on March 31, 2025, for past 5 years and an Audited financial statements /
average turnover of ₹50 Lakhs from CA-signed turnover certificate
training/exposure/consultation/industry facilitation (Form 4)
activities.

3 Blacklisting Must not be blacklisted/debarred by any Self-declaration (Form 3). False


Government body as of proposal submission date. declaration will lead to EMD
forfeiture and blacklisting in the
State of Madhya Pradesh.

4 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at


Account No. 10571032346
5 EMD Earnest Money Deposit (EMD) of ₹ 50,000/-
Bank State Bank of India IFSC
Code SBIN0030005 Branch SBI
Panchanan Bhawan, payable at
Bhopal
or
Online Payment through e‐
procurement portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Technical Qualification Criteria


Sr. Criteria Marks Sub-Criteria Marking Guidelines Required
No. Documents

1 Agency’s 35 Experience in - 10 marks for conducting upto Work Order/


Relevant organizing 2 visits Completion
Experience MSME/industrial certificates
- 15 marks for conducting upto
exposure visits, cluster
5 visits
tours, or delegations in
- 25 marks for conducting upto

36
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

India. 7 visits
Experience with - 10 marks for Experience with
Govt/PSU/Development Govt/PSU/Development
Agencies in last 5 years Agencies (at least 1 experience)

2 Approach and 35 Proposed approach for Up to 35 marks based on Softcopy of


Methodology planning, execution, relevance of presentation and in presentation
MSME engagement, person presentation (wherever including Itinerary
and post-visit needed) Plan, Session Plans
documentation

3 Team 30 - Dedicated team for - 10 marks for team upto 5 Team List with
Composition mobilization, members Designations and
and Capacity coordination, logistics, Roles/ Organization
- 20 marks from 6 to upto 10
documentation, and Chart on letterhead
members
reporting
(CVs of at least 3
- 30 marks from 11 or more
team members with
members
relevant
experience)

Selection Process
Category Financial Evaluation Selection Criteria & Selection Process
Method
Exposure Visits to Management Fee in 1. Technical Evaluation:
Clusters / MICE percentages % • A minimum of 70% Technical Score is required to
Events qualify.
• Mandatory Presentation for technically qualified bidders
to cover:
- Approach and Methodology
- Experience in relevant works
- Itinerary Plan
- Session Plans
- MSME engagement
- Post-visit documentation

2. Bidders will be ranked as L1 to L3 based on


highest to lowest overall score.
3. Tentative cost band of each Exposure visit per
person is Rs. 30000/-. Teams in cohort of 25 to 50
attendees will be made for the visit.
4. Selection Process:
o The bidder with the highest overall score
shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to
arrive at a final Management Fee %.

37
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

5. Matching Opportunity:
o All other technically qualified bidders (L2
to L3) will be given a chance to match the
negotiated Management Fee of L1 for
Selection.
o If L1 refuses to reduce or withdraws, L2
will be invited to work at L1’s fee or
negotiated rate, and so on till L3.
6. Important Note:
Selection does not guarantee work allocation.
Actual assignments will depend on:
o Discretion of State Nodal Agency
o Availability
o Sectoral relevance
o Performance in previous assignments (if
any)
o Rotation-based assignment

Category 4 – Event Management Services


Pre-Qualification Criteria
SN Category Specific Requirement Supporting Documents

38
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

1 Legal Entity 1. The Bidder must have a registered office in Incorporation/Registration Certificate
India. and MOA/AOA (wherever applicable)
2. The agency shall mean an event firm/
Proprietorship/ Company/ Industry association
/NGO/Government Agency operating for at
least 5 years as of March 31, 2025. Startup Certificate from DPIIT (if
3. Exemption for Startups. applicable)

2 Financial The bidder should have audited financial Certificate from statutory auditor /
Capacity statements as on March 31, 2025, and an Audited financials / CA Certificate with
average turnover of ₹50 Lakhs from event Registration Number (Form 4)
management and related services in last 5
years.

3 Blacklisting Must not be blacklisted/debarred by any Self-declaration in Form 3


Government body.

4 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at


Account No. 10571032346
5 EMD Earnest Money Deposit (EMD) of ₹ 50,000/-
Bank State Bank of India IFSC Code
SBIN0030005 Branch SBI Panchanan
Bhawan, payable at Bhopal
or
Online Payment through e‐
procurement portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Technical Qualification Criteria


Sr. Criteria Marks Sub-Criteria Marking Guidelines Required
No. Documents
1 Experience of 30 Number of similar government - 5–7 events: 10 marks Work Order/
the Agency (State/Central/PSUs/World - 8–10 events: 20 marks Completion
Bank etc.) / large-scale events - >10 events: 30 marks certificates
executed in the last 5 years
2 Sectoral 10 Experience of conducting - 2–3 events: 5 marks Work Order/
Experience MSME/ Industry-related - 4–6 events: 8 marks Completion
events/expos/conferences/works - >6 events: 10 marks certificates
hops
3 Approach & 20 Understanding of Scope, Up to 20 marks based on Softcopy of
Methodology Methodology, Implementation relevance of presentation presentation
Plan and in person including Scope,
presentation Methodology,
Implementation Plan
4 Infrastructure 15 Availability of in-house - Self-owned: 15 marks List of owned/
& Logistical logistics, AV equipment, - Mix of own and outsourced

39
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Strength printing, fabrication capability, outsourced: 7 marks equipment on


etc. - Fully outsourced: 4 letterhead
marks
5 Branding and 10 - Branding material quality - 10 marks for creative Photos of Past
IEC - Design aesthetics branding samples Collaterals/ Print
Samples
6 Media and 15 - Photography & videography - 15 marks for event Photo Albums/
Documentation quality, short films or event photography/video Short Films/ Sample
reels samples, event reports Event Reports

Selection Process
Category Financial Evaluation Selection Criteria & Selection Process
Method

Event Management Management Fee in 1. Minimum 70% Technical Score required to qualify
Services percentages % • Mandatory Presentation covering:
– Experience in relevant works
– Event themes and formats
– Venue and logistics coordination
– AV setup and branding strategy
– Understanding of Scope, Methodology, Implementation
Plan

2. Bidders will be ranked as L1 to L3 based on highest


to lowest overall score.
3. Tentative cost band of each event is Rs. 0.5 lakhs to
Rs. 15 Lakhs.
4. Selection Process:
o The bidder with the highest overall score
shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to
arrive at a final Management Fee %.
5. Matching Opportunity:
o All other technically qualified bidders (L2
to L3) will be given a chance to match the
negotiated Management Fee of L1 for
Selection.
o If L1 refuses to reduce or withdraws, L2
will be invited to work at L1’s fee or
negotiated rate, and so on till L3.
6. Important Note:
Selection does not guarantee work allocation.
Actual assignments will depend on:
o Discretion of State Nodal Agency
o Availability
o Sectoral relevance
o Performance in previous assignments (if
any)
o Rotation-based assignment

40
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Category 5 – Lab Infrastructure Development for MSMEs and


Educational Institutions
Pre-Qualification Criteria
S. Criteria Requirement Supporting Documents
No.

1 Legal Any registered entity, proprietorship, firm, Certificate of Incorporation, PAN and
registered Company/LLP/NGO with valid PAN,

41
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Entity GST operating for at least 5 years as of March GST registration certificate
31, 2025.

2 Compliance The agency must not have been blacklisted or Self-declaration in Format: Form 3
debarred by any Government agency

3 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at


Account No. 10571032346
4 EMD Earnest Money Deposit (EMD) of ₹ 50,000/-
Bank State Bank of India IFSC Code
SBIN0030005 Branch SBI
Panchanan Bhawan, payable at
Bhopal
or
Online Payment through e‐
procurement portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Technical Evaluation Criteria


Sr. Criteria Marks Sub-Criteria Marking Guidelines Required Documents
No.

1 Experience in 30 - Number of past - 10 marks for 0 to 3 Project reports/ work


Lab Setup/ projects completed lab setup orders/ completion
Centre Setup projects certificates
- 20 marks for 4 to 6
completed lab setup
projects
- 30 marks for 7 and
above completed lab
setup projects

2 Turnover 10 Minimum average - 5 marks for turnover Audited Financial


annual turnover of upto Rs 50 Lakhs Statements or CA
₹50 lakhs in the last 3 - 7 marks for turnover Certificate and Registration
financial years from Rs 50 Lakhs to Rs Number
65 lakhs
- 10 marks for turnover
from Rs 65 Lakhs to Rs
75 lakhs
3 Equipment & 10 - OEM affiliations/ - 5 marks for 0 to 2 MoUs, dealer/distributor
Vendor Tie-ups tie ups/ MoUs / MoUs /authorizations authorizations, equipment
Collaborations /Collaborations / Tieups datasheets or brochures/
MoUs/ Collaborations/ tie-
- 10 marks for 3 to 5
ups
MoUs /authorizations

42
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

/Collaborations / Tieups

4 Approach & 30 - Lab layout - 30 marks for Softcopy of presentation


Methodology presentation for
uunderstanding of scope
and user needs, Design
methodology – layout
planning, safety,
execution plan

5 Team and 20 - Engineers, - 10 marks for CVs of CVs, org chart/HR


Technical installers, domain upto 3 engineers and lab declaration on letterhead on
Resources experts, trainers and setup experts team strength
support staff
- 15 marks for CVs of
upto 5 engineers and lab
setup experts
-20 marks for CVs of
upto 8 engineers and lab
setup experts

Minimum Qualifying Score: 70 out of 100 to proceed to financial evaluation.

Selection Process
For Lab Infrastructure Development Services
Stage 1: Pre-Qualification (PQ) Evaluation
• Only those agencies that fulfil all Pre-Qualification Criteria will move to the technical
evaluation stage.
• Proposals failing to meet any PQ criterion shall be rejected.
Stage 2: Technical Evaluation
• Technical proposals will be evaluated out of a total of 100 marks as per the criteria listed above.
• Only those agencies scoring at least 70 marks will be considered “Technically Qualified.”
Stage 3: Financial Bid Opening
• Only technically qualified agencies will be invited for opening of Financial Proposals.
Selection Mode:
• QCBS (Quality and Cost-Based Selection) – 70:30 ratio
→ Technical Score (T) and Financial Score (F) will be normalized. → Final Score (S) = (0.70 ×
T) + (0.30 × F)
→ Agency with highest composite score (S) will be selected. Others may be selected as per
conditions.
Work Allocation (Post-Selection)

43
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

1. Bidders will be ranked as L1 to L3 based on highest to lowest overall score.


2. Tentative cost band of each lab setup is approx. Rs. 15 lakhs to Rs. 35 Lakhs.
3. The project will be on turnkey basis and may or may not include procurement of relevant
equipment.
4. Selection Process:
o The bidder with the highest overall score shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to arrive at a final Management Fee %.
5. Matching Opportunity:
o All other technically qualified bidders (L2 to L3) will be given a chance to match the
negotiated Management Fee of L1 for Selection.
o If L1 refuses to reduce or withdraws, L2 will be invited to work at L1’s fee or
negotiated rate, and so on till L3.
6. Important Note:
Selection does not guarantee work allocation. Actual assignments will depend on:
o Discretion of State Nodal Agency
o Availability
o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

Category 6– Research, Surveys, Assessments & Techno-Economic


Evaluation Studies
Pre-Qualification Criteria
S. Criteria Requirement Supporting Documents
No.
1 Legal Registered Company/LLP/Trust/NGO/Research Institute Certificate of Incorporation /
Entity with valid PAN, GST operating for last 5 years Registration, PAN, GST

44
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Certificate

2 Turnover Minimum average annual turnover of ₹50 lakhs over the Audited Financial Statements
last 3 financial years or CA Certificate and
Registration Number

3 Compliance Self-declaration stating the agency is not blacklisted by Self-certification on agency


any Government/PSU/International organization letterhead (Format: Form 3)
4 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at
Account No. 10571032346
5 EMD Earnest Money Deposit of ₹ 50,000/-
Bank State Bank of India
IFSC Code SBIN0030005
Branch SBI Panchanan
Bhawan, payable at Bhopal
or
Online Payment through e‐
procurement portal,
(mptenders.gov.in)
or
Online Payment
Acknowledgment

Technical Evaluation Criteria


Sr. Criteria Marks Description Marking Guidelines Supporting Documents
No.

1 Relevant 40 Projects related to - 1 assignment: 5 Project Reports,


Experience research, evaluation, marks Completion Certificates,
techno-economic - 2 assignments: 10 Published Findings
analysis, policy studies, marks
surveys, etc. - 3+ large
assignments: 25
marks
- Multilateral/GoI
clients: 15 marks
2 Methodology and 30 Quality of sampling - 30 marks for Presentation of Detailed
Approach strategy, data collection presentation for Methodology Note,
tools, statistical understanding of Research Plan, Sample
techniques, and Methodology and Tools. Softcopy of
proposed framework Approach, research presentation
Design methodology
3 Team 30 Team profiles of - 10 marks for CVs of CVs, HR declaration on
Composition researchers, upto 3 researchers and letterhead on team
statisticians, lab setup experts strength
economists, field
- 20 marks for CVs of
investigators
upto 5 researchers and

45
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

lab setup experts


-30 marks for CVs of
upto 8 researchers and
lab setup experts
Minimum Qualifying Technical Score: 70 out of 100 for eligibility to open financial bid

Selection & Selection Process


For Research, Surveys, Assessments & Techno-Economic Evaluation Studies
Stage 1: Pre-Qualification (PQ) Evaluation
• Agencies must fully meet all pre-qualification criteria to proceed to technical evaluation.
• Proposals with missing or non-compliant PQ documents shall be rejected.
Stage 2: Technical Evaluation
• Evaluation will be done based on the technical criteria (maximum 100 marks).
• Bidders scoring 70 or above will be deemed Technically Qualified.
Stage 3: Financial Bid Opening
• Only technically qualified bidders will be invited for opening of their financial proposals.

Selection Mode:
• QCBS (Quality and Cost-Based Selection) – 70:30 ratio
→ Technical Score (T) and Financial Score (F) will be normalized. → Final Score (S) = (0.70 ×
T) + (0.30 × F)
→ Agency with highest composite score (S) will be selected. Others may be selected as per
conditions.
Work Allocation (Post-Selection)
1. Bidders will be ranked as L1 to L3 based on highest to lowest overall score.
2. Selection Process:
o The bidder with the highest overall score shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to arrive at a final Management Fee %.
3. Matching Opportunity:
o All other technically qualified bidders (L2 to L3) will be given a chance to match the
negotiated Management Fee of L1 for Selection.
o If L1 refuses to reduce or withdraws, L2 will be invited to work at L1’s fee or
negotiated rate, and so on till L3.
4. Important Note:
Selection does not guarantee work allocation. Actual assignments will depend on:
o Discretion of State Nodal Agency

46
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

o Availability
o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

Category 7 – PR and Advertising


General Criteria
SN Section Specific Requirement Supporting Documents

1 Legal 1. Bidder must be a legally registered Registration/Incorporation Certificate.


Entity entity in India.
MOA/AOA; (wherever applicable)
Valid Startup certificate (if applicable)
2. Exemption allowed for Startups.

47
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

2 Blacklisting The bidder must not have been Self-declaration in Format: Form 3
blacklisted or debarred by any
Government authority as on date of bid
submission.

3 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at


Account No. 10571032346
4 EMD Earnest Money Deposit of ₹ 20,000/-
Bank State Bank of India IFSC Code
SBIN0030005 Branch SBI Panchanan
Bhawan, payable at Bhopal
or
Online Payment through e‐ procurement
portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Selection Process
Least cost selection -L1 Criteria
Evaluation based on the total composite cost of all items listed in the Bill of Quantities (BOQ).
Selection Process
Cost Evaluation Mechanism:
• Bidders must submit an item-wise rate quote for each item in the BOQ provided.
• The Evaluated Bid Price of estimated quantity (given) shall be calculated as:
Evaluated Bid Price = Σ (Unit Rate of all items in the category)
(Summation across all items listed in the BOQ)
• The bidder with the lowest total evaluated bid price will be declared L1.
• Bidders will be ranked as L1 to L3 based on highest to lowest overall score.
• Selection Process:
o The bidder with the highest overall score shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to arrive at final prices.
• Matching Opportunity:
o All other qualified bidders (L2 to L3) will be given a chance to match the negotiated L1
rates for Selection.
o If L1 refuses to reduce or withdraws, L2 will be invited to work at L1’s negotiated rate,
and so on till L3.
• Important Note:
Selection does not guarantee work allocation. Actual assignments will depend on:

48
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

o Discretion of State Nodal Agency


o Availability
o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

Category 8– Social Media & Digital Marketing


General Criteria
SN Section Specific Requirement Supporting Documents

1 Legal Entity 1. Bidder must be a registered entity in Registration/Incorporation Certificate;


India. MOA/AOA
2 Blacklisting Must not be debarred or blacklisted by Self-certification (Format: Form 3)
any Government or Government
agency as on the date of proposal

49
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

submission.

3 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at


Account No. 10571032346
4 EMD EMD of ₹ 20,000/-
Bank State Bank of India IFSC Code
SBIN0030005 Branch SBI Panchanan
Bhawan, payable at Bhopal
or
Online Payment through e‐ procurement
portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Selection Process
Least cost selection -L1 Criteria
Evaluation based on the total composite cost of all items listed in the Bill of Quantities (BOQ).
Selection Process
Cost Evaluation Mechanism:
• Bidders must submit an item-wise rate quote for each item in the BOQ provided.
• The Evaluated Bid Price of estimated quantity (given) shall be calculated as:
Evaluated Bid Price = Σ (Unit Rate of all items in the category)
(Summation across all items listed in the BOQ)
• The bidder with the lowest total evaluated bid price will be declared L1.
• Bidders will be ranked as L1 to L3 based on highest to lowest overall score.
• Selection Process:
o The bidder with the highest overall score shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to arrive at final prices.
• Matching Opportunity:
o All other qualified bidders (L2 to L3) will be given a chance to match the negotiated L1
rates for Selection.
o If L1 refuses to reduce or withdraws, L2 will be invited to work at L1’s negotiated rate,
and so on till L3.
• Important Note:
Selection does not guarantee work allocation. Actual assignments will depend on:
o Discretion of State Nodal Agency
o Availability

50
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

Category 9 – Logistics and Travel Support


General Criteria
SN Category Specific Requirement Supporting Documents

1 Legal 1. Bidder must be a registered entity in Registration/Incorporation Certificate;


Entity India. MOA/AOA

2 Blacklisting Must not be blacklisted/debarred by any Self-declaration in Form 3


Government body as of the proposal
submission date.

51
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

3 Tender Fee Non-refundable Tender Fee of ₹ 500/- RTGS/Online at


Account No. 10571032346
4 EMD Earnest Money Deposit (EMD) of ₹
Bank State Bank of India IFSC Code
20,000/-
SBIN0030005 Branch SBI Panchanan
Bhawan, payable at Bhopal
or
Online Payment through e‐ procurement
portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Selection Criteria
Least cost selection -L1 Criteria
Evaluation based on the total composite cost of all items listed in the Bill of Quantities (BOQ).
Selection Process
Cost Evaluation Mechanism:
• Bidders must submit an item-wise rate quote for each item in the BOQ provided.
• Item wise rates are divided into 2 groups. Bidder can apply for both groups or a single group as
required.
• The Evaluated Bid Price of estimated quantity (given) shall be calculated as:
Evaluated Bid Price = Σ (Unit Rate of all items in the category)
(Summation across all items listed in the BOQ)
• The bidder with the lowest total evaluated bid price will be declared L1.
• Bidders will be ranked as L1 to L3 based on highest to lowest overall score.
• Selection Process:
o The bidder with the highest overall score shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to arrive at final prices.
• Matching Opportunity:
o All other qualified bidders (L2 to L3) will be given a chance to match the negotiated L1
rates for Selection.
o If L1 refuses to reduce or withdraws, L2 will be invited to work at L1’s negotiated rate,
and so on till L3.
• Important Note:
Selection does not guarantee work allocation. Actual assignments will depend on:
o Discretion of State Nodal Agency

52
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

o Availability
o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

Category 10– Category 10: Supply of Print Services, Printed Materials,


and Stationery
General Criteria
SN Section Specific Requirement Supporting Documents

1 Legal Entity 1. Bidder must be a registered entity Registration/Incorporation Certificate;


in India. MOA/AOA

53
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

2 Blacklisting The agency must not be blacklisted or Self-certification (Format: Form 3)


debarred by any Central/State
Government authority as on bid
submission date.

3 Tender Fee Non-refundable Tender Fee of ₹ RTGS/Online at


500/- Account No. 10571032346
Bank State Bank of India IFSC Code
4 EMD EMD of ₹ 20,000/-
SBIN0030005 Branch SBI Panchanan
Bhawan, payable at Bhopal
or
Online Payment through e‐ procurement
portal,
(mptenders.gov.in)
or
Online Payment Acknowledgment

Selection Process
Least cost selection -L1 Criteria
Evaluation based on the total composite cost of all items listed in the Bill of Quantities (BOQ).
Selection Process
Cost Evaluation Mechanism:
• Bidders must submit an item-wise rate quote for each item in the BOQ provided.
• The Evaluated Bid Price of estimated quantity (given) shall be calculated as:
Evaluated Bid Price = Σ (Unit Rate of all items in the category)
(Summation across all items listed in the BOQ)
• The bidder with the lowest total evaluated bid price will be declared L1.
• Bidders will be ranked as L1 to L3 based on highest to lowest overall score.
• Selection Process:
o The bidder with the highest overall score shall be declared L1 for negotiation.
o Negotiation will be conducted with L1 to arrive at final prices.
• Matching Opportunity:
o All other qualified bidders (L2 to L3) will be given a chance to match the negotiated L1
rates for Selection.
o If L1 refuses to reduce or withdraws, L2 will be invited to work at L1’s negotiated rate,
and so on till L3.
• Important Note:
Selection does not guarantee work allocation. Actual assignments will depend on:

54
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

o Discretion of State Nodal Agency


o Availability
o Sectoral relevance
o Performance in previous assignments (if any)
o Rotation-based assignment

Section V: Terms of reference


Scope of work
MPLUN(SNA) is seeking to select agencies for various activities described in various categories above.
The Detailed Scope of Work of the activities for Bidder is mentioned below:

Category 1: Vendor Development Programmes (VDP)


Objective:
To promote business linkages and strengthen the MSME supply chain ecosystem in Madhya Pradesh by
organizing comprehensive 1-Day/ 2-day Vendor Development Programmes (VDPs). These programs aim
to connect MSMEs with large buyers such as PSUs, Large Industries, OEMs, and government
departments, facilitating sustainable procurement relationships, capacity building, and market expansion.

55
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Responsibilities of the Selected Agency


The selected agency will manage the end-to-end planning, mobilization, execution, and reporting for
each VDP. The detailed scope includes:
1. Planning and Coordination
• Identify and confirm participation of 4-5 Anchor Units /Buyers (depending on scale of event)
such as:
o Original Equipment Manufacturers (OEMs)
o Central Public Sector Enterprises (CPSEs)
o Ministries/Departments
o Large Private Buyers (min. turnover ₹10–100 Cr, with 7+ years operational history)
• Coordinate with DTICs, Industry associations, Local government bodies and local
associations/chambers for anchor and MSME engagement.
• Finalize general or sector-specific themes (if any depending on location and availability of
MSMEs) for the VDP (e.g., auto components, food processing, textiles, engineering,
electronics).
• Submit the detailed concept note and plan to MPLUN (SNA) for approval at least 5 days prior
to the event.
2. MSME Mobilization and Pre-Event Communication
• Mobilize a minimum of 75–125 MSMEs (depending on scale of event) with valid UDYAM
Registration, focusing on alignment with the sectors of participating Anchor Buyers.
• Disseminate pre-event information via:
o Digital invites
o WhatsApp/Email/Social Media Platforms
o Association networks and government channels
• Organize pre-event orientation sessions or webinars (if advised) to brief MSMEs on
participation benefits and expectations.
3. Day Event Execution
Day 1: Inauguration, Roundtables & Presentations
• Host a formal inauguration ceremony with government and industry dignitaries.
• Conduct anchor-led presentations to highlight:
o Procurement needs
o Supplier registration process
o Quality and compliance standards
o Preferred sourcing practices
• Organize discussions to explore:
o Challenges in vendor development
o Supply chain finance
o Infrastructure or technology gaps
o Opportunities for vendor registration
• Organize sessions on ZED, LEAN IPR Awareness, FSSAI, BIS Standards, Export Promotion
among others.
• Curate pre-scheduled one-on-one B2B meetings between MSMEs and Anchor Buyers.
• Facilitate B2G (with government bodies) and G2G (inter-departmental) interactions as needed.
Day 2: B2B, B2G, G2G Meetings & Exhibition (Optional)
• Curate pre-scheduled one-on-one B2B meetings between MSMEs and Anchor Buyers.
• Facilitate B2G (with government bodies) and G2G (inter-departmental) interactions as needed.
• Organize a parallel 1-day/2-day product exhibition/fair (optional – case to case basis), providing
MSMEs a platform to showcase products, innovations, and capabilities.

56
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Ensure anchor buyers engage directly with MSME exhibitors and provide real-time feedback or
procurement interest.
Note: Depending on availability of MSMEs and location the VDP event may be conducted in a single
day.
4. Venue Setup and Logistics
• Secure and set up an accessible, well-equipped venue with:
o Stage and AV setup for formal sessions
o Booths/stalls (min. 20) for MSME exhibitors (optional)
o Breakout areas for B2B meetings
o Roundtable seating for MSMEs
• Provide all required branding materials:
o Main backdrops, standees, welcome banners, riser, wings
o LED screen, audio visual equipment, console, production (including genset etc.)
o Photography and Videography
o Name tags and directional signage
o Digital and print collateral (folder, agenda, pen-pad kit)
• Arrange breakfast, lunch and high tea on both days(depending on the duration of event) for all
participants.
5. Stakeholder Engagement and Expert Support
• Invite officials from NSIC, DPIIT, MSME-DI, SIDBI, Banks, and Technology Centers.
• Onboard sector experts, moderators, and keynote speakers for curated sessions.
6. Documentation and Reporting
• Submit a detailed post-event report including:
o Event summary and session-wise documentation
o Anchor Buyer profiles and procurement interests
o Challenges and recommendations for future VDPs
o Make press release and ensure publication in print and social media
• Provide:
o Signed attendance sheets
o Minimum 200 HD photographs
o Short video (2–3 min) highlighting key moments
o 4-5 bytes of the even
o Sector-wise MSME database with contact details, product/service info, and buyer
interaction summary
o Feedback forms and impact analysis from both MSMEs and Anchor Buyers
• Submit all reports in digital (PDF, Excel, Photos/Videos) and two hard copies to MPLUN
(SNA) within 7 working days of event completion.
7. Compliance and Quality Standards
• Ensure adherence to government branding, MoMSME’s IEC templates, and RAMP guidelines.
• Coordinate all security, crowd management, and logistics support as per standard protocols.
• Follow all government rules on waste management, safety, and legal clearances.
• Maintain the confidentiality of all documents, footage, and proprietary information.

57
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Scope of Work – Category 2: Capacity Building Workshops


Objective:
To enhance awareness, adoption, and capacity of MSMEs in Madhya Pradesh on key national initiatives
such as ZED (Zero Defect Zero Effect), LEAN Manufacturing, Government e-Marketplace (GeM), Trade
Receivables Discounting System (TReDS), and Intellectual Property Rights (IPR). These workshops aim
to drive competitiveness, digital integration, and innovation among MSMEs through structured learning
and expert interaction.
Responsibilities of the Selected Agency:
The selected agency will undertake full responsibility for planning, mobilization, execution, and
reporting of each workshop. The detailed scope includes:
1. Planning and Coordination

58
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Coordinate with MPLUN (SNA) to identify priority sectors and geographies for each
workshop.
• Align content and delivery formats with MoMSME guidelines and latest program frameworks.
• Finalize subject-specific resource persons/trainers from:
o Experts, Resource Persons
o Technical Institutions (e.g., QCI, BIS, FSSAI)
o Partner organizations like SIDBI, IP India, NPC, and GeM SPV
• Submit workshop plan and trainer details to MPLUN at least 5 days before the event.

2. MSME Mobilization and Outreach


• Mobilize a minimum of 60–80 MSMEs per workshop, with valid UDYAM registration.
• Ensure regional diversity and sectoral relevance in participant selection.
• Disseminate pre-event communication via:
o Email invites, WhatsApp groups
o MSME department channels
o Local trade associations and industry groups
• Share learning objectives and preparatory material with confirmed participants.
3. Workshop Design and Execution
Each workshop will be a 1-day program with interactive sessions covering at least two key themes from
the following:
• ZED Certification: Understanding Bronze/Silver/Gold levels, benefits, registration, QCI portal
usage.
• LEAN Manufacturing: Concepts, tools (5S, Kaizen, Value Stream Mapping), registration,
benefits.
• GeM Portal: MSME onboarding, product/service listing, order management, bid participation.
• TReDS: Understanding invoice discounting, platform navigation, benefits for cash flow
improvement.
• IPR: Patents, trademarks, copyrights; filing process; support schemes; role of IP facilitators.
• Trainings on other topics like packaging, standards and other relevant topics is may be
undertaken.
Workshop Format:
• Inaugural Session with Dignitaries (District Collector/GM-DTIC/MSME Dept.)
• Technical Sessions by Experts
• Live Portal Demonstrations (ZED/GeM/TReDS)
• MSME Testimonials or Success Stories
• Open House Q&A
4. Venue Setup and Logistics
• Identify and set up a centrally located, accessible venue with:
o Seating for 80+ participants
o Audio-visual setup
o Registration desk and branding zone
• Provide the following:
o Main banner, standees, agenda posters
o Participant kits (folder, agenda, pen-pad)
o Lunch and refreshments
o Onsite IT support for portal demos and registration drives
5. Expert Support and Government Convergence
• Invite officers and representatives from:
o District Industries Centre (DTIC)

59
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

o NSIC, SIDBI, MSME-DI, IP India, BIS, FSSAI (as per topic relevance)
• Engage local industry experts or certified trainers.
• Integrate onboarding or registration support booths where feasible.
6. Documentation and Reporting
Submit a comprehensive post-event report including:
• Session-wise content summary
• Speaker profiles and attendance
• Participant list with contact details and sector info
• Feedback summary and impact assessment
• 20+ geo-tagged photos and a 2–3-minute event highlight video
• Signed attendance sheets and feedback forms
Deliverables must be submitted in soft format uploaded on given link (PDF/Excel/Media) and two hard
copies to MPLUN within 5 working days of each workshop.
7. Compliance and Quality Standards
• Use branding templates and IEC material as per MoMSME and RAMP guidelines.
• Ensure safety protocols, seating norms, and accessibility standards are followed.
• Maintain discipline, information security, and event confidentiality.
• Obtain required permissions for public events, if any.

Scope of Work – Category 3: Exposure Visits to Industrial Clusters / MICE Events


Objective:
The objective of the Exposure Visits is to enhance the knowledge, capacity, and competitiveness of
MSMEs in Madhya Pradesh by providing structured, firsthand learning experiences. Through visits to
leading industrial clusters, Public Sector Undertakings (PSUs), Research & Development Centres, and
prominent MICE (Meetings, Incentives, Conferences, and Exhibitions) events, participating MSMEs
will be exposed to best practices, technological innovations, efficient operational models, and real-time
industry insights.
Responsibilities of the Agency
The selected agency will undertake the end-to-end planning, coordination, execution, and
documentation of each exposure visit. The detailed scope of services includes:

60
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

1. Planning and Finalization


• Identify suitable destinations/clusters based on the sectoral profile of MSMEs in Madhya
Pradesh, such as:
o Industrial Clusters (Auto, Textile, Pharma, Engineering, etc.)
o R&D Centers (CSIR labs, IIT Incubators, MSME Tool Rooms, etc.)
o PSUs or Large Enterprises open to guided visits
o National MSME trade expos (e.g., India International Trade Fair, Vibrant Gujarat,
IMTEX, Auto Expo)
• Develop a structured 1- or 2-day itinerary aligned with visit objectives and learning outcomes.
• Submit the itinerary for MPLUN(SNA) approval at least 15 days before the proposed visit.
2. Participant Mobilization and Communication
• Mobilize 30–50 MSMEs per visit, with valid UDYAM Registration and verified credentials.
• Send official invites and coordinate travel consent forms.
• Conduct orientation and distribute visit agenda and dos & don’ts guide before departure.
• Maintain regular communication with registered MSMEs and update them about logistics and
visit protocols.
3. Logistical Support
• Arrange safe and comfortable transportation (AC buses or trains/air as required).
• Provide boarding and lodging in twin-sharing, clean, and centrally located hotels (for 2-day
visits).
• Ensure on-ground coordination including guides, MSME visit coordinators, and itinerary
briefing.
• Provide welcome kits (bags, notebooks, pens, schedule, and contact sheet) to all participants.
• Provide ID badges and emergency contact information to each participant.
4. Visit Execution
• Ensure visits to a minimum of 2-3 host organizations per day (factories, industrial clusters,
PSUs, exhibitions, etc.).
• Facilitate:
o Factory walkthroughs and demonstrations
o Expert-led sessions on innovations, productivity, and quality
o Panel discussions or informal Q&A with industry leaders
o Exposure to ESG/RECP, TQM, Industry 4.0 practices (where applicable)
• Organize networking opportunities between visiting MSMEs and host industry representatives.
• Coordinate with industry associations/chambers for participation and support.
• Provide on-site photography and videography coverage.
5. Documentation and Deliverables
• Prepare and submit a post-visit impact report highlighting:
o MSME learnings
o Industry insights
o Key takeaways
o Testimonials and quotes
o Sector-specific outcomes
• Submit the following within 7 working days after the visit:
o Signed attendance sheets
o Geo-tagged photos and video footage (minimum 50 high-resolution images)
o Filled feedback forms from each participant
o Final MSME participant database with complete contact details
o Documented suggestions and action points for MSME growth based on the visit
• Provide a soft copy and two hard copies of the full report to MPLUN (SNA).

61
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

6. Quality and Compliance


• Ensure all logistical, technical, and operational arrangements comply with MPLUN(SNA)’s
quality standards.
• Secure all required permissions from host organizations.
• Ensure safety, punctuality, and professionalism throughout the exposure visit.
• Follow government-mandated health, safety, and travel protocols.

Scope of Work – Category 4: Event Management


Objective:
To provide comprehensive event management services for MSME-focused workshops, consultations,
summits, and launch events under the RAMP Scheme, ensuring high-quality execution, timely approvals,
professional branding, and seamless experiences for all stakeholders. The goal is to create impactful
engagements that foster learning, policy dialogue, and ecosystem development for MSMEs across
Madhya Pradesh.
Responsibilities of the Selected Agency
The agency will be responsible for end-to-end event execution, including planning, production, logistics,
on-ground operations, guest coordination, and reporting for each MPLUN(SNA)-approved event.
1. Event Planning & Conceptualization

62
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Develop a comprehensive event execution plan covering:


o Event theme and layout design
o Target audience segmentation (MSMEs, government officials, buyers, stakeholders)
o Agenda flow and session formats (keynotes, panels, breakouts)
• Prepare a detailed execution timeline and submit for MPLUN(SNA) approval at least 10 days
before the event.
• Prepare backup/contingency plans in case of venue, weather, or technical disruptions.
2. Venue Selection & Setup
• Identify and book suitable venues with adequate seating, breakout areas, and facilities for 50 to
300+ participants.
• Ensure infrastructure includes:
o Stage and backdrop
o Podium and seating for dignitaries
o Tables, chairs, and conference furniture
o Air-conditioning/fans, lighting, and power backup
• Set up designated zones:
o Entry registration and help desk
o Exhibition/stall zones (if applicable)
o Food and refreshment area
o Networking and breakout zones
• Conduct venue readiness inspection at least 1 day prior to the event.
3. Branding, Collaterals & IEC Material
• Design and print all event-specific materials in line with MPLUN(SNA)/MoMSME branding
guidelines, including:
o Welcome arches, backdrops, standees, banner strips
o Directional signage and stall branding (if applicable)
o Delegation kits (folders, brochures, notebooks, feedback forms)
o Event schedule leaflets
• Coordinate with approved vendors for offset/digital printing, and ensure delivery at least 24
hours prior to the event.
4. Guest Management & Protocol
• Prepare the invitee list in consultation with MPLUN(SNA), including MSMEs, officers, media,
associations, and subject experts.
• Send digital/physical invitations and manage RSVPs.
• Arrange for welcome kits, mementos, floral bouquets, and other protocol items for guests.
• Deploy experienced personnel for:
o Guest reception and escort
o Stage anchoring and event moderation
o Time management and stage flow coordination
• Arrange hospitality and green room support for VIP guests and speakers.
5. Audio-Visual & Technical Setup
• Provide:
o LED screen or projector + screen
o Sound system with microphones (lapel + hand-held)
o Podium mic and recording equipment
o Stage lights and ambient lighting
• Ensure rehearsals and technical checks one day before the event.
• Provide onsite AV technician support throughout the event.
6. Safety, Licensing & Approvals

63
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Obtain and submit necessary:


o Municipal permissions
o Electrical/NOC clearances
o Security arrangements, if required
• Coordinate with police/fire/local administration for safety and crowd control.
• Ensure all event components comply with labour laws, environment norms, and legal mandates.
7. Crowd Management & On-Ground Operations
• Deploy:
o Registration staff with visitor list
o Floor managers, ushers, and volunteers
o Security guards for access control (wherever required)
o Housekeeping team to maintain cleanliness
• Ensure smooth circulation between entry, session halls, food zones, and exits.
• Maintain a helpdesk for real-time attendee assistance.
8. Catering and Hospitality
• Coordinate full-service high tea, lunch, or refreshments as per event schedule.
• Ensure hygienic, quality catering with vegetarian/non-veg options (if permitted).
• Provide water stations and disposal facilities.
9. Documentation and Reporting
• Submit a detailed event completion report within 7 working days, including:
o Session-wise coverage
o List of attendees (with signatures and designations)
o List of deployed personnel (event crew, technical, security, etc.)
o Details of equipment rented/provided (specifications and quantity)
o Feedback from guests and participants
o Minimum 200 geo-tagged, high-resolution photographs
o Video footage of key segments and activities
• Archive all reports in soft (PDF, Excel, JPEG, MP4) and submit 2 hard copies to
MPLUN(SNA).
10. Quality Assurance & Compliance
• Maintain superior quality standards across all deliverables.
• Ensure eco-friendly practices (minimal plastic use, waste management).
• Maintain confidentiality of all event materials, media, and guest data.
• Adhere to all timelines and seek prior approval for design, vendors, and content.

Scope of Work: Category 5: Lab Infrastructure Development for MSMEs and Educational
Institutions
Objective:
To install and start incubation centres/ labs for MSMEs and innovation ecosystems in Madhya Pradesh
by empanelling competent agencies for planning, setting up, and commissioning of lab infrastructure.
These labs may be established in educational institutions, incubation centres, industrial clusters, or
technical hubs under the RAMP scheme or other state-supported initiatives.
Responsibilities of the Selected Agency
The selected agency shall be responsible for the end-to-end execution of lab setup projects including
site assessment, infrastructure planning, procurement, installation, commissioning, training, and
documentation. The scope includes:
1. Planning and Site Assessment

64
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Conduct detailed needs assessment of the proposed site in consultation with MPLUN/Institution.
• Submit a lab setup proposal including proposed list of equipment with specifications and layout
plan, Utility and space requirements, identify any required modifications and submit a BOQ.
2. Procurement and Installation
• Source and supply new, standard-certified equipment (BIS/ISO/CE-certified wherever applicable).
• Coordinate transportation, installation, calibration, and trial run of all equipment.
• Ensure minimum 1-year on-site warranty and availability of after-sales service.
• Provide detailed user manuals, SOPs, and safety guidelines.
3. Infrastructure and Utilities Setup
Plan and implement:
• Electrical and plumbing work
• Workstations, tables, storage, ventilation
• Safety systems including fire extinguishers and first aid
• Provide branded signage and display panels as per RAMP and MPLUN branding norms.
4. Training and Commissioning
Conduct hands-on training for personnel at the site on:
• Equipment usage and troubleshooting
• Calibration and standard procedures
• Basic maintenance
• Submit training report, attendance, and participant feedback.
5. Documentation and Handover
Submit a comprehensive post-installation dossier including:
• Equipment-wise installation report with serial numbers
• Utility requirement checklist and lab readiness certificate
• Training documentation (attendance, content, feedback)
• Photographs and a short commissioning video
• Submit deliverables in soft (PDF, Excel, Photos/Videos) and two hard copies.
6. Compliance and Safety
• Ensure compliance with all relevant safety, fire, and electrical codes.
• Follow waste management and hazardous materials protocols (if applicable).
• Adhere to RAMP guidelines and ensure branding compliance (IEC templates, backdrops,
signage).

Scope of Work: Category 6: Research, Surveys, Assessments & Techno-Economic Evaluation


Studies
Objective:
To support data-driven policy formulation, impact analysis, and decision-making under the RAMP
Scheme and other MSME initiatives by empanelling qualified agencies for conducting research studies,
surveys, assessments, techno-economic evaluations, feasibility studies, and impact evaluations. These
agencies will assist in generating evidence-based insights to strengthen the MSME ecosystem in Madhya
Pradesh.
Responsibilities of the Selected Agency
The selected agency will be responsible for the end-to-end execution of research and evaluation
assignments, including design, field implementation, data analysis, and reporting. The scope includes:
1. Research & Study Design

65
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Develop detailed study proposals based on Terms of Reference (ToR) provided by MPLUN
• Finalize methodology in consultation with MPLUN, covering:
• Sample design and stratification
• Data collection tools (quantitative and qualitative)
• Baseline/Endline indicators
• Evaluation metrics and benchmarks
Design specific tools for:
• Feasibility studies
• Techno-economic assessments
• Impact assessments
• Satisfaction and perception surveys
2. Field Survey and Data Collection
• Carry out state-wide or district-level surveys using trained enumerators.
• Use digital tools (mobile-based apps, CAPI, GPS) for accuracy and traceability.
• Conduct:
• Key Informant Interviews (KIIs)
• Focus Group Discussions (FGDs)
• Stakeholder Consultations (MSMEs, Departments, Financial Institutions, etc.
• Ensure sampling adequacy and geographic representation across MSME sectors.
3. Analysis and Interpretation
• Use advanced analytical tools (SPSS, STATA, R, Power BI) for:
• Data cleaning and validation
• Descriptive and inferential analysis
• Cost-benefit and break-even analysis (for feasibility studies)
• Outcome tracking and performance evaluation (for impact studies)
• Prepare dashboards or data visualizations, wherever relevant.
4. Reporting and Recommendations
Submit the following:
• Draft report for review and feedback
• Final report including findings, visuals, tables, and annexures
• Executive summary and policy recommendations
Provide:
• Clean datasets (Excel, CSV, etc.)
• Transcripts of qualitative interviews
• Maps and charts, if geospatial mapping was done
• Assist MPLUN or the department in presenting key findings to stakeholders.
5. Documentation and Communication
Submit reports and deliverables in:
• Digital format (PDF, Excel, Data Files, PPT)
• Two hard copies for MPLUN’s official records
• Provide summary infographics and a short report video (if required).
• Maintain full confidentiality of raw data and primary responses.

66
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Scope of Work – Category 7: PR and Advertising Support


Objective:
To build awareness and drive public engagement for MSME-focused initiatives under the RAMP Scheme
through strategic public relations and advertising campaigns. The goal is to highlight the state’s efforts
toward MSME promotion and mobilization by leveraging traditional and digital media platforms,
positioning MPLUN (SNA) as a leading facilitator of MSME development in Madhya Pradesh.

Responsibilities of the Selected Agency


The selected agency shall be responsible for the end-to-end planning, execution, and monitoring of PR
and advertising activities related to all MPLUN(SNA)-approved events, workshops, exhibitions, and
thematic programs.
1. Strategic PR Campaign Development

67
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Develop a comprehensive PR strategy aligned with the communication goals of


MPLUN(SNA), focusing on awareness, participation, and impact amplification of events,
workshops, exhibitions
• Prepare a media outreach calendar and content plan in consultation with MPLUN(SNA) at least
10–15 days before the event.
2. Media Relations and Coordination
• Liaise with:
o Local and regional newspapers
o National dailies
o Business and industry magazines
o Television channels (state/national)
o FM radio networks
• Build and maintain a media contact database of editors, reporters, and press agencies.
• Invite key media personnel to cover major events and provide them with appropriate press kits
and talking points.
3. Press Content Development
• Draft, edit, and submit:
o Media advisories (pre-event intimation)
o Press releases (pre, during, and post-event)
o Advertorials and editorial content
o Quotes and bytes from officials, dignitaries, and participants
• Ensure all press content follows MoMSME and MPLUN branding/IEC guidelines.
• Provide multilingual content (Hindi + English) for regional penetration.
4. Advertising and Paid Promotions
• Plan and execute media buying and placement of ads across:
o Print (full/half-page ads in state and regional dailies)
o Radio (FM spots, jingles, event promos)
o TV (local cable networks, news channels)
o Outdoor (banners, hoardings, public transport branding)
• Recommend media platforms based on target audience, reach, and cost-efficiency.
• Obtain approval for all creatives and ad placements from MPLUN (SNA) before release.
5. Press Conferences and Media Briefings
• Organize and manage press conferences, especially for:
o Launch events
o MoU signings or major announcements
o Key policy dialogues or summits
• Responsibilities include:
o Sending formal invites to press
o Booking venue with AV setup
o Preparing media kits (press note, brochure, speaker bios, Q&A sheets)
o Deploying branding at venue (backdrop, standees)
o Coordinating with photographers, videographers, and media personnel
• Provide real-time event coverage and media response handling.
6. Monitoring, Archiving, and Reporting
• Track and compile all press coverage (print, radio, TV) for each campaign or event.
• Submit a detailed PR Impact Report post-event, including:
o List of media platforms covered
o Scan copies of published content
o Radio/TV broadcast logs

68
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

o Media reach and impressions (where available)


o Photos from press conference or media interaction
• Provide both physical and digital archives of coverage material.
7. Compliance and Quality Assurance
• All content and media coordination must comply with government communication standards
and RAMP Scheme branding guidelines.
• Prior approval must be obtained from MPLUN(SNA) for all materials and vendor selection.
• Maintain accuracy, professionalism, and confidentiality in all press-related interactions.

Scope of Work – Category 8: Social Media and Digital Marketing Services


Objective:
To enhance the visibility, outreach, and digital footprint of MSME-focused activities under the RAMP
scheme by developing and managing strategic social media and digital marketing campaigns. The goal
is to create widespread awareness, promote MSME engagement, and highlight the impact RAMP
Interventions organized by MPLUN (SNA).

Responsibilities of the Selected Agency


The selected agency will provide comprehensive digital media support including content creation,
campaign execution, platform management, and documentation for all events as approved by MPLUN
(SNA).

69
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

1. Social Media Strategy and Planning


• Develop a content calendar in consultation with MPLUN(SNA), including:
o Pre-event promotional posts (10–14 days in advance)
o Real-time event coverage
o Post-event highlights and impact storytelling
• Customize strategy based on event type and audience (e.g., ZED Workshops, VDPs, Exposure
Visits, Launch Events).
2. Platform Management
• Manage dedicated handles/pages (if created) or collaborate through MPLUN’s official handles
across:
o Facebook
o LinkedIn
o Instagram
o Twitter/X
• Ensure:
o Timely and approved posts as per schedule
o Use of official hashtags and handles
o Tagging relevant stakeholders (Ministry of MSME, DPIIT, local industry bodies)
o Live posting of images, quotes, and key sessions during events
3. Content Creation and Publishing
• Design high-quality, branded digital content including:
o Posters and flyers (for announcements, registration, agenda)
o Carousel posts and stories (highlighting speakers, milestones, facts)
o Reels and short videos (30–60 secs) for engagement
o Testimonials and video bites from MSME participants and speakers
o Post-event photo albums and impact slides
• Prepare video montages summarizing event outcomes for each major event.
• Maintain multilingual capability for wider regional reach (English + Hindi).
4. Branding, Design & Approval Process
• All creatives must follow MoMSME and MPLUN’s IEC guidelines and branding protocols.
• Submit draft designs to MPLUN(SNA) for approval at least 48 hours before publishing.
• Coordinate with MPLUN’s digital team to ensure alignment with overall campaign messaging
5. Digital Promotion and Paid Campaigns
• Propose and execute boosted posts or paid ad campaigns (if approved) to extend reach and
improve MSME participation.
• Use geo-targeted promotions for district-specific events.
• Monitor and optimize ad performance to ensure cost-effective engagement.
6. Engagement Monitoring and Moderation
• Monitor audience responses, comments, and engagement on all posts.
• Respond to relevant queries in a timely and professional manner.
• Maintain a clean, professional, and responsive social media presence throughout the campaign
period.
7. Content Archiving and Reporting
• Archive all published content (editable + published versions) in an event-wise organized folder.
• Submit:
o Engagement reports (reach, likes, shares, comments, views)
o Content performance analytics for each major campaign
o Screenshots and links to posts across platforms

70
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Ensure all posts, photos, and videos are geo-tagged, watermarked (if required), and approved
for future reference or reuse.
8. Compliance and Confidentiality
• Ensure confidentiality of unpublished content and avoid unauthorized sharing or publishing.
• All digital assets (videos, designs, analytics) will be the property of MPLUN (SNA).
• The agency shall not publish any content externally (including portfolio use) without written
permission from MPLUN(SNA).
• Ensure all posts are legally compliant and culturally sensitive.

Scope of Work – Category 9: Logistics and Travel Support


Objective:
To ensure seamless and efficient logistics management for MSME-focused events and exposure programs
by providing comprehensive travel, accommodation, and hospitality arrangements for participating
MSMEs, government officials, guest speakers, experts, and delegations approved by MPLUN (SNA).
This support is critical for the smooth conduct of Vendor Development Programmes (VDPs), exposure
visits, capacity-building workshops, exhibitions, and domestic delegations.

Responsibilities of the Selected Agency

71
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

The selected agency will be responsible for end-to-end planning, coordination, and execution of all
logistics and travel arrangements associated with MPLUN (SNA)-approved events and delegations. The
detailed scope includes:
1. Travel Arrangements (Air / Train / Road)
• Book and confirm air, train, or road travel for MSME participants, guest speakers, officials, or
expert resource persons based on itinerary approved by MPLUN (SNA).
• Coordinate:
o Domestic flight bookings (including cost-effective group bookings)
o Train reservations (preferably AC classes)
o Private vehicle arrangements for intercity/local movements
o Outstation taxi services with verified drivers
• Maintain updated travel plans, PNRs, boarding passes, and contact information of travellers.
2. Local Transport and Shuttle Services
• Arrange local pick-up and drop services from:
o Airport/railway stations to hotels/venues
o Hotels to event venues
o Venues to industrial sites (in case of exposure visits)
• Use well-maintained AC vehicles (buses, cars, Tempo Travellers) with drivers and GPS
tracking where possible.
• Ensure availability of:
o Standby vehicles
o Emergency transportation assistance
o Proper signage on shuttle vehicles during events
3. Accommodation Services
• Book clean, safe, and comfortable hotel accommodation (minimum 3-star category or
equivalent) with:
o Twin-sharing/double occupancy for MSMEs
o Single occupancy for government officials, VIPs, and speakers
o Proper sanitation, Wi-Fi, and in-room amenities
• Coordinate check-in/check-out support and ensure pre-arranged bookings with welcome
facilitation at hotel.
4. Meal Planning and Hospitality
• Provide nutritious, hygienic meals including:
o Breakfast at hotels
o Lunch and high tea at the venue (if applicable)
o Dinner for overnight stays
• Ensure dietary preferences or restrictions are managed, especially for VIP guests.
• Arrange refreshment kits or bottled water during travel or shuttle services.
5. Travel Kits and Event Essentials
• Prepare and distribute travel kits to all MSME delegates, which may include:
o Carry bags or folders
o Travel itinerary, contact list, and program schedule
o ID badges, pens, pads
o Health/safety kit (sanitizer, masks, first-aid strips, etc.)
• Provide kits to be delivered at boarding points or upon hotel check-in.
6. On-Site Travel Coordination
• Deploy a dedicated logistics coordinator at travel hubs (airport/railway station) and hotels for
on-ground support.

72
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Maintain constant communication with all travellers to manage arrivals, departures, and
potential delays.
• Ensure emergency contact points and backup plans in case of rescheduling or disruption.
• Provide a real-time status report of delegate movements to MPLUN(SNA) coordination team.
7. Documentation and Reporting
• Submit the following post-event:
o List of all travellers with contact details and transport/accommodation logs
o Soft copies of travel tickets, hotel bills, and shuttle route plans
o Feedback from delegates on logistics and hospitality
o Photo documentation of transport/accommodation arrangements (geo-tagged)
• Submit all bills and supporting documents within 7 working days of event conclusion for
processing and verification.
8. Quality and Compliance
• Ensure timely, safe, and comfortable travel experience for all stakeholders.
• Maintain confidentiality of personal travel data.
• Comply with safety regulations, including proper vehicle licensing and driver verification.
• Implement eco-friendly practices such as group transport, reduced plastic usage, and minimal
waste in travel kits.
• All logistics must be pre-approved by MPLUN (SNA), including vendor selection and cost.

Scope of Work – Category 10: Supply of Print Services, Printed Materials, and Stationery
Objective:
To ensure seamless printing, supply, and maintenance of event-related materials during MSME-focused
events organized by MPLUN (SNA) under the RAMP scheme. This includes Print Services (MPS)
support, supply of customized stationery and delegate kits for all approved activities such as VDPs,
capacity building workshops, expos, consultations, and summits.

Responsibilities of the Selected Agency

73
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

The selected agency will be responsible for all print-related services and event consumables, including
managed print infrastructure and high-volume documentation support.
1. Pre-Event Printing of Stationery and Materials
• Design, print, and deliver materials as per MPLUN (SNA)’s approved formats, including:
o Brochures and flyers
o Event agendas and session guides
o Welcome letters
o Table tents/name cards
o Certificates of participation
o Feedback forms and feedback drop boxes
• Paper quality and size (GSM, A4/A5/legal) must follow specifications shared by MPLUN
(SNA) for each event.
2. Supply of Event Kits and Stationery
• Provide customized delegate kits for MSME participants and guests, which may include:
o Conference folders
o Notepads and pens
o Branded carry bags or envelopes
o USB drives (if requested)
• Branding must align with MoMSME’s IEC guidelines and must be approved prior to
production.
3. Print Quality Assurance and Consumables Management
• Ensure use of genuine toners, inks, and quality paper stock.
• Monitor consumables in real time and maintain stock buffer to avoid service interruptions.
• Ensure that all printers and output devices are well-maintained and do not produce blurred or
faded outputs.
4. Delivery and Timeliness
• Ensure all printed materials and stationery kits are delivered at least 1 day prior to the event
start.
• Transport and deliver items securely to the designated venue or MPLUN(SNA) office, as
advised.
• Provide packing slips and printed material lists with batch-wise tracking.
5. Post-Event Support and Inventory Reporting
• Submit a print usage and delivery report including:
o Number of pages printed/copied onsite
o Type and quantity of printed materials produced pre-event
o Number of kits/stationery items distributed
o List of any remaining stock
• Collect and return equipment within 24 hours of event closure (if deployed).
• Maintain a print logbook at each event for accountability.
7. Compliance and Service Standards
• All services must comply with MPLUN (SNA)'s quality expectations, timelines, and branding
standards. All materials to be provided in desired packaging, arranged folders to be provided at
required locations
• Agency must bear full responsibility for delays, printing errors, or mismatches.
• Agency must ensure confidentiality of printed content, particularly official documents and
certificates.

74
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Project Considerations
(Applicable to all categories under MPLUN–SNA Selection)
To ensure quality execution, compliance, and seamless coordination, the following project-level
considerations shall apply to all assignments undertaken by selected agencies:
1. Liaison and Coordination

• MPLUN (SNA) shall nominate a dedicated Point of Contact (PoC) or coordination team from
its management for interfacing with the Agency.

75
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• The Agency shall coordinate with the designated PoC throughout the project cycle – from
planning and mobilisation to execution and post-event closure.
2. Work Plan and Timeline Submissions
The Agency shall prepare and submit a comprehensive Work Plan (wherever applicable) prior to each
event or assignment. This shall include:

• Theme and design timelines


• Material mobilisation and logistics planning
• Installation and decommissioning schedule
• The plan must be submitted well in advance for review and approval by MPLUN (SNA) and its
designated representatives.
3. Quality Assurance and Technical Oversight (Wherever applicable)

• All equipment, installations, and materials deployed must conform to high-quality standards
and be in excellent working condition.
• The Agency must deploy a qualified technical workforce for installation, on-site operations, and
troubleshooting.
4. Venue Readiness and Regulatory Compliance (Wherever applicable)
The Agency must ensure the event venue is fully ready – with all components functional and tested – at
least one day prior to the event. The Agency shall be solely responsible for:

• Obtaining all required permissions, licenses, and NOCs from relevant authorities
• Bearing associated costs
• Submitting copies of approvals to MPLUN (SNA)
• Any non-compliance or legal/regulatory issues arising will be the sole responsibility of the
Agency. MPLUN (SNA) will bear no liability.
5. Event Documentation and Content Confidentiality

• The Agency must submit a minimum of 20 high-resolution photographs per event, covering
setup, participation, dignitaries, and key highlights.
• Photos must be delivered within 2 working days post-event, either digitally or via pen
drive/hard disk to MPLUN (SNA).
• All content captured remains the property of MPLUN (SNA). Any distribution, publication, or
third-party use of photos, videos, or reports requires prior written approval.
• The Agency must ensure confidentiality and prevent unauthorized sharing of any project-related
digital material.

Payment Schedule, Deliverables & Timelines


General Payment Terms (Applicable to All Categories)
1. The Agency shall raise an invoice including applicable taxes upon successful completion of
each assignment/event.
2. Payment shall be released by MPLUN (SNA) within 60 days of receipt of invoice, subject to:
o Verification of quantity and quality of deliverables
o Submission of required reports and supporting documentation

76
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

3. A separate work order shall be issued for each event or assignment.


4. Invoices must be submitted within 20 days of successful execution of the event/work.
5. No advance payment shall be made for general execution of work unless required for any
specific purposes.
6. Payment will be released only after:
o Completion of assignment as per approved scope
o Verification and approval of deliverables by MPLUN (SNA)
7. The Agency must mention the Indian bank account details in each invoice for payment.
8. The cost of mobilisation, including equipment, material, manpower, transport, and taxes shall
be borne by the Agency.
9. Reimbursements, wherever applicable, must be supported with original bills/invoices and
approved by MPLUN (SNA).

Annexures
• Annexure 1- Form 1: Letter of Submission of Proposal - To be added through online Tender
• Annexure 2 - Form 2 – Particulars of Bidders - To be added through online Tender
• Annexure 3 - Form 3 ‐ Self Declaration – No Blacklisting (on Letterhead)
• Annexure 4 - Form 4: Format for Annual Turnover
• Annexure 5 - Form 5: Undertaking (on Letterhead) - To be added through online Tender
• Annexure 6 - Form 6 – Bidder’s Experience - To be added through online Tender

77
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

• Annexure 7 - Form 7 – Non-Disclosure Agreement – After Tender Process


• Annexure 8 - - FORMAT FOR PRICE SCHEDULE (Rate performa)

ANNEXURE 1 - Form 1: Letter of Submission of Proposal - To be added through


online Tender
(On the Letter head of the Agency)

To,

Managing Director

78
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

MADHYA PRADESH LAGHU UDYOG NIGAM LTD.


(Nodal Agency under RAMP Scheme of MoMSME, GoI)
First Floor, Panchanan Bhawan, Malviya Nagar, Bhopal (MP)- 462 003

Subject: ‐ Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the
RAMP Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Sir,

1. With reference to your RFP document dated............, we, having examined the bidding
documents and understood their contents, hereby submit our proposal for the aforesaid
assignment. This proposal is unconditional.
2. We are applying for Category/categories
1)
2)
3)
3. All information provided in the proposal and in the appendices is true and correct.
4. This statement is made for the express purpose of qualifying as a bidder for undertaking the
assignment.
5. We shall make available to Madhya Pradesh Laghu Udyog Nigam Ltd. any additional
information it may find necessary for supplementing or to authenticate the Bid.
6. We acknowledge the right of Madhya Pradesh Laghu Udyog Nigam Ltd. to reject our
proposal without assigning any reason or otherwise and hereby waive our right to challenge
the same on any account whatsoever.
7. We certify that in the last three years, we have neither failed to perform on any contract,
as evidenced by imposition of a penalty or a judicial pronouncement or arbitration award,
nor been expelled from any project or contract nor have had any contract terminated for breach
on our part.
We declare that:

•We have examined and have no reservations to the Bidding Documents, including any
addendum/corrigendum issued by Madhya Pradesh Laghu Udyog Nigam Ltd.
• We do not have any conflict of interest in accordance the BID document.
• 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, as defined in the BID document, in respect of any tender or request for proposal
issued by or any agreement entered into with Madhya Pradesh Laghu Udyog Nigam Ltd.
or any other public sector enterprise or any Government (Central or State); and
• We hereby certify that we have taken steps to ensure that in conformity with the provisions
of the BID, no person acting for us or on our behalf has engaged or will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice, or restrictive
practice.
8. We understand that MPLUN (SNA) may cancel the bidding process at any time and that you
are neither bound to accept any proposal that you may receive nor to invite the bidders to bid

79
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

for the assignment, without incurring any liability to the bidders, in accordance with the BID
document.
9. We declare that we are not a member of any other firm submitting a proposal for the
assignment.
10. We further certify that regarding matters relating to security and integrity of the country, we
have not been charge‐sheeted by any agency of the Government or convicted by a Court of
Law for any offence committed by us or by any of our Associates.
11. We certify that we have not barred by any State/ Central Government of India, or any entity
controlled by them from participating in any project, and if the bar subsists on the date of
proposal, we will not be eligible to submit the proposal.
12. We undertake that in case due to any change in facts or circumstances during the bidding
process, we are attracted by the provisions of disqualification in terms of the guidelines
referred to above, we shall intimate Madhya Pradesh Laghu Udyog Nigam of the same
immediately.
13. We hereby irrevocably waive any right which we may have at any stage at law or howsoever
otherwise arising to challenge or question any decision taken by Madhya Pradesh Laghu
Udyog Nigam Ltd. in connection with the selection of the bidder, or in connection with the
bidding process itself, in respect of the above-mentioned assignment and the terms and
implementation thereof.
14. In the event of our being declared as the successful bidder, we agree to enter into an agreement
in accordance with the draft that will be provided to us. We agree not to seek any changes in
the aforesaid draft and agree to abide by the same.
15. We have studied the entire bidding document carefully. We understand that except to the
extent as expressly set forth in the agreement, we shall have no claim, right or title arising out
of any documents or information provided to us by Madhya Pradesh Laghu Udyog Nigam
Ltd. or in respect of any matter arising out of or concerning or relating to the bidding process
including the award of contract.
16. The management fee/ rates/ lumpsum rates/ percentages that have been quoted by us after
taking into consideration all the terms and conditions stated in the BID, draft Agreement.
17. The EMD in the form of Online/RTGS proof is attached.
18. We agree and understand that the proposal is subject to the provisions of the bidding
document. In no case, we shall have any claim or right of whatsoever nature if the assignment
is not awarded to us or our proposal is not opened.
19. We agree to keep this offer valid for 120 (hundred and twenty) days from the due date of
submission of proposal specified in the BID.
20. We agree and undertake to abide by all the terms and conditions of the BID document. In
witness thereof, we submit this proposal under and in accordance with the terms of the BID
document.
21. We confirm that all the rates quoted in our bid comply with the terms specified in this BID.
These rates, along with all other terms and conditions, shall remain valid for the entire
duration of the contract. We also acknowledge that all applicable taxes are included in the
prices stated in the Financial Bid.
22. Madhya Pradesh Laghu Udyog Nigam Ltd. reserves the right to reject our proposal in case of
any discrepancy or conditions found with our proposal.
23. We declare that our Bid Price is for the entire scope of the work as specified in the detailed
terms of reference document. Our bid prices are mentioned in the submitted Financial Bid.
24. Our Financial Bid shall be binding upon us subject up to expiration of the validity period of
the Proposal.

80
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

25. We understand you are not bound to accept any proposal you receive. We hereby declare that
our bid is made in good faith, without collusion or fraud and the information contained in the
bid is true and correct to the best of our knowledge and belief.

Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of the Firm/Bidder Address,
Telephone:

ANNEXURE 2 -Form 2 – Particulars of Bidders - To be added through online


Tender

1. Name of the Bidder:

2. Registered Office:

3. Date of Incorporation:

4. Core activities:

5. Details of main branches:

81
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

6. Details of contact persons:

7. Any other details:

Name:
Designation:
Contact tel. No:
Mobile no.:
Email ID:
Postal address:
(Signature of Authorized signatory)

ANNEXURE 3 - Form 3 ‐ Self Declaration – No Blacklisting (on Letterhead)


To be added through online Tender
Date:

To,

Managing Director
MADHYA PRADESH LAGHU UDYOG NIGAM LTD.

82
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

(Nodal Agency under RAMP Scheme of MoMSME, GoI)


First Floor, Panchanan Bhawan, Malviya Nagar, Bhopal (MP)- 462 003

In response to the Request for Proposal for Selection of Agencies for to execute
various activities under RAMP Scheme of the Ministry of MSME, Government of India, in Madhya
Pradesh, issued by Madhya Pradesh Laghu Udyog Nigam Ltd., as an Owner / Partner / Director
/ A u t h o r i z e d O f f i c e r of________________, I / We hereby declare that presently our
organization___________, at the time of bidding, is having unblemished record and is not
blacklisted or declared ineligible for corrupt & fraudulent practices either indefinitely or for a
particular period of time by any Central Government / State / Semi Government / or other
Government subsidiaries including autonomous bodies in India.

If this declaration is found to be incorrect then without prejudice to any other action that may be
taken, my/ our security may be forfeited in full and our bid, to the extent accepted, shall be cancelled.

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Authorized Signatory:

Name of Firm/ Bidder:

Date and Stamp of the Firm/Signatory

ANNEXURE 4 - Form 4: Format for Annual Turnover


To be added through online Tender (wherever applicable)

TO WHOMSOEVER IT MAY CONCERN

We have verified the books of accounts and related record of M/s… situated at
address of the Firm/company………………… and on verification of the records, we hereby certify
that average turnover of this mentioned entity/firm during the last three (3) financial years which
are as under:

83
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

S. No. Financial Year (FY) Turnover (In Rs.)


1 2022-23
2 2023-24
3 2024-25
Average Annual Turnover of last three (3)
financial years

Place:
Date:
Sign & seal of Chartered Accountant:
Membership no.:

ANNEXURE 5 - Form 5: Undertaking (on Letterhead) - To be added through


online Tender

To,
Managing Director
MADHYA PRADESH LAGHU UDYOG NIGAM LTD.
(Nodal Agency under RAMP Scheme of MoMSME, GoI)
First Floor, Panchanan Bhawan, Malviya Nagar, Bhopal (MP)- 462 003
Sub: Request for Proposal for Selection of Agencies for various Scope of Work under RAMP
Scheme of MoMSME, GoI in Madhya Pradesh

84
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Dear Sir,
We have examined in detail and have understood the terms and conditions stipulated in the RFP issued
by Madhya Pradesh Laghu Udyog Nigam Ltd. Our Proposal is consistent with all requirements of
submission as stated in the RFP or in any of the subsequent communication issued by Madhya Pradesh
Laghu Udyog Nigam Ltd. We would be solely responsible for any errors or omissions in our Proposal.
We hereby declare that we have read and understood the terms and conditions of this RFP and examined
and understood and satisfied ourselves regarding the content of the various agreements, declarations
and deeds to be executed and do hereby undertake to execute them when called upon to do so and commit
in unequivocal terms, in letter and spirit, that the project shall be implemented as per the comprehensive
stipulations and requirements that have been spelt out by Madhya Pradesh Laghu Udyog Nigam Ltd, in
this RFP and Bidding Documents including adherence to the areas / capacities / specifications / regulations
as have been detailed by Madhya Pradesh Laghu Udyog Nigam Ltd in this regard.
We also commit to abide by the decision of Madhya Pradesh Laghu Udyog Nigam Ltd on all matters
relating to the implementation of the Project and thereafter, the operation and management of the Project.

Yours Faithfully

Authorized Signature [In full and initials]:

Name and Title of Authorized Signatory:

Name of Firm/ Bidder:

Date and Stamp of the Firm/Signatory

ANNEXURE 6 -Form 6 – Bidder’s Experience - To be added through online


Tender

Instructions to fill the form


1) Please include Narrative Description of the work in format below, contact details of the Client and
supporting documents.
2) Include experience as required in various categories like awareness program, capacity building
programs, buyer-seller meets, vendor development program, handholding programs etc. among
others, Industrial linkages for enabling backward & forward linkages.
3) For offices in India (Please provide list including state, address, GST Details, SPOC details).
4) Work force of Employees of the Organization. (List of employees on CA letterhead duly attested)

85
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Assignment/ MoU: (Use separate sheet for each project/workorder/assignment/ MoU)


Project Location Professional Staff Provided

Name of the Client No. of Staff:

No. of Man months:


Start Date Completion Date Approx. Value of Services
Narrative Description of the Project

Detailed Description of Services Provided by the Firm

Contact Details of the Client

ANNEXURE 7 - Form 7 – Non-Disclosure Agreement – After Tender


Process

(to be submitted by successful bidder post issue of Work Order)

This Non-Disclosure Agreement ("Non-Disc") is made and entered into day of _______month
_____year (effective date) by and between Madhya Pradesh Laghu Udyog Nigam ("MPLUN") and
_________________________________ ("Agency")

86
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Whereas Madhya Pradesh Laghu Udyog Nigam and Agency have entered into an Agreement effective
from _____ AND for ________

Whereas, each party desires to disclose to the other party certain information in oral or written form which
is proprietary and confidential to the disclosing party, ("CONFIDENTIAL INFORMATION"). The
confidentiality obligations shall survive the termination of this Contract.
NOW, THEREFORE, in consideration of the foregoing and the covenants and agreements contained
herein, the parties agree as follows:
Definitions. As used herein:
1. The term “Confidential Information” shall include, without limitation, all information and
materials, provided by Madhya Pradesh Laghu Udyog Nigam to the Agency in connection with
users/ persons/ MSMEs data, products and/ or services, including information transmitted in
writing, orally, visually, or on magnetic or optical media, and including all proprietary
information, MSME lists, trade secrets, methods and, licensed document know-how, ideas,
concepts, and other intellectual property relating to the disclosing party’s data, computer
database, products and/ or services. Results of any tests, sample surveys, analytics, data mining
exercises or usages etc. carried out by the receiving party in connection with the Madhya Pradesh
Laghu Udyog Nigam’s information including users/ persons/ MSMEs personal or sensitive
personal information as defined under any law for the time being in force shall also be considered
Confidential Information.
2. The term, “Madhya Pradesh Laghu Udyog Nigam” shall include the officers, employees,
agents, consultants, contractors and representatives of Madhya Pradesh Laghu Udyog Nigam.
3. The term, “Agency” shall include the directors, officers, employees, agents, consultants,
contractors and representatives of Selected Agency, including its applicable affiliates and
subsidiary companies.
4. Protection of Confidential Information. With respect to any Confidential Information disclosed
to it or to which it has access, Company affirms that it shall:

a) Maintain the Confidential Information in strict confidence and take all reasonable steps
to enforce the confidentiality obligations imposed hereunder, but in no event take less
care with the Confidential Information that the parties take to protect the confidentiality
of its own proprietary and confidential information and that of its clients.
b) Use the Confidential Information as necessary only in connection with Project and in
accordance with the terms and conditions contained herein.
c) Not to make or retain copy of any users/ persons/ MSMEs database, Proposals
developed by or originating from Madhya Pradesh Laghu Udyog Nigam or any of the
prospective clients of Madhya Pradesh Laghu Udyog Nigam except as necessary,
under prior written intimation from Madhya Pradesh Laghu Udyog Nigam, in
connection with the Project, and ensure that any such copy is immediately
returned to Madhya Pradesh Laghu Udyog Nigam even without express demand
from Madhya Pradesh Laghu Udyog Nigam to do so.
d) Not disclose or in any way assist or permit the disclosure of any Confidential
Information to any other person or entity without the express written consent of the other
party; and

87
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

e) Return to the other party, or destroy, at Madhya Pradesh Laghu Udyog Nigam’s
discretion, any and all Confidential Information disclosed in oral/ printed form or other
permanent record, or in any other tangible form (including without limitation, all copies,
notes, extracts, analyses, studies, summaries, records and reproductions thereof)
immediately upon the earlier to occur of (i) expiration or termination of either party’s
engagement in the Project, or (ii) the request of the other party therefore.
f) Not to discuss with any member of public, media, press, any or any other person about
the nature of agreement (including rates) entered between Madhya Pradesh Laghu
Udyog Nigam and Agency or the nature of services to be provided by the Agency to
Madhya Pradesh Laghu Udyog Nigam.

5. Onus - Agency shall have the burden of proving that any disclosure or use, inconsistent with the
terms and conditions which falls within any of the following exceptions.
6. Exceptions - These restrictions as enumerated in this Agreement shall not apply to any
Confidential Information:
a) Which is independently developed by Agency or lawfully received from another source
free of restriction and without breach of this Agreement; or
b) After it has become generally available to the public without breach of this Agreement
by Agency; or
c) Which at the time of disclosure to Agency was known to such party free of restriction
and evidenced by documentation in such party’s possession; or
d) Which Madhya Pradesh Laghu Udyog Nigam agrees in writing is free of such
restrictions.
e) Which is received from a third party not subject to the obligation of confidentiality with
respect to such Information.
7. Remedies - Agency acknowledges that (a) any actual or threatened disclosure or use of the
Confidential Information by Agency would be a breach of this agreement and may cause
immediate and irreparable harm to Madhya Pradesh Laghu Udyog Nigam ; (b) Agency affirms
that damages from such disclosure or use by it may be impossible to measure accurately; and (c)
injury sustained by Madhya Pradesh Laghu Udyog Nigam may be impossible to calculate and
remedy fully. Therefore, Agency acknowledges that in the event of such a breach, Madhya
Pradesh Laghu Udyog Nigam shall be entitled to receive penalty obligations contained in this
Agreement. In addition, Agency shall indemnify Madhya Pradesh Laghu Udyog Nigam of the
actual and liquidated damages, which may be demanded by Madhya Pradesh Laghu Udyog
Nigam. Moreover, Madhya Pradesh Laghu Udyog Nigam shall be entitled to recover all costs
(including reasonable attorneys’ fees) which it or they may incur in connection with
defending its interests and enforcement of legal rights arising due to a breach of this agreement
by Agency.
8. Need to Know. Agency shall restrict disclosure of such Confidential Information to its employees
and/ or consultants with a need to know (and advise such employees of the obligations assumed
herein), shall use the Confidential Information only for the purposes set forth in the Agreement,
and shall not disclose such Confidential Information to any affiliates, subsidiaries, associates and/
or third party without prior written approval of the disclosing party.

88
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

9. Intellectual Property Rights Protection - No license to a party, under any trademark, patent,
copyright, design right, mask work protection right, or any other intellectual property right is
either granted or implied by the conveying of Confidential Information to such party.
10. No Conflict - The parties represent and warrant that the performance of its obligations hereunder
does not and shall not conflict with any other agreement or obligation of the respective parties to
which they are a party or by which the respective parties are bound.
11. Authority - The parties represent and warrant that they have all necessary authority and power to
enter into this Agreement and perform their obligations hereunder.
12. Dispute Resolution - If any difference or dispute arises between the Madhya Pradesh Laghu
Udyog Nigam and the Agency in connection with the validity, interpretation, implementation or
alleged breach of any provision of this Agreement, any such dispute shall be referred to Madhya
Pradesh Laghu Udyog Nigam, Bhopal.
a) The arbitration proceedings shall be conducted in accordance with the (Indian)
Arbitration & Conciliation Act, 1996 & amendments thereof.
b) The place of arbitration shall be the Bhopal, Madhya Pradesh. The arbitrator’s award
shall be substantiated in writing and binding on the parties.
c) The proceedings of arbitration shall be conducted in English language.
d) The arbitration proceedings shall be completed within a period of 180 days from the date
of reference of the dispute to arbitration.
13. Governing Law - This Agreement shall be interpreted in accordance with and governed by the
substantive and procedural laws of India and the parties hereby consent to the exclusive
jurisdiction of Courts and/ or Forums situated at Bhopal, Madhya Pradesh only.
14. Entire Agreement. This Agreement constitutes the entire understanding and agreement of the
parties, and supersedes all previous or contemporaneous agreement or communications, both oral
and written, representations and under standings among the parties with respect to the subject
matter hereof.
15. Amendments - No amendment, modification and/ or discharge of this Agreement shall be valid
or binding on the parties unless made in writing and signed on behalf of each of the parties by
their respective duly authorized officers or representatives.
16. Binding Agreement - This Agreement shall be binding upon and inure to the benefit of the parties
hereto and their respective successors and permitted assigns.
17. Severability - It is the intent of the parties that in case any one or more of the provisions contained
in this Agreement shall be held to be invalid or unenforceable in any respect, such provision shall
be modified to the extent necessary to render it, as modified, valid and enforceable under
applicable laws, and such invalidity or unenforceability shall not affect the other provisions of
this Agreement.
18. Waiver - If either party should waive any breach of any provision of this Agreement, it shall not
thereby be deemed to have waived any preceding or succeeding breach of the same or any other
provision hereof.
19. Survival - Both parties agree that all their obligations undertaken herein with respect to
Confidential Information received pursuant to this Agreement shall survive till perpetuity even
after any expiration or termination of this Agreement.

IN WITNESS HEREOF, and intending to be legally bound, the parties have executed this
Agreement to make it effective from the date and year first written above.

89
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

For Madhya Pradesh Laghu Udyog Nigam,

For Agency,
Name:
Title:
WITNESSES:
1.
2

ANNEXURE 8 - FORMAT FOR PRICE SCHEDULE (Rate


Performa)
(To be submitted by the bidder mentioning make and model (wherever applicable) and quoted/ not
quoted)

Make and Price Quoted/


Sr. No Item Code Category Item Description
Model Not Quoted

90
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

(Wherever
applicable)

Vendor Development
1 SMC 6103001 Category 1 Programmes (VDPs) –
(Category 1)
Capacity Building
2 SMC 6103002 Category 2
Workshops (Category 2)
Exposure Visits (MSME
3 SMC 6103003 Category 3 Clusters, MICE Events)
(Category 3)
Event Management
4 SMC 6103004 Category 4
Services (Category 4)
3D Printer 220x220x250
mm FDM, PLA/ABS,
5.01 SMC 6103005 Category 5
heated bed, USB/SD
(Category 5)
3D Scanner Handheld
High-res, 0.1 mm accuracy,
5.02 SMC 6103006 Category 5
USB, CAD compatible
(Category 5)
AV System Fullset
Amplifier, ceiling speakers,
5.03 SMC 6103007 Category 5
wireless mic, mixer, control
panel (Category 5)
5.04 SMC 6103008 Category 5 Admin Tables (Category 5)
Beanbags XL Washable
5.05 SMC 6103009 Category 5 cover, EPS refill, dual
stitching (Category 5)
Bookcases / Display
Shelves 6ft Open wooden,
5.06 SMC 6103010 Category 5
termite-resistant (Category
5)
Branding Posters A2, foam
board or laminated, full-
5.07 SMC 6103011 Category 5
color, corporate branding
(Category 5)
Brochure Stand Sit 3.5
5.08 SMC 6103012 Category 5 ft,powder-coated frame,
floor-mounted (Category 5)
CCTV Cameras 1080p
Dome, IR night vision,
5.09 SMC 6103013 Category 5
2MP, DVR-compatible
(Category 5)
5.10 SMC 6103014 Category 5 Cleaning Kit (Category 5)
Coffee Tables 2x2 ft
5.11 SMC 6103015 Category 5 Wood/glass top, powder-
coated frame (Category 5)
Computer Terminal i3, 8GB
RAM i5, 8GB RAM,
5.12 SMC 6103016 Category 5
256GB SSD, Wi-Fi
(Category 5)

91
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Cooling System 1Ton


Inverter split/cassette,
5.13 SMC 6103017 Category 5
copper condenser, 3-star
(Category 5)
DVR/NVR: 8 channel 8-
5.14 SMC 6103018 Category 5 channel hybrid, 2TB HDD,
remote access (Category 5)
Desktop PCs i5, 8GB RAM
, 256 GB SSD pre-installed
Wiinstscs OS, and basic
5.15 SMC 6103019 Category 5 productivity software. 19-
21 inch LED monitor,
keyboard, and optical
mouse. (Category 5)
Digital Signage Display 32-
inch, Smart TV, Full HD,
5.16 SMC 6103020 Category 5
HDMI/USB, wall mount
(Category 5)
Display Tables / Plinths
3x2 ft 3x3 ft, wood,
5.17 SMC 6103021 Category 5
collapsible, branding panel
(Category 5)
Drawer Units / Lockers 2x2
5.18 SMC 6103022 Category 5 ft 3-drawer, steeV/wood,
lockable (Category 5)
Dustbins (Dry/Wet) 20L
5.19 SMC 6103023 Category 5 15L, color-coded, swing lid,
labeled (Category 5)
Ergonomic Chairs Standard
Swivel, adjustable height,
5.20 SMC 6103024 Category 5
mesh back, lumbar support
(Category 5)
Executive Desk + Chair 6ft
5x2.5 ft laminated desk,
5.21 SMC 6103025 Category 5
drawers, cushioned high-
back chair (Category 5)
Exhaust Fans ginch 8-inch
5.22 SMC 6103026 Category 5 wall mount, thermal fuse
protected (Category 5)
Filing Cabinets 3 drawer 3-
drawer, powder-coated
5.23 SMC 6103027 Category 5
metal, anti-rust finish
(Category 5)
Fire Extinguisher ABC type
5.24 SMC 6103028 Category 5 Akg CO2, ISI certified,
wall-mounted (Category 5)
Firewall Standard 1Gbps,
5.25 SMC 6103029 Category 5 Cisco/Mikrotik, dual WAN,
VPN support (Category 5)
First Aid Kit Box Wall box
5.26 SMC 6103030 Category 5 with antiseptic, gloves,
CPR mask (Category 5)

92
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Glass Display Cabinets Sft


5.27 SMC 6103031 Category 5 Toughened glass, LED lit,
lockable (Category 5)
LED Display Screen 43-
inch, Smart TV, USB/HDM
5.28 SMC 6103032 Category 5
I, tilt wall mount (Category
5)
Lab Benches / Worktables
5x2.5 ft Epoxy-coated, anti-
5.29 SMC 6103033 Category 5
static top, steel frame
(Category 5)
Lounge Sofa / Seating 3-
seater Stain-resistant,
5.30 SMC 6103034 Category 5
modular design (Category
5)
Maintenance Tool Kit
Fullset ‘Complete set for
5.31 SMC 6103035 Category 5
equipment maintenance
(Category 5)
Managed Network Switch
24-port Layer 2/3, VLAN,
5.32 SMC 6103036 Category 5
PoE, rack-mounted
(Category 5)
Rectangular or oval
meeting tables made from
5.33 SMC 6103037 Category 5
25 mm (Particle board
2mm) (Category 5)
Meeting Tables PVC edge
banding. Supported by a
powder-coated steel or
5.34 SMC 6103038 Category 5
laminated wood base.
Suitable for 6 to 8
participants. (Category 5)
Microwave Oven 20L Solo,
5.35 SMC 6103039 Category 5 timer, mechanical knob
(Category 5)
Mini CNC Machine
Desktop 3-axis, GRBL,
5.36 SMC 6103040 Category 5 wood/acrylic/PCB, spindle
motor, controller (Category
5)
Mini Milling Machine
Bench-top 500W motor, for
5.37 SMC 6103041 Category 5
metaVplastic, adjustable
table (Category 5)
Mini Radial Drill Machine
Bench-top 500 mm swing,
5.38 SMC 6103042 Category 5
100 mm spindle travel, 0.5
HP motor (Category 5)

93
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Modular Desks table 4 X 2


feet is designed with a 25
mm pre-laminated board
top, edge-banded 2mm
PVC for durability. The
5.39 SMC 6103043 Category 5
desk includes cable
management grommets,
feet (Height) panels, and
adjustable leg levelers
(Category 5)
Patch Panel & Network
Cabling 24-port CATE, 24-
5.40 SMC 6103044 Category 5
port, IO boxes, structured
LAN (Category 5)
Poster Boards 3x4 ft A1
foam board, clips,
5.41 SMC 6103045 Category 5
wall/standee mount
(Category 5)
Printer/Scanner
(Multifunction) All-in-One
5.42 SMC 6103046 Category 5 A4/A3, WiFi, duplex,
print/copy/scan (Category
5)
Projector & Screen 120-
inch 120-inch retractable
5.43 SMC 6103047 Category 5 screen, ceiling projector,
Full HD, 3000+ lumens
(Category 5)
Reception Desk 5x2.5 ft
5x2.5 ft, laminated, cable
5.44 SMC 6103048 Category 5
management, storage
(Category 5)
Refrigerator 100L AOOL,
5.45 SMC 6103049 Category 5 double-door, frost-free,
energy-rated (Category 5)
Safety Gear Set Standard
Gloves, goggles, masks,
5.46 SMC 6103050 Category 5
helmet, earplugs, vest
(Category 5)
Safety Gloves and Bins
5.47 SMC 6103051 Category 5 Standard Gloves + color-
coded bins (Category 5)
Sanitary Bins Standard
5.48 SMC 6103052 Category 5 15L, pedal open (Category
5)
Semi-enclosed Cubicle
Desks 5-seat 12x6 ft, 5-seat,
5.49 SMC 6103053 Category 5
partitions, power/data ports
(Category 5)
Server Racks, Lockable,
5.50 SMC 6103054 Category 5 cable mgmt, fan tray, metal
(Category 5)

94
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Serving Counter/Cabinets
5.51 SMC 6103055 Category 5 sft Soft-close, waterproof
laminated (Category 5)
Storage Cabinets / Lockers
Standard CRCA metal, 4-6
5.52 SMC 6103056 Category 5
lockable compartments
(Category 5)
Storage Racks Sit 5-tier
5.53 SMC 6103057 Category 5 metallic/polymer, heavy-
duty (Category 5)
Storage Shelves 4ft Wall-
5.54 SMC 6103058 Category 5 mounted/free-standing,
wooden/metal (Category 5)
Study Table + Chairs 4-
seater Wooden/metal set,
5.55 SMC 6103059 Category 5
footrest, modesty panel
(Category 5)
Table Lamps LED 360°
5.56 SMC 6103060 Category 5 rotating neck, 5-7W, touch
control (Category 5)
Tables 6ft 25 mm pre-
laminated particle board,
5.57 SMC 6103061 Category 5 PVC edge banding,
powder-coated base
(Category 5)
Tea/Coffee Vending
Machine Instant 2-4
5.58 SMC 6103062 Category 5
canisters, auto-dispense, 3-
5L tank (Category 5)
Testing Instruments
Various Digital
5.59 SMC 6103063 Category 5
testers/meters specific to
domain use (Category 5)
Toilet Accessories Fullset
Mirror, soap dispenser,
5.60 SMC 6103064 Category 5
hand dryer, bin (Category
5)
Tool Kit Standard 50+
5.61 SMC 6103065 Category 5 items: spanners, wrenches,
screwdrivers (Category 5)
UPS / Inverter System
2KVA Inverter system with
4-6 hour backup, wall-
5.62 SMC 6103066 Category 5
mounted, capacity from 1-2
kVA depending on load.
(Category 5)
Visitor Chairs leatherette or
5.63 SMC 6103067 Category 5
fabric. (Category 5)
Visitor Management Kiosk
10-inch tablet Interactive
5.64 SMC 6103068 Category 5
21+ inch kiosk with
touchscreen, QR scanner,

95
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

ticket printer for visitor


logging. (Category 5)

Wall Panels / Info Wall 6x4


ft PVC/magnetic/laminated
5.65 SMC 6103069 Category 5 panels used for branding,
directions or info display;
wall-mounted. (Category 5)
Water Dispenser 20L
Hot/cold, floor-mounted,
5.66 SMC 6103070 Category 5
RO compatible (Category
5)
Whiteboards 3x4tt
5.67 SMC 6103071 Category 5 Magnetic whiteboards
(Category 5)
Dual-band enterprise-grade
Wi-Fi router with support
for 2.4 GHz and 5 GHz
bands, providing seamless
internet access across the
incubation space. Features
include multiple SSIDs,
Wi-Fi Router Dual band
5.68 SMC 6103072 Category 5 guest network access,
firewall settings, and load
balancing. Designed for
medium-density usage with
secure connectivity for up
to 50 simultaneous users.
Wall or ceiling mountable
for optimal coverage.
(Category 5)
Lab Infrastructure
Development (service
5 SMC 6103073 Category 5 charge on overall
procurement cost)
(Category 5)
Research, Surveys, Techno-
6 SMC 6103074 Category 6 Economic Studies
(Category 6)
Creative Design -Design
posters, standees,
certificates, presentation
7.01 SMC 6103075 Category 7 templates and workshop
branding for ZED
Certification trainings -15
creatives (Category 7)
Print Media Campaigns
(Newspapers, Brochures) -
7.02 SMC 6103076 Category 7 Plan and execute print
campaigns across regional
and national newspapers

96
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

and distribute brochures


and leaflets (Category 7)

Electronic Media (TV/FM


Spots) -Produce and air
radio jingles and TV
7.03 SMC 6103077 Category 7 advertisements focusing on
RAMP scheme benefits and
MSME capacity building
(Category 7)
Event Press Kit Creation
(Speaker briefs, banners) -
Develop comprehensive
7.04 SMC 6103078 Category 7 event press kits including
speaker bios, press invites,
schedules, collateral
handouts (Category 7)
Media Coverage
Coordination (Pre/Post
Event) -Coordinate
journalist/media house
7.05 SMC 6103079 Category 7
invitations, coverage
confirmation, and post-
event media interactions
(Category 7)
Video Production -
Testimonials, Case Studies
-Create high-quality videos
7.06 SMC 6103080 Category 7
featuring beneficiary
MSMEs, interventions,
impact (Category 7)
SMS/WhatsApp Campaigns
for MSMEs -Push
awareness and workshop
7.07 SMC 6103081 Category 7
info via bulk SMS and
WhatsApp broadcast tools
D89 (Category 7)
Hoardings & Outdoor
Advertising -Design and
7.08 SMC 6103082 Category 7 display hoardings at
strategic public spots and
event venues (Category 7)
Media Briefing Sessions
(PR Events) -Organize
media briefing events for
7.09 SMC 6103083 Category 7
press sensitization and
stakeholder Q&A (Category
7)

97
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Media Clipping &


Repository Maintenance -
Maintain a repository of
7.10 SMC 6103084 Category 7
news articles, video links,
and digital clippings
(Category 7)
Overall total cost PR and
7 SMC 6103085 Category 7
Advertising (Category 7)
Social Media Promotions
(Posts, Ads, Engagement)--
Strategically manage
content calendars, platform
posting, and ad targeting
across Facebook,
Instagram, LinkedIn, and
8.01 SMC 6103086 Category 8 Twitter. Ensure timely posts
aligned with MSME-related
events, policies, and
outreach. Design high-
quality carousels, reels,
infographics, and awareness
posts with branding
guidelines. (Category 8)
Influencer Engagement
(Social Media Influencers)-
-Identify and onboard
domain-relevant micro and
macro influencers to create
engaging reels,
8.02 SMC 6103087 Category 8 testimonials, or product
showcases. Monitor
influencer engagement,
campaign adherence, and
analytics reporting for
targeted outreach to MSME
communities. (Category 8)
Video Production -
Testimonials, Case Studies-
-Script, shoot, and edit
videos capturing MSME
success stories, policy
benefits, and testimonials.
8.03 SMC 6103088 Category 8 Integrate subtitles,
transitions, and brand
identifiers. Ensure regional
language voiceovers as per
target audience. Focus on
outcome-oriented
storytelling. (Category 8)

98
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

SMS/WhatsApp Campaigns
for MSMEs--Develop
mobile-friendly campaigns
using SMS and WhatsApp
tools to send event alerts,
scheme updates,
registration links, and
8.04 SMC 6103089 Category 8
follow-up messages to
MSMEs. Ensure
compliance with
TRAI/DLT norms. Track
delivery, click-through, and
read rates. (tentative for 100
- 10000 users) (Category 8)
Event Highlights (Live
Posting, Photo Albums)--
Conduct live social media
coverage during MSME
workshops/events. Capture
behind-the-scenes,
8.05 SMC 6103090 Category 8
stakeholder remarks, and
key moments. Curate and
post photo albums and story
highlights within 24 hours
to ensure engagement
continuity. (Category 8)
Overall total cost Social
8 SMC 6103091 Category 8 Media & Digital Marketing
(Category 8)
Air Ticket booking
Category 9 (Domestic – Economy
9.01 SMC 6103092
(Group 1) Class) - Category 9 (Group
1)
Domestic Ticket
Category 9
9.02 SMC 6103093 cancellation - Category 9
(Group 1)
(Group 1)
Category 9 Rail Ticket Booking -
9.03 SMC 6103094
(Group 1) Category 9 (Group 1)
Category 9 Rail Ticket Cancellation-
9.04 SMC 6103095
(Group 1) Category 9 (Group 1)
Service charges on Hotel
Category 9 Reservations (on per
9.05 SMC 6103096
(Group 1) booking basis)- Category 9
(Group 1)
Airport Assistance /
Category 9 Protocol service – per
9.06 SMC 6103097
(Group 1) instance- Category 9
(Group 1)
Boarding (Food Services:
Category 9
9.07 SMC 6103098 Breakfast/Lunch/Dinner/Hi-
(Group 1)
tea) Coordination – Per

99
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Meal Set- Category 9


(Group 1)

Event Catering (Buffet


Category 9 Lunch/Dinner) – Per Person
9.08 SMC 6103099
(Group 1) – Veg- Category 9 (Group
1)
Food Packet Distribution
Category 9 (Packed Meal - veg) – Per
9.09 SMC 6103100
(Group 1) Person- Category 9 (Group
1)
Local Transport – Sedan
Category 9
9.10 SMC 6103101 Car (Per Day/8 hours or 80
(Group 2)
kms)- Category 9 (Group 2)
Local Transport –
Category 9 SUV/Innova (Per Day/8
9.11 SMC 6103102
(Group 2) hours or 80 kms)- Category
9 (Group 2)
Local Transport – Tempo
Category 9
9.12 SMC 6103103 Traveller (16 seater) – Per
(Group 2)
Day- Category 9 (Group 2)
Ground Logistics – Bus
Category 9 (AC) – Per Day or Per Trip
9.13 SMC 6103104
(Group 2) (upto 100 kms)- Category 9
(Group 2)
Overall total cost Logistics,
9 SMC 6103105 Category 9 Accommodation, and
Travel Support- Category 9
B/W Printing (A4)-80
10.01 SMC 6103106 Category 10 GSM, single side, laser
print (Category 10)
B/W Printing (A3)-80
10.02 SMC 6103107 Category 10 GSM, single side, laser
print (Category 10)
Color Printing (A4)-100
10.03 SMC 6103108 Category 10 GSM, single side, laser
print (Category 10)
Color Printing (A3)-100
10.04 SMC 6103109 Category 10 GSM, single side, laser
print (Category 10)
Colored Print - A3-130
10.05 SMC 6103110 Category 10 GSM, multicolor (Category
10)
Duplex Printing-Both sides,
10.06 SMC 6103111 Category 10 (A4), 80 GSM B/W
(Category 10)
Spiral Binding-A4/A3
10.07 SMC 6103112 Category 10 reports, plastic cover
(Category 10)

100
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Hard Binding with Cover-


10.08 SMC 6103113 Category 10 300 GSM cover, inner 100
GSM (Category 10)
Brochures (4-page, A4
folded)-Glossy 170 GSM,
10.09 SMC 6103114 Category 10
multicolor, center staple
(Category 10)
Flyers (A4 single sheet)-
10.10 SMC 6103115 Category 10 100 GSM, multicolor, one-
sided (Category 10)
Certificates (A4)-300 GSM
10.11 SMC 6103116 Category 10 art card, color print, border
design (Category 10)
Booklets (up to 20 pages)-
130 GSM inner, 250 GSM
10.12 SMC 6103117 Category 10
cover, stapled (Category
10)
Notepads-A5 size, 50
10.13 SMC 6103118 Category 10 pages, branded cover
(Category 10)
Letterheads-A4 size, 100
10.14 SMC 6103119 Category 10 GSM executive bond, logo
printed (Category 10)
Envelopes-10"x4.5",
10.15 SMC 6103120 Category 10 windowed, 90 GSM printed
(Category 10)
Folders with Flap and
Logo-A4 size, 300 GSM,
10.16 SMC 6103121 Category 10
multicolor printed
(Category 10)
Ballpoint Pens-Branded,
10.17 SMC 6103122 Category 10 blue ink, logo printed
(Category 10)
Writing Pads (Conference
10.18 SMC 6103123 Category 10 Use)-A4, 25 sheets, printed
cover (Category 10)
2-Fold Brochure A3
(RAMP Scheme)-A3 size,
10.19 SMC 6103124 Category 10 folded to A4, 170 GSM art
paper, multicolor (Category
10)
Trifold Brochure (Legal
Size - 9x14)-170 GSM,
10.20 SMC 6103125 Category 10 gloss finish, MSME Policy
Handbook, trifold
(Category 10)
File Folder -Handmade
sheet, printed on both sides,
10.21 SMC 6103126 Category 10
flap and string (Category
10)

101
Bid No. 24031- A Bid Issue date: 03-07-2025
Request for Proposal (RFP) for Selection of Agencies to Execute Various Activities under the RAMP
Scheme of the Ministry of MSME, Government of India, in Madhya Pradesh

Note Pad (10 Pages)-A5


size, 10 pages, RAMP
10.22 SMC 6103127 Category 10
branding, soft cover
(Category 10)
Ballpoint Pen printng with
Logo-Branded pen, blue
10.23 SMC 6103128 Category 10
ink, printed RAMP logo
(Category 10)
Flex Printing - Outdoor
Banner-13 oz vinyl,
10.24 SMC 6103129 Category 10
multicolor, with eyelets
(Category 10)
Acrylic Sheet Printing
(Display)-
Transparent/colored acrylic
10.25 SMC 6103130 Category 10
sheet with RAMP design,
3mm thickness (Category
10)
Standee Printing-6x2.5 ft,
flex or eco-solvent print
10.26 SMC 6103131 Category 10
with roll-up stand
(Category 10)
Backdrops for Events-10x8
ft, multicolor flex with
10.27 SMC 6103132 Category 10
mounting eyelets (Category
10)
Posters (Awareness)-A2
10.28 SMC 6103133 Category 10 size, 130 GSM gloss, color
print (Category 10)
Sunboard Printing - 3 mm
10.29 SMC 6103134 Category 10 sunboard, vinyl pasted,
multicolor (Category 10)
Vinyl Poster Printing -
10.30 SMC 6103135 Category 10 Vinyl print, multicolor,
durable ink (Category 10)
Glossy Lamination - A4-
10.31 SMC 6103136 Category 10 Gloss finish, heat sealed on
single (Category 10)
Glossy Lamination - A3-
10.32 SMC 6103137 Category 10 Gloss finish for documents
or posters (Category 10)
Overall total cost Printing
10 SMC 6103138 Category 10 Services & Stationery
(Category 10)

102

You might also like