crafts instructor trainingscheme(cits) …dget.nic.in/upload/files/58af001dd777erfp.pdf ·...

58
0 Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal. No. MSDE-18012/04/2017-TTC Government of India Ministry of Skill Development & Entrepreneurship Directorate General of Training Request for proposal for End-to-End solution for conducting On-Line All India Trade Test For CRAFTS INSTRUCTOR TRAININGSCHEME(CITS) And APPRENTICESHIP TRAINING SCHEME (ATS) On PAN India Basis Under the aegis of NCVT

Upload: dodat

Post on 24-Apr-2018

223 views

Category:

Documents


2 download

TRANSCRIPT

0

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

No. MSDE-18012/04/2017-TTC Government of India

Ministry of Skill Development & Entrepreneurship

Directorate General of Training

Request for proposal

for End-to-End solution for conducting

On-Line All India Trade Test

For CRAFTS INSTRUCTOR TRAININGSCHEME(CITS)

And APPRENTICESHIP TRAINING SCHEME (ATS)

On

PAN India Basis

Under the aegis of NCVT

1

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

Table of Contents

Contents

1. Definition & Acronyms............................................................................................................3

2. Letter of Invitation....................................................................................................................4

3. Bid Datasheet...........................................................................................................................5

4. Background .............................................................................................................................7

5. Scope of Work.........................................................................................................................10

6. Eligibility and Pre-Qualification Criteria…………………………………………………….12

7. Quality………………………………………………………………………………………..13

8. Secrecy………………………………………………………………………………………14

10. Invoicing…………………………………………………………………………………......15

12. Business Continuity…………………………………………………………………………..16

15. Roles and Responsibilities........................................................................................................18

17. Deliverables…………………………………………………………………………………..18

20. Bid Evaluation Method……………….....................................................................................20

20.1 Scrutiny………………………………………………………………………………….20

20.2 Technical Evaluation Framework……………………………………………………….20

20.3 Technical Evaluation…………………………………………………………………….21

20.5 Financial Evaluation Framework………………………………………………………..22

21. General Terms and Conditions.................................................................................................24

21.1 Instruction to Bidders`....................................................................................................24-29

21.2 Change Management……….....................................................................................................29

21.10 Liquidating damages………………………………………………………………………….31

21.13 Force Majeure...…...........................................................................................................32

21.15.2 Resolution of Disputes………………………………………………………………..32

22. Special Conditions of the contract…………..............................................................................35

2

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

24 Format for Technical Bid...............................................................................................................37

25. Financial Bid………….………………………………………………………………………….37

27. Required Service Level (SLA)..………………………………………………………………….37

28. Proposal Submission Forms...........................................................................................................39

28.4 Bidders Particulars……….......................................................................................................44

28.5 Format of Furnishing relevant experience...............................................................................45

28.6 Query Format…………………………………………………………………………………46

28.7 Format of Work Plan………….………………………………………………………………46

28.12 Format of Curriculum Vitae for proposed Professional Staff……………………………….47

28.13 Format of Financial Proposal ................................................................................................49

28.14 FORM 11: Format of Performance Bank Guarantee……......................................................50

28.15 FORM 12: Statement of Deviation ........................................................................................51

28.16 FORM 13: Warrantee..............................................................................................................51

28.17 FORM 14: Reference Index.....................................................................................................52

3

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

1. Definitions & Acronyms

DGT Directorate General of Employment &

Training

MSDE

Ministry of Skill Development &

Entrepreneurship

GoI Governments of India

ATS Apprentice Training Scheme

CITS Craft Instructor Training Scheme

T.T.Cell Trade Testing Cell

SP Service Provider

PBG Performance Bank Guarantee

CBT Computer Based Test

SLA Service Level Agreement

RFP Request for Proposal

SPOC Single Point of contact

TOR Terms of Reference

PAO Pay and Account Officer

Center Center of Examination

NDA Non Disclosure Agreement

CEC Consultancy Evaluation Committee

QCBS Quality and Cost Based Selection

CAC Central Apprenticeship Council

NCVT National Council for Vocational Council

4

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

2. Letter of Invitation

Letter No: MSDE-18012/4/2017-TTC

Government of India

Ministry of Skill Development & Entrepreneurship

New Delhi

Dated: 17th

February, 2017

To

........................................

Dear Sir/Madam,

The Ministry of Skill Development & Entrepreneurship, Government of India invites techno commercial

proposals for “conducting online All India Trade Test for Craft Instructor Training Scheme and Apprenticeship

Training Scheme under the aegis of NCVT.

The tender document containing details of eligibility criteria, submission requirement, detailed objectives, scope of

work, and method of evaluation etc. is obtained from the undersigned with the cost of bid documents of

Rs. 10,000/- in the form ofbank draft in favour of “PAO, DGT”, Ministry of Skill

Development & Entrepreneurship, New Delhi .

You may submit your techno commercial proposals online and also in sealed envelops in the prescribed format to

the undersigned at or before5:00 PM on 10th

March, 2017.

Yours sincerely,

Sh. Sunil Kumar Gupta Director (TTC) Directorate General of Training Ministry of Skill Development & Entrepreneurship Telephone No. 011-23708198 E-mail [email protected]

5

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

3.BID DATA SHEET

The schedule for the bidding process is highlighted in the table below:

S.No. Information Requirement

1. Scope of Work

Development of questions Bank having minimum

500 questions for each trade, Translation in Hindi

and other regional languages if desired.

Registration of trainees, issue of hall tickets,

mapping of exam centers, invigilation, conduct of

computer based test (CBT) and declaration of

result.

2. About the Assignment To provide “end to end services” for smooth

conducting of Computer Based Test(CBT) for All

India Trade Test under CITS and ATS

3. Name of the Tender Inviting

Authority

The Director(TTC)

Directorate General of Training,

M/o Skill Development & Entrepreneurship

4. Cost of Bid Document Rs. 10,000/- (Rupees Ten Thousand Only)

5. Date for Release of Request for

Proposal (RFP)

17.2.2017

6. Last date for Submission of written

queries for clarifications by E-mail

[email protected]

27.2.2017

7. Responses to the queries received 3.3.2017

8. Last date for Submission of bids 10.3.2017, 5PM

6

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

9. Opening of Technical Proposals 14.3.2017, 11:45AM

10. Opening of Financial Proposals 22.3.2017, 11:45AM

11. Earnest Money Deposit(EMD) Demand Draft of Rs.10 Lakhs

12. Validity period of earnest money

deposit (EMD)

Demand Draft, valid for a period of 90 days

13. Performance Bank Guarantee (PBG) Rs. 1 Crore for the contract period and also

valid for a period of one year post the contract

dates.

14. Proposal validity period 6 months from the date of opening of the bids`

15. Place, date and time of opening of

technical proposal

Chamber of Director(TTC),Room No. 602

(A),Shram Shakti Bhawan, Rafi Marg, New

Delhi 110001

16. Contact person for queries The Director (TTC)Room No. 602 (A), Shram

Shakti Bhawan, Rafi Marg, New Delhi 110001

17. Addressee and address at which bid

is to be submitted

The Director (TTC),Room No. 602 (A), Shram

Shakti Bhawan, Rafi Marg, New Delhi 110001

18. Commencement of the assignment As per the letter of Award/letter of intent

19. Website www.dgt.nic.in and tenders.gov.in

The Document is non-Transferable. In case a Holiday is declared on the day of the event, the

same will be held on the next working days at the same time and same venue.

7

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

4. Background

The Directorate General of Training (DGT) in Ministry of Skill Development &Entrepreneurship is the

apex organization for development and coordination at National level for the programs relating to

vocational training under NCVT. DGT under the Ministry has the following set of activities:

To frame overall policies, norms, and standards for vocational training in consultation with the

National Council for Vocational Training (NCVT);

To diversify, update and expand training facilities in terms of Craftsmen and Crafts

instructor’s training, Apprenticeship Training & Flexi-MOU scheme.

To organize and conduct specialized training and research at the specially established

training Institutes;

To implement, regulate and widen the scope of training of trade apprentices under the

Apprentices Act, 1961;

To organize vocational training programs for women;

Implementation and administration of the programs in central institutes;

Concurrent jurisdiction with the States to assist, co-ordinate and regulate programs in private

sector industries; and

Conduct final trade tests on behalf of National Council for Vocational Training (NCVT),

Regional and National level competitions under various schemes.

To meet the above mentioned activity of conducting final Trade Test on behalf of NCVT, a dedicated

section called Trade Testing Cell (TT Cell) in DGTunder Ministry of Skill Development &

Entrepreneurship was formulated.

The complete work of Trade Testing Cell is confidential in nature and is time bound. TT Cell is

responsible for conducting 17 All India Trade Tests (AITTs) under different schemes under the aegis

of National Council for Vocational Training (NCVT) and awarding certificates to successful

candidates thereafter. The All India Trade Tests for Craftsmen instructor is conducted on PAN India

basis in the month of January & July and All India Trade Test for Apprentices is conducted in the

month of April & October i.e. twice every year.

In order to conduct these tests, more than 700 question papers are prepared, printed in lakhs and

then distributed to various center’s located in different parts of the country. About 2 lakh students

appear in these examinations at various Trade Testing Centers throughout the country.

8

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

4.1 All India Trade Tests (AITT) for Craftsmen Instructor Training Scheme (CITS)

It has been decided to conduct the theory papers of All India Trade Tests (AITT) for Craftsmen

Instructor Training Scheme (CITS) from July 2017 onwards in an online mode with an objective

type of question papers having 50 questions. The details of the tests to be conducted are as below:

a) The tests will be conducted for 36 “trades” twice in an year in the month of January and

July called end-semesters

b) Out of 36 total trades, 27 trades are called “Engineering trades” and 9 trades are called

“Non-Engineering” trades

c) Assessment process of all trades includes end-semester written examination, practical

examination, and sessional assessments in the institute

d) End-semester written examination for all Engineering & Non-Engineering trades will

have the following two papers

A) Semester-I

o Paper I: “Trade Theory /Trade Skill

o Paper II: Workshop Calculation & Science/ Part-A:- Workshop Calculation &

Part-B:- Workshop Science/Part-A:- Vocational Calculation & Science and Part-

B:- Soft skill & English Communication

B) Semester-II

o Paper I: “Trade Theory /Trade Skill

o Paper II: Training Methodology

e) Both Paper I and Paper II of Engineering & Non-Engineering Trades will have questions

based on respective trade curriculum, and are hence different across trades

f) The examination for Paper I and Paper II will be conducted on consecutive days

g) End-semester written examination for all Engineering & Non-Engineering trades will

have a single paper.

h) The examination for Engineering & Non-Engineering trades will be held on the same

day.

4.2 Estimated Volume for AITT for Craftsmen instructor Training Scheme (CITS)

For examinations in each semester, the estimated volume of candidates appearing for

engineering & non engineering trades is vary from 5000 to 10000 No’s at different 40 Institutes.

Final details of volume will be provided by TT Cell on the commencement of its activities for

specific examinations in the year.

9

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

4.3 Examination Process for AITT for Craftsmen Instructors Training Scheme (CITS)

The examination process for AITT for CITS is given below:

a) The DGT will notify schedule of examinations across the entire country.

b) The successful bidder(s) of this RFP will register all the students appearing for the

exams as per the details as suggested by DGT, design and prepare the question bank

in consultation with the DGT, and prepares the necessary arrangement for the conduct

of exam at the centers as prescribed by the DGT as per indent.

c) The successful bidder(s) of this RFP will coordinate with the center In-charge at

different center for the conduct of exam in coordination with DGT.

d) The successful bidder(s) will further provide the marks obtained in different Trade

Theory Papers by each candidate to DGT or any other places as prescribed by DGT

with all the details withina week after the exam.

4.4 All India Trade Tests (AITT) for Apprenticeship Training Scheme (ATS)

The theory papers of All India Trade Tests (AITT) for Apprenticeship Training Scheme (ATS)

from October, 2017 onward in an online mode with an objective type of question papers having

50 or more questions as per requirement. The details of the trade tests to be conducted are

givenbelow :-

a) The tradetests will be conducted for 259 “trades” twice in an year in the month of April

and October .

b) Out of 259 total trades, 170 trades are called “Engineering trades” and 89 trades are

called “Non-Engineering” trades

c) Assessment process of all trades includes written examination, practical examination,

and sessional assessments.

d) The written examination for all Engineering & Non- Engineering trades will have the

following two papers:-

o Paper I: “Trade Theory & Employability Skills/Social Study

e) Paper II: Workshop Calculation & Science/ Cognate

f) Both Paper I and Paper II of Engineering & Non-Engineering trades will have objective

questions based on respective trade curriculum, and are hence different across trades

g) The examination for Paper I and Paper II will be conducted on consecutive days

h) The examination for Engineering & non-Engineering trades will be held on the same

day

4.5 Estimated Volume for AITT for Apprenticeship Training Scheme (ATS)

10

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

For examinations in each semester, the estimated volume of candidates appearing for Engineering & non Engineering trades is from 1.70 to 2.00 lakh at different 209 different centers on PAN India baiss as per the indent list. Final details of volume will be provided by TT Cell before commencement of its activities.

4.6 Examination Process for AITT for Apprenticeship Training Scheme(ATS)

The examination process for AITT for ATS is given below :

a) The DGT will notify schedule of the All India Trade Test (AITT) across the entire country.

b). The successful bidder(s) of this RFP will register all the students appearing for the exams as per the details as suggested by DGT, design and prepare the question bank in consultation with the DGT, and prepares the necessary arrangement for the conduct of exam at the centers as prescribed by the DGT as per indent.

c). The successful bidder(s) of this RFP will coordinate with the center In-charge at different center for

the conduct of exam in coordination with DGT.

d). The successful bidder(s) will further provide the marks obtained in different Trade Theory Papers by

each candidate to DGT or any other places as prescribed by DGT with all the details within a

week after the exam.

5. Scope of Work

The selected firms will be responsible for end to end solution for conducting on-line All India Trade

Test on pan India basis, designing and preparation of question bank of 500 questions for all the

trades, translation from English to other regional languages, registration of trainees and issuance of

hall tickets, identification and mapping of Trade Testing Center, providing infrastructure and

invigilator facility at Trade Testing Centres for conducting online/ computer based test, preparation of

result, MIS/customized report generation and handling over result to DGT or agencies as suggested

by DGT..

5.1 The bidder is responsible for end to end solution for conducting on-line All India Trade Test on

pan India basis.

5.2 The bidder is responsible for designing of question bank of minimum 500 questions and up to

1000 or more as per the requirement of the trade and syllabus prescribed for the subject in

consultation with DGT.

5.3 The bidder will be responsible for translation from English to other regional languages into Hindi

and other required languages as per RaajBhaasha by experienced and qualified professionals.

Translation of question papers will be required in Regional languages as per the demand of State

11

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

Directorates. However, at any given time translation will be required to be done in any of the

specified languages.

5.4 Pre-Examination activities:-

5.4.1The bidder will be responsible forfinalize the design of registration form to incorporate all

fields required to identify the student identity, trade, question paper series, and any other

information as required for trainees registration before the exam.

5.4.2 Hall tickets will be issued before one week from the commencement of the exam.

5.4.3 Identification and mapping of Trade Testing Centers and Trainees along with sitting

arrangement with the coordination of exam center/State/RDAT

5.4.4 The bidder will be responsible for Deputing Invigilators and providing all infrastructural

facilities for smooth conducting of online examination.

5.4.5 The bidder will be responsible for marking attendance of the trainees who are appearing

in the exam.

5.5 Post-Examination activities:-

5.5.1 The bidder will be responsible for providing the Soft copy of the data of each student who

has appeared for the exam and attempted the question papers.

5.5.2 The bidder will be responsible forproviding the Absentee Data entry from Attendance

Sheets and generating exception lists

5.5.3 The bidder will be responsible for preparing Merit list for each category.by processing the

CSV file through an application.

5.5.4 The bidder will be responsible for providing the result in soft copy to DGT.

5.6 The bidder is responsible for conducing Mock test before the commencement of

examination to facilitate the trainees.

5.7 The bidder is responsible for deploying adequate resources for all assignments to ensure

quality of work is of high standard, prescribed time lines are strictly adhered and secrecy through-

out the process.

5.8 The bidder is responsible for submitting regular reports on prescribed format or any other

report as desired by T.T.Cell , DGT from time to time reflecting the status of the assignment.

5.9 The bidder will be responsible for complying all guidelines related to secret handling of various

processes for conducting online examination and also adhere strict timelines.

12

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

6 Eligibility and Pre-Qualification Criteria

The minimum pre-qualification criteria for the bidders to be eligible for this RFP process are specified

below. Responses not meeting the minimum pre-qualification criteria will be rejected as soon as such

Proposals are received, and will not be considered for Technical evaluation.

S.No. Pre-qualification Criteria Supporting Compliance

1. The firm should be a firm / company registered

under the Indian Companies Act, 1956 and who

have their registered offices in India.

Copy of Certificate of

Incorporation

2. The firm should be ISO-27001 (Information

Security Management System standards) and

should own a copyright of the software

Copy of Certificate/Self

Certificate for ownership of

software

3. The Bidder should have administered an average

over 5 Lakh candidates/exam for last three years

on online/CBT.

Work Order and competition

certificates

4. The firm should have Rs. 10 crore averages in

last three financial years in India in examination

services.

Balance Sheet should be

enclosed

5.

The firm should have at least 100employees out

of which 50 must be regular.

Audit statement of previous

financial year mentioning the

number of full time employees, or

a certificate by the Company

Secretary of the firm.

6. The firm should never be blacklisted by

anyCentral Government/State

Government/PSU/Government

Self-declaration signed by the

Authorized Signatory

13

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

7. Quality

7.1 The bidder shall include in his proposal for Quality Assurance Program containing the

overall quality management and procedures which he proposes to follow in the

performance of the works during various phases as detailed in relevant clause of the

tender document.

7.2 At the time of award of contract, the detailed Quality Assurance Program is to be

submitted for approval of DGT after approval, such agreed program shall form a part of

the contract.

7.3 The bidder will be responsible for maintaining the quality in the entire process and there

should be a continuous improvement in the quality.

7.4 The bidder will assign the most qualified and suitable team of experts for development of

question bank and conducting end to end solution for computer based test and result

preparation.

7.5 During the course of the work, if the bidder observes any major deficiencies, they should

immediately bring such observations, deficiencies, areas of improvement and suggestions

for improvement to the notice of the concerned persons. The service provider should also

discuss with guide / help staff of the tendering authority in implementation of the critical

and important suggestions.

7.6. The bidder will also suggest areas of improvement end to end solution in conducting

computer based test to improve the cost effectiveness of the entire operations.

Bodies/AutonomousBodies/Private Sector

7. The firm should be able to give a performance

bank guarantee of at least Rsone crore.

Certificate in this regard may be

submitted on Judicial paper

8. The firm should give EMD of Rs. 10 Lakhs in the

form of bank draft along with the tender

EMD should be submitted at the

time of submitting RFP

9. The bidder should have done exam on All India

basis at least 50 cities

Work order and certificate in this

regard

14

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

7.7. The bidder will suggest the best practices that may be adopted to improve the Overall

efficiency and cost effectiveness of the process and be ready to adopt the same. These

suggestions would not be binding on DGT.

8. Secrecy

8.1. The bidder will need to maintain Top level secrecy and confidentially in all the steps of the

process.

8.2 The bidder will need to sign a Non- Disclosure Agreement (NDA) from all members of

their staff /workers involved in the complete process. The NDA would be submitted annually oras

and when any new staff / workers are employed by the bidder in the process.

8.3 In case of leakage of any documents that are attributable to the bidder, the EMD /Security

will be forfeited, the contract would be immediately terminated by the competent authority and

appropriate penal action initiated against the bidder as per the norms and decisions taken

by the competent authority.

8.4 Detail of the staff involved in the process should be submitted to DGT.

8.5 Quality norms will be followed as per standard related to Computer Based Test and

development of Question bank.

9. Reporting Progress

9.1 Service Provider shall monitor progress of all the activities specified in the contract and

submit free of cost progress report about various aspects of the work to the tendering authority.

9.2. The facilities / services, equipment and / or labour to be provided by the Service Provider

under the Contract and the manner and speed of execution and maintenance of the work are to

be conducted in a manner to the satisfaction of the representative of the tendering authority in

accordance with the Contract. Should the rate of progress of the work, compliance to the

requirements of its facilities, or any part of them at any time fall behind the stipulated time for

completion or is found to be too slow to ensure completion of the works or insufficient for

satisfactory operation of the services, the representative of the tendering authority shall so notify

the Service Provider in writing.

9.3.The Service Provider shall reply to the written notice giving details of the measures he

proposes to take to expedite the progress so as to complete the works by the prescribed time.

The Service Provider shall not be entitled to any additional payment for taking such steps. If at

any time it should appear to the tendering authority or the representative of the tendering

authority that the actual progress of work does not conform to the approved program, the

15

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

Service Provider shall produce at the request of the representative a revised program showing

the modification to the approved program necessary to ensure completion of the works within

the time for completion or steps initiated to ensure compliance / improvement to the stipulated

requirements.

9.4. In case during the services, the progress falls behind schedule or does not meet the

desired requirements and time schedule, the Service Provider shall deploy extra manpower,

resources, infrastructure to make up the progress or to meet the requirements. All time and cost

effect in this respect shall be borne, by the Service Provider.

10. Invoicing

10.1. The bidder will invoice DGT at the beginning of the calendar month for the completed

deliveries in the previous months. The invoices are to be submitted in duplicate after the

verification of numbers of candidates appeared in the exam.

10.2. A penalty of 0.5% per day and maximum up to 10% of the total value of the job shall

be imposed on the service provider for every day’s or part thereof in addition to the

cost of opportunity lost as decided by the Competent Authority. This penalty will

be binding on the Service Provider. DGT will have the right to cancel / offload the

work in full / part and get the same completed through alternate source at the risk

and cost of the successful bidder.

11. Central Co-ordination Center

The bidder will maintain a nodal point for co-ordination that will act as a single point of

contact to facilitate easy co-ordination and information sharing among various entities /

agencies engaged in these activities. The contact details of the central coordination will

be provided by the Service Providers (SP) at the time of signing the contract. In the event

of change of contact details, the SP will proactively inform the same at least 2 weeks prior

to the change.

12. Business Continuity

12.1. The bidder will ensure that there is a published and approved business continuity plan to

mitigate various risks that may arise in this activity.

Note: The above scope of work is intended to give insight into the type and scope

of Services required. The bidder may at their own cost carry out a detailed study in

conjunction with DGT to satisfy themselves of the nature and scope of work.

12.2. Manpower

16

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

The bidder (Service Provider) shall submit a detailed deployment plan for manpower to be

deployed during entire project and / or various phases of the project. The deployment

position as submitted by the Bidder in the technical bid and agreed by DGT during

subsequent discussions prior to finalization of bid shall only be changed with prior

permission of DGT. The credentials of manpower shall have to be submitted by the

Bidder at the time of deployment. The Bidder shall submit charges for services/ activities

under this TOR inclusive of all manpower deployed for the purpose. Any payment

exclusively for manpower deployed shall not be made by the DGT.

13. Backup and Recovery

The bidder will ensure that it will maintain backup of different equipment to ensure that no

SLA are missed. In event of miss happenings and unforeseen events it will be the

responsibility of the bidder to ensure that recovery i.e. continuation of services is

guaranteed and maintain the time schedule.

14. Maintenance of Physical Security

Physical access to technical suites and other areas of the center should be controlled and

monitored on an ongoing basis to maintain and control access to restricted areas.

15. Roles and Responsibilities of Service Provider

The Service Provider will be responsible for the following:-

1. Service Provider will work in close co-ordination with DGT, MSDE for the project.

2. Service Provider will carry out the activities as indicated in section on scope of work ofthe

document and submit all the mentioned deliverables within the stipulated time-frame.

3. Service provider will ensure that deliveries at the predefined central location in the

statecapital as per the SLA.

4. The Service Provider will ensure that adequate stocks of all consumables and computers

are maintained.

5. Service Provider will ensure that the time schedule will be adhered to, if there are any

perceived slippages on the timelines, Service Provide would deploy required manpower and

requisite equipment, free of any additional charges to make up the slippages timeline.

17

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

6. Service Provider will make the best effort to ensure that the quality of deliverables meets the

acceptable expectations.

7. Any queries regarding the deliverables will have to be answered in writing by the Service

Provider within 3 working days.

8.. The Service Provider will share with DGT all intermediate documents, drafts, reports,

surveys and any other item related to this assignment. No work products, methodology or

anyother methods used by the Service Provider should be deemed as proprietary and non-

shareable with DGT.

9. Service Provider shall organize periodic review meetings with DGT to review functionality /

operational issues and progress of work being carried out. The work frequency of meeting may

be revised in conjunction with the Service Provider in consideration of requirements in the

interest of the project.

10. Service Provider would prepare the minutes of the review meetings mentioning the issues

discussed, decision taken on them and appropriate level at which these require to be resolved.

11. Service Provider would submit hardcopies and softcopies of all the deliverables to DGT.

12.. Service Provider and its support employees will work in secrecy and maintain

confidentiality in all its operations related to the contract.

13. Bidders will prepare the dates/tables etc. indicating the numbers of trainees appearing in

computer based test in each trade of each State in respect to the year.

14. Bidder will maintain accurate MIS of the process. The MIS will be created by taking inputs

from the TT Cell / DGT.

15. In an exception, sometimes there may be a sudden increase in number of trainees as Trade

Testing Centre which was not earlier intimated, in such a situation bidder should be flexible to

such trainees in computer based test at a short notice.

16. Roles and Responsibilities of DGT

DGT will be responsible for the following:

1. An Evaluation Committee comprising of officers from the DGT and nominated personnel shall

be constituted to evaluate the bidder’s proposals as per the evaluation criteria set forth in the

RFP.

2. Will Award contract to the selected Service Provider.

3. To provide close tie-ups with the stakeholders in the project, to provide commitment and

support, help to bring – in the process changes and overall guidance to the project.

18

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

4. To identify the Project Champion / SPOC ensuring complete involvement of the Project

Champion from start to the finish of the project.

5. Providing timely sign-offs for the deliverable is accepted within 2 weeks. However, considering

the government procedures, more time may be required for accepting the deliverables. In any

case, such periods of delay would not count towards levying of penalty.

6. Release payments subject to bills / invoice and supporting documents being in order.

17. Deliverables

17.1 Data Collection Strategy

The Bidder is required to develop its own secure method for collection of the secret

documents from DGT if any. The Bidder is to design various information interchange

report formats in mutual agreement with DGT or its nominated agency for the purpose of

monitoring progress, sharing information etc.

17.2 Project Plan and Schedules

The Bidder has to provide detailed project plan with milestones and corresponding time

schedule as part of the technical bid. This will be mutually discussed and agreed upon as

part of Required Service Level agreement (SLA).

Understanding of the scope of work involved and competence on development of

question bank for each trade, registering of trainees, issue of hall tickets and computer

based test

Approach and methodology for Date Build-up plan

Project management methodology for pre- implementation planning

Project management methodology for implementation / Execution

Project management methodology for post-implementation Support

Risk identification and mitigation methodology proposed

Standards to be followed during the lifecycle of the engagement

Expertise / experience of Proposed manpower deployment in their respective roles during

the whole project period

Escalation Process and Escalation Matrix containing contact details (name, designation,

phone numbers, email id etc) of people that are to be contacted and the time lines for

escalation.

17.3 Project Tracking / Operations

19

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

The Bidder has to provide regular project / task tracking reports to DGT at agreed

periodicity to facilitate progress. This will be mutually discussed and agreed upon as part

of Required Service Level agreement (SLA).

18. Time Schedule

Service provide will ensure that all deliverables at the predefined central location in the

state capital as per the SLA and agreed stipulated time frame in the individual work

orders.

19. Amendment of Bidding Documents 19.1. At any time prior to the deadline for submission of bids, the Tendering Authority may, for

any reason, whether on its own initiative or in response to the clarification requested by a

prospective bidder, may modify, change, incorporate or delete certain conditions in the

bidding document. In such circumstances all prospective bidders who have received the

bidding documents shall be notified of the amendment in writing and the same shall be

binding on them.

19.2. In order to allow prospective bidders reasonable time to take into consideration the

amendments while preparing their bids the Tendering Authority, at its discretion, may

extend the deadline for the submission of bids.

20. BID EVALUATION METHOD

The bids submitted will go through three phase evaluation, i.e. Scrutiny, Technical

Evaluation and Financial Bid (online). Bidders passing the scrutiny stage should obtain

minimum 60% in the technical evaluation to qualify for opening of the Financial Bid.

DGT’s evaluation in this regard shall be final and binding on all the bidders. DGT may at

its sole discretion, waive any minor informality or nonconformity or irregularity in this TOR,

which does not constitute a material deviation, provided such a waiver does not prejudice

or affect the relative ranking of any Bidder. A Consultancy Evaluation Committee (CEC)

will be created by DGT to carry out the same.

20.1 Phase 1 Scrutiny

20

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

Prior to the detailed evaluation of the Technical Bids, DGT shall determine whether each

bid is (a) complete, (b) is accompanied by the required information and documents and (c)

is substantially responsive to the requirements set forth in the TOR document. Only

Bidders, who fulfill all these eligibilities, shall be scrutinized further to assess the Bidder as

per the Evaluation Framework given below.

20.2 Phase 2 Technical Evaluation frameworks

Evaluation will be done by DGT based on QCBS for both technical & financial bids. Bid

Documents shall be evaluated and scored based on an objective score system while

assessing each Bidder’s ability to satisfy the requirements set forth in the TOR Document.

20.3 Technical Evaluation

The following evaluation criteria to score the Technical Proposals:

S.

NO.

Parameter Marking Scale Maximum

Marks

1. Subject Matter Experts (SMEs)

empanelled for Item Bank

Development in various domains for

Clients

30SMEs or More = 15 Marks

20 SMEs or More = 10Marks

15

2. Bidder should have moderator

empanelled with the bidder

4 or More =10 Marks

2 or more=5Marks

10

3 The bidder has to submit an affidavit

that they will have requisite staff who

will translate question items into the

required languages Hindi and

regional languages as per RAJ

Bhaasha accurate and completely

within the stipulated time frame of

10

If 15 or above = 10 Marks

If less than 15 = 5 Marks

21

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

the service level.

4

Experience of at least One (1)

Computer Based Exams having

minimum 30,000 candidates

Scheduled in a single shift

-More than 30,000 candidates-25

- 20,000 to 30,000 candidates- 15

25

-10,000 to 20,000 candidates- 10

5 Agency should have a well setup

dedicated network of testing centers

in all over India. Cyber cafes or any

other such setup will not be

considered as testing centers.

150 or more cities-20

20

100 to 149 cities -10

Less than 100 cities :5

6 Bidder should have administered

online/ CBT in last one year for

Single Indian client/ customer across

the country.

More than 1 Lakh exam (papers):

10

10

More than 50 thousand exams

(papers): 8

Less than 50 thousand exam

(papers): 2

7 The bidder should have completely

owned/licensed software and Item

bank development software) for

Computer Based Examination which is

being proposed in the technical bid. The

solution should have been successfully

implemented

10 Years or More = 10 Marks

6 Years or More = 8 Marks

3Years or More = 5 Marks

10

Each Eligible Bidder would be given Technical Marks (TM) based on above evaluation.

Each bidder will need to support / substantiate evidences of above sections in the

documentary proof submitted in support of their bids.

Note: 1. The bidder will be considered as technically qualified Bidder if they achieve

Technical score of 60% or more in total.

20.4 Clarification of Technical Bids

22

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

DGT may seek clarification vie e-mails with each or any Bidder to discuss any matters,

technical or otherwise. If deems fit, DGT may also call individual bidders for clarifications.

The DGT or its nominated Consultancy Evaluation Committee may visit projects being

already handled by the Bidder. In case the bidder wishes to meet the DGT or its

nominated Consultancy Evaluation Committee it may do so with prior appointment. In

case, any interpretations and clarifications are issued by DGT, same shall be carried out

in accordance with the process laid out in Amendment of Bidding Documents as

described above.

20.5 Phase 3: Financial Evaluation Framework

20.5.1 Invitation to Attend Opening of Financial Bids

Financial Bids of technically qualified Bidders shall only be opened on-line. Such qualified

bidder shall be intimated of the opening and evaluation of financial bids. The financial

offers of only those bidders who obtain minimum 60% score in Technical Evaluation shall

be opened on-line. After opening the financial bids, the only criteria for evaluation will be

Quality and Cost Based Selection (QCBS) system. The weightage assigned is 70% for

technical score and 30% for financial score. The proposal with lowest evaluated cost will

be given a financial score of 100 and other proposals given financial score that are

inversely proportional to their prices. DGT will select highestscorebidder for complete

work as defined in the financial bid format. The Consultancy Evaluation Committee will

open on-line Financial Bids of technically qualified Bidder at the time and date informed to

the Bidders. The Bidder’s names, the gist of Bid Prices, the total amount of each bid, and

such other details as the Consultancy Evaluation Committee may consider appropriate,

will be announced and recorded by the Consultancy Evaluation Committee at the

opening.

20.5.2 Correction of Errors and Omissions

Financial Bids determined to be substantially responsive will be checked by the

Consultancy Evaluation Committee for any errors and omissions. If there is a

discrepancy between the quoted rate in figures and the quoted rate in words, the rate in

words will take precedence. In case of omission, the DGT reserves the right to reject the

bid or to load the value of the same component equivalent to the highest offer rate from

the opened financial bids.

23

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

20.5.3Method of Composite Evaluation

Technical proposal evaluation score (St.): 100 x Xt/Yt

Where Xt= technical score of that bidder &Yt= highest technical score among Bidders

Commercial proposal evaluation (Sf): 100X Xf/Yf

Where Xf= Price of lowest responsive Bidders and Yf= Price of any other Bidders.

The final total score will be worked out by adding the weighted marks on technical and

financial proposals i.e. Final score for particular bidder S(C) = St* 0.70 + Sf*0.30

Ranking of the firms shall be done on the basis of combined score in accordance with

clause above.

20.5.4 Award of Contract

The contract will be awarded to the successful bidder with highest score.DGT will

notify the successful bidder in writing by registered post or by fax in writing regarding

acceptance of their tender that their bid has been accepted. The letter of award will

constitute the formation of the contract. Earnest money of the Bidders, who do not qualify

will be returned after the award and acceptance of the work order to the successful

bidder.

The successful bidder has to submit Performance Bank Guarantee as per the prescribed

format, issued by a Nationalized Bank situated in India within 15 days from the letter of

award and also to finalize the terms of contract agreement as per the prescribed format of

DGT attached with this document.

20.5.5 Contacting the Consultancy Evaluation Committee

Any effort by the Bidder to influence DGT officials and Consultancy Evaluation Committee

in the evaluation of technical and Financial Bids, bid comparison or the DGT’s decisions

on acceptance or rejection of bids may result in rejection of the bid.

21. General Terms and conditions

These general conditions shall apply to the extent that provisions in other parts of the

Contract do not supersede them. For interpretation of any clauses in the RFP or Contract

Agreement, the interpretation of DGT shall be final and binding.

Note: Bidders must read these conditions carefully and comply strictly while sending /

submitting their Bids otherwise bids will rejected.

24

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

21.1 Instruction to Bidders

1. Bid forms shall be filled in ink or typed. Bids filled in pencil shall not be considered.

2. The Bidder shall submit a copy of the RFP signed on each page, as token of acceptance

of all the terms and conditions mentioned therein along with his technical proposal.

3. All communication will be in the English Language only. All correspondences and other

documents pertaining to the RFP and subsequent contract will be in the English

Language. Wherever the correspondence is not in English, requisite translation should

be attached, and the English version shall prevail in case of dispute.

4. Rates shall be written both in words and figures.

5. The rates should mention State VAT, Central Sales Tax separately, Service Tax and

other statutory taxes as applicable clearly and separately.

6. Proposal will be submitted in sealed covered addressed to The Director (TTC), Room No

602(A), Sharam Shakti Bhawan, Rafi Marg New Delhi -110001 by Registered Post

written clearly “RFP for providing end-to-end solution for the conduct of an On-

Line All India Trade Test under CITS and ATS.” The prospective bidders may also

arrange to hand deliver the sealed envelope at above mentioned address before the Date

and Time for Submission of Bids.

7. The DGT shall not be responsible for the delay or non-submission of bid in time.

Proposals received late, after the due Date and Time for Submission of Bids will not be

considered.

8. Proposals will be received on or before 5.00 PM on10th March 2017, during office hours

(except holidays) and will be opened on dated 14th March 2017at 11.45 AM in the

presence of the bidders or their authorized representatives who may like to remain

present.

9. All currency is to be quoted in Indian Rupee only. Taxes and levies as applicable at the

time of submission of bids to be mentioned separately.

10. Conditions of GFR of the Government would also be applicable to the extent the relevant

provisions of DGT rules/covenant of this agreement are silent.

11. Tender papers must be submitted along with the following documents.

a. VAT clearance certificate

b. Pan/Tan certificate

25

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

c. A non refundableBank draft ofRs. 10,000/ (Rupees Ten Thousands only) drawn in favour of PAO, DGT, Ministry of Skill Development & Entrepreneurship, New Delhi towards cost of RFP

d. EMD of Rs. 10,00,000/- (Rupees Ten Lacs only) in shape of Bank Draft drawn

in favour of PAO, DGT,Ministry of Skill Development & Entrepreneurship, New Delhi

12. Conditional bid is not acceptable and will be liable for outright rejection.

13. Each bidder will only submit a single bid. No alternate bids will be allowed.

14. The tender is not transferable.

15. No subcontracting will be allowed.

16 If some of the document / annexure (s) is / are missing, the DGT has the right to reject the

Bid as INVALID Bid.

17. Bid Submission: Bids are invited in two parts. All two envelopes will be sealed and shall

be placed in another envelope (container envelope) and the full name and address of the

bidder shall be clearly written in the bottom left corner of each envelope.

18. The Bidder will submit the EMD, Technical bids in two separately sealed envelopes first

of which one is to be labeled as “EMD” containing the EMD, Covering Letter, the second

envelope is to be labeled as “Technical Bid containing the required

documents/Schedules/ Annexure samples etc duly filled, signed by the Bidder authorized

along with the company stamp on each page. The Technical bid should be bound and all

pages continuously and serially numbered. Financial Bid must be send online duly

filled as per the quote in the appropriate schedule cost of services for the entire scope of

works covered under the tender document for the services it proposes to deliver under

the contract.

19. These (EMD and Technical Bid) Separately sealed envelopes will be placed in a big one

envelope, which may be called the container envelop, and it will also be sealed, marked

as “Bid for providing end to end services for smooth conducting of CBT AITT under

CITS and ATS”andaddressed to The Director (TTC), Room No 602(A), Shram Shakti

Bhawan, Rafi Marg New Delhi 110001. The name and address of the bidder should be

clearly mentioned in the bottom left corner of the container envelope.

20. The big one envelope (container envelop) containing the envelopes of EMD technical bids

and financial bid on-line will be opened on the date & at the time and place mentioned in

the TOR.

26

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

21. Willing Bidders may also be present at the time of opening this container envelop as well

as at the time of opening of technical bids.

22. After opening the bid or the container envelop, the two envelops of EMD and technical bid

will be taken out and the members of Consultancy Evaluation committee will sign these

sealed envelopes. The envelope for EMD will be opened first and scrutinized, in the

absence of the required documents for this envelope, the bid will be rejected. If the EMD

along with required documents are found as per the tender document then only the

envelope for technical bid will be opened at the date of the opening.

23. Thereafter, envelops of technical bids will be opened at the same time and place, and all

the documents/schedules/annexure will be taken out and signed by the members of the

Consultancy Evaluation committee.

24. The financial bids of only those Bidders will be opened online who are found technically

eligible as per evaluation of technical bids.

25. Right to accept/reject any bid or all bids: The DGT reserves the right to accept any bid,

and to annual the bid process and reject any and all bids at any time prior to award of

contract, without assigning reasons and without thereby incurring any liability to the

affected Bidder or any obligation to inform the affected Bidder of the grounds for the

DGT’s action. In such eventuality EMD will be refunded and no interest shall be payable.

26. Letter of contract award: Prior of the expiration of the period of the bid validity, the DGT

will notify the successful Bidder in writing that it bid has been accepted. The letter of

contract award will constitute the formation of contract. Upon the successful Bidder’s

furnishing of performance security, the DGT will notify each unsuccessful Bidder and will

refund its EMD. No interest will be paid on the EMD by DGT.

27. Period of Validity: Bids shall remain valid for 180 (one hundred and eighty) days after last

date of bid submission prescribed by the DGT which may be extended with mutual

consent. A bid valid for a shorter period may be rejected by the DGT as non-responsive.

28. The DGT may, at its discretion, extend the deadline for submission of Bids by amending

the Bid Documents, in which case all rights and obligation of the DGT and Bidder will

thereafter be subject to the deadline as extended. This will be common to all bidders.

29. The payment towards the services provided shall be calculated on the basis of work done

by the firm in respect of development of question bank, translation of Hindi and other

regional language and per paper per trainee cost for conducting computer based test

(CBT) & declaration of result.

27

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

30. Secrecy of on-line examination has to be maintained any failure in conducting of online

test at the level of bidder will affect penal provision as well as forfeiting EMD money as

well as the security deposit & initiation of legal action.

31. If the successful bidder fails to execute CBT test in the schedule date and time, the EMD

and security money will be forfeited and if necessary possible steps for penalty under

rules will be initiated along with legal action.

32. The contract will remain up to three years renewal will be based on performance on year

to year basis.

33. The online test cost should be inclusive of all associated costs including preparation of

question bank, conduct of CBT, evaluation of result and submission data to DGT.

34. The tender has to quote the price excluding all taxes as prescribed under govt. norms and

rate will remain valid up to the agreement period for a minimum period of agreement

period.

35. Quality should be maintained during the period.

36. In case of re-examination in any subject resulting due to fault of bidder, the cost of re-

examination shall be borne by the bidder

37. The day-to-day progress will be monitor and will be informed by the bidder by TT Cell in

charge or any other officer authorized by Director (TTC), DGT.

38. Any software or associated hardware required to provide services under this engagement

will be provided by the bidder at their own cost.

39. If DGT decrease the quantities of any of the specified Papers / Hardware/ manpower in

the TOR or Bid, the amount will be paid accordingly. In case, DGT requires less than the

quantity indicated in the bid document, the Bidder shall not be entitled to claim any

compensation for the same.

40. DGT is not bound to accept the lowest financial offer and also reserves the right to accept

or reject any or all tender without assigning any reason thereof.

41.. The Bidder shall bear all costs associated with the preparation and submission of its bid

and DGT shall in no event or circumstance be held responsible or liable for these costs,

regardless of the conduct or outcome of the bidding process.

42. The financial bid shall be inclusive of all prices for scope of work and excluding Govttaxes

as per norms.

28

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

43. No alterations or additions anywhere in the Bidder Document are permitted. Corrections

if any should be made clearly and initiated by the authorized signatory of the bidder along

with dates. If any of these are found, the Bid may be summarily rejected.

44. In case of Private limited / public limited companies, the power of attorney shall be

supported by Board Resolution and appropriate and adequate evidence in support of the

same shall be provided.

45. Bidder shall properly serially number the documents attached with the Bid as

support/documentary evidences and a reference of such page number shall be provided

in the Bid. The bids should be spiral bound to prevent any pages being missed.

46. All pages and pasted slips should be signed by the Bidder. Corrections, if any, must be

signed No page shall be added or removed from the set of Bid Document.

47. The Bidder shall submit the Bid which satisfies each and every condition laid down in this

RFP, failing which the Bid will be liable to be rejected. Conditional Bid will be rejected.

48. The Bidder is expected to work out their own rates based on the detailed description of

items, the specifications, drawings, software needed and conditions and finally arrive at

the cost of the Works / Service in the appropriate place. The Bidder shall be deemed to

have satisfied itself before bidding as to correctness and sufficiency of its Bid. The rates

and prices quoted shall, except as otherwise provided, cover all its obligations under the

contract and all matters and things necessary for proper execution Works/Services.

49. Where necessary, before submitting its online Financial bid, the Bidder should inspect

and examine the site and its surroundings and shall satisfy itself about form and nature of

the DGT, the quantities and nature of the Work/Services and materials necessary for the

completion of the Works/Services, means of access to the site, the accommodation it may

require, and in general, obtain all necessary information as to risk, contingencies and

other circumstances which may influence or affect its Bid. No extra charges consequent

on any misunderstanding or otherwise shall be allowed.

21.2 Change Management

21.2.1.The Client may at any time, by written notice to the Contractor, instruct the Contractor to

alter, amend, omit, add to or otherwise change any part of the Works.

21.2.2.Upon notification by the Client of such change, the contractor shall submit to the Client an

estimate of costs for the proposed change (hereinafter referred to as the Change), within

ten (10) calendar days of receipt of notice of the change, and shall include an estimate of

29

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

the impact (if any) of the Change on the delivery dates under the Contract, as well as a

detailed schedule of execution of Works under the Contract.

21.2.3.The Contractor shall not perform changes in accordance with instructions above until the

Client has authorized a Change Order in writing.

21.2.4.Changes mutually agreed upon shall constitute a part of the work under this Contract,

and the provisions and conditions of the Contract shall apply to the said Change.

21.3 Relationship between the parties

Nothing mentioned herein shall be constructed as relationship of master and servant or of

the Principal and agent as between DGT and Bidder. The Bidder subject to this contract

for selection has complete change of its personnel in performing the services under the

project from time to time. The Bidder shall be fully responsible for the services performed

by it or any of its personnel on behalf of the Bidder hereunder.

21.4 Standards of performance

The Bidder shall perform the services and carry out its obligations under the Contract with

due diligence, efficiency and economy in accordance with generally accepted

professional standards and practices. The Bidder shall always act in respect of any

matter relating to this contract as faithful partner to DGT. The Bidder shall always support

and safeguard the legitimate interests of the DGT, in any dealing with the third party. The

Bidder shall abide by the Provisions/ Acts/ Rules etc. of The Information Technology Act

and secrecy prevalent in the country. The Bidder shall conform to the standards laid

down in the RFP in totality.

21.5 Downstream Business Interests

The Bidder should abide SLA(Service Level Agreement) throughout the duration of the

contract.

21.6 Bidder Personnel

The Bidder shall deploy and provide such qualified and experienced personnel as may be

required to perform the services under the project. It is desirable from the Bidder to

30

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

deploy the domain / subject specialists, from time to time, who have adequate experience

in the domain related with the project.

Ordinarily, the Bidder would not replace its personnel deployed for the assignments.

However, replacement will only be allowed with prior permission of DGT, MSDE.

21.7 Applicable Law

Applicable Law means the laws and any other instruments having the force of law in India

as may be issued and in force from time to time. The Contract shall be interpreted in

accordance with the laws of the Union of India.

21.8 Indemnity

The bidder shall indemnify tendering Authority from and against any costs, loss, damages,

expenses and claims including those from third parties or liabilities of any kind howsoever

suffered arising or incurred inter-alia during and after the contract period out of :-

1. Any negligence or wrongful act or omission by the bidder or any subcontract or

third party in connection with or incidental to this contract or

2. Any breach of any of the terms of this contract by all Vendors or any sub-contract

or third party.

21.9 Performance Bank Guarantee

Within 15 days of receipt of award / letter of intent for the award of contract, the Service

Provider shall furnish a Performance Bank Guarantee (PBG), as per the prescribed

format, from a Nationalized Bankamounting to Rs. One Crore for the entire contract

period as its commitment to perform services under the contract. This bank guarantee will

remain valid for a period of one year beyond the contract period. On extension of the

contract the successful Vendor shall have to extend the validity of this bank guarantee for

the period for which extension has been awarded.

Failure to comply with the requirements shall constitute sufficient grounds for the

forfeiture of the PBG.

The PBG shall be released immediately after expiry of the contract provided there is no

breach of contract on the part of the Service Provider.

No interests will be paid on the PBG.

31

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

The duration of contract will be for a period of 3 years from the date of award of

contract extended from year to year basis.

21.10 Liquidating damages

This RFP is for selection of the Service Provider for execution of the assignments.

If during execution of the contract, following problems are found, then a penalty of 0.5% of

the Contract value per day of delay arising out of the problems for each assignment

arising out of the RFP, may be imposed by DGT, which will be the part of the RFP: (link

this to scope of work)

1. Quality of deliverable is not up to mark, (till the quality is improved to the required

extend)

2. Delays in deliverables

3. Not assigning adequate resources in time

4. Not deploying resources on a dedicated basis, when required

5. Assigning resources that do not meet the DGT’s requirements

6. Inadequate interaction with the DGT

7. The work is either not complete or not completed satisfactorily as per the approved

time schedule or the quality of deliverable.

If the delay is beyond 2 weeks on any of the milestones then DGT may rescind the

Contract and shall be free to get it done from some other sources at risk and costs

of the Service Provider. The Service Provider may be debarred for applying in

future assignments.

21.11 Termination of Contract

The Service Provider’s association with the DGT will terminate in following ways:

1. The terms of Contract expires.

2. Termination of Contract by DGT due to non-performance during the execution of Project

a. Performance is below expected level

b. Non adherence to the timelines of the project

c. Quality of work is not satisfactory

d. Any other unforeseen reason

21.12 Termination for Insolvency, Dissolution

32

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

DGT may at any time terminate the Contract by giving 2 weeks’ written notice to the

Service Provider, if the Service Provider becomes bankrupt or otherwise insolvent or in

case of dissolution of firm/company or winding up of firm/company. In this event

termination will be without compensation to the Service Provider, provided that such

termination will not prejudice or affect any right of action or remedy, which has accrues or

will accrue thereafter to DGT.

21.13 Force Majeure

1. The Service Provider shall not be liable for forfeiture of its PBG or termination of contract

for default if and to the extent that its delay in performance or other failure to perform its

obligations under the Contract is the result of an event of Force Majeure.

2. For purposes of this clause, “Force Majeure” means as event beyond the control of the

Service Provider and not involving the Service Provider’s fault or negligence, and not

foreseeable. Such events may include, but are not restricted to, acts of the DGT in its

sovereign capacity, wars or revolutions, riot or commotion, earthquake, fires, floods,

epidemics, quarantine restrictions and freight embargoes.

3. If a force majeure situation arises, the Service Provider shall promptly notify the DGT in

writing of such condition and the cause thereof. Unless otherwise directed by DGT in

writing, the Service Provider shall continue to perform its obligations under the Contract

as far as is reasonably practical, and shall seek all reasonable alternative means for

performance not prevented by the Force Majeure event.

21.14 Taxes and Duties

1. All taxes, duties and levies etc. as applicable should be indicated.

2. Any taxes (including service tax) and other duties that are levied after the bid submission

date will be paid to the Service Provider by DGT.

21.15 Resolution of Disputes

If any dispute arises between parties, then these would be resolved in following ways:

21.15.1 Amicable Settlement

Performance of the Contract is governed by the term and conditions of the contract,

however at times dispute may arise about any interpretation of any term or condition of

Contract including the scope of work, the clauses of permanents etc. In such a situation

33

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

either party of the contract may send a written notice of dispute to the other party. The

party receiving the notice of the dispute will consider the Notice and respond to it in

writing 30 days after receipt. If that party fails to respond within 30 days, or the dispute

cannot be amicably settled within 60 days following the response of the party, then the

following clause of resolution of disputes shall become applicable.

21.15.2 Resolution of Disputes

1.Performance Review

In the event of any dispute, controversy, or claim between the parties hereto arising from

or relating to the subject of the Agreement (a “Dispute”), upon the written request of either

party each of the parties shall appoint a designated officer to meet and negotiate in good

faith to resolve such Dispute. Formal proceedings for the arbitration of such Dispute in

accordance with below mentioned clause hereof may not be commenced until the earlier

of (a) the expiration of 14 days after the initial request for such negotiations, or (b) either

of the designated officers concluding in good faith and notifying the other designated

officer that amicable resolution through continued negotiation of the mater in issues does

not appear likely.

2. Arbitration

a. If any dispute or difference shall arise out of or relating to or in connection with any act,

deed or thing done under or pursuant to this Agreement between the parties, they shall

make every effort to resolve the same amicable by direct or informal negotiations. If,

within thirty (30) days from the date of commencement of such direct or informal

negotiations. DGT and the consultant are unable to resolve amicably such difference or

dispute, notice of the existence of such dispute or difference may be served by either

party to the other resolution by arbitration under and in accordance with this Clause,

failing which such dispute or difference shall be deemed to have been forfeited and given

up and amicably resolved by the Parties without either party being liable to the other in

any manner under law and equity or otherwise.

b. If, at any time, any questions, dispute or dispute or difference whatsoever shall arise

between the parties out of or relating to or in connection with this Agreement or any act,

deed or thing done under or pursuant to this agreement or matters arising there from,

either of the parties may give to the other notice in writing of the existence of such a

questions, dispute or difference and the same shall be referred to a board of three

34

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

arbitrators of whom one to be nominated by the DGT, MSDE and the other to be

nominated by the Service Provider and the third arbitrator, who shall be the presiding

arbitrator to be jointly selected by the two arbitrators appointed as aforesaid by the

Parties. Such a notice of the existence of any question, dispute or difference shall be

served by either party within 30 (thirty) days of commencement of such dispute falling

which all rights and claims shall be deemed to have been forfeited and given up

absolutely and unconditionally.

c. Award made in any such arbitration shall be final and binding on the Parties. The venue

of the arbitration shall be at DGT office, New Delhi. The provisions of the Indian

Arbitration and Conciliation Act, 1996 and the rules, if any framed there under and any

statutory medication thereof shall apply to such arbitration.

d. Upon every or any such reference, the cost of or incidental to the reference and award(s)

shall be borne as determined by the Award which shall directly be whom and in what

manners the same shall be borne and be paid.

e. During the pendency arbitration, the Parties shall continue to perform their respective

obligation under the Agreement.

21.16 Legal Jurisdiction

All legal disputes between the parties shall be subject to the jurisdiction of the Courts

situated in Delhi only.

21.17 Duration of the Contract

The total duration of the contract between DGT and the Service Provider is 3 years (36

months from the date of award of contract).

Duration of the contract shall be Three years subject to yearly appraisal and review by the

Tendering Authority. In case the performance is not found to be satisfactory or not in

conformity with the terms and conditions of the Tender document, the contract shall be

terminated even before the schedule time after following due procedure of law. In the

event of premature closure of contract for reasons mentioned herein above, the Security

Deposit shall be absolutely forfeited along with penalty as decided by the Tendering

Authority.

35

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

However, the contract may be renewed further on the basis of the performance of work

provided that both parties agreed on mutual terms and conditions as specified in the

contract.

22. Special Conditions of the Contract

1. It shall be deemed that the bidder has got fully acquainted with the scope of the work,

working and other prevalent conditions and fluctuations thereto whether they actually

visited the site / area or not and have taken all the above factors into account while

quoting his rates.

2. Police verification report and security clearance for all the staff is to be obtained before

commencement of the work. The Tendering Authority will have the right to ask for police

verification from the Vendor any point of time.

3. Bidder will have to make their own arrangement of supervision/ vigilance on the activities

of employees engaged by him for the works. The bidder will be responsible for any

misconduct, theft / attempt of pilferage or misdemeanor on the part of bidder’s employees

engaged in the works of the Tendering Authority in connection with the contract work. If

the bidder’s employee (s) is / are found to be involved in such activities the bidder will be

held responsible for the same, and apart from penalty / penal action, bidder will be liable

for administrative action including Blacklisting the bidder for future Contracts.

4. The losses to government properties, if any by contract laborers, will be recovered from

the bidder. The demurrages charges / losses if any due to bidder will be recovered from

the bidder. The bidder will have to abide by the all security instructions and requirements

as necessary and intimated by tendering authority.

5. The bidder will have to maintain daily attendance register and get it duly signed by

bidder’s competent authority.

6. A complaint register will be kept at suitable location for complaints with regard to any

aspect of service provided by the contractor.

7. The undersigned reserves the right to decrease or increase the number of trainees

appearing at any Centre.

23. Formats S. No.

Form

Description

36

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

24. Format for Technical Bid

The technical bid should contain the covering letter and all associated formats, citations,

presentations and seriatim.

25. Financial Bid-Online

S.No Scope of Work Unit of Measurement Rate in

INR

1. The cost should be inclusive of all

associated cost for Development of objective

type question bank for trades and

moderation.

per question cost

should be mentioned

2. The cost should be inclusive of all

associated cost including translation in Hindi

Rate for 300 words

Per page cost should

1.

FORM 1

Cover Letter

2.

FORM 2

Bidders Authorization Certificate

3.

FORM 3

Self Declaration (Notarized Affidavit)

4.

FORM 4

Bidders Particulars

5.

FORM 5

Format of furnishing relevant experience

6.

FORM 6

Query Format

7.

FORM 7

Format of Work Plan

8.

FORM 8

Approach, Methodology and Quality Assurance

9. FORM 9 Format of Curriculum Vitae (CV) for proposed professional staff

10. FORM 10 Format of Financial Proposal

11. FORM 11 Format of Performance Bank Guarantee

12. FORM 12 Bidders have to submit the deviation, if any

13. FORM 13 Warrantee

14 FORM 14 Reference Index

37

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

and other regional languages. be mentionedfor

translation purpose

3. Registration of trainees, issue of hall tickets,

Identification and mapping of centres,

invigilation, conduct of computer based test

(CBT) and declaration of result and

submission to the agency or as directed.

Per paper Per

trainee cost should

be mentioned.

Note:- The cost mentioned will be excluding Government taxes.

26. Terms & Conditions

1. No advance Payments will be made.

2. The bidders will raised the bill after completion of the work including results of the

examination.

3. The rates quoted are for per paper per trainee and the payment will be made on

the actual number of trainees appeared and the certificate to be submitted in this

regard The rates quoted are inclusive of all materials, consumables, equipment,

software and scope of work stated in the tender.

4. The rates shall be valid for 3 years from the date of signing of contract except the

Government taxes.

5. The complete work should be allotted to only one vendor.

6. The vendor will submit three copies of accurate invoices on the letter head of the

company with signature of the authorized signatory and the seal of the

organization.

7. The payment will be made by ECS in the name of the firm.

8. Applicable TDS shall be deducted at the time of payment.

9. Any variation in taxes will be on account of the purchaser, in the event the taxes

are increased by the Government authorities, then the bidder will have to provide

the accurate invoice with the effect of increased taxes, with the documentary

evidence of increased taxes. In case the taxes are reduced then the bidder will

have to submit the accurate invoice with the effect of reduced taxes with the

documentary evidence

38

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

10. Please note this is a time bound work, in case of any delay beyond a day in

executing project a penalty will be imposed @ 0.5% per day for the total

value of Job.

11. Delivery period should be counted after the intimation of the exam schedule.

We accept the terms & conditions mentioned and our financial offer will abide by

the terms of payments and other clauses mentioned in the RFP document. We

also declare that our offer is unconditional.

12. EMD/Performance security deposit exemption to NSIC registered firm will not be

allowed due to time bound and secret work.

Name of the authorized signatory

Signature of the authorized signatory

Designation

Company

Date

Location

27. Required Service Level (SLA)

Sr. No. Service Module Details of Service Service Level

Benchmark

1. DGT will fix the date

of examination three

months before and

will inform to the

successful bidder

A)Plan for registration of

students

B)Centre mapping

C)Issue of hall tickets before

the start of exam

D)Successful completion of

exam

E) Declaration of result after

completion of exam

20 days

15days

20 days

10 days

10 days

39

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

28. Annexure: Proposal Submission Forms

Note: All pages of the annexure /s and formats should carry the company seal on each page

duly signed by authorized signatory.

28.1 FORM 1: Cover Letter

On letter head of the company

<Location, Date>

The Director (TTC)

Directorate General of Training

Ministry of Skill Development & Entrepreneurship

Room No. 602(A), 6th Floor

Shram Shakti Bhawan,

Rafi Marg,

New Delhi – 110001

Subject: Engagement of an agency for conducting online All India Trade Test for Craft

Instructor Training Scheme and Apprenticeship Training Scheme under the aegis of

NCVT.

Dear Sir,

Having examined the tender documents including all Annexure the receipt of which is hereby

duly acknowledged, we, the undersigned, offers engagement of an agency for conducting online

All India Trade Test for Craft Instructor Training Scheme and Apprenticeship Training Scheme

under the aegis of NCVT.

We have read all the provision of RFP and confirm that these are acceptable to us

We further declare that additional conditions, variations, deviations, if any, found in our proposal

shall not be given effect to.

We agree to abide by this proposal, consisting of this letter, technical and commercial proposals,

the duly notarized written power of attorney, and all attachments, for a period of six months from

the date of opening of technical proposals as stipulated in the RFP and modifications resulting

from contract negotiations, and it shall remain binding upon us any may be accepted by you at

any time before the expiration of that period.

40

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

Until the formal final contract is prepared and executed between us, this proposal, together with

your written acceptance of the proposal and your notification of award, shall constitute a binding

contract between us.

We are hereby submitting our Proposal, which includes this Technical Proposal sealed under a

separate envelope and online financial proposal. We hereby declare that all the information and

statements made in this Proposal are true and accept that any misinterpretation contained in it

may lead to our disqualification.

Our Proposal is binding upon us and subject to the modifications resulting from Contract

negotiations.

We understand you are not bound to accept any proposal you receive, not to give reason for

rejection of any proposal and that you will not defray any expenses incurred by us in bidding.

Demand draft no. _________ dated _________ drawn on __________ for Rs. 10,00,000- is

enclosed towards EMD

Demand draft no. _________ dated _________ drawn on __________ for Rs. 10,000/- is

enclosed towards RFP

We remain,

Yours sincerely,

Authorized Signatory [In full and initials]:

Name and Title of Signatory:

Name of Firm:

<Company Seal to be affixed>

28.2 FORM 2: Bidders Authorization Certificate

41

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

<Location, Date>

The Director (TTC)

Directorate General of Training

Ministry of Skill Development & Entrepreneurship

Room No. 602, 6th Floor

Shram Shakti Bhawan,

Rafi Marg,

New Delhi – 110001

Dear Sir,

<Bidder’s Name> ----------------------------< Designation > -----------------------------

Is hereby authorised to sign relevant documents on behalf of the Company in dealing with

Tender of reference >Tender No. and Date > -----------------------------. He is also authorized to

attend meeting and submit Technical and Commercial information as may be required by you in

the course of processing above said tender.

Thanking you,

The specimen signature of the authorized person is as:-

Yours sincerely,

Authorized Signatory [In full and initials]:

Name and Title of Signatory:

Name of Firm:

<Company Seal to be affixed>

42

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

This tender document is not transferable

28.3 FORM 3: Self Declaration (Notarized Affidavit)

<Location, Date>

The Director (TTC)

Directorate General of Training

Ministry of Skill Development & Entrepreneurship

Room no. 602, 6th Floor

Shram Shakti Bhawan,

Rafi Marg,

New Delhi – 110001

In response to the tender No ……………………. Dated ……….………. as a owner / partner / Director of

……………. I / We hereby declare that our Agency ………….…………….. is having unblemished past

record and was declared ineligible for corrupt and fraudulent practices either indefinitely or for a

particular period of time.

We M/s ________________ (Name of the Company) are not blacklisted in any Department of

Government.

We further undertake that our partner M/s ____________________ (Name of Vendor) having office are

also not blacklisted in any Department of Government

We hereby declare that there are no pending cases against M/s____________________ & Address of

Bidder with Government or any other court of law

We hereby declare that Bidder’s company of Director / Owner of the company have not been declared by

any Court of Competent Authorities in solvent or involved in any fraudulent mean (Economical &

Criminal) as on submission date of this proposal.

Yours sincerely,

43

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

Authorized Signatory [In full and initials]:

Name and Title of Signatory:

Name of Firm:

<Company Seal to be affixed>

44

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

28.4 FORM 4: Bidders Particulars

Detail Required Provide the relevant information with proper documentary

evidence

Name of Service Provider

Name of Contact Person

Registered office Address

Constitution of Service Provider

Type of bidder’s organization (Government /

Semi-Government / Private)

Year of Establishment

Telephone Number (s)

Fax Number

Mobile Number

Area of Specialization

Details of PAN (certified copy to be enclosed)

Details of TAN (certified copy to be enclosed)

Registration Number under Indian Company Act,

1956

Total Annual Turnover : Please attach auditors certificate to support the financials

Year Amount (Rs. In Crore) Audited (Y/N) Annexure Number

2015-16

2014-15

2013-14

Net Worth : Please attach auditors certificate to support the financials

Year Amount (Rs. In Crore) Audited (Y / N) Annexure Number

2015-16

2014-15

2013-14

Net Profit : Please attach auditors certificate to support the financials

Year Amount (Rs. In Crore) Audited (Y / N) Annexure Number

45

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

2015-16

2014-15

2012-13-14

ISO Certification

Total number of staff as on 20th Feb, 2017

Address of ControlCenter

Signature of Authorized Signatory

Name of Authorized Signatory of this Bid.

Company Seal

28.5 FORM 5 : Format of Furnishing relevant experience

Relevant services carried out in the last three years, that best illustrate qualifications (Using the

format below, provide information on each reference / assignment for which your company or as

one of the major companies within an association, was legally contracted.) Use the below format

for each reference that you want to submit.

Assignment Name

Client Name

Name Key Client Contact

Designation of Key Client Contact

E Mail Address of Key Client Contact

Telephone Number / s of Key Client Contact

Nature of Work (tick the appropriate) Computer Based Test

Duration of Assignment (in months)

Start Date of Assignment

dd-mmm-yyy

End Date of Assignment

dd-mmm-yyy

Approximate Value of Services

In INR

Name of Senior Staff

Role performed

1.

2.

3.

46

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

Narrative Description of Project

Explain how this project is relevant to the scope

of work described in this RFP

28.6 FORM 6: Query Format

Name of

Company

Page Number Clause

Number

Question / Query /

Clarification

Suggestion Reply

28.7 FORM 7: Format of Work Plan

S. No.

Activity

Months

1 2 3 4 5 6 7 8 9 10 11 n

1.

2.

3.

N.

Sign of

Authorized

Signatory

and

Company

Seal

28.8 FORM 8: Approach, Methodology and Quality Assurance

The Solution Provider in this section must highlight their ability to meet the project requirements in terms of the

following:-

28.8.1 ApproachUnderstanding the need of the project. The solution provided must state the philosophy and

approach adopted to meet the objectives of the engagement .The approach being projected to meet the secrecy and

confidentiality needs of the engagement

28.8.2 Methodology

Explain the operational methodology towards the entire engagement

47

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

28.8.3 Quality Assurance Methodology

Explain the Quality Assurance methodology towards the entire engagement

28.9 FORM 9: Format of Curriculum Vitae (CV) for proposed professional staff Format of Curriculum Vitae (CV) for proposed Professional staff .Separate sheet to be attached for each

professional

1 PROPOSED POSITION FOR THIS PROJECT

2 NAME OF SUBJECT AREA FOR THIS PROJECT TO

HANDLE

3 NAME (First Name, Middle Name, Last Name)

4 DATE OF BIRTH (dd/mm/yyyy)

5 NATIONALITY

6 PERSONAL Details

1. Address

2. Telephone No.

3. Fax No.

4. E-Mail address

7 EDUCATION DETAILS (the years in which various

qualifications were obtained must be stated.

8 OTHER TRAINING

9 LANGUAGE & DEGREE OF PROFICIENCY ( indicate

proficiency in speaking reading and writing of each language by

excellent, good, fair or poor)

10 MEMBERSHIP IN PROFESSIONAL BODIES

11 KEY QUALIFICATIONS AND WORK EXPERIENCES (state in

detail and the fields involved)

1. Relevant to this project

2. Not relevant to this project

12 Employment Record

From To

Employer

POSITION HELD AND DESCRIPTION OF DUTIES

Starting with present

position, list in

reversed order every

employment held and

state the art and end

dates of each

employment).

(Clearly distinguish

your “employer” as

48

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

an employee of the

firm from a

“Employer” for

whom you have

worked as a

consultant or an

advisor).

13. Detailed tasks assigned WORK

UNDERTAKEN

THAT BEST

ILLUSTRATES

CAPABILITY TO

HANDLE THE

TASKS ASSIGNED.

(in this column, list

project name, location

Year, position held,

i.e. Tem Leader, etc.

and exact duties

rendered and time

spent on each project.

I, the undersigned, certify that to the best of my knowledge and belief, this CV/Bio-data correctly describes my

qualifications, my experience, and myself. I understand that any willful misstatement described herein may to my

disqualification of dismissal, if engaged.

SIGNATURE: DATE OF SIGNING

COMPANY SEAL Day Month Year

49

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

28.10 FORM 10: Format of Financial Proposal

To

Directorate General of Training

Ministry of Skill Development & Entrepreneurship

Shram Shakti Bhawan, Rafi Marg,

New Delhi – 110001

Sir / Madam

Reference: Financial Proposal for Engagement of an agency for end to end services of conducting

online All India Trade Test for Craft Instructor Training Scheme and Apprenticeship Training Scheme

under the aegis of NCVT.

<RFP No.> We, the undersigned, offer to provide services for the above mentioned project, in

accordance with your Request for Proposal <<write RFP number>> dated << write RFP date>>, and

our bid Proposal (Technical and Financial Proposals). Our online Financial Proposal is as follows:

Our financial proposal shall be binding upon us, subject to the modifications resulting from contract

negotiations, up to expiration of the validity period of the Proposal, i.e., [Insert date]. We understand

you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Signature ………………..

In the capacity of …………………

Duly authorized to sign Proposal for And on behalf of ………………..

Date ……………….. place………………..

Company Seal

50

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

28.11 FORM 11: Format of Performance Bank Guarantee

To

Directorate General of Training

Ministry of Skill Development & Entrepreneurship

Shram Shakti Bhawan, Rafi Marg,

New Delhi – 110001

In consideration of Ministry of Skill Development & Entrepreneurship, Government of India, New

Delhi action through ____________ (Hereinafter referred to as DGT which expression shall include

his successor and assignees) having awarded to _____________ (hereinafter referred to as “the

Service Provider” which expression, wherever the subject of context permits, includes its successors

and assignees) a contract for <name of the project> in terms of inter-alia DGT’s letter No. ----------

Date------ (hereinafter called “the Contract,”) and other General Terms and upon the condition of the

Service Provider’s furnishing Security for the Service Provider’s liability under and in connection

with the said contract up to a sum of Rs. ---------- amounting to 10% of the total cost.

1. We ____________ (hereinafter referred to as the Bank of the said bank) and having our registered

office at _____________ do hereby jointly and severally undertake to guarantee the payment to DGT

in rupees forthwith on demand in writing and without any protest of demur any or all monies payable

by the Service Provider to DGT’s respect of or in connection with the said contract inclusive of all

DGT’s losses and damages and costs. (Inclusive between attorney and client charges, and expenses

and other moneys anywise payable in respect of the above as specified in the notice of demand made

by DGT to the Bank with reference to this guarantee up to an aggregate limit of Rs. ______________

2. We _______________ further agree that DGT shall be the sole judge of and as to whether the said

Service Provider has committed any breach of breaches of any of the terms and conditions of the said

contract and the extent of loss, damages, charges and expenses caused to or suffered by or that may be

caused to or suffered by DGT on account thereof and the decision of DGT that the Service Provider

has committed such breach or breaches and as to the amounts of loss, damage, costs, charges and

expenses caused to or suffered by DGT from time to time shall be final and binding on us.

3. DGT shall have the fullest liberty without reference to the bank and without effecting in any way

the liability of the said Bank under this guarantee to take any other security in respect of the

obligation and liabilities hereunder or to vary the contract / work to be done there under vis-á-vis the

Service Provider or to vary the prices of the total contract value or to release or forbear form

enforcement of all or any other security or any other securities now or anytime held by DGT and such

arrangements with the Service Provider or release or forbearance whatsoever shall absolve the bank of

the full liability to DGT hereunder or prejudice the rights of DGT against the bank.

4. The guarantee shall not be determined or affected by the liquidation or winding up of, dissolution

change in constitution or insolvency or the Service Provider but shall in all respect and for all purpose

be binding and operative unit payment of all moneys payable to Service Provider in terms thereof.

5. The bank hereby waives all rights at any time inconsistent with the terms of this guarantee and the

obligations of the bank in terms hereof shall not be in anywise affected or suspended by reasons of

any dispute or dispute or disputes having been raised by the Service Provider (whether or not pending

before any arbitrator, Tribunal or court) or purporting to stop prevent any payment by the bank to

DGT in terms thereof. The Bank’s liability under these presents being absolute and unequivocal.

51

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

6. The amount stated in any notice of demand addressed by DGT to the bank as liable to be paid to

DGT by the Service Provider or as suffered or incurred by DGT on account of any losses, damages,

costs, charges and expenses shall be conclusive evidence of the amount so liable to be paid to DGT or

suffered or incurred by Service Provider as the case may be and in terms hereof.

7. This guarantee / undertaking shall be in a continuing guarantee / undertaking and shall remain valid

and irrevocable for all claims of DGT and liabilities of the Service Provider arising up to and until

midnight of ………

8. This guarantee / undertaking shall be in addition to any other guarantee or security whatsoever that

DGT may now or any time anywise may have in relation to the Service Provider’s obligations or

liabilities under and / or in connection with the said contract, and DGT shall have full authority to

have recourse to or enforce this security in preference to any other guarantee or security which DGT

may have or obtain and not forbearance on the part of DGT in enforcing or requiring enforcement of

any other security shall have the effect or releasing the bank form its full liability hereunder.

9. It shall not be necessary for DGT to proceed against the said Service Provider before proceeding

against the Bank and the guarantee herein contained shall be enforceable against the bank

notwithstanding that any security which DGT may have obtained or obtain from the Service Provider

shall at the time when proceeding are taken against the said bank hereunder be outstanding or

unreleased.

10. We the said bank undertake not to revoke this guarantee during this currency except with the

consent of DGT in writing and agree that any change in the constitution of the said Service Provider

or the said bank shall discharge our liability hereunder.

11. Notwithstanding anything contained herein above, our liability under this guarantee shall be

restricted to Rs ………… and this guarantee shall remain in full force till …………. and unless a

claim is made on us within …………. Months from the date i.e. before ………… all the claims under

this guarantee shall be forfeited and we shall be relived of and discharged from our liabilities

hereunder.

Dated ………..

Day of ……………… 2017.

Name of Bank: ………………..

Address: ………………….

Date: ………………….

28.12 FORM 12: Statement of Nil Deviation:- This statement is removed however

bidders have to submit the deviation if any

28.13 FORM 13 : Warrantee/Declaration of the firm

The Warrantee on the following format should be submitted along with Security deposit which should be on

appropriate Non-judicial Stamp Paper duly attested by Public Notary:-

WARRANTEE FORM

M/s ………………. Having its registered office at herein after referred to as the Contractor having carefully studied

all the documents, specifications, drawings, etc. pertaining to the Contract for works required for the completion of

work of Providing desired services as per the Scope of the Work and other terms of the engagement to the DGT.

52

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

DO HEREBY WARRANTY THAT:

1. The Contractor is familiar with all the requirements of the Contract.

2. The Contractor has investigated the site and satisfied himself regarding the character of the work and local

conditions that may affect the work of its performance.

3. The Contractor is satisfied that the work can be performed and completed as required in the contract.

4. The contractor has seen all risks directly or indirectly connected with the performance of the contract.

5. The Contractor has had no collusion with other Contractors, or with any other person to execute the said works

according to the terms and conditions of the said Contract.

6. The Contractor has not been influenced by any statement or promise of the DGT or Officers of the DGT or

Ministry of Skill Development & Entrepreneurship but only by the Contract documents.

7. The Contractor is financially solvent.

8. The Contractor is experienced and competent to perform the Contract to the satisfaction of the Tendering

Authority.

9. The statement submitted by the Contractor is true.

10. The Contractor is familiar with all general and special Laws, Acts, Ordinances, Rules and Regulations of the

Municipalities, District, State and Central Government that may affect the work, its performance or personnel

employed therein.

Authorized Signatory [in full and initials]:

Name and Title of Signatory:

Name of Firm:

<Company Seal to be affixed>

28.14FORM 14: Reference Index

S.No. Technical Evaluation Parameters Name of Reference

Document

Page Number

where the

reference is

available

1. Subject Matter Experts (SMEs)

empanelled for Item Bank Development

in various domains for Clients

2. Bidder should have moderator

empanelled with the bidder

3 The bidder has to submit an affidavit that

they will have requisite staff who will

53

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

translate question items into the required

languages Hindi and regional languages

as per RAJ Bhaasha accurate and

completely within the stipulated time

frame of the service level.

4 Experience of at least One (1) Computer

Based Exams having minimum 30,000

candidates Scheduled in a single shift

5 Agency should have a well setup

dedicated network of testing centers in

all over India. Cyber cafes or any other

such setup will not be considered as

testing centers.

6 Bidder should have administered online/

CBT in last one year for Single Indian

client/ customer across the country.

7 The bidder should have completely

owned/licensed software and Item bank

development software) for Computer

Based Examination which is being

proposed in the technical bid. The

solution should have been successfully

implemented

Yours sincerely,

Signature …………………

In the capacity of ………………..

Duly authorized to sign Proposal for And on behalf of ………………

Date ……………….. Place ……………..

Company Seal

54

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

28.15 List of Document to be uploaded for Technical Bid

1.Form 1: covering letter

2. Form 2: Bidders Authorization certification.

3. Form 3:- Self Declaration on stamp paper of Rs. 10 duly Notarized

4. Form 4:- Bidders Particulars

5. Earnest money in shape of demand draft (Scan Copy)

6. Pan number of the company

7. ITR of last five financial years.

8. List of Centres and nodes/terminals

9. Vat clearance certificate.

10. ISO certificate27001

55

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

56

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.

57

Request for Proposal Document | ©Directorate General of Training2017 602 A Shram Shakti Bhawan, Rafi Marg New Delhi-110001 | +91-11-23710898| www.dgt.nic.in

This material and related documentation is restricted. Reproduction in any form or by any means without prior written authorization of the DGT is illegal.