RFP for IITJEE/NEET Prep Services
RFP for IITJEE/NEET Prep Services
Examinations Location
IITJEE – Indore & Bhopal
NEET – Indore & Bhopal
Page | 1
The REQUEST FOR PROPOSAL (RFP)
6 Appendices 79
Page | 2
DISCLAIMER
The information contained in this Request for Proposal document (the ―RFP) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of
the Directorate or any of its employees or advisors, is provided to Bidder(s) on the terms and
conditions set out in this RFP and such other terms and conditions subject to which such
information is provided.
This RFP is not an agreement and is neither an offer nor invitation by the Directorate to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their offers (Bids) pursuant to
this RFP. This RFP includes statements, which reflect various assumptions and assessments
arrived at by the Directorate in relation to the Project. Such assumptions, assessments and
statements do not purport to contain all the information that each Bidder may require. This RFP
may not be appropriate for all persons, and it is not possible for the Directorate, its employees
or advisors to consider the objectives, financial situation and particular needs of each party who
reads or uses this RFP. The assumptions, assessments, statements and information contained in
the Bidding Documents may not be complete, accurate, adequate or correct. Each Bidder
should, therefore, conduct its own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments,
statements and information contained in this RFP and obtain independent advice from
appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Directorate accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Directorate, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way for
participation in this Bid Stage.
The Directorate also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP.
The Directorate may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this
RFP.
Page | 3
The issue of this RFP does not imply that the Directorate is bound to select a Bidder or to
appoint the Selected Bidder or Bidder, as the case may be, for the Project and the Directorate
reserves the right to reject all or any of the Bidders or Bids without assigning any reason
whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Directorate
or any other costs incurred in connection with or relating to its Bid. All such costs and expenses
will remain with the Bidder and the Directorate shall not be liable in any manner whatsoever
for the same or for any other costs or other expenses incurred by a Bidder in preparation or
submission of the Bid, regardless of the conduct or outcome of the Bidding Process.
Page | 4
Section 1:
Information to Bidders
Page | 5
Standard definitions
a) Directorate means Directorate of Public Instruction, Madhya Pradesh which has invited the
bids for consultancy services and with which the selected Bidder signs the Contract for the
Services and to which the selected bidder shall provide services as per the terms and
conditions and TOR of the contract.
b) Bidder means any entity or association of persons or lead partner, who has been shortlisted
to submit their proposals, that may provide the Services to the Directorate under the
Contract.
c) Contract means the Contract signed by the Parties and all the attached documents listed in
its Clause 1, that is the General Conditions (GC), the project Specific Conditions (SC), and the
Appendices.
d) Project specific information means such part of the Instructions to Bidders used to reflect
specific project and assignment conditions.
g) Information to Bidders means the Section 1 of the RFP document which provides Bidders
with all information needed to prepare their proposals.
i) Personnel means professionals and support staff provided by the Bidder assigned to
perform the Services or any part thereof
j) Proposal means the Technical Proposal and the Financial Proposal. RFP means the Request
for Proposal prepared by the Directorate for the selection of Bidders.
k) Assignment / job means the work to be performed by the Bidder pursuant to the Contract.
l) Terms of Reference or TOR means the document included in the RFP which explains the
objectives, scope of work, activities, and tasks to be performed, respective responsibilities
of the Directorate and the Bidder, and expected results and deliverables of the
Assignment/job.
Page | 6
1. Introduction
1.1 The Directorate will select a firm/organization (the Bidder) in accordance with the method
of selection specified in the Data Sheet
1.2 The name of the Assignment/Job has been mentioned in the Data Sheet and the detailed
scope of the assignment/ job has been described in the Terms of Reference.
1.3 The date and time for submission of the proposals has been given in the Data Sheet.
1.4 The Bidders are invited to submit their Proposal, for consulting Assignment/job named in
the Data Sheet. The Proposal will be the basis for a contract with the selected bidder.
1.5 Bidders should familiarize themselves with local conditions and consider them in
preparing their Proposals. To obtain first-hand information on the Assignment/job and
Local conditions, Bidders are encouraged to attend a pre-bid meeting as specified in the
Data Sheet.
1.6 The Directorate will provide, at no cost to the Bidders, the inputs specified in the Data
Sheet, to carry out the Assignment/job, and make available relevant project data and
reports.
1.7 Bidders shall bear all costs associated with the preparation and submission of their
proposals. The Directorate is not bound to accept any proposal, and reserves the right to
annul the selection process at any time prior to Contract award, without thereby incurring
any liability to the Bidders.
2. Bidder’s personnel
2.1 The bidder shall employ and provide such qualified and experienced Personnel as are
required to carry out the Services.
3.1 Bidders may request a clarification on any clause of the RFP documents up to the number
of days indicated in the Data Sheet before the proposal submission date. Any request for
clarification must be sent in writing, or by standard electronic means to the Directorate’s
email address indicated in the Data Sheet. The Directorate will respond in writing, or by
standard electronic means and will send written copies of the response (including an
explanation of the query but without identifying the source of inquiry) to all Bidders.
Should the Directorate deem it necessary to amend the RFP as a result of a clarification, it
shall do so following the procedure under para. 3.2 below.
3.2 At any time before the submission of Proposals, the Directorate may amend the RFP by
issuing an addendum in writing or by standard electronic means. Information related to
Page | 7
any addendum shall be published on the e-procurement web site [Link]
and will be binding on all bidders. To give Bidders reasonable time in which to take an
amendment into account in their Proposals, the Directorate may, if the amendment is
substantial, extend the deadline for the submission of Proposals.
4. Conflict of Interest
4.1 The Directorate requires that Bidders at all times hold the Directorate’s interests
paramount, strictly avoid conflicts with other Assignments/jobs or their own corporate
interests and act without any consideration for future work.
4.2 Without limitation on the generality of the foregoing, Bidders, and any of their affiliates,
shall be considered to have a conflict of interest and shall not be recruited, under any of
the circumstances set forth below:
4.2.1 Conflicting Assignment/job: The Bidder (including its Personnel) shall not engage,
and shall cause their Personnel not to engage, either directly or indirectly, in any
business or professional activities that would conflict with the activities assigned
to them under this contract.
4.2.2 Conflicting relationships: A Bidder (including its Personnel) that has a business or
family relationship with a member of the Directorate’s staff who is directly or
indirectly involved in any part of (i) the preparation of the Terms of Reference of
the Assignment/job, (ii) the selection process for such Assignment/job, or
(iii) supervision of the Contract, may not be awarded a Contract, unless the
conflict stemming from this relationship has been resolved in a manner
acceptable to the Directorate throughout the selection process and the
execution of the Contract.
4.3 Bidders have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of their Directorate, or that may
reasonably be perceived as having this effect. Any such disclosure shall be made as per
the Standard forms of technical proposal provided herewith. If the bidder fails to disclose
said situations and if the Directorate comes to know about any such situation at any time,
it may lead to the disqualification of the Bidder during bidding process or the termination
of its Contract during execution of assignment.
4.4 No agency or current employees of the Directorate shall work as Bidders either directly or
indirectly in any other capacity.
5. Unfair Advantage
5.1 If a short-listed Bidder could derive a competitive advantage from having provided
consulting Assignment/job related to the Assignment/job in question and which is not
defined as conflict of interest as per para 4 above, the Directorate shall make available to
Page | 8
all Bidders together with this RFP all information that would in that respect give such
Bidder any competitive advantage over competing Bidders.
6. Proposal
6.1 Bidders should submit only one proposal. If a Bidder submits or participates in more than
one proposal, such proposals shall be disqualified.
7. Proposal Validity
7.1 Bidders’ bids must remain valid for 180 days after the last date of submission of
proposals. During this period, Bidders shall maintain the availability of professional staff
nominated in the Proposal and the financial proposal unchanged. Should the need arise
however, the Directorate may request Bidders to extend the validity period of their
proposals. Bidders who agree to such extension shall confirm that they maintain the
availability of the Professional staff nominated in the Proposal and their financial proposal
remain unchanged, or in their confirmation of extension of validity of the Proposal,
Bidders could submit new staff in replacement, who would be considered in the final
evaluation for contract award. Bidders who do not agree have the right to refuse to
extend the validity of their Proposals. Under such circumstance the Directorate shall not
consider such proposal for further evaluation.
8. Preparation of Proposals
8.1 The Proposal as well as all related correspondence exchanged by the Bidders and the
Directorate, shall be written in English language, unless specified otherwise.
8.2 In preparing their Proposal, Bidders are expected to examine, in detail, the documents
comprising the RFP. Material deficiencies in providing the information requested may
result in rejection of a Proposal.
8.3 While making the proposal, the bidder must ensure that he proposes the minimum
number and type of experts as sought by the Directorate, failing which the proposal shall
be considered as non-responsive.
8.3.1 Bidders are required to submit a Technical Proposal (TP) in forms provided in
Section 3. The Data Sheet indicates the formats of the Technical Proposal to be
submitted. Submission of an incomplete Technical Proposal will result in the
Proposal being deemed non-responsive. The Technical Proposal shall provide the
information indicated in the following paras using the attached Standard Forms
c) The list of the proposed Professional staff team by area of expertise, the
position that would be assigned to staff team members, and their tasks is
to be provided in Form Tech-4.
e) Details (Data Tables) of enrolled and selected candidates with the bidder
for last two academic years in the specified format in Form Tech 9.
8.4 The Technical Proposal shall not include any financial information. A Technical Proposal
containing financial information will be considered disqualified.
8.5 Financial Proposals: The Financial Proposal shall be prepared using the attached Standard
Forms. It shall list all costs associated with the Assignment/job, including remuneration for
staff indicated in Form Fin-2 and 3. These costs should be broken down by activity. The
financial proposal shall not include any conditions attached to it and any such conditional
financial proposal shall be rejected summarily.
9. Taxes
9.1 The Bidder shall fully familiarize themselves about the applicable Domestic taxes(such as:
GST, value added or sales tax, service tax or income taxes, duties, fees, levies) on amounts
payable by the Directorate under the Contract. All such taxes must be included in the
rates quoted by the bidder in the financial proposal and it will be responsibility of the
bidder to pay all the taxes, fees, duties, levies etc. whichever is applicable to them.
Page | 10
10. Currency
10.1 Bidders shall express the price of their Assignment/job in Indian Rupees
11.1.1 An EMD of Rs. 3.00 Lakh (Rs. Three Lakhs only) per course per centre, as a token
amount, in the form of Demand Draft/Banker’s Cheque or Fixed Deposit Receipt
or Bank Guarantee acceptable to the Authority, from any of the Scheduled Banks
only, drawn in favor of the “Commissioner, Public Instruction” without which the
proposals shall be rejected as non responsive. The bidder shall deposite EMD in
online mode only. The bidder is advised to carefully calculate EMD as per choice
of centre(s) and course(s) in his/her bid and draw a single instrument of the total
amount applicable to his/her bid. The total cost of EMD is Rs. 21.00 lakhs for
IIT/JEE & NEET courses and Indore & Bhopal centres for present year and fresh
cohort. The validity period of such a Demand Draft/Banker’s Cheque or Fixed
Deposit Receipt, or Bank Guarantee shall not be less than 180 (ninety) days from
the last date of submission of bid. The bidder(s) who submit their proposal for
one or more course in a centre can avail exemption from EMD.
11.1.2 MSME which are registered in Madhya Pradesh shall be exempted from EMD as
per Store Purchase Rule 2022 on the basis of producing valid documents.
11.1.3 No interest shall be payable by the Directorate for the sum deposited as earnest
money deposit
11.1.4 The EMD of the unsuccessful bidders would be returned back within one month
of signing of the contract with successful bidder.
11.1.5 In the case of the Selected Bidder, EMD shall be retained till he has provided a
performance Security under the Contract.
11.1.6 The Selected Bidder’s EMD will be returned, without any interest, upon the
selected bidder signing the Contract and furnishing the Performance Security of
3% of the value of the contract in accordance with the provisions thereof. EMD
will not be adjusted against the amount of Performance security to be furnished
under the contract. The validity of the Performance Security Gurantee shall be
60 days beyond the end of the contract period.
11.1.7 The EMD shall be forfeited as Damages without prejudice to any other right or
remedy that may be available to the Authority under the Proposal Documents
and/ or under the Contract, or otherwise, under the following conditions:
Page | 11
a) If a Bidder engages in a corrupt practice, fraudulent practice,
coercive/collusive practice, undesirable practice or restrictive practice as
specified in Clause 1.8. of the General Conditions (GC) of Contract;
b) If a Bidder withdraws its bids during the period of Bid validity as specified
in this RFP;
c) In the case of Selected Bidder, if it fails within the specified time limit
to:
iii) To furnish the Performance Security within the period prescribed thereof in the
Contract; or
iv) In case the Selected Bidder, having signed the Contract, commits any breach
thereof prior to furnishing the performance security
12.2 Tender Fees of Rs. 5000/- (non-transferable & non-refundable) must be paid online at e-
procurement portal ([Link]).
12.4 The Bidder shall attach with the response all supporting documents as contained in the
checklist provided below:
Page | 12
Sr. no Document type Applicable courses
Self-declaration certificate stating the bidder has not been All
4 blacklisted by the Central/state government/public sector
organization
Signed affidavits by board of directors/partners or authorised All
representative of the agency as specified in the table on
5
technical qualification and evaluation criteria contained in
section 18 and 19
6 Audited financial statements of last 2 years All
Details of all students enrolled with the bidder in full time
7 classroom program in last two academic years 2023-24 and All (As applicable)
2024-25 (IIT/NEET as applicable)
Details of all students enrolled with the bidder in full time IITJEE
classroom program in the centre(s) being applied in State of
Madhya Pradesh and clearing JEE Mains and JEE Advanced
securing AIR below 60000 in last two academic years 2023-24
8
and 2024-25. Name, roll no., mobile no., rank (in ascending
order) & documentary evidence of student being enrolled with
the bidder in fulltime classroom program & securing AIR below
60000 to be enclosed.
Details of all students enrolled with the bidder in full time NEET
classroom program in the centre(s) being applied in State of
Madhya Pradesh clearing NEET and other exam, if any securing
AIR below 55000 in last two academic years 2023-24 and 2024-
9
25. Name, roll no., mobile no., rank (in ascending order) and
medium (Hindi / English) & documentary evidence of student
being enrolled with the bidder in fulltime classroom program &
securing AIR below 55000 to be enclosed
CVs of faculty to be stationed at each of the centre(s) bid is All
10 submitted for as specified in the table of evaluation criteria
contained in section 19.
11 Sample Hindi materials used as part of coaching All
12 TECH-1 (Format specified in Section 3) All
13 TECH-2 (Format specified in Section 3) All
14 TECH-3 (Format specified in Section 3) All
15 TECH-4 (Format specified in Section 3) All
16 TECH-5 (Format specified in Section 3) All
17 TECH-6 (Format specified in Section 3) All
18 TECH-7 (Format specified in Section 3) All
Page | 13
Sr. no Document type Applicable courses
19 TECH-8(Format specified in Section 3) All
20 TECH-9 (Format specified in Section 3) All
21 FIN-1 (Format specified in Section 4) All
22 FIN-2 (Format specified in Section 4) All
Presentations, dashboards & such other supporting documents All
23
as mentioned in technical evaluation criteria in Section 19
12.5 The original proposal, both technical and Financial Proposals, shall contain no
interlineations or overwriting, except as necessary to correct errors made by the Bidders
themselves. The person who signs the proposal must initial such corrections. Submission
letters for both Technical and Financial Proposals should respectively be in the format of
Form Tech-1 of Section 3, and Form Fin-1 of Section 4. The proposals submitted without
relevant documents shall not be accepted during technical bid opening such proposal
shall be rejected outrightly during opening of technical envelop.
12.6 An authorized representative of the Bidder shall initial all pages of the original Technical
and Financial Proposals.
12.7 The Technical and Financial bids, in prescribed formats and other required documents
as per the RFP should be submitted on [Link]. Applicants should
furnish/upload scanned copies of all documents preferably in pdfFormat. The financial
bids are to be uploaded only in the prescribed formats and bid of any firm which
discloses any pricing information in technical bid stage will be summarily rejected.
12.8 From the time the Proposals are opened to the time the Contract is awarded, the
Bidders should not contact the Directorate on any matter related to its Technical and/or
Financial Proposal. Any effort by Bidders to influence the Directorate in the
examination, evaluation, ranking of Proposals, and recommendation for award of
Contract may result in the rejection of the Bidder’s Proposal.
12.9 Bidder Selection Committee (BSC) constituted by the Directorate will carry out the
evaluation process.
12.10 Evaluation of Technical Proposals: BSC while evaluating the Technical Proposals shall
have no access to the Financial Proposals until the technical evaluation is concluded and
the competent authority accepts the recommendation.
12.11 The BSC shall evaluate the Technical Proposals on the basis of their responsiveness, and
required documents submitteed by the bidder to the Terms of Reference and by
applying the evaluation criteria, sub-criteria specified in table at para 18 of section 1. In
the first stage of evaluation, a Proposal shall be rejected if it is found deficient as per the
above requirements. Only responsive proposals shall be further taken up for evaluation
Page | 14
as per technical evaluation criteria mentioned in para 19. Evaluation of the technical
proposal will start first and at this stage the financial bid (proposal) will remain
unopened. The qualification of the bidder and the evaluation criteria for the technical
proposal are defined in para 19 of this RfP.
12.12.1 Financial proposals of only those firms who are technically qualified shall be
opened publicly on the date & time as specified in the Table in Para 17 of
Section 1, in the presence of the Bidders’ representatives who choose to
attend. The name of the Bidders, their technical score and their financial
proposal shall be read aloud.
12.12.2 The BSC will correct any computational errors. In case of a discrepancy
between word and a figure stated in the financial proposal, the alphabetical
description of any amount shall [Link], once the bid is received and
opened, no correction in the document will be made in any case by anybody.
In addition to the above corrections the items described in the Technical
Proposal but not priced, shall be assumed to be included in the prices of other
activities or items. In case an activity or line item is quantified in the Financial
Proposal differently from the Technical Proposal, (i) if the Time-Based form of
contract has been included in the RFP, the Evaluation Committee shall correct
the quantification indicated in the Financial Proposal so as to make it
consistent with that indicated in the Technical Proposal, apply the relevant
unit price included in the Financial Proposal to the corrected quantity and
correct the total Proposal cost, (ii) if the Lump-Sum form of contract has been
included in the RFP, no corrections are applied to the Financial Proposal in this
respect.
13.1 The Bidders who have submitted their response shall first be evaluated & scored against
the technical qualification & evaluation criteria specified in para 19 of this section.
Bidders who have obtained atleast 60% marks in their technical score shall be invited to
submit their financial quotes.
Note: A bid will be disqualified invariably if the bidder scores 0 in the sub-criteria
relating to sample hindi material (maximum score: 5m) for his chosen Course. Sample
Hindi material for IIT/JEE and NEET can be submitted physically at office of the
Directorate of Public Instruction, M.P. due to big size of the scanned documents.
13.2 The bidder shall be awarded the contract based on combined techno-commercial
evaluation process as specified in section 20. After selection, the Directorate shall issue
a Letter of Award (LOA) to the selected Bidder and promptly notify all other Bidders who
have submitted proposals about the decision taken. The LOA shall be issued, in
Page | 15
duplicate, by the Authority to the Selected Bidder and the Selected Bidder shall, within 3
(three) days of the receipt of the Letter of Award, sign and return the duplicate copy of
the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly
signed by the Selected Bidder is not received back by the stipulated date, the Authority
may, unless it consents to extension of time for submission thereof on request of such
bidder within the aforesaid stipulated time, appropriate the EMD of such Bidder as
Damages on account of failure of the Selected Bidder to acknowledge the LOA.
13.3 The bidders will sign the contract after fulfilling all the formalities/pre-conditions
mentioned in the standard form of contract in Section 5, within 5 days of issuance of the
letter of intent. The bidder will be required to furnish a performance bank guarantee in
the format specified in Appendix G within 7 days from the issuance of the letter of
intent.
13.4 The Award of tender to the successful bidder will be initially for the Class XI cohort of
the present session (which includes full time two consecutive years’ coaching of
students i.e., students enrolled in class XI in the present session i.e. the first year - 2025-
26 and when they transit to class XII in the next academic session i.e., the second year –
2026-27). In this way the duration of the award for which bidder render services is two
years (2025-26 & 2026-27) for the present year’s class 11 cohort.
After the end of first year the award may be extended for a new cohort of class XI of
next academic session (which includes full time two consecutive years’ coaching of
students i.e., students enrolled in class XI in the 2026-27 and when they transit to class
XII - 2027-28) by the Directorate on the basis of satisfactory services by the bidder and
mutual agreement of the Directorate and the bidder. The bidder shall have to submit a
fresh performance security gurantee for the new cohort. On satisfactory services and
mutual agreement of the Directorate and the bidder the contract may further extended
for another cohort (i.e.2027-28 to 2028-29) by the Directorate.
14. Confidentiality
Bid for providing coaching services to enrolled students in all subjects forming part of the
competitive exam for the course (or courses) selected by the bidder, conducting assessments
on a continuous basis to monitor & report student progress, and providing enrolled students
Page | 16
with all other assistance as may be required to appear for the competitive exam. Coaching for
the course(s) opted by the bidder needs to be provided at the bidders premises located in the
district(s) opted for (Bhopal/Indore). In unavoidable situation online coaching may be the other
option and the rates quoted by the bidder must take this in consideration. No additional
charges shall be paid to the bidder for online classes. The financial bid quoted by the bidder
must be inclusive of transportation costs and must clearly mention the amount allocated
towards transportation. The State reserves the right to decide on whether transportation
services need to be availed from the bidder or not. The State also reserves the right to deduct
transportation costs on pro rata basis in case coaching is conducted in online mode beyond
thirty days for any reason.
16. The Bidder is required to make explicit disclosure in their response of the course/courses
being selected (IITJEE or NEET Exam) and the location centre (Bhopal/Indore). Bidder
need to furnish bid for IITJEE for Bhopal/Indore and NEET Exam for Bhopal/Indore
locations.
II. Name of the Assignment/job is: Coaching services for preparing students for
competitive examinations of IITJEE, NEET Exam
III. A pre-bid meeting will be held: Yes, as per schedule mentioned bewlow in the
Directorate. Authorised representative of the bidder can attend the meeting on
producing authorisation letter or power of attorny.
IV. The Directorate’s representative is: Shri D K Sharma, Joint Director, Directorate of Public
Instruction.
a) Relevant materials from ongoing Super 100 scheme in the state including
assessment reports & results
b) Selection test results of students shortlisted under each of the streams
c) Any other data on student performance by subject in Boards that may be required
by the Bidder
VII. Proposals must remain valid for 90 days after the last date of submission of proposal
Page | 17
VIII. Clarifications may be, if required, sought/ requested not later than 1 day prior to the
Pre-bid meeting by written communication.
XIII. Documents as mandatorily specified and applicable to the bidder [table at para 12.4]
should be uploaded on the portal. Applicants should furnish/upload scanned cpies of all
documents preferably in pdf format.
The procedure for detailed evaluation of general eligibility conditions, technical qualifications
criteria, sub-criteria and point system for evaluation to be followed under this procedure is as
under:
S. Basic
Description Documents Required
No. Requirements
Page | 18
S. Basic
Description Documents Required
No. Requirements
1. Legal Entity The Bidder must be a company Incorporation certificate along
registered under Indian Companies Act with MoA/partnership deed or
1956 or 2013 or LLP Act 2008/ registered other similar legal document
trust under the Indian Trusts Act 1882/ along with Gumashta certificate
registered society under the Societies proving it for submitting bid for
Registration Act 1860/partnership firm said location i.e a trade license
registered under the Indian Partnership or a business license (or similar
Act, 1932 in India for the last two (02) legal document) should be
years (as on the date of bid submission). furnished as documentary
In other cases, should have a valid proof.
registration issued by a Government In other cases or a proprietary
authority for running a coaching firm, any valid document
institute or Proprietary Firms. applicable/ admissible/ trade
license for running a coaching
institution issued by a
Government authority.
2. Registrations Bidder should have valid GST or other Copies of relevant Registrations
relevant tax registration
Page | 19
S. Basic
Description Documents Required
No. Requirements
CA attesting its accuracy.
Specific to Bidders opting to provide coaching to students to appear for NEET entrance
examinations
6. Area of The Bidder must be engaged in the Affidavit signed by board of
business provision of coaching services for directors/ partners/ members
NEET entrance examinations for a stating areas of work carried out by
minimum period of two (2) years the bidder along with years of
preceding date of submission with a experience in providing coaching
turnover not less than Rs 1.00 crore services for NEET; audited financial
in each of the two (2) financial years statements for 2023-24 and 2024-
preceding the date of submission. 25 verified with UDIN. In the event
of unavailability of audited financial
statements, financials should be
accompanied with a certificate
from CA attesting its accuracy.
7. No. of Minimum no. of students enrolled Provide List of Students
students with the bidder for NEET must not be enrolled with the bidder in Data
enrolled less than 300 (fulltime classroom Table-1, 2A, 2B (Given in
programme) during each of the two Section-3)
(2) years preceding date of proposal Provide list in excell sheet in
submission. Data Table-1, 2A, 2B (Given in
The Bidder must have a running Section-3) and upload it the
center two (2) years prior to the date proposal and also upload
Page | 20
S. Basic
Description Documents Required
No. Requirements
of proposal at the location (Indore & summary sheet for the data.
Bhopal) being applied for. Provide an affidavit signed by
board of directors/partners/
members or authorised
representative verifying that
the above-mentioned list is
correct.
8 Franchise The franchise firms must have a valid Provide legal franchise
Firms legal agreement with the original firm agreement document.
for running a coaching class at the Provide documentary proof for
centre being applied for. fulfilling minimum technical
The Bidder running franchise firms qualification criteria for the
must have a running center two (2) centre being applied for.
years prior to the date of proposal at
the location (Indore & Bhopal) being
applied for.
Page | 21
19. TECHNICAL EVALUATION CRITERIA
Page | 24
- Suggested work plan,
deliverables, proposed
organization and staffing
- Proposed methodology
for continuous
monitoring of the
content covered
- Tests taken
and milestones achieved
by students along-with
sample format of
dashboard & reports for
the Directorate of Public
Instructions showing
student-wise detailed
progress
Samples of study material in Points basis on 5 Sample copies of Hindi
Hindi for each of the the study study material for IITJEE
subjects forming part of the material coaching need to be
competitive exams submitted to be submitted for 3 chapters
assigned; 0 pts if from each subject as
Hindi study follows:
material is not Maths: 1)Permutations &
available even for Combinations, 2)Limits,
one of the continuity &
subjects ( for Differentiability,
each of the 3)Complex numbers and
subjects – quadratic equations
7 Physics, Physics: 1)Rotational
Chemistry & motion, 2)Electromagnetic
Maths) induction & alternating
currents, 3)Optics
Chemistry – 1)Physical
chemistry (Chemical
thermodynamics),
2)inorganic chemistry - P
block elements, 3)Organic
chemistry - Hydrocarbons
Bidder may be asked to
submit remaining chapters
when required.
Page | 25
Evaluation criteria for NEET entrance examinations
Sr.
No Maximu
. Description Scoring criteria m Score Supporting Document
Audited financial
statements for FY 2023-
24 and 2024-25 verified
with UDIN. In the event
>=1 Cr to<=3 Cr: 5 Marks of unavailability of
Turnover during financial
1 > 3 Cr to <=5 Cr: 7 Marks 10 audited financial
year 2023-24 and 2024-25
> 5 Cr : 10 Marks statements, financials
should be accompanied
with a certificate from
CA attesting its
accuracy.
Provide List of
Students enrolled
with the bidder in
Data Table-1 (Given
in Section-3)
Provide list in excell
sheet in Data Table
1 (Given in Section-
Total no. of students 3) and upload it the
enrolled with the bidder in >=300 to <=500: 5 Marks proposal and also
2 its full time classroom > 500 to <=700: 7 Marks 10 upload summary
programme in the centre > 700: 10 Marks sheet for the data.
being applied for . Provide an affidavit
signed by board of
directors/partners/
members or
authorised
representative
verifying that the
above-mentioned
list is correct.
Average annual results Selection rate: Provide List of
(over last two (2) years) (Total No students Students enrolled
3.
qualifying NEET and qualifying NEET and with the bidder in
securing AIR rank below securing AIR rank below Data 2A, 2B (Given
Page | 26
Evaluation criteria for NEET entrance examinations
Sr.
No Maximu
. Description Scoring criteria m Score Supporting Document
55000 and were enrolled 55000*100/ Total no. of in Section-3)
with the bidder for students enrolled with Provide List of
coaching services for the bidder in its full time 20 Students enrolled
entrance examinations classroom programme) with the bidder in
under a full time classroom If P, Data 2A, 2B, (Given
program P<=2.5% (0 marks) in Section-3) and
2.5>P<=5% (5 marks) upload in excel
5>P<=7.5% (10 marks) sheet.
7.5>P<=10% (15 marks)
Provide an affidavit
P>10% (20 marks)
signed by board of
directors/partners/
members or
authorised
representative
verifying that the
above-mentioned
list is correct and
that the students
mentioned in the
tables 2A, 2B were
enrolled with the
bidder for coaching
Average annual results Selection rate: Provide List of
(over last two (2) years) of No of enrolled students Students enrolled
students securing a rank who secured AIR below with the bidder in
below 5000 who were 5000 * 100 / Total no. of Data table 2A, 2B
enrolled with the bidder students enrolled with (Given in Section-3)
for coaching services for the bidder in its full time and upload in excel
entrance examinations classroom programme) sheet.
4 under a full time classroom Where, 30 Provide an affidavit
program P<=1% (0 marks) signed by board of
1>P<=2% (10 marks) directors/ partners/
2>P<=3% (15 marks) members or
3>P<4% (20 marks) authorised
4>P<5% (25 marks) representative
P>5% (30) verifying that the
above-mentioned
Page | 27
Evaluation criteria for NEET entrance examinations
Sr.
No Maximu
. Description Scoring criteria m Score Supporting Document
list is correct and
that the students
mentioned in the
2A, 2B were
enrolled with the
bidder for coaching.
Minimum team of 7 These 2 teachers for 15 Provide details of the
(Physics, Chemistry & each subject will be two teachers for each
Biology teachers – 2 each & considered for the subject who will be
1 program manager) purpose of scoring & delivering lectures for
individuals with not less evaluation. majority topics of each
than 3 years of experience subject. These 2
of coaching students to Points basis CVs: teachers for each
appear for NEET entrance subject will be
examinations & being 2 Physics teachers – 4 considered for the
proficient in delivering pts (2 pts each); purpose of scoring &
instructions in Hindi to be 2 Chemistry teachers – 4 evaluation.
stationed at each centre/ pts (2 pts each);
dedicated to students 2 Biology teachers -4 pts Details to be provided
selected under this (2 pts each); of each of the 6
program at the bidder’s Head & program teachers:
premises/ teaching manager – 3 pts Team profiles &
5
majority portion of the (For each of the subject resumes along with
respective subjects to specific teachers degree/mark sheet;
students selected under (Physics, Chemistry & duly signed / digitally
this program Biology) – 1m to be given signed by the
to qualification of authorized signatory of
teachers & 1 m to be the bidder indicating
given to coaching proportion of Hindi
experience of teachers. medium students
For program manager: forming part of the
Graduation: 0.5 pt class(es) including a
Post graduation:1 pt self-declaration that
Experience of upto 2 teachers whose profiles
years as a program have been shared are
manager: 0 pt, 2-5 years: proficient in delivering
1.0 pt, 5> years: 2 pts)) lectures in Hindi.
Page | 28
Evaluation criteria for NEET entrance examinations
Sr.
No Maximu
. Description Scoring criteria m Score Supporting Document
Provide CV with
degree/mark sheet for
the Program Manager
Samples of study material Points basis on the study 5 Sample copies of Hindi
in Hindi for each of the material submitted to study material for NEET
subjects forming part of be assigned; 0 points if coaching need to be
the competitive exams Hindi study material is submitted for 3
not available even for chapters from each
one of the subjects subject as follows:
(each of the subjects – Physics: 1)Rotational
Physics, Chemistry & motion,
Biology) 2)Electromagnetic
induction & alternating
currents, 3)Optics
Chemistry – 1)Physical
chemistry (Chemical
thermodynamics),
2)inorganic chemistry -
6 P block elements,
3)Organic chemistry -
Hydrocarbons
Biology: 1)Cell structure
& functions, 2)Human
physioplogy,
3)Biotechnology & its
applications
A declaration should be
given by the authorized
signatory of the bidder
that the remaining
chapters will be
submitted when
required.
Proposal document & 10 pts 10 Supporting documents,
presentation on (5 pts basis documents sample dashboards,
7
- Technical approach & and 5 pts basis milestones document,
methodology indicating presentation) sample
Page | 29
Evaluation criteria for NEET entrance examinations
Sr.
No Maximu
. Description Scoring criteria m Score Supporting Document
detailed understanding tests/assessments
of scope of work
- Suggested work plan,
deliverables, proposed
organization and
staffing
- Proposed methodology
for continuous
monitoring of the
content covered
- Tests taken
and milestones
achieved by students
along-with
sample format of
dashboard & reports
for the Directorate of
Public Instruction,
showing student-wise
detailed progress
Page | 30
20. Process and methodology of evaluation:
Financial bid of only those bidders with at least 60 out of 100 marks in technical evaluation for
centre(s) of Bhopal/Indore will be considered. The financial bid (fb) will be normalized on a
scale of 100, with lowest bid being normalized to 100 and the rest being awarded on a pro-rata
basis. The normalized scores would be considered for the purpose of Quality and Cost Based
Selection (QCBS).
The individual bidder’s commercial scores are normalized as per the formula fn = fmin/fb * 100
fn = Normalized commercial score for the bidder under consideration
fb = Absolute financial quote for the bidder under consideration
fmin = Minimum absolute financial quote
Composite Score (S) = tb * 0.8 + fn * 0.2
The bidder with the highest Composite Score(s) will be called for negotiations for the award of
contract.
As a part of their financial bid, the bidder is required to submit the supporting documents in the
formats provided in Section 4.
To facilitate evaluation of proposals, the Directorate may, at its sole discretion, seek
clarifications from any Bidder regarding its Proposal. Such clarification(s) shall be provided
within the time specified by the Directorate for this purpose. Any request for clarifications and
all clarification(s) in response thereto shall be in writing.
If an applicant does not provide clarifications sought within the specified time, its proposal shall
be liable to be rejected. In case the proposal is not rejected, the Directorate may proceed to
evaluate the proposal by construing the particulars requiring clarification to the best of its
understanding, and the Applicant shall be barred from subsequently questioning such
interpretation of the Authority.
Page | 31
Section 2:
Terms of Reference
Page | 32
1. Context
The state is set to revise & launch a new Super 100 scheme which will operate with the aim of
providing necessary coaching to meritorious students for admission to eminent professional
courses through competitive examinations. Under the Super 100 scheme, all students in Class X
Board examinations are allowed to sit for a selection examination. Selection examination has
been conducted by the Directorate and was an OMR based assessment with application based
questions on physics, maths & Chemistry for selection to Super 100 JEE course and physics,
chemistry & biology for selection to the Super 100 NEET course. Top 76 students for JEE (152
for Indore & Bhopalonly) (76 each for Bhopal/Indore) and top 152 students for NEET (76 each
for Bhopal/Indore) each will be eligible for enrollment into the Super 100 scheme to avail
coaching services for the respective competitive examinations for centres in Bhopal/Indore.
These 304 students will be distributed between 2 centres i.e. Bhopal & Indore basis merit list,
their most preferred choice and availability of seats. These students shall be provided coaching
services to the selected course by successful bidder to the respective course and centre.
The bidder must opt for at least 1 course at one of the 2 centres i.e. Bhopal & Indore in and can
opt for all 2 courses at both centres as per Fin Form table (2A, 2B). Coaching services need to be
provided at the premises of the bidder located within the district opted for (Bhopal/Indore).
Financial quote submitted by the bidder must be inclusive of transportation, costs & must
clearly specify the amount allocated towards transportation. The State reserves the final right
to decide whether to award the contract with/without transportation to the bidder.
I. Provide coaching services for the course(s) selected by the bidder (IITJEE/NEET Exam) in
the district(s) opted by him(Bhopal and,Indore) and provide all other assistance as may
be required to the students for appearing for the competitive examinations at par with
any regular student admitted by the coaching institute in its private capacity.
II. Conduct regular assessment programs to test progress of students and submit reports
to the Directorate of Public Instruction, M.P.
III. Conduct not less than 5 complete mock tests simulating the entrance examination and
provide assistance/guidance as may be required for enrollment/registration for the
entrance examination.
IV. Provide coaching separately for Hindi / English medium students along with other
regular students of the coaching centre.
V. Provide pre examination and post examination counselling and outreach support to
facilitate student to get admitted successfully in desired course and college.
Page | 33
The Bidder shall be responsible for providing coaching services for the course (selected
as part of submission of the proposal – for IITJEE and/or NEET Examas the case may be)
for a period of not less than 2 years for all qualifying students
The coaching hours must be scheduled only outside of school hours prescribed by the
Directorate of Public Instruction for Grade XI & XII
Coaching hours to qualifying students to not be less than 12 hours per week over an80-
100 week period
The Bidder is expected to provide up-to-date study/ test materials in Hindi, evaluate the
test answers periodically (at least once a month) and provide at least a quarterly ranking
report of students to the Additional Director, Directorate of Public Instruction.
The Bidder should adhere to the minimum team criteria mentioned as part of the
technical qualifications section and must submit detailed team profiles as part of the
proposal response.
Any change made by the bidder to the team profiles submitted as part of the proposal is
subject to the approval of the Additional Director, Directorate of Public Instruction
Public Instruction
Coaching institutes are also required to equip the students with basic skills in English so
as to make them proficient in reading, speaking & writing. For the same, atleast 180
minutes a week for the first 5 months must be allocated towards coaching the students
in English language.
Class timings for providing coaching for the competitive exams shall be decided at the
time of commencement of coaching in discussion with the coaching institute as per the
convenience of the students and the educational institution, keeping in view the
weather conditions and holidays.
If the State decides to avail transportation services also from the bidder, it will be the
responsibility of the bidder to arrange for transportation facilities for all students along
with security arrangements from respective centres of the State in Bhopal and Indore to
the Bidder’s premises on a daily basis. The bidder shall ensure that all transportation &
security arrangements provided by them are in accordance with government rules.
The Bidder will be responsible for continuous evaluation & monitoring of students on
progress over course duration and provide the Directorate of Public Instruction at least
a quarterly dashboard covering syllabus completed till date against targeted plan,
testsconducted, performance of students, progress/decline in performance
Distribution of scores of students across subjects
Progress chart of students across tests in current quarter & previous quarter
Highlights of top 3 areas where improvement is critical & top 3 strong points
Page | 34
Conduct mock tests and provide guidance/counselling to students as may be required
The Bidder should provide at least 5 Mock tests based on complete syllabus of JEE/
NEET Entrance Test which will simulate real JEE/ NEET Exam during the 1-month period
preceding the date of respective entrance examinations
The Bidder is also expected to provide end-to-end awareness & communication support
and facilitation to the enrolled students related to JEE / NEET Entrance Test exams
including aspects like form-filling, documents etc and provide guidance during the
college selection/ counseling process after the JEE/ NEET results are declared.
The bidder should facilitate all enrolled candidates by helping them fill their application
form for the entrance test and submit online fees as and where applicable; bills of which
shall be reimbursable by the Department.
The bidder is expected to facilitate all successful candidates who have qualified the
entrance exam in their counseling process till the time they get admission in their
course/college.
Approx.
Timeline (T =
date of
Activities/ Deliverables to entering into % of payment (of total quoted
[Link]. be completed agreement) amount)Qtrly Basis
1 Enrollment process, T+2 Months 15 %
distribution of material and
session commencement
Complete enrollment
process of qualifying
students
Complete
distribution of
study/practice
material required
atleast for the next 3
months
2 Conducting regular classes
Page | 35
Approx.
Timeline (T =
date of
Activities/ Deliverables to entering into % of payment (of total quoted
[Link]. be completed agreement) amount)Qtrly Basis
for providing coaching for T+8 Months 20%
the course selected by the
bidder, distribute copies of
relevant sections of the
study material
corresponding to the topics
being taught in class
Page | 36
Approx.
Timeline (T =
date of
Activities/ Deliverables to entering into % of payment (of total quoted
[Link]. be completed agreement) amount)Qtrly Basis
4a Completion of entire
syllabus & adminstration of T+20 Months 20%
not less than 5 complete
mock tests alongwith
submission of detailed
report & dashboard on
assessments to the
Directorate of Public
Instruction
Page | 37
Approx.
Timeline (T =
date of
Activities/ Deliverables to entering into % of payment (of total quoted
[Link]. be completed agreement) amount)Qtrly Basis
provision of guidance to IITs;
students in counselling
where 10/50 students
sessions before college qualified in NEET and
admissions admitted in Govt. medical
college or where 2/50
students secured
admission in AIIMS.
Page | 38
Approx.
Timeline (T =
date of
Activities/ Deliverables to entering into % of payment (of total quoted
[Link]. be completed agreement) amount)Qtrly Basis
paid only for the proportion Where N=Number of students
of students enrolled with enrolled with the bidder under
the bidder under the Super the Super 100 program
100 securing an All India Rank within
Top 1000 in IITJEE
Advanced/top 1000 in NEET
2.1 Payment for the second year of present cohort i.e. 2025-26 for remaining period shall
be made on monthly basis based on no. of months coaching is provided.
Page | 39
Section 3
Technical bid forms
Page | 40
Form Tech 1
[Location, Date]
To:
Commissioner Public Instruction,
Directorate of Public Instruction
Gautam Nagar, Bhopal, M.P.
Dear Sir:
We, the undersigned, offer to bid for the RfP and provide the Assignment/job for [Insert title of
Assignment/job] in accordance with your Request for Proposal dated [Insert Date]
Bhopal Indore
IITJEE
NEET
We hereby propose to bid for providing coaching services for ______, _______ &
________course (IITJEE / NEET Foundation Entrance Test) at centres ______ , ________ &
_________. (Bhopal/Indore)
We are hereby submitting our Proposal online, which includes this Technical Proposal and
Financial Proposal. Hindi Study Material & EMD is being submitted in person in the Directorate
of Public Instruction, Gautam Nagar, Bhopal on the date and time specified in the RfP for the
same.
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 we understand you are not bound to accept any Proposal
you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Page | 41
Form Tech-2
SERVICE PROVIDERS’S ORGANIZATION AND EXPERIENCE
[Providehere a brief description of the background and organization of your firm/entity and
each associate for this Assignment/[Link] brief description should include ownership details,
date and place of incorporation ofthe firm,objectives of the firm, services provided, no. of
students enrolled till date, number of students successfully clearing the competive examination
and enrolled into IITs/medical colleges/Law colleges or Universities,etc.
B - Bidder’s Experience
[Using the format below, provide information on each Assignment/job for which your firm, was
legally contracted either individually as a corporate entity or as one of the major partners
within an association,for carrying out Assignment/job similar to the ones requested under this
Assignment/job (If possible, the employer shall specify exact assignment/job for which
experience details may besubmitted).]
1 Assignment/job name
1.1 Description of Project
1.2 Approx. value of the contract (in Rupees)
1.4 Location within country
1.5 Duration of Assignment/job (months)
1.6 Name of government agency
1.7 Address
1.8 Professional course for which coaching services were provided for
1.9 Number of students enrolled with the bidder under the project
Number of students clearing the competitive exam who were
2.0
enrolled with the bidder under the aforesaid project
Number of students securing a rank within Top 1000 in the
2.1 competitive exam who were enrolled with the bidder under the
aforesaid project
2.2 Name of faculty members who were a part of the aforesaid project
Note: Please provide documentary evidence from the client i.e copy of work order, contract for
each of above mentioned assignment. The experience shall not be considered for evaluation if
such requisite support documents are not provided with the proposal.
Page | 42
FORM TECH-3
[Technical approach, methodology and work plan are key components of the Technical
Proposal. It is suggested that the Technical Proposal be divided into the following three
chapters]
a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the Assignment/job, approach to the Assignment/job,
methodology for carrying out the activities and obtaining the expected output, and the degree
of detail of such output. You should highlight the problems being addressed and their
importance, and explain the technical approach you would adopt to address them. You should
also explain the methodologies you propose to adopt and highlight the compatibility of those
methodologies with the proposed approach.
b) Work Plan. The bidder should propose and justify the main activities of the Assignment/job,
their content and duration, phasing and interrelations, milestones (including interim approvals
by the Directorate), and delivery dates of the reports. The proposed work plan should be
consistent with the technical approach and methodology, showing understanding of the TOR
and ability to translate them into a feasible working plan. A list of the final documents that will
be provided to the state should also be included here. The work plan should be consistent with
the Work Schedule of Form TECH-6.
c) Organization and Staffing. The Bidder should propose and justify the structure and
composition of their team. A list of the main disciplines of the Assignment/job, the Project
Manager responsible, and proposed technical and support staff should be provided.
Page | 43
FORM TECH-4
FORM TECH-5
I. Proposed Position:
V. Nationality:
VI. Education:
[Indicate college/university and other specialized education of staff member, giving names of
institutions, degrees obtained, and dates of obtainment]:
Page | 44
X. Teaching experience using Hindi as primary language for medium of instruction:
(Yes/No)
[Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of
employment, name of employing organization, positions held]
Directorate:
Positions held:
Detailed Tasks Assigned
[List all tasks to be performed under this Position]
XIV. Work undertaken that best illustrates capability to handle the tasks related to the
assignment
[Among the Assignment/jobs in which the staff has been involved, indicate the following
information for those Assignment/jobs that best illustrate staff capability to handle the tasks
listed in the assignment]
XV. I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
Page | 45
Place:
FORM TECH-6
WORK SCHEDULE
Months (till the end of assignment – till 14 here only for illustrative
purposes)
No. Activity
1 2 3 4 5 6 7 8 9 10 11 12 13 14
10
11
12
13
14
Page | 46
FORM TECH-7
[Here the bidder shall mention any suggestion / views on the draft contract attached with the
RFP document. The bidder may also mention here any modifications sought by him in the
provisions of the draft contract. However, the Directorate is not bound to accept any/all
modifications sought and may reject any such request of modification.]
Page | 47
FORM TECH-8
We hereby declare that our firm, have not indulged in any such activities which can be termed
as the conflicting activities under Section 1. We also acknowledge that in case of
misrepresentation of the information, our proposals / contract shall be rejected / terminated by
the Directorate which shall be binding on us.
Name of Firm:
Address:
Page | 48
Form Tech 9
IMPORTANT While filling the Data tables given below, the Bidder should follow the following
rules:
(1) Filling up of all columns for each Student is mandatory for the bidder. Only those students
will be counted for Technical Evaluation purposes for whom the bidder has provided
information for all the columns in the tables given below.
(2) In case of NEET The Bidder should not include information of students selected in courses
other than MBBS i.e for courses like BDS, BAMS, etc.
Note : Please prepare single list for the centre(s) being applied in State of Madhya Pradesh.
Year of
enrolment in
Name of Registration Student's the coaching
student ID/Enrolment Mobile No./ (mention
Location of enrolled in ID with Parents Medium 2023-
[Link] center the coaching institute Mobile No. 24/2024-25)
Data Table – 2A
Information of All Students Selected in IITJEE/NEET (to be clearly mentioned) (in the
year 2023-24)
Student ID Medium
No. issued Student's (hindi/en
Name of by the Mobile No./ glish)
the Location of Coaching Parents Roll All India Category
[Link] student the Centre Institute Mobile No. No. Rank Rank
Page | 49
Data Table – 2B
Student ID Medium
No. issued Student's (hindi/en
Name of by the Mobile No./ glish)
the Location of Coaching Parents Roll All India Category
[Link] student the Centre Institute Mobile No. No. Rank Rank
Note : 1. Information in Table 2A, 2B should be provided in ascending order of All India Rank.
2. list of students (Table-1, 2A & 2B) to be uploaded in form of excel sheet also in the
provided list alongwith summary report as per evaluation criteria.
Page | 50
Section 4
Financial Bid Forms
Page | 51
FORM FIN-1
Location, Date]
To:
The Commissioner Public Instruction,
Directorate of Public Instruction
Gautam Nagar, Bhopal, M.P.
Dear Sir:
We, the undersigned, offer to provide the consulting Assignment/job for [Insert title of
Assignment/job] in accordance with your Request for Proposal dated [Insert Date] and our
Technical Proposal. Our attached Financial Proposal is as per BoQ. The mentined amount is
inclusive of all applicable taxes. We hereby confirm that the financial proposal is unconditional
and we acknowledge that any condition attached to financial proposal shall result in rejection
of our financial proposal.
Our Financial Proposal shall be binding upon us up to expiration of the validity period of the
Proposal, i.e. before the date indicated in Section 1 Part II.
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Note: Please do not mention any financial quote in the Financial Proposal with technical bid.
Upload BoQ in second envelop only. For further detail refer to clause 8 for preparation of the
proposal.
Page | 52
FORM FIN-2
SUMMARY OF COSTS
FIN FORM Table 2-A (for second year of present cohort i.e. 2025-26 for remaining period)
Bhopal
Transportatio Total amount in Total amount in
No. of n cost per (Rs) (A*B) – (Rs) (A*(B+C) –
Students Fee + Taxes per student (Rs) Without With
[Link]. Particulars (A) student (Rs) (B) (C) transportation transportation
1 Total for providing 51
coaching services for
NEET*
Total (Inclusive of all
taxes & charges
where applicable)
FIN FORM Table 2-B (for second year of present cohort i.e. 2025-26 for remaining period)
Indore
Transportatio Total amount in Total amount in
No. of n cost per (Rs) (A*B) – (Rs) (A*(B+C) –
[Link] Students Fee + Taxes per student (Rs) Without With
. Particulars (A) student (Rs) (B) (C) transportation transportation
1 Total for providing 51
coaching services for
IITJEE*
2 Total for providing 51
coaching services for
NEET*
Total (Inclusive of all
taxes & charges where
applicable)
FIN FORM Table 2-C (for fresh cohort i.e. 2025-26 to 2026-27)
Indore
Transportatio Total amount in Total amount in
No. of n cost per (Rs) (A*B) – (Rs) (A*(B+C) –
[Link] Students Fee + Taxes per student (Rs) Without With
. Particulars (A) student (Rs) (B) (C) transportation transportation
1 Total for providing 76
coaching services for
IITJEE*
Page | 53
2 Total for providing 76
coaching services for
NEET*
Total (Inclusive of all
taxes & charges where
applicable)
FIN FORM Table 2-D (for fresh cohort i.e. 2025-26 to 2026-27)
Bhopal
Transportatio Total amount in Total amount in
No. of n cost per (Rs) (A*B) – (Rs) (A*(B+C) –
[Link] Students Fee + Taxes per student (Rs) Without With
. Particulars (A) student (Rs) (B) (C) transportation transportation
1 Total for providing 76
coaching services for
IITJEE*
2 Total for providing 76
coaching services for
NEET*
Total (Inclusive of all
taxes & charges where
applicable)
Page | 54
FIN FORM Table 2-E
For NEET:
Authorized Signature
Name:
Designation:
Name of firm:
Address:
Page | 55
Section - 5
Standard form of Contract
Page | 56
Contents
I. Form of Contract
1. General Provisions
9. Liquidated Damages
IV. Appendices
Page | 57
CONTRACT FOR COACHING SERVICES
between
and
Dated:
Page | 58
I. Form of Contract
(Text in brackets [ ] should be filled up appropriately; all notes should be deleted in final text)
This CONTRACT (hereinafter called the ―Contract) is made the *day+ day of the month of
[month], [year],
Between
Government of Madhya Pradesh, Directorate of Public Instruction
-Government of Madhya Pradesh (office address), [name of employer] (hereinafter called the
Directorate),
And,
Name of Bidder
Address
WHEREAS
a. the Bidder, having represented to the Directoratethat he has the required professional
skills, personnel and technical resources, has offered to provide in response to the Tender
Notice dated [ ] issued by the Directorate ;
b. the Directoratehas accepted the offer of the Bidder to provide the services on the terms
and conditions set forth in this Contract.
1. The following documents attached hereto shall be deemed to form an integral part of this
Contract:
(a) The General Conditions of Contract; (b) The Special Conditions of Contract; (c) The following
Appendices:
Page | 59
II. General Conditions of Contract
1. GENERAL PROVISIONS
1. Definitions: Unless the context otherwise requires, the following terms whenever used in
this Contract have the following meanings:
(a) Applicable Law means the laws and any other instruments having the force of law in
India for the time being.
(b) Bidder means any private or public entity that will provide the Services to the
Directorate under the Contract.
(c) Contract means the Contract signed by the Parties and all the attached documents
listed in its Clause 1 that is this General Conditions (GC), the Special Conditions (SC),
and the Appendices.
(d) Day means calendar day.
(e) Effective Datemeans the date on which this Contract comes into force and effect
pursuant to Clause GC 2.1.
(f) GC means these General Conditions of Contract.
(g) Governmentmeans the Government of Madhya Pradesh
(h) Local Currencymeans Indian Rupees.
(i) Partymeans the Directorateor the Bidder, as the case may be, and Parties means both
of them.
(j) Personnel means professionals and support staff provided by the Bidders and
assigned to perform the Services or any part thereof.
(k) SCmeans the Special Conditions of Contract by which the GC may be amended or
supplemented.
(l) Services means the work to be performed by the Bidder pursuant to this Contract, as
described in Appendix A hereto.
(m) Third Partymeans any person or entity other than the Directorate, or the Bidder.
(n) In writing means communicated in written form with proof of receipt.
2. The mutual rights and obligations of the Client and the Service Provider shall be as set forth
in the Contract; in particular:
(a) The Service Providershall carry out the Services in accordance with the provisions of
the Contract and
(b) Client will make payments to the Service Provider in accordance with the provisions
of the Contract.
3. Priority of documents: The Parties expressly agree that in the event of any conflict,
inconsistency or contradiction between any clauses forming part of the documents
Page | 60
constituting the Contract, and more particularly mentioned in Clause 1 (of this contract)
hereinabove, the documents shall be interpreted in the following order of precedence:
(a) The provisions of this Contract shall override all provisions of other documents the
Contract.
(b) The provisions of the SC shall be subject to the Contract, but shall override all
provisions of other documents comprising the Contract;
(c) the provisions of the GC shall be subject to the Contract SC, but shall take precedence
over all other documents comprising the Contract; and
(d) the Appendices shall be subject to each of the Contract, SC and the GC
(e) Any decision of the Client in relation to the priority of documents shall be final and
binding upon the Service Provider.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
(a) The Service Provider shall carry out and complete the Services in accordance with the
provisions of the Contract;and
(b) The Employer shall make payments to the Service Provider in accordance with the
Provisions of theContract.
Signed by-----
In presence:
1. Witness 1
2. Witness 2
Page | 61
Nothing contained herein shall be construed as establishing a relationship of master and
servant or of principal and agent as between the Directorateand the Bidder. The Bidder, subject
to this Contract, has complete charge of Personnel, if any, performing the Services and shall be
fully responsible for the Services performed by them or on their behalf hereunder.
1.2 Law Governing Contract: This Contract, its meaning and interpretation, and the relation
between the Parties shall be governed by the applicable laws of India.
1.3 Headings: The headings shall not limit, alter or affect the meaning of this Contract.
1.4 Notices
1.4.1 Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be in writing. Any such notice, request or consent shall be
deemed to have been given or made when delivered in person to an authorized
representative of the Party to whom the communication is addressed, or when sent
by registered post to such Party at the address specified in the SC.
1.4.2 A Party may change its address for notice hereunder by giving the other Party notice
in writing of such change to the address specified in the SC.
1.5 Location: The Services shall be performed at such locations as are specified in Appendix A
hereto and, where the location of a particular task is not so specified, at such locations, as
the Directoratemay approve.
1.6 Authorized Representatives: Any action required or permitted to be taken, and any
document required or permitted to be executed under this Contract by the Directorateor
the Bidder may be taken or executed by the officials specified in the SC.
1.7 Taxes and Duties: The Bidder and Personnel shall be liable to pay such direct and indirect
taxes, duties, fees and other impositions levied under the applicable laws of India.
1.8.1 Definitions: It is the Directorate’s policy to require that Employers as well as Bidders
observe the highest standard of ethics during the execution of the Contract. In
pursuance of this policy, the Directorate defines, for the purpose of this provision,
the terms set forth below as follows:
Page | 62
(c) collusive practices means a scheme or arrangement between two or more
bidders, with or without the knowledge of the Directorate, designed to
establish prices at artificial, noncompetitive levels;
(a) The Award of tender to the successful bidder will be initially for two years 2022-
2023 and 2023-24. The contract may be extended by the directorate for another
cohort as per terms & conditions specified in the RFP document and subject to
mutual agreement of both parties.
(b) The Directorate may terminate the contract if it determines at any time that
representatives of the bidder were engaged in corrupt, fraudulent, collusive or
coercive practices during the selection process or the execution of that contract,
without the bidder having taken timely and appropriate action satisfactory to the
Directorate to remedy the situation;
(c) The Directorate may also sanction against the Bidder, including declaring the Bidder
ineligible, either indefinitely or for a stated period of time, to be awarded a contract
if it at any time determines that the Bidder has, directly or through an agent,
engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in
executing, a Directorate-financed contract.
At the time of execution of this Contract, the Bidders shall disclose any commissions
or fees that may have been paid or are agreed to be paid to agents, representatives,
or commission agents with respect to the selection process or execution of the
contract. The information disclosed must include at least the name and address of
the agent, representative, or commission agent, the amount and currency, and the
purpose of the commission or fee.
2.1 Effectiveness of Contract: This Contract shall come into force and effect on the date (the
Effective Date) of the Directorate’s notice to the Bidder instructing the Bidder to begin
carrying out the Services. This notice shall confirm that the conditions precedent and
effectiveness conditions, if any, listed in the SC have been met.
2.2 Termination of Contract for Failure to Become Effective: If this Contract has not become
effective within such time period after the date of the Contract signed by the Parties as
specified in the SC, either Party may, by not less than twenty one (21) days written notice
Page | 63
to the other Party, declare this Contract to be null and void, and in the event of such a
declaration by either Party, neither Party shall have any claim against the other Party with
respect hereto.
2.3 Commencement of Services: The Bidder shall begin carrying out the Services not later
than the number of days after the Effective Date specified in the SC.
2.4 Expiration of Contract: Unless terminated earlier pursuant to Clause GC 2.9 hereof, this
Contract shall expire at the end of such time period after the Effective Date as specified in
the SC.
2.5 Entire Agreement: This Contract contains all covenants, stipulations and provisions agreed
by the Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any other statement, representation,
promise or agreement not set forth herein.
(a) Any modification or variation of the terms and conditions of this Contract,
including any modification or variation of the scope of the Services, may only be
made by written agreement between the Parties. Pursuant to Clause GC 7.2 here
of, however, each Party shall give due consideration to any proposals for
modification or variation made by the other Party.
(b) In cases of substantial modifications or variations, the prior written consent of the
Directorate is required.
2.7.1 Definition
(a) For the purposes of this Contract, ―Force Majeure means an event which is
beyond the reasonable control of a Party, is not foreseeable, is unavoidable and
not brought about by or at the instance of the Party claiming to be affected by
such events and which has caused the non-performance or delay in performance,
and which makes a Party’s performance of its obligations hereunder impossible or
so impractical as reasonably to be considered impossible in the circumstances, and
includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion,
storm, flood or other extreme adverse weather conditions, strikes, lockouts or
other industrial action (except where such strikes, lockouts or other industrial
action are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by Government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of a Party (ii) any event which a diligent Party could reasonably
have been expected both to take into account at the time of the conclusion of this
Page | 64
Contract, and avoid or overcome in the carrying out of its obligations hereunder.
(c) Subject to clause 2.7.2, Force Majeure shall not include insufficiency of funds or
inability to make any payment required hereunder.
(d) Further the bidder, in cases where it is possible to provide material portion of
services alternatively such as in an online mode, shall take all reasonable and
necessary steps to continue to deliver services as per the terms of the agreement
with necessary modifications as approved by the Additional Director, Public
Instructions MP. The above Force Majeure exception shall not cover such
situations.
2.7.2 No Breach of Contract: The failure of a Party to fulfill any of its obligations here under
shall not be considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party affected by such
an event has taken all reasonable precautions, due care and reasonable alternative
measures, all with the objective of carrying out the terms and conditions of this
Contract.
(a) A Party affected by an event of Force Majeure shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall take all
reasonable measures to minimize the consequences of any event of Force
Majeure.
(b) A Party affected by an event of Force Majeure shall notify the other Party of such
event as soon as possible, and in any case not later than fourteen (14) days
following the occurrence of such event, providing evidence of the nature and
cause of such event, and shall similarly give written notice of the restoration of
normal conditions as soon as [Link] such notice is not received by the other
party within a reasonable time after the party who fails to perform knew or ought
to have known of the impediment, it is liable for damages resulting from such non-
receipt.
(c) Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
(d) During the period of their inability to perform the Services as a result of an event
of Force Majeure, the Bidder, upon instructions by the Directorate, shall either:
(i) Demobilize,; or
(ii) Continue with the Services to the extent possible, in which case the Bidder
shall continue to be paid proportionately and on pro rata basis, under the
Page | 65
terms of this Contract.
(e)In the case of disagreement between the Parties as to the existence or extent of
Force Majeure, the matter shall be settled according to Clause GC 8.
2.8 Suspension: The Directoratemay, by written notice of suspension to the Bidder, suspend
all payments to the Bidder hereunder if the Bidder fails to perform any of its obligations
under this Contract, including the carrying out of the Services, provided that such notice of
suspension (i) shall specify the nature of the failure, and (ii) shall allow the Bidder to
remedy such failure, if capable of being remedied, within a period not exceeding thirty
(30) days after receipt by the Bidder of such notice of suspension.
2.9 Termination
2.9.1 By the Directorate: The Directoratemay terminate this Contract in case of the
occurrence of any of the events specified in paragraphs (a) through (h) of this Clause GC
(a) If the Bidder fails to remedy a failure in the performance of its obligations
hereunder, as specified in a notice of suspension pursuant to Clause GC 2.8
hereinabove, within thirty (30) days of receipt of such notice of suspension or
within such further period as the Directoratemay have subsequently approved in
writing.
(b) If the Bidder becomes (or, if the Bidder consists of more than one entity, if any of
its Members becomes and which has substantial bearing on providing Services
under this contract) insolvent or go into liquidation or receivership whether
compulsory or voluntary.
(c) If the Bidder fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 8 hereof.
(d) If the Bidder, in the judgment of the Directorate, has engaged in corrupt or
fraudulent practices in competing for or in executing this Contract.
(e) If the Bidder submits to the Directorate a false statement which has a material
effect on the rights, obligations or interests of the Directorate.
(f) If the Bidder places itself in position of conflict of interest or fails to disclose
promptly any conflict of interest to the Directorate.
(g) If the bidder fails to provide the quality services as envisaged under this Contract.
The Consultancy Monitoring Committee (CMC) formulated to monitor the progress
of the assignment may make judgment regarding the poor quality of services, the
reasons for which shall be recorded in writing. The CMC may decide to give one
chance to the bidder to improve the quality of the services.
(h) If, as the result of Force Majeure, the Bidder is unable to perform or is likely to be
Page | 66
unable to perform a material portion of the Services for a period of not less than
sixty (60) days.
(i) If the Directorate, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
2.9.2 In such an occurrence the Directorate shall give a not less than thirty (30) days’ written
notice of termination to the Bidders, and in case of the event referred to in 2.9.1. (h)
may consider to reach a mutually revised agreement before such a notice.
2.9.3 By the Bidder: The Bidder may terminate this Contract, by not less than thirty (30) days’
written notice to the Directorate, in case of the occurrence of any of the events
specified in paragraphs (a) through (d) of this Clause.
(a) If the Directoratefails to pay any money due to the Bidder pursuant to this
Contract and not subject to dispute pursuant to Clause GC 8 hereof within forty-
five (45) days after receiving written notice from the Bidder that such payment is
overdue.
(b) If, as the result of Force Majeure, the Bidder is unable or is likely to be unable to
perform a material portion of the Services for a period of not less than sixty (60)
days. However, in such a case, the bidder shall have to ensure that pursuant to
clause 7.2, all suitable actions are taken to protect interests of the Directorate and
attempt is made to reach to a revised mutual agreement.
(c) If the Directoratefails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.
(d) If the Directorateis in material breach of its obligations pursuant to this Contract
and has not remedied the same within forty-five (45) days (or such longer period
as the Bidder may have subsequently approved in writing) following the receipt by
the Directorateof the Bidder’s notice specifying such breach.
2.9.4 Cessation of Rights and Obligations: Upon termination of this Contract pursuant to
Clauses GC 2.2 or GC 2.9 hereof, or upon expiration of this Contract pursuant to Clause GC
2.4 hereof, all rights and obligations of the Parties hereunder shall cease, except (i) such rights
and obligations as may have accrued on the date of termination or expiration, (ii) the obligation
of confidentiality set forth in Clause GC 3.3 hereof, (iii) the Bidder’s obligation to permit
inspection, copying and auditing of their accounts and records set forth in Clause GC 3.6 hereof,
and (iv) any right which a Party may have under the Law.
2.9.5 Cessation of Services: Upon termination of this Contract by notice of either Party to the
other pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Bidder shall, immediately
upon dispatch or receipt of such notice, take all necessary steps to bring the Services to
Page | 67
a close in a prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by
the Bidder and equipment and materials furnished by the Directorate, the Bidder shall
proceed as provided, respectively, by Clauses GC 3.8 or 3.9 hereof.
2.9.6 Payment upon Termination: Upon termination of this Contract pursuant to Clauses GC
2.9.1 or GC 2.9.2 hereof, the Directorateshall make the following payments to the
Bidder:
(a) If the Contract is terminated pursuant to Clause 2.9.1 (g), (h) or 2.9.2,
remuneration pursuant to Clause GC 6.3(h)(i)hereof for Services satisfactorily
performed prior to the effective date of termination, and reimbursable
expenditures pursuant to Clause GC 6.3(h)(ii) hereof for expenditures actually and
reasonably incurred prior to the effective date of termination;
(b) If the agreement is terminated pursuant of Clause 2.9.1 (a) to (f), the bidder shall
not be entitled to receive any agreed payments upon termination of the contract.
However, the Directoratemay consider to make payment for the part satisfactorily
performed on the basis of Quantum Meruit as assessed by it, if such part is of
economic utility to the Directorate. Applicable Under such circumstances, upon
termination, the client may also impose liquidated damages as per the provisions
of Clause 9 of this agreement. The bidder will be required to pay any such
liquidated damages to client within 30 days of termination date.
2.9.7 Disputes about Events of Termination: If either Party disputes whether an event
specified in paragraphs (a) through (g) of Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has
occurred, such Party may, within thirty(30) days after receipt of notice of termination
from the other Party, refer the matter to Clause GC 8 hereof.
3.1 General
3.1.1 Standard of Performance: The Bidder shall perform the Services and carry outtheir
obligations hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional standards and practices, and shall observe sound
management practices, and employ appropriate technology and safe and effective
equipment, machinery, materials and methods. The Bidder shall always act, in respect of
any matter relating to this Contract or to the Services, as faithful adviser to the
Directorate, and shall at all times support and safeguard the Directorate’s legitimate
interests in any dealings with Third Parties.
3.1.2 Conflict of Interests: The Bidder shall hold the Directorate’s interests paramount,
without any consideration for future work, and strictly avoid conflict of interest with
other assignments or their own corporate interests. If during the period of this contract,
Page | 68
a conflict of interest arises for any reasons, the Bidder shall promptly disclose the same
to the Directorate and seek its instructions.
3.1.3 Bidder not to benefit from Commissions, Discounts, etc.: (a)The payment of the Bidder
pursuant to Clause GC 6 hereof shall constitute the Bidder’s only payment in connection
with this Contract and, subject to Clause GC 3.2.2 hereof, the Bidder shall not accept for
its own benefit any trade commission, discount or similar payment in connection with
activities pursuant to this Contract or in the discharge of its obligations hereunder, and
the Bidder shall use its best efforts to ensure that the Personnel similarly shall not
receive any such additional payment.
(b) Furthermore, if the Bidder, as part of the Services, has the responsibility of advising
the Directorateon the procurement of goods, works or services, the Bidder shall comply
with the Directorate’s applicable procurement guidelines, and shall at all times exercise
such responsibility in the best interest of the Directorate. Any discounts or commissions
obtained by the Bidder in the exercise of such procurement responsibility shall be for the
account of the Directorate.
3.1.4 Bidder and Affiliates Not to Engage in Certain Activities: The Bidder agrees that, during
the term of this Contract and after its termination, the Bidder and any entity affiliated
with the Bidder, shall be disqualified from providing goods, works or services (other than
consulting services) resulting from or directly related to the Bidder’s Services for the
preparation or implementation of the project.
3.1.5 Prohibition of Conflicting Activities: The Bidder shall not engage, and shall cause their
Personnel not to engage, either directly or indirectly, in any business or professional
activities that would conflict with the activities assigned to them under this Contract.
3.1.6 The selected institute should be willing to mobilize its own resources for smooth conduct
of the approved programme. They shall be duty bound to ensure that the coaching
programme is not suffered due to delay, if any, in release of funds by the Directorate.
3.2 Confidentiality: Except with the prior written consent of the Directorate, the Bidder and
the Personnel shall not at any time communicate to any person or entity any confidential
information acquired in the course of the Services, nor shall the Bidder and its Personnel
make public the recommendations formulated in the course of, or as a result of, the
Services.
3.3 Insurance to be Taken out by the Bidder: The Bidder (i) shall take out and maintain
insurance, at their own cost but on terms and conditions approved by the “Directorate”,
insurance against the risks, and for the coverages specified in the SC, and (ii) at the
Directorate’s request, shall provide evidence to the Directorateshowing that such
insurance has been taken out and maintained and that the current premiums therefore
have been paid.
Page | 69
3.4 Accounting, Inspection and Auditing: The Bidder (i) shall keep accurate and systematic
accounts and records in respect of the Services hereunder, in accordance with
internationally accepted accounting principles and in such form and detail as will clearly
identify all relevant time changes and costs, and the bases thereof, and (ii) shall
periodically permit the Directorateor its designated representative and/or the Directorate,
and up to five years from expiration or termination of this Contract, to inspect the same
and make copies thereof as well as to have them audited by auditors appointed by the
Directorateor the Directorate, if so required by the Directorateor the Directorate as the
case may be.
3.5 Service Provider’s Actions Requiring “Employer’s Prior Approval: The Bidder shall obtain
the Directorate’s prior approval in writing before making any change or addition to the
Personnel listed in Appendix C.
3.6 Reporting Obligations: The Bidder shall submit to the Directoratethe reports and
documents specified in Appendix B hereto, in the form, in the numbers and within the
time periods set forth in the said Appendix. Final reports shall be delivered in CD ROM in
addition to the hard copies specified in said Appendix.
3.7 The institute shall maintain Management Information System (MIS) with full details of
candidates in consultation with Directorte enrolled for the Super 100 programme along
with their medium, attendance, subjectwise performance, scores in mock tests etc., and
furnish this information to the Directorate as and when required.
3.8 Documents Prepared by the Bidder to be the Property of “the Directorate”: All plans,
drawings, specifications, designs, reports, other documents and software prepared by the
Bidder for the Directorateunder this Contract shall become and remain the property of the
Directorate, and the Bidder shall, not later than upon 7 days from termination or
expiration of this Contract, deliver all such documents to the Directorate, together with a
detailed inventory thereof. The Bidder may retain a copy of such documents, but shall not
use anywhere, without taking permission, in writing, from the Directorate and the
Directorate reserves right to grant or deny any such request. However, the bidder may use
details of successful candidates only after due acknowledgment of Super 100 Scheme in its
promotional material. The bidder shall not disclose personal details of enrolled students
under the Super 100 scheme with any third party without prior consent of the Directorate.
3.9 Material furnished by DPI - Materials made available to the bidder by DPI shall be the
property of DPI and shall be marked accordingly. Upon termination or expiration of this
Agreement, the bidder shall within 7 days furnish forthwith to Directorate, an inventory of
such materials and shall dispose of such materials in accordance with the instructions of
Directorate.
4.1 General: The Bidder shall employ and provide such qualified and experienced
Page | 70
Personnel as are required to carry out the Services.
4.2 Description of Personnel: The title, agreed job description, minimum qualification and
estimated period of engagement in the carrying out of the Services of each of the Bidder’s
Key Personnel are as per the bidder’s proposal and are described in Appendix C. If any of
the Key Personnel has already been approved by the Directorate, his/her name is listed as
well.
(b) If required to comply with the provisions of Clause GC 3.1.1 hereof, adjustments with
respect to the estimated periods of engagement of Key Personnel set forth in Appendix C
may be made by the Bidder by written notice to the Directorate, provided (i) that such
adjustments shall not alter the originally estimated period of engagement of any individual
by more than 10% or one week, whichever is larger, and (ii) that the aggregate of such
adjustments shall not cause payments under this Contract to exceed the ceilings set forth
in Clause GC 6.1(b) of this Contract. Any other such adjustments shall only be made with
the Directorate’s written approval.
(c) If additional work is required beyond the scope of the Services specified in Appendix A,
the estimated periods of engagement of Key Personnel set forth in Appendix C may be
increased by agreement in writing between the Directorate and the Bidder. In case where
payments under this Contract exceed the ceilings set forth in Clause GC 6.1(b) of this
4.3 Approval of Personnel: The Personnel listed by title as well as by name in Appendix C are
hereby approved by the Directorate. In respect of other Personnel which the Bidder
proposes to use in the carrying out of the Services, the Bidder shall submit to the
Directorate for review and approval a copy of their Curricula Vitae (CVs). If the Directorate
does not object in writing (stating the reasons for the objection) within twenty- one (21)
days from the date of receipt of such CVs, such Personnel shall be deemed to have been
approved by the Directorate.
(a) Except as the Directorate may otherwise agree, no changes shall be made in the
Personnel. If, for any reason beyond the reasonable control of the Bidder, such as
retirement, death, medical incapacity, among others, it becomes necessary to
replace any of the Personnel, the Bidder shall forthwith provide as a replacement a
person of equivalent or better qualifications.
(b) If the Directorate(i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii) has
reasonable cause to be dissatisfied with the performance of any of the Personnel,
then the Bidder shall, at the Directorate’s written request specifying the grounds
therefore, forthwith provide as a replacement a person with qualifications and
experience acceptable to the Directorate.
Page | 71
(c) Any of the Personnel provided as a replacement under Clauses (a) and (b) above, as
well as any reimbursable expenditures (including expenditures due to the number
of eligible dependents) the Bidders may wish to claim as a result of such
replacement, shall be subject to the prior written approval by the Directorate. The
rate of remuneration applicable to a replacement person will be the rate of
remuneration paid to the replacement person. Also (i) the Bidder shall bear all
additional travel and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the Personnel provided
as a replacement shall not exceed the remuneration which would have been
payable to the Personnel replaced.
4.5 Resident Project Manager: If required by the SC, the Bidder shall ensure that at all times
during the Bidder’s performance of the Services a resident project manager, acceptable to
the Directorate, shall take charge of the performance of such Services.
5.1 Assistance and Exemptions: Unless otherwise specified in the SC, the Directorate shall use
its best efforts to ensure that the Government shall:
(a) Provide the Bidder, and Personnel with work permits and such other documents as
shall be necessary to enable the Bidder or Personnel to perform the Services.
(b) Arrange for the Foreign Personnel to be provided promptly with all necessary entry
and exit visas, residence permits, exchange permits and any other documents
required for their stay in India.
(c) Issue to officials, agents and representatives of the Government all such instructions
as may be necessary or appropriate for the prompt and effective implementation of
the Services.
(d) Provide to the Bidder and Personnel any such other assistance as may be specified in
the SC.
5.2 Change in the Applicable Law Related to Taxes and Duties: If, after the date of this
Contract, there is any change in the Applicable Laws of India with respect to taxes and
duties, which are directly payable by the bidder for providing the services i.e. service tax
or any such applicable tax from time to time, which increases or decreases the cost
incurred by the Bidder in performing the Services, then the remuneration and
reimbursable expenses otherwise payable to the Bidder under this Contract shall be
increased or decreased accordingly by agreement between the Parties hereto, and
corresponding adjustments shall be made to the ceiling amounts specified in Clause GC
6.1(b).
(a) The Directorateshall make available to the Bidder and its Personnel, for the purposes
of the Services and free of any charge, the services, facilities and property described
Page | 72
in Appendix E at the times and in the manner specified in said Appendix E.
(b) In case that such services, facilities and property shall not be made available to the
Bidder as and when specified in Appendix E, the Parties shall agree on any time
extension that it may be appropriate to grant to the Bidder for the performance of
the Services.
5.4 Payment: In consideration of the Services performed by the Bidder under this Contract,
the Directorateshall make to the Bidder such payments and in such manner as is provided
by Clause GC 6 of this Contract.
5.5 Counterpart Personnel: (a) If necessary, the Directorateshall make available to the Bidder
free of charge such professional and support counterpart personnel, to be nominated by
the Directoratewith the Bidder’s advice, if specified in Appendix E.
(a) The total cost of the Services payable is set forth in Appendix D as per the Service
Provider’s proposal to the Employer.
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to Clause GC
6.1(c), payments under this Contract shall not exceed the amount specified in
Appendix-D.
(c) Notwithstanding Clause GC 6.1(b) hereof, if pursuant to any of the Clauses GC 4.2 (c)
or 5.2 hereof, the Parties shall agree that additional payments shall be made to the
Service Provider as necessary
6.2 Currency of Payment: All payments shall be made in Indian Rupees.
(a) The bidder shall submit the invoice for payment when the payment is due as per the
agreed terms. The payment shall be released as per the work related milestones
achieved and as per the specified percentage as per SC 6.
(b) Once a milestone is completed, the bidder shall submit the requisite deliverables as
specified in this Contract. The Directorate shall release the requisite payment upon
acceptance of the deliverables. However, if the Directorate fails to intimate
Page | 73
acceptance of the deliverables or its objections thereto, within 30 days of receipt of
it, the Directorate shall release the payment to the bidder without further delay.
(c) Final Payment: The final payment as specified in SC 6 shall be made only after the
final report and a final statement, identified as such, shall have been submitted by
the Bidder and approved as satisfactory by the Directorate. The Services shall be
deemed completed and finally accepted by the Directorate and the final report and
final statement shall be deemed approved by the Directorate as satisfactory ninety
(90) calendar days after receipt of the final report and final statement by the
Directorate unless the Directorate, within such ninety (90) day period, gives written
notice to the Bidder specifying in detail deficiencies in the Services, the final report or
final statement. The Bidder shall thereupon promptly make any necessary
corrections, and thereafter the foregoing process shall be repeated. Any amount,
which the Directorate has paid or caused to be paid in accordance with this Clause in
excess of the amounts actually payable in accordance with the provisions of this
Contract, shall be reimbursed by the Bidder to the Directorate within thirty (30) days
after receipt by the Bidder of notice thereof. Any such claim by the Directoratefor
reimbursement must be made within twelve (12) calendar months after receipt by
the Directorateof a final report and a final statement approved by the Directoratein
accordance with the above.
(d) For the purpose of payment under Clause 6.3 (b) above, acceptance means;
acceptance of the deliverables by the Directorate after submission by the bidder and
the bidder has made presentation to the CMC / Directorate (Mention this if
presentation is required) with / without modifications to be communicated in writing
by the Directorate to the bidder.
(e) If the deliverables submitted by the bidder are not acceptable to the Directorate /
CMC, reasons for such non-acceptance should be recorded in writing; the Directorate
shall not release the payment due to the bidder. This is without prejudicing the
Directorate’s right to levy any liquidated damages under clause 9. In such case, the
payment will be released to the bidder only after it re-submits the deliverable and
which is accepted by the Directorate.
(f) All payments under this Contract shall be made to the accounts of the Bidder
specified in the SC.
(g) With the exception of the final payment under (c) above, payments do not constitute
acceptance of the Services nor relieve the Bidder of any obligations hereunder,
unless the acceptance has been communicated by the Directorate to the bidder in
writing and the bidder has made necessary changes as per the comments /
suggestions of the Directorate communicated to the Bidder.
(h) In case of early termination of the contract, the payment shall be made to the bidder
as mentioned here with: (i) Assessment should be made about work done from the
previous milestone, for which the payment is made or to be made till the date of the
termination. The bidder shall provide the details of persons reasonably worked
during this period with supporting documents. Based on such details, the
remuneration shall be calculated based on the man month rate as specified. (ii) A
Page | 74
reasonable assessment of the reimbursable and miscellaneous expenses shall be
made based on details furnished by the bidder in this regard with supporting
documents and based on the assessment of the work done and the respective rates
as provided. Wherever such an assessment is difficult, the rates should be arrived at
by calculating the amount on pro-rata basis. The total amount payable shall be the
amount calculated as per (i) and (ii) above plus any applicable tax.
(i) In case where coaching is conducted by online means for more than thirty days,
transportation costs (if applicable) shall be necessarily deducted from the billable
payments and online coaching charges as submitted in Fin Form Table 2H by the
bidder shall be made payable based on number of students undertaking online
classes and number of months. Notwithstanding anything under clause 9.2, Bidder is
dutibound to inform DPI of such transition in the mode of coaching and will be held
liable for damages in case of silence or misrepresntation.
7.1 Good Faith: The Parties undertake to act in good faith with respect to each other’s
rightsunder this Contract and to adopt all reasonable measures to ensure the realization
of the objectives of this Contract.
7.2 Operation of the Contract: The Parties recognize that it is impractical in this Contract to
provide for every contingency which may arise during the life of the Contract, and the
Parties hereby agree that it is their intention that this Contract shall operate fairly as
between them, and without detriment to the interest of either of them, and that, if during
the term of this Contract either Party believes that this Contract is operating unfairly, the
Parties will use their best efforts to agree on such action as may be necessary to remove
the cause or causes of such unfairness, but no failure to agree on any action pursuant to
this Clause shall give rise to a dispute subject to arbitration in accordance with Clause GC 8
hereof.
8. SETTLEMENT OF DISPUTES
8.1 Amicable Settlement: Performance of the contract is governed by the terms & conditions
of the contract, in case of dispute arises between the parties regarding any matter under
the contract, either Party of the contract may send a written Notice of Dispute to the
other party. The Party receiving the Notice of Dispute will consider the Notice and respond
to it in writing within 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 that
party, clause GC 8.2 shall become applicable.
8.2 Arbitration: In the case of dispute arising upon or in relation to or in connection with the
contract between the Directorate and the Bidder, has not been settled amicably, then the
dispute shall be referred in writing by either party to initiate the Arbitration process as per
Page | 75
Arbitration and Conciliation Act, 1996. The cost of the arbitration shall be equally shared
by the Directorate and the [Link] jurisdiction of the court of law will be within
Madhya Pradesh. The language of the arbitration proceedings and that of all documents
and communications between the parties shall be English.
8.3 Notwithstanding any disputes with reference to the Contract pending for arbitration, the
bidder shall continue to perform its obligations in accordance with the Directorate’s
decision or instruction, and shall also continue to perform its obligations under the
Contract including payment of any undisputed monies due to the bidder.
9. Liquidated Damages
9.1 The parties hereby agree that due to negligence of act of the contracted party, if the
employer suffers losses/damages, the quantification of which may be difficult, the amount
specified hereunder shall be construed as a reasonable estimate of the damages. The
Directorate is not liable to pay any of the damages as mentioned hereunder or anywhere
in the agreement, as per the provisions of this Contract.
9.2 The amount of liquidated damages under this Contract shall not exceed 10% (ten percent)
of the total value of the contract as specified in Appendix-D.
10.1. Adherence to the time schedule is the essence of the contract and the given
timelines have to be strictly followed by the Bidder.
10.2. In case the bidder encounters conditions that are likely to affect the timely
performance of Services for causes beyond its reasonable control as per agreed
timeline, they shall promptly notify Directorate in writing of the fact of the delay, its
likely duration and its cause(s) with justification. As soon as practicable after receipt
of the notice, directorate shall evaluate the situation and may, at its discretion,
extend the time for performance with or without penalty.
10.3. Except as provided above, a delay by the agency in the performance of its delivery
obligations shall render it liable to the imposition of penalty pursuant to conditions
of Contract.
Page | 76
obligations under this Contract.
(iv) Each member/constituent of the Contractor/Bidder shall be jointly and severally
liable to and responsible for alConsull obligations towards the
Directorate/Government for performance of works/services including that of its
Associates/Sub Contractors under the Contract.
(v) The Contractor/Bidder shall at all times indemnify and keep indemnified the
Directorate/Government of Madhya Pradesh against all claims/damages etc. for
any infringement of any Intellectual Property Rights (IPR) while providing its
services under the Project.
(vi) The Contractor/Bidder shall at all times indemnify and keep indemnified the
Directorate/Government of Madhya Pradesh against any claims in respect of any
damages or compensation payable in consequences of any accident or injury
sustained or suffered by its (the Contractor’s/Bidder’s) employees or agents or by
any other third Party resulting from or by any action, omission or operation
conducted by or on behalf of the Contractor/Bidder.
(vii) The Contractor/ Bidder shall at all times indemnify and keep indemnified the
Directorate/Government of Madhya Pradesh against any and all claims by
Employees, Workman, Contractors, sub-contractors, suppliers, agent(s), employed
engaged or otherwise working for the Contractor, in respect of wages, salaries,
remuneration, compensation or the like.
(viii) All claims regarding indemnity shall survive the termination or expiry of the
Contracts
III. Special Conditions of Contract:
(Clauses in brackets { } are optional; all notes should be deleted in final text)
Page | 77
4. The effectiveness conditions are the following:
1.
2.
Page | 78
Appendices
Note: This Appendix will include the final Terms of Reference worked out by the Directorate
and the Bidders, dates for completion of various tasks, place of performance for different
tasks/activities, specific tasks/activities/outcome to be reviewed, tested and approved by
Directorate, etc.
Note: List format, frequency, and contents of reports; persons to receive them; dates of
submission; etc. If no reports are to be submitted, state here ―Not applicable.
(Include here the list of Services, facilities to be made available to the Bidder by the
Directorate).
Page | 79
APPENDIX-F: MANDATE FORM
BANK NAME
BRANCH NAME WITH COMPLETE
ADDRESS TELEPHONE NUMBER AND EMAIL
Page | 80
I hereby declare that the particulars given above are correct and complete. If the transaction is
delayed or not effected at all for reasons of incomplete or incorrect information I would not
hold the user instruction responsible. I have read the option invitation letter and agree to
discharge responsibility expected of me as a participant under the Scheme.
Certified that the particulars furnished above are correct as per our records.
1. Please attach a photocopy of cheque along with the verification obtained from the bank.
2. In case your Branch is presently not ―RTGS enabled then upon its up-gradation to RTGS
Enabled branch. Please submit the information again in the above proforma to the
Directorate at earliest.
Page | 81
APPENDIX-G
PERFORMANCE SECURITY
(Refer clause 2.1 of GC of the Contract)
WHEREAS:
(A) (The Bidder) and the Directorate of Public Instruction, Government of Madhya Pradesh
(the Authority) have entered into a Contract dated ……………(the―Contract) whereby the
Authority has agreed to the Bidder undertaking the establishment of subject to and in
accordance with the provisions of the Agreement.
(B) The Agreement requires the Bidder to furnish a Performance Security to the Authority in a
sum of Rs............. (Rupees ....................) (The Guarantee Amount) as security for due and
faithful performance of its obligations, under and in accordance with the Agreement,
during the Contract Period (as defined in the Agreement) and for a period of60 days
beyond 4 (four) months from the Effective Date (as defined in the Agreement).
(C) We ………... through our Branch at....................... (The Bank) have agreed to furnish this
Bank Guarantee by way of Performance Security.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms as
follows: PERFORMANCE SECURITY
1. The Bank hereby unconditionally and irrevocably guarantees and undertakes to pay to the
Authority upon occurrence of any failure or default in the due and faithful performance of
all or any of the Bidder’s obligations, under and in accordance with the provisions of the
Agreement, on its mere first written demand, and without any demur, reservation,
recourse, contest or protest, and without any reference to the Bidder, such sum or sums up
to an aggregate sum of the Guarantee Amount as the Authority shall claim, without the
Authority being required to prove or to show grounds or reasons for its demand and/or for
the sum specified therein.
2. A letter from the Authority, under the hand of an Officer not below the rank of Deputy
Secretary to the Authority that the Bidder has committed default in the due and faithful
performance of all or any of its obligations under and in accordance with the Agreement
shall be conclusive, final and binding on the Bank. The Bank further agrees that the
Authority shall be the sole judge as to whether the Bidder is in default in due and faithful
performance of its obligations during the Guarantee Period under the Agreement and its
decision that the Bidder is in default shall be final, and binding on the Bank,
notwithstanding any differences between the Authority and the Bidder, or any dispute
between them pending before any court, tribunal, arbitrators or any other authority or
body, or by the discharge of the Bidder for any reason whatsoever.
Page | 82
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank
were the principal debtor and any change in the constitution of the Bidder and/or the Bank,
whether by their absorption with any other body or corporation or otherwise, shall not in
any way or manner affect the liability or obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to
proceed against the Bidder before presenting to the Bank its demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the Bank
under this Guarantee, to vary at any time, the terms and conditions of the Agreement or to
extend the time or period for the compliance with, fulfillment and/or performance of all or
any of the obligations of the Bidder contained in the Agreement or to postpone for any
time, and from time to time, any of the rights and powers exercisable by the Authority
against the Bidder, and either to enforce or forbear from enforcing any of the terms and
conditions contained in the Agreement and/or the securities available to the Authority, and
the Bank shall not be released from its liability and obligation under these presents by any
exercise by the Authority of the liberty with reference to the matters aforesaid or by reason
of time being given to the Bidder or any other forbearance, indulgence, act or omission on
the part of the Authority or of any other matter or thing whatsoever which under any law
relating to sureties and guarantors would but for this provision have the effect of releasing
the Bank from its liability and obligation under this Guarantee and the Bank hereby waives
all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security
now or which may hereafter be held by the Authority in respect of or relating to the
Agreement or for the fulfillment, compliance and/or performance of all or any of the
obligations of the Bidder under the Agreement.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force
until the compliance of the conditions specified in paragraph 8 below and unless a demand
or claim in writing is made by the Authority on the Bank under this Guarantee, no later than
6 (six) months from the date of expiry of the Guarantee Period, all rights of the Authority
under this Guarantee shall be forfeited and the Bank shall be relieved from its liabilities
hereunder.
8. The Performance Security shall cease to be in force and effect upon the expiry of the
Guarantee Period. Upon request made by the Bidder for release of the Performance
Security along with the particulars required to satisfy the expiry of Guarantee Period, the
Authority shall release the Performance Security forthwith.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of the Authority in writing, and declares and warrants that it has
the power to issue this Guarantee and the undersigned has full powers to do so on behalf of
the Bank.
Page | 83
10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred Branch, which shall be deemed to have been
duly authorized to receive such notice and to effect payment thereof forthwith, and if sent
by post it shall be deemed to have been given at the time when it ought to have been
delivered in due course of post and in proving such notice, when given by post, it shall be
sufficient to prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in force during
the Guarantee Period pursuant to the provisions of the Agreement
SIGNED, SEALED AND DELIVERED For and on behalf of the BANK by:
(Signature)
(Name)
(Designation)
Number)
(Address)
(I) The bank guarantee should contain the name, designation and code number of the
officer(s) signing the guarantee.
(II) The address, telephone number and other details of the Head Office of the Bank as well as
of issuing Branch should be mentioned on the covering letter of issuing Branch.