0% found this document useful (0 votes)
22 views42 pages

Selection of A Knowledge AND Training Partner For Karmayogi Prashikshan

Uploaded by

BSST Trust
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
22 views42 pages

Selection of A Knowledge AND Training Partner For Karmayogi Prashikshan

Uploaded by

BSST Trust
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 42

Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Request for Proposal (RFP)


for
Selection of a Knowledge & Training Partner for
Karmayogi Prashikshan Mission

April 2025

Sardar Patel Institute of Public Administration (SPIPA)


Opp ISRO, Satellite Road,
Satellite,
Ahmedabad-380 015

1
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Table of Contents
Disclaimer ............................................................................................................................................................... 2
Interpretation ........................................................................................................................................................... 4
1. Information to Bidders ................................................................................................................................ 5
Background ........................................................................................................................................... 5
General Conditions ................................................................................................................................ 5
Clarifications and Amendment of RFP Documents ............................................................................... 6
Bidding Schedule................................................................................................................................... 7
Preparation of Bids ................................................................................................................................ 7
Submission, Receipt and Opening of Bids ............................................................................................ 8
Bid Evaluation........................................................................................................................................ 9
Pre-qualification Criteria ...................................................................................................................... 11
Negotiations......................................................................................................................................... 14
Award of Work ..................................................................................................................................... 14
Confidentiality ...................................................................................................................................... 14
Right of Rejection ................................................................................................................................ 15
Liquidated Damages and Penalties ..................................................................................................... 16
Documents prepared by the Agency to be the property of the Authority ............................................. 16
2. Terms of Reference ................................................................................................................................. 17
Agreement Period................................................................................................................................ 17
Scope of Work ..................................................................................................................................... 17
Role of SPIPA...................................................................................................................................... 21
Liability of the Agency .......................................................................................................................... 21
Deliverables & Payment Terms .......................................................................................................... 21
Penalty Provisions ............................................................................................................................... 22
3. Technical Bid Forms ................................................................................................................................ 24
Technical Submission Checklist .......................................................................................................... 24
Form 1: Technical Bid Submission Form .......................................................................................................... 25
Form 2: Format for Power of Attorney for Authorised Representative .............................................................. 28
Form 3: Format for Financial Summary of the Bidder ...................................................................................... 29
Form 4: Format for Letter of Undertaking ........................................................................................................ 30
Form 5: Format for Showcasing Experience..................................................................................................... 32
Form 6: Format for Bank Guarantee ................................................................................................................. 33
Form 7: Format for Consortium Agreement ...................................................................................................... 36
Annexure 1: Financial Bid Submission Form ........................................................................................................ 39
Annexure 2: List of Banks ..................................................................................................................................... 41

1
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Disclaimer
1. The Request for Proposal (RFP) is issued by Sardar Patel Institute of Public Administration
(SPIPA) or the “Authority”

2. The information contained in this RFP is selective and is subject to updating, expansion, revision and
amendment. It does not, and does not purport to, contain all the information that a Bidder may require.
Neither Authority nor any of their officers; employees nor any of its advisors / consultants undertakes
to provide any prospective bidder with access to any additional information or to update the
information in this RFP or to correct any inaccuracies therein which may become apparent. Each
prospective bidder must conduct its own analysis of the information contained in this RFP or to correct
any inaccuracies therein that may this RFP and is advised to carry out its own investigation into the
proposed Project, the legislative and regulatory regime which applies thereto and by and all matters
pertinent to the proposed Project and to seek its own professional advice on the legal, financial,
regulatory and taxation consequences of entering into any agreement or arrangement relating to the
proposed Project.

3. This RFP is neither an agreement nor an offer by the Authority 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 / submitting their Bids (technical and financial bids) pursuant to this RFP.
This RFP includes statements, which reflect various assumptions and assessments arrived at by the
Authority 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 Authority, its employees or advisors to consider the investment
objectives, financial situation and particular needs of each Bidder 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.

4. 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 Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion
on law expressed herein.

5. The Authority, 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.

2
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

6. The Authority 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.

7. The Authority may in its absolute discretion prior to the Bid Due Date, but without being under any
obligation to do so, update, amend or supplement the information, assessment or assumptions
contained in this RFP at any time during the Bidding Process.

8. The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the
Preferred Bidder, as the case may be, for the Project and the Authority reserves the right to reject all
or any of the Bidders or Bids without assigning any reason whatsoever. Mere submission of a
responsive Bid does not ensure appointment of the bidder as Preferred / Selected Bidder.

9. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the Authority 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 Authority 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.

3
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Interpretation

In the interpretation of this RFP, unless the context otherwise requires:

1. The singular of any defined term includes the plural and vice versa, and any word or expression
defined in the singular has the corresponding meaning used in the plural and vice versa.

2. Reference to any gender includes the other genders;

3. Unless otherwise stated, a reference to a Clause, Sub-Clause, Paragraph, Sub-paragraph, Annex,


Exhibit, Attachment, Schedule, or Recital is a reference to a Clause, Sub-Clause, Paragraph,
Subparagraph, Annex, Exhibit, Attachment, Schedule or Recital of this RFP;

4. A reference to any agreement is a reference to that agreement and all annexes, attachments,
exhibits, schedules, appendices, and the like incorporated therein, as the same may be amended,
modified, supplemented, waived, varied, added to, substituted, replaced, renewed, or extended, from
time to time, in accordance with the terms thereof;

5. The terms “include” and “including” shall be deemed to be followed by the words “without limitation”,
whether or not so followed;

6. Any reference to a person shall include such person’s successors and permitted assigns;

7. A reference to a “writing” or “written” includes printing, typing, lithography and other means of
reproducing words in a visible form;

8. Any date or period set forth in this RFP shall be such date or period as may be extended pursuant to
the terms of this RFP;

9. A reference to “month” shall mean a calendar month, a reference to “week” shall mean a calendar
week and a reference to “day” shall mean a calendar day, unless otherwise specified.

10. The terms “hereof”, “herein”, “hereto”, “hereunder” or similar expressions used in this RFP mean and
refer to this RFP and not to any particular Article, Clause or Section of this RFP. The terms “Article”,
“Clause”, “Paragraph” and “Schedule” mean and refer to the Article, Clause, Paragraph and Schedule
of this RFP so specified;

11. In the case of any conflict, discrepancy or repugnancy between the provisions of the RFP documents,
provisions of the Agreement shall prevail over and supersede the provisions of other documents;

12. The descriptive headings of Articles and Sections are inserted solely for convenience of reference
and are not intended as complete or accurate descriptions of content thereof and shall not be used
to interpret the provisions of the Agreement; and

13. All capitalized words and expressions used in the RFP but not defined therein shall have the same
meaning as ascribed to them in the Agreement.

4
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

1. Information to Bidders

Background

1.1.1 Sardar Patel Institute of Public Administration (SPIPA) was established by the Government of
Gujarat in 1962 as the apex Training Institution of the state. The Institute was renamed as Sardar
Patel Institute of Public Administration in 1974. It became on autonomous body (registered under
the Societies Registration Act, 1860) in October 2004, so as to gain that essential flexibility in
fulfilling its role and meeting the expectations of the State Government.
1.1.2 SPIPA is established to impart training to all the departments and offices of the State
Government; and for this purpose, it assesses the training and skill up-gradation needs for
various categories of officers. It acts as a think tank for the government in matters of
administrative reforms, good governance, rural development and panchayati raj institutions,
amongst other sectors, and ploughs back solutions to the same. The institute also conducts
various symposia and conferences, on its own or on behalf of the Central and State
Governments.
1.1.3 As a part of these initiatives, SPIPA now intends to impart training to resources under Class 3
and Class 4, on the subject of “Effective Communication and Behavioural Training”. A total
of about 1,85,000 resources are to be trained over a period of 3 years in a phased manner.
1.1.4 SPIPA now intends to engage the services of an Agency, to design and assist in the delivery of
training program by creating Master Trainers from the government officers who, in turn, will create
trainers at District / Taluka level, who will then train the resources under Class 3 & 4. The Agency
being selected through this tender shall offer services as a Knowledge Partner cum Training
Agency.
1.1.5 The detailed scope or work, along with details of various resources to be provided is included in
Clause 2.
General Conditions
1.2.1 Bidders who wish to participate in online tender will have to procure / should have legally valid
Digital Certificate as per Information Technology Act - 2000 using which they can sign their
electronic bids. Bidders can procure the same from any of the license certifying Authority of India
or can contact (n)code solution-a division of GNFC Ltd., who are licensed Certifying Authority by
Government of India.
1.2.2 In case Bidders need any clarifications or if training required to participate in online tenders, they
can contact (n)Procure Support team: -
(n)Code Solutions - A Division of GNFC Ltd.,
(n)Procure Cell
304, GNFC Infotower, S. G. Road,
Bodakdev, Ahmedabad – 380 054 (Gujarat)
Contact Details:
TOLL FREE NUMBER: 7359 021 663
E-mail: [email protected]

5
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

1.2.3 The Bidder may be a Single Entity or a Consortium of two parties (including the Lead
Member). Bidders shall furnish all relevant information, as per the formats provided in the
Request for Proposal (the “RFP”).
1.2.4 Bids submitted by a consortium of up to maximum two members (including the Lead Member)
shall comply with the following requirements:
i. Consortium Agreement, as per Format placed in Form 7, duly signed by all the members of
the Consortium shall be submitted along with the Bid. The members of the consortium shall
nominate one of the members of the consortium thereof as the Lead Member (subject to
fulfilling the conditions stipulated in the RFP).
ii. The Consortium Agreement shall clearly state the roles & responsibilities, proposed to be
shared, among the members of consortium during the Project implementation.
iii. The Lead Member shall be authorized by all members of the consortium to act for and on
behalf of the Consortium including interacting with Authority, receive instructions etc.
iv. The Lead Member and other Consortium member shall be jointly and severally liable for the
implementation of the Project in accordance with the terms of the Draft Consultancy
Agreement and a statement to this effect shall be included in the Consultancy Agreement.
v. All the information as per the requirements of the RFP shall be provided to the Lead Member
of the Consortium by the Authority.
vi. The Bid shall be legally binding on all the members of the Consortium.
1.2.5 Bidders shall furnish all relevant information, as per the formats provided in the Request for
Proposal (the “RFP”).
1.2.6 Bids, as submitted by the Bidders, shall have a Bid Validity of 180 Days (or “Calendar Days”)
from the last date of Technical Bid Submission. The Authority will make its best effort to complete
negotiations within this period. Should the need arise, however, the Authority may request
Bidders to extend the validity period of their Bids.
Clarifications and Amendment of RFP Documents
1.3.1 Bidders may request clarification on any of the points contained in RFP documents up to the
number of days as indicated below. Any request for clarification must be sent in writing by paper,
mail and electronic mail to the Authority's address as indicated. The Authority will upload
response to all such requests received by it on the website https://tender.nprocure.com/.
1.3.2 Queries, if any, proposed to be raised at the pre-bid conference by the Bidders should be
submitted in writing (over email or a letter) least two (2) working days before the date of the Pre-
Bid Conference to the Official as below:
Address: Director General
Sardar Patel Institute of Public Administration (SPIPA)
Opp ISRO, Satellite Road,
Satellite, Ahmedabad-380 015
Email: [email protected]
1.3.3 A maximum of two representatives of each Bidder shall be allowed to participate on production
of Authorization letter from the Bidder.

6
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

1.3.4 At any time before the submission of Bids, the Authority may for any reason, whether at its own
initiative or in response to a clarification requested by a Bidder, modify the RFP documents by
amendment. Any such amendment shall be issued in writing through Corrigenda. Corrigenda
shall be uploaded on the website as mentioned above and shall be binding on all Bidders. The
Authority may at its discretion extend the deadline for the submission of Bids.

Bidding Schedule
S. No Event Key Date and Time

1 Issue of RFP (Bid) Document 11/04/2025

2 Pre-Bid Meeting 21/04/2025 at 1200 noon


Venue: Board Room, Sardar Patel Institute of
Public Administration (SPIPA), Opp. ISRO,
Satellite, Ahmedabad - 380015.
Link for online meeting:
https://meet.google.com/qdw-aijc-sej

3 Last Date for Online 09/05/2025 up to 1500 Hrs


Submission of Technical and
Financial Bid

4 Last Date for Submission of 12/05/2025 up to 1500 Hrs


Physical Copy of Technical Bid

5 Opening of Technical Bid 12/05/2025 at 1530 Hrs

6 Presentation by the Bidders Will be intimated to the Qualified Bidders

7 Opening of Financial Bids Will be intimated to the Qualified Bidders

Preparation of Bids
1.5.1 The Bidders are required to submit the Bid in two parts in two separate envelopes / parts and put
together in one single outer envelope. The two parts shall be captioned as follows on the
respective envelopes:
(a) Part 1: Bid Processing Fee & EMD and
(b) Part 2: Technical Bid
The Financial Bid needs to be submitted online on https://tender.nprocure.com/ only
1.5.2 The Bid shall be written in English only. If the supporting documents and printed literature
furnished with the Bid are in a language other than English, official translated documents shall
be provided and should be duly authenticated and certified by the respective Bidder. Supporting
documents and printed literature submitted with the Bid, which are not translated into English,
may not be considered, for the purpose of interpretation and evaluation of the Bid.

7
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

The Part-1 submission (Cover-1) shall contain the following information as described in ensuing
sections.
PART 1: Bid Processing Fee and EMD as per details provided in RFP.
1.5.3 Bids submitted without Bid Processing Fee and / or EMD shall be summarily rejected and will not
be evaluated.
TECHNICAL BID
1.5.4 In preparing the Technical Bid, Bidders are expected to examine the submission documents /
format / enclosures etc., comprising this RFP in detail. Material deficiencies in providing the
information requested may result in rejection of the Bid.
1.5.5 The Technical Bid must provide the following information, using but not limited to the formats as
indicated below:
- Form 1: Technical Bid Submission Form
- Form 2: Format for Power of Attorney for Authorised Representative
- Form 3: Financial Summary of the Bidder
- Form 4: Format for Letter of Undertaking
- Form 5 (a) & (b): Format for Showcasing Experience
- Form 6: Format for Bank Guarantee (if applicable)
- Form 7: Format for Consortium Agreement (if applicable)
1.5.6 The Technical Bid must not include any financial information.
PART 3: FINANCIAL BID – to be strictly submitted online only
1.5.7 In preparing the Financial Bid, Bidders are expected to take into account the requirements and
conditions of the RFP documents. It should include all costs associated with the Project, including
(a) remuneration to the staff (onsite and offsite) and (b) rentals / fixed rates / reimbursable such
as subsistence (per diem, housing), transportation (for mobilization and demobilization), services
and equipment (vehicles, office equipment, furniture, and supplies), office rent, insurance,
printing of documents, training, software license, surveys, training program, etc. as components
of this Project. The Financial Bid should clearly identify and include all the taxes, duties, fees,
levies and other charges imposed under the applicable law, on the Bidders, and their personnel,
and include as part of their offer, and show only GST separately.
1.5.8 Bidders have to express the price of their services in the format as indicated in the sample format
placed at Annexure 1: Financial Bid Submission Form (to be submitted online only on
https://tender.nprocure.com/).
1.5.9 Conditional Tenders / bids shall not be accepted.

Submission, Receipt and Opening of Bids

1.6.1 The original bid shall be prepared in indelible ink. It shall contain no inter-lineation or overwriting,
except as necessary to correct errors made by the Bidder. Any such corrections must be initialled
by the person who signs the Bids.

8
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

1.6.2 Each of the bids, along with their relevant enclosures should be bound, paginated, with an index
of submission on the first page.
1.6.3 An authorized representative of the Bidder shall initial all pages of Technical Bid. The
representative's authorization shall be in the form of a written Power of Attorney accompanying
the Bid, or in any other form demonstrating that the representative has been duly authorized to
sign.
1.6.4 The Bid Processing Fee and the EMD must be in one Envelope (Cover-1) and Technical Bid
must be in another Envelope (Cover-2). The envelope must be clearly marked on top as
"Technical Bid”. A soft copy of Technical Bid, in PDF format on pen drive, should also be
placed in the cover containing the Technical Bid.
1.6.5 The two separate envelopes containing the Bid Processing Fee and EMD and Technical Bid,
should be placed in one cover and addressed to Authority (as per the given detailed address)
and labelled the Project name clearly. The Bid shall be sent at the following address:
To,
Director General,
Sardar Patel Institute of Public Administration (SPIPA)
Opp. ISRO, Satellite Road,
Satellite, Ahmedabad-380 015
1.6.6 The completed Bids must be delivered / submitted on or before the submission time and date as
stated in Bidding Schedule. The Authority shall not be responsible for misplacement, losing or
pre-matured opening, if the outer envelope is not sealed and / or not marked as stipulated.
After the deadline for submission of Bids, the Technical Bid envelope shall be opened in the presence of
the Bidders / their Authorized Representatives who choose to attend on the date and time indicated in
the Bidding Schedule
Important Note:
a. Bidders are required to be upload Technical as well as Financial bid on n-procure website
as per terms of this RFP.
b. The complete set of the Technical Bid (including Forms, Letters, various documentary
proofs etc), as being uploaded by the Bidder shall also be submitted in the Hard copy,
along with a copy of the same in a pen drive along with the Bid Submission.
c. Financial Bids are to be uploaded on the website only as mentioned in the RFP.
• The Financial Bid shall not be submitted with the Technical Bid. Submission of
Financial Bid along with Technical Bid will lead to the disqualification of the Bidder.

Bid Evaluation

1.7.1 The responsive Bids shall be evaluated on a Quality cum Cost Based (QCBS) Basis in the
ratio of 50:50 (50% weightage to Technical Proposal and 50% weightage to the Financial
Proposal).

9
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

1.7.2 Authority or any of its agencies reserves the right to seek additional information and/or
clarification from the Bidders, if found necessary, during the course of evaluation of the Bids.
Non-submission, incomplete submission or delayed submission of such additional information
and / or clarifications sought by Authority or any of its advisors / consultants, may be a ground
for rejecting the bid.
1.7.3 The following procedure shall be adopted in evaluating the bids:
Stage 1: Test of Responsiveness
1.7.4 Prior to evaluation of the documents contained in the Technical Bid envelope, the Authority shall
determine whether each Bid is responsive to the requirements set out in this Tender. A Bid shall
be considered responsive only if:
▪ It is received by the Bid due date including any extensions thereof.
▪ The Part-1 submission (Cover-1) shall contain the Bid Processing Fee and EMD as defined
under:
o Bid Processing Fee: Bidder has to furnish, as part of its submission, non-refundable
Bid Processing Fee amounting to Rs. 5,000/- (i.e. Rupees Five Thousand only).
The Bid Processing Fee shall be submitted in the form of a Demand Draft drawn in
favour of, Sardar Patel Institute of Public Administration, payable at Ahmedabad.
o Earnest Money Deposit: Bidder has to furnish, as part of its submission, Bid Security
/ Earnest Money Deposit amounting to Rs. 10,00,000 /- (i.e. Rupees Ten Lakhs
only) in the form of either Bank Guarantee (BG) or a DD. The validity period of the
Bid Security, in case of Demand Draft, shall not be less than 60 (Sixty) days from the
Bid Due Date (which shall be extended on mutual agreement) and in case of a Bank
Guarantee (BG), shall not be less than 180 (one hundred and eighty) days from the
Bid Due Date, and may be extended as may be mutually agreed between the
Authority and the Bidder from time to time. If the EMD is being paid in the form of a
Bank Guarantee, it shall be in the format as placed in Form 6 and from the List of
Banks as per Annexure 2.
The EMD of the unsuccessful bidders shall be returned, without any interest, by the
Authority preferably within 15 days of the signing of the Agreement with the Preferred
Bidder. The EMD of the Preferred Bidder shall be returned upon submission of the
Performance Guarantee.
Note: Bidders must ensure that the purchaser of the DD towards Bid Processing Fee and
Earnest Money Deposit should be the Bidder (or any member of the consortium) only. DDs
purchased under the hand/in the name of any purchaser other than the Bidder (or any
member of the consortium) may render the bid non-responsive.
▪ It does not contain any condition or qualifications, and it is not non-responsive in terms
hereof.
Responsive Bids, fulfilling the criteria as given above, shall be evaluated as per Stage 2 given
below.
Note: Bidders must take utmost care that the submission made by them shall also adhere
to the following:

10
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

▪ It is signed, sealed, bound together and marked as stipulated in this RFP document.
▪ It is received as per the formats prescribed in the Section 3 – Technical Bid Forms of the
RFP Document.
▪ It contains information in formats same as those specified in this RFP Document.
▪ It contains the necessary documentary proof as specified in the checklist mentioned in
RFP Document.
Stage 2: PQ Evaluation
Pre-qualification Criteria

1.8.1 The Bidder (Sole Bidder / both Members of the consortium) should be a legal entity in the form
of Private / Public Limited Company registered under the Companies Act of India, 1956 (or later)
OR a Partnership Firm (including LLP) OR Educational Institution in the form of a registered
Society or Trust. The Bidder (Sole Bidder / Lead Member of the consortium) should be in
existence for at least 10 years as on the Bid Issue Date, in India.

1.8.2 The Bidder (Sole Bidder / Lead Member of the consortium) must have recorded a Minimum
Average Annual Turnover (standalone revenue and net of GST) of Rs. 10.00 Cr. (Rupees
Ten crores only), in any three consecutive financial years of the last 2020-21 to 2023-24.

1.8.3 The Bidder (Sole Bidder / any Member of the consortium) should have the experience of
providing services as a Knowledge Partner, in at least two mandates, to government clients
with a fee not less than Rs. 1.50 Cr (net of taxes), in the last 7 years as on the bid due date.

1.8.4 The Bidder (Sole Bidder / any Member of the consortium) should have the experience of providing
services as a Training Partner, in at least one mandate, with a fee not less than Rs. 1.00 Cr
(net of taxes), in the last 7 years as on the bid due date.

Note:
i) In an event, the bidder intends to submit a project, wherein they have provided
services, in capacities of both “Knowledge Partner” and “Training Partner”, the project
can be submitted in any one prequalification only and not both.
ii) All submitted projects should be backed by valid documentary evidence in the form
of work order, agreement, and completion certificate from the client side, clearly
establishing the eligibility of project.
iii) Decision of Authority towards adjudging similar projects shall be final and binding on
the bidders.
Bids qualifying as per the PQ Criteria, given above, will be eligible for the next stage of evaluation, i.e.
Stage 3: Technical Bid Evaluation.
Stage 3: Technical Bid Evaluation:
1.8.5 The Authority will carry out evaluation of Technical Bids, based on the point / marks system as
specified in the Table below. Each pre-qualified bid shall be attributed a Technical Score. Top 3
bidders or 50% (rounded up to next integer) of the total bidders whichever is higher, shall
be eligible for opening & evaluation of their Financial Bids, provided they score at least 70 marks

11
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

out of 100 marks in the technical evaluation and at least 25 marks out of 50 marks in the Technical
Presentation.
1.8.6 The Technical Qualification would carry marks as below:

Sr no Aspects Max Marks

1 Average Annual Turnover for the Bidder as per the requirements


of pre-qualification criteria 1.8.2:
▪ > 10.00 Crores & < 20.00 Crores: 15.00 marks 20
▪ > 20.00 Crores & < 30.00 Crores: 17.50 marks
▪ > 30.00 Crores: 20.00 marks
2 5 marks for each eligible project under any of pre-qualification
criteria 1.8.3 and 1.8.4.
30
Additional 2.5 marks for each eligible project from pre-
qualification criteria 1.8.4 undertaken for a Government client.
3 Technical Presentation
▪ Approach & Methodology with proposed innovation and
value addition
▪ Experience in similar projects as a Knowledge Partner
50
▪ Experience in similar projects as Training Partner (provide
details like number of training / beneficiaries, impact etc.)
▪ Team credentials to plan and execute work
▪ Awards and Accolades
TOTAL MARKS 100 marks

Notes:
1. For all the submitted projects, it is mandatory to submit documentary evidence to substantiate
the scope of work, duration, successful completion, project type, fee, and any other aspect for
which marks are being sought and the same shall be submitted in the form of Work Order,
Agreement, Completion Certificate from the Client.
2. Decision of Authority towards adjudging similar projects shall be final and binding on the
bidders.
3. The Bidders must ensure that they submit Form 5 diligently as per the following
directives:
i. Bidder must note that eligible projects as per the criteria mentioned in this RFP
(type, cost, duration etc) shall only be listed under Form 5.
ii. All projects as listed under Form 5 must be duly backed by the documentary
evidence.
iii. Additional certificates / Workorder/ Agreements etc included in the bid but not
listed under Form 5 may not be considered towards evaluation.
4. While Bidders are not required to include the Technical Presentation, with their Technical Bid
submission, they must take note that the Authority may invite for technical presentation at a
short notice and Bidders should be prepared with the same. No extension in this regard shall
be given at a later stage.

12
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

5. It is advised that Senior Member/s from the Pre-Qualified Bidder’s Organization to remain
present for making the Technical Presentation to the Committee. Further the presentation
should be concise and should not exceed more than 15 minutes (~30 slides). Failure of the
bidder to be available for the Technical Presentation as per the schedule, may lead to
disqualification of the Bidder, forfeiting of the EMD and blacklisting for further tenders.
Stage 4: Financial Bid Evaluation:
1.8.7 After the evaluation of technical proposal is completed, the Authority may notify those Bidders
whose Technical proposals were considered non-responsive and not qualifying as per the
conditions of the RFP, indicating that their Financial Proposals will not be opened.
1.8.8 The Authority shall inform the Bidders who have qualified in the Technical Proposal after the
evaluation of Technical Proposal before the date of financial bid opening.
1.8.9 The Financial Proposals shall be opened from n-procure website in the presence of the Bidders
/ authorized representatives who choose to attend. The name of the Bidders, the technical
scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals
are opened.
1.8.10 The Evaluation Committee will correct any computational errors, if exist in the financial proposals.
When correcting computational errors, in case of discrepancy between a total and partial amount
and or between word and figures the formers will prevail.
1.8.11 It is expected that Bidders shall determine the costs appropriately and shall take necessary care
in allocating budgets adequately by major components of the project.
1.8.12 The price bid to be considered for evaluation shall exclude GST, but shall include all the other
taxes, if any.
1.8.13 The Evaluation Committee shall consider the evaluated financial offer and/or total proposal cost
and the score on price quote will be calculated in the following manner.
Sf= 100 x Fm/F in which,
Sf is the 'Financial Score' of the Financial Proposal being evaluated.
Fm is the computed lowest financial proposal (inclusive of all taxes but excluding GST).
F is the Computed Price of the bidder under evaluation (inclusive of all taxes but
excluding GST).
1.8.14 The weights given to the Technical and Financial Proposals are:
T = 0.5 (50%)
P = 0.5 (50%)
Proposals will be ranked according to their combined Technical Scores (St) and Financial Scores
(Sf) using the weights indicated above. Final scores will be calculated as under:
S = St x T + Sf x P
T = the weight given to the Technical Proposal.
P = the weight given to the Financial Proposal; and
S = Score

13
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

1.8.15 The bidder getting Highest Score (technical plus financial) would be awarded the bid.
1.8.16 In the event of two or more bids have the same highest score (the “Tie Bidders”), Authority will
award the work to the bidder (out of the two or more such bidders) securing higher Technical
Score.
Further, in a scenario two or more Tie Bidders have the same Technical as well as Financial
score, Authority may ask the said Bidders to furnish their respective revised offers which shall
not be higher than cost as per the initial offer made by the Bidders. The bid will be awarded to
the one quoting the lowest bid in its such revised offer.

Negotiations

1.9.1 Prior to the expiration of period of validity of Bid, Authority shall notify the Preferred Bidder who
has emerged the H1 bidder and invite them to negotiate.
1.9.2 If negotiations fail, Authority will invite the second ranked bidder (H2), to negotiate.

Award of Work

1.10.1 After completion of negotiations with the Preferred Bidder, the Authority shall award the work to
the Preferred Bidder by issuing a Letter of Award.
1.10.2 The Preferred Bidder with whom the Agreement (the “Agreement”) is signed is expected to
commence the Project on the date as indicated by the Authority during the negotiation meeting.
1.10.3 The Preferred Bidder shall be required to submit a Performance Guarantee which shall be equal
to 5% of the Negotiated Contract Value, in the form of a Bank Guarantee as a pre-requisite
to signing of the Agreement. The Performance Guarantee shall be submitted within 30 days of
the issue of the Letter of Award (the “LoA”) and shall be kept valid for 42 months from the date
of signing of Agreement. Failing to adhere to the said conditions might lead to the withdrawal
of the Letter of Award, in addition to forfeiture of the EMD and blacklisting from further tenders.
Additionally, 5% retention money from each bill shall be deducted and released back as per
the tender conditions.
1.10.4 The Performance Guarantee, as submitted, shall have to be renewed by the Agency before its
expiry, if so desired.

Confidentiality

1.11.1 Information relating to evaluation of Bids and recommendations concerning awards shall not be
disclosed to the Bidders who submitted the Bids or to other persons not officially concerned with
the process without the consent of the appropriate Authority.
1.11.2 The Agency, its Sub-Agencies and the Personnel of either of them shall not, either during the
term or within two years after the expiration or termination of this Agreement disclose any
proprietary information, including information relating to reports, data, drawings, design software
or other material, whether written or oral, in electronic or magnetic format, and the contents
thereof; and any reports, digests or summaries created or derived from any of the foregoing that

14
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

is provided by the Authority to the Agency, its Sub- Agencies and the Personnel; any information
provided by or relating to the Authority, its technology, technical processes, business affairs or
finances or any information relating to the Authority’s employees, officers or other professionals
or suppliers customers, or contractors of the Authority; and any other information which the
Agency is under an obligation to keep confidential in relation to the Project, the Services or this
Agreement ("Confidential Information"), without the prior written consent of the Authority.
1.11.3 Notwithstanding the aforesaid, the Agency, its Sub-Agencies and the Personnel of either of them
may disclose Confidential Information to the extent that such Confidential Information:
i. was in the public domain prior to its delivery to the Agency, its Sub-Agencies and the
Personnel of either of them or becomes a part of the public knowledge from a source
other than the Agency, its Sub-Agencies and the Personnel of either of them;
ii. was obtained from a third party with no known duty to maintain its confidentiality;
iii. is required to be disclosed by Applicable Laws or judicial or administrative or arbitral
process or by any governmental instrumentalities, provided that for any such disclosure,
the Agency, its Sub-Agencies and the Personnel of either of them shall give the Authority,
prompt written notice, and use reasonable efforts to ensure that such disclosure is
accorded confidential treatment; and
iv. is provided to the professional advisers, agents, auditors or representatives of the
Agency or its Sub-Agencies or Personnel of either of them, as is reasonable under the
circumstances; provided, however, that the Agency or its Sub-Agencies or Personnel of
either of them, as the case may be, shall require their professional advisers, agents,
auditors or its representatives, to undertake in writing to keep such Confidential
Information, confidential and shall use its best efforts to ensure compliance with such
undertaking.
Right of Rejection
1.12.1 Authority reserves the right to reject any or all Bids, to waive any informality in such Bids, to
request new Bids, to revise the RFP prior to, and including, the pre-bid meeting date, to proceed
to do the work otherwise, withdraw this RFP, not award the work, or not award a portion of work
at any time.
1.12.2 The receipt of bids shall not in any way, obligate the Authority to enter into an Agreement, or
any other agreement of any kind with the Bidder. All submitted copies of the bids shall become
the property of Authority.
1.12.3 The bid will be rejected for award if it is determined that the Bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in
competing for the project in question.
1.12.4 A Bidder will be declared ineligible, either indefinitely or for a stated period of time, to be awarded
a project if Authority at any time determines that the Bidder has engaged in corrupt or fraudulent
practices in competing for or in executing, a project; and
1.12.5 A Bidder may be declared ineligible and/or blacklisted from further bidding with Authority for a
period as deemed fit by Authority, in case any misrepresentation of facts / details is found in the
bid as submitted by them at any point of time.

15
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Liquidated Damages and Penalties


1.13.1 Encashment and appropriation of Performance Security: The Authority shall have the right
to invoke and appropriate the proceeds of the Performance Security, in whole or in part, without
notice to the Agency in the event of breach of this Agreement or for recovery of liquidated
damages specified in this Clause.
1.13.2 Penalty for deficiency in Services: In addition to the liquidated damages not amounting to
penalty, as specified in this Clause, warning may be issued to the Agency for minor deficiencies
on its part. In the case of significant deficiencies in Services causing adverse effect on the Project
or on the reputation of the Authority, other penal action including debarring for a specified period
may also be initiated as per policy of the Authority. If major deficiency of significant nature in the
services is observed, an additional levy of compensation up to a maximum of 5% of the monthly
payment shall be made on the Agency. In this regard, the decision of Authority will be final
binding.
Documents prepared by the Agency to be the property of the Authority
1.14.1 The Agency shall treat all matters in connection with the Agreement as strictly confidential and
undertakes not to disclose, in any way, the information, documents, technical data, and know-
how given to him by the Authority without the prior written consent of the Authority.
1.14.2 The Agency further undertakes to limit the access to confidential information to those of its
employees, implementation partners who reasonably require the same for the proper
performance of the services provided however that Agency shall ensure that each of them has
been informed of the confidential nature of the confidentiality and non-disclosure provided for
hereof.

16
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

2. Terms of Reference
2.1.1 The overall aim of this assignment is to provide training to resources under Class 3 & 4 of the
State Government. The theme of the training shall be primary on Effective Communication and
Behavioural Training. The total trainings to be imparted to about 1,85,000 persons. The
breakup is as below:
• 2025-26 – about 20,000+ trainees from class 3 & 4 and training of master trainers
• 2026-27 – about 80,000 trainees from class 3 & 4
• 2027-28 – about 85,000 trainees from class 3 & 4
2.1.2 The Agency shall be required to create master trainers from the nominated officers of the State
Government who shall in turn provide training to the resources under Class 3 & 4. The Agency
shall provide support in the form of coordination, soft infrastructure, deputation of resource at the
training program and at the district level wherein the training is being conducted, documentation
etc. during the training of Class 3 & 4.
2.1.3 The training for class 3 & 4 shall be for 18 contact hours spread over 3 days at a stretch.
2.1.4 The trainings as placed above, shall have to be completed by 31st March 2028. A six-month
period from the signing of the Agreement shall be kept towards the preparatory activities. While
Class 3 & 4 trainings are to be imparted at the Taluka level, the training for Master Trainers shall
be provided at SPIPA headquarters in Ahmedabad.

Agreement Period

2.2.1 The Agreement Period shall be 3 years (from the date of signing of the Agreement to 31 st
March 2028).
2.2.2 The Authority shall conduct a periodic performance review and continuation of engagement shall
be subject to the sustained satisfactory performance of the Agency. In an event, additional
resources are to be trained under the same scheme, the Authority may extend the Agreement
period as per mutually agreed terms.

Scope of Work

2.3.1 Preparation of a Roll out Plan


i. The Agency in consultation with the Authority and other major stakeholders shall prepare
a roll out plan for the training.
ii. The roll out plan would include a detailed training calendar at the taluka level and the
Training of Master Trainers. The roll out plan should take into consideration the
government calendar, upcoming elections and other such activities which can impede
the training.
iii. The rollout plan should also include mapping of the potential venue, their size and
infrastructure availability, contact person etc.
iv. The Agency should also create a mobilization and demobilization plan for the human
resources (detailed in section below) who are required to organize and plan the training.

17
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

v. The roll out plan should be discussed and finalized in consultation with the District
Collectors, Resident Additional Commissioners and other such officers who are expected
to play a significant role in this process.
vi. A suitable contingency plan should be built for unforeseen events. Drop outs, if any shall
be trained at the district level as per mutually agreeable terms and condition. The Agency
should keep a provision of the same.
2.3.2 Preparation of Training Material & Pedagogy
i. The Agency in consultation with the Authority should prepare training material and
pedagogy of delivering the same. The Agency is expected to undertake studies and
discussions at the ground level, such as to understand the training needs and design the
training program accordingly. While the broad theme of the training is fixed, certain
modifications are expected to emerge from this study.
ii. The training should be imparted in a way that it is not only informative but also engaging,
encourages opportunities for discussions & dialogues. A mix of lecture sessions, games,
group activities, site visit etc. may be planned to engage trainees in the best possible
manner.
iii. The Agency shall prepare a training manual for Master Trainers and other trainers in
consultation with the Authority. The training material should be in Gujarati. The
training shall also be delivered in Gujarati.
iv. While the theme of this program is primarily on Effective Communication and
Behavioural Training, the Agency shall also suggest other related topics based on their
experience in similar projects and stakeholder consultation with district officials and the
target trainees. The breakup of the training session towards the themes shall be finalized
in consultation with the Authority. Additionally, minor modifications in the training
material / subjects may be made based on the feedback received from the training
sessions. The Agency shall be required to modify the training material in accordance with
this.
v. A printed copy of the training material, along with a notebook / diary and pen shall be
provided to each trainee. The format and contents of the same shall be gotten pre-
approved by the Authority.
2.3.3 Training of Master Trainers
i. The actual training to Class 3 & 4 shall be imparted by government officers. For this
purpose, the Agency shall train Master Trainers.
ii. SPIPA / State Government shall provide support in identification of these Master Trainers
and venue for the same. The training of master trainers is expected to be carried out in
two batches of 30-35 trainees each.
iii. Considering the high volume of training under Class 3 & 4 to be conducted, the Master
Trainers shall in turn conduct training of trainers at the district level, who shall deliver the
actual training program. The Agency is expected to provide support in terms of
coordination, handholding, registration and creating a database of Master Trainers and
Trainers.

18
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

iv. The Agency shall ensure that the trainings are conducted as per the roll-out plan and it
shall be there responsibility to coordinate with the district and taluka officials for the same.
Any deviation to the roll out plan shall be undertaken only following the prior approval of
the Authority.
2.3.4 Preparation of a Portal
i. The Agency shall prepare a portal which shall act as a one-point repository for all training
related activities under this project.
ii. The portal should include the roll out plan, list of trainings – completed, ongoing and
upcoming, training material, feedback, registration of all the trainees, dedicated log-in for
Authority and other designated officials. The portal should have the option of
downloadable reports and data representation through easy-to-understand maps and
infographics.
iii. The contents of the portal should be updated every week. The day should be finalized in
consultation with the Authority.
iv. The Portal should be made with an open-source software and the same shall be handed
over to the Authority following the completion of this mandate.
v. Agencies are requested to take note that the functions of the Portal as mentioned above
are tentative in nature. The Agency shall be required to suggest the best format and
functions, taking into consideration the requirements of the Authority.
2.3.5 Delivery of Training Program
i. The training program shall be delivered at the Taluka Level. The suggested duration is
from 1200 Hrs to 1800 Hrs.
ii. The batch strength should be around 30 people.
iii. While the venue shall be provided by the Authority / District level officers, the Agency
shall be required to arrange for all other infrastructure and equipment like projector,
laptop, projector screen, whiteboard, markers etc.
iv. The Agency shall support the officer conducting the training program through a support
trainer who shall be responsible for taking attendance, registration, photographic
documentation, taking feedback, coordination with officials and similar support.
v. The Agency shall provide snacks and tea during the training program. The same would
be finalized in consultation with the Authority. The indicative snacks shall be - 100 ml tea
/ coffee and 150 gms of poha OR 2 pieces of snacks like vegetable sandwich (2 pieces)
OR samosa (2 pieces) OR kachori (2 pieces) and drinking water etc.
vi. The Agency will be responsible for issuing a Certificate to all successful trainees.
2.3.6 Documentation of the entire training program
i. The Agency shall submit monthly reports in printed copies and over email, summarizing
the achievements / learning in the previous month and plan for the upcoming month.
ii. The Agency shall also support in making notes, presentations, short films (a total of 4
films - 1 per year and 1 film after the completion of all trainings) on the training program
as required by the Authority from time to time.

19
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

2.3.7 Deputation of resources


i. The Agency shall set up a Project Management Unit (PMU) at SPIPA headquarters in
Ahmedabad from the date of signing of the Agreement and for the entire duration of the
assignment. The resources to be deployed shall be as follows:
Position Minimum Minimum Qualification
Experience
Team Leader 10 Years Post graduate degree in Business
Administration / Project Management
Deputy Team Leader 08 Years Post graduate degree in Project
Management / Planning / Social Sciences
IT Consultant 05 Years Post graduate degree in Computer
Science / Computer Application / IT /
equivalent
Monitoring and 05 Years Post graduate degree in economics /
Evaluation Consultant planning / project management / Business
Administration
Documentation 05 Years Post graduate degree in economics /
Consultant planning / project management / Business
Administration
ii. The Agency shall depute one resource for each district headquarters, with a minimum
experience of 5 years and a minimum qualification of graduate degree in any stream.
The resource shall be deputed full-time at the district headquarters for the complete
duration, during which the training is underway in that particular district and as per the
approved roll-out plan. The said resource should be fluent in Gujarati.
iii. For each training program being conducted, the Agency shall depute one resource for
every training program, in the capacity of a support trainer. The support trainer shall
provide all assistance in the form of coordination with district / taluka officials, taking
attendance, arranging for infrastructure and snacks, documentation and all such
activities requirement for the training sessions.
iv. The support trainer, should be a graduate in any field and should have a minimum
experience of 5 years in similar works. The Support Trainer should be fluent in Gujarati.
The Master Trainer and support trainer shall be mobilized and demobilized as per the
approved roll-out plan.
v. The Agency shall provide all associated services as directed by the Authority from time
to time.
vi. In addition to above PMU and district resources, the Bidder will be required to
engage the services of resources / experts / supporting staff with relevant
expertise and experience, for the delivery of services as per the scope of this
tender. No additional cost shall be paid by the authority in this regard.
Note: It is further clarified that the above stated scope of work has tried to cover the scope of work as
anticipated by the Authority. Bidders are advised to examine the RFP in detail to understand the exact
scope of work that is required to be undertaken over and above the scope as mentioned in this RFP.

20
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Role of SPIPA

2.4.1 Provide the list of resources towards Master Trainers and under Class 3 & Class 4 across the
252 talukas of Gujarat.
2.4.2 Provide venue and infrastructure support for the training of Master Trainers
2.4.3 Provided server for hosting the portal
2.4.4 Provide inputs, guidance and approve all submittals of the Agency including but not limited to
roll-out plan, training material, portal, structure of documentation etc.
2.4.5 The Authority shall engage the services of a Third-Party Agency for overall monitoring and
assessment of the training program. The observations / suggestions of the Third-Party Agency,
which are approved by the Authority, shall be binding on the Agency.

Liability of the Agency

2.5.1 The Agency shall completely indemnify and hold harmless SPIPA and its personnel against any
liability, claims, losses or damages sustained by it or them by reason of any breach of Agreement,
wrongful act or negligence by the Agency or any of its personnel engaged in the provision of the
Services to the SPIPA under this Agreement.
2.5.2 The Agency shall not be liable in any way whatsoever and the SPIPA hereby expressly waives
any right to, any loss, injury, damage, cost or expense of whatsoever nature directly or indirectly
caused by, resulting from or in connection with any Act of Terrorism or any Biological or Chemical
Contamination or any Nuclear Risks;
2.5.3 The Agency shall not Sub-Contract or Sub-let, transfer or assign the works or any other part
thereof. In the event of the Agency contravening this condition, SPIPA shall be entitled to place
the contract elsewhere on the Agency’s risk and cost and the Agency shall be liable for any loss
or damage, which the SPIPA may sustain in consequence or arising out of such replacing of the
contract.
2.5.4 The Agency shall at all times indemnify and keep the Authority indemnified against all claims /
damages etc. for any infringement of any Intellectual Property Rights (IPR) or copyright issues
or user data breach, while providing its services under this mandate.

Deliverables & Payment Terms

2.6.1 A period of 06 months is being provided for preparation of the roll out plan, training of Master
Trainers, preparation of training material and pedagogy, preparation of the portal etc.
2.6.2 Total cost towards Preparation of Roll out Plan and Training Material and Total fee towards
development of Portal shall be paid to the Agency equally over first six months.
2.6.3 The following activities shall be paid on a monthly basis and as per actual trainings completed /
attendance achieved:
▪ Deputation of resources to the PMU

21
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

▪ Training of Master Trainers


▪ Training of Class 3 and 4

Penalty Provisions

2.7.1 Penalty provisions for delays


i. Delay in the deputation of resource as per the requirements of the tender- Unless
a written exemption in this regard is given by the Authority, the penalty provision
amounting to 2x per day fee being paid for the resource multiplied by the number of
days the deputation of the said resource has been delayed, shall be made from the
monthly payment being made to the Agency. An unwarranted delay beyond 15 days
from the signing of the Agreement, shall be viewed seriously and lead to additional
penal provisions as per the decision of Director General, SPIPA.
ii. Liquidated Damages for delay: In case of delay in submission of any requisite
milestone (Training Plan and Calendar, Monitoring and Evaluation Framework, Training
Portal, Monthly Progress Report), shall invite liquidated damages not exceeding an
amount equal to 0.1% (zero-point one percent) of the Average Annual Fee, per day,
subject to a maximum of 2.5% (two-point five percent) of the Average Annual Fee will
be imposed and shall be recovered by appropriation from the Performance Security or
deduction from the subsequent payments to be made on the Agency .
However, in case of delay due to reasons beyond the control of the Agency, suitable
extension of time shall be granted, without any penalty, provided prior written approval
of the same has been taken from the Authority.
2.7.2 Penalty for deficiency in Services: In addition to the liquidated damages not amounting to
penalty, as specified in this Clause, warning may be issued to the Agency for minor deficiencies
on its part. In the case of significant deficiencies in Services causing adverse effect on the Project
or on the reputation of the Authority, other penal action including debarring for a specified period
may also be initiated as per policy of the Authority.
2.7.3 Penalty for not meeting beneficiary targets for each training program as per the approved
Roll Out Plan: Not meeting the target number of beneficiaries as per the approved “Roll Out
Plan” shall invite penalty provisions. In an event of dropout and / or low enrolment, (however the
same being within 5% of the target beneficiaries), no penalty provisions shall apply. However, for
a dropout and / or low enrolment beyond 5% of the target beneficiaries, shall invite deductions
from the payment to be made to the Agency.
Authority shall undertake quarterly review of the trainings being undertaken, shortfall and targets
for the next quarter. In an event, of sub-optimal performance in two consecutive quarters, by the
Agency, the Authority may forfeit the performance security and / or terminate the Agreement.
2.7.4 Penalty for not meeting annual beneficiary targets: Penalty provisions as below shall be
appropriated from the Performance Security.

22
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Beneficiary Target achieved Penalty


Equal to or more than 95% of the target No penalty

Equal to or more than 85% and less than Deduction of up to 15% of the Performance
95% of the target Security

Equal to or more than 75% and less than Deduction of up to 30% of the Performance
85% of the target Security

Less than 75% Appropriation of Performance Security and / or


Blacklisting and / or Termination

23
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

3. Technical Bid Forms

Technical Submission Checklist

Bids must be accompanied with the following documents:

Sr. Enclosures to the Bid Status Page


No. (Submitted / Number
Not Submitted

Envelope 1

1. Bid Processing Fee & Earnest Money Deposit

Envelope 2

2. Technical Bid Submission Form (As per Form 1)

3. Power of Attorney for Authorized Representative (As


per Form 2)

4. Financial Summary of the Bidder (As per the Form 3)

5. Audited Balance Sheet, Profit and Loss Statements


and Annual Reports

6. Letter of Undertaking (As per Form 4)

7. A copy of Registration / Incorporation certificate of


Bidder

8. A copy of PAN of Firm

9. A copy of Tax Registrations of Bidder

10. Experience details of the Bidder (As per Form 5)

11. Team Profile and CV (As per Form 6 and 7)

12. Scanned copy of the documents in a Pen drive

24
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Form 1: Technical Bid Submission Form

(on the letterhead of the Sole Bidder / Lead Member of the Consortium)

Date:

To,
Director General,
Sardar Patel Institute of Public Administration (SPIPA)
Opp ISRO, Satellite Road,
Satellite, Ahmedabad-380 015

Subject: Proposal for Selection of a Knowledge & Training Partner for Karmayogi
Prashikshan Mission

Sir,
1. We are submitting this Bid on our own.
(or)
We are submitting this Bid as the Lead Member of a Consortium consisting of the following
members, for and on behalf of the Consortium.

S. No. Names of Consortium Members Address

1. ……………………………
(Lead Member)

2. …………………………….
(Member)

We are enclosing Consortium Agreement signed by all the members of the Consortium,
nominating and authorizing us to act as ‘Lead Member’ for implementing the Project.

2. This Bid and the LOA issued by the Authority in lieu of its acceptance shall form part of the
Agreement to be signed between the Preferred Bidder (the “Agency”) and the Authority. If
a Bidder is nominated as Preferred Bidder, we understand that it is on the basis of the
technical, financial & organizational capabilities and experience of the Bidder taken
together. We understand that the basis for our qualification will be the complete Bid
documents submitted along with this letter and that any circumstance affecting our
continued eligibility as per RFP or any circumstance which would lead or have lead to our
disqualification, shall result in our disqualification under this Bidding process.

3. We undertake, if our Bid is accepted, to complete the Project within in the stipulated time.

25
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

4. We agree to abide by this Bid for a period of 180 (one hundred and eighty) days from the
Technical Bid Due Date fixed for receiving the same and it shall remain binding upon us
and may be accepted at any time before the expiry of that period.

5. In the event of our Bid being accepted, we agree to enter into a formal Agreement with the
Authority, incorporating the conditions of the Bid including the addendum, if issued.

6. We agree that if we fail to fulfil any of the conditions mentioned at RFP (or any subsequent
modification / addendum / corrigendum), Authority has the right to forfeit the Bid Security
being furnished by us along with this Bid.

7. Notwithstanding any qualifications of conditions, whether implied or otherwise, contained


in our Bid we hereby represent and confirm that our Bid is unqualified and unconditional in
all respects.

8. We understand that Authority is not bound to accept any or all Bids it may receive.

9. We declare that we have disclosed all material information, facts and circumstances, which
would be relevant to and have a bearing on the evaluation of our Bid and selection as
Agency.

10. We do also certify that all the statements made and / or any information provided in our Bid
are true and correct and complete in all aspects.

11. We declare that in the event that Authority discovers anything contrary to our above
declarations, it is empowered to forthwith disqualify us and our Bid from further participation
in the Bid evaluation process and forfeit our Bid Security.

12. If negotiations are held during the period of validity of the Bid, we undertake to negotiate
on the basis of the proposed staff. Our Bid is binding upon us and subject to the
modifications resulting from negotiations.

13. We understand you are not bound to accept any Bid you receive.

14. Our organization details are as follows:

S. No Particulars Details
1. Basic Information of Bidder
a) Name of Firm
b) Country of incorporation
c) Address of the corporate headquarters and its branch
office(s), if any, in India
d) Offices in Gujarat, if yes, provide details
e) Date of incorporation and / or commencement of business

26
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

S. No Particulars Details
Bidder is a Private / Public Limited Company or
Partnership Firm (including LLP) or Proprietorship
f) Firm or a Registered Trust or an Educational
Institution in the form of a registered Society or Trust
Please give details & enclose relevant papers / certificates
g) Details of Income Tax Registration (Enclose PAN / GST
Details)
Ownership of the Organization 1.
h) (List of stakeholders / members who own 10% or more 2.
3.
stocks & their interest in the company
i) List of Current Directors
j) Other key management personnel
2. Brief description of the Company including details of its
main lines of business.
Details of individual who will serve as the point of contact/
communication within the Company:
(a) Name
3. (b) Designation
(c) Telephone Number / Mobile
(d) Official E-Mail Address
(e) Address for Official Communication
Note: In case the Bidder is a consortium, the details under point 1 & 2 in the table
above, shall have to submitted for both Members.

Yours Sincerely,

Authorized Signature (in Full and Initials)


Name and Title of Signatory:
Name of Firm: Address:

27
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Form 2: Format for Power of Attorney for Authorised Representative

(On Requisite Stamp Paper)


Know all men by these presents, we ____________________ (name and address of the registered office
of the Sole Bidder / Lead Member of the Consortium) do hereby constitute, appoint and authorize Mr.
/ Ms. __________________R/o ___________(name and address of residence) who is presently
employed with us and holding the position of ______________, as our attorney, to do in our name and
on our behalf, all such acts, deeds and things necessary in connection with or incidental to the bid of the
consortium consisting of ______________ and ________ (please state the name and address of the
members of the consortium) / ________________________(please state the name of the Sole Bidder),
for Request for Proposal (RFP) for Selection of a Knowledge & Training Partner for Karmayogi
Prashikshan Mission (“Project”), including signing and submission of all documents and providing
information / responses to the Authority, representing us in all matters in connection with our bid for the
said Project, including but not limited to:
• To act as the Company’s / Consortium’s official representative for submitting the Bid comprising
Capability Statement, Technical Bid and Price Bid for the said project and other relevant documents
in connection therewith;
• To sign all the necessary documents, papers, testimonials, applications, representations and
correspondence necessary and proper for the purpose aforesaid;
• To tender documents, receive and make inquiries, make the necessary corrections and clarifications
to the Bid and other documents, as may be necessary;
• To do all such acts, deeds and things in the name and on behalf of the Company / Consortium as
necessary for the purpose aforesaid.
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney and agree that all acts, deeds and things done by our aforesaid attorney shall and shall always
be deemed to have been done by us.
For
(Signature)
(Name, Title and Address)
Accepted …………………. (Signature)
(Name, Title and Address of the Attorney / Bid Signatory)
Note:
• To be executed by the Sole Bidder or the Lead Member in case of a Consortium.
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the executants(s) and when it is so
required the same should be under common seal affixed in accordance with the required procedure.
• Also, wherever required, the executant(s) should submit for verification the extract of the charter
documents and documents such as a resolution / Power of attorney in favour of the Person
executing this Power of Attorney for the delegation of power hereunder on behalf of the executant(s).
o For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is
being issued.

28
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Form 3: Format for Financial Summary of the Bidder

(On the letterhead of the Chartered Accountant or Statutory Auditor)


Annual Turnover of the Bidder (Sole Bidder / Lead Member of the Consortium

S. No Financial Year Standalone Turnover (net of GST)


1. FY______
2. FY______
3. FY______
[Average Annual Turnover] [indicate sum of above divided by 3]

Note: Bidders are required to provide data for last three years ending 31st March 2024. Audited Balance
Sheets are also required to be submitted for the same.

Unique Document Identification Number (UDIN):

Signature:

Name of the Statutory Auditor

Membership no

Designation

Name of the Audit Firm

FRN
(Seal of the firm)

Date

Note:
1. Any withdrawal / revoking / change in the UDIN, leading to material implications may render the
bid invalid.
2. The Bidder shall submit audited annual reports (financial statements: balance sheets, profit and
loss account, notes to accounts etc.) in support of the financial data duly certified by statutory
auditor/s. In case, company does not have statutory auditor/s, it shall be certified by the chartered
accountant that ordinarily audits the annual financials of the company.
3. The Document as furnished above shall be verified online through the UDIN and the Balance
Sheets. Bidders are advised to ensure that the details as per this form are reproduced online
accurately.

29
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Form 4: Format for Letter of Undertaking

(Same should be furnished by the Bidder / All members of the Consortium on their letter head)

Date:

To,
Director General,
Sardar Patel Institute of Public Administration (SPIPA)
Opp ISRO, Satellite Road,
Satellite, Ahmedabad-380 015

Subject: Proposal for Selection of a Knowledge & Training Partner for Karmayogi
Prashikshan Mission

Sir,
With reference to this tender, I/We confirm the following:
1. Declaration for Not Blacklisted: I/We hereby confirm that our firm has not been banned or
blacklisted by any government organisation / Financial institution / Court / Public Sector Unit /
Central Government / State Government as on the Bid submission Date.
We also undertake that in case of banning or blacklisting of our firm / agency, by any
government organisation / Financial institution / Court / Public sector Unit / Central Government
/ State Government after bid submission date but on or before the Bid Due Date, our bids will
not be entertained for evaluation.
2. Indemnity Undertaking:
a. I / We on behalf of our firm, hereby agree and undertake that I / We have understood all the
rules, regulations, guidelines and procedures and all staff Technical & Non-Technical
working on behalf of our firm will abide by all the rules, regulations, guidelines, and
procedures.
b. I / We also declare that our firm will be responsible for any safety violations / accident etc. in
providing services as per the conditions of the Agreement. Authority will not be responsible
in case of any accident / incident and will not compensate financially or otherwise. I / we
hereby declare that I am / we are sole responsible on behalf of the firm for giving such
declaration.
3. Anti-Collusion Certificate: I / We hereby certify and confirm that in the preparation and
submission of this Bid, we have not acted in concert or in collusion with any other Bidder or any
other person(s) and also not done any act, deed or thing which is or could be regarded as anti-
competitive, restrictive or monopolistic trade practice.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind
to any person or agency in connection with this Bid.

30
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

4. Litigation: I / We hereby certify and confirm that we do not have any litigation that may impact
/ affect / compromise the delivery of services as required under this RFP and the Agreement.

Dated this ______________ Day of ________________, YYYY

Name of the Bidder

Signature of the Authorized Signatory

Name of the Authorized Signatory

31
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Form 5: Format for Showcasing Experience

A. Projects as a Knowledge Partner


Name of the project Name of the Client Start and End date Project Fee
(MM/YYYY to
MM/YYYY)

1.

2.

3.

4.

5.

Note: Add rows as required


B. Projects as a Training Partner
Name of the project Name of the Client Start and End date Project Fee
(MM/YYYY to
MM/YYYY)

Government Clients

1.

2.

Private Clients

3.

4.

Note: Add rows as required

Note: 1) Each project profile has to be duly supported by documentary evidence from the client’s side
like Work Order, Agreement and Completion Certificate. Bidders are advised to highlight relevant sections
of the documentary evidence for quick reference of the Authority. Projects without evidence may be
rejected. Only eligible projects (as per terms & conditions as provided in RFP) shall be considered for
marking.
2) Bidders are requested to submit the details strictly as per the format
3) In an event, the Bidder is unable to establish the tax component in the project fee with adequate
documents from the client’s side, the Authority shall be at the liberty of deducting 18% from the same

32
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Form 6: Format for Bank Guarantee

(On Requisite Stamp Paper)

This Deed of Guarantee is made on this ______day of __________, YYYY at ________________ by


__________________Bank within the meaning of the Reserve Bank of India Act and constituted under
the Banking Companies Acquisition and Transfer of Undertakings Act, 1970/1980 and having its
Registered Office at _______and inter alia an operational Branch Office at _____, Ahmedabad
(hereinafter referred to as “the Bank” or “the Guarantor”, which expression shall unless it be repugnant
to the subject or context hereof be deemed to include its successors and assigns) in favour of ‘Sardar
Patel Institute of Public Administration’ (hereinafter referred to as “SPIPA” which expression shall
unless it be repugnant to the subject or context hereof be deemed to include its successors and
assignees).
WHEREAS, SPIPA has undertaken the process of competitive bidding for selection of an Agency for
providing services related to “Request for Proposal for Selection of a Knowledge & Training Partner
for Karmayogi Prashikshan Mission” for which purpose SPIPA issued a Request for Proposal (“RFP”)
inviting Bids from the Bidders to execute the Scope of Work specified therein (“Project”);
WHEREAS, [name of Bidder] (hereinafter called “the Bidder”) has submitted his Bid dated [date] for the
implementation of the Project (hereinafter called “the Bid”).
1. [name of the Bank] at the request of the Bidder, do hereby in terms of the RFP, irrevocably,
unconditionally and without reservation guarantee the due and faithful fulfilment and compliance
of the terms and conditions of the RFP by the said Bidder and unconditionally and irrevocably
undertake to pay forthwith to SPIPA an amount of Rs. __________ (Rupees ________ ________
_________ only) (hereinafter referred to as the “Guarantee”) as our primary obligation without
any demur, reservation, recourse, contest or protest and without reference to the Bidder if the
Bidder shall fail to fulfil or comply with all or any of the terms and conditions contained in the said
RFP.
2. Any such written demand made by SPIPA stating that the Bidder is in default of the due and
faithful fulfilment and compliance with the terms and conditions contained in the RFP shall be
final, conclusive and binding on the Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under
this Guarantee without any demur, reservation, recourse, contest or protest and without any
reference to the Bidder or any other person and irrespective of whether the claim of SPIPA is
disputed by the Bidder or not, merely on the first demand from SPIPA stating that the amount
claimed is due to SPIPA by reason of failure of the Bidder to fulfil and comply with the terms and
conditions contained in the RFP including failure of the said Bidder to keep its Bid open during
the Bid validity period as set forth in the said RFP for any reason whatsoever. Any such demand
made on the Bank shall be conclusive as regards amount due and payable by the Bank under
this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not
exceeding Rs. __________ (Rupees ________ ________ _________ only).
4. We, the Bank, further agree that SPIPA shall be the sole judge to decide as to whether the Bidder
is in default of due and faithful fulfilment and compliance with the terms and conditions contained
in the RFP including, inter alia, the failure of the Bidder to keep its Bid open during the Bid validity

33
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

period set forth in the said Bidding Documents, and the decision of SPIPA that the Bidder is in
default as aforesaid shall be final and binding on us, notwithstanding any differences between
SPIPA and the Bidder or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority.
5. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder
or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other
person.
6. In order to give full effect to this Guarantee, SPIPA shall be entitled to treat the Bank as the
principal debtor. SPIPA shall have the fullest liberty without affecting in any way the liability of
the Bank under this Guarantee from time to time to vary any of the terms and conditions contained
in the said RFP or to extend time for submission of the Bids or the Bid validity period or the period
for conveying acceptance of Letter of Invitation by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said RFP by the said
Bidder or to postpone for any time and from time to time any of the powers exercisable by it
against the said Bidder and either to enforce or forbear from enforcing any of the terms and
conditions contained in the said RFP or the securities available to SPIPA , and the Bank shall
not be released from its liability under these presents by any exercise by SPIPA of the liberty with
reference to the matters aforesaid or by reason of time being given to the said Bidder or any
other forbearance, act or omission on the part of SPIPA or any indulgence by SPIPA to the said
Bidder or by any change in the constitution of SPIPA or its absorption, merger or amalgamation
with any other person or any other matter or thing whatsoever which under the law relating to
sureties would but for this provision have the effect of releasing the Bank from its such liability.
7. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made
if addressed to the Bank and sent by courier or by registered mail to the Bank at the address set
forth herein.
8. We undertake to make the payment on receipt of your notice of claim on us addressed to [name
of Bank along with branch address] and delivered at our above branch which shall be deemed
to have been duly authorised to receive the said notice of claim.
9. It shall not be necessary for SPIPA to proceed against the said Bidder before proceeding against
the Bank and the guarantee herein contained shall be enforceable against the Bank,
notwithstanding any other security which SPIPA may have obtained from the said Bidder or any
other person and which shall, at the time when proceedings are taken against the Bank
hereunder, be outstanding or unrealised.
10. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the
previous express consent of SPIPA in writing.
11. The Bank declares that it has power to issue this Guarantee and discharge the obligations
contemplated herein, the undersigned is duly authorised and has full power to execute this
Guarantee for and on behalf of the Bank.
12. For the avoidance of doubt, the Bank’s liability under this Guarantee shall be restricted to Rs.
__________ (Rupees ________ ________ _________ only). The Bank shall be liable to pay the
said amount or any part thereof only if the Authority serves a written claim on the Bank in
accordance with paragraph 8 hereof.

34
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

13. This Guarantee will remain in force up to 180 (One hundred and eighty) days from the Due Date
(inclusive of due date) for submission of the Bid, inclusive of a claim period of 60 (sixty) days or
for such extended period as may be mutually agreed between SPIPA and the Bidder, and agreed
to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have
been paid.
14. The jurisdiction in relation to this Guarantee shall be the Courts at Ahmedabad, Gujarat and Laws
in India shall be applicable.

IN WITNESS WHEREOF the Guarantor has executed this Guarantee on this _____ day of
_______________and year first herein above written.

SIGNED, SEALED AND DELIVERED


For and on behalf of
the BANK by:

(Signature)
(Name)
(Designation)
(Code Number)
(Address)
NOTES:
(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.
(iii) Sardar Patel Institute of Public Administration (SPIPA) should be able to invoke the Bank
Guarantee at any of the branch of the Bank located at Ahmedabad.

35
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Form 7: Format for Consortium Agreement

(In case the Bidder being a Consortium)


(On Requisite Stamp Paper)

THIS AGREEMENT is executed at ________ on this _______ day of __________ YYYY between
_____________a Company registered under the Companies Act 1956/2013 / Partnership Firm (including
LLP) / Proprietorship Firm / Registered Society / Trust (strike out whichever is not applicable) and having
its registered Office at_____________(hereinafter referred to as “the Party of the First Part”) and
______________also a Company registered under the Companies Act 1956/2013 / Partnership Firm
(including LLP) / Proprietorship Firm / Registered Society / Trust (strike out whichever is not applicable)
and having its registered office at ______________ (hereinafter referred to as “the Party of the Second
Part”)
WHEREAS
I. The Parties hereto propose to participate as a Consortium for the Bid based on the Request for
Proposal (RFP) from Sardar Patel Institute of Public Administration, hereinafter referred to as
“Authority” for the Project of “Selection of a Knowledge & Training Partner for Karmayogi
Prashikshan Mission” (“Project”) by pooling together their resources and expertise.
II. The Consortium do hereby nominate, constitute, and appoint………………………. [name of the lead
member company] as its true and lawful Attorney to do and execute all or any of the following acts,
deeds and things for the Consortium in its name and on its behalf, that is to say:
• To act as the Lead Member of the Consortium for the purposes of the Project;
• In such capacity, to act as the Consortium’s official representative for submitting the Technical
and Price Bid for the Project and other relevant documents in connection therewith;
• To sign all papers for Bids, offers, Project documents, necessary documents, papers,
applications, representations and correspondence necessary and proper for the purpose
aforesaid;
• To tender documents, receive and make inquiries, make the necessary corrections and
clarifications to the Project documents, as may be necessary;
• To sign and execute contracts, relating to the Project, including variation and modification
thereto;
• To represent the Consortium at meetings, discussions, negotiations and presentations with
Authority, Competent Authorities and other Project related entities;
• To receive notices, instructions and information for and on behalf of the Consortium;
• To do all such acts, deeds and things in the name and on behalf of the Consortium as necessary
for the purpose aforesaid.
III. The Parties hereto are desirous of recording the broad terms of their understanding as set out herein
below:
NOW IT IS AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS:-
1. The Parties do hereby irrevocably constitute a consortium (the Consortium) for the purposes of jointly
participating in the Bid Process for the Project..

36
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

2. The Parties hereby undertake to participate in the Bid Process only through this Consortium and not
individually and or through any other consortium constituted for the Project, either directly or
indirectly or through any of their Associates.
3. The Parties agree that they have examined in detail and understood the terms and satisfied
themselves regarding the contents of the RFP.
4. The Parties hereby agree that Party of the First Part will be the Lead Member of the Consortium and
will have the power of attorney from all Parties and bind all Parties for and in conducting all business
for and on behalf of the Consortium during the Bid Process and, if the Consortium is declared as the
Selected Bidder, during the execution of the Project.
5. The roles and responsibilities of the Members of the consortium shall be as follow:
(a) The Party of the First Part (Lead Member) shall be responsible for:
(i)
(ii)
(b) The Party of the Second Part shall be responsible for:
(i)
(ii)
(Note: Role & responsibility of all Members of the consortium shall be included in the above paragraph).
6. Each of the Parties shall be liable and responsible jointly and severally for:
(a) Compliance of all statutory requirements as may be applicable in respect of the Project.
(b) Contribute to the joint venture all of its management and business experience, expertise,
competence and acumen for the success of the Project.
7. That the responsibility of all the members of the consortium shall be joint and several during the
implementation of the Project.
8. This Agreement will be effective from the date hereof and will continue in full force for the entire
duration of the Project in accordance with the Consultancy Agreement, in case the Project is
awarded to the Consortium. However, in case the Consortium is not selected for award of the Project,
the Agreement will stand terminated in case the Consortium is not selected as the Selected Bidder
or upon return of the Bid Security by Authority to the Bidder, as the case may be.
9. That nothing in this Agreement shall be construed to prevent or disable any Party hereto to carry on
any business on their own in terms of their respective Memorandum of Association.
10. This Agreement will be governed by the laws of India.
11. The Parties acknowledge and accept that this Agreement will not be amended by the Parties without
the prior written consent of Authority.
12. The competent courts at Gujarat shall have exclusive jurisdiction over all disputes arising under,
pursuant to and/or in connection with this Consortium Agreement.
IN WITNESS WHEREOF the parties have put their respective hands the day and year first hereinabove
written.
Signed and delivered for and on behalf )
of the within named M/s…………….. )
…… by its Director / Partner / Proprietor ………………... )
…....duly authorized in the presence of )
……………………………………….. )

37
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Signed and delivered for and on behalf )


of the within named M/s………….… )
….by its Director / Partner / Proprietor , ………………….. )
_____________________________ )
duly authorized in the presence of )
…………………………………… )
Notes:
1. The mode of the execution of the Consortium Agreement should be in accordance with the procedure,
if any, laid down by the Applicable Law and the charter documents of the executant(s) and when it is
so required, the same should be under common seal affixed in accordance with the required
procedure.
2. Wherever required, the executant(s) should submit for verification the extract of the charter
documents and documents such as a resolution / Power of attorney in favour of the Person executing
this document for the delegation of power hereunder on behalf of the executant(s).
3. For a Consortium Agreement executed and issued overseas, the document shall be legalised by the
Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been executed.

38
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Annexure 1: Financial Bid Submission Form

To,
Director General,
Sardar Patel Institute of Public Administration (SPIPA)
Opp ISRO, Satellite Road,
Satellite, Ahmedabad-380 015

Subject: Proposal for Selection of a Knowledge & Training Partner for Karmayogi
Prashikshan Mission
Sir,
We, the undersigned, offer to provide the services for the above in accordance with your Request
for Proposal dated [Date], and our (Technical and Financial Proposal).
Component Quote Multiplication Total
factor Cost
A B C D
1. Preparation of Roll out Plan and Training Material 1
2. Training of Master Trainers in two batches 70
3. Total fee towards development of Portal 1
4. Assistance during Delivery of Training Sessions for 1,85,000
Class 3 & 4 (inclusive of fee towards resource
persons, printing of training materials, snacks,
travel, lodging boarding, associated infrastructure,
documentation etc.)
5. Establishing the PMU (for overall coordination as
well as updating of data and O&M of the Portal)
a. Team Leader 36
b. Deputy Team Leader 36
c. IT Consultant 36
d. Monitoring and Evaluation Consultant 36
e. Documentation Consultant 36
Total
Note:
1. The Financial Bid shall be calculated based on the sum total of values under column D.
2. Payments shall be made on the basis of actual work done and as per the milestones.
Payments under point 4 shall be made on the basis of actual number of trainees trained. In
an event, there is a drop-out in the trainees registered, the Agency shall be paid as per the
turnout on the first / registration day. The Agency may be required to undertake additional
training for the dropouts on a designated day and location as per the mutually agreed terms
and conditions. In an event there is an increase in the number of trainings to be imparted,
the Agency shall be paid on a pro-rata basis

39
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

3. Bidder has to fill values in Column B, the other values shall be system generated.
4. Bidder shall be paid as per the payment terms and various terms and conditions of the RFP and
Agreement.
5. The above stated cost is inclusive of all taxes but excluding GST. Amount of GST, as applicable
at the time of billing, shall be borne additionally by the Authority.

Our financial proposal shall be binding upon us subject to the modifications resulting from
negotiations, up to expiry of the validity period of the Proposal, i.e., [Date].

We understand that you are not bound to accept any Proposal you receive.

Yours sincerely,

Authorized Signature: [in Full and initials]


Name and Title of Signatory:
Name & Address of Firm:

Note:
1. Financial Bid to be submitted online only on n procure website.
2. The format as given above is for representation purpose only. The format at n procure
might vary. Bidders are requested to review the format as provided at n procure and submit
financial bid after reading it thoroughly.

40
Request for Proposal for Selection of a Knowledge & Training Partner for Karmayogi Prashikshan Mission

Annexure 2: List of Banks

(in case EOI Security is being submitted in the form of Bank Guarantee)
As per the GR No. FD/MSM/e-file/4/2023/4020/D.M.O. dated 11th March 2024, issued by the Finance
Department, Government of Gujarat, Bank Guarantees from the following banks would be accepted:
• Guarantees issued by following banks will be accepted as SD/EMD on a permanent basis.
1) All Nationalized Banks.
• Guarantees issued by following Banks will be accepted as SD/EMD for period up to March 31, 2025.
The validity cut-off date in GR is with respect to date of issue of Bank Guarantee irrespective of date
of termination of Bank Guarantee
1. AXIS Bank 19. Kotak Mahindra Bank
2. AU Small Finance Bank 20. South Indian Bank
3. Bandhan Bank 21. Tamilnadu Mercantile Bank
4. City Union Bank 22. Utkarsh Small Finance Bank
5. CSB Bank 23. Ahmedabad Mercantile Co-op. Bank
6. DBS Bank India Limited 24. Nutan Nagrik Sahakari Bank Ltd.
7. DCB Bank 25. Rajkot Nagarik Sahakari Bank Ltd.
8. Equitas Small Finance Bank 26. Saraswat Co-operative Bank Ltd.
9. FEDERAL Bank 27. SVC Co-Operative Bank Ltd.
10. HDFC Bank 28. The Cosmos Co-op. Bank
11. HSBC Bank 29.The Gujarat State Co-operative Bank
12. ICICI Bank 30. The Mehsana Urban Co-Op. Bank Ltd.
13. IDBI Bank 31. The Surat District Co-Operative Bank Ltd.
14. IDFC First Bank 32. The Surat People’s Co-Op. Bank Ltd.
15. IndusInd Bank 33. The Kalupur Commercial Co-op. Bank
16. Jana Small Finance Bank 34. Baroda Gujarat Gramin Bank
17. Karnataka Bank 35. Saurashtra Gramin Bank
18. Karur Vyasa Bank

GR can be downloaded from the following link:


https://financedepartment.gujarat.gov.in/Documents/DMO_2799_11-Mar-2024_662.pdf

41

You might also like