CSRBOX

Selection of Training Partner for Teaching English and Life Skills in 188 Social Welfare and 237 Tribal Welfare Residential Educational Institutions in the State of Andhra Pradesh

Organization: Andhra Pradesh Skill Development Corporation

Apply By: 09 Apr 2018

 

 

1       INVITING PROPOSALS

Project Title: Training Partner for teaching English and Life Skills to the students of 5th to 12th classes in Social Welfare and Tribal Welfare Residential Educational Institutions in the State of Andhra Pradesh.

 

          Date of issue:            20/03/2018

 

          Due Date of Submission: 09/04/2018         Time (IST): 3:00 PM

 

The Andhra Pradesh State Skill Development Corporation (APSSDC) invites Proposal from interested and eligible organizations / firms in the field of teaching English and Life Skills in schools/ educational institutions for teaching English and Life Skills to the students of 5th to 12th classes in 188 Social Welfare and 237 Tribal Welfare Residential Educational Institutions in the State of Andhra Pradesh.

 

  1. The duration of the Engagement of a Training Partner will be for a period of 3 (Three) years from the date of signing of contract. Post the initial period of 3 (Three) years it may be extended for another 1 (One) year based on satisfactory performance and mutual consent on the same terms and conditions.
  2. The details regarding eligibility criteria, scope of work, application procedures, selection methodology and other terms and conditions have been clearly stated in the RFP document that can be downloaded from e-Procurement platform at www.apeprocurement.gov.in or on the website of the APSSDC i.e. http://www.apssdc.in/
  3. The Agency shall be selected in accordance with the Quality and Cost Based Selection (QCBS) method.
  4. Amendments/ Corrigendum if any shall be published in the APSSDC website. The bidder has to keep track of any such changes by viewing the Addendum/Corrigenda issued by the APSSDC from time-to-time. APSSDC shall not be responsible for any claims/issues arising out of this. 
  5. Pre-Qualification, Technical and Financial bids must be prepared in the prescribed formats and submitted online in e-Procurement web site and a hard copy of the same to the MD & CEO, Andhra Pradesh State Skill Development Corporation (APSSDC), II Floor, NTR Administrative Block, Pandit Nehru Bus Station, Vijayawada, Andhra Pradesh – 520013 on or before 09/04/2018 up to 3:00 PM by hand/ through courier/ speed post.
  6. Incomplete proposals or those received after the specified time and date or not fulfilling the specified requirement shall not be considered.

 

 

Sd/-

MD & CEO

Andhra Pradesh State Skill

Development Corporation (APSSDC)

 

 

2       SCHEDULE FOR INVITATION OF RFP 

Table 1: Key Events & Dates

S. No

Information

Details

1.

RFP No. 

APSSDC/ASPIRE-ENG&LS/01/2018,

Dated.20/03/2018

2.

Name of the Client inviting RFP

Andhra Pradesh State Skill Development

Corporation (APSSDC)

3.

Address from where the RFP can be obtained

The MD & CEO, Andhra Pradesh State

Skill Development Corporation

(APSSDC), II Floor, NTR Administrative

Block, Pandit Nehru Bus Station,

Vijayawada, Andhra Pradesh – 520013 or can be downloaded from the website of the APSSDC i.e. http://www.apssdc.in/ or on e-Procurement platform at www.apeprocurement.gov.in

4.

Address where response to RFP has to be submitted

The MD & CEO, 

Andhra Pradesh State Skill Development

Corporation (APSSDC), II Floor, NTR

Administrative Block, Pandit Nehru Bus

Station, Vijayawada, Andhra Pradesh – 520013

5.

Date of issue of RFP

From 20/03/2018 onwards during regular office hours

6.

Bid validity period 

120 days

7.

Pre-bid meeting date, time and address

On 26/03/2018 (Monday) at 03:00 PM at

Andhra Pradesh State Skill Development

Corporation (APSSDC), II Floor, NTR

Administrative Block, Pandit Nehru Bus Station, Vijayawada, Andhra Pradesh – 520013

8.

Last Date of receiving Quarries

The queries, if any, in the RFP has to be mailed before 06/04/2018 end of the day before 05:00 PM to

ramesh.krusheserp@gmail.com

9.

Last date and time (deadline) for submission of proposals

09/04/2018 (Wednesday) up to 3:00 PM

10.

Date and time of Opening of Technical

Proposal

On 09/04/2018 (Wednesday) at 04:00 PM

at Andhra Pradesh State Skill

Development Corporation (APSSDC), II Floor, NTR Administrative Block, Pandit Nehru Bus Station, Vijayawada, Andhra

Pradesh – 520013

 

The bids will be opened in presence of the bidders who choose to be present.

11.

Technical presentation of the shortlisted applicants

To be intimated later 

12.

Time, Place and date for opening of the

Financial Proposal (Cover-C)

To be intimated later the bidders who qualify as per the criteria stated under the Technical Proposal in Cover B.

13.

Contact person for any assistance

V Ramesh – APSWREIS (Mobile No. – 8074234126) & Dhenuka Naik – APSSDC

(Mobile No - 9885553386)

14.

Earnest Money Deposit (EMD)

INR 5.00 Lakhs (Rupees Five Lakhs Only) in the form of a Demand Draft issued by one of the Nationalized/ Scheduled Banks in India payable to ‘Andhra Pradesh State Skill Development Corporation’ payable at Vijayawada 

15.

Cost of RFP

INR 10,000 (Rupees Ten Thousand only)

Non- Refundable fee in the form of a

Demand Draft issued by one of the Nationalized/ Scheduled Banks in India payable to ‘Andhra Pradesh State Skill

Development Corporation’ payable at Vijayawada

 

Note: Bidders are requested to download the RFP Document from e-Procurement platform at www.apeprocurement.gov.in or on the website of the APSSDC i.e. http://www.apssdc.in/

 

 

 

 

 

 

 

 

 

 

 

3       INSTRUCTIONS TO APPLICANTS

3.1      Introduction

The newly formed State of Andhra Pradesh has set out on the vision to be the best state in India and to be competing with the best in the world by 2022, when India celebrates its 75th year of independence and to achieve the status of a fully developed state by 2029.

 

In order to achieve this vision, State has set-up seven Missions, the Knowledge and Skills Mission being one among them. Under Skill and Knowledge Mission, a new Department of Skill Development, Entrepreneurship and Innovation and its “Executive Agency”, Andhra Pradesh State Skill Development Corporation (APSSDC) has been established as a Public Private Partnership (PPP) corporation (Section-8, Not-for-Profit Company).

 

APSSDC has set out on a mission to skill 20 million people in 15 years by meeting skilled human power demands of all Missions and shape AP as the skilled-workforce and knowledge hub for the world.

 

Students of today will make up the workforce of tomorrow. Keeping this in mind, it is utmost important to imbibe the students with the skills that would be required in the future. As a pioneering step, APSSDC has designed ASPIRE program for development of school going students in Social Welfare and Tribal Welfare Residential Educational Institutions in the State of Andhra Pradesh.

3.2      About ASPIRE

  1. APSSDC has introduced the Andhra Pradesh Schools Program for innovation, Research and Excellence (ASPIRE) to the students of Social Welfare and Tribal Welfare Residential Educational Institutions in the State of Andhra Pradesh.
  2. The ASPIRE program is designed with an objective to create future-ready students by introducing a blend of 21st Century Skills of Computer Skills & Technology, Computational Thinking, Functional English, Life Skills and Soft Skills and to provide students to get their first exposure to technology.
  3. The ASPIRE program is sub-divided into two components i.e.,
    1. Information Technology (IT) and Computational Thinking (CT) Skills
    2. English and Life Skills
    3. English and Life Skills program is designed to improve functional English language skills and psychosocial competency to enable students to deal effectively with the demands and challenges of everyday life.
    4. English language and communications skills plays a crucial role in employability and thereby   determines the worthiness of an individual in the society. In this context, this program is planned to impart “English for Employment” skills and help them acquire English language in their own context while equipping them with skills to work in a globalized world (detailed in Enclosure – 1A)
    5. Life Skills program is designed to develop the abilities that help students in promotion of mental and social well-being, and competence in young children to face the realities of life. The ultimate aim of this Life Skills training is the overall development of students in the following ten (10) Skills (detailed in Enclosure – 1B).:

3.3      About English and Life Skills Program

  • Self-Awareness, 
  • Empathy, 
  • Critical Thinking, 
  • Creative Thinking, 
  • Decision Making, 
  • Problem Solving, 
  • Effective Communication, 
  • Interpersonal Relationships, •             Coping with Stress and 
  • Managing Emotions.

 

  1. APSSDC is keen to outsource the training delivery of English & Life skills in schools to qualified trainer partner who would support them in the program implementation.

4       SCOPE OF THE WORK:

The selected agency would be responsible for recruiting and training teachers to teach the course in classrooms and providing key personnel for monitoring the project implementation. The agency also plays a critical role across the different activities related to effective training delivery of English & Life skills in Social Welfare and Tribal Welfare Residential Educational Institutions by developing the course content and curriculum, MIS activities for monitoring training delivery, assessment and certification of students. In particular, the agency would be responsible for the following activities: 

4.1        Staff Deployment: 

The selected Training Partner (TP) shall recruit and provide 425 English & Life Skills Trainers, 13 District Coordinators and 2 State Coordinators. The agency will ensure that the ‘best fit’ candidates are recruited in accordance with the following guidelines:

  • Ownership for Recruitment & Selection of faculty will be with the agency. 
  • All the staff will be deployed as per the qualification norms prescribed in the Enclosure

- 2

  • The agency would inform APSSDC in writing about the final selection list and wait list of candidates before issuing the Formal letter.
  • Interim vacancies, as and when occur, would be filled up by the agency.
  • The agency would ensure all paperwork and documentation in respect of candidate qualification, experience, age and any other criteria is complete before issuing the offer letter.
  • APSSDC/APSWREIS/APTWREIS/Department of Tribal Welfare reserves right to test the candidates posted by the agency anytime during the contract period for the efficiency and performance of the candidates, in case if any the candidate failure to meet the standards, agency may be asked to replace the personnel within 30 days.

 

4.1.1       English & Life Skills Trainers

The agency shall provide 1 (One) full time residential contractual trainer per school for teaching English & Life Skills. The English & Life Skills Trainer is expected to teach all the students from 5th to 12th classes as detailed below:

Table 2: Standards Covered, Periods per week, No. of periods to be taught per section per annum.

Standards Covered

Sections per Standard

No. of periods per

section/week

Total periods per

trainer/week

Total periods per section/annum

5th to 12th

2 Sections of 40 students each

2

32 periods of 40 mins each

80 periods 

 

The agency shall recruit and provide English & Life Skills Trainer in accordance with the following guidelines:

  • Trainer will be positioned in the school and has to stay in the school campus on all the working days.
  • Only female faculty need to be recruited and positioned in Girls Schools and male faculty need to be positioned in Boys Schools.
  • Boarding and Lodging will be provided to trainers within the school campus by respective Departments.
  • TP should provide minimum 10 days of induction trainings to all the trainers before positing them in schools.
  • The category-wise English & Life Skills trainers need to be provided as detailed below: 

Table 3: Department, category of Schools, No. of Trainers, Standards Covered, Students Covered

S. N.

Department

Category

No. of Schools

Standards Covered

Students Covered

 

 

Girls

Boys

Total

 

 

1

APSWREIS Schools

121

67

188

5th to 12th

(Each class will have 2 sections of 40 students each)

 

2,00,000 estimated

number of

students 

(All the enrolled students) 

 

2

APTWREIS

Schools

22

31

53

3

TW Ashram

Schools

96

88

184

Total

 

239

185

425*

 

*The number of schools may vary at the time of final allocation or schools may be added in the due course of time. In these cases, agency shall provide additional trainers on the same terms and conditions detailed above.

4.1.2      District Coordinator

The agency shall recruit and position 13 (Thirteen) District Coordinators, who would responsible for coordination, monitoring, training, preparing reports and successful implementation of the program in the respective districts. The district coordinator will function under the overall supervision of State Coordinator and in consultation with

APSSDC         Project             Management   Unit      (PMU)             and      shall     also      keep APSWREIS/APTWREIS/Department of Social Welfare informed about all

relevant aspects on monthly basis. District coordinators will also serve as master trainers who will time to time train the English & Life Skills trainers. The agency shall deploy the district coordinators in accordance with the following guidelines:

  • Boarding and Lodging will be provided to district coordinators in the centrally located schools by respective Departments.
  • The District Coordinator would be required to visit all the schools in the district twice per quarter.

4.1.3      State Coordinator

The agency shall recruit and position 2 (Two) State Coordinators, who would act as point of contact representing TP for coordination, monitoring, training, preparing reports and successful implementation of the program. The state coordinator will function under the overall supervision of TP and in consultation with APSSDC Project Management Unit (PMU) and shall also keep APSWREIS/APTWREIS/Department of Social Welfare and district coordinators informed about all relevant aspects on monthly basis. The State Coordinators will be positioned Project Management Unit (PMU) in APSSDC/APSWREIS office, Vijayawada.

4.1.4      Exit/replacement of Staff Deployed

  1. Replacement of personnel including English & Life Skills trainers shall generally not be allowed during the contract period. The replacement of staff deployed will be allowed in the event of disability/death of the incumbent as reasons for replacement of personnel or in case of personal reasons for leaving the bidder organization by the individual with the present employer.
  2. In case of failure to meet the standards set for delivering the project, (which includes efficiency, cooperation, discipline and performance) agency may be asked to replace the personnel without any penalty for replacement/exit within 30 days.
  3. The replaced personnel will be accepted by the APSSDC only if the candidate is recruited as per qualification norms mentioned in this RFP and is found suitable to the satisfaction of the APSSDC. The outgoing personnel should complete the knowledge transfer with the replaced personnel as per the satisfaction of the APSSDC. There shall be no gap in the replacement of the personnel.
  4. The penalty per personnel would be imposed if personnel who has not resigned and is removed from the project by the applicant as detailed below.

S. No.

Staff Details

 

Removed

 

Within               6

Months

Within 1 Year

2 Years or above

1. 

State Coordinator

Rs. 3,00,000

Rs. 2,00,000

Rs. 1,00,000

2.

District Coordinator

Rs. 1,80,000

Rs. 1,20,000

Rs.    60,000

3.

English & Life Skills Trainer

Rs. 1,20,000

Rs.    80,000

Rs.    40,000

 

  1. In case of immediate replacement not being provided, a penalty of Rs. 5,000 per working day for State Coordinator, Rs. 3,000 per working day for District Coordinator

and Rs. 2,000 per working day for English & Life Skills Trainer will also be imposed till suitable replacement is provided.

  1. However, APSSDC is free to relieve any personnel at any time during contract period for reasons recorded in writing, by serving 15 days advance notice. The company will be liable to provide the suitable replacement as per the terms mentioned at point (iii) above.
  2. The Training Partner should develop a full year curriculum for all the standards from 5th to 12th class covering 80 periods per class @ 40 periods each of English Skills & Life Skills.
  3. The course content should be combination functional English language skills required for employability of students and Life Skills suggested by UNICEF and WHO to improve psychosocial competency to enable students to deal effectively with the demands and challenges of everyday life. 
  4. TP should develop the teacher handbook and the student curriculum and courseware.
  5. If required, TP should incorporate necessary changes to courseware as per the request of APSSDC/APSWREIS/APTWREIS/Department of Tribal Welfare in due course.

4.2      Course Development 

 

  1. TP should include both theory and practical assessments in the curriculum design as per the assessment pattern prescribed by APSSDC/APSWREIS/APTWREIS/

Department of Tribal Welfare. 

4.3      Text Books for Students and Teachers

Post approval of course content, printing of the study materials will be done by the respective departments and will provide free text books to students and teachers.

4.4      Training of Trainers: 

  1. The TP should provide minimum 10 days of induction trainings to all the English & Life Skills trainers before positing them in schools covering the following contents:
  2. Program Overview – About the ASPIRE program, Overview of Social and Tribal Residential Schools etc.
  3. Course Overview – An overview of English Skills & Life Skills, exposed to what the curriculum looks like and what it covers, strategies to tailor the course to classroom needs. 

 

  1. Course Implementation – Common challenges and solutions in implementing the course, focus on how to lead and manage interactive classrooms 

 

  1. Teaching Methodology – Pedagogy in classrooms, teacher’s role as a facilitator, strategies on how to plan for lessons 

 

  1. TP also should undertake “Training of Trainers (TOT)” programs in consultation with APSSDC/APSWREIS/APTWREIS/Dept. of Tribal Welfare, at periodic intervals to update faculty with the content developed, training methodology, assessments and certification.
    1. Ensure that the entire English & Life Skills content designed is delivered effectively through its faculty in the classroom within the stipulated time. 
    2. Ensure conduction of internal assessments of students on a weekly/ monthly basis as per the assessment pattern prescribed by APSSDC/APSWREIS/APTWREIS/ Dept. of Tribal Welfare. 
    3. Ensure content dissemination to students (Online/ Hard Copy book/Tablet/ etc.)
    4. Ensure proper monitoring and evaluation process is followed to appraise the students’ progress.

4.5      Training Delivery 

4.6      Service Level Terms: 

Following Service Level Terms will have to be adhered by the selected TP: 

  1. Complete the syllabus as per the time line.  
  2. Conduct practical sessions as per the syllabus.  
  3. Provide monthly reports to APSSDC, APSWREIS, APTWREIS and Department of

Tribal Welfare.

  1. Priorities of APSSDC, APSWREIS, APTWREIS and Department of Tribal Welfare have to be incorporated as and when required

4.7      Set-up a state level MIS/ Dash board capturing data

i. Training Partner has to setup a State level MIS dash board for real-time capturing data of training delivery in schools.

4.8      Envisaged role of the TP in PMU:

  1. Drafting of Reports/ Power point presentation and generating data of various forms/ kinds about the project implementation as per requirement of APSSDC/ APSWREIS/APTWREIS/Dept. of Tribal Welfare from time to time.
  2. Co-ordinating Assessment process
  3. Weekly generation of MIS reports on physical and financial progress and submitting to all the relevant stakeholders.
  4. Help APSSDC in preparing the Annual Plans and the Budget for this project.
  5. Any other activity assigned by the APSSDC/APSWREIS/APTWREIS/Dept. of Tribal Welfare related to advancing the objectives, development and mandate of this project.
  6. PMU to ensure and inspect all the schools with in a year and prepare the report based on the following broad criteria 
  7. To prepare a checklist for due-diligence of the school infrastructure such as 
    1. Status of Hardware provided
    2. Quality of the trainers
    3. Faculty stationed 
    4. Levels of the skills of the students acquired 
    5. Photographs of the schools 
    6. Activities at the schools
    7. Issues/ challenges pertaining to implementation
    8. Coordination between the stakeholders 
    9. Status on distribution of study material to schools and students 
    10. Impact analysis of the program 

 

4.9      Terms of Payment:

The broad model is that TPs will be paid the honorarium for the staff, training costs, course development and other costs by APSSDC. The following points may be noted for the same:

  1. APSSDC will reimburse an amount equal to the honorarium paid by the TP to the Trainers, District Coordinators and TP Coordinators.
  2. APSSDC will also pay to the TP for the activities that the agency will undertake for the effective implementation of the scheme. The activities are as follows: Curriculum Development costs, Trainer recruitment costs, Training of Trainers costs, Field Visits, Office Expense etc. as per costs submitted in commercial bid.
  3. All invoices are to be raised by TP on quarterly basis.
  4. The TP shall submit quarterly invoices to APSSDC by 15th of the next quarter along with payment certificates of last quarter for reimbursement. 
  5. APSSDC will examine all costs incurred and reimburse eligible expenses within 30 (Thirty) days after the receipt by TP of such invoices with supporting documents. Only such portion of an invoice that is not satisfactorily supported may be withheld from payment. Should any discrepancy be found to exist between actual payment and costs authorized to be incurred by TP, APSSDC may add or subtract the difference from any subsequent payments.

5       SUBMISSION OF RESPONSE TO RFP:

5.1      Compliant Proposals/Completeness of Response

Applicant is expected to examine all instructions, forms, terms, requirements and other information in the documents carefully. Submission of the proposal shall be deemed to have been done after careful study and examination of the document with full understanding of its implications.

 

Failure to furnish the information required by the bid documents or submitting a bid not substantially responsive to the bid documents in every respect may render the proposal non-compliant and the proposal may be rejected

APSSDC reserves the right to:

a)    Change any condition including technical specifications even after inviting the proposals with/ without prior notification

b)    Modify the documents by amendment

c)    Extend the deadline for the submission of bids

5.2      Submission of Proposal

a)    The proposal needs to be submitted as per the formats enclosed in Pre-qualification criteria, Technical and Financial Proposals 

b)    Applicant must: 

  1. Include all documentation specified in this document
  2. Follow the format of this document and respond to each element in the order as set out in this document
  3. Comply with all requirements as set out within this document.

c)    The Proposal shall comprise the following:

  1. 1st Inner Envelope with Pre-Qualification Criteria (Cover-A)
  2. 2nd Inner Envelope with the Technical Proposal (Cover-B)
  3. 3rd Inner Envelope with the Financial Proposal (Cover-C)

a) In preparing the proposal, the applicant is expected to examine this document in detail. Material deficiencies in providing the information requested in the document may result in rejection of the proposal.

5.3      Special Terms and Conditions for submission of Technical Bid

a)    The Technical Proposal shall not include any financial information. A Technical Proposal containing material financial information shall be declared non-responsive.

 

b)    Technical bid shall include information related to all specification sought by APSSDC. 

 

c)    Applicant should submit only required documents in technical bid. Numbering of all the pages of technical bid is necessary. Check-list of all the important documents should also be enclosed in technical bid.

5.4      Special Terms and Conditions for submission of Financial Bid

a)    The Financial Proposal shall be prepared using the Standard Forms provided in the RFP. The Financial Proposal shall specify the financial quote all inclusive; including all the costs of Overheads, Out of Pocket expenses, workshop cost etc.

b)    Total Cost submitted by applicant should be inclusive of all applicable taxes.

c)    The applicant is responsible for meeting all tax liabilities arising out of the Contract. 

d)    The applicant shall express the price for its Services in INR only.

e)    Applicant agency should quote minimum of INR 20,000 as honorarium for English & Life Skills trainer, INR 30,000 for district coordinator and INR 50,000 for state coordinator. Commercial bids received with less than specified amounts of honorarium for the staff will be duly disqualified.

5.5      General Details

5.5.1      General Considerations

In preparing the Proposal, the Consultant is expected to examine the RFP in detail. Material deficiencies in providing the information requested in the RFP may result in rejection of the Proposal.

5.5.2      Cost of Preparation of Proposal

The applicant shall bear all costs associated with the preparation and submission of its proposal, and APSSDC shall not be responsible or liable for those costs, regardless of the conduct or outcome of the selection process. APSSDC is not bound to accept any proposal and reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the applicant.

5.5.3      Language

The Proposal, as well as all correspondence and documents relating to the Proposal exchanged between the applicant and APSSDC, shall be written in ENGLISH Language

5.5.4      Only One Proposal

The applicant shall submit only one Proposal.

5.5.5      Proposal Validity

Proposal shall be valid for a period of 120 days from closure of the bids

5.5.6      Clarification and Amendment of RFP

The applicant may request a clarification of any part of the RFP before 06/04/2018 through the email i.e., ramesh.krusheserp@gmail.com

5.6      Bid Forms

Wherever a specific form is prescribed in the bid document, the bidder shall use the form to provide relevant information. If the bidder fails to submit the information in the prescribed format, the bid is liable for rejection. For all other cases, the bidder shall design a form to hold the required information.

5.7      Bid Price

a)    The bid should indicate the prices in the price schedule of the format only.

b)    The price quoted should include all applicable taxes and levies (central, state and local governments). The bidder should give the total price of the work and should include all the above.

c)    Any effort by an applicant or applicant 's agent or consultant or representative to influence the Client in any way concerning scrutiny/ consideration/ evaluation/ comparison of the bid or decision concerning award of contract shall entail rejection of the bid.

5.8      Bid Currency

a) Total cost of the service shall be mentioned only in Indian Currency. Payment for the same as specified in the agreement shall be made in Indian Rupees only.

5.9      Bid Security / Earnest Money Deposit (EMD)

a)    The applicant shall furnish an interest free EMD of Rs. 5.00 Lakhs (Rupees Five Lakhs only) at the time of submitting the proposal in the form of a Demand Draft issued by one of the Nationalized/Scheduled Banks in India payable to ‘Andhra Pradesh State Skill Development Corporation’ payable at Vijayawada, refundable not later than 90 days from the date of submission of offer except in case of the two highest ranked (ascertained through QCBS) bidders.

b)    In the event that the first ranked bidder commences the assignment, the second ranked Bidder, who has been kept in reserve, shall be refunded its EMD within 120 days from the date of submission of offer.

c)    The Selected Bidder’s EMD shall be refunded upon the Bidder submitting the Bank Guarantee as indicated.

d)    In case the selected applicant fails to deposit the Bank Guarantee towards Performance Guarantee in scheduled time as mentioned below, the EMD submitted by it shall be forfeited, and the Authority may consider the award of assignment to the next ranked bidder.

e)    The bid security may be forfeited on account of one or more of the following reasons:

  1. If the bidder withdraws the bid during the period of bid validity specified on the bid document.
  2. If the bidder does not respond to the requests for clarification of the bid.
  3. If the bidder fails to co-operate in the bid evaluation process, and
  4. In the case of successful bidder, the bidder fails:

i. to sign the agreement in time, or ii. to furnish Performance Bank Guarantee

5.10    Period of Validity of Bids

a)    Bids shall remain valid for 120 days after the date of opening of the bid. Prescribed by the Client. Any bid with shorter validity period (less than 120 days) shall be rejected as nonresponsive.

b)    In exceptional circumstances, APSSDC may solicit bidder's consent for extension of the period of validity. The request and the responses thereto shall be made in writing. The validity of bid security shall also be suitably extended. A bidder agreeing to the request is however not permitted to modify the bid.

5.11    Format and Signing of Bid

a)    The applicant shall submit a signed and complete proposal comprising the documents and forms. 

b)    An authorized representative of the applicant shall sign and stamp on each page of the proposal. 

c)    An authorized representative of the applicant shall sign the original submission letters in the required format for Pre-qualification criteria, Technical and Financial Proposals. 

d)    The bid document shall be signed by pen only. No additions and alterations shall be made in the bid document. There should be no over- writings in the bid documents.

5.12    Sealing and Marking of Bid

a)    The sealed envelopes containing the Pre-Qualification Criteria (Cover-A), Technical (Cover-B) and Financial (Cover-C) proposals shall be placed into one outer envelope and sealed. This outer envelope shall bear the submission address, RFP reference number, the name of the assignment “Selection of Training Partner for teaching English and Life Skills in Social Welfare and Tribal Welfare Residential Educational Institutions in the State of Andhra Pradesh”, Consultant’s name and the address. 

b)    The original and all the copies of the Technical Proposal shall be placed inside a sealed envelope clearly marked “TECHNICAL PROPOSAL” (Cover-B), followed by the name of the assignment “Selection of Training Partner for teaching English and Life Skills in Social Welfare and Tribal Welfare Residential Educational Institutions in the State of Andhra Pradesh”, Consultant’s name and the address. 

c)    Similarly, the original Financial Proposal shall be placed inside of a sealed envelope clearly marked “FINANCIAL PROPOSAL” (Cover-C) followed by the name of the assignment, reference number, name and address of the Consultant.

d)    If the envelopes and packages with the proposal are not sealed and marked as required, APSSDC will assume no responsibility for the misplacement, loss, or premature opening of the proposal.

5.13    Procedure for Bid Submission on e-Procurement platform

a)    The Bidder shall submit their response through Bid submission process on e-Procurement platform at www.apeprocurement.gov.in  by following the procedure given below:

b)    The bidder would be required to register on the e-procurement platform www.apeprocurement.gov.in  or https://tender.apeprocurement.gov.in  and submit their bids online. Offline bids shall not be entertained by the RFP Inviting Authority for the RFPs published in e-Procurement platform.

c)    The bidders shall submit their Pre-Qualification Bid, Technical bid and Financial bid online in e-Procurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their Pre-Qualification, Technical, Financial bids and other certificates/documents with clear readability, in the e-Procurement web site. The bidder should sign on all the statements, documents, certificates uploaded in the eProcurement website, owning responsibility for their correctness/authenticity.

5.13.1   Registration with e-Procurement platform:

For registration and online bid submission bidders may contact HELP DESK on www.apeprocurement.gov.in  or https://tender.apeprocurement.gov.in

5.13.2   Digital Certificate authentication:

a)    The bidder shall authenticate the bid with the agency’s Digital Certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-Procurement platform. 

b)    For obtaining Digital Signature Certificate, you may please contact: 

Andhra Pradesh Technology Services Limited, Hyderabad / Vijayawada at www.apts.gov.in/

(OR)

c)    You may please contact any Registration Authorities of Certifying Authorities in India. The list of CAs is available in the link provided below.

https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html

 

5.13.3   Payment of Transaction Fee:

It is mandatory for all the participant bidders from 1st January 2006 to electronically pay a prescribed non-refundable Transaction fee to M/s. APTS, the service provider through "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006.

5.13.4   Corpus Fund: 

As per GO MS No.4,user departments shall collect 0.04% of ECV (estimated project cost) with a cap of Rs.10,000 (Rupees ten thousand only) for all works with ECV up to Rs.50 Crores, and Rs.25,000/- (Rupees twenty five thousand only) for works with ECV above Rs.50 Crores, from successful bidders on e-Procurement platform before entering into agreement / issue of purchase orders, towards e-procurement fund in favour of Managing Director, APTS. There shall not be any charge towards e-Procurement fund in case of works, goods and services with ECV less than and up to Rs. 10 lakhs 

5.13.5   Bid Submission Acknowledgement:

The bidder shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the bidder. Users may also note that the bids for which an acknowledgement is not generated by the e-procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the RFP Inviting Authority for processing the bids. The Government of AP is not responsible for incomplete bid submission by users.

The bidder is requested to get a confirmed acknowledgement from the APSSDC and a proof of Hardcopies submission to avoid any discrepancy.

5.13.6   Guidelines for Bid Submission on e-Procurement platform 

a)    The bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., www.eprocurement.gov.in. On registration in the e-procurement market place they will be provided with a user ID and password by the system using which they can submit their bids on line.

b)    While registering on the e-procurement market place, the bidders need to scan and upload the required documents as per the RFP requirements on to their profile. The e-procurement market place provides an online self-service registration facility to all such Contractors who are already registered with respective participating departments for supply of specified goods and services.

c)    All the bidders shall invariably upload the scanned copies of DDs in e-Procurement system and this will be the primary requirement to consider the bid as responsive. The Department shall carry out the Technical bid evaluation solely based on the uploaded certificates/documents, DDs towards the bid processing fee and EMD in the e-procurement system and open the price bids of the eligible and responsive bidders. 

d)    The bidders shall furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness/deviation noticed will be viewed seriously and apart from cancelling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business.

5.14    Procedure for Submission of Hard Copies:

a)    All the bidders shall submit the hardcopies of the DDs towards the bid processing fee and EMD and all the hard copies of the proposal and documents to the MD & CEO, Andhra Pradesh State Skill Development Corporation (APSSDC), II Floor, NTR Administrative Block, Pandit Nehru Bus Station, Vijayawada, Andhra Pradesh – 520013 on or before 09/04/2018 03:00 PM or any extension to this deadline by hand/ through courier/ speed post. 

b)    Any proposal received by APSSDC after the deadline shall be declared late and rejected, and promptly returned unopened.

c)    All the bidders shall invariably upload the scanned copies of DDs in e-Procurement system and this will be the primary requirement to consider the bid responsive.

d)    APSSDC shall carry out the technical evaluation solely based on the uploaded certificates/documents, DDs towards the bid processing fee and EMD in the e-Procurement system and open the price bids of the responsive and technically qualified bidders only.

5.15    Deactivation of Bidders

Vide Ref GO Ms. No.174 – I&CAD dated 1-9-2008, if any bidder fails to submit the original hard copies of uploaded certificates/documents, DD/BG towards EMD within stipulated time or if any variation is noticed between the uploaded documents and the hardcopies submitted by the bidder, the successful bidder will be suspended from participating in the RFPs on eProcurement platform for a period of 3 years. The e-Procurement system would deactivate the user ID of such defaulting bidder based on the trigger/recommendation by the RFP Inviting Authority in the system. Besides this, APSSDC shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the RFP process for execution of the development schemes taken up by the government. Other conditions as per RFP document are applicable.

5.16    Bid Due Date

a)    Bids must be submitted on e-Procurement platform at www.apeprocurement.gov.in and to the MD & CEO, Andhra Pradesh State Skill Development Corporation (APSSDC), II Floor, NTR Administrative Block, Pandit Nehru Bus Station, Vijayawada, Andhra

Pradesh – 520013 on or before 09/04/2018 03:00 PM by hand/ through courier/ speed post. 

b)    Bids submitted at any other address and/ or after the mentioned date and time is not accepted.

c)    APSSDC may, at its discretion, on giving reasonable notice by email, fax, or any other written communication to all perspective bidders who have procured the bid documents, extend the date of submission of bid, in which case all rights and obligations of APSSDC and the bidders, shall thereafter be subject to the extension of the bid due date.

d)    The proposals submitted by e-mail shall not be considered. No correspondence will be entertained on this matter.

5.17    Late Bid

a)    Proposals received after the deadline (including the extended period if any) for any reason whatsoever, shall not be considered for further evaluation and shall be rejected.

b)    APSSDC shall not be responsible for any postal delay or non-receipt/ non-delivery of the proposals. No further correspondence on the subject will be entertained. 

5.18    Opening of Bids

a)    Pre-qualification bids will be opened at: Andhra Pradesh State Skill Development Corporation (APSSDC), II Floor, NTR Administrative Block, Pandit Nehru Bus Station, Vijayawada, Andhra Pradesh – 520013 on Date: 09/04/2018 at Time: 04:00 PM in the presence of the bidders or their representatives, who choose to attend. The bidders and their representatives who are present shall sign in a register in token of having attended the bid opening.

b)    The Pre-Qualification Bids will be opened and listed for evaluation. After qualification in PreQualification bids, Technical Bids of those bidders who are qualified will be opened and listed for further evaluation. The Financial Bids will be opened after evaluation of Technical Bids. The list of Technical Bids qualified after evaluation shall be communicated to the bidders before opening Financial Bids.

5.19    Contacting Officials

Bidder shall not approach APSSDC, officers outside of office hours and/ or outside of office premises, from the time of the bid opening to the time the contract is finally awarded.

 

Any effort by the applicant or anyone on behalf of the applicant to influence APSSDC officers in the decisions on bid evaluation, bid comparison or contract award may result in rejection of the bidder's offer. If the bidder wishes to bring additional information to the notice of APSSDC, it should be done in writing.

5.20    Rejection of Bids

APSSDC reserves the right to reject any proposal, and to annul the evaluation process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected applicant(s) or any obligation to inform the affected applicant(s) of the grounds for such decision.

5.21    Disqualification

The proposal would be disqualified at any time during the evaluation process at the sole discretion of the APSSDC, for the following reasons: 

a)    Submitted the proposal after the response deadline; 

b)    Made misleading or false representations or suppressed relevant information in the proposal including documents, forms, statements, attachments, presentations, etc. submitted as proof of the eligibility requirements or as part of the proposal; 

c)    Failure to meet any of the eligibility criteria as mentioned in the document; 

d)    Failure to provide clarifications, non-responsive and/or substantive responses, when sought;

e)    Technical proposal containing material financial information;

f)     Quoted less than INR 20,000 as honorarium for English & Life Skills trainer, INR 30,000 for district coordinator and INR 50,000 for state coordinator in financial bid;

g)    Blacklisted by the Government of India (“GoI”), State Government or any other Government owned agency including quasi-Government sector organization or company, for corrupt, fraudulent practices or reasons related to non-performance in an engagement until the date of opening of proposal.

6       ELIGIBILITY CONDITIONS

The applicant agency should mandatorily fulfil the following pre-qualification criteria:

Table 4: Eligibility Conditions

S. No.

Criteria

Unit

Minimum requirement

Documents required

1

Profile of the applicant

 

A

The Applicant should be a registered entity in India

-

 

Certificate of incorporation/any registration certificate issued by authorized Govt.

agency

B

No. of years of existence as on

01.04.2017 

Note: Proprietorship / Partnership Firm /

Private Limited Company / Section-8

Company / Section-25 Company (Companies Act,1956/2013) / Public Limited Company / Society / Trust etc.

are eligible to apply

Years 

3

Certificate of incorporation/any registration certificate issued by authorized Govt.

agency

2

Financial Capabilities

 

A

Minimum average annual turnover of the applicant agency in the past three consecutive years i.e., FY: 2014-15, 2015-16 and 2016-17

INR Lakhs 

500

A certificate by CA is required to be attached as per the TECH - IVA

B

Minimum average annual turnover of the applicant agency in similar kind of English & Life Skills trainings in schools/educational institutions in the past three consecutive years i.e., FY:

2014-15, 2015-16 and 2016-17

INR Lakhs 

100

A certificate by CA is required to be attached as per the TECH - IVB

3

Training Capability 

 

 

A

Total no. of candidates trained in

English & Life Skills / similar trainings in schools/educational institutions in past three consecutive years i.e., FY: 201415, 2015-16 and 2016-17

No. of candidates

10000

Copies of Work order/any relevant document to be attached and details submitted as per the TECH

- III

 

4

Past Experience

 

 

A

Minimum no. of similar assignments completed in the field of teaching English & Life Skills in schools/ educational institutions/training centers with minimum project value of INR 50 lakhs in past three consecutive years

i.e., FY: 2014-15, 2015-16 and 2016-17 

No. of

Assignments

2

Copies of MoUs/Work orders/completion certificate/any relevant documents and details submitted as per the TECH

- IIA

 

 

B

Operations in minimum no. of schools / educational institutions/training centers where the same or similar English & Life Skills training program have been implemented in past three consecutive years i.e., FY: 2014-15, 2015-16 and 2016-17

No. of

Institutions

100

Copies of MoUs/Work orders/any Relevant documents and details submitted as per the TECH

- IIB

5

Not Being Blacklisted

 

 

 

The applicant should not have been blacklisted by any Central/ State Government (Central/State Government and Public Sector) or under a declaration of ineligibility for corrupt or fraudulent practices.

NA

NA

Self-Declaration of the applicant as per the PQ - V

7       METHODOLOGY FOR THE SELECTION OF TRAINING PARTNER/S 

a)    A Committee constituted by the APSSDC will carry out evaluation of the proposals received by it in order to determine whether they are substantially responsive to

 
https://csrbox.org/
 

https://shorturl.at/swzPT
 

© Renalysis Consultants Pvt Ltd