Anna Saheb Pat I Leo I For Upload

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 17

महाराष्ट्र शासन

अण्णासाहे ब पाटील आर्थिक मागास विकास महामंडळ मर्यावित मंबई


( महाराष्ट्र शासनाचा उपक्रम )
वि. टी. हॉस्पपटल कंपाऊंन्ड, वब. टी. मागग, िे.िे. पकल्स ऑफ आटग स्च्र्या मागे,
छत्रपती वशिािी महाराि टर्थमनसच्र्या ििळ, मंबई - 400 001. िरध्िनी क्र. (022)
22657662/22658017 Email : apamvmmm1@gmail.com

पिारपर्याची अविव्र्यक्ती (Expression of Interest)

वनवििा सूचना

अण्णासाहेब पाटील आर्थिक मागास विकास महामंडळ हा महाराष्ट्र शासनाचा उपक्रम असून
आर्थिकदृष्ट्या मागासलेल्र्या सवशवित बेरोिगारांना पिर्यंरोिगारासाठी आर्थिक सहाय्र्य िे ते. र्या
महामंडळासाठी आिश्र्यक कमगचारी परविण्र्याकरीता पात्र सेिा प्रिात्र्याच्र्या वनर्यक्तीसाठीच्र्या पपर्धात्मक
वनवििा प्रवक्रर्येत िाग घेण्र्यासाठी प्रपताि आमंवत्रत करण्र्यात र्येत आहेत.
सविपतर मावहतीसाठी इच्छक अिगिारांनी https://udyog.mahaswayam.gov.in र्या
संकेतपिळाला िेट द्यािी.
वनवििा ऑफलाईन सािर करण्र्याची तसेच प्रपताि सािर करण्र्याची अंवतम मित वि.२४/१२/२०२०
रोिी संध्र्याकाळी १७.०० िािेपर्यंत असेल.

वठकाण : मंबई -0१ सही/-


विनांक : व्र्यिपिापकीर्य संचालक

APAM. PAGE. 1
Government of Maharashtra
ANNASAHEB PATIL ARTHIK MAGAS VIKAS
MAHAMANDAL MARYADIT
(Government of Maharashtra Undertaking)
G.T Hospital Compound, Baddruddin Tayyabji
Marg, Behind J.J.School of Arts,
Near CST Railway Station, Mumbai 400001
Ph. 22657662,8017. Email apamvmmm1@gmail.com

Expression of Interest
TENDER NOTICE

Annasaheb Patil Arthik Magas Vikas Mahamandal Limited, a


Government of Maharashtra undertaking, implements various schemes
for upliftment of economically backward unemployed youths.
Proposals are being invited to participate in the competitive tender
process for the appointment of a qualified service provider to
provide the required staff for this corporation.

Interested agencies may send expression of Interest (EoI/


PROPOSALS) along with all required documents in hard copy on or
before Dt.24/12/2020 by 5.00 p.m. After the due date and time no
applications shall be entertained.

For detailed information interested service provided should


visit https://udyog.mahaswayam.gov.in.

Place : Mumbai-01 Sd/-


Date : Managing Director

APAM. PAGE. 2
ANNASAHEB PATIL ARTHIK MAGAS VIKAS MAHAMANDAL
MARYADIT MUMBAI
Government of Maharashtra Enterprise

EOI/ Proposal.

For
Selection of Agency for providing manpower for ANNASAHEB PATIL
ARTHIK MAGAS VIKAS MAHAMANDAL MARYADIT (APAM), Mumbai

15TH December, 2020

APAM. PAGE. 3
DISCLAIMER:

The information contained in this Request for Proposal document (the “RFP” or “Request for
Proposal”) or subsequently provided to Bidder(s), whether verbally or in documentary or any other
form by or on behalf of the Authority or any of their employees or advisors, is provided to Bidder(s) on
the terms and conditions set out in this RFP and such other terms and conditions subject to which such
information is provided.

This RFP is not an agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide the Bidders with
information that may be useful to them in preparing and submitting their proposal pursuant to the
Bidding Documents including this RFP (the "Bid"). 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 party who
reads or uses this RFP. The assumptions, assessments, statements and information contained in the
Bidding Documents may not be complete, accurate, adequate or correct. Each Bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information contained in
this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
depends 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.

The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any 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 by participating in this Bidding Process.

APAM. PAGE. 4
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.

The Authority may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this RFP.

The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint
the Successful Bidder or Lessee, 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.

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.

APAM. PAGE. 5
1. Bid Notice:
Proposal for the following work are invited by the APAM from suitable
individual/Consortiums/companies having required experience. And have been uploaded
on web Portal. The details can be viewed online and downloaded directly from portal
http://udyog.mahaswayam.gov.in from15.12.2020 at 17.00 Hrs. (IST) onwards.

Tender Reference No. APAM/Admin/Manpower/2020


“ Selection of agency for providing manpower for
ANNASAHEB PATIL ARTHIK MAGAS VIKAS MAHAMANDAL
Name of Work MARYADIT ( APAM) Office at GT Hospital compound, B.T.
Road, Behind J.J. School of Arts, Near CSMT Railway Station,
Mumbai-01, Maharashtra, India
Office of the Annasaheb Patil Corporation at the above
Venue for opening of Tender address

Mr. Bhushan Mundhe, Administrative Finance


Contact person for Accounts Officer, APAM Email id :
information relating apamvmmm1@gmail.com
to tender Mr. Aakash More, DGM, APAM
Email id :dgm_apamvmmm@yahoo.co.in
Help Desk Number- 022-22657662, 22658017
Mobile No. 9137943493, 9773591793
Tendering helpline
Email : apamvmmm1@gmail.com

APAM. PAGE. 6
Tender Schedule

Sr No Activity Date Time (Hrs.)


1. Publishing Date 15/12/2020 17.30
2. Document Download Start Date 15/12/2020 17.30
3. Bid Submission Start Date 15/12/2020 17.30

4. Seek Clarification Start Date 15/12/2020 17.30


5. Seek Clarification End Date 21/12/2020 15.00

6. Document Download End Date 24/12/2020 17.00


7. Bid Submission Closing Date 24/12/2020 17.00
8. Technical Bid Opening Date 30/12/2020 15.00

Dates mentioned here, are scheduled dates for Bid Opening Activities. Any changes shall be
notified in 'Press Notice / Corrigendum' section in newspaper.
* Dates mentioned are tentative

APAM. PAGE. 7
2. Table of Contents

1. Bid Notice ................................................................................................................................................................ 5

2. Table of Contents ................................................................................................................................................. 7

1. INTRODUCTION.................................................................................................................................................... 8

2. Instruction to Bidders ..................................................................................................................................... 13

3. Qualifying criteria ............................................................................................................................................. 14

4. Financial Bid ....................................................................................................................................................... 14

5. Validity .................................................................................................................................................................. 14

6. Payment terms ................................................................................................................................................... 14

7. Scrutiny and evaluation of proposals........................................................................................................ 14

8. Performance security ...................................................................................................................................... 15

9. Opening of tenders ........................................................................................................................................... 15

10. Liquidated damages..................................................................................................................................... 15

11. Liability ............................................................................................................................................................. 16

12. Arbitration ....................................................................................................................................................... 16

13. Applicable law ................................................................................................................................................ 16

14. Miscellaneous ................................................................................................................................................. 16

APAM. PAGE. 8
1. INTRODUCTION
Proposal are invited for “Selection of agency for providing manpower for APAM” are invited
by the “Managing Director” ANNASAHEB PATIL ARTHIK MAGAS VIKAS MAHAMANDAL
MARYADIT MUMBAI- 01. The details can be viewed online and downloaded directly from the Portal
https://udyog.mahaswayam.gov.in from 15.12.2020 at 17:30 hrs. (IST) onwards.

1.1. Scope of Work

The scope of work shall be as follows:-

Compensation
Sr.No. Name of posts Minimum Qualification Nature of Work
per personnel

1. B.Com / B.A. in
1 District Economics/ B.Sc. / B.B.A. Annexure-III Rs. 20,000/-
Coordinator or B.M.S. in Finance. Per Month
(Minimum 36 2. MS-CIT or equivalent
Candidate for all course must.
districts in 3. MS-Excel Knowledge is
Maharashtra.) must.
4. Candidate with banking
knowledge will be
preferred.
5. Good Communication and
Counseling skills.
6. Age Limit 21 to 45.

PAGE. 9
1.2 Key Specifications

 The Selected Agency shall be responsible for providing the aforementioned personnel to
APAM on demand at a prior notice of 1 month.
 The Selected Agency shall provide manpower under Apprenticeship Program (National
Apprenticeship Promotion Scheme NAPS)
 The Apprentices provided by the Third Party Aggregator (TPA) to APAM shall not have any
police record.
 All the payments made to the Selected Agency in lieu of the provided manpower will be
subject to tax deduction at source as per prevailing Income Tax Act and other applicable
levies as per State/ Central Government.
 This agreement will be limited to a period of One year.

2. Instruction to Bidders

2.1. General Terms and Conditions

2.2. No Bidder shall submit more than one Bid for the Project.

2.3. The Bidder shall be deemed to have satisfied fully before submitting tender as to the
correctness and sufficiency of his tender for the works and of the prices / rates quoted in the
Financial Bid which shall, except as otherwise provided, cover all his obligations under the
contract.

2.4. APAM reserves the right to reject any or all of the Bids without assigning any reasons thereof
and the decision of Annasaheb Patil Aarthik Magas Vikas Mahamandal would be final and
binding on the Bidders.

2.5. Before recruitment / taking people from agency, the preference to the candidates as
recommended in Finance Department General Resolution No. संकीणग 2020/
प्र.क्र.24/20/आ.प.क्र. वि. 30.09.2020 AND Skill Development & Entrepreneurship Department
Government Circular No. कौविउ २०१८/प्र.क्र.५४(िाग ३) /रोपिरो-१, विनांक ०२.०३.२०१९ will be
given,

PAGE. 10
3. Qualifying criteria

The prospective bidding Agency shall satisfy the qualification criteria as given below:

 The Bidding Agency should have experience of running at least five projects of similar nature for
supply of minimum 30 Skilled/Non- Skilled Resources in each project in last 3 (three) years for
any Central/State Government/ Government Corporation (should have provided at least one
year of continuous services per client, experiences below one year shall not be considered valid).
Copy of Work Orders/ PO should be furnished as documentary proof.

 The Bidding Agency should have registered office in Maharashtra and must have licensed under
Shop & Establishment Act, 1948 and Udyog Aadhaar Certificate.

 The Selected Agency shall provide manpower under Apprenticeship Program (National
Apprenticeship Promotion Scheme NAPS)

 Bidding Agency should be Third Party Aggregator approved by Ministry of Skill Development and
Entrepreneurship (MSDE), Govt. of India and must have valid MOU / letter from MSDE to work as
TPA for providing services under Apprenticeship Act 1961.

 The Bidding agency should be register on rojgar.mahaswayam.gov.in as an Employer.

 The Bidding Agency should have average annual turnover of Rs. 35 lakh from projects of similar
nature, in the last three (3) financial years preceding the due date of submission of this proposal.
As documentary proof, audited balance sheet & Profit & Loss A/c is to be submitted. Projects of
similar nature shall include provision of manpower to Central/State Government/Government
Corporation.

The Bidding Agency should not have been black listed by any State Government, Central
Government or any other Public Sector undertaking or a Corporation as on the date of RFP
opening. An affidavit (Duly Notarized) to this effect should be submitted by the bidder on its letter
head.

4. Financial Bid
The Agency quoting the minimum agency charges amount shall be selected. In case of a tie, the
Agency that have maximum experience shall be given priority.

5. Validity
Offers must be valid for acceptance for the minimum period of 15 (Fifteen days) counted from
the Bid Submission End Date. Offers without the minimum validity period will be liable for
rejection. In the absence of any categorical mention regarding validity of the offer, it will be
construed that the offer is valid as called for in the covering page and it will be incumbent on the
bidders to accept order, if any, when placed within such validity.

6. Payment terms
Payments due under this contract shall be made as per the payment terms described below:
6.1 The successful bidder will raise an invoice of the payment due and APAM shall release the
payment on receipt of the invoice.
6.2 All payments due to the successful bidder will be subject to tax deduction at source as per
prevailing Income Tax Act and other applicable levies as per State/ Central Government.
PAGE. 11
7. Scrutiny and evaluation of proposals

7.1 Responsiveness of proposal

A responsive proposal is one which conforms to all the requirements of the Bid Document.
A proposal shall be treated non-responsive for any of the following reasons:

a. The information as indicated in Annexure – II is not furnished.


b. Validity of the proposal is not confirmed.
c. The proposal and supporting documents show significant variations and or inconsistency/ies.
d. Proposal not duly signed by the authorized signatory.
e. Proposal containing interlineations, erasures or overwriting except corrections made by the
bidder duly initiated will be liable for rejection
f. Proposal containing incorrect statement and incomplete information.
g. APAM will reserve the right to accept / reject any offer either in full or in part or accept any offer
other than the lowest offer without assigning any reason whatsoever.
h. Conditional offers shall be liable for rejection.

7.2 Scrutiny of Tender Submission


The responsive bids shall be examined in detail for their technical contents. The compliance of
the bidder with the Eligibility criteria as indicated in section 3 will be assessed. In the process of
this assessment some clarifications may become necessary. These shall be sought and furnished
in writing. However, the basic proposal shall not be permitted to be changed / altered either to
fulfil minimum qualifying criteria or to make a non-responsive proposal responsive or to qualify
for meeting the technical bid parameters. The proposals, which are found deficient or defective or
unacceptable due to any reason, shall be treated as non-responsive.

7.3 Scrutiny of financial bid

Financial bids of responsive proposals that are found acceptable on scrutiny of technical contents
and satisfy the criteria for evaluation, as specified will be opened in the presence of authorized
officials of APAM. The agency quoting minimum agency commission/fees shall be selected
as successful bidder. In case of a tie, the Agency that have maximum experience shall be
given priority.

8. Performance security:

8.1 The successful bidder shall furnish the performance security within 2 weeks of the receipt of the
work order failing which APAM reserves the right to annul the work order.
8.2 In the event of bidder’s failure to discharge its obligations under the contract, the Performance
Security shall be encased and the proceeds thereof shall be forfeited without any further
reference to the bidder.
8.3 The Performance Security amount shall not accrue any interest.
8.4 The performance security should be kept valid one month more than the validity of contract. The
bidder will extend the validity of the Performance Security, if and whenever specifically advised
by
8.5 APAM, at its own cost.
PAGE. 12
8.6 The amount of performance security shall be 2% of the value of the contract.
8.7 Performance security will be discharged by APAM and returned to the Contractor within 30 days
following the date of completion of the Contractor’s performance obligations, including any
warranty obligations, under the contract.

9. Opening of Tenders/ Proposal:

The tenders will be opened as per the Bid Opening Date specified in Time Schedule provided in
this document.

In case of an unscheduled holiday on the bid opening date, the bids will be opened on next
working day.
Accordingly, bid closing date / time will get extended up to the next working day.

10. Liquidated damages:

Timely completion of all the work/job and providing the required


personnel/material/equipment/services covered in the contract as per the timelines stipulated in the
work order, shall be essence of the contract.
In the event of failure to execute the contract within the scheduled time, liquidated damages will be
levied on the total value of the contract at the rate of 0.5% per day or part thereof, subject to a
maximum of 7.5% of the total contract value, as an agreed pre-estimate of the damage suffered.

11. Liability:

Except as otherwise expressly provided, neither APAM nor its servants, agents, nominees, shall have
any liability or responsibility whatsoever to whomsoever for loss or damage to the equipment and/or
loss or damage to the property of successful bidder and/or its sub-contractors, irrespective of how
much loss or damage is caused unless caused by willful and gross negligence of APAM and/or its
servants, agents, nominees, assignees.
The successful bidder shall protect, defend, indemnify and hold harmless APAM from and against
such loss or damage and any suit, claim or expense resulting there from. Neither APAM nor its
servants, agents, nominees, assignees, sub-contractors shall have any liability or responsibility
whatsoever for injury to, illness, or death of any employee of the successful bidder irrespective of
how such injury, illness or death is caused unless caused by willful and gross negligence of APAM
and/or its servants, agents, nominees, assignees. The successful bidder shall protect, defend,
indemnify and hold harmless APAM from and against such loss or damage and any suit, claim or
expense resulting there from.

12. Arbitration:
All disputes and differences whatsoever arising between the parties out of or relating to the
construction, meaning and operation or effect of this Tender and consequent Contract or the breach
thereof shall be mutually settled. However, in case no such mutual settlement is arrived at, the
matter shall be settled by arbitration in accordance with the provision of arbitration of the Indian
Arbitration & Conciliation Act, 1996 and any statutory modification or re-enactment thereof and the
Rules made there under and for the time being in force. The venue of arbitration shall be at Mumbai
unless otherwise agreed by APAM.

PAGE. 13
13. Applicable law:
The contract arising out of this tender shall be interpreted in accordance with the Law of India.

14. Miscellaneous
APAM, in its sole discretion and without incurring any obligation or liability, reserves the right, at any
time, to:

Suspend and/or cancel the Selection Process and/or amend and/or supplement the Selection
Process or modify the dates or other terms and conditions relating thereto;

Consult with any Applicant in order to receive clarification or further information;

Retain any information and/or evidence submitted to the Authority by, on behalf of and/or in
relation to any bidder; and/or

Independently verify, disqualify, reject and/or accept any and all submissions or other
information and/or evidence submitted by or on behalf of any bidder.

The Authority, in its sole discretion and without incurring any obligation or liability or
assigning any reason, reserves the right, at any time, to:
 suspend, withdraw and/or cancel the Bidding Process and/or amend and/or
supplement the Bidding Process or modify the dates or other terms and conditions
relating thereto;
 consult with any Bidder in order to receive clarification or further information;
 retain any information and/or evidence submitted to the Authority by, on behalf of,
and/or in relation to any Bidder;
 Independently verify, disqualify, reject and/or accept any and all submissions or other
information and/or evidence submitted by or on behalf of any Bidder
 Amend, modify or reissue the Bidding Documents or any part thereof;
o to accept or reject any or all of the Bids; and/or
o Include additional evaluation criteria or to modify the eligibility criteria for the
further short-listing of person for issue of the Bidding Documents during the Bidding
Process.
o to consider any variation in the Bid submitted by the Bidder provided such variation
is as per the project scope, project structure and as per the terms and conditions of
the RFP

PAGE. 14
Annexure – I
FORMAT FOR SUBMISSION OF TECHNICAL BID

1) Name of the Organization / agency

2) Registered / Corporate Office Address

3) Address for communication (including fax and e-mail)

4) Organization details and brief profile

5) Certificate of incorporation/registration

6) Memorandum of Association and Article of Association or By-laws (in case of firm)

7) Brief details of Head Office and field/ branch offices

8) Details of experience in similar assignments

9) Certificate of statutory auditor certifying the Annual turnover of the agency for
each of the last three financial years preceding the due date for submission of this
tender

10) Duly Notarized affidavit by the Bidding Agency stating that it has not been black listed by any State
Government, Central Government or any other Public Sector undertaking or a Corporation as on
the date of RFP opening

11) MOU / Letter from MSDE for engagement as a TPA for providing services under
Apprenticeship Act 1961.

12) G.S.T. Registration No.

13) Udyog Aadhaar Certificate :

PAGE. 15
Annexure – II
(On letter head of the Bidder)

TO,
MANAGING DIRECTOR,
ANNASAHEB PATIL ARTHIK MAGAS
VIKAS MAHAMANDAL MARYADIT,
G.T. HOSPITAL COMPOUND, B.T. MARG,
BEHIND J. J. SCHOOLS OF ARTS,
NEAR CSMT RAILWAY STATION, MUMBAI- 400 001.

BID NO. . . . . . . . .

We, the undersigned offer to provide manpower for ANNASAHEB PATIL ARTHIK MAGAS
VIKAS MAHAMANDAL MARYADIT, Mumbai in accordance with the terms and conditions
specified in this Bid. (As per Minimum Wages Act, 1948)
The break-up of our Financial Bid is as given.

MIN. MONTHLY
S.N. NAME OF POST COMPENSATION AGENCY COMMISIION TOTAL
(IN PERCENTAGE) COMPENSATION
(PER PERSON)
DISTRICT
COORDINATOR
1 20,000/-
(Min. 36 candidate
for district in
Maharashtra.)

Our financial proposal is binding upon us up to expiring of validity period of the proposal, i.e.
15 days from the Bid Submission End Date.
We understand that you are not bound to accept any proposal you receive.

Signature & Seal of


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

PAGE. 16
Annexure – III

Nature of work of District Coordinators

1. The District Coordinator will be fully responsible for the implementation of the
Corporation's Schemes at the district level.

2. The District Coordinator should inform and guide the beneficiaries about the schemes
of Corporation and will be responsible for solving the problems of the beneficiaries.
(Bank approvals, sanction) in the concerned district.

3. As per the suggestion of the corporation, the district coordinators will be responsible
for organizing bank-beneficiary meetings at the district level and related work of all the
meetings.

4. It will be mandatory for the District Coordinators to attend all the meetings organized
by the Corporation and to implement the resolutions passed during the meetings.

5. In coordination with LDM, Bank District Coordinator, Nodal Bank and other important
financial institutions (Bank, NBFC’s) / Agencies. It will be mandatory for the District
Coordinators to provide the information of concern district to the Headquarters from
time to time.

6. It will be mandatory for the District Coordinator to compile the total arrears/ Recovery
of Loan amount of the beneficiaries under the Group Project Loan Scheme (GL-I) and
recovery of loan amount of the closed old scheme of the Corporation and send it to the
Headquarters.

7. It will be mandatory for the district coordinators to submit the financial planning and
expenditure report of the district every fortnightly / monthly / quarterly / half yearly /
annual report to the headquarters as suggested by the corporation.

PAGE. 17

You might also like