Download as pdf or txt
Download as pdf or txt
You are on page 1of 42

Government of Jammu & Kashmir

State Procurement and Supplies Agency


Department of Rural Development and
Panchayati Raj,

REQUEST FOR PROPOSAL FOR


ENGAGEMENT OF TECHNICAL SUPPORT
AGENCY UNDER DEEN DAYAL UPADHYAYA
GRAMEEN KAUSHALYA YOJANA (DDU-GKY),
J&K
FOR
HIMAYAT MISSION MANAGEMENT UNIT,
(HMMU), JKRLM, DEPTT. OF RURAL
DEVELOPMENT AND PANCHAYATI RAJ, J&K

NIT No. SPSA/RDD/TSA (HMMI-JKRLM)/2023-2380

Page 1 of 42
Offers are invited from reputed and experienced bidders
having experience in Engagement of TSA for Central/State
Govt./PSU/Private Sector

Contents
1. INVITATION FOR PROPOSAL: ........................................................................... 4

2. INTRODUCTION AND OBJECTIVES: .................................................................. 6

2.0 INVITATION TO BIDDERS: ............................................................................... 6

2.1 CONFLICT OF INTEREST: ............................................................................. 6

2.2 VALIDITY OF PROPOSAL:.............................................................................. 6

2.3 RIGHT TO ACCEPT OR REJECT ANY PROPOSAL: ......................................... 7

2.4 FORCE MAJEURE: ......................................................................................... 7

2.5 FRAUD & CORRUPTION: ............................................................................... 7

2.6 CLARIFICATIONS & AMENDMENT TO REQUEST FOR


PROPOSAL………………….8

3. EARNEST MONEY DEPOSIT (EMD): ................................................................ 8

4.0 PREAPARATION OF PROPOSAL: .................................................................... 8

4.1 PRE-BID CLARIFICATION: ............................................................................. 9

4.2 BID VARIABLE: ............................................................................................. 9

4.3 LANGUAGE OF BID: ....................................................................................... 9

4.4 SUBMISSION OF PROPOSAL: ......................................................................... 9

4.5 EVALUATION OF PROPOSAL:- ..................................................................... 10

5. SCOPE OF WORK & DELIVERABLES: ............................................................... 10

6 ELIGIBILITY: .................................................................................................. 22

Annexure 1-Eligibility criteria for Key and Non experts: ....................................... 23

6.1 EVALUATION OF TECHNICAL PROPOSAL:................................................... 33

6.2 EVALUATION:.............................................................................................. 34

6.3 EVALUATION OF FINANCIAL PROPOSAL: .................................................... 35

6.4 PAYMENT TERMS:....................................................................................... 36

6.5 PERFORMANCE BANK GUARANTEE (PBG).................................................... 36

Page 2 of 42
7. OPENING OF PROPOSAL: .............................................................................. 37

8. AWARD OF WORK: ........................................................................................ 37

9. TERMINATION UNDER THIS CONTRACT .......................................................... 38

10. LEGAL JURISDICTION:.................................................................................... 38

11. PROPOSAL FORMATS: ................................................................................... 38

Annexure-1 COVERNING LETTER. ........................................................................ 39

Annexure-2 TECHNICAL FORM CHECKLIST .......................................................... 40

Annexure-3 BIDDER ORGANIZATION DETAIL........................................................ 41

Annexure-4 FINANCIAL BID FORMAT .................................................................... 42

Page 3 of 42
1. INVITATION FOR PROPOSAL:

S.NO PARTICULARS DETAILS


1. Document SPSA/RDD/TSA(HMMI-JKRLM)/2023-2380
Reference number dated: 03-01-2024.
2. Date of issue of 03-01-2024.
Request for
Proposal
3. Name, Designation COO- HMMU-JKRLM, Department of Rural
and address of the Development &Panchayati Raj, J&K
authority to who is
handling this bid
4. Mode for Online submission only.
submitting the bids
5. Bid Submission www.jktender.gov.in
website
6. Pre-Bid Meeting 16.01.2024 11:00 AM
(Online)
Date & Time
7. Closing Date & 25.01.2024 03.00 PM
Time for
Submission of
Technical and
Financial Bids
8. Date & time for 25.01.2024 03:30 PM
opening of
Technical Bids
9. Date & Time for Shall be informed separately
opening of
Financial Bids
10. Cost of Tender INR Ten Thousand only (INR 10,000)
Document Deposited through RTGS/NEFT in the bank
account as per the details:

Name of Bank: J&K Bank ltd.


Bank Account Number: 0375010200000002
IFSC Code: JAKA0TRIKOT

11. Estimated Cost of 1.70 Cr. (Rupees One Crore and Seventy Lacs
the contract for a only) excluding GST and other applicable
period of 2 years taxes.

Page 4 of 42
12. Amount of Earnest Rs. 5,10,000/= (Rs. Five lacs ten thousand
Money only) to be deposited through RTGS/ NEFT in
the bank account as per the details:
Name of Bank: J&K Bank ltd.
Bank Account Number: 0375010200000002
IFSC Code: JAKA0TRIKOT
(NOTE: Bidder registered as Micro, small &
Medium Enterprises (MSME) are exempted
from payment of EMD after submitting an
approved document from concerned
Ministry).
12. Bid Validity Period 120 days from date of opening of the Financial
Bid.
13 Period of Contract 2 years
14. Method of SelectionQuality cum Cost Based Selection (QCBS)

 To qualify technically, a Proposal must


secure minimum Technical Score of 70.
Only technically qualified proposal shall
be considered for Financial Bid
Opening.
 The Technical and Financial Scores
secured by each Bidder will be added
using weight age of 70% and 30%
respectively.
 In the event the Composite Bid Scores
are tied, the Bidder securing the
highest Technical Score will be
adjudicated as the most responsive
Bidder of the Project.

Page 5 of 42
2. INTRODUCTION AND OBJECTIVES:

The Department of Rural Development and Panchayati Raj is


implementing many Centrally Sponsored schemes. Himayat Mission
Management Unit (HMMU), of the Department of RD&PR which is
implementing DDU-GKY (Deen Dayal Upadhyaya Grameen Kaushalya
Yojana) in the UT of Jammu and Kashmir (J&K), requires selection of
Technical Support Agency (TSA)to accomplish the project.

The successful bidder has to provide the Technical Support as per the
SOP/guidelines of the aforementioned scheme as well as any other new
upcoming/existing scheme/s as and when asked for.

2.0 INVITATION TO BIDDERS:

 The invitation is for the Selection of a Technical Support Agency (TSA)


for Himayat Mission Management Unit, HMMU-JKRLM of the
Department of Rural Development and Panchayati Raj, Government
of Jammu & Kashmir to implement DDU-GKY (HIMAYAT) scheme.
 The Agency/Bidder referred here in could be
Firm/Organization/Company/Private Consultancy/PSU, which
could undertake the work and wishes to apply for the tender as
a bidder.
 The Request for Proposal can be downloaded
from www.jktenders.gov.in under tender by Organization section.
 CEO& MD State Procurement & Supply Agency (SPSA), Department
of Rural Development & Panchayati Raj, Government of Jammu &
Kashmir may, at its own discretion, extend the date for submission
of proposals. In such a case, all rights and obligations of the
Department and Bidders previously subject to the deadline will
thereafter be subject to the deadline as extended.

All Banker’s NEFT / RTGS should be in Indian Rupees and from any
Nationalized / Scheduled Bank in favor of CEO, SPSA.

2.1 CONFLICT OF INTEREST:


The Selected Agency should provide professional, objective and
impartial service and hold the Himayat Mission Management Unit,
J&K Rural Livelihoods Mission (JKRLM) interest paramount.

2.2 VALIDITY OF PROPOSAL:


The following will be considered for the validity of the proposals
deemed submitted.

a. All bids proposal will remain valid for 120 days from the date of
opening of Technical Bid.
b. In exceptional circumstances, SPSA of the Department of Rural
Department & PR, J&K, may solicit the bidder’s consent to an

Page 6 of 42
extension of the period of validity. The request and the response
thereto shall be made in writing.

2.3 RIGHT TO ACCEPT OR REJECT ANY PROPOSAL:

SPSA reserves the right to reject any or all bids or to cancel /


withdraw the Request for Proposal (RFP) or to annul the bidding
process at any time prior to Award of Contract, without assigning any
reason for such decision. Such decision by the Department shall not
be subject to question by any bidder and the Department shall not
be liable whatsoever consequent upon such a decision nor shall it
have any obligation to inform the affected bidder or bidders about the
grounds for the Department’s action. SPSA reserves the right to reject
any bid(s) that it may consider to be outliers.

2.4 FORCE MAJEURE:


For the purpose of better understanding of this clause Force
Majeure event means an;

I. Act of God – Any Blockage, Lightening, fire, earthquake, storm, flood,


epidemic etc.
II. Any War, Political turbulence, Acts of terrorism
III. Any other event or circumstances or combination of events &
circumstances beyond the reasonable control of either party.

2.5 FRAUD & CORRUPTION:


It is required the Bidders submitting Proposal and Agency selected through
this Request for Proposal (RFP) must observe the highest standards of
ethics during the process of selection and during the performance and
execution of the work order.

For this purpose, definitions of the terms are set forth as follows:

i. “Corrupt Practice” means the offering, giving, receiving or soliciting


of anything of value to influence the action of Department of Rural
Dev. & Panchayati Raj, UT of J&K or its personnel in Work Order
executions.
ii. “Fraudulent Practice” means misrepresentation of fact(s), in order
to influence selection process or the execution of the Work Order, and
includes collusive practice among Bidders (prior to or after Proposal
submission).
iii. “Unfair Trade Practice” means supply of devices different from what
is ordered on or change in the scope of work.
iv. “Coercive Practice” means harming or threatening to harm, directly
or indirectly, persons or their property to influence their participation
in the selection process or execution of the Work Order.

Page 7 of 42
SPSA will reject and declare a bidder ineligible if it determines that
the Bidders recommended for the award, has been determined to
engage in corrupt fraudulent or unfair trade practices.

2.6 CLARIFICATIONS & AMENDMENT TO REQUEST


FOR PROPOSAL:

 During the process of evaluation of Request for Proposals, the


Department reserves the right to solicit additional information from
Bidders to evaluate which bid best meets the need of the project.
Additional information may include, but is not limited to, past
performance records, lists of available items of work that will be done
simultaneously with the project and evaluations by this Department,
personnel details, or any other pertinent information. The Bidders are
required to respond within the prescribed time frame.
 CEO SPSA, may for any reason, modify the Request for Proposal from
time to time. The amendment(s) to the Request for Proposal would be
clearly spelt out and the Bidders may be asked to amend their
Proposal due to such amendments.
 CEO SPSA, has all the rights to approve/dis-approve any claim or not
to consider any claim.

3. EARNEST MONEY DEPOSIT (EMD):

i. The Bidder shall furnish an Earnest Money Deposit (EMD) amounting


to Rs. 5,10,000/= (Rs. Five lacs ten thousand only) The
Earnest Money may be Deposited through RTGS/NEFT in favor of
CEO, SPSA.
ii. The EMD of unsuccessful bidders will be returned as it is, within one
month after selection/finalization of Agency. No interest will be
payable on the EMD.
iii. EMD is exempted for MSME once documentary proof approved by the
concerned Ministry is submitted for being MSME and bidder has to
deposit a declaration certificate as per the GFR.

4.0 PREAPARATION OF PROPOSAL:


The Bidder must comply with the following instructions during
preparation of Proposals;

i. The Bidder is expected to carefully examine all the instructions,


guidelines, terms and condition and formats of the Request for
Proposal. Failure to furnish all the necessary information as
requested for in the Request for Proposal or submission of a proposal
not substantially responsive to all the requirements of the Request
for Proposal shall be at Bidder’s own risk and will be liable for
rejection.
ii. The Proposal and all associated correspondence shall be written in
English and shall conform to prescribed formats. Any interlineations,

Page 8 of 42
erasures or over writing shall be valid only if they are initiated by the
authorized person signing the proposal.
iii. The Proposal shall be in indelible ink and shall be signed by the
Bidder or duly authorized person(s).
iv. Proposals received by facsimile shall be treated as defective, invalid
and rejected.
v. Only detailed proposal completed in all respect and in the forms
indicated shall be treated as valid.
vi. No Bidder is allowed to modify, substitute or withdraw the Proposal
after its submission.
vii. Withdrawal of a bid during this interval shall result in the forfeiture
of EMD of the Bidder.

4.1 PRE-BID CLARIFICATION:


A Prospective Bidder, requiring a clarification on the Request for
Proposal, shall notify MD, SPSA on the e-mail address
ceomdspsa@gmail.com before 16.01.2024.

4.2 BID VARIABLE:


Bidder will quote monthly retainer ship fee in Indian
rupees exclusive of all taxes. This quote shall be used for
the calculation of financial weightage. Financial bid with
taxes will be used for financial score even if tender portal
automatically adds the taxes

4.3 LANGUAGE OF BID:


The Bid prepared by the Bidder and all correspondence and
documents relating to the Bid exchanged between the Bidder and
CLIENT shall be written in the English Language only.

4.4 SUBMISSION OF PROPOSAL:

i. Bidders shall submit the soft copies of their Proposal electronically


on the portal using valid Digital Signature Certificate.
ii. Proposal shall be submitted in two parts. Each page of all parts
should be page numbered and in conformance to the eligibility
qualifications should be clearly indicated using an index page. The
proposals should not contain any irrelevant or superfluous
documents.
iii. Every page of the documents, submitted by the Bidder, must be duly
signed by the authorized signatory of the Agency.

The two parts of the Proposal should be as per the following:

Page 9 of 42
i. TECHNICAL PROPOSAL:- The Technical Proposal comprises
Annexure-1 (Covering letter), Annexure-2 (Technical form Checklist)
and Annexure-3 (Bidder Organization Details).
ii. FINANCIAL PROPOSAL:- This would have Annexure-4(Financial
Proposal Format is for reference, Annexure will be available online).

4.5 EVALUATION OF PROPOSAL:-


The Bid will be opened as per the dates mentioned in the RFP
schedule. Authorized representatives of the Bidders may be present
during the Bid opening, if desired. Department may constitute
Evaluation Committee to evaluate the Proposals submitted by
Bidders for a detailed scrutiny subject to the terms mentioned in the
Request for Proposal, a two-stage process as explained below will be
adopted for evaluation of Proposal submitted by the specified date
and time.

5. SCOPE OF WORK & DELIVERABLES:

A. KEY TASKS AND RESPONSIBILITIES:

a. The ‘TSA’ will be responsible for overall program management of skill


development initiatives of HMMU in the UT enabling effective
implementation of DDU-GKY.

b. The TSA shall be mandated to discharge their responsibilities as per


DDU-GKY SoPs/guidelines/notifications for Version 1.0 (2016-24
extended). Besides, when Version 2.0 happens to be rolled out in the
UT, TSA shall need to discharge their duties & responsibilities in
light of the SoPs /Guidelines framed for Version 2.0.

B. For DDUGKY Version 1.0 (2016-24, extended)

a. Description of the work, the works to be taken up by the TSA


are as below:

I. Develop Effective Monitoring and Evaluation parameters for


ongoing projects under HIMAYAT- DDU-GKY, with the protocols
prescribed in guidelines / Standard Operating Procedures
(SOP’s). For the projects under closure, TSA needs to carry out
their financial & non-financial (Desk Verification & Physical)
verifications with the protocols prescribed as per
Notifications/Guidelines/Standard Operating Procedures (SoPs)
of DDU-GKY program.

II. Financial management support services: The TSA will provide


complete support to maintain records of expenditure incurred
for the program along with the supporting documents, track
expenditure by activity heads, etc. The ‘TSA’ will help in

Page 10 of 42
preparing Statements of Expenditures (SOE), compiling and
preparing consolidated progress reports for the program related
expenditure. Necessary updating also needs to be made in the
Public Finance Monitoring system by the TSA.The Financial
Management Information System will be based on the following
two systems:

(a) Public Financial Management System (PFMS) for capturing the


entire project related financial transactions. PFMS will be
payment and expenditure tracking tool for financial management.
The system may also be used to generate analytical reports on
nature of transaction in the manner required (Including the newly
incorporated SNA module).

(b) Enterprise Resource Planning (ERP) of DDU-GKY for reporting


of financial transactions.

III. Transparency: The TSA shall confirm their commitment to


implement the transparency of process during the course of the
contract period promoting transparency in the overall
administration.

IV. Annual Plan of Operation: The Technical Support Agency`s (TSA)


annual operational plan for HMMU would be structured on a
quarterly basis and cost estimates will be prepared and vetted
by HMMU.

V. Reporting: Periodic progress as per the agreed action plan,


milestone and timeline must be adhered to. The TSA shall also
support in the development of tracking process of placed
candidates.

VI. Interface with Sector Skill Councils (SSCs)/ National Council for
Vocational Training (NCVT)/ National Skills Qualifications
Framework (NSQF) and other national and international
standards agencies (relating to skill development) and to suggest
modifications/ Improvements to ensure curriculum, assessment
and certification is ‘learner-centered’ for DDU-GKY. Undertake
all related support activities in respect of this alignment.

b. Other Support Activities:


 Day to day program administration support in conducting
meeting, workshops, events, support DDU-GKY for EC meeting
agendas, follow up on minutes.

 Preparation of documents, status reports, white papers.

 Provide executive support, administrative support, and other


office support from time to time.
c. Key Deliverables:
The broad functions and roles to be assigned to the TSA will include
the following:

Page 11 of 42
S.No. Deliverable Outputs

1) Ensure 100 % compliance to project rules as


Development of per SOP & Guidelines.
Quality Control
& Assurance 2) Recommendation for action on the defaulting
A
policy PIA, based on Minor /Major defaults.
framework (For
ongoing PIA) 3) Periodical comprehensive audit reports and
recommendations.

1) Submission of Actual project Monitoring and


progress report Vs the prospective Project work
Project Tracking schedule targets.
and Issue
B 2) Highlight and report project deviation of
Resolution (For
partners and alignment/resolution strategies.
ongoing PIA)
3) Recommending sanctions/ penal actions for
non-performing PIA.

1)Create, Update & maintain records of


expenditures incurred along with the supporting
documents, track expenditure by activity heads,
etc.

2)Ensure utilization of project funds as per the


Professional terms of SOP’s and furnish annual utilization
Financial certificate along with annual audited financial
management & statements for the project funds
C support services
(For ongoing & 3) Disbursement scheduling and timely fund
under closure transfer; management accounting by ensuring
PIA) regular update, periodical review; reporting of the
finance information system.

4)Monthly verification of Cash Outflows from the


Project Account, Concurrent financial monitoring
procedures, First month audit, Annual Financial
Audit & Financial Audit for project closure.

1) Maintenance and update on MPR and ERP


Management portal of GoI. Maintenance of youth data base.
D information
2) Maintain overall data source efficient
system (MIS)
coordination, control, analysis and informed for
(For ongoing &
enhancing strategic and tactical planning.

Page 12 of 42
under closure 3) Periodical distribution of the electronic data to
PIA) HMMU on the project monthly progress.

Placement
1) 100% Post placement tracking mechanism
tracking and
and regular review.
E Monitoring (For
ongoing & under
2) Desk and Physical Verification on monthly
closure PIA) basis.
1) Desk and Physical Verification on monthly
basis of placed candidates of ongoing projects.

2) Ensuring strict compliance of SOP’s by PIAs.


And monitoring and quarterly yearly evaluation
of ongoing PIAs.

3) Recommendation of installments release/


recovery of PIA as per eligibility criteria of
SOP’s/guidelines/notification /HMMU.
4) Closure of all the under-closure projects in a
time bond manner as per the
procedures/protocols (including desk, financial
and physical verification) laid down in the
SOP’s/Guidelines/notification of the scheme.
Performing role
F
of a TSA 5) Monitoring of all the ongoing projects vis a vis
PPWS.

6) Financial monitoring (First month audit,


monthly audit, annual audit, and utilization
certificate) of all the ongoing projects as regards
SOP’s/Guidelines of the scheme.

7) Documentation of all activities and


Operational Management plan.

8) Organizing Alumni meets.

9) Act as a channel to resolve ongoing PIA


grievance and bring up feedbacks, suggestion
from PIA to HMMU.

C. For DDUGKY Version 2.0 (2024, expected to be launched)

a. Description of the work, the works to be taken up by the TSA


are as below:

Page 13 of 42
I. To identify, develop, maintain and expand strong industry
partnerships to accommodate the wide range of skill sets enabling
100% job placement of trained candidates under the project.

II. Develop all necessary policy guidelines, document repository


including formats, templates and tool kits for different functional
requirements across the skilling Eco-System.

III. Educating and training to the PIAs on reporting formats,


templates & other specific information requirements as per
Management Information Systems (MIS) to be used/ over mail /
website as directed by State Program Management Unit (SPMU).
IV. Capacity building of the UT level resources to handle the MIS
Maintenance of the Information Technology (IT) system including
handling of change requests.

V. Develop Effective Monitoring and Evaluation parameters for


ongoing projects under HIMAYAT- DDU-GKY,with the protocols
prescribed in guidelines / Standard Operating Procedures
(SOP’s). For the projects under closure, TSA needs to carry out
their financial & non-financial (Desk Verification & Physical
Verification) verifications with the protocols prescribed as per
Notifications/Guidelines/Standard Operating Procedures (SOP)
of DDU-GKY program.
VI. Financial management support services: The TSA will provide
complete support to maintain records of expenditure incurred for
the program along with the supporting documents, track
expenditure by activity heads, etc. The ‘TSA’ will help in preparing
Statements of Expenditures (SOE), compiling and preparing
consolidated progress reports for the program related
expenditure. Necessary updating also needs to be made in the
Public Finance Monitoring system by the TSA.The Financial
Management Information System will be based on the following
two systems:
(a) Public Financial Management System (PFMS) for capturing the
entire project related financial transactions. PFMS will be
payment and expenditure tracking tool for financial management.
The system may also be used to generate analytical reports on
nature of transaction in the manner required (Including the newly
incorporated SNA module).

(b)Enterprise Resource Planning (ERP) of DDU-GKY for reporting


of financial transactions.

VII. Support in developing an integrated IT system, Design and


Develop a dedicated Website for the DDU-GKY Jammu and
Kashmir for implementation rollout, data preparation, and
migration, training, annual maintenance & support, facility
management services, link it with service plus portal of GOI.

Page 14 of 42
Managing the program as per the approved process guidelines
and support for its implementation.

VIII. Management Information System (MIS) to gather data from


multiple online systems, analyze the information, and reports
data to aid in management decision-making. The MIS should
provide end to end service which will include all information on
process and outcomes of the DDU-GKY and will cover information
right from mobilization, training details of students, attendance
record through biometric machines installed at each training
centre / any other suitable attendance monitoring mechanism
and its sharing at various levels, placements, post placement
activities, generation of various reports and capture of all data.
Focus on each thematic area with the integrated MIS for all
thematic areas. The process of each vertical shall define with the
timeline and roles. The national portal such as ERP and MPR
should be maintained by the MIS team of TSA.
IX. Quality Assurance: The TSA shall institute a quality assurance
system to demonstrate compliance with the requirements of the
Contract.

X. Transparency: The TSA shall confirm their commitment to


implementing the transparency of process during the course of
the contract period promoting transparency in the overall
administration.

XI. Annual Plan of Operation: The Technical Support Agency`s (TSA)


annual operational plan for HMMU would be structured on a
quarterly basis and cost estimates will be prepared and vetted by
HMMU.

XII. Reporting: Periodic progress as per the agreed action plan,


milestone and timeline must be adhered to. The TSA shall also
support in the development of tracking process of placed
candidates.
XIII. Interface with Sector Skill Councils (SSCs)/ National Council for
Vocational Training (NCVT)/ National Skills Qualifications
Framework (NSQF) and other national and international
standards agencies (relating to skill development) and to suggest
modifications/ Improvements to ensure curriculum, assessment
and certification is ‘learner-centered’ for DDU-GKY.Undertake all
related support activities in respect of this alignment.

XIV. Innovation: The TSA is required to bring efficiency in the system


through innovative models.

The list of works to be taken up by TSA mentioned above is indicative but


not exhaustive. Any additional works as per guidelines/SOPs of Version 2.0
shall also have to be taken up by TSA as part of assignment.

Page 15 of 42
b. Key Deliverables:
The broad functions and roles to be assigned to the TSA will include
the following:

S.No. Deliverable Outputs

1) Implementation of one single policy covering


all aspects of the project, within the purview of
SOP and revision.
Development of
Quality Control 2) Ensure 100 % compliance to project rules as
A & Assurance per SOP & Guidelines.
policy 3) Recommendation for action on the defaulting
(framework) PIA, based on Minor /Major defaults.

4) Periodical comprehensive audit reports and


recommendations.

1) Submission of Actual project Monitoring and


progress report Vs the prospective Project work
schedule targets.

Project Tracking 2) Deployment of a feedback and grievance cell.


B and Issue
Resolution 3) Highlight and report project deviation of
partners and alignment/resolution strategies.

4) Recommending sanctions/ penal actions for


non-performing PIA.

1)Create, Update & maintain records of


expenditures incurred

along with the supporting documents, track


expenditure by activity heads, etc.

Professional 2)Ensure utilization of project funds as per the


Financial terms of SOP’s and furnish annual utilization
C certificate along with annual audited financial
management &
support services statements for the project funds

3) Statements of expenditures (SOE), compiling


and preparing consolidated progress reports for
the office related expenditure. Preparation of
budget estimation for DDU-GKY and any special
project.

Page 16 of 42
4) Disbursement scheduling and timely fund
transfer; management accounting by ensuring
regular update, periodical review; reporting of the
finance information system.

5) Develop Annual Plan of Operations and Fund


Management: The TSA will develop its annual
operation plan and quarterly plans, with the
budget.

6)Monthly verification of Cash Outflows from the


Project Account, Concurrent financial monitoring
procedures, Annual Financial Audit & Financial
Audit for project closure.

1)The TSA shall improve upon and support in


developing a comprehensive internet-based MIS
for the HMMU for Skill Development
Management System

2) Maintenance and update on MPR and ERP


portal of GoI. Maintenance of youth data base.
Management
D information 3) Establishing a integrated finance tracking
system (MIS) module.

4) Maintain overall data source efficient


coordination, control, analysis and informed for
enhancing strategic and tactical planning.

5) Periodical distribution of the electronic data to


HMMU on the project monthly progress.

4) Design a robust placement plan for the project


at UT and District level to ensure employment
of youth as per the requirements of DDU-GKY
SOP’s.
5) Plan and chart out monthly, quarterly and
annual Placement targets and ensure effective
Placement achievement of targets.
E tracking and 6) Effectively coordinate placement with
Placement Managers of Training Partners –
Monitoring
work in-line with the DDU-GKY manual to
provide necessary support for quality
placement of trained candidates and ensuring
the welfare of the migrated candidates
including international placements.
7) Establish new contacts with various
corporate/industries for the purpose of

Page 17 of 42
expanding employment opportunities for
students and wider industry engagement in
the program.
8) 100% Post placement tracking mechanism
and regular review.
9) Desk and Physical Verification on monthly
basis.
Grading of
1) Physical infrastructure quality, Batch training
Project
F quality, Placement quality and Project execution
Implementing
quality.
Agency

Executing 1) Preparation of strategic plan PIA wise.


Effective 2) Identifying best practices for Village
G
mobilization panchayat saturation, Screening and selection,
strategies Counseling, &, Training management

1) To create strong partnership with placement


agencies. Ensuring placement to all trained
candidates.

2) Establishing industrial connect for minimum


of 10 major industries.

3) Organizing Alumni meets.

4) Placement tracking of all candidates.

5) Ensuring strict compliance of SOP’s by PIAs.

6)Financial audit at regular intervals.


Performing role
H 7) Monitoring and half yearly evaluation of PIAs
of a TSA
8) Capacity Building of all Stake Holders.

9) Documentation of all activities.

10) Operational Management plan.

11) IEC plan and execution including virtual job


mela.

12) Establishment of a grievance mitigation cell.

13) Act as a channel to resolve PIA grievance and


bring up feedbacks, suggestion from PIA to
HMMU.

Page 18 of 42
14) Maintain grass root connection and
document feedback from the stake holders.

15) Closure of all the under-closure projects in a


time bond manner as per the
procedures/protocols laid down in the
SOP’s/Guidelines/notification of the scheme.

16) Monitoring of all the ongoing projects vis a vis


PPWS.

17) Financial monitoring of all the ongoing


projects as regards SOP/Guidelines of the
scheme.

18)Facilitate/Monitoring Assessment &


Certifications

D. DURATION OF CONTRACT:
The contract period shall be for 02 years (Two years) or co-
terminus with project whichever is earlier and extendable further
on mutual consent based on the satisfactory performance of the
TSA. Notwithstanding above, the contract may be terminated at
any point of time by HMMU owing to, but not limited to, deficiency
of service, sub-standard quality of specialists deployed, breach of
contract, reduction or cessation of the requirements of work with
no liability to the HMMU. Termination of contract without notice
is an internal power of HMMU that cannot be questioned in the
court under any law.

E. WORK SCHEDULE, TRAVEL ALLOWANCE AND DEARNESS


ALLOWANCE:

a) Working Conditions, Leave, etc. for deployed person: The TSA shall
follow HMMU working conditions. In case of exigency the TSA shall
provide alternative services for the employee who is on
leave/absent.
b) Travel, TA/DA Norms: The TSA shall follow TA/DA norms as per
HMMU policy (JKRLM Financial Manual). Deployed staff would
follow the Travel, TA/DA norms etc. Tour/travel requests of the
deployed staff would be sanctioned by the Chief Operating Officer
or an Officer designated by COO, HMMU.

Page 19 of 42
F. FACILITIES AND SERVICE TO BE PROVIDED BY HMMU:

a) HMMU shall make available all program documents including


Annual Action Plan, Budget Forecast & Financial and
procurement manual.
b) HMMU would provide working office space including drinking
water and toilet facility for men and women.
c) The TSA shall be responsible to provide all the hardware and
software for the purpose of this assignment including the
availability of internet facility.

G. REVIEW AND MONITORING OF THE ASSIGNMENT:

The performance of the TSA will be judged on monthly basis based


on work done against work assigned by Chief Operating Officer,
HMMU. The monthly deliverables and performance of the TSA will
be one of the judging factors for payment and continuation of
service. TSA performance will be reviewed quarterly for which a
review mechanism shall be put in place. TSA has to deliver the
services on monthly, quarterly and yearly basis, during review if
there are any shortfalls, penalty will be imposed for non-
performance before invoking the termination provision. The
observation of HMMU in the review meeting shall be complied by
the TSA and accordingly complete the assignment at no additional
cost.
The work of the TSA and the final output / deliverables submitted
by the TSA would be reviewed by the following committee and TSA
shall comply with the observation and comments within 7 days.

Members and reviewing committee may be following or as decided


by the COO:
A. Chief Operating Officer-Chairman
B. SPM (Finance and Proposal Examination)-Member
C. SPM(Admin)-Member Secretary
D. SPM ( Skill Training & Learning Management)-Member
E. Project Manager/Project Officer, CTSA –Member
F. Any other representative as replacement or additional
member as per the recommendation of the Chief Operating
Officer.

H. PENALTY:

Any default of TSA will be reviewed seriously. Submission of


reports and other deliverables will be strictly as per the timelines
provided. In case of any serious default, penalty of 5 % of the

Page 20 of 42
annual contract value will be imposed. The maximum amount of
penalty imposed for the whole of the services is five percent (5%)
of total contract value. If it exceeds 5% of total contract value,
contract will be terminated without issuing any notice.

I. Composition of TSA Team:-

To ensure quality, the selected TSA shall comprise of high caliber


team for management support in the areas of financial
management and procurement management, operations
management, etc. Brief information on the qualification
requirements and the key responsibilities of the team members
are available in the Annexure-I.

List of Resources to be deployed by TSA at HMMU

S. Number of
Positions Level
No. resources

Key Experts

1 Team Leader 1 L2

2 Project Consultant-Mobilization, Counseling, Job 1


L3
Fair & Capacity Building

3 Project Consultant Manager-M&E 1 L3

4 Project Consultant-Placement 1 L3

5 Project Consultant -MIS 1 L3

6 Project Consultant -IEC, Branding & Knowledge 1 L3


Management

7 Project Consultant – Finance 1 L3

8 Project Consultant -Legal 1 L3

Non-Key Experts

1 Support Consultant – Finance & Accounts 2 L4

2 Support Consultant Placement/M&E 1 L4

Total 11

Page 21 of 42
6 ELIGIBILITY:

The Bidder must fulfill all the criteria/conditions mentioned in this


section. We are looking for Technical Supporting Agency (TSA) comprising
team leaders and other team members in different roles under different
schemes of Rural development department and Panchayati Raj.

The Bidder must be a Reputed, Resourceful and Experienced


TSA Firm/Organization/Company/Private Limited/PSU registered in India
and shall operate in conformity with the provisions of laws in India.

ELIGIBILITY CONDITIONS

S.No Requirement Evidence

1. Bidder should be registered in India and Documentary Proof


should be registered entity with minimum
5 years of existence on the day of bid
submission.

2. Only Sole bidders are allowed; no Documentary Proof


consortiums or JVs allowed

3. Bidder should not have been blacklisted Undertaking on letter


by any of the state or central Govt. head.
Organization.

4. Bidder should not have been found guilty Undertaking on letter


of any criminal offence by any court of head.
law.

5. Bidder should not have a conflict of Undertaking on letter


interest in the assignment. head.

6. Compliance with the code of integrity. Undertaking on letter


head.

7. Average annual turnover of the bidder for CA Certificate and


last three years shall not be less than Rs. Balance sheet.
5 crores (Five crores Only), ending march
2023. The Bidder should not have
incurred any loss during the last three
financial years ending on the financial
year 2022-2023.

8. GST Registration Documentary Proof

9. PAN Registration Documentary Proof

Page 22 of 42
10. MSMEs Registration with concerned Documentary Proof
Ministry to be provided if the bidder is
MSME.

11. EPF/ESIC Registration Documentary Proof

12. Bidder should have at least 2 completed Documentary Proof


works of TSA assignment of fee equivalent
of Rs 1.00 Crore in the last five years in
any of the schemes of GOI or state/UT
government.

13. EMD is exempted for MSMEs with Documentary Proof


declaration only otherwise attach EMD

 Copy of each of the above proofs required is to be submitted


along with the technical bid.

 In case any of these documents listed above is not submitted,


bid shall stand rejected.

Eligibility criteria for Key and Non experts:

Position Team Leader

No of positions 1

Program Management, Team Leadership, Skill


Area of Specific
Development, Livelihood Promotion, Capacity Building,
Expertise required
Monitoring & Evaluation

- Should be an MBA/PGDM/MSW or post-


graduate in management with minimum 07 years
of work experience.
- Should have minimum 5 years of experience in
managing large scale programmes/schemes of
GOI/State/UT government
Minimum - Working experience with government agencies,
Qualification and providing advisory/consulting services to
Professional government agencies
Experience required - Experience in managing DDUGKY program would
be preferred
- Should have managed a team of 10+ members
- Should have worked in leadership roles in the
areas of skill development, livelihood promotion,
capacity building, and implementation support
for central/state schemes, program management
and monitoring.

Page 23 of 42
- The candidate should be willing to travel as &
when required.
- Project guidance & direction for implementation
of the program across the State;
- Regular reviews & updates to HMMU;
- Quality control & assurance;
- Project tracking and issue resolution;
- Coordination with MoRD, GoI and other
stakeholders in skills such as
NSDC/NSDA/MSDE/ SSCs etc;
Key Responsibilities
- Coordinate internal resources and third
parties/vendors for the flawless execution of
projects;
- Assist in the definition of project scope and
objectives, involving all relevant stakeholders and
ensuring technical feasibility, manage changes to
the project scope, project schedule and project
costs using appropriate verification techniques;
- Perform any other duties assigned by HMMU;
Duration of
Full time as per contract.
Engagement

Project Consultant – Mobilization, Counseling, Job


Position
Fair & Capacity Building

No of positions 1

Area of Specific Skill Development, Livelihood Promotion, Capacity


Expertise required Building, Mobilization and Counseling

- MBA/Postgraduate in Rural
Development/MSW/Management/any other
relevant field
- Should have minimum 5 years of post-
qualification experience in relevant fields such as
social mobilization of rural youth and counseling
- Must have strong interpersonal skills and the
Minimum
ability to work in the area of community
Qualification and
engagement, mobilization and counseling of
Professional
youth
Experience required - Should be familiar with the local language
- The candidate should be willing to travel and stay
at GP level as & when required.
- Working experience in government projects/skill
or rural development assignment would be given
preference
- Experience in managing DDU-GKY program
would be preferred.

Page 24 of 42
- To devise the mobilization plan for the project;
- Overseeing engagement of all stakeholders such
as GPs, District Level Officers
- Provide handholding support to PIAs in planning
Key Responsibilities mobilization, preparation of counseling modules,
adoption and documentation of counseling-
related good practices
- Deliver high quality counseling and techniques
for effective program outreach / student
mobilization
- Work closely with IEC and Branding team to
prepare outreach plan;
- Plan and strategize various capacity building
initiatives across the thematic areas;
- Support in conducting capacity building training
for PIAs, HMMU officials and UT, District and
Block Level etc;
- Implement and Monitor Recruitment & Staffing
Solutions:
- Conduct Capacity Building program for the
project resources deployed across the
levels/locations.
- Conflict Resolution and Grievance Redressal
- Perform any other duties assigned by HMMU
Duration of
Full time as per contract.
Engagement

Position Project Consultant - Placement

No of positions 1

Area of Specific Placement and trainee tracking, Skill Development,


Expertise required Industry Partnership.

- MBA/Postgraduate in Rural Development/MSW


- Should have minimum 5 years of post-
qualification experience in skill development,
placement and entrepreneurship support
- Working experience in government projects/skill
or rural development assignment would be given
Minimum
preference
Qualification and
- Experience of working in DDUGKY program in
Professional
preferable
Experience required - Should possess good working knowledge of MS-
Office
- Must have strong interpersonal skills and the
ability to communicate confidently and
coherently
- The candidate should be willing to travel as &
when required.

Page 25 of 42
- Design a robust placement plan for the project at
State and District level to ensure employment of
youth as per the requirements of DDUGKY SoP’s;
- Achieve monthly, quarterly and annual
Placement targets
- Effectively coordinate Placement with Placement
Managers of Training Partners – work in-line with
the DDU-GKY manual to provide necessary
support to migrated candidates
- Placement Verifications
- Develops new contacts with various
corporates/industries for the purpose of
expanding employment opportunities for
students and wider industry engagement
Key Responsibilities
- Review and supervise the recruitment and
interviewing processes as well as resume referral
and job-listing services for candidates
- Post placement tracking mechanism and regular
review;
- Develop and harness partnerships with various
corporate/industries across the sectors;
- Support in engaging Industry Partners in the
training delivery system;
- Support and drive captive employers to engage
with HMMU as PIAs;
- Review and supervise the On-Job-Trainings;
- Support in establishment of Migration Support
Centers across major placement locations;
- Perform any other duties assigned by HMMU
Duration of
Full time as per contract
Engagement

Project Consultant – IEC, Branding & Knowledge


Position
Management

No of positions 1

Area of Specific Branding, IEC Planning, Marketing & Promotions,


Expertise required Livelihood and Skill Development

Page 26 of 42
- MBA in marketing/masters in mass
communication/Media/ any relevant masters
degree
- Should have minimum 5 years of experience,
ideally in a managing project promotion, IEC and
Branding;
Minimum
- Should be proficient in local language and
Qualification and
English
Professional
- Working experience of managing community
Experience required outreach programs in government projects/skill
or rural development assignment would be given
preference;
- Developed various communication materials and
knowledge products
- Should have working knowledge of MS Office,
Photoshop or any other media softwares;
- Assist HMMU in all IEC activities related to the
DDU-GKY
- Devise plans for various macro and micro level
IEC initiatives to promote the program and
ensure deep outreach at grassroots level;
- Develop system for Knowledge Management in
Key Responsibilities which provides the insights for policy
formulation, best practices, pilot studies etc;
- Take care of all publicity activities through
different mediums including social media;
- Work closely with Mobilization team to strategize
and execute program promotion for mobilization
of youth;
- Perform any other duties assigned by HMMU
Duration of
Full time as per contract
Engagement

Page 27 of 42
Position Project Consultant – Monitoring & Evaluation

No of positions 1

Area of Specific Project Monitoring and Evaluation, Skill development,


Expertise required livelihood promotion,

- MBA/Engineering/Postgraduate in
Mathematics/Rural Development/ MSW/
Statistics/ Economics/ Any related technical/
business masters degree
- Minimum 5 years of post-qualification experience
in the development sector with proven expertise
in monitoring and evaluation of projects
- Expertise in developing and implementing web-
Minimum
based monitoring and evaluation frameworks to
Qualification and
track project progress against outcomes;
Professional
designing and drafting impact assessment
Experience required reports
- Should have working knowledge of MS Office.
- Should be proficient in local languages and
English
- The candidate should be willing to travel and stay
at GP level as & when required.
- Working experience in government projects/skill
or rural development assignment would be given
preference
- Responsible for identifying requirements and the
data sources for monitoring of the program
- Devise plan for regular monitoring of training
centres and its physical inspection plan;
- Develop monitoring/performance sore cards
basis relevant success criteria
- Develop and implement evaluation techniques
and forecasting models to address demand and
supply gaps in training and employment by
Key Responsibilities
leveraging technology
- Monitoring daily functions performed by PIAs and
suggest mechanisms for effective delivery of the
program within agreed timeline
- Designing dashboards to map project progress
against outcomes
- Conduct inspection of training centers
- Assist HMMU in coordinating Assessments &
Certifications and monitoring thereof
- Perform any other duties assigned by HMMU
Duration of
Full time as per contract
Engagement

Page 28 of 42
Position Project Consultant – Legal Consultant

No of positions 1

Providing legal support to various organizations, Govt.,


Area of Specific
Semi-Govt. or PSUs on various matters related to project
Expertise required
implementation

- Should possess either LLM or Company Secretary


degree from a reputed institute or university.
- Minimum 5 years of post-qualification experience
Minimum in providing legal support to various organization
regarding various legal matters out of which at
Qualification and
least 3 years working experience with Govt./
Professional Semi-Govt./Donor Agency/ PSUs or Govt. owned
Experience required bodies in providing legal matter support in various
type of cases.
- Working experience with Skill Development or
DDUGKY units in any state of India will be an
added advantage.
The incumbent would be responsible for: Providing
support to HMMU and specially to DDUGKY cell in all
Key Responsibilities legal matters.

Perform any other duties assigned by HMMU.


Duration of
Full time as per contract
Engagement

Position Project Consultant - Finance

No of positions 1

Finance Management, Procurement Support, Skill


Area of Specific
Development, Livelihood Promotion, Capacity Building,
Expertise required
and Implementation

- Should be a CA/ICWA/MBA Finance with minimum


of 05 years of experience, ideally in a project related
set-up
Minimum - Prepare necessary financial reports including budget
Qualification and preparation, maintaining books of accounts,
Professional statement of expenditure etc., along with the financial
statement i.e. ability to establish recognized
Experience required
procedures to account for fund use
- Experience in skilling projects would be preferred;
- Experience in managing financial and accounting
system of Government/PSUs/IFIs

Page 29 of 42
- Proficient in MS Office, particularly Excel and other
important finance related applications

- Responsible to drive revenues and key financial


metrics for the project;
- Creation of long-term strategy for project scoping,
estimations and pricing;
- Deep understanding of Core Finance and
Procurement processes;
- Creation of financial manual;
- Generation of internal and external financial reports
as per requirements (PFMS/SNA Reports);
- Preparation of Budget Forecast for the following year.
- Monthly preparation of IFD/Financial progress
reports of the mission
- Review of MVR on monthly basis and furnishing of
reports thereof in respect of each implementing
agency.
- Conduct of FMA and Annual Audits of the PIAs.
- Undertaking review of Utilization Certificates (UCs)
submitted by partners
- Conduct of Financial Verifications on the account of
PIAs and submission of observations thereto as per
Key Responsibilities SOP/Guidelines.
- Disbursement scheduling and timely fund transfer;
- Bid evaluation and appraisal received for
empanelment of new partners
- Management accounting by ensuring regular update,
periodical review, reporting of the finance information
system, Release and management of expression of
interest (EOIs), request for Bid release of
advertisement and tender notices
- Providing operational support in relation to
procurement, contracting and contractor
management
- Facilitating expenditure reviews to identify
opportunities to add value through improved
procurement
- Coordination with MoRD, GoI to ensure timely release
of funds for the project;
- Proposal examination.
- Liaising with MoRD resource (Mission Manager-
Fianace) for timely preparation and submission of
information as sought for, by the ministry.
- Perform any other duties assigned by HMMU

Page 30 of 42
Duration of
Full time as per contract.
Engagement

Position Project Consultant – MIS

No of positions 1

Area of Specific
Skill Development and IT
Expertise required

- Should be a B-Tech/MBA/Postgraduate in Rural


Development/MSW/MCA degree with minimum of 05
years of experience in IT and MIS management;
Minimum - Should be an expert in MS-EXCEL and handle large
Qualification and volume of data analytics;
Professional - Experience of working in at least one project using
web-based monitoring and evaluation tools
Experience required
- Experience in working on web-based MIS platform
preferably on livelihoods/skill development/rural
poverty reduction program

- End to end process in handling MIS, data


management and reporting;
- Preparation and presentation of monthly and
quarterly MIS reports;
- Designing various formats, templates, dashboards,
etc. for comprehensive monitoring
- Monitoring and evaluation of training outcome;
Key Responsibilities - Coordinating activities of existing PIAs by tracking
their overall performance
- Scorecard development and analysis
- Development and implementation of frameworks for
quality assurance in infrastructure, trainers,
curriculum etc.
- Working towards standardization of internal
processes and preparing SOPs for the same
- Build a platform to track project performance
Duration of
Full time during complete project duration
Engagement

Non-Key Experts:

Position Support Consultant – Finance & Accounts

No of positions 2

Finance Management, Procurement Support, Skill


Area of Specific
Development, Livelihood Promotion, Capacity Building,
Expertise required
and Implementation

Page 31 of 42
- Should be a CA (Inter)/Master’s in Commerce/MBA
Finance with minimum of 03 years of experience,
ideally in a project related set-up
Minimum - Prepare necessary financial reports including budget
Qualification and preparation, maintaining books of accounts,
Professional statement of expenditure etc., along with the financial
Experience required statement i.e. ability to establish recognized
procedures to account for fund use
- Experience in skilling projects would be preferred;
- Experience in managing financial and accounting
system of Government/PSUs/IFIs
- Support thematic manager to manage accounts and
key financial metrics for the project;
- Deep understanding of Finance and Accounting
processes;
- Generation of internal and external financial reports
as per requirements;
- Undertaking review of Utilization Certificates (UCs)
Key Responsibilities submitted by partners
- Disbursement scheduling and timely fund transfer;
- Bid evaluation and appraisal received for
empanelment of new partners
- Management accounting by ensuring regular update,
periodical review, reporting of the finance information
system, Release and management of expression of
interest (EOIs), request for Bid, release of
advertisement and tender notices
Duration of
Full time during complete project duration
Engagement

Position Support Consultant – Placement/M&E

No of positions 1

Placements, Skill Development, Livelihood Promotion,


Area of Specific
Capacity Building, Project Monitoring and Evaluation,
Expertise required
and Implementation

- MBA/Postgraduate in Rural Development/MSW/Any


related technical/business master’s degree
- Should have minimum 03 years of post-
qualification experience in skill development,
placement, entrepreneurship support and M&E.
Minimum - Working experience in government projects/skill
Qualification and or rural development assignment would be given
Professional preference
Experience required - Experience of working in DDUGKY program in
essential;
- Should have demonstrable experience in
managing employers, conducting placement
drives and campus interviews;
- Expertise in developing and implementing web-
based monitoring and evaluation frameworks to

Page 32 of 42
track project progress against outcomes;
designing and drafting impact assessment reports
- Should possess good working knowledge of MS-
Office
- Must have strong interpersonal skills and the
ability to communicate confidently and
coherently.
- The candidate should be willing to travel as &
when required.
- Achieve monthly, quarterly and annual Placement
targets
- Effectively coordinate Placement with Placement
Managers of Training Partners – work in-line with the
DDU-GKY manual to provide necessary support to
migrated candidates
- Develop and analyses business opportunities with the
HMMUs for Staffing services
- Develops new contacts with various
corporates/industries for the purpose of expanding
employment opportunities for students and wider
industry engagement
- Review and supervise the recruitment and
interviewing processes as well as resume referral and
job-listing services for candidates
Key Responsibilities
- Post placement tracking mechanism and regular
review;
- Capacity building of trainers and placement officers;
- Identifying requirements and the data sources for
monitoring of the program
- Assist in Devising plan for regular monitoring of
training centers and its physical inspection plan;
- Monitoring daily functions performed by PIAs and
suggest mechanisms for effective delivery of the
program within agreed timeline
- Designing dashboards to map project progress against
outcomes
- Conduct inspection of training centres
- Assist in coordinating Assessments & Certifications
and monitoring thereof
- Perform any other duties assigned by HMMU

6.1 EVALUATION OF TECHNICAL PROPOSAL:

- The Technical Evaluation shall be based on the parameters and weight age as
mentioned in the Table below. The evaluation committee appointed by the
Department will carry out the evaluation of Proposals. The department may
seek specific clarifications from any or all Agencies at this stage and will take a
20 minute presentation from each bidder. The Department shall determine the
Agency that qualifies for the next phase after reviewing the clarifications
provided by the Agencies. Each evaluated proposal will be given technical
score(St) as detailed below.

Page 33 of 42
NOTE:- Technical Proposal must not include any financial
information failing which the Proposal will be rejected.

S.No Particulars Max Marks Criteria


01 The Bidder should be a 5-7 years- 5 marks
Registered Company 10 7-10 years-7marks
Above 10 years-10 marks
02 Total experience of the Firm/the 5-7 years- 5 marks
relevant Field- manpower 10 7-10 years-7marks
Services Above 10 years-10 marks
03 Specific experience of manpower 2 assignments 5 marks
services to Central Govt./State 3 assignment 10 marks
15
Govt./PSUs/ Public Limited More than 3
Companies in last five Years assignment 15 marks
04 The agency must have 5 Cr- 10 Cr-5 marks
minimum average annual 10Cr-15 Cr -7 marks
turnover of Rs. 5 crore during Above 15 Cr -10 marks
the last three financial years (FY
2020-21,2021-22& 2022-23). 10
Last three years
balance sheet/Audited
Statement of Account shall need
to be submitted
05 The bidder should have ISO 2.5 marks each
9001:2015, ISO 9001:2008,
10
ISO/IEC 20000, ISO27001:2013
Certification
06 The Agency should have Head A copy of proof may be
Office or a Local Office located in 10 attached
Jammu & Kashmir UT
07 The Bidder should have digital Methodology be attached
talent acquisition platform to
10
manage entire talent acquisition
life cycle
08 Presentation 25

The purchase committee shall have the business presentation


through virtual mode/in person, for which an email shall be
sent on registered email address.

Qualifications of key personnel to be allocated to the project.


All or part of the team will need to be stationed in the UT of
J&K during the project duration.

6.2 EVALUATION:

In Quality and Cost Based Selection method (QCBS),


minimum qualifying marks (70 out of maximum 100
marks) as a benchmark for quality of the technical
Page 34 of 42
proposal is prescribed and indicated in the RFP along
with a scheme for allotting marks for various technical
criteria/attributes. During evaluation quality score is
assigned out of the maximum 100 marks to each of the
responsive bids as per the scheme laid out in the RFP.
Financial proposal are then opened for only eligible and
responsive offers and are also given a cost-score based
on relative ranking of prices, with 100 for the lowest and
pro-rated lower marks for higher priced offers. The total
score shall be obtained by weighting the quality and cost
scores and adding them.

The bid price will include all taxes as applicable and shall
be in Indian Rupees. Prices quoted in the bid must be firm
and final, and shall not be subject to any modifications
on any account whatsoever. The TEC (Tender Evaluation
Committee) will correct any computational errors. When
correcting computational errors, in case of discrepancy
between partial amount and the total amount, or between
word and figures the former will prevail. All required items
must be priced accordingly in the financial bid.
For the purpose of evaluation, the total evaluated cost
shall be inclusive of all taxes &duties for which the
Department will make payment to the consulting firm
including overhead expenses, such as travel,
accommodation, logistics, training/workshop,
preparation of reports / formats, printing & other
secretarial expenses etc., which will be shown as part of
service charges in the financial bid.

6.3 EVALUATION OF FINANCIAL PROPOSAL:

The cost indicated in the Financial Proposal shall be deemed


as final and reflecting the total cost of services and should be
stated in INR only. If any, in cost in go for any item shall not
entitle the applicant to be compensated and the liability to
fulfill its obligations as per the terms of reference within the
total quoted prices shall be that of the applicant. The lowest
Financial Proposal (Fm) will be given financial score (Sf) of the

Page 35 of 42
other Financial Proposals will be determined using the
following formula.
Sf = St x Fm/F;
In which SF is the Financial Score, Fm is the lowest Financial
Score and F, if the Financial Proposal (in INR) under
consideration. Proposal will finally be ranked in accordance
with their combined technical (St) and financial (Sf) score:
S=St x Tw + Sf x Fw;
Where S is the combined score and Tw and Fw are weights
assigned to Technical proposal and Financial proposal that will
be 0.70:0.30. The applicant achieving the highest combined
technical and financial score will be the successful applicant
and will be issued the Work order(The Successful Applicant).
After opening the Financial Bid, if Department of Rural
Development & Panchayati Raj, UT of Jammu & Kashmir
can/may reject any unreasonable/outlier bids where it feels
that the services cannot be offered in that price. This will be
sole discretion of Department and are not liable to give any
explanation.

6.4 DELIVERY TERMS:

i. Recruitment process needs to be started immediately and


completed within 1 month from the date of selection of Agency.
ii. Any delay in recruitment process will entail penalty on the
hired agency to the extent of project cost proportionate to the
period of delay vis-à-vis project duration.
iii. Delay beyond 2 months in hiring of the entire team shall lead
to termination of contract and forfeiture of Performance Bank
guarantee, after giving opportunity of being heard to the
agency.

6.5 Performance Bank Guarantee: (PBG)

Within 7 days of notifying the acceptance of a proposal for


award of contract, each qualified bidder shall have to furnish
a Performance Bank Guarantee amounting to 6.25% of the
annual contract value from a scheduled/commercial bank in
favour of “Chief Operating Officer, Himayat Mission
Management Unit, Department of Rural Development &

Page 36 of 42
Panchayati Raj, J&K”, PBG must be valid from the date of
effectiveness of the contract to a period of 12 months beyond
the expiry of contract as its commitment to perform services
under the contract .Failure to comply with the requirements
shall constitute sufficient grounds for the forfeiture of the PBG.
The PBG shall be released after 3 months of expiry of contract
provided there is no breach of contract on the part of the
qualified bidder. No interest shall be paid on the PBG and no
exemption on PBG will be allowed.

7. OPENING OF PROPOSAL:

i. Technical Proposals shall be opened as per RFP on scheduled


date at HMMU-JKRLM, office, in the presence of Bidders or
their authorized representatives who choose to attend the
opening of Bids.
ii. The date of opening of Financial Bid will be intimated to the
technically qualified bidder.
iii. The Evaluation committee shall determine whether the
Financial Bids are complete, unconditional and free form any
computation error.
iv. Cost indicated in the Financial Bid shall be treated as final and
reflecting the total cost of services.

8. AWARD OF WORK:

i. Work shall be awarded to the Bidder with the highest


cumulative score calculated as per the method provided in RFP
schedule in terms of the aforementioned terms and conditions
and decision of Department of Rural Development &
Panchayati Raj, UT of Jammu & Kashmir shall be final &
binding.
ii. Department of Rural Development & Panchayati Raj, UT of
Jammu & Kashmir reserves the right to accept or reject any or
all the proposals assigning any reason.
iii. Department of Rural Development and Panchayati Raj, UT of
Jammu & Kashmir also reserves the right to call for additional
information from the Bidders.

Page 37 of 42
9. TERMINATION UNDER THIS CONTRACT

COO Himayat may terminate the agreement by way of giving


30 days’ written notice to the Agencies in the following ways:

i. Termination by Default for failing to perform obligations under


the Contract or
ii. If the quality is not up to the specification or in the event of
non-adherence to time schedule.
iii. Termination for Convenience in whole or in part thereof, at any
time.
iv. Termination for Insolvency if the Agencies become bankrupt or
otherwise insolvent.
v. In all the cases above termination shall be executed by giving
written notice to the Agencies. No consequential damages
shall be payable to the Agencies in the event of such
termination

10. LEGAL JURISDICTION:


All legal disputes between the parties shall be subject to the
jurisdiction of the Courts situated in Jammu and Kashmir
only.

11. PROPOSAL FORMATS:


JKSPSA invites the Proposals for Selection of TSA for the
schemes under Deen Dayal Upadhyaya Grameen Kaushalya
Yojana (DDU-GKY), J&K. Bidders are required to submit
Proposals in the formats as given under: -
Annexure-1 Technical Bid Covering letter.
Annexure-2 Technical Form Checklist.
Annexure-3 Bidder’s Organization Details
Annexure-4 Financial Bid Format.

Page 38 of 42
Annexure-1 COVERNING LETTER.

Bidders are required to submit the covering letter as given here on their
letterhead.

To,
CEO & MANAGING DIRECTOR
J&K STATE PROCUREMENT & SUPPLY AGENCY
Department of Rural Development &PR

Subject: Selection of Technical Support Agency under Deen Dayal


Upadhyaya Grameen Kaushalya Yojana (DDU-GKY), J&K, J&K.

Dear Sir,

We, the undersigned, having carefully examined the referred


Request for Proposal, offer to provide the required services, in full
conformity with the said Request for Proposal.
We have read all the provisions of Request for Proposal and
confirm that these are acceptable to us.
We further declare that additional conditions, variations,
deviations, if any, found in our proposal shall not given effect to.
We agree to abide by this Proposal consisting of this letter our
Technical and Commercial Proposals, for a period of 120 days from the date
fixed for submission of Proposals as stipulated in the Request for Proposal
and modifications resulting from Work Order negotiations, and it shall
remain binding upon us and may be accepted by you at any time before the
expiry of that period.
Until the formal final Work Order is prepared and executed
between us, this Proposal, together with your written acceptance of the
Proposal and your notification of award, shall constitute a binding Work
Order between us.
We hereby declare that all the information and statements
made in this Proposal are true and accept that any misrepresentation or
misinterpretation obtained in it may lead to our disqualification.
We understand you are not bound to accept any proposal you
receive, not to give reason for rejection of any proposal and that you will not
defray any expenses incurred by us in bidding.
Banker’s Cheque/Demand Draft No._______________
dated:_______________ drawn on __________________ for Rs.____/- is enclosed
toward EMD.

Yours Faithfully

Date
Signature.

Page 39 of 42
Annexure-2 TECHNCIAL FORM CHECKLIST

ELIGIBILITY CONDITIONS
S.No. Requirement Evidence
1. Bidder should be registered in India and Documentary Proof
should be registered entity with minimum
10 years of existence on the day of bid
submission.
2. Only Sole bidders are allowed; no
consortiums or JVs allowed
3. Bidder should not have been blacklisted Undertaking on letter
by any of the state or central Govt. head.
Organization.
4. Bidder should not have been found guilty Undertaking on letter
of any criminal offence by any court of head.
law.
5. Bidder should not have a conflict of Undertaking on letter
interest in the assignment. head.
6. Compliance with the code of integrity. Undertaking on letter
head.
7. Average annual turnover of the bidder for CA Certificate and
last three years shall not be less than Rs. Balance sheet of the
5 crore (Five crore Only), ending march bidder.
2023.The Bidder should not have
incurred any loss during the last three
financial years ending on the financial
year 2022-2023.
8. GST Registration Documentary Proof
9. PAN Registration Documentary Proof
10. MSMEs Registration with concerned Documentary Proof
Ministry to be provided if the bidder is
MSME
11. EPF/ESIC Registration Documentary Proof
12. Bidder should have at least 2 completed Documentary Proof
works of TSA assignment of fee equivalent
of Rs 1.00 Crore in the last five years.
13. EMD is exempted for MSMEs with Documentary Proof
declaration only otherwise attach EMD

Page 40 of 42
Annexure-3 BIDDER’S ORGANIZATION DETIALS.

DETAILS OF THE ORGANIZATION


S.no Particulars
1. Name
2. Date of Incorporation/Establishment
3. Date of Commencement of Business
4. Address of the Headquarters
5. Address of the Headquarters
6. Address of the Registered office in India
7. Area of expertise with request to this
Project
8. Contact Details (name, address, phone
no, & email)

FINANCIAL INFORMATION (ALL FIGURES IN LACS)


S.no FY 2020-21 FY 2021-22 FY 2022-23
1. Revenue in INR
2. Any other
information

Bidder’s shall provide the details in the above format.

Page 41 of 42
Annexure-4 FINANCIAL BID FORMAT

Sl. Item Quantity Units Estimated Percentage TOTAL


No. Description Rate in AMOUNT
Rs. P With
Taxes in
Rs. P

1 Cost of 1.000 Nos


Financial
Proposal
monthly
(excluding
GST)

Quote shall be exclusive of GST and other taxes as applicable.


GST would be payable at the applicable rates as may be in force from time
to time.

Signature of the Bidder with Seal

NOTE:- No cutting/overwriting in the Bid Documents shall be entertained


and shall also make the proposal invalid.

Signature of Authorized person.

Signature Not Verified


Digitally signed by SHUAIB ABDULLAH
Date: 2024.01.03 17:30:30 IST
Page 42 of 42 Location: Jammu and Kashmir-JK

You might also like