E-TEndEr documEnT for dYnAmIc modEL ProJEcTS for ...

38
1 E-TEndEr documEnT for dYnAmIc modEL ProJEcTS for SVSKP ScHEmE TO SHG & SE DEPARTMENT, Govt. of West Bengal Contract No : SHGSE/MPS/NITI/2NDCALL/2019 Sd/- Avik Chatterjee, WBCS (Exe)Deputy Secretary, SHG&SE Department Govt. of West Bengal

Transcript of E-TEndEr documEnT for dYnAmIc modEL ProJEcTS for ...

1

E-TEndEr documEnT for dYnAmIc modEL

ProJEcTS for SVSKP ScHEmE

TO

SHG & SE DEPARTMENT, Govt. of West Bengal

Contract No : SHGSE/MPS/NITI/2NDCALL/2019

Sd/- Avik Chatterjee, WBCS (Exe)Deputy Secretary, SHG&SE Department Govt. of West Bengal

2

Invitation for E-Tender :

1.1 E-Tender are invited by the SHG & SE Department from reputed bonafideagencies/firms/Contractors to “prepare dynamic model projects for SVSKP scheme”

1.2 Agencies of work against the tender is at the sole discretion of SHG&SE Department, Govt. of West Bengal.

1.3 Award of work against the tender is at the sole discretion of SHG&SE Department, Govt. of West Bengal.

1.4 The E-Bid shall have to be uploaded to https://wbtenders.gov.in/nicgep/app

1.5 Tender Documents shall have to be submitted to

https://wbtenders.gov.in/nicgep/app up to 11 A.M. on 17.11.19 and to be opened on 19.11.19 at 11.00 A.M.

1.6 SHG & SE Department reserves the right to accept or reject any or all quotations without assigning any reasons thereof and is not bound to award work to the lowest bidder.

1.7 Any form of canvassing shall be deemed as reason for disqualification.

1.8 Any disputes will be attended to within the jurisdiction of Kolkata.

Sd/-

Place : Kolkata Deputy Secretary

Date : 31/10/2019

3

REQUEST FOR PROPOSAL TO PREPARE DYNAMIC MODEL

PROJECTS FOR SVSKP SCHEME OF SHG&SE DEPARTMENT

The Department of Self Help Group and Self Employment has the mandate of Policy formulation and Coordination of all the Self Help Group and Self Employment schemes being run by all the departments including institutional (Banks, MFIs etc.) finance issues relating to those schemes.

The Department also runs its own schemes to finance entrepreneurs and

promote self-employment generation. The flagship scheme "Swami Vivekananda

SwanirbharKarmasansthanPrakalpa(SVSKP)'' is running all over the State to

create self-employment opportunities for unemployed youth including members

of backward classes, minorities and women. Unemployed youths on fulfilment of

certain criteria are given 30 percent subsidy by the government on Bank loans,

on which amount they don’t have to pay any interest.

To avail benefits under this scheme the entrepreneur has to submit a project

proposal detailing the financial picture of the project. It is very difficult for the

village level micro and small entrepreneurs to prepare such a technical

document. This leads to an additional cost being incurred in getting the report

prepared just for applying for the scheme.

To remedy this situation, the department of SHG&SE is inviting proposals from

reputed agencies with experience in making such projects to prepare a dynamic

bank of model project proposals that will be freely available on an online

platform.

1. Applicants (hereinafter referred to as “Bidders”) are required to submit only one application.

2. Details on the content services to be provided are mentioned in the Scope of work in this document

3. Bidders eligible as per qualifying conditions will be short listed based on the information provided by them. The short listed agencies will be invited to make a presentation to the Evaluation committee. The notice for shortlisting of agencies for technical presentation will be intimated individually.

4. The agencies will be selected as per the evaluation mechanism of this RFP.

4

5. SHG&SE reserves the right to reject any or all of the responses to this RFP without assigning any reason. SHG&SE takes no responsibility for delay, loss or non-receipt of response to RFP.

6. On the basis of scores given by the committee, it is envisaged to engage agencies for the services as per scope of work listed under “2.2” of this RFP

5

Contents SECTION 1: BACKGROUND ...................................................................................................................... 7

1.1 Background …………………………………………………………………………………………………………………………….7

1.2 About SVSKP …………………………………………………………………………………………………………………………..7

SECTION 2: OBJECTIVE AND SCOPE ........................................................................................................ 7

2.1 Objective ...................................................................................................................................... 7

2.2 Detailed Scope of Work: ............................................................................................................... 7

2.3 Project Deliverables: ..................................................................................................................... 8

SECTION 3: ELIGIBILITY CRITERIA ............................................................................................................ 9

3.1 General Eligibility .......................................................................................................................... 9

3.2 Pre- Qualification Criteria ............................................................................................................. 9

3.3 Earnest Money Deposit (EMD).................................................................................................... 10

SECTION 4: GENERAL INFORMATION ................................................................................................... 11

4.1 Disclaimer .................................................................................................................................... 11

4.2 Completeness of Response ......................................................................................................... 11

4.3 RFP Response Preparation Costs & related issues ...................................................................... 11

4.4 Right to Terminate the Process ................................................................................................... 12

4.5 Submission of Responses/Bids .................................................................................................... 12

4.6 Disqualification ........................................................................................................................... 12

4.7 Other Information ....................................................................................................................... 13

4.8 Consortium .................................................................................................................................. 13

4.9 List of Documents to be submitted as part of RFP ..................................................................... 13

4.10 Important Dates ........................................................................................................................ 14

SECTION 5: BIDDING PROCESS .............................................................................................................. 14

5.1 Introduction ................................................................................................................................ 14

5.2 Amendment of Tender Document .............................................................................................. 15

5.3 Clarification on Tender Document .............................................................................................. 15

5.4 Bid Opening Process ................................................................................................................... 15

SECTION 6: EVALUATION PROCESS ....................................................................................................... 15

6.1 Evaluation: .................................................................................................................................. 15

6.2 Method of Selection: .................................................................................................................. 16

6.3 Additional Information ................................................................................................................ 17

6.4 Negotiations ................................................................................................................................ 17

6.5 Award of Contract ....................................................................................................................... 17

6

SECTION 7: GENERAL CONDITIONS ....................................................................................................... 17

7.1 Penalties ...................................................................................................................................... 17

7.2 Performance Bank Guarantee ........................................................................................................ 18

SECTION 8: TERMS AND CONDITIONS .................................................................................................. 18

8.1 Nativity ........................................................................................................................................ 18

8.2 Relationship ................................................................................................................................ 18

8.3 Non Acceptance of bids: ............................................................................................................. 18

8.4 Fraud and Corruption .................................................................................................................. 19

8.5 Confidentiality ............................................................................................................................. 19

8.6 Indemnity .................................................................................................................................... 19

8.7 Amendment ................................................................................................................................ 20

8.8 Binding Clause ............................................................................................................................. 20

8.9 Agency’s Integrity ........................................................................................................................ 20

8.10 Agency’s Obligations ................................................................................................................. 20

8.11 Conflict of Interest .................................................................................................................... 20

8.12 Non-Disclosure Agreement ....................................................................................................... 20

8.13 Payment Process ....................................................................................................................... 21

8.14 Penalty: ..................................................................................................................................... 21

8.15 Force Majeure ........................................................................................................................... 21

8.16 Arbitration ................................................................................................................................. 22

8.17 Applicable Law .......................................................................................................................... 22

8.18 Jurisdiction of Courts ................................................................................................................ 22

8.19 Validity of the contract: ............................................................................................................ 22

ANNEXURE-1 ......................................................................................................................................... 22

ANNEXURE-2 ......................................................................................................................................... 30

ANNEXURE-3 ......................................................................................................................................... 31

ANNEXURE-4 ......................................................................................................................................... 32

ANNEXURE-5 ......................................................................................................................................... 33

ANNEXURE-6 ......................................................................................................................................... 34

ANNEXURE-7 …………………………………………………………………………………………………………………………………..36

7

SECTION 1: BACKGROUND

1.1. Background:

SHG & SE Department, Government of West Bengal has initiated a programme to streamline and make transparent the entire process of implementation of the SVSKP scheme. As a part of this process, it is desired to prepare model project reports with dynamic system for preparing project financials and available in public domain on department’s other websites as may be decided so the beneficiaries can download them and customize them according to their need. These model project reports could also be used for similar schemes of other agencies.

1.2. About SVSKP:

In the year 2001 GoWB introduced BSKP (Bangla SwanirbharKarmasansthanPrakalpa) scheme to provide financial assistance to unemployed youth of West Bengal for their self-reliance. Since then lakhs of unemployed youth have been benefited from the scheme and became successful micro entrepreneurs.

Now the scheme is being run in the name SVSKP (Swami Vivekananda SwanirbharKarmasansthanPrakalpa) by the Self Help Group & Self Employment Department of West Bengal.

SECTION 2:OBJECTIVE AND SCOPE

2.1 Objective The primary objective of the project is to assist the unemployed youth by

providing availability of bankable model schemes along with financial projections for reducing hassles and streamlining the project application process.

To minimize/eliminate of the financial expenses for preparation of such project reports by the intended micro-entrepreneurs to different professionals.

To support model project preparation for other agencies.

To disseminate the information on innovative and area specific business schemes.

2.2Detailed Scope of Work:

The SHG&SE department has prepared a list of over 300 types of projects that have been sanctioned in the past (attached as Annexure 1A). The Agency shall study the list and combine the projects which are of similar nature thereby shortening the list and making it more generic. The expected shortlist is of about 50 projects, which would be generic in nature. This shortened list will be approved by the department of SHG&SE.

8

This approved list of projects is the minimum number of model projects the Agency has to complete.

Once approved by the department of SHG&SE, Agency will prepare detailed project proposals for each of the projects in the approved list.

Agency will also prepare detailed project proposals on additional projects over and above the minimum number of model projects. They will be paid on per project basis.

Agency will categorise these projects amongst the following categories: Trade Manufacturing Services Others

Agency will do a demand supply assessment of these projects for each district/Sub-district of the state of West Bengal. Availability of raw materials needed, skilled manpower needed, and infrastructure needed, will also be assessed for each project, for each district. Are all the checklist parameters covered. Accordingly District/Sub-district wise list of recommended projects will be prepared. Agency shall prepare a Project Report Preparation System (Excel/ DBMS) which can automatically generate a project report upon receiving inputs from the user. Agency shall, for each project, design a few parameters (single or a combination of a number of parameters) to assess the permissible size of the project. For example, available land size with the applicant and the catchment area can be used to determine the size of retail trade feasible. For a manufacturing based project, a combination of the land available and the capital investment in machinery can be used to determine the size of such a unit. The Agency would have to link such determination of the size of the project with all the other variables required, and automatically populate other fields of the project report. In effect, simply upon entering few input parameters needed to determine the size of the project, an applicant should get a populated project report from the online platform.

Means of Finance of the enterprise must be clearly mentioned in the following heads

Promoter’s Contribution Government Subsidy Bank Loan

A checklist for examining the proposals is being also developed with the help of bankers improving the quality of cases and reducing uncertainty and delays in processing. The information required for that appraisal should be available in the project report.

Agency will be paid at a rate per project and separate rate for demand supply assessment for each area.

Duration of the project will be 3 months.

2.3 Project Deliverables:

One hard copy of each scheme is to be submitted Soft copy of each scheme is to be submitted Template for each scheme is to be prepared and submitted Demand supply assessment report for the project for each district/Sub-district

area identified by the department.

9

Main contents of the project will be follows: 1. Introduction 2. Project Proposal 3. Desirable Promoter Background 4. Industry Outlook and Trend 5. Market Potential 6. Proposed Size of the Project 7. Manufacturing Process 8. Technical Requirement 9. Operational Requirement 10. Man Power Requirement 11. Cost of the Project 12. Working Capital Requirement 13. Means of Finance 14. Machineries and Illustrative List of Suppliers 15. Profitability Statement 16. Implementation Schedule 17. Backward and Forward Linkages 18. Government Clearances 19. Training / Courses 20. Any other parameter as per the approved checklist for appraisal.

Project Report Preparation System which can automatically generate a populated project report upon receiving inputs from the user.

The System should be link-able with/hostable on the SVSKP/other scheme softwares so that data could be fetched and output may be exported to those systems in desired formats.

The system should have the provision of modifying the parameters to integrate any future requirements.

SECTION 3: ELIGIBILITY CRITERIA

3.1General Eligibility

3.1.1 The bidders should be agencies operating in India at least for the last

three financial years excluding the current financial year. 3.1.2 Each page of the document submitted in support of the criteria specified

in 3.2 below should be signed along with the seal of the organization indicating the name and designation of the authorized signatory of the organisation.

3.2 Pre- Qualification Criteria S.

No.

Basic Requirement Specific Requirements Documents

Required

1 Annual turnover The bidder’s total turnover in

India should be more than

Rs. 10 lakhs in each of the

last three years viz. 2016-17,

2017-18 and 2018-19.(Not

Extracts from the

audited Balance

sheet and Profit &

Loss; OR Certificate

from the statutory

10

applicable for Central & State

Govt. Institutes)

auditor

2 Technical Capability Experience of

developing project

report for availing

credit from financial

institution.

Experience of working

with Govt. of W.B. in

last 5 years.

Completion

Certificates from the

clients; OR Work

Orders+Self

Certificates of

Completion

3 Legal Entity Should be Company

registered under Companies

Act, 2013or Society

registered under the Society

Registration Act, 1860; or a

registered firm; or a

Partnership firm (an LLP), or

a proprietorship firm;

Copy of Certificate of

Incorporation (in case

of Company); or

Articles of

Association (in case

of registered firms);

or Certificates for

registration (in case

of registered society);

or Partnership deed

(in case of

partnership firm)

4 Blacklisting The company should not be

blacklisted by SHG&SE

department or any other

government organization

An undertaking (self-

certificate) that the

bidder hasn’t been

blacklisted by a

central / state

Government

institution and there

has been no

litigation with any

government

department on

account of similar

services must be

submitted.

3.3Earnest Money Deposit (EMD)

a) Bidders shall submit, along with their Bids, EMD of Rs. 50,000/-(Rs. Fifty Thousand only)in favour of WBSCL through NEFT/RTGS (ICICI BankPayment Gateway).EMD of all unsuccessful bidders would be refunded by SHG&SE without any interest within 1 month of the final selection. The EMD of successful bidder would be retained for the period of project completion.

11

i) The bid /proposal submitted without EMD, mentioned above, will be

summarily rejected.

ii) The EMD may be forfeited:

If a bidder withdraws its bid during the period of bid validity In case of a successful bidder, if the bidder fails to sign the contract

in accordance with this RFP.

SECTION 4: GENERAL INFORMATION

4.1 Disclaimer

1. This RFP is not an offer by SHG&SE, but an invitation to receive responses from

eligible interested Bidders for preparing dynamic bank of model project

proposals. No contractual obligation whatsoever shall arise from this process.

2. The evaluation shall be strictly based on the information and supporting

documents provided by the Bidders in the application submitted by them. It is

the responsibility of the Bidders to provide all supporting documents necessary

to fulfil the mandatory eligibility criteria. In case, information required by

SHG&SE is not provided by applicant, SHG&SE may choose to proceed with

evaluation based on information provided and shall not request the applicant for

further information. Hence, responsibility for providing information as required

in this form lies solely with applicant.

4.2 Completeness of Response Bidders are required to study all instructions, forms, requirements and other

information in the RFP documents carefully. Submission of the bid shall be deemed to

have been done after careful study and examination of the RFP document with full

understanding of its implications. The response to this RFP should be full and complete

in all respects. Failure to furnish all information required by the RFP documents or

submission of a proposal not substantially responsive to this document will beat the

Bidder's risk and may result in rejection of its Proposal.

4.3 RFP Response Preparation Costs & related issues The bidder is responsible for all costs incurred in connection with participation

in this process, including, but not limited to, costs incurred in conduct of in formative

and other diligence activities, participation in meetings/ discussions/presentations,

preparation of proposal, in providing any additional information required by SHG&SE

to facilitate the evaluation process. SHG&SE will in no case be responsible or liable for

those costs, regardless of the conduct or outcome of the bidding process. This RFP does

not commit SHG&SE to ward a contract or to engage in negotiations. Further, no

reimbursable cost may be incurred in anticipation of award or for preparing the

12

response to this RFP. All materials submitted by the bidder will become the property of

SHG&SE and may be returned completely at its sole discretion.

4.4 Right to Terminate the Process

SHG&SE may terminate the RFP process at any time and without assigning any

reason. SHG&SE makes no commitments, express or implied, that this process will

result in a business transaction with anyone. This RFP does not constitute an offer by

SHG&SE. The bidder's participation in this process may result in short listing the

bidders.

4.5 Submission of Responses/Bids

Any proposal received by the SHG&SE after the above deadline shall be rejected.

SHG&SE reserves the right to modify and amend any of the above-stipulated

condition/criterion depending upon project priorities vis-à-vis urgent commitments.

Bids shall consist of supporting proofs and documents as defined in the Pre-

qualification section. Bidder shall submit all the required documents as mentioned in

the annexure-3 including various templates. It should be ensured that various formats

mentioned in this RFP should be adhered to and no changes in the format should be

done. The response submitted by the bidder should be concise and contain only

relevant information as required.

4.6 Disqualification

SHG&SE may at its sole discretion and at any time during the evaluation of application, disqualify any applicant, if the applicant:

i)Submitted the application after the response deadline;

ii) Made misleading or false representations in the forms, statements and

attachments submitted in proof of the eligibility requirements;

iii)Exhibited a record of poor performance such as abandoning works, not

properly completing the contractual obligations, inordinately delaying completion or

financial failures, etc. in any project in the preceding three years;

iv)Submitted an application that is not accompanied by required documentation

or is non-responsive;

13

v) Failed to provide clarifications related thereto, when sought;

vi) Submitted more than one application on its own;

vii) Was declared ineligible/blacklisted by the Government of India/State/UT

Government;

4.7 Other Information

The client servicing team of the Agency must be available to SHG&SE office, Kolkata as

and when required by SHG&SE.

4.8 Consortium

Consortium is not allowed.

4.9 List of Documents to be submitted as part of response to RFP i) Checklist in the format given at Annexure-3.

ii) Covering letter on Agency’s letter head.

iii) EMD of specific amount as per category mentioned in para 3.3 above.

iv) Declaration in the format given in Annexure-1.

v) Annexure-2duly signed along with the seal.

vi)Aself-declaration stating that Agency has not been blacklisted/debarred/suspended

by any Central/State Government/PSU.

vii) Certificate of Registration/Incorporation/ Article of Association/ Partnership Deed.

viii) PAN & Service Tax Registration Certificate.

ix) Certified Annual Turnover for the FY 2016-17, 2017-18, 2018-19 and also PAN, GST

and IT Return for the financial year 2016-17, 2017-18 and 2018-19.

x) CVs of professionals as per proposed team structure in Annexure-4

xi) Financial proposal as per Annexure-7

14

xii) Any other supporting information that is relevant

All documents must be properly page numbered in continuous order and placed in the

same order as mentioned above, with a table of contents showing page numbers. The

response to RFP should be submitted in one hard copy (signed on every page) and one

soft copy on a CD. In case of any discrepancy, the signed hard copy version will prevail.

4.10 Important Dates

Serial No. Description Date& Time

1 Date of uploading of N.I.T. & other

Documents (online) (publishing Date)

02.11.2019

2 Documents download start date

(online)

04.11.2019(11 a.m.)

3 Bid submission start date 04.11.2019(11 a.m.)

4 Bid Submission closing (online) 18.11.2019(11 a.m.)

5 Bid opening date for Technical

Proposals (Online)

20.11.2019(11 a.m.)

6 Date for presentation for Technical

bid

20.11.2019 (2:00 pm)

7 Date of opening of financial bid.

21.11.2019(11 a.m.)

SECTION 5: BIDDING PROCESS

5.1 Introduction Bidders are advised to study the Bid Document carefully. Submission of the Bid will be

deemed to have been doneafter careful study and examination of all instructions,

eligibility norms, etc. given in the tender document with full understanding of its

implications. Bids not complying with all the given clauses in this tender document are

liable to be rejected. Failure to furnish all information required in the tender document

or submission of a bid not substantially responsive to the tender document in all

respects will be at the bidder’s risk and may result in the rejection of the bid. All the

bids must be valid for a period of 90days from the date of the RFP opening for placing

the initial order. If necessary, SHG&SE will seek extension in the bid validity period

beyond 90 days. The bidders, not agreeing for such extensions will be allowed to

withdraw their bids without forfeiture of their EMD.

15

5.2 Amendment of Tender Document 1. At any time prior to the last date for receipt of bids, SHG&SE, may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective

bidder, modify the Tender Document by an amendment.

2. The amendment will be uploaded on the website (http://www.negp.gov.in)

3. In order to provide prospective Bidders reasonable time in which to take the

amendment into account in preparing their bids, SHG&SE may, at its discretion,

extend the last date for the receipt of Bids.

5.3 Clarification on Tender Document For any clarification on the Tender Document, prospective bidders may get in

touch with Mr. Avik Chatterjee, WBCS(Exe.), Deputy Secretary, SHG&SE Department

through e-mail and phone call( Ph. No.9733151062 & e-mail ID: [email protected])

5.4 Bid Opening Process i) All bids (complete in all respect) received along with the EMD will be opened as per

schedule mentioned at 4.12, in the presence of bidders representative, if available. Bids

received without EMD will be rejected straight way.

ii) Eligibility Criteria and Technical bids of only those bidders, whose EMD instruments

are found to be in order, will be opened afterwards in the same bid opening session, in

the presence of the vendor’s representative, if any.

iii)Technical Bids of only those bidders will be evaluated by the Technical Evaluation

Committee who meets the Eligibility Criteria for the same.

iv) One authorized representative of each of the bidder would be permitted to be present

at the time of aforementioned opening of the bids.

SECTION 6: EVALUATION PROCESS Scrutiny of eligibility criteria mentioned in 3.2 for responses to the RFP will be done by

the Evaluation Committee to determine whether the documents have been properly

signed, qualification criteria fulfilled, all relevant papers submitted and whether the

response to RFP is generally in order. The Evaluation Committee can seek additional

information from the bidders, if needed. The response to the RFP not conforming to

requirements will be rejected.

6.1 Evaluation: 6.1.1 The selection of Agency will be based on the evaluation of the technical bid and

financial bids by the Evaluation Committee.

6.1.2 In the first stage of evaluation, a proposal shall be rejected if it is found

deficient as per the requirement indicated for responsiveness of the proposal. Only

responsive proposals shall be further taken up for evaluation.

16

6.1.3 Evaluation of the technical proposal will start first and at this stage the

financial bid (proposal) will, remain unopened

6.1.4 Technical Evaluation will be done on the basis of criteria given in Annexure-5and

as per documents submitted and technical presentation. Each of the item type has

been allocated a particular mark, based on which the final technical score will be

calculated.

6.1.5 The qualifying score will be 70 marks out of 100. Only applicants obtaining a total score of 70 (on a maximum of 100) in Technical Evaluation would be declared technically qualified.

6.1.6 Financial proposals of only those agencies which are declared technically qualified shall be opened publicly, on the date and time specified in 4.12, in the presence of the consultants ‘representatives who choose to attend. The name of the consultants, their technical score (if required), and their Financial Proposal shall be read aloud.

6.1.7 The financial proposal will be as per Annexure 7.

6.1.7 On opening the price bids of technically qualified agencies, the proposal with the lowest cost will be given a financial score of 100 and the other proposal given financial scores that are inversely proportional to their prices.

6.2 Method of Selection: In deciding the final selection of the Agency, the technical quality of the proposal will be given a weight age of 70% on the basis of criteria for evaluation. The financial proposal shall be allocated a weight age of 30%. For working out the combined score, SHG&SE will use the following formula:

Total points: (0.7 x T(s)) + (0.3 x 100 x LEC/EC), where T(s) stands for technical score, EC stands for Evaluation Cost of the Financial Proposal, LEC stands for Lowest Evaluated Cost of the Financial Proposal.

The proposals will be ranked in terms of total points scored. The proposal with the highest total points (H-1) will be considered for award of contract and will be called for negotiations, if required.

Example: if in response to this RFP, three proposals, A, B & C were received and the Evaluation Committee awarded them 75, 80 and 90 marks respectively, all the three proposals would be technically suitable. Further, if the quoted price of proposals A, B & C were Rs.120, 100 & 110 respectively, then the following points for financial proposals may be given:

A: 100/120= 83 points B: 100/100= 100 points A: 100/110= 91 points

In the combined evaluation, the process would be as follows:

17

Proposal A: 75 x 0.7+ 83 x 0.3 = 77.4

Proposal B: 80 x 0.7 + 100 x 0.3 = 86

Proposal C: 90 x 0.7+ 91 x 0.3 = 90.3

Proposal C would be considered the H1 and would be recommended for

negotiations, if considered necessary for approval.

6.3 Additional Information The Evaluation Committee will correct any computation errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between words and figures, the former will prevail. In addition to the above corrections the items described in the technical Proposals but not priced, shall be assumed to be included in the prices of other activities of items. In case an activity of line items is quantified in the Financial Proposal differently from technical proposal, no corrections will be allowed to the Financial Proposal.

6.4 Negotiations Financial Negotiations: Negotiations, if considered necessary, shall be held only with the consultant who shall be placed as H- 1 bidder after combined evaluation of the Technical and Financial Proposal. Under no circumstance, the financial negotiation shall result into an increase in the price originally quoted by the consultant. Date and Time for negotiation shall be communicated to the H-1 consultant. Representatives conducting negotiations on behalf of the Agency must have the written authority to negotiate and conclude the contract.

6.5 Award of Contract

After completing negotiations SHG&SE shall issue a Letter of Intent to the selected Agency and promptly notify all other agencies who have submitted proposals about the decision taken.

The Agency will sign the contract after fulfilling all the formalities/pre-conditions (contract to be signed after the selection of Agency), within 15 days of issuance of the letter of intent.

The Agency is expected to commence the assignment/ job on the date specified.

SECTION 7: GENERAL CONDITIONS

7.1 Penalties i)In case of unjustified and unacceptable delay in execution of the assigned work by the

Agency, SHG&SE may impose a penalty of 0.5% of order value of the minimum

number of model projects to be prepared (as mentioned in2.2), per day.

18

ii)In case the delay is unusually very long (more than 3 months) and not acceptable to

SHG&SE then SHG&SE will have an option to cancel the order and award the work to

any other Agency without any compensation to the Agency which delayed the

completion of the work. In such a Scenario SHG&SE will have the right to en-cash the

PBG, if any.

iii)In case any of the services performed by the appointed Agency fail to conform to the

specifications of the assigned project or in the event of failure of the project due to

indifferent (such as inadequate interactions with SHG&SE), negligent (such as quality

of deliverables not up to the mark), non-supportive attitude ( such as non-engagement

of adequate resources in the prescribed time frame)of the appointed Agency and

SHG&SE decides to abort the contract because of such failure, then SHG&SE may en-

cash the PBG, if any.

7.2 Performance Bank Guarantee The successful agencies, at the time of signing a contract for any assigned work,shall

deposit with SHG&SE,at its own expense, an unconditional and irrevocablePerformance

Bank Guarantee (PBG) equivalent to 10% of the totalwork order value from a

scheduledbankwith lien marked to SHG&SE, Kolkata. The PBG for the due

performance and fulfilment of the agreement should be valid beyond three months of

the period of completion of the assigned work.

SECTION 8: TERMS AND CONDITIONS

8.1Nativity The organization must be incorporated in India as per details given under 3.1.

8.2Relationship Neither party shall use the other parties name or any service or proprietary name, mark

or logo of the other party for promotional purpose without first having obtained the

other party’s prior written approval.

8.3 Non Acceptance of bids: 1. The SHG & SE is not bound to accept the lowest bidder or to assign any reason for non-acceptance. The SHG & SE reserves its right to accept the bid in part or in full. Conditional bids will be rejected outright 2. The SHG & SE reserves the right to summarily reject an offer received from any

agency (ies), without any intimation to the bidder(s).

3. The SHG & SE reserves the right to withdraw / cancel the bid document at any stage. 4. SHG & SE reserves the right to accept or reject anyproposal, and to annul the bidding process and reject all proposals at any time prior to award of contract,

19

without thereby incurring any liability to affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for SHG &SE’s action.

8.4Fraud and Corruption SHG&SE requires that the Bidders engaged through this process must observe the

highest standards of ethics during the performance and execution of the awarded

project(s).

The following terms apply in this context:

SHG&SEreserves the right not to accept bid(s) from agency(ies), if the agency has

been determined by SHG&SE to having been engaged in corrupt, fraudulent, unfair

trade practices, coercive or collusive.

These terms are defined as follows: (a)"Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of SHG&SE or any personnel during the tenure of empanelment. (b)"Fraudulent practice" means a misrepresentation of facts, in order to influence a

procurement process or the execution of a contract, to SHG&SE, and includes collusive

practice among Bidders (prior to or after Proposal submission) designed to establish

proposal prices at artificially high or non-competitive levels and to deprive SHG&SE of

the benefits of free and open competition.

(c)“Unfair trade practices” means supply of services different from what is ordered on,

or change in the Scope of Work which was agreed to.

(d)“Coercive practices” means harming or threatening to harm, directly or indirectly,

persons or their property to influence their participation during the period of

empanelment.

(e)“Collusive practices” means a scheme or arrangement between two or more Bidders

with or without the knowledge of the SHG&SE, designed to establish prices at artificial,

non-competitive levels;

8.5 Confidentiality

Information relating to evaluation of application and recommendations concerning

awards shall not be disclosed to the Bidders who submitted the applications or to other

persons not officially concerned with the process. The undue use by any applicant of

confidential information related to the selection process may result in the rejection of

their application.

8.6 Indemnity The selected Agencieswillindemnify SHG&SE against all third party claims of

infringement of patent, trademark/copyright or industrial design rights arising from the

use of software/ hardware/manpower etc. and related services or any part thereof.

SHG&SE stand indemnified from any claims that the hired manpower may opt to have

by virtue of working on the project for whatever period. SHG&SE also stand

20

indemnified from any compensation arising out of accidental loss of life or injury

sustained by the hired manpower while working on the project.

8.7 Amendment At any time prior to deadline for submission of applications, SHG&SE may for

anyreason, modify this document. The amendment document shall be notified through

website and such amendments shall be binding on all Bidders.

8.8 Binding Clause All decisions taken by SHG&SE regarding this contract shall be final and binding on all

concerned parties.

8.9 Agency’s Integrity The Agency is responsible for and obliged to conduct all contracted activities as defined

in the scope of work in accordance with the Contract.

8.10 Agency’s Obligations a)The Agency will beobliged to work closely with the SHG&SE’s staff, act within its own

authority and abide by directives issued by the SHG&SE.

b)The Agency will abide by the job safety measures prevalent in India and will free the

SHG&SE from all demands or responsibilities arising from accidents or loss of life the

causeof which is the Agency’s negligence. The Agency will pay all indemnities arising

from such incidents and will not hold the SHG&SE responsible or obligated.

c)The Agency will beresponsible for managing the activities of its personnel or sub-

contracted personnel and will hold itself responsible for any misdemeanour.

d)The Agency is expected to maintain high level of professional ethics and will not act in

any manner, which is detrimental to SHG&SE’s interest.

8.11 Conflict of Interest Bidder shall furnish an affirmative statement as to the existence of, absence of, or

potential for conflict of interest on the part of the Bidder due to prior, current, or

proposed contracts, engagements, or affiliations with the Department. Additionally,

such disclosure shall address any and all potential elements (time frame for service

delivery, resource, financial or other) that would adversely impact the ability of the

Bidder to complete the requirements.

8.12 Non-Disclosure Agreement The Agency will treat as confidential all data and information about the SHG&SE,

obtained in the execution of its responsibilities, in strict confidence and will not reveal

such information to any other party without the prior written approval of the SHG&SE.

All agencies shortlisted for selection shall submit a Non-Disclosure Agreement to

SHG&SE, in the format provided in Annexure 6.

8.13 Intellectual Property Rights

21

i) SHG&SE shall own and have a right in perpetuity to use all Intellectual Property Rights which have arisen out of or in connection with the implementation of this Contract, including all processes, products, software, specifications, reports, drawings and other documents which have been developed by the content delivery and managementAgencyduring the performance of Services and for the purposes of inter-alia use or sub-license of such Services under this Contract. The Agencyundertakes to disclose all Intellectual Property Rights arising out of or in connection with the performance of the Services to SHG&SE and execute all such agreements/documents and file all relevant applications, effect transfers and obtain all permits and approvals that may be necessary in this regard to effectively transfer and conserve the Intellectual Property Rights of SHG&SE. ii)The Agencyshall ensure that while it uses any software, hardware, processes or

material in the course of performing the Services, it does not infringe the Intellectual

Property Rights of any person and the Agencyshall keep SHG&SE indemnified against

all costs, expenses and liabilities howsoever, arising out of any illegal or unauthorized

use (piracy) or in connection with any claim or proceedings relating to any breach or

violation of any permission/license terms or infringement of any Intellectual Property

Rights by the Agencyduring the course of performance of the Services.

8.14 Payment Process i) A pre-receipted bill, along with certificate of satisfactory performance from Director

(CB) will have to be submitted.

ii) Payments shall be subject to deductions of any amount for which the Agencyis liable

under the empanelment or RFP conditions. Further, all payments shall be made subject

to deduction of TDS (Tax deduction at Source) as per the current Income-Tax Act.

8.15Penalty: Agency is to abide by the timelines given for the completion (within 3 months) of

theactivities, failing which penalty @ Rs. 100/- per day (Rs. one hundred per day) will

be levied by the Employer as per the timelines given in the TOR.

8.16 Force Majeure If at any time, during the continuance of this contract, the performance in whole or in part by either party or any obligation under this contract is prevented or delayed by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events"), provided notice of happenings of any such event is duly endorsed by the appropriate authorities/chamber of commerce in the country of the party giving notice is given by party seeking concession to the other as soon as practicable, but within 21 days from the date of occurrence and termination thereof and satisfies the party adequately of the measures taken by it, neither party shall, by reason of such event, be entitled to terminate this contract, nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist and the decision of the purchaser as to whether the deliveries have so resumed or not, shall be final and conclusive, provided further, that if the performance in whole or in part or any

22

obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, the purchaser may at his option, terminate the contract.

8.17 Arbitration i)If a dispute arises out of or in connection with this contract, or in respect of any

defined legal relationship associated therewith or derived there from, the parties agree

to submit that dispute to arbitration under the Arbitration and Conciliation act 1996 as

amended from time to time.

ii)The Authority to appoint the arbitrator(s) shall be the President & CEO of National e-

Governance Division.

8.18 Applicable Law The contract shall be governed by laws of India and allGovernment rules on purchase

matter issued from time to time and applicable for the time being for this contract. Case

will be settled in Kolkata Court, if required.

8.19 Jurisdiction of Courts All legal disputes between the parties shall be subject to the jurisdiction of the Courts

situated in Kolkata only.

8.20Validity of the contract: The contract shall remain valid with effect from dateof award of the contract till the

acceptance of final report of the study.

ANNEXURE-1

DECLARATION (ON THE LETTER HEAD) 1.I, _______________ (Name & Designation) solemnly affirm on behalf of my company/ firm that the facts stated above about my company/ firm are correct and nothing has been concealed. If any information submitted above, is found to be false or fabricated, my company/ firm may be debarred from empanelment. 2.I permit SHG&SE to inspect our records to ascertain the above facts.

23

3.I permit SHG&SE to cross check the above facts from any other source. 4. I or my authorized representative, if required by SHG&SE, would make a presentation before the duly constituted Committee at my own cost. 5. I will abide by the decision of SHG&SE regarding empanelment. 6. I have read & understood the RFP and agree to all the terms & conditions stated therein. Date:

SIGNATURE

Full name and designation:

(Seal of organisation)

ANNEXURE-1A

Various Model ProjectsUnder SVSKP

Sl. No.

Projects under SVSKP Sl. No.

Projects under SVSKP

1 2 WHEELER REPAIRING & MOTOR PARTS SELLER 2 3 WHEELER GOODS CARRIER

3 A C POLE RING 4 A.C. SHEETS TRADING

5 AC & REFRIGERATOR SHOP 6 AC & REFRIGERATOR MFG. & REPAIR

7 ACCOUNTS CONSULTANCY & ACCOUNTING THROUGH COMPUTER 8 ACHITCURAL MATERIALS

9 ACTIVITY CENTRE, SPORTS ETC. 10 ADVERTIESMENT BUSINESS

11 AGARBATI MAKING & SALE 12 AGRI GOODS PRODUCT TRADING

13 AGRICULTURAL CROPS & SEEDS 14 ALIMUNIUM & STEEL

15 ALLIMINIUM GOODS SHOP 16 ALLOPATHIC MEDICINE WHOLESALE BUSINESS

17 ALLOPATHY MEDICINE 18 ALLUMINIUM DOOR & WINDOW MFG.

24

19 ALLUMINIUM POT SUPPLY 20 ALTA & SINDUR MFG. UNIT

21 ALU GHAR 22 AMBULANCE VEHICLE

23 AMUL MILK DISTRIBUTOR 24 ANIMAL & FISH FEED CENTRE

25 ANIMAL BIRDS FOOD FIRM METEROIS ITEM SALE 26 ANIMAL HUSBANDARY

27 ANIMAL MEDICINE SUPPLY 28 AQUA FEED AND MEDICINE BUSINESS

29 AQUA MINERAL WATER SUPPLY 30 AQUAGUARD AQUASURE WATER DISTRIBUTOR

31 AQUARIUM GOODS 32 ARCHITECTURAL MATERIAL SUPPLY

33 ART & DESIGN 34 ART & STUDIO

35 ARTIFICIAL ARMS MFG. 36 ARTIFICIAL FLOWER STAGE DECORATION UNIT

37 ARTS & CRAFT MFG. & SALES 38 ASBESTOS SHOP

39 ASIAN PAINTS SHOP 40 ATA CHAKI & HUSKING MILL

41 ATA ROLLER MAIDA WHOLE SALES 42 AUDIO & VEDIO RECORDING

43 AUTO ELECTRICAL SPARE PARTS SALES 44 AUTO EMISSION TESTING CENTRE

45 AUTO GARAGE 46 AUTO HIRE

47 AUTO REPAIRING & SPARE PARTS 48 AUTO RICKSHAW

49 AUTOMETIC DG SERVICING & SPARE PARTS 50 AUTOMOBILE PARTS SALE & SERVICE

51 AUTOPRINT MINI OFFSET PRINTING 52 AYURVEDIC MEDICINE RETAIL SALE

53 BABUI POPE 54 BABY FOOD & STATIONERY

55 BADMINTON SHADLE COCK 56 BAG & BELT SELLING

57 BAG FACTORY 58 BAJAJ OIL DISTRIBUTION

59 BAKERY & CONFECTIONERY 60 BALAPOSE

61 BALAST MAKER 62 BALL BEN MFG.

62 BALL BEN MFG. 63 BALUCHARI SAREE ORDER & SUPPLIER

64 BAM PAURUTY MOTKA ETC MFG. & SELLING 65 BAMBOO & CANE PRODUCTS

66 BAMBOO MAT MFG. 67 BANANA BUSINESS

68 BAND PARTY BUSINESS 69 BANGLES

70 BARBER SHOP 71 BARI MFG.

72 BASANALAYA SHOP 73 BATASA FACTORY

74 BATEL NUT PROCESSING 75 BATIK PRINTING

76 BATTERY BINDING & SALE 77 BATTERY MFG. & TRADING OF INVERTER AND BATTERY

78 BATTERY OPERATED E-RICKSHAW 79 BATTERY REP. & SELLING

80 BAY LEAF BUSINESS 81 BEAUTY PARLOR

82 BEAUTY SALOON SPA 83 BED SHEET & PILLOW COVER

84 BEDDING & LUGGAGE STORE 85 BEE KEEPING & HONEY PROCESSING

86 BEETEL SHOP & STATIONERY 87 BEL METAL & ALLUMINIUM UTENSILS

88 BENARASI SAREE SALE 89 BESAN MILL

90 BHANGI & PLASTIC BUSINESS 91 BHUJIYA & CHANACHUR MFG. & SALES

92 BHUSI GOODS (CATTLE FEED) 93 BHUSIMAL & DASAKARMA

94 BHUTTA SEAL 95 BI CYCLCE SALE & REPAIRING

96 BIDI FACTORY 97 BIO FERTILIZER BUSINESS

98 BIO PESTICIDES SHOP 99 BIRD FARM

100 BIRIYANI MASHALA 101 BISCUIT & CHOCOLET

102 BISCUIT & TEA BUSINESS 103 BISCUIT AGENCY & BABY FOOD BUSINESS

104 BLACK SMITH WORK 105 BLACK STONE CHIPS BRICKS ETC. SUPPLY

106 BLANKET 107 BLAUSE CENTER

25

108 BLUE PRINT STUDIO & XEROX 109 BOARD PRINTING SHOP

110 BOARING SET 111 BOILER CHICKEN & MEAT SELLING BUSINESS

112 BOLDER & CHIPS, SAND ETC. 113 BOLERO AC AMBULANCE

114 BOLERO CAR 115 BOLERO PIC UP CAR

116 BOOK & GARMENTS SHOP 117 BOOK & STATIONERY

118 BOUTIQUE 119 BOX & SOUND SYSTEM

120 BRASS & METAL SHOP 121 BRICK & CEMENT SUPPLIER

122 BROADBAND & NETWORK BUSINESS 123 BROKEN GOODS PURCHASE & SALE

124 BRONJE & METAL UTENSIL 125 BROOM MFG.

126 BRUSH &PAPAS MFG. 127 BSNL GRAM SEVA CYBER CAFE

128 BUILDERS & MATERIALS SUPPLY 129 BUILDING CENTERING ITEMS & CONCRETE MIXTURE HIRE

130 CABLE & BROADBAND NETWORKING BUSINESS 131 CAFE CUM COMPUTER PRINTING & STAMP MAKING

132 CAIR ROPE SELLING 133 CAMBELL DUCK FARMING

134 CANDLE MFG. & SELLING 135 CANE FURNITURE MFG.

136 CANTEEN & READY MEAL SUPPLIER 137 CAR HIRING BUSINESS

138 CARD BOARD BOX SUPPLIER 139 CARPENTARY FURNITURE

140 CARPET MAKING 141 CARRIAGE SERVICE

142 CARRING & GENERAL ORDER SUPPLY 143 CARRY BAG MFG. UNIT

144 CARTOON SELLING 145 CASHEWNUT BUSINESS

146 CASTING MACHINE & BUILDING CENTERING 147 CATERING & DECORATING BUSINESS

148 CATTLE FEED & OTHER ANIMALS FEEDS 149 CC TV CAMERA SALE & SERVICE

150 CELL PHONE SELLING 151 CEMENT & BRICK SHOP

152 CENTERING WOODS & BAMBOO FOR HIRE 153 CHAINA CLAY LUMP

154 CHANACHUR & NIMKI MFG. 155 CHANNEL, PLYWOOD ETC.

156 CHAPPAL PURCHASED & SALE 157 CHAW MAKER & SALE

158 CHEMICAL FERTILIZER BUSINESS 159 CHIKON CENTRE

160 CHILLI & TURMERIC POWDER SALE 161 CHILLI SEED BUSINESS

162 CHINA CLAY LUMP 163 CHIRA MILL

164 CHOWMIN FACTORY 165 CITI GOLD & IMITATION

166 CIVIL CONTRACTOR & GENERAL ORDER SUPPLY 167

CIVIL, MECHANICAL CONTRACTOR & GENERAL ORDER SUPPLIER

168 CLAY MODEL CENTRE 169 CLOTH & READYMADE GARMENTS BUSINESS

169 CLOTH & READYMADE GARMENTS BUSINESS 170 CMPUTERISED PRINTING & OFFSET PRINTING

171 CNFECTIONERY GOODS 172 COAL CAKE (GUL) BUSINESS

173 COCONUT & BROOM STICK BUSINESS 174 COLD DRINK & MINERAL WATER

175 COLLECTION CENTRE (PATHOLOGY) 176 COLLEGE & SCHOOL MATERIAL SUPPLY

177 COLOUR & HARDWARE GOODS 178 COLOUR FISH FARM

179 COMB MFG. 180 COMMERCIAL CAR HIRING

181 COMMERCIAL VEHICLE BOLERO PLUS AC CAR 182 COMPUER CONSULTANCY & COMPUTER FACILITIES

183 COMPUTER & ELECTRONIC GOODS SALES & SERVICING CENTRE 184 COMUTER DTP

185 CONCH BANGLE SHOP 186 CONFECTIONERY & COSMETIC ITEM SHOP

187 CONSUMER GOODS & FOOD SELLING 188 COPPER & SILVER ORNAMENTS

189 COSMETIC & GIFT ITEM BUSINESS 190 COTTAGE INDUSTRY

191 COTTON SHOP 192 COURIER SERVICE

193 COW FIRM 194 CRICKET BAT MAKING

26

195 CROP COLLECTION & SELLING 196 CRUSHING OF PADDY SEEDS WITH HOLLAR & BELT

197 CRYSTAL BAG & SHOWPIECE MFG. 198 CURTAIN

199 CYBER CAFE 200 DAIRY FARM

201 DANCING SCHOOL 202 DASAKARMA BHANDER

203 DECORATING & CATERING 204 DENTAL CLINIC

205 DETERGENT POWDER MFG. & TRADING 206 DHABA (HOTEL)

207 DIAGNOSTIC CENTRE 208 DIGITAL PHOTO STUDIO & XEROX CENTRE

209 DISTRIBUTORSHIP (FMCG) 210 DOOR & WINDOW

211 DRY FISH BUSINESS 212 DRY FLOWER & HAND CRAFT

213 DRY FRUITS BUSINESS 214 DTP & XEROX BUSINESS

215 E RICKSHAW 216 EDIBLE OIL & DETERGENT DISTRIBUTORSHIP

217 EDUCATION CENTRE 218 EGG & GROCERY BUSINESS

219 EGG TRADING 220 EGGS SLIPPER

221 ELECTRIC & ELECTRONICS BUSINESS 222 EMBROIDERY & JORI BUSINESS

223 EMPTY GUNNY BAG PURCHASE & SALE 224 ENGINE OIL & FORK OIL SELLING

225 ENGINEERING & HARDWARE 226 EVEREADY BATTERY & ALL OUT WHOLESALE

227 EXERCISE BOOK SELL 228 FABRICATION & WELDING

229 FALSE SELLING BUSINESS 230 FAN MOTOR BINDING SALES & SERVICING

231 FAST FOOD & CATERING 232 FERTILIZER & PESTICIDES SHOP

233 FINANCIAL REPORT ON ELECTRICAL & ELECTRONICS SHOP 234 FIRE WOOD BUSINESS

235 FISH FARMING 236 FISH FEED & MEDICINE

237 FISHERY FIRM 238 FISHING NET

239 FITNESS GYM CENTRE 240 FLEX PRINTING

241 FLOUR & MUSTARD OIL MILL 242 FLY ASH BRICKS

243 FMCG DISTRIBUTORSHIP 244 FOUR WHEELER FOR COMMERCIAL

245 FOUR WHEELER SERVICING & SPARE PARTS SELLING 246 FRUIT SHOP

247 FURNITURE BUSINESS 248 GARMENT & TAILORING SHOP

249 GAS OVEN & SALE & REPAIR 250 GATE & GRILL MFG

251 GENERAL GOODS & STATIONERY 252 GENERATOR & ELECTRIC LIGHTING DECORATION BUSINESS

253 GHEE PANEER MFG. UNIT 254 GIFT & IMITATION

255 GLASS & ALUMINIUM HOUSE 256 GOATARY

257 GOLD & SILVER JEWELLERY SHOP 258 GROCERY & STATIONARY SHOP

259 GROUND NUT BUSINESS 260 GUNNY BAG

261 HANDICRAFT & GIFT ITEM 262 HANDLOOM CLOTH BUSINESS

263 HARDWARE & BUILDERS 264 HEALTH & BEAUTY PRODUCTS

265 HERBAL MEDICINE SHOP 266 HOME APPLIANCE BUSINESS

267 HOME DELIVERY OF COOKING GOODS 268 HOMEOPATHY MEDICINE

269 HOSIERY GARMENTS 270 HOTEL & RESTAURANT

271 HUMAN HAIR PROCESSING 272 HUSIKING MILL

273 ICE BUSINESS 274 ICE CREAM & COLD DRINKS SHOP

275 IMITATION & GIFT ITEMS 276 INDANE GAS WHOLESELLER

277 INDUSTRIAL TOOLS & VALBS TRADING 278 INTERIOR DECORATION BUSINESS

279 INVITER & BATTERY BUSINESS 280 IRON GRILL MAKING FACTORY

281 IRON BUSINESS 282 JAM & JELLY MFG.

283 JARI & EMBROIDERY 284 JEWELLERS & ORNAMENTS

27

285 JUNGLE JUTE (JUN) & ROPE 286 JUTE & PADDY PROCESSING UNIT

287 JUTE HANDICRAFT & BAG 288 KANTHA STICH SHAREE MFG. & SALES

289 KITCHEN & HOME APPLIANCES 290 KNITTING SHILPA (WOOL)

291 LABOUR CONTRACTOR 292 LABROTARY ESTABLISHMENT

293 LADIES GARMENTS BUSINESS 294 LAUNDRY & DRY CLEANING

295 LEATH MACHINE 296 LEATHER BAG MFG

297 LEATHER SHOE, BAG, BELT MFG. 298 LIFE CARE SURGICAL GOODS

299 LOTTERY TICKET 300 LUXURY TAXI

301 M. TAXI 302 MACHINE EMBROIDERY WORK

303 MADICINE SHOP 304 MARBLE & SANITARY

305 MARUTI OMNI CAR 306 MASHROOM FARM

307 MASSON WORK 308 MAT MAKING & SALE

309 MEAT & CHICKEN SHOP 310 MECHINERY & ENGINEERING PARTS ITEM

311 MEDCINE SHOP 312 MEDICAL & SURGICAL EQUIPMENTS

313 MFG & ENGINEERING WORKS 314 MFG. & SELLING OF RING, PILLER JAFRI ETC

315 MFG. & TRADING OF HANDLOOM SAREES 316 MIXER MACHINE& BUILDING ROAD CONSTRUCTION

317 MOBILE & ELECTRONICS GOODS SALES & SERVICE 318 MOBILE PURCHASE & SALE

319 MOSQUITO NET MFG. BUSINESS 320 MOTOR BIKE & PARTS SALE

321 NEW MOBILE & SPARE PARTS SELLING & REPAIRING BUSINESS 322 ORTHOPAEDIC REHABILITATION GOODS

323 OUTDOOR PHOTOGRAPHY BUSINESS 324 OXYGEN GAS SELLING

325 PAN, BIDI SHOP 326 PATHOLOGICAL & DIAGNOSTIC CENTRE

327 PEST CONTROL UNIT 328 PHYSIOTHERAPHY CENTRE

329 PICKLE PRODUCT & PACKING UNIT 330 PILLER & WELL RING MANUFACTURING

331 PLASTIC GLASS & COFFEE CUP FACTORY 332 PLUMBING & SANETARY ITEMS SUPPLY

333 PLYWOOD CENTRE 334 POLE RING MFG. UNIT

335 POULTRY BUSINESS 336 POWER TILLER

337 PRINTING & STATIONARY GOODS SUPPLY 338 PROCESSING OF PUFFED RICE

339 PRODUCTION UNIT OF ICE CANDY 340 PUFFED RICE (MURI) MFG.

341 PVC FURNITURE TRADING 342 RCC PILLER FENCING POST WELL RING MFG.

343 READYMADE & GARMENTS SHOP 344 RESTURENT CUM HOTEL

345 RUBBER MOULDING 346 SHOES & CHAPPAL SELLING

347 SHOP OF SPECTACLES 348 SHUTTERING & MIXTURE MACHINE

349 SNACKS 350 SOFT TOYS MFG.

351 SOIL PRATIMA, CHATI, TAB MAKING 352 SOLA GOODS PRODUCT UNIT

353 STEEL FURNITURE PRODUCTION & SALE 354 STOCK BUSINESS PADDY JUTE ETC

355 STUDIO & CAMERA 356 SURGICAL ITEMS CENTRE

357 SWEET & CONFECTIONERY 358 TAILORING & CLOTH SELLING

359 TANT SAREE MAKING & TRADING 360 TEA STALL & FAST FOOD

361 THERMOCOL PLATE GLASS SHOP 362 TIMBER SELLING SHOP

363 TOBACCO LEAF BUSINESS 364 TOUR & TRAVELS

365 TRACTOR HIRING 366 TRACTOR PARTS SALES BUSINESS

367 TREE NURSERY PLANT 368 TRUNK BUSINESS

369 TUBEWELL PUMP SETUP & PARTS SELLING BUSINESS 370 TURMERIC POWDER MFG. & SUPPLY

371 TV FAN SALES & SERVICING CENTRE 372 TYRE & TUBE BUSINESS

373 UMBREALLA MFG. 374 UTENSIL & GIFT ITEM BUSINESS

28

375 VEDIO & PHOTOGRAHPHY 376 VEGETABLE & FRUIT SALE

377 VEHICLE POLISH ITEM 378 VERMI COMPOST

379 VIDEO RECORDING & STUDIO 380 WATCH & MOBILE BUSINESS

381 WATER BOTTOLE TRADING 382 WATER PURIFIED MACHINE TRADING

383 WEAVING CENTRE 384 WEIGHT MACHINE

385 WELDING & LED 386 WHEAT, BHUTTA & ATTA MILL

387 WHOLE SALE BUSINES 388 WOODEN FURNITRE MFG. UNIT

389 WOODEN FURNITURE SALES BUSINESS 390 WOODEN SPOON MFG.

29

30

ANNEXURE-2

Details of the Applicant’s Operations and Business

Sr.

No.

Information Sought Details to be

furnished

A Name and address of the Applicant

Agency

B Incorporation status of the applicant

(as mentioned in pre-qualification

criteria)

C Year of Establishment

D Details of registration with

appropriate authorities for service tax

E Details of Contact Person:

Name,

Address,

e-Mail,

Phone nos.

Fax nos.

Mobile Number

F Address of Head Office with contact

details (Phone, Fax, e-mail etc)

G Number of Regional Offices (Other

than Head Office)

NUMBER: .......

H Complete Address with contact

details (Phone, Fax, e-mail etc) of

each regional office

1.

2.

n.

Date:

Place: Authorized Signatory

Name & Designation:

COMPANY SEAL

31

ANNEXURE-3

CHECKLIST FOR SUBMISSION OF RESPONSE TO RFP

Description Detail Y/N

Eligibility

Documents

A covering letter on the letter head

EMD of Rs. 50,000/-(Rs. Fifty

Thousand)

Duly signed Annexure-1

Duly signed Annexure-2

A self-declaration stating that

agency has not been blacklisted/

debarred/suspended by any

Central/State Government/PSU

Certificateof

Registration/Incorporation/ Article

of Association/ Partnership Deed

PAN &GST Registration Certificate

Certified Annual Turnover for the FY

2016-17, 2017-18, 2018-19

Technical

Bid

Documents

CVs as per Annexure-4

Financial

Bid

Documents

As per Annexure-7

Date:

Place: Authorized Signatory

Name & Designation:

COMPANY SEAL

32

ANNEXURE-4

Format for CVs of Professionals as proposed Team Structure

Sr. Details

1 Name of the Professional:

2 Educational Qualifications(with name of institution):

3 Total years of work experience in the related domain:

5 Key expertise

6 Work history (current to past)

Designation:

Organization with contact number:

Date of Joining: DD/MM/YYYY To: Till date

On permanent Payroll / On contract (please tick correct category)

If on contract please write tenure of contract:FROMdd/mm/yyTOdd/mm/yy

Key Job responsibilities: Only relevant experience to be listed

Projects

Handled

Role in the

project

Client Team Size Type of

Assignments

7 Any other (Certifications, trainings received etc)

Note: If he/she has worked with more than 1 employer kindly attached extra sheet as per format.

Consent of the Professional: Hereby I declare that all the information mentioned above

is true and correct. In case my organization gets selected, I will be available for entire

duration of the project and participate in all the activities including project meetings.

(Name and Signature of the professional)

Date:

Place: Authorized Signatory

Name:

COMPANY SEAL

33

ANNEXURE-5

CRITERION FOR TECHNICAL EVALUATION

S.

No.

Eligibility/Evaluation Criterion Max.

Marks

Supporting

Documents

RELEVANT PAST EXPERIENCE

1 Experience in preparing model project

reports for term loan schemes

Upto 5 model projects : 0 marks

6-10 model projects: 5 marks

11-15 model projects : 10 marks

16-20 model projects : 15 marks

>20 model projects : 20 marks

20 Separate Note

summarizing each of the

project mentioned along

with Completion

Certificate from the

client;(not exceeding

twopageseach)

EXPERIENCE WITH GOVERNMENT

2 Past experience of working with any

state/central government in past 5 years

1 assignment : 0 marks

2-4 assignments : 5 marks

5-7 assignments: 10 marks

8-10 assignments: 15 marks

>10 assignments: 20 marks

20 Separate Note

summarizing all such

projects

APPROACH AND METHODOLOGY

34

3 a. Approach and Methodology to perform

the work in this assignment

b.Understanding of thescope of the

project

c.District/Sub District wise demand supply

assessment methodology for the projects.

d.Timeline

20 Presentation

4 a. Demonstration of a dynamic model

project in Excel/software

b. Demonstration of demand supply

assessment for a district/sub district

20 Presentation

RESOURCE PROFILE

5 Resume of key consultants proposed for

the assignment and their position in the

proposed team structure(Marks to be

awarded on the basis of the qualifications,

certifications and relevant experience of

the proposed resource)

`20 CVs

Agencies securing>70 marks as above will only be considered

technically qualified for opening of financial bid.

ANNEXURE-6

{The Non-Disclosure Agreement needs to be signed by a person duly authorized by the Agency. A copy of the authorization by the Agency (copy of Board resolution or Power of

attorney) should be provided along with the Non-Disclosure Agreement}

NON DISCLOSURE AGREEMENT

This AGREEMENT (hereinafter called the “Agreement”) is made on the [day] day of the month of [month], [year], between, Self Help Group and Self Employment

35

(hereinafter called the “SHG&SE”), on the one hand, and, on the other hand, [Name of the Agency] (hereinafter called the “Agency”) having its registered office at [Address ]

WHEREAS

1. the “SHG&SE” has issued a public notice inviting proposals from reputed agencies

with relevant experience to prepare a dynamic bank of model project proposals

(hereinafter called the “Projects”); that will be freely available on an online platform.

2. the Agency, having represented to the “SHG&SE” that it is interested to bid for the

proposed Projects,

The SHG&SE and the Agencyagree as follows:

1. In connection with the “Projects”, the SHG&SE agrees to provide to the Agency a

Detailed Information related to schemes run by SHG&SE, secondary demographic,

economic, social profile data from various sources that is considered confidential.

2.The Agency to whom this Information is disclosed shall:

a. hold such Information in confidence with the same degree of care with which

the Agency protects its own confidential and proprietary information;

b. restrict disclosure of the Information solely to its employees, agents and

contractors with a need to know such Information and advise those persons of their

obligations hereunder with respect to such Information;

c. except for the purpose of executing the Project, not disclose such

Information or knowingly allow anyone else to disclose such Information; and

d. On completion of the project and in case unsuccessful, promptly return to

the SHG&SE, all Information in a tangible form or certify to the SHG&SE that it has

destroyed such Information.

3.The Agency shall have no obligation to preserve the confidential or proprietary

nature of any Information which:

a. was previously known to the Agency free of any obligation to keep it

confidential at the time of its disclosure as evidenced by the Agency’s written records

prepared prior to such disclosure; or

36

b. is or becomes publicly known through no wrongful act of the Agency; or

c. is independently developed by an employee, agent or contractor of the

Agency not associated with the Project and who did not have any direct or indirect

access to the Information.

4. The Agreement shall apply to all Information relating to the Project disclosed by the

SHG&SE to the Agency under this Agreement.

5. Nothing contained in this Agreement shall be construed as granting or conferring

rights of license or otherwise, to the Agency, in any of the Information.

6. This Agreement shall benefit and be binding upon the SHG&SE and the Agency and

their respective subsidiaries, affiliates, successors and assigns.

7. This Agreement shall be governed by and construed in accordance with the Indian

laws.

For and on behalf of the Agency For and on behalf of SHG&SE ____(signature)______ ____(signature)______ (Name of the Authorized Signatory) (Name of the Authorized Signatory) Date Date Address Address Location Location

37

ANNEXURE-7

Financial Bid

S. Particulars Amount in Indian Amount in

No. Rupees(In words) Indian

Rupees(In

figures)

1 Rate offered per model project

2 Rate for demand supply assessment for each area

3 Taxes and Duties

4 Total

Authorized Signature :

Name :

Designation :

Name of firm/entity :

Address :

38