Sie sind auf Seite 1von 50

REQUEST FOR PROPOSAL

Selection of Suitable Private Sector Operators for Upgradation,


Operation, Maintenance and Management of Industrial Training
Institutes in Jharkhand

Volume 2: Instructions to Bidders


Bid Due Date: 24
th
August 2012








Issued by:

Director
Directorate of Employment and Training
Department of Labour Employment and Training,
Government of Jharkhand
Nepal House, Ist Floor
Doranda,Ranchi- 834002, Jharkhand
Tel No. +91 651 2491424, 2490514
Fax: +91 651 2490956


Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
2
CONTENTS










Volume 2: Instructions to Bidders Page
Definitions Interpretations and Abbreviations 5
SECTION: 1 Introduction 8
SECTION: 2 Instructions To Bidders 15
SECTION: 3 Criteria for Evaluation of Bids 36
SECTION: 4 Fraud And Corrupt Practices 38
SECTION: 5 Pre-Bid Conference 40
SECTION: 6 Miscellaneous 41
Appendices
Appendix I Letter Comprising the Bid 42
Appendix II Checklist 45
Appendix III Details of Bidder 46
Appendix IV Technical Capacity of Bidder 48
Appendix V Financial Capacity of the Bidder 49
Appendix VI Statement of Legal Capacity 50
Appendix VII Power of Attorney for signing of Bid 51
Appendix VIII Power of Attorney for Lead Member of the Consortium 53
Appendix IX Litigation History 55
Appendix X Format for Bid Security 56
Appendix XI Format for Financial Bid 58
Appendix XII List of ITIs earmarked for bidding 60
Appendix XIII Appendix XIII - List of Engineering and Non-
Engineering trades under Craftsmen Training Scheme
(DGET, Govt. of India)
62
Appendix XIV Guidelines for Soft Skills Development, Govt. of India 76
Appendix XV: Hostel Facilities and Staff Accommodation 96
Appendix XVI: Academic Fees for Private Quota Students 97

Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
3
DISCLAIMER
1. The information contained in this Request for Proposal document (the RFP) or addenda
subsequently provided to Bidder(s), whether verbally or in documentary or in any other
form by or on behalf of Department of Labour Employment and Training (referred as
DoLET) or any of its employees or advisors, is provided to the Bidder(s) on the terms
and conditions set out in this RFP and such other terms and conditions subject to which
such information is provided.
2. This RFP document contains brief information about the upgradation, operation &
maintenance of Industrial Training Institutes by the successful bidder selected through the
competitive bidding process, qualification requirements and the selection process for the
successful bidder. The purpose of this RFP Document is to provide Bidders with
information that may be useful to them in the formulation of their bid and for no other
purpose.
3. This RFP is not an agreement and is neither an offer nor invitation by DoLET to the
prospective Bidders or any other person but is merely informatory in nature creating no
obligation whatsoever. The terms on which the Project is to be developed and the right of
the successful Bidder/applicant shall be as set out in separate definitive agreement to be
entered into by the concerned parties later .The purpose of the RFP is to provide
interested parties with information that may be useful to them in making their proposal
including financial offers (the Bid) pursuant to this RFP. This RFP includes statements,
which reflect various assumptions and assessments arrived at by DoLET in relation to the
Project. Such assumptions, assessments and statements do not purport to contain the
information that each Bidder may require. This RFP may not be appropriate for all
persons, and it is not possible for DoLET, its employees or advisors to consider the
investment objectives, financial situation and particular needs of each party who reads or
uses this RFP. The assumptions, assessments, statements and information contained in
this RFP, may not be complete, accurate, adequate or correct. Each Bidder should,
therefore, conduct its own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments,
statements and information contained in this RFP and obtain independent advice from
appropriate sources. This RFP is being made available by DoLET to the interested
parties on the terms set out in this RFP. The possession or use of this RFP in any
manner contrary to any applicable law is expressly prohibited. The Bidders shall inform
themselves concerning, and shall observe any applicable legal requirements. The
information does not purport to be comprehensive or to have been independently verified.
Nothing in this RFP shall be construed as legal, financial or tax advice.
4. Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as complete or
authoritative statement of law. DoLET, its employees and advisors accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on law
expressed herein.
5. Neither the information in this RFP nor any other written or oral information in relation to
the selection process of the Bidder for implementing the Project or otherwise is intended
to form the basis of or the inducement for any investment activity or any decision to enter
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
4
into any contract or arrangement in relation to the Project and should not be relied as
such.
6. DoLET, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Bidder under any law, statute, rules or regulations
or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages,
cost or expense which may arise from or be incurred or suffered on account of anything
contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way in
relation to the bidding process.
7. DoLET, its employees and advisors also accept no liability of any nature whether
resulting from negligence or otherwise, howsoever caused, arising from reliance of any
Bidder upon the statements contained in this RFP.
8. DoLET may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, statement, assessment or assumptions
contained in this RFP.
9. Intimation of discrepancies in the RFP document, if any, should be given to the office of
the DoLET immediately by the bidder. If no written communication is received by DoLET,
it shall be deemed that the Bidders/applicants are satisfied that the RFP document is
complete in all respects.
10. The issuance of this RFP does not in any way imply that DoLET is bound to select a
Bidder or to appoint the Preferred Bidder for the Project.. DoLET reserves the right,in its
sole discretion, to accept or reject any or all of the bidders or bids without assigning any
reasons thereof..
11. The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparing, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be
required by DoLET or any other costs incurred in connection with or relating to its Bid. All
such costs and expenses will remain with the Bidder and DoLET shall not be liable in any
manner whatsoever for the same or for any other costs or expenses incurred by any
Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of
the bidding process.
12. Nothing in this RFP shall constitute the basis of a contract which may be concluded in
relation to the Project nor shall such documentation/information be used in construing any
such contract. Each Bidder must rely on the terms and conditions contained in any
contract, when, and if, finally executed, subject to such limitations and restrictions which
may be specified in such contract.
13. The Bidders are prohibited from any form of collusion or arrangement in an attempt to
influence the selection and award process of the Bid. Giving or offering of any gift, bribe
or inducement or any attempt to any such act on behalf of the Bidder towards any
officer/employee of DoLET or to any other person in a position to influence the decision of
the DoLET for showing any favour in relation to this RFP or any other contract, shall
render the Bidder to such liability/penalty as the DoLET may deem proper, including but
not limited to rejection of the Bid of the Bidder and forfeiture of its Bid Security.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
5
14. Laws of the Republic of India are applicable to this RFP.
Definitions, Interpretations & Abbreviations

Academic Session shall mean the start of the new Session in ITI Courses in various
Trades at the Institute in a particular month of a year and shall not exceed the period as
stipulated for an Institute by the respective Statutory Authority;
AICTE shall mean All India Council for Technical Education
Applicable Approvals shall mean all approvals, affiliations, clearances, consents,
permissions, licenses, authorizations, no objection certificates, exemptions, recognitions
required to be obtained from the Statutory Authorities prior to commencement of operations of
the Institute under the Applicable Laws;
Applicable Laws shall mean all laws, brought into force and effect by the Government of India
or Government of Jharkhand including rules, regulations, circulars, guidelines, policy initiatives
and notifications made there under and judgments, decrees, injunctions, writs and orders of any
court, applicable to this Project and the exercise, performance and discharge of the respective
rights and obligations of the respective parties hereunder as may be enforced and are in effect
during the subsistence of this Project;
Assets shall mean all movable and immovable property;
Associate shall mean in relation to the Applicant/ Consortium member, a Person who controls,
is controlled by, or is under the common control with such Bidder/ Consortium member;
Authorised Signatory shall mean the Person authorised by the Bidder for signing and
submission of the Bid for this Project;
Bid shall mean the response to the RFP dated , the bid submitted by the Bidder on
or before the Due Date of Submission;
Bidder(s) shall mean Person who has submitted his Bid in response to the RFP;
Bid Process or Bidding Process shall mean the process adopted by the Department of
Labour Employment and Training (DoLET), Government of Jharkhand (GoJ) for selection of the
Successful Bidder(s) for this Project;
Bidding Documents shall mean the Volume 1, 2 & 3 of this RFP which shall include the Brief
details of the Institute in the form of Project Information Memorandum, Instructions to Bidders,
Draft Concession Agreement respectively
Bid Evaluation shall mean evaluation of Bids submitted by Bidders as per the terms of this
RFP for implementing the Project;
Bid Evaluation Committee shall mean the committee constituted by the DoLET, GoJ for this
Project for evaluation of the Bids received and for selection of the Successful Bidder;
Bid Security shall mean the security furnished by the Bidder in the form of a Bank Guarantee,
as stipulated in Volume 2 clause 2.15 of this RFP;
Bid Summary shall mean an overview of the Bid Process.


Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
6
Bidder(s) shall mean Company/ Trust/ Society/ Consortium as defined in Volume 2 Clause
1.1.10 who has submitted his Bid in response to the RFP;
Completion & Operations Date or COD shall mean the date on which the DoLET, GoJ
issues to the Concessionaire a Operation Commencement Certificate, and such
Operation Commencement Certificate shall be issued by DoLET, GoJ upon the
Concessionaire obtaining and submitting with the DoLET, GoJ a certificate confirming that
the Upgradation Work has been completed alongwith Applicable Approvals for running various
ITI courses as per choice of the Concessionaire, at the Institute;
Concession shall mean the exclusive right, authority and authorization to use the Project Site
and Building for Upgradation, Operation, Maintenance and Management at an Annual Grant
from/ Premium to GoJ, during the Concession Period;
Concession Agreement shall mean this agreement between the DoLET, Concessionaire and
the Successful Bidder as the confirming party, for upgradation, operation, maintenance and
management of the Industrial Training Institute(s) in consonance with the DGET/ NCVT/ SCVT
norms (the Project) on the terms and conditions agreed hereunder;
Concessionaire shall mean a Company/ Trust/ Society validly established under the laws of
India formed by the Successful Bidder (s) for implementation of the Project;
Control shall mean the ownership, directly or indirectly, of more than 51% (fifty one per cent)
of the voting shares of such Person, and with respect to a Person which is not a company or
corporation, the power to direct the management and policies of such Person, whether by
operation of law or by contract or otherwise;
DGET shall mean Directorate General of Employment and Training, Ministry of Labour,
Government of India;
DoLET shall mean Department of Labour, Employment and Training, Govt. of Jharkhand
DoET shall mean Directorate of Employment and Training, Govt. of Jharkhand
Due Date of Submission shall mean the date for submission of Bid in accordance with the
Volume 2, Clause 1.3 of this RFP;
Effective Date/ Appointed Date shall mean the date on which the Conditions Precedent in the
Concession Agreement have been satisfied or waived according to the terms thereof;
Good Industry Practice shall mean the recognized best practice methods and standards, to
be followed by the Concessionaire on any particular issue, requirements or in discharging his
obligations here under;
GoJ shall mean Government of Jharkhand;
IMC shall mean Institute Management Committee to be set up by the Concessionaire having
equal number of members from GoJ and itself.
Institute shall mean the Industrial Training Institute offered by DoLET, GoJ for Upgradation,
Operation, Maintenance and Management under the PPP mode as given in Appendix XII
Lead Member shall mean a Company, Society or Trust identified as the Lead Member by the
other members of the Consortium at the time of submission of Bid and undertaking to maintain at
least 51% of voting rights/ stake/ control as Lead Member in the Company/ Trust/ Society to be
established for undertaking the Project;
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
7
Letter of Acceptance or LoA shall mean a letter intimating the acceptance by the Successful
Bidder to DoLET, GoJ for implementing the Project in response to the LoI;
Letter of Intent or LoI shall mean the letter issued by the DoLET, GoJ to the Successful
Bidder intimating its intent to award the Project to him;
NAAC shall mean National Assessment and Accreditation Council, Bangalore. It is an
autonomous body established by the University Grants Commission (UGC) of India to assess
and accredit institutions of higher education in the country.
NBA shall mean National Board of Accreditation set up by AICTE for periodic evaluation of
technical institutions & programmes according to specified norms and standards as
recommended by AICTE council.
NCVT shall mean National Council for Vocational Training
Project Site shall mean land situated at [ ] to be handed over to the Concessionaire as per
provisions of the Concession Agreement;
Project Facility shall mean the constructed space as built by DoLET, GoJ on the Project Site
for each of the Institutions, along with any further development undertaken by the
Concessionaire at the Site along with equipment and furnishings, as applicable.
Qualified Bidder shall mean the Bidders who have been qualified for opening of their Financial
Bid as per the terms of this RFP
SCVT shall mean State Council for Vocational Training
Statutory Authority shall mean empowered organizations, Government instrumentalities
involved in approval, recognition of courses including courses in ITI Trades, programmes offered
in the Institute and shall include NCVT/ SCVT, DGET, Etc;
Successful Bidder shall mean the Bidder whose Bid is selected by the Bid Evaluation
Committee based on the Bid evaluation parameters specified in this RFP;














Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
8

SECTION - 1: INTRODUCTION

1.1 BACKGROUND

1.1.1 Department of Labour Employment and Training (Hereinafter referred to as DoLET/
Authority), Government of Jharkhand is responsible for providing enhanced Social
Security to its old age helpless persons, to protect the interests of its working class in the
organised and unorganised sectors in the fast changing economic scenario, to effectively
implement various labour laws and to produce trained man power.
1.1.2 DoLET, through Directorate of Employment and Training is also responsible for
modernization of administrative machinery and are committed to set up at least one
I.T.I.(General) in all districts and sub divisions and at least one I.T.I. (Women) in every
district, so that once they become functional, upto 10,000 youths can be trained through
them. These trained youths in various trades will be able to fill the gap of trained
manpower in the state.
1.1.3 Towards the same, DoLET is making substantial investments in the development of
training infrastructure in the state and envisioned to encompass Private Sector
Participation (PSP) in providing quality technical education in the State.
1.1.4 In its drive to create quality technical education infrastructure in the state, DoLET has
created several ITIs in the state (38 in number, to be taken up under this RFP) and now
intends to select a suitable Private Sector Participant for Upgradation, Operation,
Maintenance and Management of the ITIs (Institutions) enlisted in Appendix XII
1.1.5 The above institute were created with substantial capital investment. Construction of the
building infrastructure for new institutes is completed by DoLET. Details of each of the
Industrial Training Institutes are enclosed in Appendix XII Volume 2 of the RFP
Document.
1.1.6 DoLET now wishes to have Private Sector Participation who can take up Up-gradation,
Operation & Maintenance and Management of the above mentioned ITIs on PPP mode
(Herein after referred to as the Project/(s)) in line with the NCVT/ SCVT/ DGET norms.
1.1.7 DoLET intends to select a suitable Private Sector Operator for each of the ITIs through
transparent and competitive bidding process. The Authority invites sealed Bids
comprising Technical Bid and Price Bid from interested Applicants/ Bidder for Up-
gradation, Operation & Maintenance and Management of the proposed Project. The PSP
shall be handed over the possession of the Institute/ (s) on as-is-where-is basis along
with the License to use rights in respect thereof for implementation of the Project and Up-
gradation, Operation & Maintenance and Management of the Project Facility for the
Concession Period.
1.1.8 The scope of work for the Project/(s) and Preferred Bidders/ Concessionaires broad
scope shall broadly include:
a) Take handover of the Project Facility on as is where is basis
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
9
b) Incur incremental capital expenditure in construction of accommodation facilities,
equipment, furniture & fixtures and other infrastructure required to operationalize the
ITI(s) as per stipulated norms.
c) Apply, coordinate and obtain the applicable approvals to run the Institute(s).
d) Deploy trained instructors and other support and administrative staff at the Institute(s)
e) Ensure that the first ITI academic Session commences latest from August 2013.
f) Incur all necessary recurring expenditure to run courses in ITI Trades at the institute
as per DGET / NCVT/ SCVT Norms and good industry practices during the
Concession Period.
g) Charge and appropriate the applicable academic fees from ITI students/ trainees and
other students/ trainees.
1.1.9 The possession of the Project Facility along with that of movable & immovable property
thereon will be handed over to the Preferred Bidder in the manner and within the period
specified in the Concession Agreement on an as-is-where-is basis.
1.1.10 Eligible Entity for the purpose of Selection shall be company formed under the
Companies Act 1956 or Trust or Society formed under the Laws of India. A consortium of
maximum of two Entities is eligible to participate. Upon selection, the Selected Bidder
shall form an independent company or society or Trust to be established under the Laws
of India within 15 days of issuance of LoI and the same shall be the Concessionaire for
Up-gradation, Operation, Maintenance and Management of the Institute (Project)
1.1.11 The Agreement (hereinafter referred to as the Concession Agreement) to be entered
into between DoLET and the Concessionaire is enclosed as a part of the Bid document.
The draft Concession Agreement, enclosed as Volume 3 hereof, sets forth the detailed
terms and conditions for grant of Concession to the Concessionnaire, including the scope
of the Concessionaires services and obligations (the Concession).
1.1.12 The statements and explanations contained in this RFP are intended to provide a proper
understanding to the Bidders about the subject matter of this RFP and should not be
construed or interpreted as limiting in any way or in any manner the scope of services
and obligations of the Concessionaire set forth in the Concession Agreement or the
Authoritys rights to amend, alter, change, supplement or clarify the scope of work, the
Concession to be awarded pursuant to this RFP or the terms thereof or herein contained.
Consequently, any omissions, conflicts or contradictions in the Bidding Documents
including this RFP are to be noted, interpreted and applied appropriately to give effect to
this intent, and no claims on that account shall be entertained by the Authority.
1.1.13 Specific Information
a) The Concessionaire shall Upgrade, Operate, Maintain and Manage the institute/(s)
(Project) in line with the DGET/ NCVT/ SCVT requirements, terms of the Concession
Agreement and Good Industry Practices. However, the prime responsibility of
procuring and obtaining the Applicable Approvals shall rest with the Concessionaire.
The Authority shall provide the Concessionaire the Project Facility along with all
movable & immovable property thereon in the manner and within the period specified
in the Concession Agreement on an as-is-where-is basis.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
10
b) Subject to compliance of Applicable Approvals by the Concessionaire, the Authority,
upon satisfaction of the conditions by the Concessionaire, shall assist the
Concessionaire in procuring all Applicable Approvals in fast track manner for the ITI
courses/ trades that will be offered and introduced in the Institute. The Concessionaire
shall also have the right to run additional courses within the campus of the Institute,
as per the Terms of the RFP.
1.1.14 Additional Information
a) The Concessionaire has to follow the following student intake plan (Minimum
Development Obligation)
For a General ITI, the Concessionaire shall have to run ITI Courses in a minimum of 8
(Eight) Trades (Engineering and Non Engineering, 1 and 2 year courses) during the
subsistence of the Concession Agreement. For a Womens ITI, the Concessionaire
shall have to run ITI Courses in a minimum of 6 (Six) Trades (1 and 2 year courses)
during the subsistence of the Concession Agreement.
b) The Concessionaire shall have the freedom to run ITI courses of its own choice from
the list of DGET approved courses as provided in Appendix XIII. However, the
Concessionaire shall run courses in a minimum of 2 ITI trades (for General ITI) and 1
ITI trade (for Womens ITI) out of the list of 31 ITI trades earmarked as Innovative
Trade in Appendix XIII, at all times during the subsistence of the Concession
Agreement.
c) The Concessionaire would be allowed to undertake Additional Courses as per the
terms of the Concession Agreement. However, the Concessionaire would be
responsible for obtaining the requisite Applicable Approvals from the Competent
Authorities. The fees to be charged for such Additional courses shall be approved by
the IMC.
d) The Concessioning Authority would facilitate the grant of Applicable Approvals from
the Competent Authorities for these Additional Courses. However, the same would
not be binding on the Concessioning Authority.
e) At any time during the tenure of this Agreement, the covered area being utilized to run
Additional Courses at the Project Facility should not exceed the covered area being
utilized to run the ITI courses.
f) The Concessionaire shall impart Soft skills training to all the ITI Trainees/ students at
the Institute. The Soft skills training shall include minimum basic computer education
and communication in English. The Concessionaire shall follow the relevant
guidelines of Govt. of India as applicable from time time to time. The currently
applicable Guidelines are enclosed at Appendix XIV.
g) The student teacher ratio and other non teaching staff shall be as per DGET/
NCVT/SCVT norms.
h) The faculty cadre pay scale shall be the pay scales as recommended by DGET/
NCVT/ SCVT, for Private ITIs
i) The pay scale for non teaching staff shall be as per State Government norms / DGET/
NCVT/ SCVT Guidelines.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
11
j) The Concessionaire, in order to enhance his revenue stream, may undertake Job
Work for Industries/ households and other Commercial and Institutional
establishments. However, the Job Works undertaken, in no way should hamper the
conduct of ITI Courses at the Institute, in terms of quality and duration.
k) The ITI shall have a dedicated Placement Cell, which shall be headed by a competent
person (Placement Officer) of position of at least equivalent to that of a Group
Instructor. The Placement Officer shall be responsible towards Employment
assistance to the passing out ITI Trainees, networking with potential employers and
shall be coordinating with the dedicated Placement Nodal Officer designated by
DoLET.
l) The Concessionaire shall construct accommodation facilities for staff and hostel
facilities for students at the Institute(s) with due approval of the concerned authorities.
DoLET shall, upon confirmation of completion of construction of accommodation
facilities / hostel facilities reimburse upto 70% of the capital expenditure incurred on
such accommodation and hostel facilities for each of the Institute subject to the
applicable Jharkhand Schedule of Rates, as a one-time capital expenditure grant,
upon producing a completion certificate from the Statutory Auditors of the
Concessionaire, certifying the built-up area, facility details and expenditure. However,
if DGET, Govt. of India prescribes any guidelines for the construction of
accommodation facilities for students and staff for ITIs under PPP and the method of
evaluating its cost, the concessionaire shall follow the same. In such a case the
reimbursement of the expenditure for this purpose shall be done by DGET, Govt. of
India. However, the reimbursement will be routed to the Concessionaire through the
State Government. The minimum accommodation facility and hostel facility to be
constructed at each of the institute, within the premises, along with maximum
applicable one time capital expenditure grant towards construction of such facilities, is
listed in Appendix XV.
m) The Concessionaire, along with DoLET shall effect constitution of an Institute
Management Committee (IMC), which shall work as the Governing Body of the ITI.
The IMC shall comprise of nominees of the DoLET as well as of the Concessionaire,
in equal numbers. The meeting of the IMC shall be presided over by its Chairman,
who shall be one of the nominees from the Concessionaires side.
1.1.15 Academic Fees
a) Academic Fee and revision of academic fees to be charged from ITI Trainees/
students at the Institute shall be determined by the Institute Management Committee
(IMC) . The Academic Fees applicable for the first two Academic Sessions shall be as
in Appendix XVI.
b) The Academic Fee for the Government seats shall be Rs.100 per student per month.
It will increase by 10% every two years.

1.1.16 Admission of Students
a) For seats in ITI Courses to be filled by the Government (50% of total sanctioned ITI
seats), Students / Trainees will be enrolled through Joint Combined Entrance
Competitive Examination Board (JCECEB) of GoJ, or any method as prescribed by
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
12
GoJ. For such Government seats, the reservation norms and prevailing policies of the
GoJ shall be followed and applied for admission/ enrolment of such students. The
Concessionaire shall be free to select the eligible candidates for the remaining 50%
ITI seats.
b) Following norms shall apply for admission into ITI Courses:
a. Admission would be offered only to students having bona fide residential
certificate granted by the Competent District Authorities of the State of
Jharkhand. The Concessionaire, however, may give preference in admission to
the eligible youth of the locally displaced families affected by the Mining or
Industrial Projects set up by them.
b. 50% of the total Seats would be Government filled seats. However, in case
Government is unable to fill in 50% of the seats, the Concessionaire shall have
the freedom to fill in the vacant Government seats as Private Seats/
Management Seats.
1.1.17 Examination
a) The Concessionaire shall conduct the examinations as per the policy of the
GoI/GoJ and GoJ shall facilitate such examinations from time to time.
1.1.18 Permission to Franchise
a) With regard to ITIs, only those Concessionaires selected through Option I as
mentioned in clause 2.2 of this volume of the RFP document shall have the choice of
operating the Institute either on his own or through Franchisees subject to clause
1.1.18 (b) below provided that such Franchisee meets the standards, academic
quality, teaching standards obligated by the Concessionaire. However, such
Franchisee shall only be for the purpose of administrative convenience and will not be
an assignee of the Concessionaire. Obligation of establishment and construction of
the Institute will be the primary responsibility of the Concessionaire and shall not be
transferred to the Franchisee. The Concessionaire shall always be obligated to the
Authority for performance of the obligations under the Concession Agreement.
b) Specifically, the Franchisee shall meet the minimum qualification criteria as set out in
Clause 2.2, Option II.
1.1.19 End of Concession Period
For the details with regard to the Concession Period and the events that shall follow at
the end of the same, please refer Article 3 of Volume 3 of this RFP
1.1.20 The Authority shall receive Bids pursuant to this RFP in accordance with the terms and
conditions set forth herein and other documents as provided by the Authority pursuant to
this RFP and as modified, altered, amended and clarified from time to time by the
Authority (collectively the "Bidding Documents"),. All the Bids shall be prepared and
submitted in accordance with such prescribed terms and conditions on or before the date
specified in clause 1.3 of this RFP for submission of Bids (the Bid Due Date)
1.1.21 The Bidder shall pay a non-refundable amount equivalent to Rs 10,000/ (Rs. Ten
thousand only) per ITI applied for to the Authority by way of a demand draft in favour of
Director Employment and Training, Department of Labour, Employment and
Training, Government of J harkhand drawn on a Scheduled Commercial Bank, and
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
13
payable at Ranchi towards purchase of the Bid Document. However, only Rs. 10,000/-
will be paid during the purchase of the Bid Documents from the Department. If any of the
bidder applies for more than one ITI, Rs.10,000/- per additional ITI applied for must be
submitted as non-refundable amount in the form of a demand draft(s) over and above the
amount already paid. In case the bid documents are downloaded from the internet, the
entire amount @ Rs.10,000/- per ITI applied for must be submitted with the bid(s) on or
before the Bid Due Date in the form of a demand draft(s). The Bid documents may be
purchased from the address mentioned in Clause 2.11.3 below. The Bid documents must
be purchased on or before the date mentioned in clause 1.3 below, on any working day,
during office hours (10:00 am to 5:00 pm). Alternatively, the Bid Document may be
downloaded from the DoLET Website www.jharkhand.gov.in/rfp/html or
www.iidcindia.co.in on or before the prescribed date. However, such Bidders must
deposit the aforesaid non-refundable amount of Rs. 10,000/- (Rupees Ten Thousand
only) in the form of Demand Draft, towards cost of Bid Document, on or before the Bid
Due Date. In case of failure on part of such a Bidder to do so, his Bid shall be returned
unopened.
1.1.22 In order to assist DoLET to carry out the Bidding Process, Jharkhand Infrastructure
Development Corporation Limited (JINFRA), a Joint Venture company of Jharkhand
Industrial Infrastructure Development Corporation Limited, Government of Jharkhand and
IL&FS IIDC Fund, have been appointed by DoLET to act as the Project Advisors to
undertake the Project development activities inter-alia including preparation of bid
documents and selection of the preferred bidder in terms hereof.

1.2 Brief description of the Bidding Process
1.2.1 DoLET invites sealed Technical Bid and Price Bids/ Financial Bids from interested
bidders for upgradation, operation and maintenance of the Project Facility. Separate
Bids will have to be submitted for each ITI. The Authority has adopted a single-stage
process (referred to as the "Bidding Process") for selection of the Preferred Bidder for
undertaking the Project in terms hereof. The Technical Bid to be submitted by bidders
shall comprise Technical and Financial Capability documents and other requirements
like power of attorney and Bid Security. The Financial Bids of only those bidders who
qualify in the Technical Bid evaluation shall be opened for selecting the Preferred
Bidder. The Technical Bid would be evaluated based on the criteria set forth in Clause
2.2 of the RFP. Only those Bidders, whose Technical Bids qualify in terms hereof will be
eligible for opening and evaluation of their Price Bids.
1.2.2 This RFP document contains information about the Project, Bidding Process, Bid
submission, Qualification and Financial Proposal requirements.
1.2.3 The Bid shall be valid for a period of not less than 120 days from the Bid Due Date.
1.2.4 A Bidder is required to deposit, along with its Bid, a bid security equivalent to an amount
of Rs 3 lakhs (Rupees Three Lakhs) for each of the General ITIs and Rs. 1 lakh
(Rupees One Lakh) for each of the Womens ITIs applied for, respectively. The Bid
Security shall be refundable to unsuccessful bidders not later than 180 (one hundred
and eighty) days from the Bid Due Date except in the case of the Preferred Bidder
whose Bid Security shall be retained till it has provided the Performance Security under
the Concession Agreement. The Bidders will provide Bid Security in the form of a Bank
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
14
Guarantee drawn on any Scheduled Commercial Bank of India, as more particularly
provided under clause 2.15 acceptable to the Authority. The Bid shall be summarily
rejected if it is not accompanied by the Bid Security.
1.2.5 The Bidder quoting the lowest Annual Grant from GoJ or in case any bidder(s) quote a
premium, then the Bidder quoting the highest annual premium shall be the Preferred
Bidder. The selection process is elaborated in clause 3.5 of this ITB. The Annual Grant/
Premium quoted shall be applicable for the initial 2 years from the Date of
Commencement of the First Academic Session and shall be enhanced as per provisions
of clause 2.12 of this ITB.
1.2.6 The Selected Bidder shall form an independent company under the Companies Act
1956 or a Society or Trust under the Societies Registration Act 1860 to be incorporated/
registered in the State of Jharkhand within 15 days of issuance of LoI and the same
shall be the Concessionaire for implementing, Operating & Maintaining the Project. A
Concession Agreement will be entered between the Authority and the Concessionaire
incorporated by the Preferred Bidder, with the Preferred Bidder being the Confirming
Party, for undertaking the Project. The Bidding Documents includes the draft
Concession Agreement for the Project as Volume 3. Subject to the provisions of Clause
2.8.3, the aforesaid documents and any addenda issued subsequent to this RFP
Document, but before the Bid Due Date, will be deemed to form part of the Bidding
Documents. The provisions/ amendments stated in the Addenda shall take precedence
over the provisions of the RFP document, in case there is a conflict.
1.2.7 Any award of Concession pursuant to the Bidding Process shall be subject to the terms
and conditions of Bidding Documents.
1.2.8 Any queries or request for additional information concerning this RFP shall be submitted
in writing or by fax and e-mail to the officers designated in Clause 2.11.3. The
envelopes/ communication shall clearly bear the following identification/ title:
"Queries/Request for Additional Information: RFP for Upgradation,
Operation & Maintenance of . (Name of the
Institution/(s)".

1.3 Schedule of Bidding Process
DoLET shall endeavor to adhere to the following bidding schedule:
Sl No Event Description Date
1 Commencement of Sale of Bid Documents
from DoLET
13 July 2012
2 Sale of Bid Documents from DoLET ends 13 August 2012 (5.00 P.M)
3 Last date for receiving queries 02 August 2012 (3.00 PM)
4 Pre Bid Meeting 03 August 2012 (3.00 PM)
5 DoLETs response to queries latest by 13 August 2012
6 Bid Due Date 24 August-2012
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
15
7 Opening of Technical Bids 25 August 2012
8 Opening of Financial Bids 07 September 2012
9 Tentative date for Issuance of LoI 08 October 2012
10 Tentative date for Signing of Agreement 05 November 2012 / 06 November
2012


SECTION 2. INSTRUCTIONS TO BIDDERS (ITB)

A. GENERAL
2.1 General Terms of Bidding
2.1.1 A Bidder is eligible to submit only one Bid for one institution. A Bidder bidding individually
or as a member of a Consortium shall not be entitled to submit another bid either
individually or as a member of any other Consortium, as the case may be while bidding for
the same Institution.
2.1.2 Notwithstanding anything to the contrary contained in this RFP, the detailed terms of the
draft Concession Agreement shall have overriding effect and shall prevail over the terms
of this Instructions to Bidders, to the extent of any repugnancy between them; provided,
however, that any conditions or obligations imposed on the Bidder hereunder shall
continue to have effect in addition to its obligations under the draft Concession
Agreement.
2.1.3 The Financial Bid shall be furnished in the format at Appendix XI. In the event of any
difference between figures and words, the amount indicated in words shall be taken into
account.
2.1.4 The Bidder shall deposit a Bid Security separately for each of the Institutions in
accordance with the provisions of this RFP. The Bidder shall provide the Bid Security as
per the form specified in clause 2.15 of this RFP.
2.1.5 The Bidder shall submit a copy of the RFP document, along with any amendments, duly
stamped and signed by its authorized signatory and shall enclose the same with the
Technical Bid. The Bidder shall submit a Power of Attorney as per the format at Appendix
VII, authorizing the signatory of the Bid to commit the Bidder.
2.1.6 In case the Bidder is a Consortium, the Members thereof shall furnish a Power of
Attorney in favour of the Lead Member in the format at Appendix VIII
2.1.7 Any entity which has been barred from participating in any project (BOT or otherwise) by
the [Central/ State Government, or any entity controlled by it, and the bar subsists as on
the date of bidding, it would not be eligible to submit a Bid. A Bidder including any
Associate should, in the last 3 (three) years, have neither failed to perform under any
contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Bidder, or Associate thereof, as
the case may be, nor expelled from any project or contract by any public entity nor have
had any contract terminated by any public entity for breach by such Bidder, or Associate
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
16
thereof.
2.1.8 Any condition or qualification or any other stipulation contained in the Bid shall render the
Bid liable to rejection as a non-responsive Bid.
2.1.9 The Bid and all communications in relation to or concerning the Bidding Documents and
the Bid shall be in English language.
2.1.10 The Bidding Documents including this RFP and all attached documents are and shall
remain the property of the Authority and are transmitted to the Bidders solely for the
purpose of preparation and the submission of a Bid in accordance herewith. Bidders are
to treat all information as strictly confidential and shall not use it for any purpose other
than for preparation and submission of their Bid. The provisions of this Clause 2.1.10
shall also apply mutatis mutandis to Bids and all other documents submitted by the
Bidders, and the Authority will not return to Bidders any Bid or any information provided
along therewith.
2.1.11 A Bidder shall not have a conflict of interest (the Conflict of Interest) that affects the
Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. In
the event of disqualification, Authority shall forfeit and appropriate the Bid Security or
Performance Security (in case of Preferred bidder, after the Project is awarded to him) ,
as the case may be, as mutually agreed genuine pre-estimated loss and damage likely to
be suffered and incurred by the Authority and not by way of penalty for, inter alia, the
time, cost and effort of Authority, including consideration of such Bidders proposal,
without prejudice to any other right or remedy that may be available to the Authority
hereunder or/and the Concession Agreement or otherwise. Without limiting the generality
of the above, a Bidder shall be considered to have a Conflict of Interest that affects the
Bidding Process, if:
(i) the Bidder, its Member or Associate (or any constituent thereof) and any other
Bidder, its Member or any Associate thereof (or any constituent thereof) have
common controlling shareholders or other ownership interest; provided that this
disqualification shall not apply in cases where the direct or indirect shareholding
of a Bidder, its Member or an Associate thereof (or any shareholder thereof
having a shareholding of more than 5% (five per cent) of the paid up and
subscribed share capital of such Bidder, Member or Associate, as the case may
be) in the other Bidder, its Member or Associate, is less than 5% (five per cent) of
the subscribed and paid up equity share capital thereof; provided further that this
disqualification shall not apply to any ownership by a bank, insurance company,
pension fund or a public financial institution referred to in section 4A of the
Companies Act, 1956. For the purposes of this Clause 2.1.11 indirect
shareholding held through one or more intermediate persons shall be computed
as follows: (aa) where any intermediary is controlled by a person through
management control or otherwise, the entire shareholding held by such
controlled intermediary in any other person (the Subject Person) shall be taken
into account for computing the shareholding of such controlling person in the
Subject Person; and (bb) subject always to sub-clause (aa) above, where a
person does not exercise control over an intermediary, which has shareholding in
the Subject Person, the computation of indirect shareholding of such person in
the Subject Person shall be undertaken on a proportionate basis; provided,
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
17
however, that no such shareholding shall be reckoned under this sub-clause (bb)
if the shareholding of such person in the intermediary is less than 26% of the
subscribed and paid up equity shareholding of such intermediary; or
(ii) a constituent of such Bidder is also a constituent of another Bidder; or
(iii) such Bidder or any Associate thereof receives or has received any direct or
indirect subsidy, grant, concessional loan or subordinated debt from any other
Bidder, its Member or Associate, or has provided any such subsidy, grant,
concessional loan or subordinated debt to any other Bidder, its Member or any
Associate thereof; or
(iv) such Bidder has the same legal representative for purposes of this Bid as any
other Bidder; or
(v) such Bidder or any Associate thereof has a relationship with another Bidder, or
any Associate thereof, directly or through common third parties, that puts them in
a position to have access to each others information about, or to influence the Bid
of either or each of the other Bidder; or
(vi) such Bidder has participated as a consultant to Authority in the preparation of any
documents, design or technical specifications of the Project.
2.1.12 A Bidder shall be liable for disqualification and forfeiture of Bid Security if any legal,
financial or technical adviser of the Authority in relation to the Project is engaged by the
Bidder in any manner for matters related to or incidental therewith to the Project during
the Bidding Process or subsequent to the (i) issue of the LOI or (ii) execution of the
Concession Agreement. In the event any such adviser is engaged by the Preferred
Bidder or Concessionaire, as the case may be, after issue of the LOI or execution of the
Concession Agreement for matters related or incidental to the Project, then
notwithstanding anything to the contrary contained herein or in the LOI or the Concession
Agreement and without prejudice to any other right or remedy of the Authority, including
the forfeiture and appropriation of the Bid Security or Performance Security, as the case
may be, which the Authority may have there under or otherwise, the LOI or the
Concession Agreement, as the case may be, shall be liable to be terminated without the
Authority being liable in any manner whatsoever to the Preferred Bidder or
Concessionaire for the same. For the avoidance of doubt, this disqualification shall not
apply where such adviser was engaged by the Bidder, its Member or Associate in the
past but its assignment expired or was terminated 6 (six) months prior to the date of issue
of RFP for the Project. Nor will this disqualification apply where such adviser is engaged
after a period of 3 (three) years from the date of commercial operation of the Project.
2.1.13 This RFP is non- transferable.
2.1.14 Any award of contract pursuant to this RFP shall be subject to the terms of Bidding
Documents.

2.2 Eligibility of Bidders
(a) The Bidder shall be a legally registered Company, Society, or a Trust, with a formal intent
to enter into an agreement.

(b) The Bidder may apply as a consortium for the Project.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
18

(c) The Bidder shall not have a Conflict of Interest that affects the Bidding Process. Any
Bidder found to have a Conflict of Interest is liable to be disqualified at any stage.

(d) To be eligible for qualification, the Bidder shall fulfill the following conditions of eligibility:

Option I : High Networth Route

No background in developing and/or operating educational institutions is mandatory. In
this option a bidder shall have a Net worth of at least Rs.10 crore, as on 31.03.2011, for
qualifying for one General ITI. For qualifying for one Womens ITI, a bidder shall have a
Net worth of at least Rs. 5 crores, as on 31.03.2011. The Net worth criteria shall get
enhanced proportionately in case bidder wants to bid for multiple ITIs. In case of
consortium, the combined Net worth of the members shall be considered. However, the
Lead Member shall fulfill at least 50% of the net worth criteria. However, the bidder
submitting a bid under this option shall submit the same in the prescribed format as given
in clause 2.10, 2.11 and 2.12 of this volume of RFP leaving blank those spaces which are
not applicable to him. For evaluation of eligibility of bidders applying under this option the
financials given in Appendix V will be taken into consideration.


OR

Option II: Technical Capability Route

In this option a Bidding entity would be selected on the basis of a combination of Technical
and Financial capabilities.

Technical Capacity: For demonstrating technical capacity and experience (the Technical
Capacity), the Bidder shall list their experience over the past 3 (three) financial years not
earlier than 2008- 09, in Education Sector. In particular the bidder may be a company,
Society, Trust or legally registered entity offering core education and related services fulfilling
following minimum criteria

Entity having continuous experience in last 3 years (experience in period earlier than
1.4.2008 not to be considered) in running at least 1 educational institution of technical
nature (ITI/ Polytechnic/ Engineering) duly approved by the relevant competent authority.
The bidder shall exhibit experience of running ITI courses in a minimum of 4 trades or
polytechnic courses in a minimum 4 courses or Engineering (Degree) courses in a
minimum of 3 branches. It is clarified here that the bidders with the foregoing qualification
would qualify for bidding for only one ITI. For a bidder to be eligible for bidding for more
than one ITI the minimum eligibility for trades/ courses/ branches will be proportionately
enhanced.

Illustration:
If a bidder intends to apply for 3 ITIs, the minimum qualification should be that he should
have experience of running minimum 12 trades in an ITI or ITIs or 12 courses in a
polytechnic or polytechnics or 9 branches in an Engineering college or engineering
colleges, continuously in the last 3 years (period earlier than 1.4.2008 not to be
considered). A bidder intending to apply for one ITI, would be considered qualified if he
has the experience of running minimum 4 trades in multiple ITIs also or 4 courses in
multiple polytechnics also or 3 branches in multiple Engineering Colleges also.

Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
19
Financial Capacity: The Bidder shall have a minimum Turnover and Networth (the Financial
Capacity) at the close of the preceding financial year (2011-12), as below.

Particulars Turnover for FY
2011-12
Networth (as on
31.03.2012)
For each ITI Rs.200 Lakhs Rs. 100 Lakhs

Note:

(i) In computing the Technical Capacity and Financial Capacity of the Bidder, the capacity of
all the Consortium members would be considered in Total. However, the lead member shall
meet at least 50% of the technical and financial criteria.

(d) In case a Bidder has applied for multiple ITIs, the evaluation of qualification/ eligibility
criteria shall be taken up individually for ITIs in the alphabetical order based on the name of
the place where the ITI is located or in the order of preference if the bidder has mentioned the
same in his bid. For illustration, if a Bidder has applied for Mens ITIs at Barhi, Bermo and
Ramgarh based on Option I i.e., the high Networth route and has a Networth of Rs. 21 crores,
then first he will be qualified for Barhi ITI. Thereafter, for Bermo, the Networth to be
considered shall be Rs. 11 crores. Therefore, he shall qualify for Bermo also. However,
thereafter, for Ramgarh, his Networth shall be considered as Rs. 1 crore only, hence, he shall
not qualify for Ramgarh based on his Networth only. However, if alongwith a Networth of Rs.
21 crores, he meets the Technical capacity criteria and turnover criteria for one ITI, he shall,
based on the same, shall qualify for Ramgarh also. However, if he has given Ramgarh as first
choice, Barhi as second and Bermo as third then his evaluation will be done as per the order
of preference he has given.


2.2.1 The Bidder shall enclose with its Bid, certificate(s) from its statutory auditors specifying the
Networth/ Turnover of the Bidder, and also specifying that the methodology adopted for
calculating such net worth/ Turnover conforms to the provisions of this Clause of the RFP.
Networth shall mean:
a) In case of a Society/ Trust: The Corpus/ Trust Fund and Free Reserves but shall not
include any restricted reserves.
b) In case of a company: (Subscribed and Paid- up Equity + Reserves) less
(Revaluation reserves + miscellaneous expenditure not written off + reserves not
available for distribution to equity shareholders)
Turnover shall mean:
a) In case of a Society/ Trust: the income related to objectives of the Society/ Trust i.e..,
grants/ donations/ related services/ interest etc as provided in income and
expenditure account of the entity.
b) In case of a Company: gross sales or gross revenue, as defined by the Indian
Accounting Standards published by the Institute of chartered Accountants of India
(ICAI).
2.2.2 Litigation History: The Bidder should provide accurate information about any litigation or
arbitration resulting from contracts completed or ongoing under its execution over the last five
years. A history of award(s) against the Bidder will result in rejection of the Bid. Suppression of
any information or material in this regard would be construed as a fundamental breach and the
Authority reserves its right to take appropriate action including rejection/disqualification of the
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
20
Bid, forfeiture of Bid Security etc. as may be deemed fit and proper by the Authority at any time
without requiring giving any notice to the Bidder in this regard.
2.2.3 Bidders shall provide such evidence of their continued eligibility criteria fulfillment in terms
hereof to the Authority as the Authority shall reasonably request.
2.2.4 The Bidders shall enclose with its Bid, as part of Technical Bid (Capability Statement), to
be submitted as per the format at Appendix-I along with all other Appendices, the
following:
(i) In case of Bidder qualifying under Option I: certificate(s) from its statutory
auditors specifying the networth of the Bidder, as at the close of the
preceding financial year, and also specifying the methodology adopted for
calculating such net worth.
(ii) In case of Bidder qualifying under Option II: For each of the ITIs applied
for, Certificate(s) from its statutory auditors stating that the Entity is having
experience in running _____ nos. of institute(s) of technical nature (ITI/
Diploma/ Degree only) with minimum four Trades in all in case of ITI,
minimum four courses in all in case of Polytechnics and minimum three
branches in all in case of Engineering Colleges continuously for 3 years, in
the period starting April 1, 2008 till date, anywhere in India, alongwith
Certificate of Networth & Turnover.
2.2.5 Where the Bidder is a Consortium; it should comply with the following additional
requirements:
a) Consortium members would be limited to two (including the lead member).
b) One of the members, who is responsible for performing a key function in
the Bid Process management or is executing a major component of the
proposed Project, shall be nominated as being in charge during the
Bidding Period. In the event of a successful Bid, during Project execution
he will be the member- incharge (also referred to as the Lead Member).
This authorization shall be evidenced by submitting a Power of Attorney
signed by legally authorized signatories of all the members.
c) The lead member of the Consortium shall hold minimum 51% equity stake
/ management control in the Consortium in case it is a company and
management control in case it is a Society/Trust.
d) An individual Bidder cannot at the same time be member of a Consortium
applying for the Bid. Further, a member of a particular Bidder Consortium
cannot be member of any other Bidder Consortium applying for the Bid;
e) There shall be a Memorandum of Agreement between the constituent firms
specific for this Project. The Memorandum of Agreement shall include
among other things, the Consortiums objectives, the proposed
management structure, the proposed distribution of responsibilities both
financial as well as technical for execution of the Work, the contribution of
each member to the Consortium operation, the commitment of the
members to joint and several liability for due performance,
recourse/sanctions within the Consortium in the event of default or
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
21
withdrawal of any member and arrangements for providing the required
indemnities.
f) The Bid, and in the case of the Preferred Bidder, the Concession
Agreement shall be signed and / or executed in such a manner as may be
required for making it legally binding on all members (including operative
parts of the ensuing contract in respect of Arbitration Agreement etc.).
g) The Lead Member shall be authorized to incur liabilities and to receive
instructions for and on behalf of all members of the Consortium and the
entire execution of the Contract including payment/ receipts shall be
carried out exclusively through the lead member. A statement to this effect
should be included in the Memorandum of Agreement.
h) All members of the Consortium shall be jointly and severally liable for the
execution of the contract in accordance with the contract terms, and a
statement to this effect shall be included in the Memorandum of
Agreement.
i) Bid Security as required under this RFP document, can be furnished by
any member but it should be for and on behalf of the Consortium as a
whole.
j) Performance Security, as required under this RFP, will be furnished either
by the Lead Member on behalf of the Consortium or by all members, out of
their accounts, in proportion to their participation in Consortium.
k) In the event of default by the Lead Member, it shall be construed as default
of the Concessionaire; and the Authority will take action as per the
provisions of the Concession Agreement.
l) In the event of any other member leaving the Consortium, it shall be
intimated to the Employer within 30 days by the other member(s). Failure
to do so shall be construed as default of the Concessionaire and the
Authority may take action as per the provisions of the Concession
Agreement.
m) In case the Memorandum of Agreement is not acceptable to the Authority,
the Consortium will modify the agreement so as to be acceptable to the
Authority.
n) The Bid submitted shall include all information as required under the
provisions of Sub Clause 2.11.1. Bidder shall furnish details for each
member of the Consortium.
o) Qualifying Criteria for the Consortium
Consortiums must comply with the following requirements:
i) The Consortium must satisfy collectively as per provisions of
Clause 2.2, with Lead Member fulfilling at least 50% of the Eligibility
Criteria.
2.2.6 The following conditions shall be adhered to while submitting the Bid:
(i) Bidders shall attach clearly marked and referenced continuation sheets in
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
22
the event of the space provided in the prescribed forms in the Appendices
are insufficient. Alternatively, Bidders may format the prescribed forms,
making due provision for incorporation of the requested information;
(ii) information supplied by a Bidder (or other constituent member if the Bidder
is a Consortium) must apply to the Bidder or constituent member named in
the Bid and, unless not specifically requested, to other associated
companies or firms.

2.3 Not used


2.4 Bid and other costs
The Bidders shall be responsible for all costs associated with the preparation of their Bids
and their participation in the Bid. The Authority will not be responsible or in any way
liable for such costs, regardless of the conduct or outcome of the Bidding Process.
2.5 Site visit and verification of information
Bidders are encouraged to submit their respective Bids after visiting the Project site/
Project Facility and ascertaining for themselves the site conditions, location,
surroundings, climate, availability of power, water and other utilities, access to site,
handling and storage of materials, weather data, applicable laws and regulations, and any
other matter considered relevant by them.
2.5.1 It shall be deemed that by submitting the Bid, the Bidder has:
a. made visit to the Project Facility and has ascertained the site conditions, locations,
climate, availability of infrastructure and other applicable laws and regulations of
the state
b. made a complete and careful examination of the Bid document including draft
Concession Agreement;
c. received all relevant information requested from DoLET;
d. accepted the risk of inadequacy, error or mistake in the information provided in the
Bid document or furnished by or on behalf of DoLET relating to any of the matters
referred to in Clause 2.5 above; and
e. Satisfied itself about all matters, things and information including matters referred
to in Clause 2.5 hereinabove necessary and required for submitting an informed
Bid, execution of the Project in accordance with the Bidding Documents and
performance of all of its obligations there under.
2.5.2 DoLET shall not be liable for any omission, mistake or error in respect of any of the above
or on account of any matter or thing arising out of or concerning or relating to the Bid
document or the Bidding Process, including any error or mistake therein or in any
information or data given by DoLET.
2.5.3 The Bidder shall also submit an affidavit acknowledging Clause 2.5.1 & 2.5.2.

Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
23
B. DOCUMENTS
2.6 Contents of the RFP
This RFP comprises the disclaimer set forth hereinabove, the contents as listed below,
and will additionally include any Addenda issued in accordance with Clause 2.8.


Invitation for Proposal


Volume 1: Project Information Memorandum
Volume 2: Request for Proposal

SECTION: 1 Introduction
SECTION: 2
Instructions To Bidders
SECTION: 3
Criteria for Evaluation of Bids
SECTION: 4
Fraud And Corrupt Practices
SECTION: 5
Pre-Bid Conference
SECTION: 6
Miscellaneous
Appendix
Appendix I Letter Comprising the Bid
Appendix II Checklist
Appendix III Details of Bidder
Appendix IV Technical Capacity of Bidder
Appendix V Financial Capacity of the Bidder
Appendix VI Statement of Legal Capacity
Appendix VII Power of Attorney for signing of Bid
Appendix VIII Power of Attorney for the Lead Member
Appendix IX Litigation History
Appendix X Format of Bid Security
Appendix X-A Not used
Appendix XI Format for Financial Bid
Appendix XII List of ITIs earmarked for bidding
Appendix XIII Appendix XIII - List of Engineering and Non- Engineering trades
under Craftsmen Training Scheme (DGET, Govt. of India)
Appendix XIV Guidelines for Soft Skills Development, Govt. of India
Volume 3 Draft Concession Agreement
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
24
Clarifications
2.7.1 Bidders requiring any clarification on the RFP may notify DoLET in writing or by fax or e-mail in
accordance with Clause 1.2.8. They should send in their queries before the date specified in the
schedule of Bidding Process contained in Clause 1.3. DoLET shall endeavour to respond to the
queries within the period specified therein, but no later than 5 (five) days prior to the Bid Due Date.
The responses will be sent by courier post and/ or fax and/ or e-mail. DoLET will forward all the
queries and its responses thereto, to all purchasers of the RFP without identifying the source of
queries. Alternatively DoLET may post responses to all the queries received on its website at
www.jharkhand.gov.in/rfp/html
2.7.2 DoLET shall endeavour to respond to the questions raised or clarifications sought by the Bidders.
However, DoLET reserves the right not to respond to any question or provide any clarification, in its
sole discretion, and nothing in this Clause shall be taken or read as compelling or requiring DoLET
to respond to any question or to provide any clarification. DoLET shall not take any responsibility
for postal or any other delay in response.
2.7.3 DoLET may also on its own motion, if deemed necessary, issue interpretations and clarifications
to all Bidders. All clarifications and interpretations issued by DoLET shall be deemed to be part of
the RFP. Verbal clarifications and information given by Authority or its employees or representatives shall not
in any way or manner be binding on DoLET.

2.8 Amendment of RFP
2.8.1 At any time prior to the deadline for submission of RFP, Authority may, for any reason, whether at
its own initiative or in response to clarifications requested by a Bidder, modify the RFP by the
issuance of Addenda.
2.8.2 Any Addendum thus issued will be sent in writing to all those who have purchased the RFP.
2.8.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any
other reason, Authority may, at its own discretion, extend the Bid Due Date.
2.9 Right to accept and to reject any or all Bids
2.9.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to accept or reject
any Bid and to annul the Bidding Process and reject all Bids at any time without any liability or any
obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof.
2.9.2 The Authority reserves the right to reject any Bid and appropriate the Bid Security if:
(a) At any time, a material misrepresentation is made or uncovered, or
(b) The Bidder does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Bid. Such misrepresentation/
improper response shall lead to the disqualification of the Bidder. If such disqualification /
rejection occurs after the Bids have been opened and the Preferred Bidder gets
disqualified / rejected, then the Authority reserves the right to:
(i) Invite the remaining Bidders to submit Bids; or
ii) Take any such measure as may be deemed fit in the sole discretion of the Authority,
including annulment of the Bidding Process.
2.9.3 In case it is found during the evaluation or at any time before signing of the Concession
Agreement or after its execution and during the period of subsistence thereof, including
the Concession thereby granted by the Authority, that one or more of the qualification
conditions have not been met by the Preferred Bidder or the Preferred Bidder has made
material misrepresentation or has given any materially incorrect or false information, the
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
25
Bidder shall be disqualified forthwith if not yet appointed as the Concessionaire either by
issue of the Letter of Intent (referred as LOI) or entering into of the Concession
Agreement, and if the Bidder has already been issued the LOI or has entered into the
Concession Agreement, as the case may be, the same shall, notwithstanding anything to
the contrary contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Authority to the Preferred Bidder, without the Authority
being liable in any manner whatsoever to the Preferred Bidder or Concessionaire, as the
case may be. In such an event, the Authority shall forfeit and appropriate the Bid Security
or Performance Security, as the case may be, as compensation and damages payable to
the Authority for, inter alia, time, cost and effort of the Authority, without prejudice to any
other right or remedy that may be available to the Authority.
2.9.4 The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP or the Bidding Documents and the Bidder
shall, when so required by the Authority, make available all such information, evidence
and documents as may be necessary for such verification. Any such verification or lack of
such verification, by the Authority shall not relieve the Bidder of its obligations or liabilities
hereunder nor will it affect any rights of the Authority there under.

C. PREPARATION AND SUBMISSION OF BID
2.10 Language
The Bid and all related correspondence and documents in relation to the Bidding Process
shall be in English language. Supporting documents and printed literature furnished by the
Bidder with the Bid may be in any other language provided that they are accompanied by
appropriate translations in the English language. Supporting materials, which are not
translated into English, may not be considered. For the purpose of interpretation and
evaluation of the Bid, the English language translation shall prevail.
2.11 Documents comprising the Bid
2.11.1 The bids shall be submitted in two envelopes which comprise the following documents:-
A A. . Envelope-I Technical Bid : The Bidder shall submit the Technical Bid in the
formats specified at Appendices.
i) Letter Comprising the Bid in the form and manner as described in
Appendix I.
ii) Checklist as described in Appendix II
iii) Details of the Bidder in the form and manner as described in Appendix III
iv) Technical Capacity of the Bidder in the form and manner as described in
Appendix IV
v) Financial Capacity of the Bidder in the form and manner as described in
Appendix V
vi) In case the bidder is a company, it must submit copies of previous three
years Forms 23 AC and 23 ACA and copies of respective paid challans
from the Registrar of Companies.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
26
vii) In case of Society/Trust, certificate of Net worth and Turnover certified by a
practicing Chartered Accountant must be submitted along with the Bid(s)
viii) Statement of Legal Capacity of the Bidder in the form and manner as
described in Appendix VI
ix) Power of Attorney authorising the signatory of bid to commit the Bidder in
accordance with Sub-Clause 2.1.5 and in the format as specified in
Appendix VII
x) Power of Attorney by the Consortium members authorizing the Lead
Member to incur liabilities and receive instructions for and on behalf of the
member(s) of the Consortium in accordance with Sub clause 2.1.6 and in
the format as specified in Appendix VIII
xi) Litigation History as described in Appendix IX
xii) Bid Security for an amount as specified in the form specified in Clause
2.15.
xiii) Other material/information required to be submitted are:
a. Audited report of the balance sheet of the last three financial years of
the Bidder.
xiv) Affidavit acknowledging the requirements set out in Clauses 2.5.1 & 2.5.2,
hereof.
xv) A copy of the entire bid document (along with its addendum, if any) duly
signed on each page by the authorised signatory of the Bidder. The Bid
document shall also have the Bidders stamp on each page along with
signature of the authorised representative of the bidder.

B B. . Envelope-II Financial/Price Bid: The Bidder shall submit the Financial/Price
Bid in the format specified at Appendix-XI.

Each part shall be separately sealed and marked in accordance with the sealing
and marking instruction in Clause 2.18.

2.11.2 The Bidder shall prepare and submit two copies of the Bids (Technical Bid and Financial
Bid), one original & one duplicate.

2.11.3 The queries and completed RFP must be submitted to:
Director
Directorate of Employment and Training
Department of Labour Employment and Training,
Government of Jharkhand
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
27
Nepal House, Ist Floor
Doranda, Ranchi - 834002
Jharkhand
Tel. No. +91 651 2491424
Fax: +91 651 2490956
E-mail : dir.et@indiatimes.com

2.12. Financial Proposal/ Bid Variable/ Price Bid
For each of the ITIs, the Bidder shall quote in terms of Annual Grant required from /
Annual premium he shall pay to GoJ. The Annual Grant/ Premium shall be payable from
the date of commencement of first Academic Session. In case of Annual Grant, the
quoted/ finalized amount shall be applicable for the first two Academic Sessions of
running of ITI. Thereafter, the Annual Grant will increase at the rate of 10% every 2 years,
over the immediate previous applicable Grant. However, in case of a Annual Premium,
there will be no increment.

2.13 Intentionally Left Blank
2.14. Bid Validity
2.14.1 Bids shall remain valid for a period of 120 days (one hundred twenty days) after the Bid
Due Date (herein the Bid Validity Period) specified in Clause 2.19. A Bid having
lesser validity period than the prescribed Bid Validity Period shall be summarily rejected
by the Authority as non-responsive.
2.14.2 Prior to expiry of the Bid Validity Period, the Authority may request the Bidders to extend
the Bid Validity Period for a specified additional period. The request and the responses
thereto shall be made in writing or by fax. A Bidder may refuse such request for extension
of bid validity period without being liable for forfeiture of its Bid Security. A Bidder
agreeing to the request will not be required or permitted to modify its bid but will be
required to extend the validity of its Bid Security for the period of the extended bid validity
period, in compliance with Clause 2.15 in all respects.
2.15. Bid Security
2.15.1 The Bidder shall furnish, as part of its Bid, a Bid Security equivalent to an amount of Rs
Rs 3 lakhs for each of the Mens ITI and Rs. 1 Lakh for each of the Womens ITI applied
for, which shall be valid for a minimum period of 180 days from the bid due date, in the
form of a bank guarantee (as per format attached at Appendix X) issued by a Scheduled
Commercial Bank in India having a branch in Ranchi, in favour of Director, Directorate
of Employment and Training, Department of Labour Employment and Training,
Government of J harkhand, and encashable at Ranchi (Bid Security) refundable not
later than 180 (sixty) days from the Bid Due Date, except in the case of the Preferred
Bidder whose Bid Security shall be retained till it has provided a Performance Security
under the Concession Agreement.
2.15.2 Any Bid not accompanied by the Bid Security shall be summarily rejected by the Authority
as non- responsive.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
28
2.15.3 The Bid Security of unsuccessful Bidders, except the Bidder (L2/ H2) next to the
Preferred Bidder (L1/ H1), will be returned promptly without any interest, but not later than
60 days after the expiration of the Bid Validity Period, or within 15 (fifteen) days of issue
of LoI to the Preferred Bidder, whichever is earlier. The Bid Security of L2 /H2 will be
returned within 15 (fifteen) days of signing of Concession Agreement with the Authorizee.
2.15.4 The Bid Security of the Preferred Bidder will be returned when the Bidder has furnished
the required Performance Security, signed and executed the Concession Agreement.
2.15.5 The Bid Security shall be forfeited as Damages without prejudice to any other right or
remedy that may be available to the Authority under the Bidding Documents and/ or
under the Concession Agreement, or otherwise, under the following conditions:
a) Not used;
b) If the Bidder withdraws its Bid during the Bid Validity Period as specified in
this RFP and as extended by mutual consent of the respective Bidder(s)
and the Authority;
c) If the Bidder submits a conditional Bid which would affect unfairly the
competitive position of other Bidders who submitted substantially
responsive Bids.
d) If a Bidder engages in a corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice as specified in Section
4 of this RFP;
e) If the Bidder does not accept the correction of errors in its Bid, pursuant to
Clause 2.26 hereof;
f) In the case of the Preferred Bidder, if the Bidder fails within the specified
time limit to
i) To sign and return the duplicate copy of LOI;
ii) To furnish the required Performance Security within the period
prescribed there;
iii) Sign the Concession Agreement;
g) any other conditions, with respect to the Bidder as well as the Preferred
Bidder, for which forfeiture of Bid Security has been provided under this
RFP.
2.16. Pre- Bid Meeting
2.16.1 The official representatives of the Bidders are invited to attend a Pre-Bid meeting which
will take place in the office of DoLET, Ranchi as per Schedule mentioned in Clause 1.3.
2.16.2 The purpose of the Pre- Bid meeting will be to clarify issues and to answer questions in
respect of the Project that may be raised at that stage.
2.16.3 The Bidder is requested to submit questions in writing or by cable/fax, to reach the
Authority at least 3 days prior to the Pre-Bid meeting.
2.16.4 Minutes of the Pre-Bid meeting, including the text of the questions raised and the
responses given together with any response prepared after the meeting, will be
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
29
transmitted without delay to all the Bidders. Any modification of the bidding documents
listed in Clause 2.6 which may be considered necessary as a result of the pre-bid
meeting shall be made by DoLET exclusively through the issue of an Addendum pursuant
to Clause 2.8 and not through the minutes of the pre-bid meeting.
2.16.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.
2.17. Format and Signing of Bid
2.17.1 The Bidder shall prepare two copies of the documents (one in original and one duplicate)
comprising the Bid as described in Clause 2.11 of Instructions to Bidders.
2.17.2 The Bid shall be typed or written in indelible ink and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder, pursuant to sub clause 2.1.5 &
2.1.6.
2.17.3 The Bid shall contain no alterations, omissions or additions, except those to comply with
instructions issued by the Authority, or as necessary to correct errors made by the Bidder,
in which case all such corrections shall be initialed by the person or persons authorized to
sign the Bid.

D. Submission of Bids
2.18. Sealing and Marking of Bids
2.18.1 The Bidder shall submit the Bid in two envelopes as below:
Envelope I: Technical Bid in Duplicate
Envelope II: Financial Bid in Duplicate
Bidder bidding for more than one institute shall submit separate Financial Proposals
(Financial Bids) for each of the institute. But the Bidders can submit a single Technical
Bid for multiple Institute for which the Bidder intends to Bid. The Technical & Financial Bid
shall be sealed in separate envelopes and the sealed Technical & Financial Bid
Envelopes shall be sealed in an outer envelope. The Bid envelopes shall be marked as
follows:
The Technical & Financial Bid shall be sealed in separate envelopes [Envelopes I
(Technical Bid) &II(a), II(b), II (c) and so forth for Financial Bids for Multiple Institute] and
the sealed Technical & Financial Bid envelopes [Envelopes I & II(a), II(b), II (c) and so
forth] shall be put in an outer envelope and sealed.
To illustrate, a Bidder submitting his Bid for 3 institutes, must prepare a single Technical
Bid in Duplicate. However, the signed and stamped copy of the Bid document may be
enclosed only with the Original Technical Bid. The Original and Copy of the Technical Bid
shall be sealed in separate Envelopes. The two envelopes must be clearly marked as
Original and Copy as applicable and then they must be placed and sealed in a Larger
Envelope comprising the Entire Technical Bid.
The Bidder must provide 3 Bank Guarantees, each of Rs. 3 lakhs or Rs. 1 lakh, as
applicable, towards Bid Security for the 3 Institute and place them in a single Envelope.
This Envelope must be enclosed in the Envelope containing the Original Technical Bid.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
30
The Original and Copy of the Financial Bid for the first Institute must be prepared and
sealed as in the case of Technical Bid. Similarly, Financial Bids for other two must be
sealed in a similar manner.
The Four Envelopes, containing the Technical Bid and the three Financial Bids must then
be sealed in an Outer Envelope.
The envelopes shall be respectively marked as follows:-

Outer Envelope:
Bids for the Upgradation, Operation, Maintenance and Management of
(Name of the Institutions for which proposal is submitted).
Envelope- I Technical Bid:
Technical Bid for the Upgradation, Operation, Maintenance and Management
of(Name of the Institutions for which proposal is submitted).
The Envelope I marked as Technical Bid shall contain the following:
i) Bid Security in a separate sealed envelope marked Bid Security
ii) Other Documents listed in Clause 2.11.1 A.

Envelope- II Financial Bid:
The Bidder shall submit its Price Bid in the format specified at Appendix-XI, and seal it in
Envelope II and mark it as Financial Bid/ Price Bid for the Upgradation, Operation &
Maintenance of (Name of the Institution for which proposal is
submitted).
The inner envelopes (Envelopes I &II) marked as Technical Bid and Financial Bids shall
be enclosed in an outer envelope and sealed.

2.18.2 The inner and outer envelopes shall
a) Be addressed to the Authority at the address mentioned in sub clause
2.11.3 :
b) Bear the following identification:
Technical and Financial Bid, as the case may be, for the Upgradation,
Operation, Maintenance and Management of
(Name of the Institutions for which proposal is
submitted).
c) Indicate the name and address of the Bidder.
2.18.3 If the outer envelope is not sealed and marked as above, the Authority will assume no
responsibility for the misplacement or premature opening of the Bid.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
31
2.19. Deadline for Submission of Bids (Bid Due Date)
2.19.1 Bids must be received by the Authority at the address as mentioned in clause 2.11.3 on
or before the date specified in Clause 1.3 upto 16.00 hrs (IST).
2.19.2 The Authority may, at his discretion, extend the deadline for submission of Bids by issuing
an addendum in respect thereof.
2.19.3 In the event of specified date of Bid Due Date being declared a holiday for DoLET, the
deadline for submission of Bid shall be the next working day.
2.20. Late Bids
2.20.1 Any Bid received by the Authority after the Bid Due Date prescribed in Clause 2.19 will be
returned unopened to the Bidder.
2.21. Withdrawal of Bids
2.21.1 The Bidder may modify, substitute or withdraw its Bid after submission, provided that
written notice of the modification, substitution or withdrawal is received by the Authority
prior to the Bid Due Date. No Bid shall be modified, substituted or withdrawn by the
Bidder on or after the Bid Due Date.
2.21.2 The modification, substitution or withdrawal notice shall be prepared, sealed, marked, and
delivered in accordance with Clause 2.18, with the envelopes being additionally marked
MODIFICATION, SUBSTITUTION or WITHDRAWAL, as appropriate.
2.21.3 Any alteration/ modification in the Bid or additional information supplied subsequent to the
Bid Due Date, unless the same has been expressly sought for by the Authority, shall be
disregarded.
E. Bid Opening and Evaluation
2.22 Opening of Technical Bid
2.22.1 The Authority will open the outer envelope of all the Bids received (except those received
late) containing the sealed Technical Bid and the sealed Financial Bid and announce the
names of (i) Bidders, and (ii) Bidders who have given notice for withdrawal of their Bids in
the presence of Bidders or their representatives who choose to attend on the date and
time mentioned in the RFP. In the event of specified date of Bid opening being declared
as a holiday for the Authority, the Technical Bid will be opened at the appointed time and
location on the next working day.
2.22.2 Bids for which acceptable notice of withdrawal has been submitted pursuant to Clause
2.21 shall not be opened and shall be returned.
2.22.3 Envelopes marked Technical Bid of other Bidders shall then be opened. Bidders names,
the presence/or absence of Bid Security, the amount and validity of Bid Security furnished
with each Bid and such other details, as the Authority may consider appropriate will be
announced by the Authority at the opening.
2.22.4 The Bidders or their representatives who are present shall sign attendance sheet
evidencing their attendance.
The sealed envelope containing the Financial Bid shall not be opened at this stage.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
32
2.23 Examination of Technical Bid and Determination of Responsiveness of the same
2.23.1 Prior to evaluation of Technical Bids, the Authority will determine whether the Bid is
accompanied by the required Bid Security.
2.23.2 If the Bid Security furnished does not conform to the amount and validity period as
specified in this RFP document (Volume 2) and has not been furnished in the form
specified in clause 2.15, the Bid shall be rejected by the Authority as non -responsive.
2.23.3 The Technical Bid accompanied with valid Bid Security will be taken up for determination
of responsiveness of the Bid in terms hereof.
2.23.4 The Technical Bid will further be examined to determine whether the Bid has been
properly signed, meets the eligibility and qualification criteria in terms hereof, has the
required financial capabilities as set out in this RFP, is accompanied by the requisite
certificates, undertaking and other relevant information specified in this RFP document
and is substantially responsive to the requirement of the Bidding Documents and provides
any clarification for ascertaining the correctness of the information/details that the
Authority may require pursuant to Clause 2.28.
2.23.5 If the Technical Bid of any Bidder is not substantially responsive, the Bid of such Bidder
will be rejected by the Authority and the Bidder will not subsequently be allowed to make
its Bid responsive by correction or modification or withdrawal of the non-conforming
deviation or reservation.
2.23.6 The Authority shall inform, by fax, the Bidders, whose Technical Bid is found to be
responsive and who are shortlisted based on qualification criteria as detailed out in clause
2.2 and evaluated on the basis of Section 3 of this document, the date, time and place of
opening of Financial Bid. In the event of the specified date being declared a holiday for
the Authority, the Financial Bid will be opened at the appointed time and location on the
next working day.
2.23.7 The Financial Bids of those Bidders whose Technical Bids is determined to be non-
responsive or not substantially responsive pursuant to this Clause 2.23 will be returned
unopened to the Bidders.
2.24 Opening of Financial Bids
2.24.1 The Authority will open the envelope marked Financial Bid of only those Bidders whose
Technical Bids have been determined to be substantially responsive in accordance with
Clause 2.23 and have been evaluated in terms of Section 3 of this RFP and determined
to fulfill the qualification criteria as detailed out in clause 2.2, in presence of the Bidders or
their representatives who choose to attend on the date intimated to such Bidders. In the
event of specified date of Financial Bid opening being declared a holiday for The
Authority, the Financial Bids shall be opened at the appointed time and location on the
next working day.
2.24.2 The Bidders or their representatives who are present shall sign attendance sheet
evidencing their attendance.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
33
2.25. Examination of Financial Bids and Determination of Responsiveness of Financial
Bid
2.25.1 DoLET will determine responsiveness of each Financial Bid with respect to the Annual
Grant from/ Premium to DoLET.
2.25.2 A substantially responsive Financial Bid is one which conforms to all the terms, conditions
and specifications of the bidding documents.
2.25.3 If the Financial Bid of any Bidder is not substantially responsive in terms hereof, the Bid of
such Bidder shall be rejected by DoLET and the Bidder shall not subsequently be allowed
to make its Bid responsive by correction or withdrawal of the non-conforming deviation or
reservation.
2.26. Correction of Errors
2.26.1 Financial Bids determined to be substantially responsive will be checked by DoLET for
any arithmetic errors. Arithmetic errors will be rectified on the following basis:-
i) Where there is a discrepancy between the amounts quoted in the Financial Bid, in
figures and in words , the amount in words will prevail over the amounts in figures,
to the extent of such discrepancy
2.26.2 The amount stated in the Financial Bid will be adjusted by DoLET in accordance with the
above procedure for the correction of errors and shall be considered as binding upon the
Bidder. If the Bidder does not accept the corrected amount of Bid, his Bid will be rejected,
and his Bid Security may be forfeited in accordance with Clause 2.15.
2.27. Evaluation and Comparison of Financial Bids
2.27.1 DoLET will evaluate and compare only those Financial Bids which are determined to be
substantially responsive in accordance with Clause 2.25.
2.27.2 The Price Bid will be evaluated on the basis of Clause 3.4.
2.28 Clarification of Bids
2.28.1 To assist in the examination, evaluation and comparison of Bids, DoLET may, at his
discretion, ask any Bidder for authentication and the correctness of the information/
details furnished by him in his Bid. Such request by DoLET and the response by Bidder
shall be in writing or by cable/ fax, but no change in the price or substance of the Bid shall
be sought, offered or permitted except as required to confirm the correction of arithmetical
errors discovered by DoLET in the evaluation of the Bids in accordance with Clause 2.26.
2.28.2 Subject to Sub Clause 2.28.1, no Bidders shall contact DoLET on any matter relating to
his Bid from the time of Bid opening to the time contract is awarded.
2.28.3 Any effort by the Bidder to influence DoLET in the DoLETs Bid evaluation, Bid
comparison or contract award decisions may result in the rejection of his Bid.
2.29. Process to be Confidential
2.29.1 Information relating to the examination, clarification, evaluation and recommendation for
the Bidders shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional advisor advising the Authority in relation to, or
matters arising out of, or concerning the Bidding Process. The Authority will treat all
information, submitted as part of the Bid, in confidence and will require all those who have
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
34
access to such material to treat the same in confidence. The Authority may not divulge
any such information unless it is directed to do so by any statutory entity that has the
power under law to require its disclosure or is to enforce or assert any right or privilege of
the statutory entity and/ or the Authority or as may be required by law or in connection
with any legal process.
F. Award of Contract
2.30. Award Criteria
2.30.1 As per the evaluation of the Bids in terms of section 3 of this RFP, the Bidder quoting the
lowest annual grant from / highest premium to GoJ would be considered as the Preferred
Bidder/ Selected Bidder;
2.31. Authority's Right to Accept any Bid and Reject any or all Bids
2.31.1 Notwithstanding anything contained in Clause 2.30 above, DoLET reserves the right to
accept or reject any Bid and to annul the Bidding process and reject all Bids, at any time
prior to award of contract, without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the
DoLET 's action.
2.32. Letter of Intent
2.32.1 After selection, a Letter of Intent (the LOI) shall be issued, in duplicate, by the Authority
to the Preferred Bidder and the Preferred Bidder shall, within 7 (seven) days of the receipt
of the LOI, sign and return the duplicate copy of the LOI in acknowledgement thereof. In
the event the duplicate copy of the LOI duly signed by the Preferred Bidder is not
received by the stipulated date, the Authority may, unless it consents to extension of time
for submission thereof, appropriate the Bid Security of such Bidder as loss and damage
suffered by the Authority on account of failure of the Preferred Bidder to acknowledge the
LOI, and the Authority may initiate the bidding process again for the other Qualified
Bidders or may annul the bidding process and take steps to start a fresh bidding process.
2.32.2 After acknowledgement of the LOI as aforesaid by the Preferred Bidder, it shall cause the
Concessionaire to execute the Concession Agreement within the period as prescribed in
the LoI. The Preferred Bidder shall not be entitled to seek any deviation, modification or
amendment in the Concession Agreement.
2.33. Not Used
2.34. Performance Security (for Each ITI)
2.34.1 Within 15 (fifteen) days of the date of issue of the Letter of Intent (LoI), the Preferred
Bidder shall deliver to the Employer, a Performance Security in the form of a Bank
Guarantee from a Scheduled Commercial Bank of India. The Format of Bank Guarantee
towards Performance Security shall be provided with the LoI.
2.34.2 Performance security shall be equivalent to Rs 20 lakhs for each General ITI awarded
and Rs. 8 lakhs for each Womens ITI awarded. The Concessionaire shall increase the
amount of this Performance Security by 10% in every three years from the first date of
furnishing of this Performance Security. Non- increase of the Performance Security in the
manner provided herein shall be a Concessionaire Event of Default and the Authority may
terminate the Concession Agreement as per the provisions therein. The Performance
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
35
Security shall be valid from the date of issue thereof and until 15 months from the end of
the Concession Period.
2.34.3 The Performance Security shall be released to the Concessionaire within 14 months from
the date of end of the Concession Period. If any amounts due to the the Authority from
Concessionaire is not paid off until 30 days prior to the date of end of the Concession
Period, the Authority shall recover such dues from the Concessionaire by invoking the
Operation Phase Performance Security.
2.35 Signing of Agreement
2.35.1 The Company/ Trust/ Society to be formed by the Successful Bidder shall sign
Concession Agreement with the Authority within 15 days of receipt of Performance
Security by the Authority. The formation of Company/ Trust or Society and submission of
its constitutional documents /bye-laws including resolution authorizing to sign the
Concession Agreement shall be precondition for the same.
2.35.2 If the Company/ Trust/Society to be formed by the Successful Bidder fails to sign the
Concession Agreement with the Authority, his Bid Security shall be forfeited. In that
event, the Authority may award the Project to the next Successful Bidder (L2/ H2) and
sign the Concession Agreement with such Bidder (L2/ H2) accordingly.
2.35.3 The Authority shall release the Bid Security to the Successful Bidder only after 30 days
but not later than three months from signing of the Concession Agreement with the
Authority.

2.36 Concession Period
2.36.1 The Concession Period shall be the period commencing from the Effective date/
Appointed date and extending upto 30 years from the date of commencement of the first
academic session, or earlier termination, as applicable. The Concession period shall
include the Construction phase, if any. The concessionaire shall ensure that the admitted
students will complete their academic sessions before the end of the concession period.
To further clarify, the concessionaire shall not take admission of new students for whom
the academic session would exceed the concession period.
2.36.2 On completion of the Concession Period, the Concessionaire shall vacate the premises
of the Institute and hand over the full and peaceful possession of the Institute to the
Authority along with all the Assets either created by the Authority or the Concessionaire
for or under the Institute.
2.36.3 Also, such Assets with regard to the Institute shall be transferred by the Concessionaire
to the Authority free of any Encumbrances, without any liabilities, lien, charge and/ or
mortgage.
2.36.4 Concessionaire shall have to provide training as per prevailing DGET / NCVT/SCVT
norms and guidelines ladi down by GoI/GoJ from time to time.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
36
3. CRITERIA FOR BID EVALUATION OF BIDDERS

3.1 Evaluation parameters
3.1.1 Only those Bidders whose Bids are found responsive in terms hereof and meets the
eligibility criteria specified in Clause[s] 2.2 above shall qualify for evaluation under this
Section 3. Bidders whose Bid do not meet the aforesaid qualification criteria shall be
rejected.
3.2 Evaluation Methodology
a) Evaluation of the Bids found responsive in terms of clause 3.1.1 above will be based
on the process described in clauses 2.23 to 2.28 above.
b) The identification of the Preferred Bidder would be based on the Financial Bids of the
Technically qualified bidders.
3.3 Evaluation of Technical Experience
The Bidders will be selected as per the eligibility criteria as per clause 2.2 on a pass/fail
basis. Bidders who are evaluated as having passed the eligibility criteria shall qualify for
opening of their financial proposal.

3.4 Evaluation of the Financial Bid
The selected bidder shall be the bidder quoting the lowest annual grant or in case any
bidder(s) quotes a premium then the bidder quoting the highest annual premium payable
to GoJ shall be identified as the preferred bidder. The quoted/ finalized Grant commence
from the commencement of the first Academic Session and shall be applicable for the first
2 academic sessions and thereafter the Grant/ Premium shall be enhanced by 10% of the
last Grant/ Premium amount, every 2 years.

3.5 Selection of Preferred Bidder
3.5.1 As per the evaluation of the Bids in terms of section 3 of this RFP, the Bidder quoting the
lowest annual grant or in case any bidder(s) quotes a premium then the bidder quoting
the highest annual premium payable to GoJ shall be identified as the preferred bidder/
Selected Bidder;
3.5.2 In the event that the preferred Bidder withdraws or is not selected for any reason in the first
instance (the first round of bidding), the Authority may in its sole discretion, either
annul the bidding process or invite all the remaining Bidders to revalidate or extend their
respective Bid Security, as necessary, and match the Bid of the aforesaid preferred
Bidder (the second round of bidding). If in the second round of bidding, only one
Bidder matches the preferred Bidder, it shall be the Preferred Bidder. If two or more
Bidders match the said preferred Bidder in the second round of bidding, then the Bidder
whose Bid was better as compared to other Bidder(s) in the first round of bidding shall be
the Preferred Bidder. For example, if the third and fifth best Bidders in the first round of
bidding offer to match the said preferred Bidder in the second round of bidding, the said
third best Bidder shall be the Preferred Bidder.
3.5.3 In the event that no Bidder offers to match the Preferred Bidder in the second round of
bidding as specified in Clause 3.5.2, the Authority may, in its discretion, invite fresh Bids
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
37
(the third round of bidding) from all Bidders except the Preferred Bidder of the first
round of bidding, or annul the Bidding Process, as the case may be. In case the Bidders
are invited in the third round of bidding to revalidate or extend their Bid Security, as
necessary, and offer fresh Bids, they shall be eligible for submission of fresh Bids
provided, however, that in such third round of bidding only such Bids shall be eligible for
consideration which are better than the Bid of the second best Bidder in the first round of
bidding.
3.5.4 For understanding, in Clause 3.5.2 & 3.5.3, the 2nd best bidder shall mean the second
lowest bidder in case all bidders, including the Preferred Bidder have quoted Annual
Grant Required from GoJ. In case any of the Bidders have quoted a Premium payable to
GoJ, then the Second best Bidder shall be the Bidder quoting the second highest Annual
Premium. However, incase only Preferred Bidder has quoted a Premium and others have
quoted a Grant Requirement, then the 2
nd
Best Bidder shall mean the Bidder who has
quoted the lowest Grant Funding required among the other Bidders. 3
rd
Beat/ 4
th
Best
Bidders shall be interpreted so on and so forth.

3.6 Details of Experience
3.6.1 The bidder should furnish the details and proof of eligible technical experience as
required under this RFP Document.
3.6.2 The bidder must provide the necessary information relating to Technical Capacity as per
format at Appendix IV.

3.7 Financial information for purposes of evaluation
3.7.1 The Bid must be accompanied by the audited annual reports of the Bidder for the last 3
(three) financial years, preceding the financial year in which the Bid is made.
3.7.2 In case the annual accounts for the latest financial year are not audited and therefore the
Bidder cannot make it available, the Bidder shall give an undertaking to this effect and the
statutory auditor shall certify the same. In such a case, the Bidder shall provide the
audited annual reports for 3 (three) financial years preceding the financial year for which
the audited annual report is not being provided.
3.7.3 The Bidder must establish the Financial Capacity as specified in Clause 2.2.2, and
provide details as per format at Appendix V








Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
38


SECTION 4. FRAUD AND CORRUPT PRACTICES

4.1 The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bidding Process and subsequent to the issue of
the LOI and during the subsistence of the Concession Agreement. Notwithstanding
anything to the contrary contained herein, or in the LOI or the Concession Agreement, the
Authority may reject a Bid, withdraw the LOI, or terminate the Concession Agreement, as
the case may be, without being liable in any manner whatsoever to the Bidder or
Concessionnaire, as the case may be, if it determines that the Bidder or Concessionnaire,
as the case may be, has, directly or indirectly or through an agent, engaged in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
in the Bidding Process. In such an event, the Authority shall be entitled to forfeit and
appropriate the Bid Security or Performance Security, as the case may be, as damages,
without prejudice to any other right or remedy that may be available to the Authority under
the Bidding Documents and/ or the Concession Agreement, or otherwise.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the
rights and remedies which the Authority may have under the LOI or the Concession
Agreement, or otherwise if a Bidder or Concessionnaire as the case may be, is found by
the Authority to have directly or indirectly or through an agent, engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice during the Bidding Process, or after the issue of the LOI or the execution of the
Concession Agreement, such Bidder or Concessionnaire shall not be eligible to participate
in any tender or RFP issued by the Authority during a period of 2 (two) years from the date
such Bidder or Concessionnaire as the case may be, is found by the Authority to have
directly or indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practices, as the
case may be..
4.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) corrupt practice means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with
the Bidding Process (for avoidance of doubt, offering of employment to or employing
or engaging in any manner whatsoever, directly or indirectly, any official of DoLET
who is or has been associated in any manner, directly or indirectly with the Bidding
Process or the LOI or has dealt with matters concerning the Concession Agreement
or arising there from, before or after the execution thereof, at any time prior to the
expiry of one year from the date such official resigns or retires from or otherwise
ceases to be in the service of DoLET, shall be deemed to constitute influencing the
actions of a person connected with the Bidding Process); or (ii) engaging in any
manner whatsoever, whether during the Bidding Process or after the issue of the LOI
or after the execution of the Concession Agreement, as the case may be, any person
in respect of any matter relating to the Project or the LOI or the Concession
Agreement, who at any time has been or is a legal, financial or technical adviser of
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
39
DoLET in relation to any matter concerning the Project;
(b) fraudulent practice means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
Bidding Process ;
(c) coercive practice means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or property to influence any persons participation or
action in the Bidding Process;
(d) undesirable practice means (i) establishing contact with any person connected
with or employed or engaged by DoLET with the objective of canvassing, lobbying or
in any manner influencing or attempting to influence the Bidding Process; or (ii)
having a Conflict of Interest; and
(e) restrictive practice means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full and
fair competition in the Bidding Process or abstaining itself or any person from bidding
as would have the effect of eliminating competition or a competitor..

Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
40
SECTION 5. PRE-BID CONFERENCE

5.1 DoLET may convene a Pre-Bid conference of the interested parties on the date given at
Clause 2.16 hereinabove. Only those persons who have purchased the RFP document
shall be allowed to participate in the Pre-Bid conference. A maximum of two
representatives of each Bidder shall be allowed to participate on production of authority
letter from the Bidder.
5.2 During the course of Pre-Bid conference, the Bidders will be free to seek clarifications and
make suggestions for consideration of DoLET. DoLET shall endeavor to provide
clarifications and such further information as it may, in its sole discretion, consider
appropriate for facilitating a fair, transparent and competitive Bidding Process.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
41
SECTION 6. MISCELLANEOUS

6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at Ranchi shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/ or in connection with the Bidding Process.
6.2 DoLET, in its sole discretion and without incurring any obligation or liability, reserves the
right, at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the
Bidding Process or modify the dates or other terms and conditions relating thereto;
(b) consult with any Bidder in order to receive clarification or further information;
(c) pre-qualify or not to pre-qualify any Bidder and/ or to consult with any Bidder in order
to receive clarification or further information;
(d) retain any information and/ or evidence submitted to DoLET by, on behalf of, and/ or
in relation to any Bidder; and/ or
(e) independently verify, disqualify, reject and/ or accept any and all submissions or other
information and/ or evidence submitted by or on behalf of any Bidder.

6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases DoLET, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any
and all liability for claims, losses, damages, costs, expenses or liabilities in any way
related to or arising from the exercise of any rights and/ or performance of any obligations
hereunder, pursuant hereto and/ or in connection herewith and waives any and all rights
and/ or claims it may have in this respect, whether actual or contingent, whether present
or future.
6.4 Words and Phrases not defined in this RFP shall have the meaning as specified in the
Concession Agreement.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
42
Appendix I: Letter Comprising the Bid

Ref. Date:
Director
Directorate of Employment and Training
Department of Labour Employment and Training,
Government of Jharkhand
Nepal House, Ist Floor
Dornada, Ranchi - 834002
Jharkhand
Tel. No. +91 651 2491424
Fax: +91 651 2490956
E-mail : dir.et@indiatimes.com

Subject: Upgradation, Operation, Maintenance and Management of
(Name of the Institutions for which proposal is submitted)
Dear Sir/ Madam,
Being duly authorized to represent and act on behalf of _________________ (hereinafter
referred as the "Bidder"), and having reviewed and fully understood all the qualification
requirements and information provided, the undersigned hereby expresses its interest and apply
for qualification for undertaking the the Upgradation, Operation, Maintenance and Management
of (Name of the Institutions for which proposal is submitted)
(Project).
We are enclosing our Bid, in conformity with the terms of the RFP, and furnishing the details as
per the requirements of the Bid Document, for your evaluation.
The undersigned hereby also declares that the statements made and the information provided in
the Proposal is complete, true and correct in every detail.
I/We confirm that the application is valid for a period of 120 days from the due date of submission
of application and is unconditional.
I/We hereby also confirm the following:
1. The Proposal is being submitted by M/s _______[] (name of the Bidder/ Consortium
Members (with Lead Member .)-, in accordance with the conditions stipulated
in the RFP.
2. I/We have examined in detail and have understood the terms and conditions stipulated in the
RFP Document issued by DoLET (hereinafter referred as the Authority) and in any
subsequent communication sent by Authority.
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
43
3. I/We agree and undertake to abide by all these terms and conditions. Our Proposal is
consistent with all the requirements of submission as stated in the RFP or in any of the
subsequent communications from Authority)
4. The information submitted in our Proposal is complete, is strictly as per the requirements
stipulated in the RFP, and is correct to the best of our knowledge and understanding. I/We
would be solely responsible for any errors or omissions in our Proposal.
5. I/We confirm that we have studied the provisions of the relevant Indian laws and regulations
required to enable us to prepare and submit this Proposal for undertaking the Project, in the
event that we are selected as the Preferred Bidder.
6. I/We certify that in the last three years, we have neither failed to perform under any contract,
as evidenced by imposition of a penalty by an arbitration tribunal or a judicial authority or
judicial pronouncement or arbitration award, nor been expelled from any project or contract
by any public authority nor have had any contract terminated by any public authority for
breach on our part.
7. I/We declare that:
a. I/We have examined and have no reservations to the Bidding Documents, including any
Addendum issued by the Authority; and
b. I/We do not have any conflict of interest in accordance with the RFP document; and
c. I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice, as defined in the RFP document, in respect of any tender or request for proposal
issued by or any agreement entered into with the Authority or any other public sector
enterprise or any government, Central or State; and
8. I/We hereby certify that we have taken steps to ensure that in conformity with the provisions
of the RFP, no person acting for us or on our behalf has engaged or will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice;
9. I/We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the
Project, without incurring any liability to the Bidders
10. I/We further certify that in regard to matters relating to security and integrity of the country,
we, have not been convicted by any Court of Law or indicted or adverse orders passed by the
regulatory authority which could cast a doubt on our ability to undertake the Project or which
relates to a grave offence that outrages the moral sense of community.
11. I/We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge-sheeted by any agency of the Government or convicted by the Court of
Law.
12. I/We further certify that no investigation by a regulatory authority is pending either against us
or against our Associates or against our CEO or any of our Directors/ Managers/ employees.
13. I/We hereby irrevocably waive any right which we may have at any stage at law or howsoever
otherwise arising to challenge or question any decision taken by the Authority in connection
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
44
with the selection of the Bidders, or in connection with the Bidding Process itself, in respect of
the above mentioned Project and the terms and implementation thereof.
14. In the event of me/us being declared as the Preferred Bidder, I/We agree to enter into a
Concession Agreement in line with the requirement of the RFP document that has been
provided to me prior to the Bid Due Date. I/We agree not to seek any changes in the
aforesaid draft and agree to abide by the same.
15. I/We have studied all the Bidding Documents carefully and also surveyed the project details.
We understand that except to the extent as expressly set forth in the Concession Agreement,
we shall have no claim, right or title arising out of any documents or information provided to
us by the Authority or in respect of any matter arising out of or concerning or relating to the
Bidding Process including the award of Concession.
16. The Bid Variable as quoted by me/ after taking into consideration all the terms and conditions
stated in the RFP, Concession Agreement, our own estimates of costs and after a careful
assessment of the identified locations of the proposed Centers and all the conditions that
may affect the Bid.
17. I/We agree and understand that the Bid is subject to the provisions of the Bidding
Documents. In no case, I/We shall have any claim or right of whatsoever nature if the Project
/ Concession is not awarded to me or our Bid is not opened or rejected
18. I/We agree and undertake to abide by all the terms and conditions of the RFP document
which inter alia includes furnishing of the Performance Security to the Authority in the manner
provided in respect thereof in the RFP.
19. I/We confirm that all the terms and conditions of the Proposal are firm and valid for
acceptance for a period of 120 days from the Proposal Due Date.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP document. In
witness thereof, I/We submit this Bid under and in accordance with the terms of the RFP
document.


Thanking You,
Yours Sincerely,

For and on behalf of : (name of the Bidder and the Company Seal)

Signature : (Authorised Representative & Signatory)

Name of the Person :

Designation :

Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
45

.Appendix II: Checklist of Submissions
Sl No Enclosures to the Technical &
Price Bid

Status
(Submitted/Not
Submitted)

Comments, if any
1 Covering Letter
2 Details of Bidder
3 Technical Capacity (Experience)
of the bidder

4 Turnover & Net worth (Financial
Capacity) of the bidder

5 Statement of Legal Capacity
6 Power of Attorney for signing of
Bid

7 Bid Security
8 Information regarding litigation,
debarment, arbitration, etc.

9 Bid document along with
addendum duly signed by
Authorised signatory and
stamped.

10 Income Tax Return for the last
three years

11 VAT Registration Certificate
12 Pan Card
13 VAT/Sales Tax Clearance
Certificate

14 In case financial strength of the
associates isbeing used then
Board Resolution and Letter of
Undertaking

15 Price Bid Letter and submissions
in line with the RFP
requirements


Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
46
Appendix III: Details of Bidder
1. (a) Name:
(b) Registration Details of the Bidder:
(c) Country of incorporation:
(d) Address of the corporate headquarters and its branch office(s), if any, in India:
(e) Date of incorporation and/ or commencement of business:
2 Brief description of the Bidder including details of its main lines of business:

3 Details of individual(s) who will serve as the point of contact/ communication for DoLET:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:

4. Particulars of the Authorized Signatory of the Bidder:

(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:
(e) Fax Number:

5. In case of a Consortium:

a. The information above (1-4) should be provided for all the members of the
Consortium.
b. A copy of the Jt. Bidding Agreement, as envisaged in the RFP document should be
attached to the Bid.
c. Information regarding role of each member should be provided as per table below:


Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to
Bidders
47
Sl.
No.
Name of Member Role* Percentage of equity in the
Consortium
1.
2.
3.

* The role of each member, as may be determined by the Bidder should be
indicated.

d. The following information shall also be provided for each member of the Consortium

Name of Bidder/ member of Consortium:
No. Criteria Yes No
1. Has the Bidder/ constituent of the Consortium been barred by the
[Central/ State Government, or any entity controlled by them], from
participating in any project[s] (BOT or otherwise).
e. f.
2. If the answer to 1 is yes, does the bar subsist as on the date of
Bid.

3. Has the Bidder/ constituent of the Consortium paid liquidated
damages of more than 5% of the contract value in a contract due to
delay or has been penalized due to any other reason in relation to
execution of a contract, in the last three years?


6. A statement by the Bidder and each of the members of its consortium (where applicable)
disclosing material non-performance or contractual non-compliance in past projects,
contractual disputes and litigation/ arbitration in the recent past are given below (Attach
extra sheets, if necessary):

Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

Department of Labour and Employment and Training. GoJ Volume 2 Instructions to Bidders
48
.
Appendix IV: Experience (Technical Capacity) of Bidder (Engineering/Polytechnic College/ITI)
(Refer Clause 2.2)
A. Details of work pertaining to Eligible Projects executed by the Bidder
Bidder Type#
Name of
the
Institutions
Operating
Since
(Year)
Total Intake
Accreditation, if
any from NAAC/
NBA
Year of
Accreditation/Affili
ation
AICTE/NCVT/SCVT Approval
Letter No

2011-12 2010-11 2009-10
Ist
Approval
Current
Approval
Ist Approval Current
Approval
\Single Entity
1
2
3
4
5
Consortium
Member

1
2
3
4
5

Note:
1. In case of Bidder using strength of Associates, Bidder has to provide documentary proof of Association as per the definition of Associates in the RFP
Document and the same shall be certified by Statutory Auditor of the Bidder.
2. Bidder to provide brief details/ brochure of each of the institutions for which Experience is being claimed.
3. For accreditation, documentary proof is to be provided.
4. The above format is not applicable for Bidder qualifying on the basis of Option I (High Networth Criteria)
5. Total intake means number of fresh students admitted in the institute per year
Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

49

Appendix V: Financial Capacity of the Bidder
(refer Clause 2.2)
(In Rs. crore)

S.
No.
Applicant / Entity
Net worth
(Rs. In Cr)
Annual Turnover for preceding three
Financial Years
(Rs. In Cr)
2011-12 2011-12 2010-11 2009-10
1.

Certificate from the Statutory Auditor

This is to certify that ....................(name of the Entity) has a Net Worth/ Annual turnover (as the
case may be) as shown above.

Name of Authorized Signatory:
Designation:
Name of Entity:
(Signature of the Authorized Signatory)
Seal of the Entity


Instructions:
1. The Bidder shall attach copies of the balance sheets, financial statements and Annual
Reports for 3 (three) years preceding the Bid Due Date. The financial statements shall
include the following:
a. Bidder qualifying on the basis of Option I (High Net worth Criteria) needs to fill only the Net
worth Column.
b. Bidder qualifying on the basis of Option II (Technical Capability), needs to fill the Annual
Turnover for preceding three financial years.
c. reflect the financial situation of the Bidder and its Associates where the Bidder is relying on its
Associates financials;
d. be audited by a statutory auditor;
e. be complete, including all notes to the financial statements; and
f. correspond to accounting periods already completed and audited (no statements for partial
periods shall be requested or accepted).
g. In case the bidder is a company, it must submit copies of previous three years Forms 23 AC
and 23 ACA and copies of respective paid challans from the Registrar of Companies.
h. In case the bidder is registered as a Society/Trust it must submit a certificate of Net worth for
the previous Financial year (2011-12) and Turnover for the last three years ending 2011-12
certified by a practicing Chartered Accountant.

Upgradation, Operation, Maintenance and Management of Industrial Training Institutes in Jharkhand

50




Appendix VI: Statement of Legal Capacity

(To be forwarded on the letterhead of the Bidder/ Lead Member of Consortium)

Ref. Date:

Director
Directorate of Employment and Training,
Department of Labour, Employment and Training, Government of Jharkhand
Nepal House, Ist Floor
Doranda
Ranchi, Jharkhand - 834002
Tel. No. +91 651 2491424
Fax: +91 651 2490956
E-mail : dir.et@indiatimes.com

Sub: Bid for Upgradation, Operation, Maintenance and Management of
(Name of the Institutions for which the proposal is submitted)
Dear Sir,
I/We hereby confirm that we satisfy the terms and conditions laid out in the RFP document.
I/We have agreed that ______________ (insert individuals name) will act as our representative
and has been duly authorized to submit the RFP. Further, the authorized signatory is vested with
requisite powers to furnish such letter and authenticate the same.
Thanking you,
Yours faithfully,
For and on behalf of
Authorized signatory

Das könnte Ihnen auch gefallen