DEPARTMENT WOMEN CHILD DEVELOPMENT ...wcddel.in/pdf/CorrigendumNIT2014_DWCD_69143_1.pdfSpeech...
Transcript of DEPARTMENT WOMEN CHILD DEVELOPMENT ...wcddel.in/pdf/CorrigendumNIT2014_DWCD_69143_1.pdfSpeech...
1
DEPARTMENT WOMEN & CHILD DEVELOPMENT GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI
(Child Protection Branch) 1-A, Canning Lane, Kasturba Gandhi Marg, New Delhi-01
Phone 23385616, 23384828, Fax 23070379 http://www.wcddel.in
F.61(784)/E-TENDER/DD(CPU)/DWCD/2014 TenderID:- 2014_DWCD_69143_1
Corrigendum NIT -14/11/2014
Schedule of Expression of Interest
Invitation for Expression of Interest for Procurement of services for providing Non Formal Education & Certificate of NIOS, Remedial Classes & Special Educator Facility to Inmates / beneficiaries housed in Child Care Institutions run by DWCD, GNCT of Delhi through Delhi government e-tender website.
An Expression of Interest is invited from the interested registered, reputed NGOs/Trust/Professional Organizations working in Delhi to provide the following services in the Child Care Institutions run by the Department.
1) Non Formal Education for non school going children. 2) Tuition Facility / Remedial Classes for school going children. 3) Special Educator like speech therapist, sign language expert, handling of Children who are slow learner, borderline retardation, dyslexia, and any other category, as required Preference will be given to NGOs registered with NIOS / or enrolled with certifying bodies for imparting vocational training and non formal education.
The bidder should submit the bids on the basis of tender document downloaded from the Delhi Government e-tender website https://govtprocurement.delhi.gov.in. The tender box is placed in the office of Dy. Director (CPU). The tender document should reach the tender box before specified time of closing. Late tender shall not be accepted in any case.
Estimated Cost : Rs. 23, 00,000/- per annum. EMD : Rs. 60,000/- Date of release of tender : 31.10.2014 Pre-Bid Meeting : 12.11.2014 16:00 Hrs Date of corrigendum (if any) : 17.11.2014
Last date / Time of receipt of tenders : 26.11.2014 11:30 Hrs Through e-procurement solution Date of opening of Technical- Bid after : 26.11.2014 12:00 Hrs
Date of opening of Financial – Bid to be decided by the Tech. Eval. Comm. after finalization of Tech.-Bid. Late Tenders will not be accepted in any case.
2
The Department of Women and Child Development, Govt. of NCT of Delhi
invites “Expression of Interest” (EOI) from well established, registered, reputed &
experienced Non-Government Organizations (NGOs) / Society / Trust /Agency
hereinafter called the Bidding Agency for providing the following services :-
1. Non Formal Education and NIOS Certificates to the residents by providing
Non Formal Education for non school going children, facilitating children to
prepare for examination of National Institution of Open Schooling.
2. Tuition facility/Remedial Classes for school going children who are housed in
various Homes.
3. Special Educator (Speech Therapist, Sign language experts, Experts in
handling children who are slow learners, borderline retardation and dyslexia)
or any other as per requirement.
The bidding agency may submit their proposals in all of the above or
anyone/two services of their choice.
The aforesaid services shall be implemented in the following Child Care
Institutions which are functioning under the jurisdiction & control of Department
Women & Child Development (hereinafter called DWCD), GNCTD, 1-A, Canning
Lane, Kasturba Gandhi Marg, New Delhi-01.
The said services shall be implemented for a period of three year with effect
from the date of signing of contract which is extendable up on year to year basis on
the criteria of the satisfactory performance on the same terms and conditions. The
upper limit of the contract shall not be beyond five years.
1. Name of the Institutions & average number of children who require the
aforesaid services (may be increased/decreased in future):-
Sl. No.
Name of Institution For Non Formal Education
For Remedial Classes
For Special Educator
1. Children Home for Boys-I & II, Alipur, Delhi. 50 70 05 2. Children Home for Boys-I & II, Lajpat Nagar, Delhi 70 30 05 3. Children Home for Boys-I & II, Dilshad Garden,
Delhi 50 50 05
4. Children Home for Girls, Dilshad Garden, Delhi 50 40 05 5. Children Home for Girls-I & II, Nirmal Chhaya
Complex, Delhi 90 70 05
6. Observation Home Homes for Boys-II, Kingsway Camp, Delhi
80 20 Nil
3
7. Place of Safety & Special Home for Boys, Magazine Road, Majnu Ka Tila, Delhi
15 05 Nil
8. Bal Niketan & Balika Greh, Nirmal Chhaya Complex, Delhi
10 80 05
The Department of Women & Child Development is running various Homes/
Institutions for Juvenile in conflict with law and children in need of care and
protection. While these institutions have basic residential facilities, the systems for
educational and rehabilitation facilities in these institutions require specialized
intervention.
These institutions cater to the needs of children, who are in distress, destitute,
neglected, abandoned, victims of atrocities, violence, sexual assault, family disputes
and children in conflict with law. Most of the children housed in the said institution
are mostly school dropouts, never been to school or denied opportunities of
education.
The Department of Women & Child Development intends to intervene, at this
stage, by imparting additional services by providing extensive and exclusive attention
to every inmate regularly by providing them with the strength of education and
building their potential.
For this purpose, Department of Women & Child Development intends to
invite Expression of Interest/Tender from interested, reputed and registered agencies
having expertise in the field of Non formal Education and have been registered or
enrolled with respective certifying bodies for imparting non formal education &
special education. The bidding agency shall involve experienced and expert staff
who is well qualified in their fields. In case any agency is willing to provide the above
said services on pro-bono basis or with finding from any other source, the same is
also welcome.
2. OBJECTIVE:-
The following objectives are to be achieved through the NGO selected for this
purpose:
4
a) Non Formal Education and NIOS Certificates to the residents by providing
Non Formal Education for non going school children, facilitating children to
prepare for examination of National Institution of Open Schooling.
b) Tuition facility/Remedial Classes for school going children who are housed
in various Homes.
c) Special Educator (Speech Therapist, Sign language experts, Experts in
handling children who are slow learners, borderline retardation and
dyslexia & any other category, as required).
3. AREA OF OPERATION & WORKING HOURS
Selected NGO will have to provide Non Formal Education for non going
school children, facilitating children to prepare for examination of National Institution
of Open Schooling, tuition and special educator facility for school going children who
are housed in various Homes at (i) Nirmal Chhaya Complex, Jail Road,
(ii)Observation Home for Boys, Kingsway Camp, (iii) Place of Safety & Special
Home for Boys, Magazine Road, (iv) Sanskar Ashram Complex, Dilshad Garden,
(v)Children Home, Alipur and (vi) Kasturba Niketan Complex. The working hours
and number of batches will be decided by the superintendent concerned.
4. SCOPE OF WORK
The time bound target setting for each child by name before start of classes
after preliminary assessment of and discussion with the child and staff concern of
homes should be carried out in the first phase. It should be followed by monthly
achievement report of each child and quarterly learning output.
While undertaking the responsibility of providing non formal education,
facilitating children to prepare for examinations of National Institute of Open
Schooling and tuition facility for school going children, remedial classes & special
educator facility to the children housed in Homes of the Department of Women &
Child Development, the scope of work shall mean and include the following work
namely :-
5
1. To provide all the required educational material for education of children for
organizing and conducting classes in the premises of the Homes.
2. The Department shall take into consideration the choice of Institution by the
bidding agency however the final decision of allotment of Institution shall be of
the Department WCD.
3. To follow the prescribed rules and regulations in this regard issued by the
educational authorities.
4. To complete the syllabus as per module in stipulated time so as to achieve the
desired results, or document and monitor the inability of child to grasp the same
and devote additional time.
5. To assess the ability of children to decide for their potential to get prepared for
specific standard and subsequent examination.
6. To admit and make different classes of III, V, VIII standards by grouping
children in accordance with their educational background, age, intelligence and
likely period of stay in the institution.
7. To help children for preparation of examination for both school going and non
school going children including regular coaching, guidance, appearing in the
examination and getting the certificate from the issuing authority.
8. To provide any other assistance required by the children to pursue their
education as per requirement for completion of registration forms, conduct of
examinations etc.
9. To provide and hold classes in accordance with the schedule of children in the
Homes.
10. To carry on the educational programme without disturbing and interfering with
the ongoing rehabilitation process or any other activities of the Home.
11. To bring to the notice of Superintendent of the institute any vital information
pertaining to children which can harm or facilitate their rehabilitation.
12. To maintain all the records and registers pertaining to attendance of children,
class tests conducted or any other internal assessment done by the teacher.
13. To maintain a register to enable children or staff or any authorized official to
record remarks.
6
14. To provide tuition / remedial classes to the children who are going in regular schools.
15. To regularly interact with the school teacher to assess the progress of learning in the school.
16. To provide Special educator facility for hearing and visually impaired children,
Speech Therapist, Sign language experts, Experts in handling children who are
slow learners, borderline retardation and dyslexia.
5. Staff Qualification :-
a. The suggestive professional and qualified staff / resources for the desired
services are as under:-
i. The academic teacher shall be an expert in teaching the subjects being taught
in Delhi Govt. Schools and / or as per the NCERT/NIOS guidelines. The
teachers should be a graduate in the relevant stream with JBT/B.Ed.
alongwith teaching experience of minimum 3 years.
ii. Special educator facility for hearing and visually impaired children, Speech
Therapist, Slow Learner, Borderline Retardation and Dyslexia. (If any). The
Special Educator should have a degree/diploma in the said specialized areas
and have the experience of atleast 3 years of handling such special children.
b. The total number of teachers should be within the range of 20-25. The no. of
teacher in each home can vary as per the no. of children/juvenile in the
institution. For Non-Formal Education 12-15 teaches, Remedial/Tuition Facility 6
teachers and Educator 4 in number.
6. Role of Government :-
The Government shall provide adequate space to the NGO for the purpose of
this Agreement but the said building and premises shall remain the property of the
Government and payment of Government cess, dues, taxes or any other charges, by
whatever name called, shall remain the obligation of the Government. The
Government shall render possible/admissible cooperation to the NGO in carrying
out its obligations under this Agreement including rooms for the classes and
facilitating any other requirement to undertake assignments by according timely
permissions, approvals, grants/sanctions, etc.
7. Obligations of the NGO:-
a) The NGO agrees that it shall be solely responsible for appointment and
continuation of professional staff.
7
b) The NGO / the bidding agency should have at least four recognized centers
from NIOS for conducting examination of the concerned children.
c) The NGO shall be responsible for the successful and qualitative imparting of
education program either through NIOS, Remedial Classes or Special
Educator.
d) The NGO shall provide to the Department of Women and Child Development
bank guarantee in the form of security deposit of FDR, the successful bidder
shall deposit a performance security of 5% (Five percent) of the amount of
annual contract, within seven days of receiving work order, in the form of Pay
Order/ Bank Draft/ Fixed Deposit Receipt (FDR)/ Bank Guarantee from
any commercial bank in favour of Director, DWCD, GNCTD payable at New
Delhi approved by the Government, in which it holds an account before
execution of Agreement.
e) If NGO fails to perform or fails to adhere to terms and conditions, the
Government may apart from any other legal action, forfeit the bank guarantee
for settlement of dues. The bank guarantee/performance, guarantee will
remain valid for a period of ninety days beyond the date of completion of
contractual obligations.
f) The NGO shall maintain a separate account of funds disbursed by the
Government and maintain the proper record in the books of accounts
alongwith the vouchers for review as and when required by the Government.
g) Expenses on staff towards salary, allowances, conveyance/travelling
allowance, support services facility, contingency, etc. will be met by the
bidding agency.
h) The expenditure on NIOS kit, registration fee shall be sanctioned and
provided by the Superintendent concerned.
i) The expenditure on misc. head like Educational Aided Material and other
expenses like expenditure on conduct of examination, paper setting, paper
8
printing, paper checking etc., operating cost towards duster, chalk, photocopy
charges, correspondence etc. required for the efficient functioning shall be
quoted by the bidding agency in financial bid under the misc. head of price bid
format which shall not exceed 5% of the total tender amount and shall be
borne by the concerned institution.
j) Under no circumstances the funds shall be utilized for infrastructural assets
like vehicle, furniture, air-conditioners, coolers, fans, heaters, telephone, etc.
or any other purposes not directly or indirectly linked to the program.
k) The assets provided by the department shall be the property of the
department and shall revert to the Department on conclusion of the program.
8. Duration :-
The duration of this project in partnership with NGO will be three years from
the date on which the agreement comes into effect. The same shall be after signing
an agreement by both the parties which can be extended on satisfactory
performance with mutual consent of both the parties on year to year basis not
exceeding five years on existing terms and conditions as the upper limit of contract
shall not be beyond five years.
9. Quality Assurance:-
a) In order to ensure quality of the services delivered, the NGO will employ only
qualified and professional staff as mentioned in the tender document.
b) The NGO will follow the module so prescribed by Department for completion
of non-formal & formal education and Special educator facility
c) The NGO shall employ only Female Staff in girls’ institutions.
10. Appraisal Committee:-
An Appraisal Committee consisting of following members will be constituted
by the Government to assess the performance and effectiveness of intervention by
9
the NGO in each institution. The Appraisal Committee is constituted with the
following members:-
1. District Social Welfare Officer Chairperson
2. Sr. Accounts Officer/ Accounts Officer Member
3. Superintendent of the Institution concerned Convener
4. Two External experts of the field as nominated by WCD. Member
The quorum of the Committee shall be three members attending the meeting.
11. Appraisal Committee :-
a) The Appraisal Committee is constituted to assess the performance and
effectiveness of the services rendered by the Bidding Agency.
b) The Appraisal Committee will monitor and inspect at regular intervals the
operation of obligations of the Bidding Agency and shall make
recommendations to the Director, DWCD, GNCTD for the Bidding Agency’s
performances.
c) The Appraisal Committee shall submit the report on quarterly basis.
d) If any lapses as per terms of NIT/EOI/MOU are found the agency shall be
penalized as per the recommendation of Appraisal Committee.
e) Before raising the bills, the Bidding Agency should submit the bills after due
verification of the bills by the Superintendent concerned.
f) Apart from above, Appraisal Committee, the Department WCD may ask any
independent authority/ organization/ person(s) of eminence to conduct
periodic third party independent evaluation visit/study of the contracted
services rendered by the Bidding Agency.
g) Notwithstanding anything contained therein, periodical review will be
undertaken and if the job is not found satisfactory, the Director, DWCD,
10
GNCTD reserves the right to terminate the contract. The unsatisfactory
service shall mean and include non-compliance/ non-fulfillment of any of the
contractual obligations and/or poor-performance and/or violation of any terms
& condition of agreement and/or failure of the agency in part/full replacement/
correction of discrepancies/short-comings brought to the notice of the Bidding
Agency, in writing, by the competent authority of DWCD, GNCTD.
12. TENDER PROCEDURE :-
a) The bid shall consist of two parts – Technical Bid along with price of
tender document and Price Bid of each service separately . Accordingly,
bidder shall submit the ‘EMD and Pre-Qualification Bid / Technical Bid’ in
a separate sealed cover envelop of each service separately and the
`Financial/Price Bid’ in a separate sealed cover envelop of each service
separately duly superscripted as “Tender for providing Non Formal
Education and NIOS Certificates to the residents by providing Non Formal
Education for non going school children, facilitating children to prepare for
examination of National Institution of Open Schooling, tuition and special
educator facility for school going children in “Department of Women &
Child Development” in sealed cover duly superscripted.
b) The bidder shall, submit his bid on or before the closing date and time.
c) All the information sought under the head `Conditions’ and `other
information to be supplied’ is to be given in `Technical Bid’ while price
quoted for the same will have to be mentioned only in the `Price Bid’.
Technical Bid shall contain details of price of tender document and DD/
Banker’s Cheque as price of tender document.
d) The `Price Bids’ of only those parties shall be opened whose `Technical
Bids’ are found eligible while the disqualified bidders’ `Price Bid’ shall not be
opened.
e) The `Technical Bid’ shall be opened by the Committee namely ‘Tender
Evaluation Committee’ headed by Additional Director,
(CPU/Admn),WCD. The other Members shall be Dy. Director (CPU), D.D.
11
(Admn.), Sr. Account Officer, Assistant Director (Counseling) and one
External Representative of the field.
f) There has to be separate envelop for each of the Programme / Services,
such as :-
1) Non Formal Education for non school going children.
2) Tuition Facility / Remedial Classes for school going children.
3) Special Educator like speech therapist, sign language expert, handling of
Children who are slow learner, body line retardation, dyslexia, and any other
category, as required
The services must be clearly stated on the envelop. The bidders may apply
for one or all fields/ institution. They must quote rates as per teacher per
session. Different rates for different qualification/experience can also be
prepared.
g) Any bid received by the Department after the deadline for submission of
bids, as stipulated above, shall not be considered and shall be returned
unopened to the bidder.
h) The Bidding Agency shall bear all costs associated with preparation and
submission of his bid and the Department will in no case shall be
responsible or liable for those costs, regardless of conduct or outcome of
the tender process.
i) Technical Bid document completed in all respects must be put in a sealed
cover addressed to the Director, DWCD, GNCTD, 1-A, Canning Lane,
Kasturba Gandhi Marg, New Delhi-01 and shall be deposited in the sealed
Tender Box kept in the chamber of Dy. Director (CPU), DWCD, GNCTD, 1-
A, Canning Lane, Kasturba Gandhi Marg, New Delhi-01.
j) No unsolicited correspondence shall be entertained after submission of bid.
k) Agency may submit their bid for providing services to the residents of either
to the Nirmal Chayya Complex or OHB / Place of Safety or CHB, Alipur or
Kasturba Niketan Complex or Sanskar Ashram Complex or for all
institutions.
Canvassing or offer of an advantage or any other inducement by any
person with a view to influencing acceptance of a bid shall be an offence under
12
laws of India. Such action shall result in rejection of bid, in addition to other
punitive measures.
The technical proposals shall be opened first and analyzed / evaluated by
‘Tender Evaluation Committee’ constituted for the purpose. Financial bids of only
those bidders who will be declared technically qualified by the Committee shall be
opened for further analysis or evaluation and ranking / selecting the successful
bidder for placement of contract.
The Technical Evaluation Committee shall rank the agency on the basis of
their presentation, technical ability, experience in working with children, capacity
for skilled manpower, value added services, financial strength, work for social
sector/under privileged sector.
The Technical proposal will be allotted weightage of 70% while the Financial
proposal will be allotted weightages of 30%. The total score both technical and financial
shall be obtained by weighing the quality and cost scores and adding them up. This is in
consonance with the Cost Evaluation Under Combined Quality Cum Cost Based System
(CQCCBS) of the Manual of Policies and Procedure of Employment of Consultant issued
by of Ministry of Finance, GOI dt. 31.08.2006. The ranking shall be as under :-
Sl. No. Criteria for ranking Marks
(Total out of 100)
Total Weightage
1. Experience of the organization in the specialized field &working with children
15
Tech
nic
al
w
eig
hta
ge o
f 70%
2. Resources available in terms of manpower, experienced and qualified.
20
3. Value added services 10
4. Financial strength of the Bidding Agency 15
5. Technical Ability of the Bidding Agency 10
6. Financial Proposal/Price quote 30 Financial weightage of 30%
13. CLARIFICATION OF TENDER DOCUMENT:-
a) The bidder shall check and sign with stamp the pages of all documents
against page number given in indexes and, in the event of discovery of any
discrepancy or missing pages the bidder shall inform this Office.
b) In case the bidder has any doubt about the meaning of anything contained
in the tender document, he shall seek clarification from the Office of Dy.
Director (CPU) DWCD, GNCTD not later than one day before submitting his
bid. Any such clarification, together with all details on which clarification had
been sought, will be copied to all bidders without disclosing the identity of
13
the bidder seeking clarification. All communications between the bidder and
the Department shall be carried out in writing.
14. PREPARATION OF TECHNICAL BIDS:-
Sealed envelope of `Technical Bid’ should consist of aforesaid documents
as detailed under heading of `Contents of Bid Documents’ alongwith relevant
enclosures as under (to be submitted hard copies in technical envelop as well as soft copy on
e-tender website.):-
a. Attach self attested photocopy of Registration Certificate/Recognition/
Memorandum of Association (if applicable).
b. Objective of the Organization.
c. Experience in the field: - The concerned organization must have experience of
training at least 200 students per month for two years and had trained
minimum 500 students in last five years preceding the year of contract.
d. The condition of experience should also be 3 similar completed works costing
not less than the amount equal to 40% of the estimated cost; or Two similar
completed works costing not less than the amount equal to 50% of the
estimated cost; or One similar completed work costing not less than the
amount equal to 80% of the estimated cost.
e. Details of resources/ infrastructure available / manpower on roll.
f. Statement / a note showing the method of implementation of the project /
scope of work and deployment of the resource persons and their duties/
responsibilities
g. EMD/Bid Security deposit.
h. Financial status of the organization and turnover during last three financial
years on the same project.
i. Details of ITR filed with Income Tax Department for consiquitive last 3 yrs.
j. Declaration by the bidder that the agency has not been black listed by any
Government Agencies/Department/PSU/Banks etc.
k. Self attested copy of PAN No. card under Income Tax Act. ;
l. Each page of tender document, annexure and its enclosures shall be signed
by the bidder with rubber-stamp of agency affixed on it. Inside `Technical Bid’
envelop, the 1st document shall contain an index of documents kept in
14
aforesaid sealed envelope of `Technical Bid’ indicating page numbers for
ready references.
m. Bids and all accompanying document shall be in English or in Hindi. In case
any accompanying documents are in other languages, it shall be accompanied
by an authenticated English translation. The English version shall prevail in
matters of interpretation.
n. The Bidding Agency shall provide self-certified details of facilities of
infrastructure and manpower available with the Bidding Agency for providing
the aforesaid services should invariably be attached with the `Technical Bid’.
o. Self attested two recent passport size photographs of the authorized
person(s) of the Bidding Agency with name, designation, Office/Residential
address and office Telephone numbers may be submitted in the sealed
envelope. (Annexure-I).
p. The Bidder shall furnish the details regarding total number of works completed
in preceding three years, which were similar in nature and complexity as in
the present contract requiring supply of trained man power to provide
providing Non Formal Education and NIOS Certificates to the residents by
providing Non Formal Education for non going school children, facilitating
children to prepare for examination of National Institution of Open Schooling,
tuition and special educator facility for school going children.
q. The bidder shall have average annual financial turnover during the last 3
years, ending 31st March of the previous financial year, should be atleast 30%
of the estimated cost.
v. Any other information:
15. PREPARATION OF FINANCIAL BIDS :-
a) Bidder shall quote the rates per day and total number of working days per
month shall be maximum of 20 days.
b) The Bidder shall submit his price bid/offer in Indian Rupees and payment
under this contract will be made in Indian Rupees.
c) The bidder should submit the price bid / proposal exclusive of mandatory
taxes, in order to receive the comparable rates.
15
d) Rates quoted shall remain valid for a period of three years from the date of
opening of the tender.
e) The documents comprising the bid shall be typed or written in indelible ink
and all pages of the bid shall be signed by a person or persons duly
authorized to sign on behalf of the bidder. All pages of the bid, where entries
or amendments have been made, shall be attested and signed by the
person or persons signing the bid.
f) The bid shall contain no alterations, omissions or additions except those to
comply with instruction issued by the Department, or are necessary to
correct errors made by the bidder, in which case such corrections shall be
initialed/signed and dated by the person or persons signing the bid.
16. BID SECURITY:-
a) The EMD is required to protect interest of the Government against the risk of
default by the Bidder may be forfeited in the event of such happening.
Accordingly, bidders shall furnish, as part of its bid, a refundable Earnest
Money Deposit (EMD) to the tune of Rs.60,000/- (Rupees Sixty Thousand
only) in the form of Bank Draft/ Pay Order/FDR/Bank Guarantee from any
commercial bank in favour of Director, Department of Women & Child
Development, GNCTD payable at New Delhi. Said EMD (in original) shall be
placed in the aforesaid sealed envelope of `Technical Bid’. EMD exemption
not allowed. No tender without EMD shall be entertained. ;
b) The EMD of the bidder(s) shall be forfeited, if the bidder withdraws his/her
tender during the specified period of validity of tender or does not
respond/comply with the instructions to clarify or supplement the information
or provide samples of materials, analysis of rates, as may be asked for and
in case of successful do not accept the offer of the department.
c) Bids/quoted rates shall remain valid and open for acceptance for a period of
80 days from the last date of submission of tender. A bid valid for a shorter
period shall be rejected by the Department as non-responsive.
16
d) Bidder submitting a tender would be presumed to have considered and
accepted all the terms and conditions. No inquiry verbal or written shall be
entertained in respect of acceptance/rejection of the tender.
17. BID OPENING AND EVALUATION OF BIDS:–
a) At the first stage, `Technical Bids’ will be opened by the `‘Tender Evaluation
Committee” constituted by Director, DWCD, GNCTD, on the aforesaid
scheduled Date & Time in the office of 1-A, Canning Lane, K.G. Marg, New
Delhi by `‘Tender Evaluation Committee’’ constituted for this purpose in
presence of bidders or their authorized representatives who choose to
attend.
b) Incomplete `Technical Bids’ and `Financial Bids’ will summarily be rejected.
c) Conditional bids shall not be considered and will be out rightly rejected.
d) The ‘‘Tender Evaluation Committee’’ will shortlist `Technical Bids’ on the
basis of various technical parameters, i.e., pre-qualification certificates,
presentation, financial strength of the bidder, technical and other capabilities
of bidders and similar kind of experience in the field. The manpower on roll
with their qualification / experience should also be highlighted in the
presentation.
e) The ‘‘Tender Evaluation Committee’’ will preferably rank on the basis of the
merits. The Committee shall evaluate the bidding agency on the basis of
their presentation, technical ability, capacity of skilled man- power, financial
strength, work for social sector/under privileged.
f) At the second stage, `Financial Bids’ of only those bidders shall be opened
who have been declared technically qualified by `‘Tender Evaluation
Committee’’ for further analysis or evaluation and ranking as per merits
which will include both technical and financial bid.
17
g) No agency will be allowed to withdraw its bids after `Technical Bids’ have
been opened. If any agency intends to withdraw after opening of `Technical
Bids’ its EMD/Bid security will be forfeited.
h) `Tender Evaluation Committee’ shall submit its specific recommendations
regarding the best qualified agency in `Technical Bid’ as well as the lowest
responsive `Financial Bid’ in a comparative statement duly signed by all
members of `Tender Evaluation Committee’ and forward it to `Tender
Accepting Authority’, i.e., Director, DWCD, GNCTD.
i) However, selection of the final successful bidder shall be decided by
`Tender Accepting Authority’, i.e., Director, DWCD, GNCTD, who reserves
the absolute right to accept or reject any or all clause(s)/tender altogether
without assigning any reasons thereof.
j) DWCD, GNCTD will notify the successful bidder who will fulfill the skill
intensive and quality centric services, who would in-turn be required to
submit Letter of Acceptance thereof, in writing.
k) Tender is not transferable.
l) The Performance security is required to protect interest of the Government
(purchaser) against the risk of default by the Bidder may be forfeited in the
event of such happening. Accordingly, the successful bidder shall deposit a
performance security of 5% (Five Percent) of the amount of annual
contract, within seven days of receiving work order, in the form of Pay
Order/Bank Draft/ Fixed Deposit Receipt (FDR)/ Bank Guarantee from any
commercial bank in favour of Director, DWCD, GNCTD payable at New
Delhi.
m) Performance guarantee should remain valid for period of ninety days (90)
beyond the date of cessation of contract and completion of all contractual
obligations of bidder including warranty obligation.
18
n) Performance guarantee shall be refunded without any interest upon
completion of contract period after adjustment of dues, if any, from the
Bidding Agency.
o) In the event of any breach/ violation or contravention of any terms and
conditions contained herein by the Bidding Agency, Department shall forfeit
the aforesaid performance guarantee.
p) EMD of successful bidder shall be discharged after receipt and acceptance
of the Performance Guarantee towards full Security Deposit in the valid
form.
q) EMD of unsuccessful bidders will be discharged after award of work to the
successful bidder and signing of contract thereof.
r) After award of work, the successful bidder is required to enter into a contract
with DWCD, GNCTD on terms & conditions as detailed in the tender
document. The Bidding Agency shall provide a non-judicial stamp paper of
Rs.100/- for preparing a rate contract agreement/MOU as per the format
decided by the Department.
s) The Bidding Agency has to give a self-certified certificate that it has not been
blacklisted by any Central Government/ Department/ PSUs/ Banks/etc. If it
is subsequently found out that the Bidding Agency has given false
information or facts or has suppressed facts or manipulated the documents,
etc. the EMD / Performance Guarantee will be forfeited and the bid/contract
will be rejected / cancelled.
18. WORK ORDER :-
a) Anticipated work has been listed under the heading `Scope of Work’.
b) Work order will be issued to the qualified successful bidder who shall obtain
the highest total combined score in evaluation of quality and cost.
19
c) The quality of service & performance of children, quantity of
professional teachers & special educators and schedule-of-delivery of
services shall be the essence/ most important condition of this
contract, failing which Director, DWCD, GNCTD reserves absolute rights to
cancel the work order without assigning any reasons.
d) Quality control/assurance of stationary material/books supplied shall be
maintained by the Bidding Agency.
e) No advance payments shall be made for execution of work order.
f) The Bidding Agency shall not engage any sub-contractor or transfer the work
order to any other person in any manner.
g) Payments shall be made after satisfactory report against the monthly/ tri-
monthly bills submitted by the Bidding Agency duly verified by the
Superintendent concerned.
h) Department will deduct Income Tax at source under section 194-C of the
Income Tax Act, 1961 from the Bidding Agency @ applicable at the time of
payment of bills.
19. CONFIDENTIALITY:–
a) The Bidding Agency will function under the supervision of the Superintendents
of Homes/Institutions and/or any other official nominated by the Department
and shall adhere to all norms & regulations applicable to the specific
Home/Institution.
b) While providing the services, the Bidding Agency shall not indulge in any act
that is in contravention of extent laws like Juvenile Justice (Care &
Protection) Act, 2000 ; Immoral Traffic (Prevention) Action, 1956 and Child
Labour Act etc.
c) The Bidding Agency shall not publish any statistics/research outcomes/other
data related to the Non Formal Education without written permission of
Director, DWCD, GNCTD.
20
d) The Bidding Agency shall adhere to all the relevant statutory provisions
governing the functioning of Homes/Institutions.
e) The Bidding Agency shall not carry out any videography / photography
without written permission of the Superintendent concerned.
f) The Bidding Agency shall ensure that its personnel shall not at any time,
without the consent of the Department in writing divulge or make known any
trust, accounts matter or transaction undertaken or handled by the
Department and shall not disclose to any information about the program and
affairs of Department.
20. PENALTY CLAUSE :-
a) In case any of the Bidding Agency’s personnel(s) deployed under the
contract is (are) absent, the substitute arrangement shall immediately be
carried out with equivalent qualification and experience.
b) The Department may direct the Bidding Agency, to have any person
removed that is considered to be undesirable or otherwise and similarly the
Bidding Agency reserves the right to change the staff with prior intimation to
the Superintendent concerned / Department subject to the condition that
replacement staff shall have the same or better qualification and experience.
c) During the course of contract, if any of the Bidding Agency’s personnel are
found to be indulging in any corrupt practices causing any loss of
revenue/any kind of mental or physical harassment to children, absence and
delay in discharge of duties, the Department shall be entitled to terminate
the services of the personnel. The Department shall be entitled to terminate
the contract forthwith duly forfeiting the Bidding Agency’s Performance
Guarantee as the case may be.
d) In the event of default being made in the payment of any money in respect of
wages of any person deployed by the Bidding Agency for carrying out of this
contract and if a claim therefore is filed in the office of the Labour Authorities
and proof thereof is furnished to the satisfaction of the Labour Authorities,
the Department may make payment of such claim on behalf of the Bidding
21
Agency to the said Labour Authorities and any sums so paid shall be
recoverable by the Department from the Bidding Agency.
e) As stated in clause above the Appraisal Committee is constituted to assess
the performance and effectiveness of the services rendered by the Bidding
Agency. In case, deficiency regarding the scope of work as mentioned in
clause 4 of the documents penalty as per recommendations of the
Committee linked with the services shall be imposed on the service
provider.
21. OTHER CLAUSES :-
1. Additional terms & conditions may be incorporated or deleted in the contract,
if needed in order to safeguard the interest of Government at any time during
the validity period of the contract.
2. The bidding conditions, bidding process and/rejection of bids etc. has been
kept as per procedure laid down by the Govt. through various rules,
regulations and O.M.’s etc. A bidder has full right to seek clarifications or to
question the bidding conditions, bidding process and/rejection of bids.
3. The manpower engaged should be trained and qualified in all manners and shall have relevance for the program.
4. The Bidding Agency shall be solely responsible for appointment of
professional staff as may be necessary for discharge of its functions as listed
in this tender. The Bidding Agency shall also be solely responsible for
fulfilling all its statutory obligations towards the staff appointed by it like
payment of salary and other benefits etc. in compliance with applicable laws.
The Department does not own any liability of any type towards the
employees engaged by the Bidding Agency.
5. It will be the sole responsibility of the Bidding Agency that the staffs engaged
are trained and the Department will not be liable for any mishap, directly or
indirectly.
6. The list of staff going to be deployed shall be made available to the
Department and if any change is required on part of the Department fresh list
22
of staff shall be made available by the Bidding Agency after each and every
change.
7. Department may terminate the contract if it is found that the Bidding Agency is
black listed on previous occasions by the any of the Departments/
Institutions/ Local Bodies/Municipalities/Public Sector Undertakings, etc.
8. Any liability arising out of any litigation (including those in consumer courts)
due to any act of the Bidding Agency’s personnel shall be directly borne by
the Bidding Agency including all expenses/fines. The concerned Bidding
Agency’s personnel shall attend the court as and when required.
9. The Bidding Agency shall indemnify and hold the Department harmless from
and against all claims, damages, losses and expenses arising out of, or
resulting from the works/services under the contract provided by the Bidding
Agency.
10. The Bidding Agency shall ensure that his staff shall not take part in any staff
union and association activities.
11. The Department shall not be responsible for providing residential
accommodation to any of the personnel of the Bidding Agency.
12. The Department shall not be under any obligation for providing employment to
any of the worker of the Bidding Agency after the expiry of the contract. The
Department does not recognize any employee employer relationship with any
of the workers of the Bidding Agency.
13. If as a result of post payment audit any overpayment is detected in respect of
any work done by the agency or alleged to have done by the agency under
the tender, it shall be recovered by the Department from the Bidding Agency.
14. If any underpayment is discovered, the amount shall be duly paid to the
Bidding Agency by the Department.
15. The Bidding Agency shall ensure full compliance with tax laws of India with
regard to this contract and shall be solely responsible for the same. The
23
Bidding Agency shall submit copies of acknowledgements evidencing filing of
returns every year and shall keep the Employer fully indemnified against
liability of tax, interest, penalty etc. of the Bidding Agency in respect thereof,
which may arise.
16. The Department will deduct (if necessary) Income Tax at source under
Section 194-C of Income Tax Act from the Bidding Agency at the prevailing
rates of such sum as income tax on the income comprised therein.
17. Further, Director, DWCD, GNCTD reserves the right to reduce the period of
validity of contract for less than one year, if the circumstances so warrant.
Decision of the Director, DWCD, GNCTD shall be binding on the Bidding
Agency. No claims for compensation of loss/revenues due to such decision
shall be entertained.
18. In case the bidder has any doubt about meaning of anything contained in this
tender document, the same can be got clarified from the Office of Dy.
Director (CPU), DWCD, GNCTD not later than one day before submitting his
bid.
19. Any such clarification, together with all details on which clarification had been
sought, will also forwarded to all bidders without disclosing identity of the
bidder seeking clarification. All communications between the bidder and the
Department shall be carried out in writing.
20. Except for any such written clarification, which is expressly stated to be an
addendum to the tender document issued by the Director, DWCD, GNCTD,
no written or oral communication/presentation/ explanation by any other
employee of the Department shall be taken to bind the Department under the
contract.
21. The Director, DWCD, GNCTD reserves absolute right to cancel the tender at
any time or amend / withdraw any of the terms & conditions contained in this
tender document without assigning any reasons, thereof.
22. In case of dispute or difference whatsoever between the two parties, the
decision/ award of arbitrator appointed by the Hon’ble Lt. Governor of GNCT
24
of Delhi will be final and binding on both parties to the contract and the court
at Delhi/New Delhi shall only have jurisdiction over the same.
23. The contractor shall not employ any person not fit for work as per any law.
During this contract period, the successful bidder shall have to arrange for
substitute for the staff undergoing any training.
24. Mentally and physically fit personnel shall be deployed for duty by the
contractor.
25. The contractor shall provide the copies of relevant records during the period
of contract or otherwise even after the contract is over whenever required by
the Department.
22. DISPUTE RESOLUTION:-
a) Any dispute and or difference arising out of or relating to this contract will be
resolved through joint discussion of the authorities’ representatives of the
concerned parties. However, if the disputes are not resolved by joint
discussions, then the matter will be referred for adjudication to a sole
Arbitrator appointed by the Director, WCD, GNCT of Delhi.
b) The award of the sole Arbitrator shall be final and binding on all the parties.
The arbitration proceeding’s shall be governed by Indian Arbitration and
Conciliation Act 1996 as amended from time to time. The cost of Arbitration
shall be borne by the respective parties in equal proportions. During the
pendency of the arbitration proceeding and currency of contract, neither party
shall be entitled to suspend the work/service to which the dispute relates on
account of the arbitration and payment to the contractor shall continue to be
made in terms of the contract. Arbitration proceedings will be held at
Delhi/New Delhi only.
24. JURISIDICTION OF COURT:-
The courts at Delhi/New Delhi shall have the exclusive jurisdiction to try
all disputes, if any, arising out of this agreement between the parties.
DIRECTOR
(DWCD)
25
ANNEXURE-I
DEPARTMENT WOMEN & CHILD DEVELOPMENT
GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI
I, CANNING LANE, K.G. MARG, NEW DELHI-01
TENDER FORM
1. Cost of tender: Rs. NIL
2. Due date for tender:-
3. Opening time and date of tender
4. Names, address of firm/Agency ___________________________
and Telephone numbers. ___________________________
5. Registration No. of the Firm/ Agency.___________________________
6. Name, Designation, Address ___________________________
and Telephone No. of ___________________________
Authorized person of Firm/ ___________________________
Agency to deal with. __________________________
7. Please specify as to whether ___________________________
Tenderer is sole proprietor/ __________________________
Partnership firm. Name and ___________________________
Address and Telephone No. __________________________
of Directors/partners should ___________________________
specified.
8. Copy of PAN card issued by
Income Tax Department and
copy of previous three Financial ______________________________
Year’s Income Tax Return.p[
9. Provident Fund Account No. ______________________________
10. Empanelment No. __________________________
Affix duly
Attested P.P.Size
recent
photograph of the
prospective
bidder.
26
11. Licence number under _______________________________
Contract Labour (R&A) Act, if any.
12. Details of Bid Security deposited:
(a) Amount: Rs. ______________________
(Rupees in words also)
(b) FDR No. or DD No. or ___________________________
Bank Guarantee in favor of ____________________________
(c) Date of issue: ____________________________
(d) Name of issuing authority:
13. Details of ISO Certification:
14. Any other information:
12. Declaration by the bidder:
This is to certify that I/We before signing this tender have read and fully understood all the terms
and conditions contained herein and undertake myself/ourselves abide by them.
(Signature of the bidder)
Name and Address (with seal)
Note: - Submitted relevant documents.
27
ANNEXURE-II
DEPARTMENT WOMEN & CHILD DEVELOPMENT
GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI
1-A, CANNING LANE, K.G. MARG, NEW DELHI
READ NIT DOCUMENTS CAREFULLY BEFORE FILLING ONLINE
Check-List for Pre-Qualification Bid as per Clause No 14 of the NIT and others.
Sl. Documents asked for Page number.
And also submit online.
Page No. at
which
Documents is
placed.
1 Bid Security (EMD) of Rs. 60,000/-Rupees (Sixty Thousand Only) in the
form of FDR/DD/ Pay Order/Bank Guarantee issued by any scheduled
commercial bank in favour of Director, DWCD, GNCTD valid for 80 days.
2 One self-attested recent passport size photograph of the Authorized
person of the firm/agency, with name, designation, address and office
telephone numbers. If the bidder is a partnership firm, name designation,
address and office telephone numbers of Directors/Partners also.
ANNEXURE-I duly filled and signed.
3 Declaration by the bidder that the agency has not been black listed by any
Government Department/PSU/Banks etc.
4 Self-attested copy of the PAN Card issued by the Income Tax Department.
5 Self attested copy of Service Tax/ TIN/ TAN/ DVAT etc Registration
number of the firm/agency.
6 Proof of experiences as per the NIT along with satisfactory performance
certificates from the concerned employers.
8 Annual Returns with Income-Tax Department of the last three financial
years. Financial status of the organization and turnover during last three
financial years on the same project.
7 Details of Resources/ Infrastructure available / Manpower on Roll
8 Statement / a note showing the method of implementation of the project
/ scope of work and deployment of the resource persons with
qualification and their duties/ responsibilities
9 All other relevant documents as per clause 14 and NIT.
10 One Copy of tender document with each page of the document signed
and stamped to confirm of the terms and conditions of the tender by
bidder.
11. Any value added services they will render to the inmates.
• Must be submitted all hard copies in technical envelop as well as soft copy on e-tender website.
• https://govtprocurement.delhi.gov.in
(Name and Address of the Bidder)
Telephone No.
28
ANNEXURE-III
PRICE BID FORMAT
(To be filled on-line only, Read NIT Carefully)
COMMERCIAL / PRICE BID/ FINANCIAL BID
F.61(784)/E-TENDER/DD(CPU)/DWCD/2014 TenderID:- 2014_DWCD_69143_1
No. Particular Rate per teacher
per day in Indian
Rupees.
1. Non Formal Education and NIOS Certificates to the residents by
providing Non Formal Education for non going school children, facilitating
children to prepare for examination of National Institution of Open
Schooling.
2. Tuition facility/Remedial Classes for school going children who are
housed in various Homes.
3. Special Educator (Speech Therapist, Sign language experts, Experts in
handling children who are slow learners, borderline retardation and
dyslexia).
Total Rs.
Please note
1) The Bidder shall quote the rate on per day basis. The bidding agency shall conduct
four class of 1 hour duration each, covering at least 3-4 subjects and also
depending upon the work and interest of the children. It is expected that the
maximum of 20 working days should be covered per month.
2) With regards to Special Educator the rate should be quoted per day as per the
requirement of the Institution. The number of teachers in each home can vary as per
the number of children / juvenile in the Institution.
3) However, the total number of teachers should be within the range of 20-25
(including all three categories above).
4) No blanks should be left which would be otherwise made the tender liable for
rejection.
5) Quote rate exclusive of taxes.
Signature
(Name and Address of the Bidder)
Telephone No
29
ANNEXURE-IV
FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY
(To be stamped in accordance with Stamps Act of India)
1. THIS DEED of Guarantee made this day of ________________between
________________________ (Name of the Bank) (hereinafter called the “Bank”) of the one part and
_________________________(Name of the Department) (hereinafter called the “Department”) of
the other part.
2. WHEREAS ________________________(Name of the Department) has awarded the contract for
sanitation/housekeeping services contract for Rs.________________________(Rupees in figures and
words) (hereinafter called the “contract”) to M/s_____________________(Name of the contractor)
(hereinafter called the “contractor”).
3. AND WHEREAS THE Contractor is bound by the said Contract to submit to the Department a
Performance Security for a total amount of Rs._____________________ (Amount in figures and
words).
4. NOW WE the Undersigned __________________________(Name of the Bank) being fully
authorized to sign and to incur obligations for and on behalf of and in the name of
______________________(Full name of Bank), hereby declare that the said Bank will guarantee the
Department the full amount of Rs.________________________ (Amount in figures and words) as
stated above.
5. After the Contractor has signed the aforementioned contract with the Department, the Bank is
engaged to pay the Department, any amount up to and inclusive of the aforementioned full amount
upon written order from the Department to indemnify the Department for any liability of damage
resulting from any defects or shortcomings of the Contractor or the debts he may have incurred to
any parties involved in the Works under the Contract mentioned above, whether these defects or
shortcomings or debts are actual or estimated or expected. The Bank will deliver the money required
by the Department immediately on demand without delay without reference to the Contractor and
without the necessity of a previous notice or of judicial or administrative procedures and without it
being necessary to prove to the Bank the liability or damages resulting from any defects or
shortcomings or debts of the Contractor.
The Bank shall pay to the Department any money so demanded notwithstanding any
dispute/disputes raised by the Contractor in any suit or proceedings pending before any Court,
Tribunal or Arbitrator(s) relating thereto and the liability under this guarantee shall be absolute and
unequivocal.
6. THIS GUARANTEE is valid for a period of _______ months from the date ofsigning. (The initial
period for which this Guarantee will be valid must be for at least six months longer than the
anticipated expiry date of the Contract period).
7. At any time during the period in which this Guarantee is still valid, if the Department agrees to
grant a time of extension to the contractor or if the contractor fails to complete the works within the
time of completion as stated in the contract, or fails to discharge himself of the liability or damages
30
or debts as stated under para-5 above, it is understood that the Bank will extend this Guarantee
under the same conditions for the required time on demand by the Department and at the cost of
the contractor.
8. The Guarantee hereinbefore contained shall not be affected by any change in the Constitution of
the Bank or of the contractor.
9. The neglect or forbearance of the Department in enforcement of payment of any moneys, the
payment whereof is intended to be hereby secured or the giving of time by the Department for the
payment hereof shall in no way relieve the Bank of their liability under this deed.
10. The expressions “the Department”, “the Bank” and “the Contractor” hereinbefore used shall
include their respective successors and assigns.
IN WITNESS whereof I/We of the bank have signed and sealed this guarantee on the
_________________day of __________(Month)___________(year) being herewith duly authorized.
For and on behalf of the __________Bank.
Signature of authorized Bank official
Name____________________
Designation________________
I.D. No.______________
Stamp/Seal of the Bank.
Signed, sealed and delivered for and on behalf of the Bank by the above named
__________________ in the presence of:
Witness-1.
Signature___________________
Name______________________
Address_____________________
Witness-2.
Signature___________________
Name______________________
Address_____________________