Expression of Interest for Selection of Agency for Implementation of ISO 29990:2010. at ITIs across Himachal Pradesh

Size: px
Start display at page:

Download "Expression of Interest for Selection of Agency for Implementation of ISO 29990:2010. at ITIs across Himachal Pradesh"

Transcription

1 Expression of Interest for Selection of Agency for Implementation of ISO 29990:2010 at ITIs across Himachal Pradesh Directorate of Technical Education, Vocational and Industrial Training Himachal Pradesh, Sundernagar EOI Notification No.: DTE-EoI Last date for EOI Submission: at 02:30 pm Invited by:

2 Table of Contents Notice Inviting Expression of Interest EOI Notice Introduction and Background About Directorate of Technical Education About ISO 29990: Description of Bidding Process Pre-Qualification Criteria Important Dates Instructions to the Bidder Availing Bid Documents Completeness of the EOI Response Cost of EOI EOI Validity Period EOI Preparation Cost Submission of EOI Queries Amendment of EOI Document DTE's rights to terminate the Process Right to Accept or Reject Any Bid or All Bids Sealing, marking and submission of EOI Late Proposal for EoI Language of Bids EOI Submission Format Acceptance of Terms & Conditions Documents to be submitted Evaluation Process Evaluation of Bids Selection Criteria for the next level DTE s Rights to Accept/Reject any or all Proposals Failure to agree with the Terms & Conditions of the EOI Completion period for the Project Scope of Work Formats & Check-list to be used for the Proposal Submission EOI Cover Letter Check-list for the documents to be submitted in EoI response Format to share Bidder s Particulars Format to share Bidder details Format for Declaration by the bidder for not being Blacklisted / Debarred Financial Capability Statement General Instructions for the Technical Proposal

3 Notice Inviting Expression of Interest 1.1 EOI Notice EOI No.: ISO/01/2018 Dated: 09/10/2018 Notice Inviting EoI for : Selection of Agency for Implementation of ISO 29990:2010 at ITI across Himachal Pradesh [DTE-EoI ] This EOI Document is being published by Directorate of Technical Education Department, Himachal Pradesh, Sundernagar, India for the standard processes and best practices implementation which is an initiative for Quality training across all the Industrial Training Institutes (ITI). DTE, Himachal Pradesh invites leading industry participants to share their feedback on various aspects of the project. Bidders are advised to study this EOI document carefully before submitting their proposals in response to the EOI Notice. Submission of a proposal in response to this notice shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications. This EOI document is not transferable. EOI Fee (Non- refundable) Submission of written queries INR 1500/- by Demand Draft Bidders shall have to post queries by to techeduhp@nic.in on or before 29/10/2018. Reply to the queries will be uploaded to the Official website of the Department of Technical Education Vocational and Industrial Training, Himachal Pradesh.

4 Last date for submission of bids Place, Time and Date of opening of the proposals received in response to EOI notice Earnest Money Complete EOI in sealed envelope with relevant details may be submitted strictly through Speed Post/Registered Post only so as to reach by 19/11/2018 up to 02:30 pm at following address: Director, Directorate of Technical Education Vocational and Industrial Training, Himachal Pradesh, Sundernagar Phone No: , , Fax No: Directorate of Technical Education, Vocational and Industrial Training, Himachal Pradesh, Sundernagar Date : at 03:00 pm INR One Lac by Demand Draft Right to Accept or Reject Any Bid or All Bids DTE reserves the right to accept or reject any EOI offer and 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 ground for DTE s action. 2

5 1. INTRODUCTION AND BACKGROUND 1.1 About Directorate of Technical Education Vocational and Industrial Training Himachal Pradesh, Sundernagar. Directorate of Technical Educational Vocational and Industrial Training Himachal Pradesh, Sundernagar is working under the Department of Technical Education, Government of Himachal Pradesh. At present 05 Government Engineering Colleges, 02 Pharmacy colleges, 15 Government Polytechnics and 129 Govt. ITIs are functioning under this Directorate. 1.2 ABOUT ISO 29990:2010 The objective of this International Standard is to provide a generic model for quality professional practice and performance, and a common reference for learning service providers (LSPs) and their clients in the design, development and delivery of non-formal education, training and development. This International Standard uses the term learning services rather than training in order to encourage a focus on the learner and the result of the process, and to emphasize the full range of options available for delivering learning services. The International Standard focuses on the competency of LSPs. It is intended to assist organizations and individuals to select an LSP who will meet the organization s needs and expectations for competency and capability development and be used to certify LSPs. ISO was prepared by Technical Committee ISO/TC 232, Learning services for non-formal education and training. 1.3 Description of Bidding Process Directorate of Technical Education (DTE) has adopted one stage (EOI) Bidding process in evaluating the Proposals. During the first stage of Expression of Interest (EOI), credible Bidders having requisite capability for undertaking the Scope of Work shall be shortlisted based on Qualification criteria specified in EOI document. 3

6 Sr. No Pre-qualification Criteria 1 Legal Entity Bidder must be a company in India registered under The Company's Act 1956 Bidder should be registered for GST and Income Tax in India 2 Annual Turnover Bidder (or holding company) should have a minimum average annual turnover of Rs. 50 lacs for last three financial years i.e. FY , and No consortium is allowed 3. Net Worth Bidder (or holding company) should have a positive net worth in each of last three financial years i.e. FY , and Technical Capability Bidder should be in business of providing ISO Implementation Projects for last 3 years and must be following the CASCO standards related to conformity assessment Bidder should have : Completed at least 5 Projects for ISO 29990:2010 at Central Govt. / State Govt. Level/Public Sector and at least 5 projects in the educational institutes 5. Blacklisting Bidder should not have been blacklisted by Central Government or any State Government organization / department in India at the time of submission of the bid 6 Local Presence 7 Manpower Strength The bidding firm should have its office in Himachal Pradesh or else bidder should give the undertaking that they will open their office in Himachal Pradesh within a period of one month of signing the contract. Bidding firm should have more than 100 People in the Consulting/Advisory division payroll Proof Document Required Certificate of Incorporation / Registration Certificate Goods and Service Tax Registration Income Tax Certificate (ITR); Each Bidding Firm should submit only one Proposal. Copy of the Audited Profit and Loss statement and statutory auditor s certificate. Certificate from the statutory auditor towards positive net worth of the company Copy of the relevant and valid license Self-Declaration on company letter head along with Proof of such implementation (Work order + Certificate of completion from Client) Declaration letter by bidder as per format given in the EOI document Document in support of address proof of Office premises at Himachal Pradesh Undertaking is required by bidder if its office is not in Himachal and agreed to open within a period of one month of signing the contract. Self-Certification by the authorized Signatory with clear declaration of staff Year wise, level/designation wise. 8 Ernest Money Bidding firm should deposit EMD in the shape of Bank 4

7 (EMD) 9 Performance Security EMD amounting Rs. 1 Lac Offer will be rejected without prescribed EMD Selected Bidding firm/ should deposit performance Security with his acceptance 5% of total value in INR of the Project. The Performance security will be released after 60 days from the successful completion of the project. Guarantee/Demand Draft issued from any Nationalized Bank in favour of: The Director, Technical Education, Vocational and Industrial Training Sundernagar HP Performance Security in the shape of Bank Guarantee/Demand Draft issued from any Nationalized Bank in favour of: The Director, Technical Education, Vocational and Industrial Training Sundernagar HP 3. Important Dates Sr. INFORMATION DETAILS No. 1. Project Name Selection of Agency for Implementation of ISO 29990:2010 at DTE 2. EOI Reference No and Date EOI Reference No: DTE-EoI Date: 13/09/ Website to download EOI 2&level=1&lid=1151&sublinkid= EOI Fee (Non-Refundable) INR 1500/-by Demand Draft of scheduled/nationalized bank payable at Sundernagar in favor of Director of Technical Education, Vocational and Industrial Training, Himachal Pradesh, Sundernagar 5. Queries by Bidder shall have to post queries by to techedu-hp@nic.in, on or before Last date for receipt of EOI Fee (Demand Draft) and EOI response at 02:30 PM 7. Place, Time and Date of opening of the proposals received in response to EOI notice Director of Technical Education, Vocational and Industrial Training, Himachal Pradesh, Sundernagar Date : at 03:00 PM 8. Contact Person for EOI Complete EOI in sealed envelope with relevant details may be submitted strictly through Speed Post/Registered Post only so as to reach by 9. Submission of tender document, tender fees and other documents(in Hard Copy) 10 Completion period for the Project 19/11/2018 up to 02:30 hrs. at following address: To Director, Directorate of Technical Education Vocational and Industrial Training Himachal Pradesh, Sundernagar,175018, Himachal Pradesh, India Fax No: Selected firm has to complete the process of ISO Certification to all 52 Institutes within 150 Days; Liquidated damages except Forced Majeure shall be 1% of the project cost per day. 5

8 4. INSTRUCTION TO THE BIDDER The DTE, invites reputed firms to submit their proposal for the project ISO 29990:2010 implementation project, in accordance with condition and manner prescribed in this Expression of Interest (EOI) document. 4.1 AVAILING BID DOCUMENTS Blank EOI document can be downloaded from the web site 00 up to the date and time mentioned in the EOI Notice: DTE-EoI COMPLETENESS OF THE EOI RESPONSE Bidders are advised to study all instructions, forms, terms, requirements and other information in the EOI documents carefully. Submission of bid shall be deemed to have been done after careful study and examination of the EOI document with full understanding of its implications. The response to this EOI should be full and complete in all respects. Failure to furnish all information required by the EOI document or submission of a proposal not substantially responsive to the EOI documents in every respect will be at the bidder's risk and may result in rejection of their proposal. 4.3 COST OF EOI Bidder should submit the Cost of EOI document (INR 1500/-) in the form of Demand Draft of scheduled/nationalized bank payable at Sundernagar in favour of Director of Technical Education, Vocational and Industrial Training, Himachal Pradesh, Sundernagar. 4.4 EOI VALIDITY PERIOD The EOI validity period shall be 120 days from the date of opening of EOI. In exceptional circumstances, the DTE may solicit the Bidder s consent for an extension of the period of EOI validity. Any such request by the DTE and the response thereto shall be made in writing and such extension of Bid validity period by the Bidder should be unconditional. A Bidder may refuse DTE s request for such extension. A Bidder accepting the request of DTE shall not be permitted to modify its Bid. 4.5 EOI PREPARATION COST The bidder is responsible for all costs incurred in connection with participation in this process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by DTE to facilitate the evaluation process. DTE will in no case be responsible or liable for those 6

9 costs, regardless of the conduct or outcome of the bidding process. All materials submitted by the bidder shall become the property of the DTE and may be returned at its sole discretion. 4.6 SUBMISSION OF EOI QUERIES A prospective Bidder requiring any clarification on the EoI Document may submit his queries, via , to the following id on or before Id for submission of queries: techedu-hp@nic.in The queries must be submitted in the following format only: Request for Clarification Name of Address of the Organization submitting request Sr. EOI Reference(s) (Selection, Page) Name and Position of Person submitting request Content of EOI requiring clarification Contact Details of the Organization/ Authorized Representative Tel: Mobile: Fax: Points of clarification required Amendment of EOI Document At any time before the deadline for submission of bids, the DTE, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the EOI Document by an amendment, which will form the part of the original bid documents and shall override any contradicting effects in the original bid document. In order to afford prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the DTE may, at its discretion, extend the last date for the receipt of bids. The bidders are advised to visit the website on regular basis for checking necessary updates. DTE also reserves the rights to amend the dates mentioned in this EOI for bid process. 4.8 DTE's rights to terminate the Process DTE (Directorate of Technical Education) may terminate the EOI process at any time and without assigning any reason. DTE makes no commitments, express or implied, that this process will result in a business transaction with anyone. This EOI does not constitute an offer by DTE. 7

10 4.9 Right to Accept or Reject Any Bid or All Bids DTE reserves the right to accept or reject any EOI offer and 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 ground for DTE s action Sealing, marking and submission of EOI The EOI shall be put in a large envelop having two separate envelopes containing 1. 1st Envelop: EOI documents, Technical Proposal, bid Security, Addenda & Corrigendum if any, duly filled EOI along with all necessary supporting documents and super scribed as EOI Documents 2. 2nd Envelop: EOI Fee shall be super scribed as EOI Fee The large envelope / outer envelope containing above envelopes must be sealed and super scribed and shall be sent as under: Details to be mentioned exactly on sealed envelop EOI Details To Notice No.: DTE-EoI The Director, EoI for Selection of Agency for Directorate of Technical Education Implementation of ISO 29990:2010 Vocational and Industrial Training Last date of Submission: Himachal Pradesh, Sundernagar, , District Mandi On or before up Fax No.: to 02:30 pm. The EOI must be sent strictly by Postal Speed Post or Registered Post AD only so as to reach on or before upto 02:30 pm. Bids received in any other manner or mode (like courier, in person, etc.) will not be considered. This Directorate won t be responsible for postal delays. DTE will not accept submission of a proposal in any manner other than that specified in the EOI document. Proposals submitted in any other manner shall be treated as defective, invalid and rejected. If the envelopes are not sealed and marked as instructed above, the DTE assumes no responsibility for the misplacement or premature opening of the contents of the application and consequent losses, if any suffered by the Bidder. 8

11 Each Bidder shall submit only one EOI proposal containing documents as below. A bidder who submits more than one EOI under this contract will be disqualified a. Original copy of the EOI fee b. Pre-qualification criteria related documents c. Technical Proposal related documents d. Addenda & Corrigendum if applicable e. The Bidder shall prepare original set of the Application (together with originals /copies of documents required to be submitted along therewith pursuant to this EOI document) and applicant shall also provide a soft copy on a Compact Disc (CD) / Pen Drive / USB stick. In the event of any discrepancy between the original and CD/Pen Drive/USB stick, the original shall prevail f. Each page of the above should bear the initials of the Applicant along with the seal of the Applicant in token of confirmation of having understood the contents Pre-qualification and technical proposal should be signed by an authorized person of the bidder. The pre-qualification proposal should be submitted along with a certified true copy of a board resolution/power of attorney empowering authorized signatory to sign/act/execute documents binding the bidder organization to the terms and conditions detailed in this proposal. Proposals must be direct, concise, and complete. DTE will evaluate bidder s proposal based on its clarity and completeness of its response to the requirements of the project as outlined in this EOI. The Chairman, DTE reserves the right to accept or reject any or all the proposals without assigning any reason Late Proposal for EoI EOI not reaching on or before the specified time limit will not be accepted Language of Bids The responses prepared by the bidder and all correspondence and documents relating to the bids exchanged by the bidder and DTE, shall be written in English language. Any printed literature furnished by the bidder in another language shall be accompanied by an English translation, in which case, for purposes of interpretation of the bid, the English translation shall govern. If any supporting documents submitted are in any language other than English, translation of the same in English language is to be duly attested by the bidder EOI Submission Format The entire proposal shall be strictly as per the format specified in this Expression of Interest. Bids with deviation from this format shall be liable for rejection. 9

12 4.14 Acceptance of Terms & Conditions The bidder will, by taking participation in the bidding process and submitting the bid documents, be deemed to have thoroughly read, studied and understood the bid documents including scope of work, the terms and conditions, instructions, etc. referred there in and the same are acceptable to the bidder Documents to be submitted Following list is provided as the guideline for submitting various important documents along with the bid. Cover Letter Board Resolution / Power of Attorney executed by the bidder authorizing the signing authority to sign/execute the proposal as a binding document and also execute all relevant agreements forming part of EOI Bidders' Particulars as per format given in EOI Certificate of Registration/Certificate of Incorporation Audited Financial statements and relevant certificates Copy of Work Order/Work Completion Certificate & Self Declaration Service Tax Registration and Income Tax Certificate Declaration regarding blacklisting in the given format Technical Proposal Signed & Stamped EOI document along with Addenda & Corrigendum if any Any other document necessary for the bid proposal Bidders shall furnish the required information on proposals in the enclosed formats only. Any deviations in format may make the EOI liable for rejection Evaluation Process The bidder must possess the technical know-how and the financial wherewithal that would be required to successfully provide the services sought by DTE. The bidder s bid must be complete in all respect, conform to all the requirements, terms and conditions and specifications as stipulated in the EOI document. The evaluation process of the EOI proposed to be adopted by DTE is indicated under this clause. The purpose of this clause is only to provide the bidder an idea of the evaluation process that DTE may adopt. However, DTE reserves the right to modify the evaluation process at any time during the EOI Evaluation process, without assigning any reason, whatsoever, and without any requirement of intimating the bidder of any such change. DTE will examine the bids to determine whether they are complete, response and whether the bid format confirms to the EOI requirements. DTE may waive any informality or nonconformity in a Bid which does not constitute a material deviation according to DTE. 10

13 4.17 Evaluation of Bids All the information provided for complying with the pre-qualification criteria will be evaluated. If required, DTE may invite bidders to make a presentation as part of the technical evaluation. DTE may require verbal/written clarifications from the bidders to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents. Evaluation shall be done based on the information provided in the proposal (& subsequent clarification, if any) and Clarifications/Answers given during the Presentation by the bidders (if the presentations are held) Selection Criteria for the next level All bidders satisfying the Pre-Qualification criteria specified in this Document shall be qualified for next stage. All qualified Bidders will be invited to participate in the next round of financial bid submission DTEs' Rights to Accept/Reject any or all Proposals DTE reserves the right to accept or reject any proposal, and to annul the bidding process and reject all bids, 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 DTE s action Failure to agree with the Terms & Conditions of the EOI Failure of the bidder to agree with the Terms & Conditions of the EOI shall constitute sufficient grounds for the annulment of selection Completion period for the Project The Department of Technical Education, Vocational and Industrial Training HP Sundernagar reserves the rights to extend the date of completion of the ISO Certification Process on the ground of Forced Majeure as given above. 5 Scope of Work The Director of the Department of Technical Education, Vocational and Industrial Training HP Sundernagar is implementing Craftsman Training Scheme through a network of Govt & Private Industrial Training Institute s for the skill development of the youth in accordance with the standards and norms prescribed by Ministry of Skill Development and Entrepreneurship, Govt. of India. This department is planning to Implement ISO to the 52 ITI across the Himachal Pradesh state, in order to develop better credentials for quality training, subsequently higher grading. 11

14 The objective is to Develop learning system that meets industry standard Develop competency of staff Training skill upgradation To provide result oriented training and meet industry requirement The implementation agency would be responsible for Consulting, Certification and training to all the ITI under this project. The scope of work includes following but not limited to, 1. Day training for each ISO standard Such as ISO 29990:2010 covering all the relevant clauses of the standard. Staff of the ITI must able to understand ISO 29990:2010 Standard as well as able to understand the documentation part as required by the standard. At the end of the each day assessment need to be done for each standard and successful candidate must be awarded certification. Training must be conducted as per ISO 29990:2010 standard 2. Conducting internal Audit for ISO Standard ISO 29990:2010 covering all concern area of the ITI such as trade, Office, Infrastructure, Documentation, and legal requirement too. 3. Consultant need to assist ITI for Design of document, form, format, SOP, work instruction etc. and effective implementation of the same in coordination with Staff of ITI. 4. Designing Institute policy and aligning the Institute objective to work effectively and improving the training quality to generate competent student as an output. 5. Consultant Will conduct at least 2 internal audit and help staff of ITI to prepare at least 2 MRM before the certification 6. Consultant will remain in force till the completion of the internal audit, Stage 1 audit and Stage 2 audit. Consultant is bound to work till institute achieve certification for ISO 29990: Detailed project report/ Project planner to be submitted before the execution of the work 8. Minimum & not limited to following training need to be provided to the staff for ISO 29990:2010 a) Certified Internal auditor b) Document requirement 12

15 c) How to design document and effectively use d) Statistic and process management 9. Certification should be done from any of the Indian or Foreign certification agency. Cost of certification, Registration, use of logo need to be mentioned clearly in the commercial bid. 10. Training need to be done in planned way and with the audio visual and must have interactive session. During each session, required document for the evaluation for the trainees and mapping for the effectiveness of the training need to be done. Appropriate record need to be kept. 11. Service tax, Lodging boarding, Travel Expense and other miscellaneous Expense need to include in the commercial bid. 12. Consultant need to close all non-conformances arises from internal audit, Certification audit and must provide the scope of improvement that can be planned beyond relevant ISO Standard. 13. Consultant will remain present for review of activity with ITI, their team member as well with the IMC as and when required. 14. Consultant need to complete the task in 150 days. 13

16 6 Formats & Check-list to be used for the Proposal Submission 6.1 EOI Cover Letter (To be submitted on Bidder s letterhead duly signed by Authorized signatory) Date: DD/MM/YYYY To Director, DIRECTORAE OF TECHNICAL EDUCATION VOCATIONAL AND INDUSTRIAL TRAINING HIMACHAL PRADESH, SUNDERNAGRA, , DISTRICT MANDI Fax No: Sub Ref : Selection of Agency for Implementation of ISO : Dear Sir, Having examined the EOI, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional services as required and outlined in the EOI for the Selection of Agency for Implementation of ISO 29990:2010 Project. We attach hereto our responses to pre-qualification requirements and technical proposals as required by the EOI. We confirm that the information contained in these responses or any part thereof, including the exhibits, and other documents and instruments delivered or to be delivered to DTE, is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements therein do not in whole or in part mislead the department in its shortlisting process. We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the selection process, we are liable to be dismissed from the selection process and legal action. We agree for unconditional acceptance of all the terms and conditions set out in the EOI document and also agree to abide by this EOI response. We agree that you are not bound to accept any EOI response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the EOI response. It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization and empowered to sign this document as well as such other documents, which may be required in this connection. Signature of Authorized Signatory (with official seal) Name : Designation : Address : Telephone & Fax : address : 14

17 6.2 Check-list for the documents to be submitted in EOI response Sr. No. Document to be submitted 1. DD/Banker s Cheque of.(in separate envelop) 2. EOI Covering Letter 3. Power of attorney/board resolution to the authorized Signatory of the EOI 4. Particulars of the bidders (in the format given subsequently) 5. Copy of Certificate of Incorporation 6. Copy of the valid relevant telecom licenses 7. Copy of the Audited Balance Sheet for last three financial years , , Copy of the audited Profit & Loss Statements for last three financial years , , Certificate from statutory auditor towards positive net-worth and turnover of the company for last three financial years , , as per format specified in Financial Capability Statement 10. Details of the Projects executed 11. Declaration letter that the firm is not blacklisted by Central Govt. /State Govt. Organizations/Departments in India at the time of submission of the Bid, in the format given in the EOI 12. Copy of Sales Tax/VAT/GST registration 13. Copy of the Income Tax Registration 14. Technical Proposal covering all the required information, Propositions Submitted (Y/N) Document proof (Page No.) 15

18 6.3 Format to share Bidder s Particulars Sr. No. 1. Name of the Company Description Details (to be filled by the responder to the EOI ) 2. Official address 3. Phone No. and Fax No. 4. Corporate Headquarters Address 5. Phone No. and Fax No. 6. Web Site Address 7. Details of Company registration( Please enclose copy of the company registration document) 8. Name of Registration Authority 9. Registration Number and year of Registration 10. Sales Tax/VAT/GST registration No. 11. Permanent Account Number (PAN) 12. Company s Revenue for the last 3 years (year wise) 13. Company s Profitability for the last 3 years (Year wise) 16

19 Please submit the relevant proofs for all the details mentioned above along with your Bid response. Contact Details of officials for future correspondence regarding the bid process: Sr. No. Authorized Signatory Contact Person Name Title Company Address Phone Mobile Fax 6.4 Format to share Bidder details Information about responding firm/company a. Registration details under the Companies Act 1956 b. No. of Years of operation in India c. Locations and addresses of offices in Himachal Pradesh d. Average Turnover (figures as pre last three audited balance sheets are to be provided Year-1( ) Year-2( ) Year-3( ) Note: Please submit CA Certification for Turnover and Net Worth. Also attach the Auditor Certified financial statements for the last three financial years; , and

20 6.5 Format for Declaration by the bidder for not being Blacklisted/ Debarred (To be submitted on a 100 rupee stamp paper) Date: DD/MM/YYYY To Director, Directorate of Technical Education Vocational and Industrial Training Himachal Pradesh, Sundernagar, , District Mandi Phone No: , , Fax No : , techedu-hp@nic.in Sub: Declaration for not being debarred / black-listed by Central / any State Government department in India as on the date of submission of the bid Dear Sir, I/We, the undersigned, herewith declare that my/our company (- name of the firm -) has not been debarred / black-listed by Central / any State Government department in India as on the date of submission of the EOI. Thanking you, Yours faithfully, Signature of Authorized Signatory (with official seal) Date : Name : Designation : Address : Telephone & Fax : address : 18

21 6.6 Financial Capability Statement (On Statutory Auditor s letterhead) Date: DD/MM/YYYY To Director, Directorate of Technical Education Vocational and Industrial Training Himachal Pradesh, Sundernagar, , District Mandi Phone No: , , Fax No : , techedu-hp@nic.in Dear Sir, I hereby declare that I have scrutinized and audited the financial statement of M/s. The Networth and the Turnover of the bidder for last three financial year as per audited statement is as under: Financial Year Networth (INR lacs) Turnover(INR lacs) (Signed and sealed by the statutory auditor) Date : Name : Designation : Address : Telephone & Fax : address : 19

22 6.7 General Instructions for the Technical Proposal: Bidders have to submit a structured and organized technical proposal, which will be analyzed by this Department for different compliances with regards to the requirements of the project. Each point listed below must be provided in detail with the necessary supporting documents and assumptions. Information to be included by the bidders in their Technical Proposal is as follows: 1. Understanding of Project Scope Bidders may also propose any additional. scope which they deem necessary to achieve objectives set out for the project. 2. Approach & Methodology for implementation. 3. High level project plan with proper Timelines. 4. Detailing of Project Risks & Mitigation Plan. 20