To Date: 26 th March, 2018

Size: px
Start display at page:

Download "To Date: 26 th March, 2018"

Transcription

1 To Date: 26 th March, 2018 Respective Bidders, Sub: Selection of agency for providing only faculty and office staff for smooth administrative functioning of the school(s) (Full school Management with private partner teachers (FSMPT model)) under affiliation to CBSE on Private-Partnership basis Sir/Madam, The minutes of the Pre-bid meeting for Selection of agency for providing only faculty and office staff for smooth administrative functioning of the school(s) (Full school Management with private partner teachers (FSMPT model)) under affiliation to CBSE on Private-Partnership basis The Standard Set of Deviations (Annexure-2, 3 and 4) shall become integral part of the Bid document. Thanking you. Sandeep Sangave Education Officer (NMMC) Encl: Annexures as above 1

2 Annexure- I Minutes of Pre-Bid Meeting The Pre-Bid Meeting for Selection of agency for providing only faculty and office staff for smooth administrative functioning of the school(s) (Full school Management with private partner teachers (FSMPT model)) under affiliation to CBSE on Private-Partnership basis was held on Wednesday 28 th Feb 2018 at 3 PM in the NMMC Head Quarter Belapur Navi Mumbai. 1. At the outset, Shri Sandeep Sangave, Education Officer welcomed all the bidders and briefed them about the bid. Thereafter, he also explained Navi Mumbai Municipal Corporation (NMMC) expectations from the Bidders. 2. The bidders raised queries on the bid conditions and the same was discussed during the meeting. 3. On request of bidders NMMC extended the query submission timeline. 4. Bidders requested extension of bid submission timeline. 5. It was clarified that Standard Set of Deviations will become an integral part of the bid document. All the bidders agreed to refer to the Standard Set of Deviations. 2

3 Annexure-2: Standard Set of Deviation Selection of agency for providing only faculty and office staff for smooth administrative functioning of the school(s) (Full school Management with private partner teachers (FSMPT model)) under affiliation to CBSE on Private-Partnership basis. S.. / Page.) Content of requiring Points of required Meerabo Global Foundation 1 2 Point. 2, Section 2.1 / Page consortium conditions Point. 3, Section 3.2 / Page Pre-Qualification Sr..1. Legal Entity and Experience The bidders are not allowed to form consortium and/or joint venture, Reputed NGO which has done similar work with zero cost for Government/State/Semi- Govt/Corporation schools with having minimum experience of seven years and should have experience of running school(s) with at least 5000 students in the current academic year (as on date of publication of tender) The agency should be a firm / organization / institute / company/ corporation / trust, registered / incorporated in India and should be in existence for at least 50 years and with experience of handling total 35,000 students under FSMPT Would Request that the bidders are allowed to form consortium and / or joint venture for healthy competition. Reputed NGO which has done similar work with zero cost for Government/State/Semi- Govt/Corporation schools with having minimum experience of seven years and should have experience of running school(s) with at least 5000 students in the current academic year (as on date of publication of tender) The agency should be a firm / organization / institute / company/ corporation / trust, registered / incorporated in India and should be in existence for at least 5 years and with experience of handling total 5,000 students (as on date of publication of tender) As per Annexure 3 3

4 S.. / Page.) Content of requiring model. (as on date of publication of tender) Points of required Consolidated experience of multiple trust/society managing the of the same brand of school should be 50 years and handling 20,000 students in a academic year. 3 Point. 3, Section 3.2 / Page Pre-Qualification Sr..4. Turnover and Net Worth Bidder or (any member in case of Consortium) should have average turnover of atleast INR. 1 Crore in the last three years. (For the FY , FY and FY ). The net worth of the bidder as on should be positive Bidder or (any member in case of Consortium) should have Average turnover of atleast INR. 3 crores in line with the experience of the bidder, if a consortium is formed, total turnover of the consortium should be a multiple of Rs 3 crore for the consortium members. The net worth of the bidder as on should be positive. As per Annexure 3 of this document 4

5 S.. / Page.) Content of requiring Points of required 4 Point. 3, Section 3.2 Sub Section / Page Table Technical Evaluation S.. A4 Experience The Bidder should have implemented / is implementing similar work with at least 5000 students at Zero cost basis for Govt./ State/ Semi-Govt. / Corporation schools during the last 5 academic years a) 1 Project : 10 marks b) Less than 1 Project :0 marks The said marking system for experience should be looked into and request to be rationalised since trust managing nongovernment /state, non corporation schools will not be able to participate, even though they have enough experience and skills to manage schools and faculty. Many new organisations that have expertise in this area will not get a chance if there is a mandatory clause for similar work in Govt/State/Semi- Govt / Corporation schools. Quality of Educational Services and outcomes are more important rather than having experience in Zero cost basis for Govt. / State/ Semi-Govt. / Corporation schools. As per Annexure 4 of this document The following points needs more 1. Payment terms and conditions criteria. 2. Payment schedule and the basis of release of payment 5

6 S.. / Page.) Edutech Career Centre Point. 2, 6 7 Section 2.1 / Page consortium conditions Point. 3, Section 3.2 / Page Pre-Qualification Sr..1. Legal Entity and Experience Content of requiring The bidders are not allowed to form consortium and/or joint venture, Reputed NGO which has done similar work with zero cost for Government /State /Semi-Govt /Corporation schools with having minimum experience of seven years and should have experience of running school(s) with at least 5000 students in the current academic year (as on date of publication of tender) The agency should be a firm / organization / institute / company/ corporation / trust, registered / incorporated in India and should be in existence for at least 50 years and with experience of handling Points of required 3. Financial bid-annexure-iii, Table number 1- sought for the term Highest Sharing in Percentage (%) The bidders are allowed to form consortium and / or joint venture. Reputed NGO which has done similar work with zero cost for Government/State/Semi- Govt/Corporation schools with having minimum experience of seven years and should have experience of running school(s) with at least 5000 students in the current academic year (as on date of publication of tender) The agency should be a firm / organization / institute / company/ corporation / trust, registered / incorporated in India and should be in existence for at least 5 years and with experience of handling total 5,000 As per Annexure 3 of this document 6

7 S / Page.) Point. 3, Section 3.2 / Page Pre-Qualification Sr..4. Turnover and Net Worth Point. 3, Section 3.2 Sub Section / Page Table Technical Evaluation Content of requiring total 35,000 students under FSMPT model. (as on date of publication of tender) Bidder or (any member in case of Consortium) should have average turnover of atleast INR. 1 Crore in the last three years. (For the FY , FY and FY ). The net worth of the bidder as on should be positive The Bidder should have implemented / is implementing similar work with at least 5000 students at Zero cost basis for Govt./ State/ Semi-Govt. / Corporation schools during the last 5 academic years a) 1 Project : 10 marks Points of required students. (as on date of publication of tender) The said condition is clearly showing the interest for specific bidder. Bidder or (any member in case of Consortium) should have average turnover of atleast INR. 50 Lacs in the last three years. (For the FY , FY and FY ). The net worth of the bidder as on should be positive. This is really surprising, in above condition you are asking 50 years of experience against that average turnover is asked only 1crore. The entire marking system is wrong whereas the said point is specifically showing that the said tender is published for specific vendor. This marking system will not allow private vendor to participate As per Annexure 3 of this document is envisaged for private participation only. In clause 3.3.1, Experience of private vendor who has executed similar work elsewhere is envisaged for technical evaluation of the tender. S.. A4 b) Less than 1 Project :0 marks Please refer to Annexure 4 of this document 7

8 S.. / Page.) Experience Eduspark International Private Limited Point. 2, Section 2.1 / Page consortium conditions Point. 3, Section 3.2 / Page Pre-Qualification Sr..1. Legal Entity and Experience Content of requiring The bidders are not allowed to form consortium and/or joint venture, Reputed NGO which has done similar work with zero cost for Government /State /Semi- Govt /Corporation schools with having minimum experience of seven years and should have experience of running school(s) with at least 5000 students in the current academic year (as on date of publication of tender) The agency should be a firm / organization / institute / company/ corporation / trust, registered / incorporated in India and should be in existence for at least 50 years and with experience of handling total 35,000 students under FSMPT model. (as on date of publication of tender) Points of required The bidders are allowed to form consortium and / or joint venture. Maximum prospective bidders can participate. Reputed NGO which has done similar work with zero cost for Government /State/Semi- Govt/Corporation schools with having minimum experience of seven years and should have experience of running school(s) with at least 5000 students in the current academic year (as on date of publication of tender) The agency should be a firm / organization / institute / company/ corporation / trust, registered / incorporated in India and should be in existence for at least 5 years and with experience of handling total 5,000 students. (as on date of publication of tender) 8 As per Annexure 3 of this document

9 S / Page.) Point. 3, Section 3.2 / Page Pre-Qualification Sr..4. Turnover and Net Worth Point. 3, Section 3.2 Sub Section / Page Table Technical Evaluation S.. A4 Experience Content of requiring Bidder or (any member in case of Consortium) should have average turnover of atleast INR. 1 Crore in the last three years. (For the FY , FY and FY ). The net worth of the bidder as on should be positive The Bidder should have implemented / is implementing similar work with at least 5000 students at Zero cost basis for Govt./ State/ Semi-Govt. / Corporation schools during the last 5 academic years a) 1 Project : 10 marks b) Less than 1 Project :0 marks Points of required Consolidated experience of multiple trust/society managing the of the same brand of school should be 50 years and handling 30,000 students in a academic year. Bidder or (any member in case of Consortium) should have Average turnover of atleast INR. 3.5 crores in line with the experience of the bidder, if a consortium is formed, total turnover of the consortium should be a multiple of Rs 3.5 crore for the consortium members. The net worth of the bidder as on should be positive. The said marking system for experience should be removed since trust managing non-government/state, non corporation schools will not be able to participate, even though they have enough experience and skills to manage schools and faculty. Many new organisations that have expertise in this area will not get a chance if there is a mandatory clause As per Annexure 3 of this document As per Annexure 4 of this document 9

10 S.. / Page.) Content of requiring Points of required for similar work in Govt/State/Semi- Govt/Corporation schools. The Akanksha Foundation 14 Sec 2.1 / page Sec 3.2/ Page 15/16 16 Sec 3.4 a / Page Sec 3.4 b / Page 22 subcontracting & outsourcing of work is allowed For experience, bidder should submit work order/agreement/completion Certificate The bidders shall submit their quote as per the format provided in Annexure 4, Format 1 & 2 The financial proposal shall be evaluated on the basis of consolidated cost summary Quality of Education:Services and outcomes are more important rather than having experience in Zero cost basis for Govt./ State/ Semi-Govt. / Corporation schools All our helpers in the 20 schools are employed under a separate agency. Will that be considered as outsourcing of work Can we submit our current MoU with the Municipality, SSC results, student achievements as the requested documents are not relevant to our work in Public schools Format 1 and 2 not available in the Is there a format in which the cost summary has to be submitted In Annexure - 4 Format 1 & 2 on page no. 22, Format 1 & 2 was inadvertently added. Thus, deleted As per Annexure III of 10

11 S.. / Page.) 18 Sec / Page Sec 3.9 (10 )/ page Sec / Page 29/ 21 Sec 4.3 / page 30 Sec 4.16 and 4.15 / page 34 Sec 4.16/ Page 34 Content of requiring The bidders shall quote a transaction amount on annual basis which shall be valid for 30 years The proposal is liable to be disqualified if the Commercial Proposal is enclosed with the Technical Proposal teachers will be provided by NMMC. - NMMC will pay only monthly salaries including the administrative costs - NMMC to provide recurring support quarterly in advance towards administrative / operational cost - Payment to agency will be given monthly after the necessary due diligence Points of required Is this different from % quote on staff salaries mentioned on page 45. Need on what this cost is Since both Technical and Commercial proposals have to be uploaded, this condition is not very clear Since the operator is expected to bring in the teaching staff, which teachers does this clause refer to Does this mean, the payments will be made to the operator in advance? Does administrative cost include school overheads as well like Travel, communication etc? What are the terms and conditions related to due diligence? Does the operator have to follow separate set of rules and regulations? Clause Does this mean, the payments will be made to the operator in advance? advance payment Does administrative cost include school overheads as well like Travel, communication etc? What are the terms and conditions related to due diligence? Does the operator have to follow separate set of rules and regulations? 11

12 S. 22. / Page.) Sec 4.5 / page 30 Sec 6.2 (B) / Page Sec 4.8 / page Sec 4.15 (a) (iii) / page 33 Content of requiring The Schools would have classes from I to X If in the Board Exam of any year, for classes X & XII, a minimum of 25% of the students do not receive more than 75%.. Students from NMMC Balvadi who are enrolled and / or studying upto class IX will be eligible for admission. NMMC support to be provided based on availability of infrastructure including classrooms, laboratories, computer rooms, toilets. Points of required How is the performance penalty linked to Grade XII, when the school will run grades only till X Since Balvadis are for children in the age group of 3-4 years, are we going to have lateral admissions from other schools till IX grade. Since the Teacher pupil ratio of 1:30 (ref pg29) has to be maintained, will the operator be expected to start a new division As the infrastructure is provided by NMMC, how is it linked to school performance measure? What will be the responsibility of the operator? The clause shall only be considered till Class X. As per the admission criteria set forth in the clause Sec 7.3 / Page NMMC will have the option to increase or decrease to any extent the quantities of classes and sections to be opened/closed by the agency change of classes / sections during implementation will have an impact on execution of the project. Hence needs to be done with mutual consent of the agency NMMC to clarify on the no of kids expected to be admitted into the school As per Clause 7.3 of 12

13 S.. / Page.) Content of requiring Points of required in the first year as no of classrooms available in both school buildings are very different. Since the children would be coming from NMMC aanganwadis, can the operator supplement the NCERT curriculum with their own resources to meet the needs of the kids Can the agency on an ongoing basis conduct development/training sessions for the teachers throughout the year beyond the mandatory training requirements stated in the Kind of Assessments that will need to be administered during the year. Can the Operator use their own internally developed assessments as long as it is aligned with CCE approach Can the agency have access to the school building beyond school working days/hours to conduct trainings and beyond academic sessions for the students Its optional and shall be decided later as per the Governing committee Yes 13

14 Annexure 3: Pre-Qualification Criteria Sr.. Requirement Criteria Supporting Documents 1) In case bidder is a company: - Certified copy of the Certificates of Incorporation for companies issued by the registrar of Companies and Memorandum & Articles of Association. Reputed NGO which has done 2) In case the bidder is a registered similar work with zero cost for society: - Certified copy of Government/State/Semi- Registration Deed with objects Govt/Corporation schools with of constitution of society. having minimum experience of 3) In case the bidder is a seven years and should have corporation: - Authenticated experience of running school(s) copy of the parent statute. with at least 5000 students in the 4) In case the bidder is a Trust: - 1. Legal Entity and experience current academic year Certified copy of the Trust Deed. 5) In case the bidder is a Firm: - The agency should be a firm / organization / institute / company/ Certified copy of the Registration Deed. corporation / trust, registered / incorporated in India and should be in existence for at least 5 years and with experience of handling total 5,000 students under FSMPT model AND For experience, bidder should furnish one the following with clearly stating the scope, current status and contact details of the reference person:- 1) Work Order/ Agreement/ Completion Certificate from the Client. 2) Work Order / Self Certificate of Completion (Certified by the 14

15 Sr.. Requirement Criteria Supporting Documents Statutory Auditor/ Chartered Accountant) 3) Work Order + Phase Completion Certificate from the Client. The agency should have in its name Copy of the PAN Card and GST 2. Registration Certificates PAN (Permanent Account Number) with Income Tax authority in India certificate signed by Authorized Signatory of the Bidder / Lead and GST Registration Bidder. Bidder or (any member in case of 3. Turnover and Net Worth Consortium) should have average turnover of atleast INR. 1 Crore in the last three years. (For the FY , FY and FY CA Certificate with CA s Registration Number with Seal clearing mentioning the Turnover 17). a. Bidders must not have been involved in a breach of general or specific instructions for bidding, general and special conditions of contract with Government of India or any of 4. Mandatory undertaking(s) its agencies during the past 3 years as on Bid Submission Date. Undertaking from the Authorized Signatory (As per format) b. The NGO should not be blacklisted by CAPART/ Central Social Welfare Board (CSWB)/ Central/State Government Departments at time of submission of bid 15

16 Sr.. Requirement Criteria Supporting Documents c. Agency should not be blacklisted and/or barred by any Government entity (Central or State Government or PSU) and/or by any of the competent courts for any default in India or is under a declaration of ineligibility for fraudulent or corrupt practices by any Government entity (Central or State Government or PSU) in India at time of submission of bid 5. POA General Power of Attorney / Board of Directors Resolution/ Deed of Authority executed in favour of person(s) authorized to sign the bid document and the contract and all correspondence / document thereof. As per the format mentioned at Annexure VII 16

17 Annexure 4: Technical Evaluation S.N. Criteria Basis of Valuation A Experience of the Bidder Maximum Marks 50 Supporting documents a) Experience 5 years = 0 marks Work Order/ The agency should be a firm / organization / institute / b) Experience 5 years and < 15 years = 10 marks Agreement/ Completion Certificate from the Client. company/ corporation / trust, c) Experience 15 years Work Order / Self A1 registered / incorporated in India and should be in and < 25 years = 15 marks 20 Certificate of Completion (Certified existence for at least 5 years of by the Statutory Auditor/ experience in handling schools d) Additional 5 marks Chartered Accountant) under FSMPT model shall be given to the applicant(s) having at least 5 years of experience in handling schools under CBSE board Work Order + Phase Completion Certificate from the Client. A2 The agency should be a firm / organization / institute / company/ corporation / trust, registered / incorporated in India and should have experience of handling total 5,000 students under FSMPT model a). of Students 5000 = 0 marks b). of Students 5 and < = 10 marks c). of Students and < = 15 marks 20 Work Order/ Agreement/ Completion Certificate from the Client. Work Order / Self Certificate of 17

18 S.N. Criteria Basis of Valuation d). of Students = 20 marks Maximum Marks Supporting documents Completion (Certified by the Statutory Auditor/ Chartered Accountant) a) 1 similar work on zero cost basis (0% cost sharing basis): 10 marks Work Order + Phase Completion Certificate from the Client. Work Order/ Agreement/ Completion Certificate from the Client. A3 The Bidder should have implemented / is implementing similar work with at least 5000 students at Zero cost basis for Govt./ State/ Semi-Govt. / Corporation schools during the last 5 academic years b) 1 similar work on 30% cost sharing basis: 7 marks c) 1 similar work 30% and 50% cost sharing basis: 4 marks 10 Work Order / Self Certificate of Completion (Certified by the Statutory Auditor/ Chartered Accountant) d) 1 similar work on > 50% cost sharing basis: 0 marks Work Order + Phase Completion Certificate from the Client. B Technical Presentation 50 B1 Proposed Solution Qualitative assessment based on Demonstration of understanding of the 25 Details to be provided in Technical Proposal 18

19 S.N. Criteria Basis of Valuation NMMC s requirements through providing: Maximum Marks Supporting documents - Solution proposed and its components, - Proposed Staff, - Learning on Issues - Challenges - Challenges likely to be encountered - Mitigation proposed Qualitative assessment based on Understanding of the objectives of the assignment: The extent to which the B2 Approach and Methodology to perform the work in this assignment Systems Implementer s approach and work plan respond to the 15 Details to be provided in Technical Proposal objectives indicated in the Statement/Scope of Work - Completeness and responsiveness: The extent to which the proposal responds 19

20 S.N. Criteria Basis of Valuation exhaustively to all the requirements of all the Terms of Reference Maximum Marks Supporting documents B3 Implementation Roadmap Qualitative assessment based on how the agency 10 is going to run the proposed school Grand Total (A+B) 100 Details to be provided in Technical Proposal 20