REQUEST FOR PROPOSAL FOR - MSMEmpmsme.gov.in/mpmsmecms/Uploaded Document/Whats New... ·...
Transcript of REQUEST FOR PROPOSAL FOR - MSMEmpmsme.gov.in/mpmsmecms/Uploaded Document/Whats New... ·...
REQUEST FOR PROPOSAL
FOR
Hiring of a Consultancy Agency for the Project Management
Unit for Implementation of MSME Business Facilitation Centres
01 December 2016
Issued by
Industries Commissioner
Government of Madhya Pradesh
Vindhyachal Bhawan
Bhopal, Madhya Pradesh
Tel: (+91) 0755‐2677966 / 988
Fax: (+91) 0755‐2677943
Email: ic‐[email protected]
2
DISCLAIMER
1 The information contained in the RFP document or subsequently provided to Bidders, whether verbally or in
documentary or any other form by or on behalf of Industries Commissioner, Government of Madhya Pradesh
(IC’s office) or any of their employees or advisers, is provided to Bidders on the terms and conditions set out in
this RFP.
2 Though adequate care has been taken in the preparation of this RFP, the Bidder should satisfy himself that the
document is complete in all respects. Intimation of discrepancy, if any, should be given to Industries
Commissioner, Government of Madhya Pradesh immediately before last date of purchase of RFP document.
3 The RFP is not an agreement and is neither an offer nor invitation by Industries Commissioner, Government of
Madhya Pradesh to the prospective Bidders or any other person. The purpose of this document is to provide
interested parties with information that may be useful to them in the formulation of their proposals pursuant
to this RFP. The RFP may include statements, which reflect various assumptions and assessments arrived at by
Industries Commissioner, Government of Madhya Pradesh in relation to the requirement. Such assumptions,
assessments and statements do not purport to contain all the information that each Bidder may require. The
RFP may not be appropriate for all persons, and it is not possible for Industries Commissioner, Government of
Madhya Pradesh, its employees or advisers to consider the objectives, technical expertise and particular needs
of each party who reads or uses the RFP. The assumptions, assessments, statements and information
contained in the RFP, may not be complete, accurate, adequate or correct, each Bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability
and completeness of the assumptions, assessments and information contained in the RFP and obtain
independent advice from appropriate sources.
4 Information provided in the RFP to the Bidders is on a wide range of matters, some of which depends upon
interpretation of law. The information given is not an exhaustive account of statutory requirements and should
not be regarded as a complete or authoritative statement of law. Industries Commissioner, Government of
Madhya Pradesh accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on
the law expressed herein.
5 Industries Commissioner, Government of Madhya Pradesh, its employees and advisers make no
representation or warranty and shall have no liability to any person including any Bidder under any law,
statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in
the RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and
any assessment, assumption, statement or information contained therein or deemed to form part of the RFP
or arising in any way in this selection process.
6 Industries Commissioner, Government of Madhya Pradesh also accepts no liability of any nature whether
resulting from negligence or otherwise arising from reliance of any Bidder upon the statements contained in
the RFP.
7 Industries Commissioner, Government of Madhya Pradesh may in its absolute discretion, but without being
under any obligation to do so, update, amend or supplement the information, assessment or assumption
contained in the RFP which shall be posted only on the website of Industries Commissioner, Government of
Madhya Pradesh, at http://www.mpmsme.gov.in. It shall be the responsibility of the interested bidders to
keep themselves informed about the same.
8 The issue of this RFP does not imply that Industries Commissioner, Government of Madhya Pradesh is bound
to select a successful bidder for the project and Industries Commissioner, Government of Madhya Pradesh
reserves the right to reject all or any of the proposals without assigning any reasons whatsoever.
9 The bidder shall bear all its costs associated with or relating to the preparation and submission of its proposal
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by Industries Commissioner, Government of Madhya
Pradesh or any other costs incurred in connection with or relating to its proposal. All such costs and expenses
shall remain with the bidder and Industries Commissioner, Government of Madhya Pradesh shall not be liable
in any manner whatsoever for the same or for any other costs or other expenses incurred by a bidder in
preparation or submission of the proposal, regardless of the conduct or outcome of the selection process.
3
Table of Contents 1. Letter of Invitation .......................................................................................................................... 4
2. Datasheet ........................................................................................................................................ 6
3. Instruction to Consultants / Bidder................................................................................................. 9
4. Preparation, Submission & Evaluation of Proposals ..................................................................... 15
4.1 General .................................................................................................................................. 15
4.2 Preparation and Submission of Proposals ............................................................................ 15
4.3 Opening of Proposals ............................................................................................................ 16
4.4 Evaluation of Minimum Eligibility Criteria ............................................................................ 17
4.5 Technical Evaluation ............................................................................................................. 18
4.6 Financial Evaluation and Final Selection Criteria .................................................................. 20
4.7 Negotiation ........................................................................................................................... 21
4.8 Award of Contract ................................................................................................................. 22
4.9 Contract Agreement ............................................................................................................. 22
5. Terms of References & Scope of Work ......................................................................................... 24
5.1 Background ........................................................................................................................... 24
5.2 Role of MBFC ......................................................................................................................... 24
5.3 Scope of work ........................................................................................................................ 25
5.4 Proposed deliverable and payment schedule .......................................................................... 28
5 Forms & Annexures ....................................................................................................................... 29
Form 1 – Letter of Submission of Proposal ....................................................................................... 29
Form 2 – Particulars of Bidders ......................................................................................................... 32
Form 3 – Consultancy Services .......................................................................................................... 33
Form 4 – Annual Financial Turnover ................................................................................................. 34
Form 5 – Approach & Methodology ................................................................................................. 35
Form 6 – Curriculum Vitae (CV) of Proposed Team Members .......................................................... 36
Form 7 – Financial Proposal Submission Form ................................................................................. 37
Form 8 ‐ Self Declaration – No Blacklisting ....................................................................................... 38
4
1. Letter of Invitation
Industries Commissioner
Government of Madhya Pradesh
Vindhyachal Bhawan
Bhopal, Madhya Pradesh
Tel: (+91) 0755‐2677966 / 988
Fax: (+91) 0755‐2677943
Email: ic‐[email protected]
REQUEST FOR PROPOSAL (RFP) FOR Hiring of a Consultancy Agency for the Project Management
Unit for Implementation of MSME Business Facilitation Centres
Micro, Small and Medium Enterprises (MSMEs) sector is an important pillar of Indian economy as it
contributes greatly to growth of Indian economy with a vast network of around 30 million units,
creating employment of about 70 million, manufacturing more than 6000 products, contributing about
45% to manufacturing output and about 40% of exports, directly and indirectly.
Having recognized the potential of the sector, Government of Madhya Pradesh with the establishment
of Department of Micro, Small & Medium Enterprises has set out to transform this sector to promote
investments and create jobs in the state. The MSME sector has been identified as one of the core
sectors for attracting investment in the state.
Madhya Pradesh’s economy has a large pool of dynamic and versatile set of entrepreneurs, who
though are small and medium in terms of scale of operations, make huge contributions of varied kind
to the economy. The MSME sector has the ability to make available cost effective, low‐volume
customised products and also enjoys flexibility in its working to deliver as per the specific
requirements.
The Government of Madhya Pradesh intends to implement a program to transform MSME Ecosystem
in the state by establishing a centralized Project Management Unit which will be responsible for vision
re‐alignment for MSME sector, ease of doing business for MSMEs and to provide support and
transform the internal and external MSME ecosystem such as cluster development, vendor
development, establishment of network of common facilities for key sectors, facilitation cell in the
state etc.
The Hon’ble Chief Minister of Madhya Pradesh at MSME Convention 2016 addressed the need of the
Madhya Pradesh’s MSME industry of having a specialized establishment which would provide
additional integrated support to MSMEs by establishing MSME Business Facilitation Centres (MBFCs)
in the State.
5
It aims to resolve the common yet unaddressed challenges faced by entrepreneurs falling in MSME
segment in Madhya Pradesh and provide entrepreneur and investor hand‐holding, knowledge and
assistance related to investment and expansions, etc. to MSMEs in the State.
Thus, Industries Commissioner, Government of Madhya Pradesh invites Proposals from reputed and
experienced Consultancy firms, to assist Department in conceptualization, implementation and
monitoring of a successful program.
The tender documents can be downloaded from website www.mpeproc.gov.in and
www.mpmsme.gov.in. However, the tender document of those bidders shall be acceptable who have
made online payment for the tender documents fee of INR 10,000/‐ (INR ten thousand only) and
processing fee as applicable (non‐refundable) to be paid online through the e‐Procurement portal
(website www.mpeproc.gov.in), without which bids will not be accepted.
TIME SHEET
Last date of purchase of RFP 16:00 hrs, 09.12.2016
Last Date and time for submitting Pre‐Bid Queries 16:00 hrs, 12.12.2016
Pre‐ Bid Meeting 11:00 hrs, 15.12.2016
Reply of Pre‐Bid Queries to be uploaded 12:00 hrs, 16.12.2016
Last date and time for submission of response to RFP
(Bid – Documents) 16:00 hrs, 02.01.2017
Date of opening of the tender (Minimum Eligibility
Criteria) 12:00 hrs, 03.01.2017
Date of opening of the tender (Technical Proposal) 15:00 hrs, 03.01.2017
Date of Technical Presentation
Will be scheduled between 04.01.2017 and
07.01.2017 and will be informed to
shortlisted bidders
Date of opening of Financial Proposal To be informed to technically shortlisted
bidders
6
2. Datasheet
1.
Name of the Authority / Point of
contact for any queries related to
the RFP
Industries Commissioner,
Government of Madhya Pradesh,
Vindhyachal Bhawan,
Bhopal, Madhya Pradesh.
Tel: (+91) 0755‐2677966 / 988
Fax: (+91) 0755‐2677943
Website : http://www.mpmsme.gov.in
Email: ic‐[email protected]
2. Method of Selection Quality cum Cost Based Selection (QCBS): 80 Technical
and 20 Financial
3. Project Duration 36 months from the date of signing of contract with a
provision for further extension of 24 months
4. Financial proposal to be submitted
along with the Technical Proposal Yes
5. Validity of proposal from due date 120 days
6. Letter of Authorization to sign on
behalf of the consultant Yes
7. Consortia/Joint Venture/Sub‐
contracting Not allowed
8. Submission of Proposal
The bidder is responsible for registration on the e‐
procurement portal (www.mpeproc.gov.in) at their
own cost. The bidders are advised to go through the e‐
procurement guidelines and instructions, as provided
on the e‐procurement website, and in case of any
difficulty related to e‐procurement process, may
contact the helpline number 18002588684. The Bidder
shall submit the proposals online as described below‐
Proposal that are incomplete or not in prescribed
format may be rejected.
The Technical and Financial proposal should be
submitted only through the e‐ procurement Portal.
Technical Proposal ‐ Scanned copy in PDF file format,
signed on each page, with file name clearly
mentioning: “Technical Proposal for Hiring of a
Consultancy Agency for the Project Management
Unit for Implementation of MSME Business
Facilitation Centres”
7
Financial Proposal – Scanned copy in PDF file
format, signed on each page, with file name clearly
mentioning: “Financial Proposal for Hiring of a
Consultancy Agency for the Project Management
Unit for Implementation of MSME Business
Facilitation Centres”. The proposal should be as
per the Financial Proposal format provided in Form
Number 7
The financial Bid shall be inclusive of all taxes &
levies
Conditional proposals shall not be accepted on any
ground and shall be rejected straightway. If any
clarification is required, the same should be
obtained before submission of the bids.
Any alteration, erasures or overwriting should be
valid only if the person or persons signing the bid
initial them.
Bidders are advised to upload the proposals well
before time to avoid last minute issues.
The bid has to be submitted only through online
through www.mpeproc.gov.in website. No physical
submission of bids would be acceptable.
9. Tender Fees (Non – refundable) INR 10,000/‐ (Ten Thousand Only) plus processing fee
10. Earnest Money Deposit (EMD) INR 5,00,000/‐ (Five Lakhs Only)
11. Format for Tender Fees
Tender Fees along with processing fee (non‐
transferable & non‐refundable) must be paid online at
e‐ procurement portal (http://www.mpeproc.gov.in).
12. Format for Earnest Money Deposit
(EMD)
Bidder shall submit EMD online through the e‐
Procurement portal (website www.mpeproc.gov.in).
13. Bid Submission Date As per time sheet given in letter of invitation
14. Upload and Opening of Proposals
Agencies are requested to upload the relevant
documents in the space provided at MP eProcurement
Portal.
1. Pre‐qualification Proposal.
2. Technical Proposal.
3. Financial Proposal.
An online opening of the Pre‐Qualification, Technical
8
and Financial Proposals will be conducted. The
procedure for online opening can be seen at
www.mpeproc.gov.in. All Agencies have an option to
attend the opening of the Pre‐Qualification, Technical
and Financial Proposals in person.
All Proposal opening shall take place at (unless and
until specified otherwise):
Office of Industries Commissioner
Government of Madhya Pradesh.
4th Floor, Vindhyachal Bhawan
Bhopal, Madhya Pradesh
Tel: (+91) 0755‐2677966 / 988
Fax: (+91) 0755‐2677943
9
3. Instruction to Consultants / Bidder
3.1 Specific Instructions with respect to electronic tendering:
a. For participation in the aforementioned e‐tendering module, it is mandatory for
prospective bidders to get registration on website www.mpeproc.gov.in. Therefore, it is
advised to all prospective bidders to get registration by making on line registration fees
payment at the earliest.
b. Tender documents can be purchased only online and downloaded from website
www.mpeproc.gov.in by making online payment for the tender documents fee.
c. Service and gateway charges shall be borne by the bidders.
d. Since the bidders are required to sign their bids online using class – III Digital Signature
Certificate, they are advised to obtain the same at the earliest.
e. For further information regarding issue of Digital Signature Certificate, the bidders are
requested to visit website www.mpeproc.gov.in. Please note that it may take up to 7 to
10 working days for issue of Digital Signature Certificate. Department will not be
responsible for delay in issue of Digital Signature Certificate.
f. If bidder is going first time for e‐tendering, then it is obligatory on the part of bidder to
fulfill all formalities such as registration, obtaining Digital Signature Certificate etc. well
in advance.
g. Bidders are requested to visit our e‐tendering website regularly for any clarification and
/ or due date extension.
h. Bidder must positively complete online e‐tendering procedure at www.mpeproc.gov.in
i. Directorate of Industries shall not be responsible in any way for delay /difficulties
/inaccessibility of the downloading facility from the website for any reason whatever.
j. For any type of clarification bidders can visit www.mpeproc.gov.in and held desk
contract no. 18002588684 Mail id : [email protected] Support timings:
Monday to Saturday from 10:00 AM to 7:00 PM.
k. Interested bidders may attend the free training programme in Bhopal at their own cost.
For further query please contact help desk.
l. The bidder who so ever is submitting the tender by his Digital Signature Certificate shall
invariably upload the scanned copy of the authority letter as well as submit the copy of
same in physical form with the offer of particular tender.
3.2 Bidders are encouraged to inform themselves fully about the assignment and the local
conditions before submitting the Proposal.
3.3 Broad description of the objectives, scope of services, deliverables, and other requirements
relating to this Consultancy are specified in this RFP.
3.4 Bidders are invited to participate in the selection process individually (the "Sole Firm"). No
consortium or Joint Venture or Sub‐Contracting is allowed.
10
3.5 Proposals shall be prepared and submitted in the manner elaborated in this RFP as per the
formats / annexures provided.
3.6 No Bidders shall submit more than one application for the consultancy.
3.7 Any entity which has been barred by any agency of the Central Government, any State
Government, any statutory authority or any public sector undertaking, as the case may be,
from participating in any project, and the bar subsists as on the date of the proposal, would
not be eligible to submit a proposal.
3.8 Industries Commissioner, Government of Madhya Pradesh, reserves the right to terminate a
firm’s participation in the tender process at any time, should Industries Commissioner,
Government of Madhya Pradesh, consider that a firm has, without the prior consent, failed to
comply with any of the procedures and requirements prescribed in the RFP.
3.9 It shall be deemed that by submitting the proposal, the Bidder has:
a. made a complete and careful examination of the RFP
b. received all relevant information requested from Industries Commissioner,
Government of Madhya Pradesh
c. accepted the risk of inadequacy, error or mistake in the information provided in the
RFP or furnished by or on behalf of Industries Commissioner, Government of Madhya
Pradesh or relating to any of the matters referred in the RFP
d. satisfied itself about all matters, things and information, including matters referred
herein, necessary and required for submitting an informed application and
performance of all of its obligations there under
e. acknowledged that it does not have a Conflict of Interest; and
f. agreed to be bound by the undertaking provided by it under and in terms hereof.
3.10 Industries Commissioner, Government of Madhya Pradesh shall not be liable for any omission,
mistake or error in respect of any of the above or on account of any matter or thing arising out
of or concerning or relating to RFP or the selection process, including any error or mistake
therein or in any information or data given by the authority.
3.11 The proposal of a firm shall be liable for disqualification in the event of the following:
a. If the firm refuses to accept the correction of errors in its proposal, (or)
b. If the firm submits a conditional proposal which would affect unfairly the competitive
provision of other firms who submitted substantially responsive proposal and/or is not
accepted by Industries Commissioner, Government of Madhya Pradesh.
3.12 Amendment to RFP
a. At any time prior to the due date for submission of proposal, Industries Commissioner,
Government of Madhya Pradesh may, for any reason, whether at its own initiative or
otherwise, modify the RFP document by issuing corrigendum/ addendum/ amendment.
b. In order to provide the Bidders with reasonable time for taking an amendment into
account, or for any other reason, Industries Commissioner, Government of Madhya
Pradesh may, in its sole discretion, extend the proposal due date.
11
c. The above changes & amendments, if any, will be notified only through Industries
Commissioner, Government of Madhya Pradesh’s website i.e.
http://www.mpmsme.gov.in
3.13 Conflict of Interest
a. Industries Commissioner, Government of Madhya Pradesh expects that the consultant
provides professional, objective, and impartial advice and at all times hold Industries
Commissioner’s interests paramount, avoid conflicts with other assignments or its own
interests, and act without any consideration for future work. The Consultant shall not
accept or engage in any assignment that would be in conflict with its prior or current
obligations to other clients, or that may place it in a position of not being able to carry
out the assignment in the best interests of Industries Commissioner.
b. A bidder shall not have a conflict of interest that may affect the selection process or the
consultancy (the "Conflict of Interest"). Any Bidder found to have a conflict of interest
shall be disqualified.
c. An bidder shall be deemed to have a conflict of interest affecting the selection process,
if:
i. a constituent of such bidder is also a constituent of another bidder; (or)
ii. such bidder receives or has received any direct or indirect subsidy or grant from any
other bidder; (or)
iii. such bidder has the same legal representative for purposes of this application as any
other bidder; (or)
iv. a firm is engaged by Industries Commissioner to provide goods or works or services
and if the associate/s of such firm is engaged for providing consulting services for
the same project and vice versa.
3.14 Right to Terminate the Process
a. Industries Commissioner, Government of Madhya Pradesh may terminate the RFP
process at any time and without assigning any reason. Industries Commissioner,
Government of Madhya Pradesh makes no commitments, express or implied, that this
process will result in a business transaction with anyone; and
b. This RFP does not constitute an offer by Industries Commissioner, Government of
Madhya Pradesh. The bidder’s participation in this process may result in Industries
Commissioner, Government of Madhya Pradesh selecting the bidder to engage towards
execution of the contract.
c. In such case of termination, the EMD shall be returned to the bidder. However, the RFP
document fee shall remain non‐refundable.
3.15 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation for
the selection of consultants shall not be disclosed to any person who is not officially
concerned with the process or is not a retained professional adviser advising Industries
Commissioner in relation to matters arising out of, or concerning the Selection Process.
Industries Commissioner shall treat all information, submitted as part of the Proposal, in
confidence and shall require all those who have access to such material to treat the same in
12
confidence. Industries Commissioner may not divulge any such information unless it is
directed to do so by any statutory entity that has the power under law to require its
disclosure or to enforce or assert any right or privilege of the statutory entity and/or
Industries Commissioner or as may be required by law or in connection with any legal
process.
3.16 Clarifications
To facilitate evaluation of proposals, Industries Commissioner may, at its sole discretion,
seek clarifications from any bidder regarding its Proposal. Such clarification(s) shall be
provided within the time specified by Industries Commissioner for this purpose. Any request
for clarification(s) and all clarification(s) in response thereto shall be in writing.
If a bidder does not provide clarifications within the specified time, its Proposal shall be
liable to be rejected. In case the Proposal is not rejected, Industries Commissioner may
proceed to evaluate the Proposal by construing the particulars requiring clarification to the
best of its understanding, and the bidder shall be barred from subsequently questioning
such interpretation of Industries Commissioner.
3.17 RFP Document Fees / Cost of RFP Document
a. RFP document can be purchased online through www.mpeproc.gov.in buy paying a
non‐refundable fee of INR 10,000/‐ (Ten Thousand Only) plus a processing fee
b. The Bidder may also download the RFP documents from the website
http://www.mpmsme.gov.in. However, the only mode of registering for the bid for the
RFP will be www.mpeproc.gov.in.
c. Proposals received without or with inadequate RFP Document fees shall be rejected.
3.18 Earnest Money Deposit (EMD)
a. Bidders shall submit, along with their Bids, EMD of INR 5,00,000/‐ (INR Five lakh only)
only through the e‐Procurement portal (website www.mpeproc.gov.in)
b. EMD shall be valid for a period of 180 days.
c. The bid / proposal will be disqualified if the EMD is not submitted within the stipulated
timeline. Unsuccessful bidder’s EMD will be released as promptly as possible, but not
later than 90 days after the award of the contract to the successful bidder.
d. The EMD amount is interest free and will be refundable to the unsuccessful bidders
without any accrued interest on it; and
e. The EMD may be forfeited:
i. If a bidder withdraws its bid during the period of bid validity or increases his quoted
prices during the period of bid validity or its extended period; and
ii. In case of a successful bidder, if the bidder fails to sign the contract in accordance
with this RFP.
13
3.19 Pre‐Bid Queries and Meeting
a. The bidders will have to ensure that their queries for pre‐bid meeting should reach to
Industries Commissioner, Government of Madhya Pradesh, by post and all queries will have
to be also mandatorily emailed to ic‐[email protected] with the subject line “Pre‐bid Queries for
Hiring of a Consultancy Agency for the Project Management Unit for Implementation of
MSME Business Facilitation Centres”, as per time sheet given under Letter of Invitation.
Industries Commissioner’s office will not consider any queries received after the mentioned
date.
b. The queries should be submitted in the following format:
S. No.
RFP Document
Reference(s) (Section &
Page Number(s))
Content of RFP requiring
clarification(s)
Points of
Clarification
1.
2.
3.
4.
5.
c. Industries Commissioner, Government of Madhya Pradesh shall not be responsible for
ensuring that the bidder queries have been received by them. Any requests for
clarifications post the indicated date and time may not be entertained by Industries
Commissioner, Government of Madhya Pradesh.
d. The pre‐bid meeting will be held on the date specified in this letter of invitation at
Conference Hall, Office of Industries Commissioner, 4th Floor, Vindhyachal Bhawan,
Bhopal.
e. The corrigendum (if any) & clarifications to the queries from all bidders will be posted
only on the website;
f. Any such corrigendum shall be deemed to be incorporated into this RFP; and
g. In order to provide prospective bidders reasonable time for taking the corrigendum into
account, Industries Commissioner, Government of Madhya Pradesh may, at its
discretion, extend the last date for the receipt/ submission of proposals.
3.20 Force Majeure
a. The bidder shall not be liable for forfeiture of its Performance Bank Guarantee,
liquidated damages, or termination for default if and to the extent that it’s delay in
performance or other failure to perform its obligations under the contract is the
result of an event of Force Majeure. For purposes of this Clause, Force Majeure
means an event or situation beyond the control of the bidder that is not foreseeable,
is unavoidable, and its origin is not due to negligence or lack of care on the part of
the bidder. Such events may include, but not be limited to, acts of Department in its
14
sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
b. If a Force Majeure situation arises, the bidder shall promptly notify Industries
Commissioner, Government of Madhya Pradesh in writing of such condition and the
cause thereof. Unless otherwise directed by Industries Commissioner, Government
of Madhya Pradesh in writing, the bidder shall continue to perform its obligations
under the contract as far as it is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.
3.21 Performance Bank Guarantee
Within 15 (fifteen) days of the issuance of Letter of Intent (LoI) the Bidder shall furnish
revolving Performance Guarantee, as provided, to “Industries Commissioner,
Government of Madhya Pradesh” for an amount equal to 5% of the project value. The
Performance Guarantee shall be valid for the duration of the project. The Performance
Guarantee shall be returned to the Bidder within 30 (thirty) days of the date of
successful discharge of all contractual obligations at the end of the period of the
Agreement by Industries Commissioner, Government of Madhya Pradesh. 3.22 Arbitration
No case shall be filed on the terms and conditions of the RFP Document. No case shall be
filed on the rights and prerogatives reserved by the GoMP or Industries Commissioner,
Government of Madhya Pradesh. State and the selected bidder(s) shall make every
effort to resolve amicably by direct informal negotiation any disagreement or dispute
arising between them under or in connection with the Contract. If, after 30 (thirty) days
from the commencement of such informal negotiations, Industries Commissioner,
Government of Madhya Pradesh and the selected Bidder have been unable to amicably
resolve dispute, either party may require that the dispute be referred for resolution to
the formal mechanisms, which may include, but are not restricted to, conciliation
mediated by a third party acceptable to both, or in accordance with the Arbitration and
Conciliation Act, 1996.
3.23 Subcontracting
Bidder may sub‐contract the Hardware deployment and / or hosting services required for
implementation of MBFC.
15
4. Preparation, Submission & Evaluation of Proposals
4.1 General
a. The bidder shall bear all costs associated with the preparation and submission of its
proposal, including any field visits, data collection, analysis, etc. as also any discussions /
negotiations. Industries Commissioner, Government of Madhya Pradesh shall not be
responsible or liable for any such costs incurred.
b. Adherence to formats, wherever prescribed, is required. Non‐adherence to formats
might be a ground for declaring a proposal non‐responsive.
c. All communication and information shall be provided in writing and in English language
only.
d. All communication and information provided should be legible, and wherever the
information is given in figures, the same should also be mentioned in words. In case of
conflict between amounts stated in figures and words, the amount stated in words will be
taken as correct and final.
4.2 Preparation and Submission of Proposals
The Proposals shall be prepared in separate envelopes as under:
a. The bidder shall submit a digitally signed, encrypted and complete Proposal comprising the
documents and forms in accordance with e‐Procurement Portal guidelines
(www.mpeproc.gov.in). The submission can be done electronically through the website and
in accordance with the procedures specified in this RFP. Proposals submitted by any other
means will be rejected.
b. An authorized representative of the bidder shall digitally sign the submission letters in the
required format for both the Technical Proposal and, if applicable, the Financial Proposal.
The authorization shall be in the form of a written power of attorney scanned and uploaded
together with the Technical Proposal.
c. The Financial Proposal should contain financial quote for the services expected from bidder
in the RFP document for 36 months. This will be counted from the date of signing of
contract.
d. The financial proposal shall be as per Form 7 of this RFP
e. The consulting fees should be including service tax
f. The expense related to deployment of team members at respective location should be
budged within the fees to be given above
g. Any expense incurred towards travel within the State and outside the country will be
approved and reimbursed by Industries Commissioner on actual basis and with prior
confirmation
h. Any condition at the financial bid stage would render the offer liable for rejection.
16
i. Bidder should be aware that the electronic procurement system does not allow for any
interlineations, erasures, or overwriting. Any modifications or revisions to the Proposal
shall be done in accordance with eProcurement portal guidelines.
j. The Proposal or its modifications must be uploaded on the portal no later than the deadline
indicated in this RFP, or any extension to this deadline. The electronic system will not
accept any Proposal or its modification for uploading after the deadline.
k. Once the Proposal is uploaded on the portal, the system will generate a unique identification
number with the stamped submission time. The unique identification number with the time
stamp represents an acknowledgement of the Proposal submission. Any other system’s
functionality requirements are specified in this RFP.
4.3 Opening of Proposals
a. Bid Opening shall take place through the e‐Procurement Portal. Online Proposals submitted
along with the EMD/ Bid Security and Tender Fee (Payable Online through the portal) shall
be considered for Bid opening as per the timelines mentioned in the RFP.
b. In case of EMD/ Bid Security is not received as per the timeline mentioned in RFP, the bid
submitted in e‐Procurement Portal would be rejected.
c. The Industry Commissioner’s evaluation committee shall conduct the opening of the
Technical Proposals online immediately after the Proposals’ submission deadline and
following the procedure described in the RFP. The folder with the Financial Proposal shall
remain unopened, encrypted and shall be securely stored on the portal.
d. During bid opening preliminary scrutiny of the bid documents will be made to determine
whether they are complete, whether required bid security has been furnished and whether
the bids are generally in order. Bids not conforming to such preliminary requirements will
be prima facie rejected.
e. At the opening of the Technical Proposals the bidder’s name, whose proposal has been
received shall be read out and recorded online simultaneously
f. After the technical evaluation is completed, Industries Commissioner’s office shall notify
those bidders whose Proposals were considered non‐responsive to the RFP and TOR or did
not meet the minimum qualifying technical score by sending a notification through the
means indicated in the RFP. Financial Proposals of those bidders whose Technical Proposals
did not meet the minimum qualifying score shall not be opened. In such case, a notification
to that effect will be sent to the bidder. The Industries Commissioner’s office shall
simultaneously notify those bidders that have achieved the minimum overall technical
score and inform them of the date, time and, if indicated in the RFP, location of technical
presentations and online opening of the Financial Proposals. The bidder’s attendance at the
opening of the Financial Proposals (online, or in person, if such option is indicated in the
RFP) is optional and is at the bidder’s choice. If the RFP provides an option of attending in
person, the opening date shall allow the bidders sufficient time to make arrangements for
attending the opening.
g. The Financial Proposals shall be opened online by the Industries Commissioner’s evaluation
committee as described in the RFP. At the opening, the names of the bidders, and the
17
overall technical scores, including the break‐down by criterion, shall be read aloud first and
recorded online simultaneously. The Financial Proposals shall be then opened, the total
prices read aloud and recorded online simultaneously. The records of the opening shall
remain on the portal for the information of the bidders who submitted Proposals and the
Industries Commissioner, unless the RFP provides for other means of sending notifications
and the results of the financial opening.
4.4 Evaluation of Minimum Eligibility Criteria
a. The pre‐qualification criteria will be first evaluated against the stipulated eligibility criteria's.
Compliance of all the stipulated criteria is mandatory. Material deficiencies in providing the
documentation proof of eligibility criteria information will result in rejection of proposals.
b. Technical proposals will only be evaluated of firms meeting the minimum eligibility criteria.
c. Industries Commissioner, Government of Madhya Pradesh will inform the pre‐qualified
consultants and also notify the other consultants who have not qualified. The technical and
financial proposals of disqualified bidders will not be opened.
Minimum Eligibility Criteria
# Sections Specific Requirements Supporting Document
Required
1. Legal Entity
The bidder should be a single Business
Entity. (Any kind of consortium/ Joint
Venture / Sub‐contracting is not allowed).
For the purpose of this Invitation for RFP
document, a Business Entity shall mean a
company registered in India under the
Companies Act, 1956 or a partnership firm
registered under the Limited Liability
Partnership Act of 2008, and operating for
the last 10 years in Business Consulting as of
March 31, 2016.
Incorporation /
Registration Certificate
2. Financial
Capacity
The bidder should have a minimum annual
turnover of INR 100 crore from Indian
operations in business consulting services in
each of the last three financial years (FY
2012‐13, FY 2013‐14 and FY 2014‐15)
The bidder should have a positive net worth
as on March 31, 2016 for past 3 years.
Certificate from statutory
auditor /audited financial
statements for the three
previous financial years
with CA’s Registration
Number / Seal.
3. Employee
Strength
The company should have at least 500 full
time and permanent Staff on its rolls as on 31st
March 2016
Certificate by competent
Head HR of the company
4.
Turnover from
Government
Consulting
Services
The bidder should have working in the
consultancy assignments for a minimum of 5
years having annual turnover of INR 10 Crore
from Government/ Public Sector consulting
Certificate from statutory
auditor.
18
# Sections Specific Requirements Supporting Document
Required services in India in each of the last 3 financial
years
5. Relevant
Experience
The bidder should have experience of providing
consulting/advisory service in Industry
Department / MSME development for different
state / central Governments in last 3 years
(total projects with consulting fees over Rs. 50
Lakhs)
Completion Certificate or
Work Order
6. Blacklisting
The Bidder should never have been blacklisted,
suspended or terminated by any agency of the
Central Government, any statutory authority or
any public sector undertaking or by any
department of State Government of Madhya
Pradesh
Self‐certification. False
certification and/or
nondisclosure will lead to
forfeiture of the EMD and
disqualification from the
evaluation process and
blacklisting in the State of
Madhya Pradesh
7. Tender Fee
A non ‐ refundable Tender Fee of INR 10,000/‐
(INR Ten thousand only) plus a processing fee
payable through www.mpeproc.gov.in
Online Confirmation
8. EMD EMD of INR 5 Lakhs payable through
www.mpeproc.gov.in. Online Confirmation
4.5 Technical Evaluation
a. The evaluation of Technical Proposals of only those Consultants who have qualified in the
pre‐qualification / minimum eligibility criteria will be carried out.
b. If the Technical proposals are found to be inadequate and do not correspond to the scope
of service and terms of reference, they shall be summarily rejected.
c. The team mentioned below is envisaged under the current project scope and as per the
immediate requirement. Any further increase in team deployment at support consultant
level would be discussed and bidder is required to mobilise team as per mutually agreed
terms
d. The Technical Evaluation will be evaluated in two phases and total marks will be given out
of 100. The first phase of the evaluation will be based on the Technical Proposal document
submitted by the bidder and will carry 70 Marks. Bidders will subsequently be called for
Technical Presentation that is allotted 30 Marks:
19
Technical Evaluation Criteria
# Criteria Max Marks
Supporting Documents
1. BIDDER’S EXPERIENCE 35
1.1
Experience of providing consulting/advisory service in MSME
development for different states in last 3 years
1 project = 5 marks
2 project = 10 marks
More than 3 projects= 20 marks
20
Engagement Letter/ Work Order / Completion Certificate / Contract document for Projects in last five years.
Please provide details of such assignment in prescribed format attached as form 3.
1.2
Experience of working with the Government of India on National
Priority Projects such as Make In India, Swatch Bharat, Skill India,
Digital India, Start‐up India, Ease of Doing Business, etc.
1 to 4 projects = 2 marks
4 to 8 projects=8 marks
More than 8 projects = 15 marks
15
2.RESOURCE PROFILE 35
2.1
Project Director ‐ 1 position (part time)a. BE/BTech and MBA or post graduate in Management : 3 marks b. 12 years of experience in relevant field: 2 marks
c. Should have strong experience of working with Madhya Pradesh
Government
o 2 projects: 2 marks
o 4 projects: 6 marks
o 6 projects: 10 marks
Consultant should be able to provide client reference for the validation of this experience as required by Industries Commissioner
15
Detailed Profile (Curriculum Vitae) in prescribed format attached as form 6.
2.2
Project Manager–1 position (full time)
Eligibility: MBA or post graduate in Management with over 10 years of experience ‐ 3 marks
Demonstrate work experience with a special focus on MSMEs – 2 marks
Work experience on engagements with state government of Madhya Pradesh ‐ 5
10
Detailed Profile (Curriculum Vitae) in prescribed format attached as form 6.
2.3
MSME Financial Lead ‐ 1 position (full time)
Eligibility: MBA or post graduate in Management with over 5 years of experience ‐ 1 marks
Experience of 5 years in MSME financing. Experience of proving linkages to MSME to financial institutions ‐ 1 Mark
2
Detailed Profile (Curriculum Vitae) in prescribed format attached as form 6.
2.4
Marketing Expert – 1 position(full time)
Eligibility: MBA or post graduate in Management with over 5 years of experience ‐ 1 marks
Overall experience of 5 years with expertise in marketing related functions ‐ 1 Mark
2
Detailed Profile (Curriculum Vitae) in prescribed format attached as form 6.
2.5 Legal Expert – 1 position(full time)
Eligibility: Degree in Law (LLB) ‐ 1 Mark 2
Detailed Profile (Curriculum
20
Technical Evaluation Criteria
# Criteria Max Marks
Supporting Documents
Overall experience of 5 years with expertise in litigation before courts of law ‐ 1 Mark
Vitae) in prescribed format attached as form 6.
2.6
Start‐up Expert – 1 position(full time)
Eligibility: MBA or post graduate in Management with over 5 years of experience ‐ 1 Mark
Exposure to start‐up consulting / national start‐up initiatives– 1 Mark
2
Detailed Profile (Curriculum Vitae) in prescribed format attached as form 6.
2.7
MSME Expert – 1 position(full time)
Eligibility: MBA or post graduate in Management with over 5 years of experience ‐ 1 Mark
Exposure to MSME consulting – 1 Mark
2
Detailed Profile (Curriculum Vitae) in prescribed format attached as form 6.
2.8
Support Consultants‐ 20 positions (full time – to be deployed at select DTICs across Madhya Pradesh)
Eligibility: MBA or post graduate in Management with over 3 years of consulting experience
‐
Detailed Profile (Curriculum Vitae) in prescribed format attached as form 6.
3 APPROACH & METHODOLOGY 10
3 Methodology and Work Plan for project completion should include Solution Description ‐ Understanding of Design, Implementation, Operation, and Maintenance of various parameters.
10
Approach and Methodology supported with the Gantt Chart
4 TECHNICAL PRESENTATION 20
4 Highlight understanding of the objectives, brief of Departments requirement, methodology for completion of works, experience of the team which will execute the assignment.
20
Presentation (along with presence of key project resources that are proposed)
4.6 Financial Evaluation and Final Selection Criteria
1 Only those Bidders whose Technical Proposals score at least 70 marks out of 100 shall
qualify for further consideration, and shall be ranked from highest to the lowest on the basis
of their technical score (ST) (“Technically Qualified bidders”).
2 Financial bids of only Top 3 the Technically Qualified bidders shall be opened for evaluation.
Each Financial Proposal will be assigned a financial score (SF). For financial evaluation, the
total cost indicated in the Financial Proposal will be considered. Industries Commissioner,
Government of Madhya Pradesh will determine whether the Financial Proposals are
complete in all aspects, qualify as per RFP requirements and are unconditional.
21
3 The cost indicated in the Financial Proposal shall be deemed as final and reflect the total
cost of services. Omissions, if any, in costing any item shall not entitle the firm to be
compensated and liability to fulfil its obligations as per the terms of reference within the
total quoted price shall be that of the Consultant. The lowest Financial Proposal (FM) will be
given a financial score (SF) of 100 points. The financial scores of other proposals will be
computed as follows:
SF = 100 × FM/F
SF is the ‘Financial Score’ of the Financial Proposal being evaluated.
FM is the computed lowest Financial Proposal (inclusive of all taxes but excluding Service
Tax).
F is the Computed Price of the bidder under evaluation (inclusive of all taxes but
excluding Service Tax).
4 Combined and final evaluation of Bids:
Final ranking of all proposals shall be done with weightage of 80:20. Weightage of 80%
shall be given to technical competence and 20% to the fee quoted in financial proposal.
Proposals will finally be ranked according to their combined technical (ST) and financial (SF)
scores as follows:
S= ST × TW + SF × FW
Where S is the combined score, and TW and FW are weights assigned to Technical Proposal
and Financial Proposal that shall be 0.80 and 0.20 respectively.
4.7 Negotiation
1 Negotiations will be held by the Committee at the office of Industries Commissioner,
Government of Madhya Pradesh with the selected Consultant on their financial and
technical proposals. Normally, such negotiations commence within a week after issuance of
Industries Commissioner, Government of Madhya Pradesh’s invitation to attend the
negotiations. The invited Consultants will, as a pre‐requisite for attendance at the
negotiations, confirm availability of all nominated key personnel, experts and satisfy such
other pre negotiation requirements as Industries Commissioner, Government of Madhya
Pradesh, may specify. Failure in satisfaction of such requirements may result in Industries
Commissioner, Government of Madhya Pradesh, proceeding to negotiate with the next‐
ranked Consultant. Representatives conducting negotiations on behalf of the Consultant
must have written authority to negotiate technical, financial and other terms.
2 The technical negotiations cover review of the Consultant’s Technical Proposal, including the
proposed technical approach and methodology, work plan, staffing schedule, organizational
arrangements, and any suggestions made by the Consultant or the Client to improve the
implementation of the assignment. Negotiations will not result in substantial modifications
to either the Consultant’s Technical Proposal or the TOR (Terms of Reference).
3 The financial negotiations will generally fine‐tune duration of experts’ inputs and quantities
of out‐of pocket expenditure items may be increased or decreased from the relevant
22
amounts shown or agreed otherwise, in the Financial Proposal. Unless exceptional
circumstances exist, the details of experts’ remuneration and specified unit rates for out‐of‐
pocket expenditure will not be subject to negotiations.
4 The Client shall prepare minutes of the negotiations which will be signed by the Client and
the Consultant. The aim is to reach an agreement on all points and initial a draft contract
after the conclusions of negotiations with in two weeks.
5 Confidentiality Negotiations Information relating to evaluation of Proposals and
recommendations concerning contract award shall not be disclosed to Consultants who
submitted Proposals or to other persons not officially concerned with the Selection process
until the winning firm has been notified and contract awarded.
6 If Industries Commissioner, Government of Madhya Pradesh and the highest ranked
consulting firm are unable to reach agreement on a contract within a reasonable time, the
authority shall terminate the negotiations with the first ranked Consultant and invite the
Consultant who ranked second in the evaluation to enter into negotiations. This procedure
shall be followed, in accordance with the ranking of Consultants, until the authority reaches
agreement with a Consultant.
4.8 Award of Contract
1 After completion of negotiations, the authority shall award the contract to the Consultant
and promptly notify the other bidders who submitted proposals that they were
unsuccessful. The authority will return the unopened Financial Proposals to the unsuccessful
Consultants.
2 Notification on Award of Contract for the selected Consultant will be made in writing inviting
to execute an agreement on non‐judicial stamp paper as per the Performa issued by
Industries Commissioner, Government of Madhya Pradesh. The RFP submission of the
Consultants shall form a part of the contract.
4.9 Contract Agreement
1 The Successful Bidder shall execute an Agreement (as per the model form of agreement
given in Form‐9) in Rs.100/‐non judicial stamp paper in the name of the Bidder bought in
Madhya Pradesh only within one week from the date of Letter of Acceptance issued by
Industries Commissioner, Government of Madhya Pradesh.
2 The Successful Bidder shall not assign or make over the contract, the benefit or burden
thereof to any other person or persons or body corporate for the execution of the contract
or any part thereof without the prior written consent of Industries Commissioner,
Government of Madhya Pradesh reserves its right to cancel the order either in part or full, if
this condition is violated.
3 Special Condition for Awarding the Agreement:
Client will sign the Agreement with Successful Bidder for a period as mentioned in
‘Duration of Contract’ in the document.
Client may extend the Agreement for a time period beyond what has been specified in ‘Duration of Contract’ in the document.
23
Client will also have the right to provide extension of services/ increase in the scope of
work as per the mutually agreed terms and conditions between both the parties.
Client will have the right to ask for additional Team members beyond what has been
specified in this RFP.
24
5. Terms of References & Scope of Work
5.1 Background
Micro, Small and Medium Enterprises (MSMEs) sector is an important pillar of Indian economy as it
contributes greatly to growth of Indian economy with a vast network of around 30 million units, creating
employment of about 70 million, manufacturing more than 6000 products, contributing about 45% to
manufacturing output and about 40% of exports, directly and indirectly.
Having recognized the potential of the sector, Government of Madhya Pradesh with the establishment
of Department of Micro, Small & Medium Enterprises has set out to transform this sector to promote
investments and create jobs in the state. The MSME sector has been identified as one of the core
sectors for attracting investment in the state.
Madhya Pradesh’s economy has a large pool of dynamic and versatile set of entrepreneurs, who though
are small and medium in terms of scale of operations, make huge contributions of varied kind to the
economy. The MSME sector has the ability to make available cost effective, low‐volume customised
products and also enjoys flexibility in its working to deliver as per the specific requirements.
However, MSME entrepreneurs in Madhya Pradesh sometime face following challenges:
Lack of knowledge about market opportunities (based on local market potential)
Lack of information related to government schemes, land availability and required approvals
with government departments
Lack of knowledge related to starting a business & registration procedures
Lack of technical knowledge in business plan, project reports, finance, IT and marketing
Access to finance (banks and government institutions)
Access to market (linkages and sector experience)
Governance and implementation of the objectives of the Government
5.2 Role of MBFC
MBFC aims to create the right investment environment in Madhya Pradesh for MSMEs and enabling the
growth of state. MBFC envisages to undertake following activities but not limited to:
Provide guidance and support to new and existing entrepreneurs in context of information
about investment opportunities, procedure for setting up an industry, approvals required
Provide entrepreneurship, skill development, vocational training initiatives and creating self‐
employment opportunities
25
Provide an enabling and easing bureaucratic environment with the objective of ‘minimum
government, maximum governance’.
Provide details about government schemes and incentives
Develop MSME sector specific knowledge and project shelves
Promote and support business and technical incubation
Provide guidance in preparation of project report, documentation and business plans etc.
Support in providing access to credit institutions and market linkages
Assistance in improving trade prospects
Start‐up / Incubation Centre facilitation
Handholding support for registration and obtaining necessary clearances and approvals.
In the longer run, MBFC aims to serve as the growth engine for entrepreneurs across the MSME
industry through providing entrepreneurship development, investment promotion, ease of doing
business, access to finance, marketing support, enabling infrastructure, sector development, policy
support and enhancing the business prospects for small enterprises.
The Selected Bidder will be responsible for the designing the conceptual framework for entire MBFC
while keeping in view the objective and structure of MSME ecosystem in Madhya Pradesh.
The scope of Services of the bidder will be as given in section 5.3 below.
The statements and explanations contained in this RFP are intended to provide a proper
understanding to the Bidders about the subject matter of this RFP and should not be construed or
interpreted as limiting in any way or manner the scope of services and obligations of the bidder set
forth in the draft Service Agreement or Industries Commissioner, Government of Madhya Pradesh’s
rights to amend, alter, change, supplement or clarify the scope of work, the Right to be awarded
pursuant to this RFP or the terms thereof or herein contained. Instructions to Bidders are to be
noted, interpreted and applied appropriately to give effect to this intent, and no claims on that
account shall be entertained by Industries Commissioner, Government of Madhya Pradesh.
Industries Commissioner, Government of Madhya Pradesh has adopted a two stage process for
selection of the bidder for award of the Assignment and invites Proposals from eligible bidders for
the Assignment in accordance with the terms of this RFP. The Bidders are requested to submit their
Proposals in accordance with the Bidding Documents
5.3 Scope of work
MBFC will be established in 20 JDs/DTICs across the State serving 54 districts of Madhya Pradesh based
on a hub and spoke model. Industries Commissioner, Government of Madhya Pradesh will serve as hub
of MBFC for the development of entrepreneurship and innovation, investment promotion agenda,
knowledge content, processes while providing program management and guidance support to the
project. The officers of JDs/DTICs aim to serve as spokes of MBFC which will deliver the services and
best practices in respective districts for the growth of MSME industry.
26
5.3.1 Scope of work ‐ MBFC
PMA will provide support staff to all JDs/DTICs for the initial project phase and to ensure effective
implementation of overall plan and effective functioning of the same.
PMA team will make monthly visits to offices of JDs/DTICs/MBFCs to review the functioning of same
Designing monitoring format and performance parameters for the evaluation of MBFC at each
JD/DTIC level.
The scope involve providing assistance related to investment, technical knowledge, technology
partnership, export, trade partnership, knowledge assistance, project preparation, etc. The scope
would evolve from time‐to‐time and as indicated by the Office
Developing quarterly and monthly progress reports based on the parameters identified for
performance measurement.
Plan roadshows in the select JDs/DTICs to create awareness about MBFC and support provided by
Government to MSMEs in the state. These roadshows may include interactions of Senior
Government Officers/Ministers with new and existing investors.
Building relationships of state governments with the key MSME associations and sector associations
to facilitate new investments in the state. It is proposed to develop online database of such MSME
associations that are active very active w.r.t product development and trade facilitation.
Facilitation and portal management for the incubation centres/startups under policy/scheme
Developing connects with various angel investors, VC funds, impact investors and NRIs who may
provide early stage seed capital for supporting new businesses.
Assistance in implementing all Central Government’s schemes specific to MSME sector
Assistance in conducting Entrepreneurship Development Programme of the State
Organize business plan competitions, fund‐raising competitions, and MSME‐PE meets with key
investors, donors, private investors to bridge the financing gap for new entrepreneurs. These meets
will also serve as a platform to develop connects and mentorship opportunities for young
entrepreneurs
PMA will be responsible for the promotion of business and technical incubation, capacity building,
Investor Facilitation and Handholding Support, developing the content for the online trainings and
knowledge repository
The Key Deliverables expected from the PMA firm in the MBFC framework
PMA will be assisting Industries Commissioner in overall implementation and management of MBFC
program which includes:
Developing the program roll‐out structure
27
Program review framework
Performance review framework for DTICs/Zonal Officers/MBFCs
Assisting in day‐to‐day coordination with JDs/DTICs
Designing program templates
Knowledge creation and management for MSMEs and other government departments to ensure
smooth functioning of program
Develop the repository of various schemes, incentives and sector specific content for the MSMEs.
Make the knowledge content available to these MSMEs through suitable online login through state
MSME portal. Facilitate the access to this knowledge library to investors with suitable login.
Develop facilities for conducting various online trainings, webinars for all JDs/DTICs to build the
capacity of JDs/DTICs
Updating district‐wise industrial profile (in brief) for the districts of Madhya Pradesh
Guidance to the already existing IT consultancy team at IC’s office in modifying the IT infrastructure
including activating and integrating the existing single window clearance system into
mpmsme.gov.in (the portal)
Conceptualising an MIS system for tracking the performance of JDs/DTICs, MSMEs and other
stakeholders of MSME industry in the State and to also manage an integrated investor tracking
system which will track the application from once an Entrepreneur Memorandum is filed and till the
investment materializes on ground. The system to provide access to the investor to check the status
of its application and update comments accordingly.
5.3.2 Scope of work: Policy Implementation Unit (PIU) for MP Incubation & Startup Policy
2016
In order to assist the IC’s office in successfully implementing the newly launched MP Incubation &
Startup Policy 2016, the PMA firm will also be critical to the implementation unit being set up as part of
MBFC program by the IC’s office exclusively for incubators and startups in the State.
The Key Deliverables expected from the PMA firm in the PIU will be:
Monitoring of Implementation of the MP Incubation & Startup Policy 2016 of the state against
timelines and objectives as defined in the state Policy
Preparing strategies and its implementation monitoring for
o Promoting MP as an attractive Startup destination for incubation & startups by providing
congenial, industry friendly and proactive climate.
28
o Promoting prominent cities/towns in the State as emerging Tier‐II and Tier‐III startup &
incubation destinations and providing assistance in setting up state of the art ‘plug & play’
infrastructure in the state.
o Assisting in creating world class ICT infrastructure as a platform to provide seamless connectivity
for angel investors, venture capitalist, incubators and startups & entrepreneurs, easy to use
public and private services in a vibrant ecosystem consisting of ICT operators, Service
Providers, Government, Regulators and end users.
o Enhancing the quality of talent pool and creation of additional employment opportunities,
development of skilled IT manpower in the state for all sections of the society, across all
regions, and to leverage IT as a tool for the socio‐economic development of the State.
The PMA firm shall be required to monitor applicability and provide periodic recommendations to
the Government of MP on various provisioned Fiscal & non fiscal Incentives like Capital assistance,
Interest Subsidy, Stamp Duty, Operational assistance, lease rental etc.
The PMA firm shall assist in reporting to the Empowered Committee for timely review and action;
Single point of contact for all Incubation & startup investments/proposals and project proponents
Liaison with Government functionaries, Engagement with Industries and Industry Associations
Develop dashboard reporting for the Empowered Committee
Promotion and marketing of MP Incubation & Startup Policy 2016
5.4 Proposed deliverable and payment schedule
Deliverable Payment Time Line
Team mobilization fees 10 % of the contract value T (Contract Signing)
Quarterly basis 90% of the contract value Quarterly
29
5 Forms & Annexures
Form 1 – Letter of Submission of Proposal
(On the Letter head of the Consultant) To,
Industries Commissioner, Government of Madhya Pradesh, Vindhyachal Bhawan, Bhopal, Madhya Pradesh, Tel: (+91) 0755‐2677966 / 988 Fax: (+91) 0755‐2677943 Email: ic‐[email protected] Sub: ‐ Hiring of a Consultancy Agency for the Project Management Unit for Implementation of MSME
Business Facilitation Centres
Dear Sir,
1. With reference to your RFP document dated............, we, having examined the bidding
documents and understood their contents, hereby submit our proposal for the aforesaid
assignment. This proposal is unconditional.
2. All information provided in the proposal and in the appendices is true and correct.
3. This statement is made for the express purpose of qualifying as a bidder for undertaking the
assignment.
4. We shall make available to Industries Commissioner, Government of Madhya Pradesh any
additional information it may find necessary or require to supplement or authenticate the Bid.
5. We acknowledge the right of Industries Commissioner, Government of Madhya Pradesh to reject
our proposal without assigning any reason or otherwise and hereby waive our right to challenge
the same on any account whatsoever.
6. We certify that in the last three years, we have neither failed to perform on any contract, as
evidenced by imposition of a penalty or a judicial pronouncement or arbitration award, nor been
expelled from any project or contract nor have had any contract terminated for breach on our
part.
7. We declare that:
a. We have examined and have no reservations to the Bidding Documents, including any
addendum issued by Industries Commissioner, Government of Madhya Pradesh.
b. We do not have any conflict of interest in accordance the RFP document;
c. We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice,
as defined in the RFP document, in respect of any tender or request for proposal issued by
or any agreement entered into with Industries Commissioner, Government of Madhya
Pradesh or any other public sector enterprise or any government, Central or State; and
30
d. We hereby certify that we have taken steps to ensure that in conformity with the provisions
of the RFP, no person acting for us or on our behalf has engaged or will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice.
8. We understand that you may cancel the bidding process at any time and that you are neither
bound to accept any proposal that you may receive nor to invite the bidders to bid for the
assignment, without incurring any liability to the bidders, in accordance with the RFP document.
9. We declare that we are not a member of any other firm submitting a proposal for the
assignment.
10. We certify that in regard to matters other than security and integrity of the country, we have not
been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority
which could cast a doubt on our ability to undertake the assignment or which relates to a grave
offence that outrages the moral sense of the community.
11. We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge‐sheeted by any agency of the Government or convicted by a Court of Law
for any offence committed by us or by any of our Associates.
12. We certify that we have not barred by any State/ Central Government of India or any entity
controlled by them from participating in any project, and if the bar subsists on the date of
proposal we will not be eligible to submit the proposal
13. We further certify that no investigation by a regulatory authority is pending either against us or
against our associates or against our CEO or any of our Directors/ Managers/ employees.
14. We undertake that in case due to any change in facts or circumstances during the bidding
process, we are attracted by the provisions of disqualification in terms of the guidelines referred
to above, we shall intimate Industries Commissioner, Government of Madhya Pradesh of the
same immediately.
15. We hereby irrevocably waive any right which we may have at any stage at law or howsoever
otherwise arising to challenge or question any decision taken by Industries Commissioner,
Government of Madhya Pradesh in connection with the selection of the bidder, or in connection
with the bidding process itself, in respect of the above mentioned assignment and the terms and
implementation thereof.
16. In the event of our being declared as the successful bidder, we agree to enter into an agreement
in accordance with the draft that has been provided to us prior to the proposal due Date. We
agree not to seek any changes in the aforesaid draft and agree to abide by the same.
17. We have studied the entire bidding document carefully. We understand that except to the
extent as expressly set forth in the agreement, we shall have no claim, right or title arising out of
any documents or information provided to us by Industries Commissioner, Government of
Madhya Pradesh or in respect of any matter arising out of or concerning or relating to the
bidding process including the award of concession.
18. The Fee has been quoted by us after taking into consideration all the terms and conditions
stated in the RFP, draft Agreement.
31
19. We offer an EMD of INR 5,00,000/‐(Five Lakhs only) to Industries Commissioner, Government of
Madhya Pradesh in accordance with the RFP Document.
20. The EMD in the form of a Demand Draft / Bank Guarantee is attached.
21. We agree and understand that the proposal is subject to the provisions of the bidding
document. In no case, we shall have any claim or right of whatsoever nature if the assignment is
not awarded to us or our proposal is not opened.
22. We agree to keep this offer valid for 120 (hundred and twenty) days from the proposal due date
specified in the RFP.
23. We agree and undertake to abide by all the terms and conditions of the RFP document. In
witness thereof, we submit this proposal under and in accordance with the terms of the RFP
document.
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of the Firm
Address, Telephone:
32
Form 2 – Particulars of Bidders
1. Name of the Company:
2. Registered Office:
3. Date of Incorporation:
4. Constitution of the Bidder Company:
5. Core business activities:
6. Experience in consultancy services (years) with proof:
7. Date of first assignment:
8. Worldwide presence:
9. Presence in India:
10. Total no. of employees:
11. No. of employees in consultancy services:
12. Details of main branches:
13. Details of contact persons:
14. Any other details:
Name:
Designation:
Contact tel. No. :
Mobile no.:
Fax no.:
Email ID:
Postal address:
(Signature of Authorized signatory)
33
Form 3 – Consultancy Services
Assignment Name Country
Project Location Professional Staff Provided
Name of the Client No. of Staff
No. of Man Months
Start Date Completion Date Approx. Value of Services
Name of Team Members Involved & Functions Performed
Narrative Description of the Project
Detailed Description of Services Provided by the Firm
Contact Details of the Client
Supporting Documents
34
Form 4 – Annual Financial Turnover
1. Gross Annual Financial Turnover (by way of Professional receipt/in terms of consultancy fee received)
for the past three years.
2. Details of Income tax
a. Permanent Account No
b. Details of latest Income tax return
Years Professional receipt /Consultancy fees
received (Rs.in Lakhs)
2012‐13
2013‐14
2014‐15
Signature of Chartered Accountant Name: Seal & Registration Number:
Signature of Authorized Representative Name: Seal:
35
Form 5 – Approach & Methodology
Technical approach, methodology and work plan are key components of the Technical Proposal. You
are suggested to present your Technical Proposal divided into the following three chapters:
a. Technical Approach and Methodology
b. Work Plan, and
c. Organization and Staffing,
a. Technical Approach and Methodology: In this chapter you should explain your understanding of
the objectives of the assignment, approach to the services, methodology for carrying out the
activities and obtaining the expected output. You should also explain the methodologies you
propose to adopt and highlight the compatibility of those methodologies with the proposed
approach. The methodology should clearly define the strategy and action plan to achieve the
desired output.
b. Work Plan: In this chapter you should propose the main activities of the assignment, their
content and duration, phasing and interrelations, milestones of the reports. The proposed work
plan should be consistent with the technical approach and methodology, showing understanding
of the TOR and ability to translate them into a feasible working plan.
c. Organization and Staffing: In this chapter you should propose the structure and composition of
your team. You should list the main disciplines of the assignment, the key expert responsible,
and proposed technical staff. The key personnel having relevant proper experience in doing such
like jobs will be given weightage.
The practical difficulties and obstacles which can possibly arise during the course of assignment and
how to address them should also be highlighted.
Authorized Signature [In full and initials] : _____________________________________
Name and Title of Signatory : _____________________________________
Name of Bidder : _____________________________________
Address : _____________________________________
36
Form 6 – Curriculum Vitae (CV) of Proposed Team Members
1. Name of Staff:
2. Proposed Position:
3. Employer:
4. Date of Birth
5. Nationality
6. Education
Name of Institution/University Degree(s) or Diploma(s) obtained: Year of Passing
7. Other Trainings
8. Countries of Work Experience:
9. Languages
Language Reading Speaking Writing
10. Employment Record:
From [Year]: To [Year]:
Employer
Position/s Held
From [Year]: To [Year]:
Employer
Position/s Held
From [Year]: To [Year]:
Employer
Position/s Held
11. Work Undertaken that Best Illustrates Relevant Experience and Capacity to Handle the Tasks Assigned
Name of assignment or project:
Year:
Location:
Client:
Main Project Features
Position held
Activities Performed
37
Form 7 – Financial Proposal Submission Form
Date:
To
Industries Commissioner,
Government of Madhya Pradesh, Vindhyachal Bhawan, Bhopal, Madhya Pradeshm Tel: (+91) 0755‐2677966 / 988 Fax: (+91) 0755‐2677943 Email: ic‐[email protected] Sub: ‐ Hiring of a Consultancy Agency for the Project Management Unit for Implementation of MSME
Business Facilitation Centres
Dear Sir,
I/We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated , and our Proposal (Technical and Financial).
S.No Category No of
positions (a)
Deployment Duration – months (b)
Rate per‐man month('INR) (c)
Sub‐total (a x b x c) (INR)
1. Project Director 1 Part Time
6
2. Project Manager 1 Full Time
36
3. MSME Financial Lead 1 Full Time 36
4. Legal Expert 1 Full Time 36
5. Marketing Expert 1 Full Time 36
6. Start‐up Expert 1 Full Time 36
7. MSME Expert 1 Full Time 36
8. Support Consultants 20 Full Time
36
TOTAL (‘INR) – Consulting Fees
Our attached total financial proposal is for the sum of (INR (amount in words).
Our financial proposal shall be binding upon us subject to modifications resulting from
contract negotiations, up to expiration of the validity period of the proposal as per data sheet.
I/We understand you are not bound to accept any proposal you receive.
Yours sincerely,
Authorized Signature: Name and Title of Signatory: Name of the firm: Address:
38
Form 8 ‐ Self Declaration – No Blacklisting
Date:
To
Industries Commissioner,
Government of Madhya Pradesh, Vindhyachal Bhawan, Bhopal, Madhya Pradesh, Tel: (+91) 0755‐2677966 / 988 Fax: (+91) 0755‐2677943 Email: ic‐[email protected]
In response to the Request for Proposal for Hiring of a Consultancy Agency for the Project
Management Unit for Implementation of MSME Business Facilitation Centres, issued by Industries
Commissioner, Government of Madhya Pradesh, as an Owner / Partner / Director of
_______________________________________, I / We hereby declare that presently our Company /
firm ___________________, at the time of bidding, is having unblemished record and is not
blacklisted or declared ineligible for corrupt & fraudulent practices either indefinitely or for a
particular period of time by any Central Government / State / Semi Government / or other
Government subsidiaries including autonomous bodies in India.
If this declaration is found to be incorrect then without prejudice to any other action that may be
taken, my/ our security may be forfeited in full and our bid, to the extent accepted, shall be
cancelled.
We Remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Date and Stamp of the Signatory