TENDER DOCUMENT FOR EMPANELMENT OF MANPOWER CONSULTANTS/ HR RECRUITMENT AGENCY FOR HIRING & PAYROLL MANAGEMENT OF CONTRACTUAL MANPOWER AT MAP_IT

Size: px
Start display at page:

Download "TENDER DOCUMENT FOR EMPANELMENT OF MANPOWER CONSULTANTS/ HR RECRUITMENT AGENCY FOR HIRING & PAYROLL MANAGEMENT OF CONTRACTUAL MANPOWER AT MAP_IT"

Transcription

1 TENDER DOCUMENT FOR EMPANELMENT OF MANPOWER CONSULTANTS/ HR RECRUITMENT AGENCY FOR HIRING & PAYROLL MANAGEMENT OF CONTRACTUAL MANPOWER AT Madhya Pradesh Agency for Promotion of Information Technology State IT Centre, 47-A, Arera Hills, Bhopal. Ph: Website: Date: 30/06/2015

2 DISCLAIMER All information contained in this Request for Empanelment (RFE) provided/ clarified are in the good interest and faith. This is not an agreement and this is not an offer or invitation to enter into an agreement of any kind with any party. Though adequate care has been taken in the presentation of this RFE document, the interested firms shall satisfy it-self that the document is complete in all respects. The information published in this document is not intended to be exhaustive. Interested Bidders are required to make their own enquiries and assumptions wherever required. Intimation of discrepancy, if any, should be given to the specified office immediately. If no intimation is received by this office by the date mentioned in the document, it shall be deemed that the RFE document is complete in all respects and firms submitting their bids are satisfied that the RFE document is complete in all respects. Madhya Pradesh Agency for Promotion of Information Technology (A society under Department of Science & Technology, Government of Madhya Pradesh) reserves the right to reject any or all of the applications submitted in response to this RFE document at any stage without assigning any reasons whatsoever. Madhya Pradesh Agency for Promotion of Information Technology also reserves right to withhold or withdraw the process at any stage with intimation to all who have submitted their bids in response to this RFE. Madhya Pradesh Agency for Promotion of Information Technology reserves the right to change/ modify/ amend any or all of the provisions of this RFE document without assigning any reason. Any such change would be communicated to the bidders by posting it on the website of Madhya Pradesh Agency for Promotion of Information Technology ( Neither Madhya Pradesh Agency for Promotion of Information Technology nor their employees and associates will have any liability to any prospective Respondent interested to apply or any other person under the law of contract to the principles or resolution or unjust enrichment or otherwise for any loss, expense or damage which may raise from or be incurred or suffered in connection with anything contained in this RFE document, any matter deemed to form part of this RFE document, the award of the Assignment, the information and any other information supplied by or on behalf of Madhya Pradesh Agency for Promotion of Information Technology or their employees and Prime applicant (PA)/ Consortiums or otherwise arising in any way from the selection process for the Assignment. Information provided in this document or imparted to any respondent as part of RFE process is confidential to Madhya Pradesh Agency for Promotion of Information Technology and shall not be used by the respondent for any other purpose, distributed to, or shared with any other person or organization. 2

3 TABLE OF CONTENTS NOTICE INVITING TENDER (NIT)...5 IMPORTANT DATES...6 SECTION 1. INTRODUCTION MADHYA PRADESH AGENCY FOR PROMOTION OF INFORMATION TECHNOLOGY BACKGROUND SCOPE OF WORK ELIGIBILITY / QUALIFYING CRITERIA... 8 SECTION 2. TERMS AND CONDITIONS SUBMISSION OF BIDS PERIOD OF VALIDITY OF PROPOSAL AMENDMENTS TO RFE LANGUAGE OF PROPOSAL CURRENCY OF PROPOSAL AND PAYMENT TECHNICAL BID FINANCIAL BID CLARIFICATIONS ON BIDS PAYMENT TERMS CONFIDENTIALITY RESERVES THE RIGHT TO THE FOLLOWING OTHER INSTRUCTIONS DISQUALIFICATION MODIFICATION, SUBSTITUTION & WITHDRAWAL OF PROPOSAL LIQUIDATION / PENALTY CLAUSES EVALUATION CRITERIA PROCESS OF EMPANELMENT EARNEST MONEY DEPOSIT (EMD) AND PERFORMANCE SECURITY TERMINATION BY DEFAULT FORCE MAJEURE TERMINATION FOR INSOLVENCY TERMINATION FOR CONVENIENCE DISPUTES AND ARBITRATION SECTION 3. JOB DESCRIPTIONS /POSITIONS...19 SECTION 4. HIRING PROCESS

4 SECTION 5. ANNEXURES ANNEXURE A - PROPOSAL FORM ANNEXURE B - QUALIFICATION OF THE BIDDER ANNEXURE C EMPLOYEE ON PAYROLL FORMAT ANNEXURE D FINANCIAL BID FORMAT

5 Notice Inviting Tender (NIT) Madhya Pradesh Agency for Promotion of Information Technology, Government of Madhya Pradesh No: Date: 30/06/2015 Tender for Empanelment of Manpower Consultants/ Recruitment Agency Tenders are invited from reputed Manpower Consultants/ Recruitment Agencies based in India for Hiring & Payroll Management of various positions at, Department of Science & Technology, Government of Madhya Pradesh. The RFE document can be downloaded from the Website ( commencing 30/06/ :30 AM IST. The last date and time for Submission of RFE Responses is 20/07/2015, 03:00 PM IST. Eligibility criteria, timelines and other relevant details please refer the RFE document. (Addl. Chief Executive Officer) 5

6 I MPORTANT DAT ES 1. Issuance of RFE Document Last Date and Time for receipt of queries for Pre Bid ( ID : shivadeep@mpsedc.com) Pre-Bid Conference will be held in Office (Aryabhat Conference Room,, 2 nd Floor, State IT Centre, 47-A, Arera Hills, Bhopal) till 3:00 PM (IST) at 3:30 PM 5. Last Date and Time for Submission of Bids , till 03:00 PM IST 6. Technical Bid Opening at 03:30 PM IST 7. Financial Bid Opening Will be communicated to the qualified bidders 6

7 Section 1. INTRODU C TI ON 1. MADHYA PRADESH AGENCY FOR PROMOTION OF INFORMATION TECHNOLOGY Madhya Pradesh Agency for Promotion of Information Technology (here-in-after referred to as ) is a government society which has been established to propel the growth of Information Technology (IT) and e -governance in Madhya Pradesh and to provide institutional setup for implementation National e-governance Plan. Established in 1999, provides IT support to the government departments and facilitate Human Resource Development activities in the field of IT. also co-ordinate with investors, industries, trade organizations and financial institutions in public and private sector so as to promote growth in the IT sector. Office of the is situated at the 2 nd Floor, State IT Center, 47-A, Arera Hills, Bhopal. 2. BACKGROUND has been hiring various IT/e-governance & Non-IT professionals which are deployed in other organizations as per the approved framework. Looking at the successful deployment of resources & remarkable development delivered by them, various govt. organizations wants to hire & deploy manpower resources in various domains & subjects required by the department. With intent to fulfill manpower requirements of these departments with an efficient & skilled workforce, intends to empanel Manpower Consultants/HR recruitment agency. Employees will be hired (on contract) from open market for initial period of 06 months- 02 years on payrolls of Recruitment Agency and would be administratively controlled by the agency i.e. entire employee life cycle for these teams would be managed by agency. 3. SCOPE OF WORK The scope of work (can also be termed as expectations of the ) can be defined as follows: I. Providing human resources for various projects, assignments of executed for various government departments/organizations. II. Payroll Management of Resources Provided III. All the statutory compliances like PF, ESIC, etc will be borne by the successful bidder. IV. A single point of contact (SPOC) has to be identified by the bidder with whom shall interact for all the communication. 7

8 V. Terms & conditions of specific requirement would be generated from HR, which would differ from case to cases basis & will be communicated at the time of sharing requirements. VI. For detailed process flow of Talent Acquisition, please refer to Hiring Process (Section 4, Page-19). 4. ELIGIBILITY / QUALIFYING CRITERIA Following are the essential qualifying criteria for the Manpower Consultants/ Recruitment Agency to technically qualify for the assignment: 1. The Bidder should be a legally registered entity in India registered as Human Resource Consultants/ Recruitment Agency since last 10 (Ten) years. Incorporation/Registration certificate along with MoA/Bylaws (or similar legal document) should be furnished as documentary proof. 2. The bidder should have minimum average annual turnover of Rs. 10 crores in last 3 years (12-13, & 14-15). As documentary proof, Audited Balance Sheet & Profit & Loss A/c is to be submitted. In case F/Y Annual Reports are not prepared; a certificate of provisional financial figures duly certified by a Chartered Accountant is to be submitted. 3. The bidder must have successfully completed similar kind of assignments with minimum 10 clients with recruitment of minimum 10 profiles in each assignment. Documentary proofs (in form of communication/work orders and payment confirmations) to this effect would have to be submitted as part of technical bid. 4. The bidder should have minimum of 100 employees of profiles similar to our Job Descriptions (Section 3, Page -19) hired on its payrolls for other organizations. Any documentary proof available (like PF/ESIC challans or similar documents for the month of May 2015) to this effect would have to be submitted as part of technical bid in the attached format as per Annexure C. 5. The bidder must have hired/empanelled competent experienced personnel (MBA / BE/ B.Tech) with 10+ yrs of experience of assessing the candidates, who can take preliminary interviews of the candidates before sending them to for final interview. As a documentary proof, CV & engagement/consent letter of the said personnel to be submitted as a part of technical bid. 6. The bidder must be using Human Resource Management System (HRMS) softwa re for payroll management of on roll employees of the bidder. Relevant documentary proof to be provided. 8

9 7. The bidder shall not have been black listed by any State Government, Central Government or any other Public Sector undertaking or a Corporation as on the date of RFE opening. An undertaking to this effect should be submitted by the bidder on its letter head. Section 2. T ERMS AND CON DI TI ON S 5. SUBMISSION OF BIDS Sealed cover containing the Technical and Financial Bid/Proposal separately with Selection of Human Resource Consultants/ Recruitment Agency for Hiring & Payroll Management of Contractual Manpower at should be addressed to: The CEO Madhya Pradesh Agency for Promotion of Information Technology (), 2 nd Floor, State IT Center, 47 A, Arera Hills, Bhopal The bids should be submitted so as to reach latest by 03:00 PM (IST) of 20/07/2015. It should contain two sealed envelopes with superscription. The Original of the Technical Proposal and Original of Financial Proposal shall be placed in separate sealed envelopes as follows: Envelope 1: Original Hard copy of Technical Proposal with EMD Envelope 2: Original Hard copy of Financial Proposal 6. PERIOD OF VALIDITY OF PROPOSAL The Proposals submitted by bidders shall be valid for a period of 180 days from the date of submission of the bid. On completion of the validity period (180 days), in case required,, GoMP would solicit the bidder s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing by post or AMENDMENTS TO RFE At any time prior to the deadline for submission of Proposal, may amend the RFE documents by issuing suitable Corrigendum. Any corrigendum issued in this regard shall be uploaded on website. To give reasonable time to the vendors, so that they can take corrigendum into account in preparing their Proposals, the Department shall extend (if necessary), the deadline for submission of Proposals. 9

10 10

11 8. LANGUAGE OF PROPOSAL The Proposal, and all correspondence and documents related to the Proposal exchanged by the bidder and the Department should be in English. Supporting documents and printed literature furnished by the bidder may be in any language other than English provided they are accompanied by an accurate translation of the relevant passages in English language. Supporting material, which is not translated in English, will not be considered for evaluation. For the purpose of evaluation and interpretation of the proposal, the English language translation shall prevail. 9. CURRENCY OF PROPOSAL AND PAYMENT The currency (ies) of the Proposal offer and the payments made (commercial transactions) shall be in Indian Rupees (INR). 10. TECHNICAL BID The Technical Proposal should contain the following information: Proposal Form as per Annexure A Qualification of Bidder as detailed in Annexure B (Company Profile along with documentary evidence of services offered and all relevant enclosures.) Any additional information that the bidder may think fit but not included elsewhere in the proposal, which will help to assess the capabilities of the Agency. Note: The Technical Proposal shall not include any financial bid information. 11. FINANCIAL BID After opening the Technical Bid and verifying the eligibility criteria, shall notify the eligible Bidders indicating the date, time and place for financial bid opening. The Financial Bid of technically qualified Bidders shall be opened in the presence of Bidders who choose to attend. The Financial Bid should be submitted strictly in the format given by as Annexure C of this document and should not have any deviations, restrictive statements, etc. therein. Otherwise, such bids are liable to be rejected at the sole discretion of. 11

12 If any calculation error is found in the Financial Bid that would be corrected by MAPIT and if any difference in the figures or words is found, then the values in words shall prevail. 12. CLARIFICATIONS ON BIDS During the evaluation of bids, if required, may seek clarification(s) of the bid from the bidder via / post / in person. If required clarification is not received in the specified time limit, will have rights to reject the bid. 13. PAYMENT TERMS Payroll Management Fee:- Monthly payment of the percentage value quoted by the successful bidder shall be paid, derived as 12 equal installments. It would be paid for proportionate time period, the employee is on board. Payment Terms:- 1. The payment shall be made against the monthly invoice to be raised by the successful bidder. 2. The payment shall be made subject to deduction of applicable taxes. 3. Upon successful deployment of selected candidate, while raising the invoice, successful bidder has to enclose a copy of PF & ESIC (if applicable) challans, without which, the payment would not be processed. 14. CONFIDENTIALITY The RFE contains information proprietary to. requires the recipients of this RFE to maintain its contents in the same confidence as their own confidential information and refrain from reproducing it in whole or in part without the written permission of. will not return the bids/responses to the RFE received. The information provided by the bidder/s will be held in confidence and will be used for the sole purpose of evaluation of bids. 15. RESERVES THE RIGHT TO THE FOLLOWING Reject any or all proposals received in response to the RFE without giving any reason whatsoever. 12

13 Waive or change any formalities, irregularities, or inconsistencies in proposal format delivery. Extend the time for submission of proposal. Modify the RFE document, by an amendment that would be published on the s website. Independently ascertain information from other organizations to which bidder has already extended a service for similar assignments. To terminate the services if the assignment is not proceeding in accordance with the terms of contract 16. OTHER INSTRUCTIONS The successful bidder should treat all data and information about obtained in the execution of the proposed assignment as confidential, hold it in strict confidence and should not reveal such data/information to any other party without the prior written approval of. The proposal should be submitted strictly in the format provided in this RFE document and should be signed by the authorized signatory with seal of the Company. A signed copy of this RFE shall be submitted along with the technical proposal as a token of acceptance of RFE terms & conditions. The proposal should be free of overwriting/ corrections/ alterations. The proposals should be signed by the authorized representative/s of the bidder. 17. DISQUALIFICATION The proposal submitted by a bidder is liable to be disqualified if: Not submitted in accordance with this document. During validity of the bid or its extended period, if any, the bidder increases his quoted prices. Bid received in incomplete form or not accompanied by bid security amount. Bid received after due date and time. Bid not accompanied by all requisite documents. Awardee of the contract qualifies the letter of acceptance of the contract with his conditions. 13

14 Bidder fails to enter into a contract within 15 days of the date of notice of the award of tender or within such extended period, as may be specified by. Bidders may specifically note that while processing the tender documents, if it comes to our knowledge expressly or implied, that a bidder has intended to form a cartel resulting in delay / holding up the processing of tender then the bidders so involved are liable to be disqualified for this contract as well as for a further period of two years from participation in any of the tenders floated by. It is also clarified that if need arises would go in for appointment of outside party(s) to undertake the work under the captioned tender. In case any party submits multiple bids or if common interests are found in two or more Bidders, then such Bidders are likely to be disqualified, unless additional bids / bidders are withdrawn immediately upon noticing such things. 18. MODIFICATION, SUBSTITUTION & WITHDRAWAL OF PROPOSAL The bidder may modify, substitute or withdraw its proposal after its submission, provided that written notice of the modification or withdrawal is received by prior to the deadline prescribed for submission of proposals. In case of substitution or withdrawal of proposal, the previous bid document will be returned unopened on bid opening day. In case of modification of proposal, modified bid document along with original bid document will be opened on bid opening day. The Bidder s modification, substitution or withdrawal notice shall be prepared, sealed, marked and dispatched. The modification, substitution or withdrawal notice may also be sent by fax or but should be followed by a duly signed confirmation copy (in original) not later than the deadline for submission of proposals. No proposal may be modified or substituted subsequent to the deadline for submission of proposal. No proposal may be withdrawn in the interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the bidder on the Proposal Form. 14

15 19. LIQUIDATION / PENALTY CLAUSES In case the successful bidder encounters conditions that are likely to affect the timely delivery of services during the performance of the Contract, they shall promptly notify in writing of the fact of the delay, it s likely duration and its cause(s) with justification. As soon as practicable after receipt of the successful bidder notice, shall evaluate the situation and may, at its discretion, extend the Successful bidder time for performance with or without liquidated damages. Except as provided above, a delay by the successful bidder in the performance of its delivery obligations shall render the successful bidder liable to the imposition of liquidated damages pursuant to conditions of Contract, which shall not be more than amount of Performance Security Deposit of the value of contract. In case the maximum penalty limit is reached, the contract is liable for termination. A penalty of Rs.1000/- per instance shall be levied in the following cases: (i) Gross CTC (incl. statutory compliances) not paid/paid partially to the employee post mandatory deductions. (ii) Timely disbursement of monthly salary to the employee maximum by end of 1 st week of the month. (iii) Communication gap with employee in respect to terms & conditions of employment 20. EVALUATION CRITERIA Lowest bid (L1) shall be the method to evaluate financial bids Only those bidders who qualify as per the Eligibility criteria and technical evaluation will qualify for the financial evaluation. 21. PROCESS OF EMPANELMENT 1. Successful bidder (s) will be empanelled for an initial period of 3 years from the date of signing of agreement which shall be extendable on mutually agreed terms & conditions. 2. The financial bid would be evaluated as per the format and process mentioned in the RFE. 3. The L1 (Lowest Bidder) would be identified as the bidder who has quoted the lowest in the Financial Bid. 4. The percentage mentioned in the Financial Bid of the lowest bidder shall be the applicable final percentage for empanelment of other bidders. 5. Initially, top 3 bidders who have quoted lowest price as per Financial Bid would be eligible for empanelment with MAPIT at L1 rates ascertained as per 3 above. Maximum 15

16 up to top 5 bidders can be empanelled at L1 rates based on the requirement. However, the priority of assignment would be given to the L1 bidder. 22. EARNEST MONEY DEPOSIT (EMD) AND PERFORMANCE SECURITY The Bidder shall furnish, as part of its bid, a refundable EMD of INR 25,000/- (Rupees Twenty Five Thousand only) through Demand Draft. The demand draft should be drawn on a nationalized / scheduled bank valid for minimum 80 days and in favor of the MAP IT Bhopal payable at Bhopal. The bid will be disqualified if the EMD is not submitted along with the pre-qualification proposal. Unsuccessful bidder s EMD will be released as promptly as possible, but not later than 120 days after the award of the contract to the successful bidder. The successful bidder s bid security will be retained as Performance Security after signing the Contract and will be deposited with. It will be returned at the end of the contract. The EMD may be forfeited in following cases: 1. If a bidder withdraws his bid or increases his quoted prices during the period of bid validity or its extended period, if any; or 2. In the case of a successful bidder, if it fails within the specified time limit to sign the Agreement 23. TERMINATION BY DEFAULT may, without prejudice to any other remedy for breach of contract, by written 7 days notice of default sent to the Successful Bidder, terminate the Contract in whole or part. If the Successful Bidder fails to deliver any or all of the systems within the period(s) specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to conditions of contract clause or if the Successful Bidder fails to perform any other obligation(s) under the Contract. In the event that terminates the Contract in whole or in part, pursuant to the conditions of contract clause, it may procure, upon such terms and in such manner, as it deems appropriate, systems or services similar to those undelivered, and the Successful Bidder shall be liable to pay for any excess costs for such similar systems or services. However, the Successful Bidder shall continue the performance of the Contract to the extent not terminated. 16

17 24. FORCE MAJEURE Notwithstanding the provisions of conditions of contract the Successful Bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For purpose of this Clause, Force Majeure means an event beyond the control of the Successful Bidder and not involving the Successful Bidder s fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises the Successful Bidder shall promptly notify in writing of such conditions and the cause thereof. Unless otherwise directed by in writing, the Successful Bidder shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. 25. TERMINATION FOR INSOLVENCY may at any time terminate the Contract by giving written notice to the Successful Bidder, if the successful bidder becomes bankrupt or otherwise insolvent. In this event termination will be without compensation to the Successful Bidder, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to. 26. TERMINATION FOR CONVENIENCE, by written notice sent to the Successful Bidder may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for s convenience, the extent to which performance of the Successful Bidder under the Contract is terminated, and the date upon which such termination becomes effective. However any undisputed payment to the invoices of the task accomplished by successful bidder would be paid by. 17

18 27. DISPUTES AND ARBITRATION If any dispute of any kind whatsoever shall arise between and the Successful Bidder in connection with or arising out of the Contract, including without prejudice to the generality of the foregoing, any question regarding its existence, validity, or termination, the parties shall seek to resolve any such dispute or difference by mutual consultation. If the parties fail to resolve such a dispute or difference by mutual consultation, the dispute can be resolved as per the Arbitration & Conciliation Act. 18

19 Section 3. J O B DE S CRIPTI ONS /P OS ITIONS S.No Position Name Experience Upper Limit of Annual CTC (in Rs.) 1 Software Developer 1-5 years Executive- HR/Finance/Projects/Trainings 1-5 years GIS Developer 1-5 years Website Designer 1-5 years Other IT/Non IT executive level resources 1-5 years Data Entry/Computer Operator 1-5 years GIS Operator 1-5 years Field Executives 1-5 years Note: In addition to above, there may be some additional job description/ positions as per the requirement, which may be notified to the successful empanelled bidders from time to time. 19

20 Section 4. H I RING PROCE S S I. Talent Acquisition Process As per the detailed Job Description of manpower requirements shared by, successful bidder will have to follow the below stated process: 1. Search & shortlist the relevant profiles/cvs for the open positions. 2. A preliminary interview of the candidate has to be taken by a competent experienced professional of successful bidder of Manpower Consultant/ Recruitment Agency. 3. After discussing the roles & responsibilities, CTC, notice period, Current Organization & Designation, Location, willingness to take up the job and confirming his/her suitability, the CV will be shared with HR, along with these inputs incorporated with CV. CVs received without these inputs may not be considered. 4. can conduct interviews at successful bidder s venue or at office, as feasible. However, if required, successful bidder can also arrange interviews for candidates (who are not able to travel) by electronic means with prior approval from (video conference facilities, SKYPE, etc). 5. After conducting interviews (if required), will share the details of selected candidates with agency. CTC to be offered to selected candidate will be finalized by HR, & will be communicated to the successful bidder(s) basis which the candidate will be hired. 6. Agency will then release the appointment orders to the selected candidate(s) & manage their entire employee life cycle (i.e. Statutory Compliances, Joining formalities, contract agreement, Induction, Payroll Management, EXIT, F&F, etc) 7. Date of joining of candidate will be confirmed by HR,. Accordingly, the salary & subsequent billing will be effective. II. Communication with candidates Successful bidder will be responsible for any communication with Candidate at various levels of recruitment i.e. searching, screening, preliminary interview, Interview, Selection intimation, Appointment letter, follow up for joining, joining formalities & thereafter employee life cycle related communication. Further, if required, bidder will assist in any sort of communication with candidate. 1. In case of more than 1 successful bidder empanelled, for any open position, HR will share the open positions to L1 bidder on priority. In case if relevant profiles are not provided by L1 bidder in due course of time or if feels that there should be wider choice available for candidates, then the work can be assigned to other empanelled bidders. CVs of candidates received from bidders/ agency will be considered on first come first serve basis. In case of same CV for a 20

21 particular position received from multiple empanelled agencies, date & time of CV received via /hard copy will be considered to avoid conflicts. 2. will not bear any expenses pertaining to Travelling, Lodging & Boarding of candidates coming for the interview. 3. Decision of will be final for selection of any candidate. Details of finally selected candidates will be intimated to empanelled agencies via or letter. 4. Selected candidate(s) on-boarded will be governed by policies & procedures of & the associated govt. organization where the employee may be posted. 5. If a resource leaves within 1 year of service, replacement will be provided by the successful bidder. 21

22 Section 5. A NNEXU RE S 28. ANNEXURE A - PROPOSAL FORM (To be included in Technical Proposal Envelope) To, The Chief Executive Officer, State IT Center, 47 A, Arera Hills, Bhopal Date: / /2015 Subject: Proposal for Selection of Manpower Consultants/ HR Recruitment Agency for Hiring & Payroll Management of Contractual Manpower at. Dear Sir, Having examined the Bid Document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide services for Selection of Manpower Consultants/ HR Recruitment Agency for Hiring & Payroll Management of Contractual Manpower at and to meet such requirements & provide such services as are set out in the Bid Document. We hereby attach the Technical Bid as per the requirements of the tender document. We undertake, if our Bid is accepted, to adhere to the implementation plan (Key Events/ Activities and dates of the project) put forward in the RFE or such adjusted plan as may subsequently be mutually agreed between us and, GoMP or its appointed representatives. If our Bid is accepted, MAPIT will retain our EMD as Performance Security Deposit. We agree that you are not bound to accept the lowest or any Bid Response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the Bid Response without assigning any reason whatsoever. It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company /firm/organization and empowered to sign this document as well as such other documents which may be required in this connection. Dated this. Day of..20xx (Signature) (In the capacity of) 22

23 Duly authorized to sign the Bid Response for and on behalf of:. (Name and address of the Bidder) Seal/Stamp of Bidder 23

24 29. ANNEXURE B - QUALIFICATION OF THE BIDDER a) BIDDER INFORMATION SHEET S/N Particulars Details Page no. (for any attachment) 1. Name of the Entity/ Organization 2. Registered office address Telephone number Fax number 3. Correspondence Address 4. Details of the Contact Person (name, designation, address) Telephone number Fax number 5. Year and Place of the establishment of the entity/organization 6. Service Tax Registration details 7. Details of the offices present in Madhya Pradesh, if any b) FINANCIAL CAPABILITY Format for providing Financial Information S No Description Financial Year Overall Turnover Financial Year Financial Year

25 c) EXPERIENCE SPECIFIC EXPERIENCE IN CONTRACTS OF A SIMILAR NATURE- SHOULD BE SUBMITTED IN MULTIPLES OWING TO MORE THAN ONE PROJECT DESCRIPTION S. No Item Guidelines Attachment Ref. No. for details 1. Name of the project 2. Client Details Name; Contact Person s name and number. 3. Relevant Work Area/domain Please specify the area of work/domain relevant to the requirement of this RFE. 4. Manpower Hired Human resources on payroll of bidder hired for other organizations. 5. CV of Qualified HR professional CV & Consent/Engagement letter to be provided 6. HRMS Documentary Proof 25

26 30. ANNEXURE C EMPLOYEE ON PAYROLL FORMAT DETAILS OF ON PAYROLL EMPLOYEES OF OTHER ORGANIZATIONS Annexure 'C' S.No Name of Employee Amit Kumar Designation Software Developer Date of Joining Education al Qualificati on Experience (In years) Annual CTC (In Rs. per annum) Client for which employee is Hired 14-Jan-14 B.E (CS) lakhs XYZ Ltd Note- As per Section 4 (Eligibility/Qualifying Criteria), details of minimum 100 employees on payroll of bidder (from other organizations) has to be provided in the above format. A sample entry is given for reference 26

27 31. ANNEXURE D FINANCIAL BID FORMAT FINANCIAL BID (To be included in Financial Proposal Envelope) To, Date:... The Chief Executive Officer, State IT Center, 47 A, Arera Hills, Bhopal Dear Sir, In reference to the Request for Proposal ( RFE) for Manpower Consultants/ Recruitment Agencies In terms of the above-mentioned RFE document we submit herewith the Financial Bid (fees) for the assignment proposed by as HR Consulting firm/ recruitment agency. I S/N Particulars (B) Payroll Management Fee As a % of Annual CTC paid to deployed resources % Terms & Conditions:- 1. The above quoted fee includes all applicable duties, levies & taxes except service Tax which would be payable extra at prevailing rates. 2. The Payroll Management fee agreed would remain fixed for the entire contract period. 3. The Payment for the aforesaid quoted value shall be paid in accordance with clause 13- Payment Terms. 4. The Service Tax shall be payable only on the Payroll Management Fee & not the entire CYC reimbursed to the bidder. All above terms & conditions are agreed upon. Place: Date: Bidder s signature with seal END OF DOCUMENT