0% found this document useful (0 votes)
82 views4 pages

RFP Boi

The document is a Request for Proposal (RFP) from Bank of India for selecting a training agency to provide induction training to newly recruited clerical employees. It outlines the eligibility criteria for bidders and provides details on the evaluation process. The technical proposals will first be evaluated based on the bidders' credentials, experience, resources, etc. Shortlisted bidders will then have their commercial bids opened. The bidder with the lowest quote will be selected as the successful bidder. The contract will initially be for one year and can be extended by another year with a maximum 8% price escalation.

Uploaded by

Neera Jain
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
82 views4 pages

RFP Boi

The document is a Request for Proposal (RFP) from Bank of India for selecting a training agency to provide induction training to newly recruited clerical employees. It outlines the eligibility criteria for bidders and provides details on the evaluation process. The technical proposals will first be evaluated based on the bidders' credentials, experience, resources, etc. Shortlisted bidders will then have their commercial bids opened. The bidder with the lowest quote will be selected as the successful bidder. The contract will initially be for one year and can be extended by another year with a maximum 8% price escalation.

Uploaded by

Neera Jain
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 4

REQUEST FOR PROPOSAL (RFP)

FOR ENTERING INTO TIE-UP WITH TRAINING AGENCY FOR


UNDERTAKING TRAINING OF NEWLY RECRUITED CLERICAL
EMPLOYEES OF BANK OF INDIA

Reference No:BOI:L&DD: RFP: 1313-20032015

3) CLARIFICATIONS:

It may be noted that all queries, clarifications, questions etc., relating to this RFP, technical
or otherwise, must be in writing only and should be addressed to the nominated point of
contact as mentioned below:
The Chief General Manager
Learning & Development Department,
Bank Of India , Head Office ,
8th Floor, Star House, C-5, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai 400 051.

E-mail ID: [email protected]


Bidders should provide their E-mail address in their queries without fail since replies will be
sent by e-mail.
4) FORMATS OF BIDS:
The Bidders should necessarily submit the information as per the prescribed formats given
in the RFP while submitting both technical and commercial Bids. Any deviation in this
regard entails the Bidder for disqualification.
5) SELECTION AND EVALUATION PROCESS:
The evaluation/selection process will be done with combination of technical competence
and commercial aspects as detailed here below. The Technical proposal will be evaluated
first for eligibility and shortlisting and after that the proposals of the eligible and shortlisted
Bidders only shall be evaluated for technical suitability. Commercial proposal shall be
opened only for those short-listed Bidders who have qualified
5.1. EVALUATION OF TECHNICAL BID
The technical proposals only will be subjected for evaluation at this stage. The evaluation of
functional and technical capabilities of the Bidders of this RFP will be completed first as per
the following guidelines.
5.1.1 TECHNICAL EVALUATION CRITERIA
The evaluation of technical proposals, will be done in the following manner:

a) FULFILLMENT OF BASIC ELIGIBILITY CRITERIA:


First, the Technical Bid documents will be examined from the eligibility criteria angle.
Bidders, who fulfill the eligibility criteria / conditions related to Bidders credentials and
experience fully as mentioned in point no. 1 of Section IV, their bids only will be taken up
for further evaluation/selection process, rejecting the remaining bids.

17

b) SHORTLISTING OF THE FIRMS BASED ON THEIR TECHNICAL PROPOSALS. Shortlisting

of firms will be resorted to if the number of eligible bidders is more than 10. This shortlisting
will be broadly based on
Credentials of the Bidder in the field of training.
Number of Banks and financial institutions with whom the bidder has undertaken
training assignments.
Quality and strength of resources .
Preference will be given to bidders with experience in imparting training to large corporates
with turnover/business of over Rs 100 corores or employees of over 1000.
Note: The selected Bidder will be required to provide reasonable proof with respect to each
of the above criteria and credentials. If the number of eligible bidders is less than 10, the
committee may, in its discretion, undertake the technical evaluation of all such eligible
bidders without resorting to any shortlisting process. Decision taken will be at the sole
discretion of the committee.

c) EVALUATION OF THE TECHNICAL PROPOSALS


The committee shall then undertake a full evaluation of the shortlisted firms on the specific
design and implementation plan proposed, experience and credentials, resources and
infrastructural capabilities, etc. The committee can also call any of the short-listed bidders
on a scheduled date and time before the selection committee for any clarifications or
additional information that it may require. It shall select the qualifying bidders for the next
stage of commercial bid evaluation and reject all the bids who do not qualify in the technical
evaluation round. In case of need, the committee may visit the premises of the bidders to
gather first hand data regarding the facilities available for which the bidder has to make
required arrangement for inspection. The selection and rejection at this stage will be at the
discretion of the committee and no reason whatsoever needs to be ascribed for the same.
5.2 COMMERCIAL BID EVALUATION

The commercial proposals of only those technically short listed Bidders who qualify the
technical round will then be opened. Commercial bids of other firms will be returned
unopened.
The commercial Bid will be on a per participant per day basis which will remain same for
the entire initial assignment period of 1 year. The financial quote should be in Indian rupees
and it should include all expenses proposed other than taxes. The nominal quote provided
by the Bidder whose Technical Bid qualifies will be discounted with appropriate weightage,
relative to the Least Price / Least Quote as per the details given below.

18

5.3 COMBINED TECHNO-COMMERCIAL EVALUATION AND REVERSE BID:


In respect of all the qualified Bidders, in whose case, the commercial Bid has been opened;
a combined techno-commercial evaluation will be done by the Bank as per the following
procedure:
The commercial bid will be based on L-I quoted and the bank will select the bidder based
on the L-I only.
On the basis of the above, the bidders shall be ranked in terms of the L-I .The Bidder with
the lowest quote (L-1) will be declared successful and shall be recommended for award of
the contract. After the identification of the successful Bidder, the Bank will follow the
internal procedure for necessary approvals and thereafter proceed with notification of
award of contract. Here the Bank at its own discretion may opt for reverse bidding among
the bidders who qualified in the technical evaluation, and offer a part or whole of its training
requirement to such bidder/s at its sole discretion at the L1 rate.
6) PRICE NEGOTIATIONS WITH THE SELECTED BIDDER:
The Bank retains the right to finally negotiate the terms with the selected Bidder (L-1)who is
so chosen after following the evaluation processes outlined in para 5 of section IV above to
arrive at a reasonable remuneration before awarding the contract.
7) GENERAL TERMS AND CONDITIONS (Please also refer to Section I)
7.1. TERM OF ASSIGNMENT:
The selected Bidder under this RFP will be engaged initially for a period of 1 year as
mentioned in the above scope for induction training of newly recruited Clerical staff for a
period of two weeks in their first year itself.
The Bank reserves the right to renew the contract for a further period of one year on same
technical terms, but subject to maximum 8% escalation in price.
7.2. ADHERENCE TO TERMS AND CONDITIONS
The Bidders who wish to submit responses to this RFP should note that they should abide
(in true intent and spirit) by all the terms and conditions contained in the RFP. If the
responses contain any extraneous conditions put in by the Respondents, such responses
may be disqualified and may not be considered for the selection process.
7.3. EXECUTION OF PA/NDA AND CERTIFICATE OF ORIGINALITY
The selected Bidder will be required to execute (a) Principal Agreement (PA), which must
include all the services and terms and conditions of the services to be extended as detailed
herein and as may be prescribed or recommended by the Bank and (b) Non-disclosure
Agreement (NDA). The selected Bidder will be required to execute the PA and NDA within
19

You might also like