Biddoctbm
Biddoctbm
(Visit us at https://tbm.org.in/)
TABLE OF CONTENTS
Disclaimer
Sections
Annexure
IX(a) & (b) Detailed information about the bidder ............ 32-33
X Format for giving the Track Record of the bidder for the ............ 34
past 10 years for Technical Evaluation
XV Check List and the order in which the Documents are to ............ 39
be submitted in the Technical Bid.
XVI Check List and the order in which the Documents are to ............ 40
be submitted in the Financial Bid
NOTICE INVITING e-REQUEST FOR PROPOSAL
(SECTION-I)
Electronic Bids (Request for Proposal) are hereby invited by the Mission Director, Tripura Bamboo Mission
(TBM), Agartala under two bid e-procurement system for Selection of reputed international/national
Consultancy Firms/Organizations/Consortium/Joint Ventures (JV) for conducting Consultancy work of
“Preparation of Detailed Project Report (DPR) for Setting up an Integrated Bamboo Park in Tripura”
2. To participate in the e-RFP process the Bidder/Applicant has to register with the NIC portal i.e.
https://tripuratenders.gov.in. Interested bidders may download the e-RFP document from the website and
upload the complete electronic RFP documents in the website https://tripuratenders.gov.in after the online Pre-
Bid consultative meeting. The firms desirous of applying for undertaking this work should meet all criteria as per
e-RFP enquiry.
3. Bidders should upload e-RFP form and their bids along with scanned copy of submitted EMD, duly signed
relevant papers etc. as detailed in the e-RFP document on the website https://tripuratenders.gov.in before
closing date & time.
4. In case of any un-scheduled holiday(s) or occurrence of some event beyond control of the purchaser on the
day of opening, the e-RFPs will be opened on the next working day at the same time.
Mission Director
Tripura Bamboo Mission
1
SECTION – II
1. INTRODUCTIONS
e-RFP in 2(two) bid system is hereby by the Mission Director, Directorate of Industries & Commerce (I & C)
for conducting Consultancy work of “Preparation of Detailed Project Report (DPR) for Setting up an Integrated
Bamboo Park (IBP) in Tripura”.
2. OVERALL OBJECTIVES
Preparation of Detailed Project Report for setting up an Integrated Bamboo Park in Tripura under Tripura
Bamboo Mission by undertaking detailed engineering and architectural design and assisting in the bid
management process for selecting the firm/s for actual construction of the IBP.
3.1 Bidding will be conducted through the Competitive Bidding procedures (separate submission of
technical and financial bids) as laid down in the General Financial Rules, 2017, and is open to all
eligible Bidders as defined in the RFP.
3.2 The complete details for the RFP can be downloaded from the Public Procurement Portal of
Government of Tripura at https://tripuratenders.gov.in/nicgep/app. Interested bidders are advised
to regularly visit the websites in order to update themselves with regard to any change or additional
information related to the RFP.
3.3 Bids must be uploaded the Public Procurement Portal of Government of Tripura at
https://tripuratenders.gov.in/nicgep/app as specified in the Request for Proposal (RFP) below. Bids
received after the stipulated date and time as specified at para 4 will be summarily rejected.
3.4 The Department of I & C will hold an online pre-bid meeting with the prospective bidders through
the below link https://meet.google.com/puo-skjg-ymv as specified at para 4.
3.5 The bidders who do not qualify the eligibility conditions shall forthwith be rejected and their financial
bids shall not be opened.
3.6 The method of selection is Quality cum Cost Based System (QCBS), Technical – 70% and Financial
– 30%.
3.7 The Earnest Money Deposit (EMD) of INR 50,000/- (INR Rupees Fifty Thousand only) is to be
paid electronically over the online payment facility provided in the portal any time after Bid
submission Start Date and before Bid Submission End Date and Time. Bids without EMD will not
be considered.
3.8 All bids will remain valid for 180 days from the date of submission.
3.9 The Tripura Bamboo Mission reserves the right to solicit any additional relevant information from
Bidders individually and collectively.
3.10 The Tripura Bamboo Mission reserves the right not to accept bid(s) from agency (ies) resorting to
unethical practices or on whom investigation/enquiry proceedings have been initiated by
2
Government investigating Agencies/Vigilance Cell.
3.11 The timeline/schedule of deliverables will be decided as the TOR given in Section-III of this e-RFP
document. Bidder should complete the job/activities as per the timeline of the TOR.
3.13 All information contained in the RFP document, or provided in subsequent discussions or
disclosures, is proprietary and confidential. No information may be shared by the bidder with any
other organizations /agencies.
3.14 The Agency selected will not use its name, logo or any other information/ publicity on content
created under the scope of work as spelt out in Section-III of the RFP on any platforms of the
Tripura Bamboo Mission.
3.15 The firm will ensure data protection (secrecy) and ensure that no data is leaked to any person not
authorized by the Department.
3.16 Interested and eligible Bidders may obtain further information/clarification regarding the study to be
undertaken from the concerned officer of Tripura Bamboo Mission (TBM), Shri Subhash
Chandra Das, Additional Mission Director, Shilpa Udyog Bhavan, Khejurbagan, Agartala.
Email Id: [email protected].
Note: The TBM reserves the right to amend the document for RFP, tentative schedule and critical
dates. It is the sole responsibility of prospective bidders to go through Public Procurement Portal
of Government of Tripura at https://tripuratenders.gov.in/nicgep/app from time to time for any
updated information.
3
5. ELIGIBILITY CONDITIONS
The Bidders should fulfill the following eligibility conditions for participating in the Tender/Request for
Proposal (RFP). The Bidders should enclose self-certified documentary evidence for fulfilling the eligibility
conditions with undertaking that these documents are authentic. The Applicant firm (including
JV/Associate partner) shall submit only one application, in its own name. If an Applicant submits or participates
in more than one application, all these applications shall be rejected. It is the sole responsibility of the bidder
for the smooth and timely execution of the assigned work.
4
6. COMMERCIAL CONDITIONS
Apart from the above, each bidder is required to fulfill the following terms and conditions:
Each bidder is required to submit Rs. 50,000/- (Rupees Fifty Thousand only) as EMD is to be paid electronically
over the online payment facility provided in the portal any time after Bid submission Start Date and before Bid
Submission End Date and Time. Bids without EMD will not be considered.
a) The successful Bidder shall at his own expense deposit with TBM, Department of I & C, within fifteen
(15) working days from the date of issuance of Letter of Intent (LoI), an unconditional and irrevocable
Performance Bank Guarantee (PBG) from any scheduled commercial bank to TBM, Department of I &
C, payable on demand, for the due performance and fulfillment of the contract by the bidder.
b) This Performance Bank Guarantee will be for an amount equivalent to 10% of total contract value. PBG
shall be invoked by TBM, Department of I & C in the event the Bidder:
i. fails to perform the responsibilities and obligations as set out in the RFP to the complete
satisfaction of TBM, Department of I & C
ii. Misrepresentations of facts/information submitted to TBM, Department of I & C
c) The performance bank guarantee shall be valid for 3 months post satisfactory completion of the overall
engagement/work as stipulated in RFP. In the event of any amendments to Agreement, the Bidder shall
within 15 days of receipt of such amendment furnish the amendment to the Performance Guarantee as
required.
d) The performance bank guarantee may be discharged/returned by TBM, Department of I & C upon
being satisfied that there has been due performance of the obligations of the bidder under the contract.
However, no interest shall be payable on the performance bank guarantee.
e) In the event of the Bidder being unable to service the contract for whatever reason, TBM, Department
of I & C would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of
TBM, Department of I & C under the contract in the matter, the proceeds of the PBG shall be payable
to TBM, Department of I & C as compensation for any loss resulting from the bidder’s failure to
perform/comply its obligations under the contract. TBM, Department of I & C shall notify the bidder
in writing of the exercise of its right to receive such compensation within 40 days, indicating the
contractual obligation(s) for which the bidder is in default.
f) TBM, Department of I & C shall also be entitled to make recoveries from the bidder’s bills,
performance bank guarantee, or from any other amount due to him, an equivalent value of any payment
made to him due to inadvertence, error, collusion, misconstruction or misstatement.
g) In case the project is delayed beyond the project schedule as mentioned in this RFP, the performance
bank guarantee shall be accordingly extended by the Bidder.
5
6.3. Failure to agree with the Terms & Conditions of the RFP
Without prejudice to above, failure of the successful bidder to agree with the Terms & Conditions of the RFP
shall constitute sufficient grounds for the annulment of the award, in which event TBM, Department of I & C
may award the contract to the next best value bidder or call for new proposals. In such a case, TBM,
Department of I & C shall forfeit the EMD of successful bidder.
The initial contract period will be as per the timeline mentioned in the TOR in Section-III of this RFP document
extendable further on satisfactory performance and on an escalation of 10% above the existing terms &
conditions, subject to review of performance. The contract shall come into effect on the date of signing of
the contract or work order (whichever is earlier) hereinafter referred to as the ‘Effective Date’.
6.5. Prices
i. All prices must be quoted on unit rate basis in INR along with all applicable charges i.e. professional fee
and applicable taxes, duties, etc. (if any).
ii. The bidder has to ensure that the prices / rates quoted are all inclusive including the manpower support
required, procurement of equipment/software for the project execution and continuous support during
the entire contract period.
At any time prior to the deadline (or as extended by the TBM, Department of I & C for submission of bids,
TBM, Department of I & C for any reason, whether at its own initiative or in response to clarifications
requested by prospective bidder may modify the RFP document by issuing amendment(s). All bidders will be
notified of such amendment(s) by publishing on the website, and these will be binding on all the bidders. TBM,
Department of I & C, at its discretion, may extend the deadline for the submission of proposals.
TBM, Department of I & C may change the scope after the submission of technical bids by the Bidders. In this
case, TBM, Department of I & C will release a corrigendum/ clarification and ask the Bidders to resubmit
their financial bids only.
i. The bidder is required to provide professional, objective and impartial advice and at all times hold the
T B M , Department of I & C’s interest’s paramount, strictly avoid conflicts with other
assignment/jobs or their own corporate interest and act without any consideration for future work.
ii. Without limitation on the generality of the foregoing, Agencies, and any of their affiliates, shall be
considered to have a conflict of interest and shall not be recruited, under any of the
circumstances set forth below:
b) Conflicting Assignment/job: An Agency (including its affiliates) shall not be hired for any
assignment/job that, by nature, may be in conflict with another assignment/job of the
6
Agency to be executed for the same or for another Employer.
d) Agencies have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of TBM, Department of I & C, or that may
reasonably be perceived as having this effect. Any such disclosure shall be made as per the
forms of technical proposal provided herewith. If the Agency fails to disclose said situations
and if the TBM, Department of I & C comes to know about any such situation at any time, it
may lead to the disqualification of the Agency during bidding process or the termination of its
contract during execution of the assignment.
The payment will be released to the bidder as per payment terms mentioned in TOR in Section-III of this e-
RFP document on receipt of invoice inclusive of all taxes, based on work achievement and satisfactory
performance. The agency will be asked to submit monthly work achievement on Scope of Work for
assessment by the T B M , Department of I & C. No advance payment will be made. All payments shall be
made in Indian Rupees.
7. PENALTY CLAUSE
i. The detailed contract/work order will be signed with successful bidder. Any breach in
contract/work order will lead to penalty and later termination of the contract. All the documents/
code / application etc. prepared and developed by the bidder will be the property of the TBM,
Department of I & C. All designs, reports and other documents submitted by the bidder pursuant to this
work order shall become and remain the property of the TBM, Department of I & C and the bidder
shall, not later than upon termination or expiration of this work order, deliver all such documents
to the TBM, Department of I & C.
ii. If at any given point of time it is found that the bidder has made a statement which is factually
incorrect or if the bidder doesn’t fulfill any of the contractual obligations, the TBM, Department of I
& C may take a decision to cancel the contract with immediate effect. Further, performance bank
guarantee of the agency may also be invoked if the performance of the agency is not satisfactory.
iii. In case of late services / no services on a specific activity, in which the bidder fails to deliver the
services thereof within the period fixed for such delivery in the schedule of TBM, Department of I &
C may impose a 1 % of Contract Value as penalty per day and if the work does not achieve the
required levels thereafter as mentioned in the Contract/work order, in 4 weeks, t h e Department of I
& C can cancel the contract altogether in addition to invocation of the entire amount of submitted
performance bank guarantee. The timeline/schedule of deliverables is mentioned in the Terms of
References (TOR).
7
8. BID SUBMISSION PROCESS
Willing and interested Organizations may submit their two part bid as technical and financial bids as per extant
procedure elaborated in this document. The procedure for online submission of bids may be seen below.
The bidders are required to attach soft copies of their bids electronically on the Public Procurement Portal of
Government of Tripura using valid Digital Signature Certificates. The instructions given below are meant to
assist the bidders in registering on the Portal for preparing th e ir bids in accordance with the requirements and
submitting their bids online on the Public Procurement Portal of Government of Tripura.
8.2. Registration
i. Bidders are required to enroll on the e-Procurement module of the Public Procurement Portal of
Government of Tripura (URL: https://tripuratenders.gov.in/nicgep/app.) by clicking on the link
"Online bidder Enrolment" on the Portal which is free of charge.
ii. As part of the enrolment process, the bidders will be required to choose a unique username and assign
a password for their accounts.
iii. Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any further communication from the Portal.
iv. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (DSC)
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
v. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC's to others which may lead to misuse.
vi. Bidder then logs in to the site through the secured log-in by entering their user ID /password and the
password of the DSC / e-Token.
8.3. Language:
The bids are to be submitted in either English or bilingually (English and Hindi). In case of any
discrepancy, the bids submitted in English will be treated as final.
i. There are various search options built in the Portal, to facilitate bidders to search active tenders by
several parameters. These parameters could include Tender ID, Organization Name, Location, Date,
Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine
a number of search parameters such as Organization Name, Form of Contract, Location, Date,
Other keywords etc. to search for a tender published on the Portal.
ii. Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective 'My Tenders' folder.
This would enable the Portal to intimate the bidders through SMS / e-mail in case there is any
8
corrigendum issued to the tender document.
iii. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want
to obtain any clarification /help from the Helpdesk.
i. Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
ii. Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Any deviations from these may lead to
rejection of the bid.
iii. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR /DWF/JPG formats. Bid
documents may be scanned with 100 dpi with black and white option which helps in reducing size of the
scanned document.
iv. To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders
can use "My Space" or "Other Important Documents" area available to them to upload such
documents. These documents may be directly submitted from the "My Space" area while submitting a
bid, and need not be uploaded again and again.
i. Bidder should log into the site well in advance for bid submission so that they can upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.
ii. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
iii. Bidder has to select the payment option as "online" to pay EMD as applicable and enter details of the
instrument.
iv. Bidder should submit the EMD as per the instructions specified in the e-RFP document.
v. Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable.
vi. The server time (which is displayed on the bidders' dashboard) will be considered as the standard
time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The
bidders should follow this time during bid submission.
vii. All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized
persons until the time of bid opening. The confidentiality of the bids is maintained using the
9
secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is
done. Any bid document that is uploaded to the server is subjected to symmetric encryption using
a system generated symmetric key. Further this key is subjected to asymmetric encryption using
buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after
the tender opening by the authorized bid openers.
viii. The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
ix. Upon the successful and timely submission of bids (i.e., after Clicking "Freeze Bid Submission" in the
portal), the portal will give a successful bid submission message & a bid summary will be displayed
with the bid no. and the date & time of submission of the bid with all other relevant details.
x. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.
This acknowledgement may be used as an entry pass for any bid opening meetings.
i. Any queries relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for the tender or the relevant contact person
indicated in the tender.
ii. Detailed information useful for submitting online bids on the Portal may be obtained at:
https://tripuratenders.gov.in/nicgep/app.
9. SIGNING OF BID
The original and all documents of the Bid shall be e-signed by the Bidder.
Bidders are requested to submit the all requisite documents as per Tender Document along with their bids,
failing to which the bids are liable for rejection.
a) TBM, Department of I & C will constitute an Evaluation Committee to evaluate the responses of the
bidders.
b) The Evaluation Committee constituted by the TBM, Department of I & C shall evaluate the responses
to the RFP and all supporting documents / documentary evidence. Inability to submit requisite
supporting documents / documentary evidence, may lead to rejection.
c) The decision of the Evaluation Committee in the evaluation of responses to the RFP shall be final. No
correspondence will be entertained outside the process of evaluation with the Committee.
d) The Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their
proposals.
e) The Evaluation Committee reserves the right to reject any or all proposals on the basis of any
deviations.
f) Each of the responses shall be evaluated as per the criterions and requirements specified in this RFP.
10
10.2. Tender Validity
The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of submission
of Tender.
B. All responsive Bids will be considered for further processing as mentioned below.
a) TBM, Department of I & C will prepare a list of responsive bidders, who comply with all the
Terms and Conditions of the Tender. All eligible bids will be considered for further
evaluation by the Evaluation Committee according to the Evaluation process define in this
RFP document. The decision of the said Committee will be final in this regard.
d. Each Technical Proposal will be assigned a technical score out of a maximum of 100
marks. Only the bidders who get a Technical score of 70% or more (prior to normalization)
will qualify for financial evaluation stage. Failing to secure minimum marks shall lead to
technical rejection of the Bid.
e. Bidder should also score at least 50% in individual sections of Technical Evaluation as
mentioned in Technical Evaluation Framework.
11
the evaluation criteria mentioned in the following table.
SL Weight- Criteria/Sub Criteria(s) Maximum
Weight
1 Assignment Specific Qualification & Experience 700
(a) Technical Competence 400
(i) No. of externally aided projects 100
(ii) No. of consulting assignments (past and ongoing) related to in preparing 100
detailed project report/ detailed engineering design including master plan,
technical feasibility study/necessary surveys and investigations/ detailed
working drawings/ good for construction drawings/ bid document
preparation etc, along with consideration of due diligence requirements for
economic and financial analyses, environment and social safeguards, gender
equality and social inclusion, etc., for bamboo industrial park, integrated
bamboo park, bamboo related industry, bamboo related eco-tourism park,
including aggregation points/ processing and any non-processing areas.
(iii) No. of consulting assignments (past and ongoing) related to preparing 100
detailed project report/detailed engineering design including master plan,
technical feasibility study/necessary surveys and investigations/ detailed
working drawings/ good for construction drawings/ bid document
preparation etc, along with consideration of due diligence requirements for
economic and financial analyses, environment and social safeguards, gender
equality and social inclusion, etc, of industrial development project, SEZ,
theme park, industrial park, theme based ecotourism park, single raw
material based industrial park, including aggregation points/ processing and
any non-processing areas.
(iv) No. of consulting assignments (past and ongoing) related to preparation of 100
supply chain development plan, business plan, business modelling,
sustainability analysis, resource mobilization plan in areas of bamboo
industrial park, integrated bamboo park, bamboo related industry, bamboo
related eco-tourism park. industrial development project, SEZ, theme park,
industrial park, theme based eco-tourism park, single raw material based
industrial park, including aggregation points/ processing and any non-
processing areas.
(b) Financial Competence 150
(i) Cumulative average annual turnover for last 3 years of the 75
firm/consortia
(ii) Total consulting value of similar nature for last 10 years of the 75
firm/consortia
(c) Management/ Organizational Competence 100
(i) Proposed project team 20
(ii) Lead firm's standard compliance competence 40
(iii) Lead firm's or associate/ JV partner's organizational management 40
competence
(d) Geographical Competence in Similar projects 50
(i) Specific work experience in India 20
(ii) Specific work experience in Tripura, or other North Eastern states or 30
hill states / Himalayan areas
2 Comments on Terms of Reference 100
3 Understanding of the Project and Concept Development 100
TOTAL (1+2+3) 1000
12
Note: Proposal obtaining a score of 600 or more marks will be declared as technically qualified proposal for
opening of their financial bids.
The Final Normalized technical score of the Bidder shall be calculated as follows:
Normalized Technical Score of a Bidder = {Technical Score of that Bidder / Score of the Bidder with
the highest technical score} X 100 (adjusted to 2 decimals)
Example:
The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned
separately.
Any conditional bid would be rejected.
13
Stage 4: Final score calculation through QCBS
The final score will be calculated through Quality and Cost selection method based with the
following weight-age:
Technical : 70%
Financial : 30%
Final Score = (0.70 * Normalized Technical Score) + (0.30 * Normalized Financial Score)
Example:
score score
Bidder-1 92.63 100.00 94.84
The bidder with the highest Final score shall be treated as the Successful bidder. In the above
example, Bidder-4 will be treated as successful bidder.
In the event the Final scores are ‘tied’, the bidder securing the highest technical score will be
adjudicated as the Best Value Bidder for award of the Project.
10.5. Negotiations
Normally there should be no post tender negotiations, it would be only on exceptional circumstances, if
considered necessary and shall be held only with the Agency as per extant rules that shall be placed as H- 1
bidder after combined evaluation of the Technical and Financial bids, as indicated above. This will be
subject to Government rules and procedure in the matter. Under no circumstance, the financial negotiation
shall result into an increase in the price originally quoted by the Agency.
10.6. General
a) Bids once submitted cannot be amended.
b) Any Bid which does not quote for all items will be determined to be non-responsive and may be
rejected.
c) The Agency shall not assign or sublet the contract or any substantial part thereof to any other
agency, without written consent of the Department of I & C.
d) Technical bids and financial bids will be opened, in the presence of Bidders representatives (one for
each bidder), who wish to be present.
e) The bidders shall not include/indicate any financial cost direct/indirect in the proposed technical bid.
Proposals indicating financial cost in technical bids shall be rejected at the technical stage only.
14
11. ARBITRATION
a) If any dispute, difference, question or disagreement shall at any time, hereafter arise, between the
parties hereto or the respective representatives or assignees in connection with or arising out of the
contract, the TBM, Department of I & C would appoint a sole arbitrator, which shall be accepted
by the Agency. The decision of the arbitrator would be final and binding on both the parties.
b) It is also a term of the contract that contractor shall not stop the work under this contract and
work shall continue as expected to continue whether the arbitration proceedings have
commenced or not.
c) The Venue of the arbitration shall be at Agartala. Subject to as aforesaid, the provision of the Indian
Arbitration Act, 1996 and any statutory modifications or re-enactments thereof and rules made there
under and for the time being in force shall apply to the arbitration proceedings under this clause.
The bidder gives a binding representation that any legal / semi legal prosecution / penalty befalling any
activity undertaken to fulfill this contract shall be the sole responsibility of the bidder, and the TBM,
Department of I & C will not be liable to any direct / indirect prosecution / penalty because it receives services.
This contract/work order arising out of this bidding process, including all matters connected therewith with
this contract/work order shall be governed by the Indian laws, both substantive and procedural, for the time
being in force and shall be subject to the exclusive jurisdiction of Agartala Court, if required.
14. INDEMNIFICATION
i. The bidder shall at all times indemnify and keep indemnified TBM, Department of I & C against
all claims/ damages etc. for any infringement of any Intellectual Property Rights (IPR) while
providing its services under this work order.
ii. All claims regarding indemnity shall survive the termination or expiry of the work order.
i. For the Purpose of this contract, “Force Majeure” means an event which is beyond the reasonable
control of either party.
ii. In the event of either party being rendered unable by force majeure to perform any obligation required
to be performed by them under the contract, if any concluded, the relative obligation of the part
affected by such force majeure lasts. The terms "Force Majeure" as implied herein shall mean acts of
God, War, Civil riots, pandemic, fire directly affecting the performance of the contract, floods and
Acts and Regulations of respective Government of the two parties, namely the Agency. Both
upon the occurrence of such cause and upon its termination, the party alleging that it has been
rendered unable as aforesaid, shall within seventy-two hours of the alleged beginning and ending
thereof giving full particulars and satisfactory evidence in support of its claim. If deliveries are
suspended by force majeure conditions lasting for more than 2 (two) months, the Organization
shall have the option of cancelling this contract in whole or part at its discretion without any liability
on its part.
15
iii. Force Majeure shall not include insufficiency of funds or inability to make any payment required
hereunder.
Time and date of delivery and period of execution shall be essence of the contract. If the Agency fails to
deliver the services thereof within the period fixed for such delivery in the schedule or at any time
repudiates the contract before the expiry of such periods, the Department of I & C may without
prejudice to any other right or remedy available to him to recover damages for breach of the contract: -
i. Recover from the Agency as liquidated damages which will be charged by way of penalty, as specified
already at para 7 (Penalty Clause).
ii. Cancel the contract or a portion thereof by serving prior notice to the Agency.
iii. The Department of I & C may take a decision to cancel the contract with immediate effect and / or
debar / blacklist the bidder from bidding prospectively for a period of 3 years or as decided by the
Department of I & C or take any other action as deemed necessary.
The TBM, Department of I & C is committed to its “values & beliefs” and business practices to ensure that
bidder, who provides services, will also comply with these principles.
The bidders are strictly prohibited from directly or indirectly (through intermediates or sub- contractors)
offering any bribe or undue gratification in any form to any person or entity and / or indulging in any
corrupt practice in order to obtain or retain a business or contract.
The bidder shall maintain high degree of integrity during the course of its dealings with business/contractual
relationship with the TBM, Department of I & C. If it is discovered at any stage that any business/ contract
was secured by playing fraud or misrepresentation or suspension of material facts, such contract shall be
voidable at the sole option of the competent authority of the TBM, Department of I & C. For avoidance of
doubts, no rights shall accrue to the Agency in relation to such business/contract and the TBM, Department
of I & C or any entity thereof shall not have or incur any obligation in respect thereof. The Agency shall
indemnify in respect of any loss or damage suffered by the TBM, Department of I & C on account of
such fraud, misrepresentation or suspension of material facts. The agency will be solely responsible for
the omission and commission of the employees deployed by them.
16
SECTION-III
Bamboo is a versatile plant and is known as the green gold owing to its multitude of uses. It grows abundantly in
South East Asia including Tripura & rest of Northeast India and has notable social and cultural significance.
Bamboo has been used in these areas in various ways from time immemorial ranging from building materials,
kitchen wares and agricultural tools to food, fabric and fuel. The North East Economic Corridor (NEEC) Study
conducted by the Asian Development Bank (ADB) on behalf of the Government of India has highlighted that
North Eastern Region (NER) of India has immense economic potential in several traditional industries,
including Bamboo. The study has found that bamboo is one of the most crucial natural resources of NER, and it
constitutes an integral part of the sociocultural and economic life in NER. It is being used in crafting furniture,
building construction, food (shoots), handicrafts, and fuel alternatives and is found in abundance in the region.
However, the existing end use of bamboo are concentrated in the low value-adding segments like, housing and
other domestic usage, and the bamboo value chain is fragmented, leading to very high wastage. In this context,
development of industrial infrastructure along with adequate market linkages is an important priority for the
development of the NER.
The findings and recommendations of the NEEC study were discussed by Govt. of India with the relevant
agencies, including the state governments in the NER and based on that the National Bamboo Mission (now
merged into the Mission for Development of Horticulture or MIDH), Ministry of Agriculture and Farmers’
Welfare, Government of India moved a proposal for the development of Bamboo value chain in the NER and it
has been decided that an IBP would be developed at Tripura, with the support from ADB.
An Integrated Bamboo Park (IBP) in Tripura will help towards commercial cultivation, conservation and
promotion of the Bamboo Resource of Tripura in a comprehensive manner. The versatility of Bamboo and its
use in different sectors ranging from building materials to handicrafts, composites, biofuels, utility items, food,
textiles etc. will be highlighted and promoted. A Bambusetum will be set up for demonstration and preservation
of all the species of Bamboo found particularly in the N.E region. A manufacturing hub with Common Facility
Centres having state of the art technology along with requisite know how and necessary skilled training will
enable entrepreneurs to learn and manufacture different value-added products from Bamboo. A network of
aggregation-cum-primary processing centres will optimize the sustainable use of bamboo and achieve zero
wastage. It would be supported by improvement of backward and forward linkages for benefit of farmer
producer entities, entrepreneurs, and industry, /infuse national and international good practices to improve
outcome, and develop skills for potential markets. The Bamboo Park will also have Bamboo themed landscaped
ornamental gardens, walkways, canopy walk, adventure activities, eco-tourism retreat with Bamboo cottages to
stay and wellness centre, eateries, souvenir shops etc. for the promotion of tourism.
2. Proposed Site for Integrated Bamboo Park & Tentative Project Cost
Or
17
3. Tentative components of the bamboo park
i. TBM will provide a preliminary concept plan for the IBP to the DPR consultant. The DPR consultant
will prepare the detailed engineering design for the IBP components primarily based on the concept
master plan.
ii. The primary objective of the assignment is to provide assistance to the client on the design and technical
issues and other related activities in project engineering design, procurement management etc. The
consultant will carry out required investigations, design, Detail Design Report (DPR), and assist in
procurement of developers for the IBP. The consultant shall assist client in preparation of Bidding
documents for the procurement of developers for the project for various components.
a) Survey
i. Study of the proposed site as well as other sites in Tripura to identify the most appropriate location for
setting up the IBP.
ii. Site and location analysis, draft Master plan/ layout plan of the park, external connectivity and linkages
(transport, power, IT/ICT, water and sanitation), baseline assessment, etc. survey for social and
environment impact assessment, etc.
i. Revision & finalization of the detailed Master plan incorporating all building foot prints, roads, drains
and all services facilities etc.
ii. Preparation of architectural reports highlighting the important features and characteristics of the
buildings (unit wise).
iii. Preparations of 3D walk through model for visualization
iv. Prepare Design Basis Report (DBR) for review and approval of employer
v. Landscape architecture of the premises and Interior design
vi. Complete civil designs including structural (RCC/ Steel/ Bamboo), reinforcement details and
18
construction /expansion joint details in RCC work.
vii. Preparation of preliminary and detailed cost estimates, bill of quantities and tender documents with
tender drawings. Prepare technical specification and detailed bill of materials/schedule of quantities,
item wise cost estimates and rate analysis for approval and floating of tender.
viii. Preparation of tender documents with tender drawings for different packages with detailed bill of
materials/schedule of quantities, item wise cost estimates and rate analysis for non-SOR items
ix. Water supply, water collection, rain water harvesting, water reuse, Sewerage segregation,
transportation, solid waste collection, segregation, transportation, IT/ICT, storage, power, solar power,
optical fibre network, firefighting system & safety etc, for onsite and offsite infrastructure.
x. Prepare good for construction drawings.
i. Prepare bid documents, technical specifications, contract drawings, final bills of quantities, EMP and
any other necessary information required for successful tendering and implementation of contracts.
The Bid document should be in accordance with the Government of Tripura guidelines/ or any other
procurement guidelines as applicable.
ii. Assist the Employer in all aspects of procurement processing including issuing bid invitation,
addendum/corrigendum, and clarifications to the bidders’ queries, assist in bid evaluation, selection of
contractors/ implementing agencies, contract documentation, etc.
i. Personnel Requirement
The Consultant shall be required to form a multi-disciplinary team for this assignment. The
consultant Team shall be manned by adequate number of experts with relevant experience in the
execution of similar detailed design assignments, The Consultant's personnel requirements are
estimated and shown in Table-1 as per client's assessment.
e) Duration/tenure of engagement:
The anticipated time frame for completion of this consultancy assignment is 6 (six) months.
Upon receipt of a written Letter of Award from the TBM, the successful bidder shall perform the
services with due diligence and in accordance with the schedules agreed to herein, for each sub activity.
The timelines for the performance of Services by the Successful Consultant under the agreement shall
19
be as follows:
f) Supervision of services:
The consultant shall for all purposes report to the Mission Director, TBM, Government of Tripura.
All consulting assignment related activities shall be reviewed and monitored under the direct
supervision of the TBM office until and otherwise delegated to special authorities
The contract amount will be paid in one lump sum on satisfactory completion of the project and
submission of the Final DPR, as judged by the employer.
20
ANNEXURE-I
Date:………………
To,
______________________
______________________
______________________
______________________
______________________
Dear Sir,
1. I/ We have downloaded / obtained the e-RFP document(s) for the above mentioned ‘e-RFP /Work’ from
the web site(s) namely:
______________________________________________________________________________
______________________________________________________________________________
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the e-RFP documents from
Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc .,), which form part
of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained
therein.
3. The corrigendum(s) issued from time to time by your department/ organisations too have also been taken
into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the e-RFP conditions of above mentioned e-RFP document(s) /
corrigendum(s) in its totality / entirety.
5. I/We hereby unconditionally undertake that if , any information or certificate(s) produced by me/us are
found false or tampered or any provisions of this e-RFP are found violated the purchaser shall without
prejudice to any other right or remedy be at liberty to reject this e-RFP/bid including the forfeiture of the
full Earnest Money Deposit (EMD) and invocation of the bank guarantee absolutely at any stage.
Yours Faithfully
21
ANNEXURE-II
Subject: Authorization for attending bid opening on ---------- (date) in the e-RFP no. 01/TBM/I&D/2023-24
of the Department of I & C.
Following persons are hereby authorised to attend the bid opening for the e-RFP mentioned above on behalf of
--------------------- (Bidder) in order of preference given below.
II
Alternate Representative
Signatures of bidder or
Note:
1. Maximum of two representatives will be permitted to attend bid opening. In case where it is restricted to
one, first preference will be allowed. Alternate representative will be permitted when regular representative
are not able to attend.
2. Permission for entry to the hall where bids are opened will be refused in case authorization as prescribed
above is not furnished.
22
ANNEXURE-III
TURNOVER CERTIFICATE
I/We hereby unconditionally undertake that if, the information furnished above by me/us are found
false or tampered then the TBM, Department of I & C shall without prejudice to any other right or remedy be at
liberty to reject this e-RFP/bid including the forfeiture of the full Earnest Money Deposit (EMD).
Place: _______________
Date:________________
Yours Faithfully
23
ANNEXURE-IV
DECLARATION
I / we hereby declare that, I / We have not been blacklisted / debarred / Suspended / demoted in any
Department in Tripura or in any State of India due to any reasons.
(Signature of bidder)
Full name & seal
24
ANNEXURE-V
1
2
3
4
5
Note:
1. Documentary evidence in the form of certified copies of work orders and completion certificates (both
required) from the clients along with a brief description of the project executed should be submitted
separately for each assignment.
2. The ongoing-substantially completed similar projects can be considered only if at least 50% of physical
progress of such assignment has been made.
Date:
Place:
25
ANNEXURE-V(a)
1
2
3
4
5
Note:
1. Documentary evidence in the form of certified copies of work orders and completion certificates (both
required) from the clients along with a brief description of the project executed should be submitted
separately for each assignment.
2. The ongoing-substantially completed similar projects can be considered only if at least 50% of physical
progress of such assignment has been made.
Date:
Place:
26
ANNEXURE-V(b)
1
2
3
4
5
Note:
1. Documentary evidence in the form of certified copies of work orders and completion certificates (both
required) from the clients along with a brief description of the project executed should be submitted
separately for each assignment.
2. The ongoing-substantially completed similar projects can be considered only if at least 50% of physical
progress of such assignment has been made.
Date:
Place:
27
ANNEXURE-VI:
FORMAT FOR FILLING UP TECHNICAL AND MANAGERIAL COMPETENCY
The bidder is required to provide details of technical/ managerial /financial expertise proposed to be involved in the project to evaluate their Technical capability:
SL Field Name of Qualification Field of Experience Whether on Projects Brief Bio-data Remarks
person Specialization in years the handled in (To be
involved rolls of the last five years submitted
company or separately for
not each individual)
Experts
1 Infrastructure Expert
2 Bamboo Expert
Bamboo Expert
3 Architect cum Urban
Designer
4 Utility Expert
5 Procurement Expert
6 Environmental
Safeguards Expert
7 Social Safeguards &
Gender Expert
8 Financial Management
Expert
9 Eco Tourism Expert
28
SL Field Name of Qualification Field of Experience Whether on Projects Brief Bio-data Remarks
person Specialization in years the handled in (To be
involved rolls of the last five years submitted
company or separately for
not each individual)
Support Staff
1 Structural engineer
2 Power expert
3 Quantity surveyor
4 Bamboo cluster expert
5 Bamboo machinery
expert
6 Economist
7 Industry expert
8 Others (Please
specify)
29
ANNEXURE-VII:
FORMAT OF AFFIDAVIT
2. And also, our firm has never been blacklisted from participating in Government bidding in the past.
DEPONENT
VERIFICATION:
Verified at ……………………. this the ……………………. day of 20…... That the contents in the
above affidavit is true and correct to the best of knowledge and belief. No part of this affidavit is wrong and
nothing material has been concealed there from.
DEPONENT
30
ANNEXURE -VIII
FORMAT OF POWER OF ATTORNEY
(Format for the Notarized and Legalized Power of Attorney for Authorized Signatory
dealing the Bid on behalf of the Bidder)
I ………………………………..on behalf of M/s (Name & address of the Bidder) would like to declare as
below:-
AND WHEREAS the above named person, Mr./Ms. ………………………………..is sufficiently capable and
knowledgeable about all the affairs related to the said Bid and is capable of handling them and decision taken by
him shall be binding on the Bidder.
Attested by: -
Signature
Name and Designation of the Authorized Signatory: Signature of the Authorized Signatory
31
ANNEXURE-IX(A)
SL Items Details
(i) Name of the Bidder
(ii) Legal Status
(iii) a) Postal address of the Registered Office
b) Telephone no.
c) Fax No.
d) Website, email, if any
(iv) a) Name of the authorized representative
b) Designation and postal address
c) Telephone
(v) Any other information, if necessary
Place:
Date:
32
ANNEXURE-IX(B)
SL Items Details
(i) Name of the Company
(ii) Year of incorporation of the company under companies Act.
Note:
1. Certified attested copy of certificates/documents, as applicable to be enclosed.
Date:
Place:
33
ANNEXURE-X
Format for giving the Track Record of the bidder for the past 10 years for Technical Evaluation
(To be filled in by the bidder)
Sl. From To Name of the Name A brief description of the Technical and Total Cost Present Status Relevant Remarks
Organisation / of the Project Management of the (pending/ testimonials / if any
Govt. Deptt. for Project (to be given separately staff engaged Project Ongoing/ Documents to be
which the DPR was for each project in the project Complete) produced separately
made undertaken) to support the
claim
1
2
3
4
5
Date:
Place:
34
ANNEXURE-XI
BID FORM
e-RFP No. 01/TBM/I&C/2023-24 Dated .........
Dear Sir,
The submitted bid for the work (name of the work) is in conformity with the said conditions of the contract and
TOR and amounts Rs. _________________(Total bid amount in words and figures).
We undertake, if our Bid is accepted, to complete work as specified in the contract within prescribed days as
mentioned in the TOR reckoned from the 15th day from the date of issue of your work order.
If our Bid is accepted, we will obtain performance guarantees of a scheduled Bank guaranteed by Reserve Bank
of India for a sum not exceeding 10% of the contract value for the due performance of the Contract.
We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.
Until a formal Work Order of Contract is prepared and executed, this Bid together with your written acceptance
thereof in your notification of award shall constitute a binding contract between us.
Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.
We understand that you are not bound to accept the lowest or any bid, you may receive.
(Signature)
Signature of………………………………
in capacity of……………………………..
Witness....................
Signature.................
Address..................
35
Validat Print Help
e Annexure XII
(This is for reference, read only purpose) The main price bid/ BOQ must be submitted online in the provided .xls format only.
PRICE SCHEDULE
(This BOQ template must not be modified /replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is
liable to be rejected for this e-RFP. Bidders are allowed to enter the Bidder Name and Values only )
TOTAL AMOUNT
TOTAL AMOUNT
Total GST Amount
Name of the Work
Without Taxes
HSN Code
In Words
Rs. P
Rs. P
GST %
Sl. No.
Bidder
Taxes
1 2 3 4 5 6 7 8 9
1 Selection of reputed international/national Consultancy
Firms/Organizations/Consortium/Joint Ventures (JV) for
conducting Consultancy work of “Preparation of Detailed
Project Report (DPR) for Setting up an Integrated Bamboo
Park in Tripura”
Total in Figures
Quoted Rate in Words
36
ANNEXURE-XIII
To
Mission Director, TBM
Directorate of Industries & Commerce
Shilpa Udyog Bhavan, Khejurbagan
Govt. of Tripura.
AND WHEREAS it has been stipulated by you in the said contract that the applicant shall furnish you
with a bank guarantee by a Nationalized Public Sector Scheduled Commercial Bank recognized by you for the
sum specified therein as security for compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the applicant such a bank guarantee;
NOW THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of the
applicant, up to a total of …………………………………..(amount of the guarantee in words and figures), and
we undertake to pay you, upon your first written demand declaring the applicant to be in default under the
contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the applicant before presenting us
with the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and the applicant
shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change,
addition or modification.
This guarantee shall be valid until the ……….. …………. day of………..20……..
……………………………………………
Seal, name & address of the Bank and address of the Branch
37
ANNEXURE-XIV
CONTRACT FORM
2. That WHEREAS the first party shall and will conduct the consultancy work as mentioned in the terms
of reference (TOR) given in the RFP document under TBM, Department of Industries & Commerce,
Govt. of Tripura which are given in Section-III of the Notice Inviting e-RFP (NIeRFP) No.
01/TBM/I&D/2023-24 dated ………… including agenda nos...........at the rate quoted by ……(Name of
the Applicant/Bidder)vide their e-RFP No. 01/TBM/I&D/2023-24 dated ………….. and as per all the
terms and conditions given in Notice Inviting e-RFP (NIeRFP) and the aforesaid e-RFP notice
dated………..which shall become part and parcel of this agreement.
3. That the first party would raise demand and the payment shall be done in accordance with TOR in Section-
III of the aforesaid e-RFP document.
4. The Performance Security Bond would be en-cashed by the second party in case first party fails to perform
and/or breaches the terms & condition of the aforesaid e-RFP document.
5. In accordance with the e-RFP document No.. ……. this agreement is made for a period of 07 (Seven)
months from …………………………….
IN WITNESS THEREOF THE ABOVE MENTIONED PARTIES HAVE PUT THEIR SIGNATURES ON
THIS
Name: Name:
Signature: Signature:
38
ANNEXURE-XV
CHECK LIST and the order in which the documents are to be submitted for the Technical bid.
Please check whether all the below mentioned documents have been uploaded for participating in the e-RFP no.
01/TBM/I&C/2022-23 of Department of Industries & Commerce The documents are to be submitted in
descending order with item No. 1 on top of all. Please also mention page no. of the Technical bid where these
documents are given.
1 e-RFP Acceptance Letter [as per Annexure-I]
e-RFP cost are to be paid electronically over the Online Payment facility provided in the Portal; i.e
https://tripuratenders.gov.in, any time after Bid Submission Start Date & before Bid Submission end
date amounting Rs.5000.00 (Rupees Five Thousand) only.
2 EMD are to be paid electronically over the Online Payment facility provided in the Portal; i.e
https://tripuratenders.gov.in, any time after Bid Submission Start Date & before Bid Submission end
date amounting Rs.50000.00 (Rupees Fifty Thousand) only.
3 Letter of Authorization to attend bid opening [as per Annexure – II]
4 Certificate as per Annexure-III regarding turnover of the Firm supported with Certificate(s) from
Chartered Accountant(s).
5 Copies of balance sheet/audited report for the last three financial years should be submitted (2020-21,
2021-2022 and 2022-23) along with Income Tax Return Statements.
6 Declaration by the Bidder as per Annexure-IV
7 Details of Minimum 5 (Five) Similar Consulting Assignments (Past Completed or Ongoing-Substantially
Completed) Related to Preparing Detailed Master Plan, Detailed Project Report/Detailed Engineering
Design Of Industrial Development Project, SEZ, Theme Park, Industrial Park, Theme Based Eco-
Tourism Park, Single Raw Material Based Industrial Park as per Annexure-V.
8 Details of Minimum 1 (One) Similar Consulting Assignment Related to Preparing Detailed Project
Report /Detailed Engineering Design / Feasibility Study for Bamboo Industrial Park, Integrated
Bamboo Park, Bamboo Related Industry, Bamboo Related Eco –Tourism Park as per Annexure-V(a).
9 Details of Minimum 1 (One) Similar Consulting Assignment Related to Preparation of Supply Chain
Development Plan, Business Plan, Business Modelling, Sustainability Analysis, Resource Mobilization
Plan in Areas of Bamboo Industrial Park, Integrated Bamboo Park, Bamboo Related Industry, Bamboo
Related Eco-Tourism Park, Industrial Development Project, SEZ, Theme Park, Industrial Park, Theme
Based Eco-Tourism Park, Single Raw Material Based Industrial Park as per Annexure-V(b).
10 Format For Filling Up Technical And Managerial Competency as per Annexure-VI
11 Format of Affidavit as per Annexure-VII
12 Format of Power of Attorney as per Annexure-VIII
13 Detailed Information About The Bidder as per Annexure-IX(a) & IX(b)
14 Format for giving the Track Record of the bidder for the past 10 years for Technical Evaluation as per
Annexure-X
15 Clause by Clause compliance indicating substantive responsiveness to the terms and conditions by full
signing and stamping on all the pages of the original bid document 01/TBM/I&C/2022-23
(containing 40 pages) by authorized person(s)
16 Copy of PAN and TAN
17 Copy of GST Registration Certificate & Consulting Firm/Agency/Organization Registration
Certificate
Bidders to ensure:
A. That all pages have been stamped and signed by the authorised Person(s).
B. That all the pages have been numbered.
C. That all the documents are legible (Clearly readable).
39
ANNEXURE-XVI
CHECK LIST and the order in which the documents are to be submitted for the financial bid
40