48
NOTICE INVITING TENDER For “Placement of Resource Persons for Implementing Project Management Unit (PMU)” For District Mineral Foundation (DMF) & District Administration, Sundargarh (Odisha) Collector & Chairperson Cum- Managing Trustee, District Mineral Foundation (DMF), Sundargarh Website: www.dmfsundargarh.nic.in, & . www.sundergarh.nic.in.

Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Embed Size (px)

Citation preview

Page 1: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

NOTICE INVITING TENDER

For

“Placement of Resource Persons for Implementing

Project Management Unit (PMU)”

For

District Mineral Foundation (DMF)

&

District Administration,

Sundargarh (Odisha)

Collector & Chairperson Cum- Managing Trustee,

District Mineral Foundation (DMF), Sundargarh

Website: www.dmfsundargarh.nic.in, & .

www.sundergarh.nic.in.

Page 2: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

NOTICE INVITING TENDER

FOR

Selection of Project Management Team for

DMF, Sundargarh

No. 6741/ DRDA (DMF) Sundargarh, Dated: 24th December, 2016

The Chairperson, District Mineral Foundation (DMF) Sundargarh, Government of Odisha on

behalf of Governor of Odisha invites technical and financial proposals from reputed consulting

firms of national and international repute to provide Manpower for Establishment of Project

Management Unit (PMU) under District Mineral Foundation, Sundargarh as specified in this Tender.

The document can be downloaded from the Website: www.dmfsundargarh.nic.in &

www.sundergarh.nic.in w.e.f. 26.12.2016 (11.00 AM) to 06.02.2017 (5.00 PM) and response to

this tender shall be deemed to have been done after careful study and examination of this

document with full understanding of its implications. This section provides general information

about the Issuer, important dates and addresses and the overall eligibility criteria for the parties.

1.1 Issuer

Collector & Chairperson – cum Managing Trustee,

District Mineral Foundation Sundargarh Sundargarh-770001 Tel: 06622-273873 Website: www.dmfsundargarh.nic.in & www.sundergarh.nic.in

1.2 Address for business query and Correspondence

District Mineral Foundation Sundargarh

District Rural Development Agency,

Sundargarh-770001

Tel: 06622-273873 (Mob.9933905947- Mr. Himanshu)

Website: www.dmfsundargarh.nic.in & www.sundergarh.nic.in

Page | 1

Page 3: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

DISCLAIMER

The information contained in this Request for Proposal (hereinafter referred to as

"TENDER") document provided to the Bidders, by the District Mineral Foundation Sundargarh,

hereinafter referred to as DMF, or any of their employees or advisors, is provided to the Bidder(s)

on the terms and conditions set out in this TENDER document and all other terms and conditions

subject to which such information is provided.

The purpose of this TENDER document is to provide the Bidder(s) with information to

implement Project Management System for the District Administration of Sundargarh. This TENDER

document does not purport to contain all the information each Bidder may require.

This TENDER document may not be appropriate for all persons, and it is not possible for the

DMF, their employees or advisors to consider the business/investment objectives, financial situation

and particular needs of each Bidder who reads or uses this TENDER document.

Each Bidder should conduct its own investigations and analysis and should check the

accuracy, reliability and completeness of the information in this TENDER document and wherever

necessary obtain independent advice from appropriate sources. DMF, their employees and advisors

make no representation or warranty and shall incur no liability under any law, statute, rules or

regulations as to the accuracy, reliability or Completeness of the TENDER document.

DMF may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this TENDER document.

Page | 2

Page 4: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

By FAX/ E-Mail/ Regd. Post/ Speed Post

DISTRICT RURAL DEVELOPMENT AGENCY : SUNDARGARH

No. 6 7 4 1 /DRDA(DMF) Dated the 24th December, 2016

Bid Identification Notice No/DRDA-SNG-DMF-07/2016-2017

1. The Chairperson, District Mineral Foundation (DMF) Sundargarh, Government of Odisha on behalf

of Governor of Odisha invites technical and financial proposals from reputed Consulting Firms of National and International repute for placement of Resource Persons of various Expertise to

undertake Project Management Unit Team’s responsibility for implementation of District Mineral Foundation Scheme in Sundargarh district, as detailed in the Scope of Work in this DTCN, due to

non-response of the 1st Tender Call Notice vide Bid Identification Notice No./DRDA-

SNG-DMF-06/2016-17 .

2. The Bid documents can be downloaded from the Website: www.dmfsundargarh.nic.in &

www.sundergarh.nic.in from 11.00 A.M. of Dt.26-12-2016 to Dt.06-02-2017 up to 5.00 P.M. and

response to this tender shall be deemed to have been done after careful study and examination of this document with full understanding of its implications. This section provides general

information about the Issuer, important dates and addresses and the overall eligibility criteria for the Organisations interested for this Bid.

3. Bids shall be received through Registered Post/ Speed Post only, and in no any other means,

which must reach to DRDA, Sundargarh by 5.00 PM of 06.02.2017 in the address of “Project Director, DRDA, Sundargarh, At/Po-Sundargarh, District-Sundargarh,PIN-770001). Further, the

bids must be received on or before stipulated date & time as mentioned. The bids received

beyond the date line (after 06.02.2017 5.00 PM) will not be taken into consideration for opening and will be rejected. The authority will not be held responsible for the Postal delay if any or non-

receipt of the tender documents in time. The bidders are required to write their name on the outer cover of the bid, and also to write the name of the Project mentioned in the Notice.

4. The sealed bid documents are to be submitted in sealed cover and shall contain signed DTCN,

attested copy of valid Registration Certificate of the Company, PAN Card, valid VAT clearance certificate and other mentioned documents/particulars as mentioned in the relevant clauses of the

DTCN and special condition if any, failing which the bid documents will be rejected.

5. The cost of bid documents including VAT must be paid separately by each bidder in shape of

Demand Draft only in favour of Project Director, DRDA, Sundargarh issued from State Bank of India/any nationalized scheduled bank payable at Sundargarh. Similarly the cost of bid

security(EMD) amounting to Rs.5.00 lakh must be paid in shape of Time Deposit Receipt issued from any Nationalized Schedule Bank/ State Bank of India duly pledged in favour of the Project

Director, DRDA, Sundargarh payable at Sundargarh. Draft relating to other than Nationalized

Schedule Bank/ State Bank of India shall not be considered. Original Bid Security & Demand Draft towards cost of bid document(s) as per DTCN should be submitted alongwith the Bid documents,

failing which, the bid will be rejected.

6. The bidders to be participated in this tender process, should submit the experience details in carrying out similar nature of activities during the last 5 years with certification from the

concerned Authority. Other details can be seen in the bidding documents. All the pages of bid should be duly filled in & signed by the tenderer properly.

7. The authority reserves the right to reject any or all the bids without assigning any reason thereof. Page | 3

District Rural Development Agency,

Sundargarh – 770001 Tel / Fax No. 06622-273873

E-mail: [email protected]

Page 5: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

1. In order to ensure that the envelopes are properly sealed, the Bidders can seal the envelopes with

superglue and also add tamperproof tapes as additional precaution.

2. The bids received through Registered Post/ Speed Post by the date line ( up to 5.00 PM of

06.02.2017) will be opened on 07.02.2017 at 12.00 Noon in the office chamber of Project

Director, DRDA, Sundargarh, in the presence of the bidders, those who will prefer to attend. If the office happens to be closed on the date of receipt /opening of the bids as specified, the bids will be

received /opened on the next working day at the same time & venue.

Sd/-

Collector & Chairman, DMF, Sundargarh

Memo No. 6 7 4 2 /DRDA Dated the 24th December, 2016

Copy submitted to the Principal Secretary to Govt., Steel & Mines Deptt., Odisha, Bhubaneswar for kind information.

Sd/- Collector & Chairman,

DMF, Sundargarh Memo No. 6 7 4 3 / DRDA Dated the 24th December, 2016

Copy to the A.D.M., Sundargarh/ Rourkela/ Sub-Collector, Sadar/Panposh/Bonai/All Block

Development Officers of the District/Executive Engineer, R&B Division, Sundargarh/Rourkela/ Executive Engineer, RW Division, Sundargarh/Rourkela/ Executive Engineer Minor Irrigation Division ,Sundargarh/

Executive Engineer, Irrigation Division ,Sundargarh/ Executive Engineer, Rukura Irrigation Division, Panposh/ Executive Engineer, RWSS Division, Sundargarh/Rourkela/ Executive Engineer, OLIC, Sundargarh/ Rourkela/

Executive Engineer, PHED, Rourkela/Executive Officers of Urban Local Bodies of the district/ DI & PRO,

Sundargarh/ Rourkela for information and with a request to display this Tender Notice in their respective office Notice Board for wide publication.

Copy to Addl. P.D.(Admn.), DRDA, Sundargarh/ Asst. Director, OREDA, DRDA, Sundargarh/ Asst. P.D.(Finance), DRDA, Sundargarh/ Asst. P.D.(RH), DRDA, Sundargarh/ Junior Engineer(Estimator),

DRDA, Sundargarh/Cashier, DRDA, Sundargarh/ DMF Cell, Sundargarh/ Architect & Urban Planner, PMAY,

DUDA Cell, DRDA, Sundargarh/ Notice Board of DRDA, Sundargarh for information & necessary action. They are requested to remain present during opening of Technical Financial Bid.

Sd/-

Collector & Chairman, DMF, Sundargarh

Memo No. 6 7 4 4 / DRDA Dated the 24th December, 2016

Copy forwarded to the Editor, THE HINDU (E-Mail:[email protected]/

[email protected])/ THE TIMES OF INDIA ([email protected]/ [email protected]/sudeshna.nanda@ timesgroup.com) with a request to publish in their Daily English

Newspapers (All INDIA CIRCULATION) before 25.12.2016 for wide publication & circulation of this Tender

Call Notice. Complimentary copy of newspaper containing the Tender Call Notice should be submitted to this

office for reference & record alongwith the Bill.

Sd/- Collector & Chairman,

DMF, Sundargarh Memo No. 6 7 4 5 / DRDA Dated the 24th December, 2016

Copy to DIO, NIC, Sundargarh with a request to upload this Bid Identification Notice in the

Sundargarh District Web-Site www.sundergarh.nic.in/ww.dmfsundargarh.nic.in by 26.12.2016 for wide publication and timely response by the intending Contractors.

Sd/- Collector & Chairman,

DMF, Sundargarh

Page | 4

Page 6: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

TABLE OF CONTENTS 1. FACT SHEET.............................................................................................................................................. 7 2. BACKGROUND INFORMATION: ............................................................................................................... 8

2.1 ABOUT SUNDARGARH: ........................................................................................................................ 8

2.2 ABOUT DISTRICT MINERAL FOUNDATION (DMF): ............................................................................ 9

2.2.1 Composition of Board of Trustee of the District Mineral Foundation (DMF) ................................. 9

2.2.2 Composition of the Executive Committee of the District Mineral Foundation (DMF) ................... 9

2.3 ABOUT PROJECT MANAGEMENT UNIT FOR DISTRICT MINERAL FOUNDATION (DMF) SUNDARGARH ............................................................................................................................. ..................................................... 9

2.4 FOCUS AREA OF THIS TENDER ................................................................................................................................. 10

2.5 ELIGIBILITY CRITERIA ............................................................................................................................................... 11

3. INSTRUCTIONS TO THE BIDDERS ................................................................................................................................ 14

3.1 GENERAL ............................................................................................................................. .............................................. 14

3.2 COMPLIANT TENDERS/ COMPLETENESS OF RESPONSE ................................................................................. 14

3.3 PRE-BID MEETING & CLARIFICATIONS ................................................................................................................ 14

3.3.1 Bidders Queries ..................................................................................................................................................... 14

3.3.2 Response to pre-bid queries and issue of corrigendum ......................................................................... 15

3.4 KEY REQUIREMENTS OF THE BID ............................................................................................................................ 16

3.4.1 Right to Termination the Process ................................................................................................................... 16

3.4.2 Tender Processing Fees ..................................................................................................................................... 16

3.4.3 Earnest Money Deposit ...................................................................................................................................... 16

3.4.4 Authentication of Bids ........................................................................................................................................ 16

3.5 PREPARATION AND SUBMISSION OF PROPOSAL.............................................................................................. 16

3.5.1 Proposal Preparation Costs .............................................................................................................................. 16

3.5.2 Language................................................................................................................................................................. 17

3.6 EVALUATION PROCESS ............................................................................................................................. ................... 17

3.6.1 Tender Opening .................................................................................................................................................... 17

3.6.2 Tender Validity ...................................................................................................................................................... 17

3.6.3 Tender Evaluation ................................................................................................................................................ 17

3.6.4 Technical Evaluation Criteria ........................................................................................................................... 19

Proposed Profile of onsite PMU Team ............................................................................................................................... 20

3.6.5 Evaluation of Commercial Bid .......................................................................................................................... 20

3.7 PREQUALIFICATION AND TECHNICAL PROPOSAL ............................................................................................ 21

3.8 MODIFICATION AND WITHDRAWAL OF BIDS .................................................................................................... 22

3.9 PROPOSAL FORMS......................................................................................................................................................... 22

3.10 LOCAL CONDITIONS ..................................................................................................................................................... 22

3.11 CONTACTING THE DMF, SUNDARGARH ................................................................................................................. 23

3.12 ELIGIBILITY CRITERIA ............................................................................................................................................... 23

3.13 TENTATIVE SCHEDULE OF EVENTS ........................................................................................... ............................... 23

3.14 OPENING OF TENDER (BIDs) .................................................................................................................................... 23

3.15 DECIDING AWARD OF CONTRACT ....................................................................................................................... .... 23

3.16 CONFIDENTIALITY ............................................................................................................................. ........................... 24

3.17 EXECUTION OF AGREEMENT ............................................................................................................................. ......... 25

Page | 5

Page 7: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

3.18 DURATION OF CONTRACT .......................................................................................................................................... 25

3.19 TERMS AND CONDITIONS: APPLICABLE POST AWARD OF CONTRACT ..................................................... 26

3.19.1 Termination Clause.............................................................................................................................................. 26

3.19.2 Penalty ............................................................................................................................. ........................................ 27

3.19.3 Dispute Resolution Mechanism ....................................................................................................................... 27

3.19.4Failure to agree with the Terms and Condition of the Tender ............................................................. 28

4. RIGHT TO MONITORING, INSPECTION AND PERIODIC AUDIT ........................................................................ 28

4.1 DISTRICT MINERAL FOUNDATION SUNDARGARH OBLIGATION ................................................................. 28

4.2 INFORMATION SECURITY .......................................................................................................................................... 29

4.3 INDEMNITY ...................................................................................................................................................................... 29

4.4 PAYMENT SCHEDULE .................................................................................................................................................... 29

4.4.1 Total Cost of Service ............................................................................................................................. .............. 29

4.4.2 Payment Milestone ............................................................................................................................. ................. 29

4.4.3 TA/ DA Rules for Travel outside Sundargarh to Bhubaneswar ............................................................ 30

4.5 EVENTS OF DEFAULT BY THE SELECTED BIDDER ............................................................................................... 30

4.6 LIQUIDATED DAMAGES ............................................................................................................................................... 31

4.7 DISPUTE RESOLUTION ................................................................................................................................................ 31

4.8 CONTINUANCE OF THE CONTRACT ......................................................................................................................... 32

4.9 CONFLICT OF INTEREST .............................................................................................................................................. 32

4.10 SEVERANCE ...................................................................................................................................................................... 32

4.11 GOVERNING LANGUAGE .............................................................................................................................................. 32

4.12 NO CLAIM CERTIFICATE ............................................................................................................................................. 32

4.13 PUBLICITY........................................................................................................................................................................ 32

5. GENERAL ................................................................................................................................................................................ 32

6. FRAUD AND CORRUPTION PRACTICES ...................................................................................................................... 34

7. SCOPE OF WORK FOR PMU ............................................................................................................................................. 36

7.1 ROLES AND RESPONSIBILITIES OF ONSITE PROJECT MANAGEMENT UNIT (PMU) TEAM ................. 37

7.2 INTELLECTUAL PROPERTY RIGHTS (IPR) ............................................................................................................ 38

7.3 OBLIGATIONS ................................................................................................................................................................. 39

7.4 AWARD OF CONTRACT ................................................................................................................................................. 39

7.5 NOTIFICATION OF AWARD ........................................................................................................................................ 39

ANNEXURE- I ......................................................................................................................................................................................

40

ANNEXURE- II .................................................................................................................................................................................... 41

ANNEXURE- III ............................................................................................................................. ..................................................... 42

ANNEXURE - IV: ............................................................................................................................. .................................................... 44

ANNEXURE - V .................................................................................................................................................................................... 46

ANNEXURE - VI ............................................................................................................................. ..................................................... 47

Page | 6

Page 8: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

1. FACT SHEET

1 Tender No. Bid Identification No/DRDA-SNG-DMF-04/2016-17

2 Name of the Work Placement of Resource Persons for Project Management

Unit (PMU) under DMF, Sundargarh.

3 Name of the issuer of this tender Collector & Chairperson – cum Managing Trustee, District

Mineral Foundation, Sundargarh

4 Availability & Downloading of Tender www.sundergarh.nic.in/www.dmfsundargarh.nic.in

Documents in the Websites; Dt.26.12.2016(11.00 AM) to 06.02.2017 (5.00 PM)

5 Date for sending Pre Bid Query Dt.18.01.2017 (5.00 PM)

6 Pre Bid Meeting Dt.20.01.2017 (11.00 AM)

7 Publishing of Pre- Bid queries response Dt.20.01.2017 (3.00 PM)

8 Last Date for Submission of Bid Dt.06.02.2017 (up to 5.00 PM)

9 Date of Bid Opening (Technical) Dt.07.02.2017 (12.00 Noon)

10 Date of Bid Opening (Commercial) Dt.07.02.2017 (4.00 PM)

11 Place of Bid Opening Office of the P.D., DRDA, Sundargarh

12 Address of Communication At/Po/District-Sundargarh,

PIN-770001 (Odisha State)

13 Earnest money Deposit (EMD) Rs.5.00 lakh in shape of Demand Draft or TDR issued from

any nationalized scheduled bank duly pledged in favour of

the P.D., DRDA, Sundargarh

14 Validity of Proposal Proposals must remain valid 90 days after the opening

date (Dt.07.02.2017)

15 Bid Submission Bid Submission will be through Speed Post or Registered

Post (India Post) only.

Note:

i. The date of opening of the commercial bids will be intimated to the qualified Bidders before the due date through Email or Telephone, if it will not be possible to open on the same day of opening of technical bids.

ii. Collector & Chairperson-cum-Managing Trustee of DMF reserves the right to change any schedule of bidding process. Please visit www.dmfsundargarh.nic.in & www.sundergarh.nic.in regularly for the same.

Page | 7

Page 9: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

DETAILED TENDER CALL NOTICE (DTCN)

(NOTICE INVITING TENDER)

Bid Identification No/DRDA-SNG-DMF-04/2016-17

2. BACKGROUND INFORMATION: 2.1 ABOUT SUNDARGARH:

Sundargarh District was constituted on the 1st January, 1948, out of the two ex–States of Gangpur

and Bonai, which merged with Odisha on that day. True to its name, this beautiful District of

Sundargarh with about 43 percent of its total area under forest cover and numerous colourful tribes

dotting its landscape and with abundant mining potential is bounded by Ranchi District of

Jharkhand on the North, Raigarh District of Chhatisgarh on the west and North West, Jharsuguda,

Sambalpur and Angul Districts of Odisha on the South and South East and Singhbhum District of

Jharkhand and Keonjhar District of Odisha on the east.

The Sundargarh town is the district headquarter. Geographically, the district is not a compact unit and

consists of widely dissimilar tracts of expansive and fairly open, dotted with tree, clad isolated peaks,

vast inaccessible forests, extensive river valleys and mountainous terrain. Broadly speaking, it is an

undulating tableland of different elevations broken up by rugged hill ranges and cut up by torrential hill

streams and the rivers IB and Brahmani. The general slope of the District is from north to south.

Because of this undulating, hilly and sloping nature of landscape, the area is subjected to rapid runoff

leading not only to soil erosion but also to scarcity of water for both agriculture and drinking purposes.

Brahmani, Sankh, Koel and IB are the major rivers flowing though this District. Covering a geographical

area of 9712 SQ. KMs., Sundargarh District is the second largest District of the state, accounting for 6.23

percent of its total area. Out of this total area, forests cover 4232.57 SQ. KMs., this being the second

largest in the state, accounting for 8.53 percent of the state total.

Sundargarh District has 3 sub divisions, 16 Tehsils, 17 Blocks and 262 Gram Panchayats. Topographically, this district is located between latitude 21 degree 36’ N to 22 degree 32’ N and

longitude 83 degree 32’ E to 85 degree 22’ E. The population of this District is 20, 80,664, this

being the fifth most populous District of the state. Its rural population exceeds twelve lakhs and the

urban population is more than six lakhs. The male literacy rate is 82.13 and female literacy rate in

the District is 65.93.

The climate of this District is characterized by extremely hot summers and cool winters. Climate is

hot & moist sub humid. Normal rainfall of the District is approximately 1230 mm, but there is a

deviation in receipt of rainfall pattern which is influencing crop production.

Sundargarh is recognized as an industrial district in the map of Odisha. Steel Plant, Fertilizer Plant,

Cement factory, Ferro Vanadium Plant, Machine building factory, Glass and china clay factory and

Spinning mills are some of the major industries of this District. Sundargarh occupies a prominent

position in the mineral map of Odisha and is rich in iron ore, limestone, manganese, dolomite, and

fire clay. Major industries are the Odisha Cements ltd, Hart Fertilizers Ltd, and Odisha Industries

Ltd. The industrial town of Rourkela in this District has the first government sector plant built with

foreign collaboration and was the first in India to use LD oxygen technology.

Page | 8

Page 10: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

2.2 ABOUT DISTRICT MINERAL FOUNDATION (DMF):

In sub-section (4) of section 15 and section 15A read with section 9B of the Mines and Minerals

(Development and Regulation) Act, 1957 (Act 67 of 1957) provides for establishment of a District

Mineral Foundation Trust by the State Government, a non-profit body, with an objective to work for

the interest and benefit of persons, and areas affected by mining related operations in such manner

as may be prescribed by the State Government, and WHEREAS the Government for this purpose

has decided to set up a trust as an entity under the State Government for “no profit” and for

playing an important role for common good of the community and for using the fund of the trust for

the interest and benefit of persons, and areas affected by mining related operations in such manner

as may be prescribed by the State Government.

2.2.1 Composition of Board of Trustee of the District Mineral Foundation (DMF)

The Board of Trustee is consisting of the following members;

i) Collector, Sundargarh - Chairperson & Managing Trustee ii) The Member of the Lok Sabha and each member of the Odisha Legislative Assembly in

whose constituency any major mineral concession is situated, are its Ex-Officio Members. iii) The Members of Zilla Parishad situated within the District wherein the area in which any

major mineral concession is situated has been nominated by the Government as an Ex-

Officio Member;

iv) Not exceeding three Members of Panchayati Raj Institutions or Urban Local Bodies from

the area in which any major mineral concession is situated have been nominated by the

Government as Members.

2.2.2 Composition of the Executive Committee of the District Mineral Foundation

(DMF)

The Executive Committee of the Trust is consisting of the following members;

i) Collector, Sundargarh- Chairperson;

ii) Project Director, District Rural Development Agency, Sundargarh -

Member and Chief Executive Officer (CEO) of the Trust; and

iii) District level officers of Rural Development, Works, Forest & Environment and Steel &

Mines Departments are also the Members of the Executive Committee. 2.3 ABOUT PROJECT MANAGEMENT UNIT FOR DISTRICT MINERAL FOUNDATION

(DMF) SUNDARGARH District Administration of Sundargarh is investing significantly in the district to build following

Infrastructure for –

Page | 9

Page 11: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

i) Drinking Water Supply: Centralized purification system, water treatment plant, piped

water supply network.

ii) Environment Preservation and Pollution Control: Pollution prevention of ponds,

lakes, ground water, etc. Measures for controlling air and dust pollution caused by

mining activities.

iii) Health Care: Creation of primary and secondary health-care facilities and up gradation

of existing health care facilities.

iv) Education: Construction and upgradation of school buildings, Libraries, Art and craft

rooms, e-learning setup, sports infrastructure, toilet and drinking water provision,

transport facilities, residential hostels for teachers and students.

v) Sanitation: Collection, transportation and disposal of waste, provision of drainage and

sewerage treatment plant, construction of public toilets.

vi) Physical Infrastructure: construction of required physical infrastructures such as

roads and other related to rural areas. vii) Irrigation & Watershed Development: Construction of alternate source of irrigation,

check dams, diversion weirs, water conservation & water harvesting system.

viii) Energy: Development of alternate source of energy such as micro-hydel and wind

energy generation, etc.

ix) Afforestation: Plantation of trees and regeneration of degraded forest, soil

conservation measures, etc.

x) Identification of affected areas and people by mining and related activities.

xi) Livelihood Enhancement.

In order to closely monitor & control these major Infrastructure Projects from inception to

closure, DMF Sundargarh decided to establish Project Management Unit.

Project Management Unit (PMU) – Team of resource persons as an interface between District

Administration, DMF Sundargarh, Government Implementing Departments and People. This tender is for Project Management Unit (PMU).

2.4 FOCUS AREA OF THIS TENDER

Project Management Unit (PMU) Collector and Chairperson cum Managing Trustee DMF Sundargarh in the state of Odisha, invites

technical and financial proposals from reputed consulting firm(s) for selection of Project Management

Unit (PMU) team. The successful bidder will provide services covered under this tender for a period of 36

months. The contract duration can be extended for a further period of up to One year or more on

mutual consent, and satisfactory performance rendered by the Service Provider.

Page | 10

Page 12: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

The scope of this tender is to implement Project Management System through team of

resource persons having various expertise, which will be referred as Project Management Unit

(PMU). The overall picture of this initiative is as following graphic.

The major stakeholders in this initiative are –

People of Sundargarh District District Administration of Sundargarh District Mineral Foundation Sundargarh (DMF) Roads & Building Department (R& B) Rural Works Department (RWD) Rural Water Supply and Sanitation (RWSS) Public Health Engineering Department (PHED) Integrated Tribal Development Agency (ITDA) Water Resource Department (WRD) Health & Family Welfare Deptt. Education Sector (Schools & Colleges) Block Development Officers (BDOs) Others.

2.5 ELIGIBILITY CRITERIA

The bidder must possess the requisite experience, strength and capability in providing the services

necessary to meet the requirements as described in the tender documents. The bidder must also

possess the technical know-how and the financial wherewithal that would be required for

successfully providing services sought by the Chairperson, District Mineral Foundation Sundargarh,

for the entire period of the contract. The bids must be completed in all respect and should cover

the entire scope of work as stipulated in the Tender document. The invitation to proposal is open to

all bidders who qualify the eligibility criteria as follows:

Page | 11

Page 13: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Sr. Basic

Specific Requirements

Documents Required

No.

Requirements

1 Bidder The bidder company should be a - Certificate of registration as

Company - Registered in India under company; OR

companies Act 1956; OR Firm Service Tax Registration

A firm registered under the certification.

Partnership Act 1932 or Limited - Extracts from the Balance

Liability Act 2008. sheet and Profit Loss Account;

- Registered with the Service Tax OR

Authorities. Certificate from the statutory

- Operating in India for the last Three auditor.

years.

2 Bidder The bidder should have a minimum Extracts from the audited

Turnover average Annual turnover of Rs.25.00 Balance sheet and Profit &

Crore from Indian operations over Loss Account; OR Certificate

the last three Financial years (FY12- from the statutory auditor

13 , FY 13-14and FY14-15)

3 Bidder Out of the total annual turnover of Extracts from the audited

Turnover from the company a minimum of Rs.15.00 Balance sheet and Profit &

Consulting Crore should be from consulting Loss Account; OR

Services services in India (other than sale and Certificate from auditor

implementation of h/w, s/w and

networking equipment) out of which

Rs.8.00 Crore should be from

Government consulting services in

India in each of the mentioned year

FY 2012-13, FY 2013-14 and FY

2014-15.

4 Bidder Positive The bidder should have positive Net Extracts from the Audited

Net Worth Worth in each of the last three Balance sheet and Profit &

Financial Years (as on year ending on Loss Account; OR

31st March 2013, 2014 & 2015) Certificate from the statutory

auditor

5 Bidder Bidder should have experience in at Bidder should submit of the

Experience and least 3 projects each of similar nature following:

Technical involving consultancy for Physical i. Project Completion

Capability Infrastructure projects (Roads, Certification from the client in

Bridges, Drinking Water, case of completed projects

Environment preservation & pollution ii. PO/ Work Order issued by

control, Health Care, Sanitation, client.

Irrigation, energy & Watershed iii. Certified by the Statutory

Development, Afforestation and Auditor; OR

Electrical distribution system). Work Order Phase Completion

Certificate from the client.

Page | 12

Page 14: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Sr. Basic

Specific Requirements

Documents Required

No.

Requirements

6 Legal Entity The Bidder should be an Consultancy - Certificates Of Incorporation

Company registered under the - Registration Certificates

Indian - Service Tax Registration

Companies Act, 1956 or Indian LLP

act 2008 since last 3 (three) years.

RoC Certificate to be enclosed.

7 Bidder The company should have at least 20 Summary Sheet Including

Consulting full time Consulting professionals Name, Qualification,

Capacity (at least an MBA or equivalent OR Experience and Certification in

B.E./ B. Tech) on the rolls of the management and should

company, as on 31st March 2015 attested by Appropriate

authority.

8 Authorized A power of attorney/ Board Original Power of attorney/

Representative resolution in the name of the person Board resolution copy

from Bidder signing the bid.

9 Blacklisting The bidder should not have been Self-Declaration Certificate

black listed or conflict of activities by that the Bidder is not

any State Government, Central Blacklisted. (Certificate to be

Government or any other Public enclosed in the bid duly signed

Sector undertaking or a Corporation by the authorized signatory on

or any other Autonomous its letter head).

Organization of Central or State

Government for breach of

Contractual Conditions as on bid

calling date. Self-Certificate declaring

that the bidder is not black listed to

be enclosed.

10 Earnest The bidder should furnish, as part of Bidder should submit of the

Money its proposal, an Earnest Money following:

Deposit Deposit (EMD) of Rs. Five Lakh i. Project Completion

(EMD) only (Rs.5,00,000/-) through Certification from the client in

Demand Draft or TDR issued case of completed projects

from any nationalized schedule ii. PO/ Work Order issued by

Bank duly pledged in favour of client.

the Project Director, DRDA, iii. Certified by the Statutory

Sundargarh. Auditor; OR

Work Order Phase Completion

Certificate from the client.

Note: - Only those bidders who meet the pre-qualification criteria specified above will be eligible to

respond to this TENDER. The bidder‘s pre-qualification proposal shall contain the relevant

information & supporting documents to substantiate the eligibility of the bidder vis-à-vis the pre-

qualification criteria.

Page | 13

Page 15: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

3. INSTRUCTIONS TO THE BIDDERS

3.1 GENERAL

a) While every effort has been made to provide comprehensive and accurate background

Information and requirements and specifications, Bidders must form their own Conclusions

about the required resource persons. Bidders and recipients of this TENDER May wish to

consult their own legal advisers in relation to this TENDER.

b) All information supplied by Bidders may be treated as contractually binding on the Bidders,

on successful award of the assignment by the DMF on the basis of this TENDER.

c) No commitment of any kind, contractual or otherwise shall exist unless and until a formal

written contract has been executed by or on behalf of the DMF. Any notification of preferred

bidder status by the DMF shall not give rise to any enforceable rights by the Bidder. The

DMF may cancel this public procurement at any time prior to a formal written contract being

executed by or on behalf of the DMF.

d) This TENDER supersedes and replaces any previous public documentation &

Communications, and Bidders should place no reliance on such communications.

3.2 COMPLIANT TENDERS/ COMPLETENESS OF RESPONSE

a) Bidders are advised to study all instructions, forms, terms, requirements and other

information in the TENDER documents carefully. Submission of the bid / proposal shall be

deemed to have been done after careful study and examination of the TENDER document

with full understanding of its implications.

b) Failure to comply with the requirements of this paragraph may render the Proposal non-

compliant and the Proposal may be rejected. Bidders must:

i. Comply with all requirements as set out within this TENDER. ii. Include all supporting documentations specified in this TENDER.

3.3 PRE-BID MEETING & CLARIFICATIONS

3.3.1 Bidders Queries a) DMF shall hold a pre-bid meeting with the prospective bidders on Date & time and Address

mentioned in Fact Sheet (Section.1) of this document. b) Two authorized representative of interested organization may attend pre-bid conference at

their own cost after giving prior intimation to DMF, Sundargarh in the contact no. given. c) Pre-bid queries of only those bidders will be responded who have registered themselves on

or before response of pre-bid queries is released. d) Bidders are requested to submit the e-mail address and mobile no. of one authorized person

for all communications along with the registration. e) The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to DMF by

email in the prescribed format given below, on or before last date for sending pre-bid queries

Page | 14

Page 16: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

mentioned in Fact Sheet of this document through the e-mail of only authorized

representative of the bidder.

Sr. Tender Document Content of TENDER Points of

No (Reference(s) (Section & page requiring clarification

number(s)) clarification(s)

1

2

3

4

5

6

f) DMF shall not be responsible for ensuring that the bidder‘s queries have been received by

them. Any requests for clarifications post the indicated date and time may not be

entertained by the DMF. g) Bidders must confirm their participation in advance.

The purpose of the meeting is to provide Bidders information regarding the TENDER, project

requirements, and opportunity to seek clarification regarding any aspect of the TENDER and the

project. However, the DMF reserves the right to hold or re-schedule the Pre-Bid meeting.

3.3.2 Response to pre-bid queries and issue of corrigendum

a) The Officer notified by the Chairperson, DMF will endeavour to provide timely response to

the queries. However, DMF makes no representation or warranty as to the completeness or

accuracy of any response made in good faith, nor does DMF undertake to answer all the

queries that have been posed by the bidders.

b) At any time prior to the last date for receipt of bids, DMF may, for any reason, whether at

its own initiative or in response to a clarification requested by a prospective Bidder, modify

the TENDER Document by a corrigendum.

c) The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on

the DMF website www.dmfsundargarh.nic.in & www.sundergarh.nic.in.

d) Any such corrigendum shall be deemed to be incorporated into this TENDER.

e) In order to provide prospective Bidders reasonable time for taking the corrigendum into

account, DMF may, at its discretion, extend the last date for the receipt of Proposals.

Page | 15

Page 17: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

3.4 KEY REQUIREMENTS OF THE BID

3.4.1 Right to Termination the Process

a) Chairperson DMF may terminate the TENDER process at any time and without assigning any

reason. DMF makes no commitments, express or implied, that this process will result in a

business transaction with anyone.

b) This TENDER does not constitute an offer by DMF. The bidder‘s participation in this process

may result DMF selecting the bidder to engage towards execution of the contract.

3.4.2 Tender Processing Fees Bidder needs to pay Rs.10,500/- which includes Rs.500/- (VAT) in shape of Demand Draft

issued from any Nationalised Schedule Bank to be paid at Sundargarh (Odisha) alongwith the Bid

for document processing and to meet the cost of advertisement in the newspapers.

3.4.3 Earnest Money Deposit a) EMD of Rs.5.00 lakh needs to be submitted in shape of Demand Draft or Time Deposit

Receipt issued from any Nationalised Schedule Bank/ State Bank of India duly pledged in

favour of Project Director, DRDA, Sundargarh to be drawn at Sundargarh.

b) EMD of all unsuccessful bidders would be refunded by DMF within 60 Days from the date of

opening of the Tender. EMD amount is interest free and will be refundable to the

unsuccessful bidders without any accrued interest on it.

c) The EMD may be forfeited: If a bidder withdraws its bid during the period of bid validity. In case of a successful bidder, if the bidder fails to sign the contract in accordance with

this TENDER.

3.4.4 Authentication of Bids

A Proposal should be accompanied by a power-of-attorney in the name of the signatory of

the Proposal as per Annexure mentioned in this TENDER.

3.5 PREPARATION AND SUBMISSION OF PROPOSAL

3.5.1 Proposal Preparation Costs The bidder shall be responsible for all costs incurred in connection with participation in the

TENDER process, including, but not limited to, costs incurred in conduct of informative and other

diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in

providing any additional information required by DMF to facilitate the evaluation process, and in

negotiating a definitive contract or all such activities related to the bid process. DMF will in no case be

responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

Page | 16

Page 18: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

3.5.2 Language

The Proposal should be filled by the bidders in English language only. If any supporting

documents submitted are in any language other than English, translation of the same in English

language is to be duly attested by the Bidders. For purposes of interpretation of the documents, the

English translation shall govern.

3.6 EVALUATION PROCESS

a) DMF will constitute a Proposal Evaluation Committee to evaluate the responses of the bidders.

b) The Proposal Evaluation Committee constituted by the DMF shall evaluate the responses to

the TENDER and all supporting documents / documentary evidence. Inability to submit

requisite supporting documents / documentary evidence, may lead to rejection.

c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the

TENDER shall be final. No correspondence will be entertained outside the process of

evaluation with the Committee.

d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek

clarifications on their proposals.

e) The Proposal 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

his TENDER.

3.6.1 Tender Opening Tender Opening date for received bids will be as per given schedule on the section 1 (Fact

Sheet), any changes in date of Tender Opening will be informed. Participated bidders can be

present at the place of Tender opening, which will be informed. Physical presence may be required

however participating bidders’ authorized representatives can mark attendance during bid opening.

3.6.2 Tender Validity

The offer submitted by the Bidders should be valid for minimum period of 90 days from the

date of opening of Tender.

3.6.3 Tender Evaluation h) Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-

responsive. If Proposals;

a) Are not submitted in as specified in the TENDER document. b) Received without the Letter of Authorization (Power of Attorney).

Page | 17

Page 19: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

c) Are found with suppression of details

d) With incomplete information, subjective, conditional offers and partial offers submitted

e) Submitted without the documents requested in the checklist

f) Have non-compliance of any of the clauses stipulated in the TENDER

g) With lesser validity period.

ii) All responsive Bids will be considered for further processing as below.

Proposal evaluation Committee 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

a Committee according to the Evaluation process define in this TENDER document. The decision of

the Committee will be final in this regard.

a) Evaluation committee will examine the bids to determine whether they are complete, whether

any computational errors have been made, and whether the bids are generally in order.

b) The DMF may conduct clarification meetings with each or any bidder to discuss any matters,

technical or otherwise.

c) Further, the scope of the evaluation committee also covers taking any decision with regard

to the Tender Document, execution/ implementation of the project including management

period.

d) Proposal shall be opened in the presence of bidders representatives who intend to attend at

their cost. The bidders‘ representatives who are present shall sign a register giving evidence

of their attendance

Proposal document shall be evaluated as per the following steps:

Preliminary Examination of Pre-qualification/Eligibility Criteria documents: The Pre-

qualification document will be examined to determine whether the bidder meets the eligibility

criteria, whether the proposal is complete in all respects, whether the documents have been

properly signed and whether the bids are generally in order. Any bids found to be non-responsive

for any reason or not meeting the minimum levels of the performance or eligibility criteria specified

in various sections of this Tender Document will be rejected and will not be considered further.

Evaluation of document: A detailed evaluation of the bids shall be carried out in order to

determine whether the bidders are competent enough and whether the technical aspects

are substantially responsive to the requirements set forth in the Tender Document.

Page | 18

Page 20: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

All supporting document submitted in support of Eligibility and Technical Evaluation matrix should

comply the following:-

i. Hard copies of supporting documents to be submitted with the bid.

ii. Supporting document should clearly indicate value of the completed project and scope of

work/ services should be clearly highlighted.

iii. Completion certificate should clearly indicate the value and duration of the project.

iv. In case of Bidder is having Non-Disclosure Agreement (NDA) with their client no such

experience will be counted (if agreement copy not submitted).

v. Incomplete order copy submitted by the bidder will not be considered for evaluation.

vi. In case of projects where order for recurring /Extension and subsequent order has been

placed on the Bidder only the mentioned order value will be considered for evaluation.

Bidders failing to comply any of the above then the Bid will be summarily rejected.

3.6.4 Technical Evaluation Criteria Project Evaluation Committee (PEC) will evaluate the Technical Proposals of the Pre-

Qualified bidders as per the following Stage I & Stage II criteria.

Sr.

Technical Evaluation Parameter

Scoring Criteria

Max

No.

Marks

1 Bidder’ Average Annual revenue from a. > 25 and <= 50 Crores – 2 Marks 10

Indian operations from consulting in b. > 50 and <= 100 Crores – 5 Marks

last three years. c. > 100 Crores – 10 Marks

2 Bidders experience of consultancy with a) 3 Projects – 5 Marks 15

various Indian Governments at State b) 5 Projects – 10 Marks

and national level with the fee of c) > 5 Projects - 15 Marks

Rs.50.00 Lakh or more in last five Supporting documents including

financial years i.e. FY 2010-11 Purchase Orders clearly showing scope

onwards. of work.

3 Bidders past experience in providing 3 Marks per such project handled by 15

project management services for large the bidder Supporting documents

Physical Infrastructure projects with including Purchase Orders clearly

the cost of Rs. 5.00 Crore or more. For showing scope of work.

each project in last three financial

years i.e. FY 2012-13 Onwards

Sr. Technical Evaluation Parameter Scoring Criteria Max

No.

Marks

Page | 19

Page 21: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

4 Onsite Staff: Education and Experience Enclose Curriculum Vitae as per format 10

for the assignment (Evaluation will be defined in the TENDER with consent

done on the basis of qualification, prior from the Proposed Personnel.

suitability for the current project for

each proposed expert)

*All proposed experts should be on the

payroll of the bidder as on proposal

submission date or any agreement in

force.

Total Maximum Marks 50

* Physical Infrastructure refers to Roads, Bridges, Drinking Water, Environment preservation &

pollution control, Health Care, Sanitation, Irrigation, energy & Watershed Development,

Afforestation and Electrical distribution system.

Proposed Profile of onsite PMU Team

Sr.

Expert

Criteria

No.

1 Senior Technical BE/ B.Tech/ ME/ M.Tech (Civil) Engineering graduates from recognized

Manager University having minimum 12 years of experience in large infrastructure

project execution out of which 5 years in Highway/ Building structure/

Bridge/ Irrigation/ Drinking Water Projects with contract management

for large infrastructure project, QA, Safety implementation, Programme

Monitoring and experience in Computer Added Design (CAD) etc.

2 Technical BE/ B.Tech/ ME/ M.Tech (Civil) Engineering graduates from recognized

Manager (Civil) University having minimum 7 years of experience in large infrastructure

project execution out of which 3 years in Highway/ Building structure/

Bridge/ Irrigation/ Drinking Water Projects with contract management

for large infrastructure project, QA, Safety implementation, Programme

Monitoring and experience in Computer Added Design (CAD) etc.

3 Technical BE/ B.Tech/ ME/ M.Tech (Electrical) Engineering graduates from

Manager recognized University having minimum 7 years of experience in Power

(Electrical) Sector with 2 Years’ experience in Engineering & Design, GTP, TS and

experience in Computer Added Design (CAD) etc.

4 Finance CA/ ICWA from recognized University and 5 Years of Experience in a

Manager financial management & analysis for infrastructure related works/similar

Projects.

5 Computer B.Sc. (Computer Science/ Information Technology/ Multimedia) / BCA or

Program Equivalent from a recognized university/from an institute of repute / A

Manager level certification course from DOEACC with 3 years’ experience.

3.6.5 Evaluation of Commercial Bid

Page | 20

Page 22: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

1) The commercial bids of only technically successful Bidder(s) whose bids have been awarded

35 or more marks in aggregate out of 50 marks by the Committee will be opened. The

evaluation will be carried out if Commercial bid is complete and computationally correct.

2) The Bidder quoted Lowest Price in Commercial Bid will be the Successful Bidder, and the

work will be awarded to the Bidder.

3.7 PREQUALIFICATION AND TECHNICAL PROPOSAL

Prequalification/ Eligibility Criteria

Pre-qualification document as per eligibility criteria specified under Section -3 above along

with the following documentations:

a) The profile of the bidder along with required certifications that the period of validity of bids

is 90 days from the last date of submission of proposal.

b) Audited annual financial results (balance sheet and profit & loss statement showing business

in India) of the bidder for the last three financial years.

c) Reference list of major clients

d) Power-of-attorney granting the person signing the proposal the right to bind the bidder as the Constituted attorney of the Directorate’.

e) A copy of the Tender Document, all pages duly-signed by the authorized signatory towards

acceptance of the terms and conditions of the Tender Document.

Technical proposal

a. Proposal particulars

b. Proposal letter

c. Proposed approach and methodology and services offered

d. Proposed Project Plan and Implementation Schedule

e. Schedule of delivery

f. All relevant document for Technical Evaluation

g. Annexure for Technical Qualification

Commercial proposal

Page | 21

Page 23: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

a. Proposal letter

b. Commercial Bid in prescribed proforma as per Annexure-VI.

3.8 MODIFICATION AND WITHDRAWAL OF BIDS

i. The Bidder is allowed to modify or withdraw its submitted proposal any time prior to the

last date and time prescribed for receipt of bids, by giving a written notice to the DMF. ii. Subsequent to the last date for receipt of bids, no modification of bids shall be allowed.

3.9 PROPOSAL FORMS

i. Wherever a specific form is prescribed in the Proposal document, the Bidder shall use the

form to provide relevant information. If the form does not provide space for any required

information, space at the end of the form or additional sheets shall be used to convey

the required information.

ii. For all other cases, the Bidder shall design a form to hold the required information.

iii. DMF shall not be bound by any printed conditions or provisions in the Bidder‘s Proposal.

3.10 LOCAL CONDITIONS

i. Each Bidder is expected to become fully acquainted with the local conditions and factors,

which may affect the performance of the contract and /or the cost.

ii. The Bidder is expected to know all conditions and factors, which may have any effect on the

execution of the contract after issue of letter of Award as described in the bidding

document. The DMF shall not entertain any request for clarification from the Bidder

regarding such local conditions.

iii. It is the Bidder‘s responsibility that such factors have been properly investigated and

considered before submitting the proposal. No claim, what-so-ever, including that for

financial adjustment to the contract awarded under the bidding document will be

entertained by the DMF. Neither any change in the time schedule of the contract nor any

financial adjustments arising there-of shall be permitted by the DMF on account of failure of

the Bidder to know the local laws / conditions.

iv. The Bidder is expected to visit and examine and study the location of Govt. offices in

Sundargarh District and its surroundings and obtain all information that may be necessary

for preparing the proposal at its own interest and cost.

Page | 22

Page 24: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

3.11 CONTACTING THE DMF, SUNDARGARH

Any effort by a Bidder to influence the proposal evaluation, proposal comparison or contract

award decisions may result in the rejection of the proposal.

Bidder shall not approach DMF officers after office hours and/or outside DMF office

premises, from the time of the proposal opening till the time the Contract is awarded.

3.12 ELIGIBILITY CRITERIA

The bidder shall meet the criteria for eligibility mentioned in the Tender document. The

bidder must have registration certificate, registered under Labour Laws Contract Act, valid sales tax

registration certificate and valid service tax registration certificate, PAN Card Holder and other

criterias whichever is applicable, for this Tender. Any kind of consortium will not be permitted.

3.13 TENTATIVE SCHEDULE OF EVENTS Tentative schedule of events regarding this tender shall be as per the dates and time given

in the Section-1: Fact Sheet.

3.14 OPENING OF TENDER (BIDs)

First, the envelope containing the Fees towards Bid document processing (Rs.10,500/- in

shape of Demand Draft) and Earnest Money Deposit (EMD) (Rs.5.00 lakh in shape of Demand Draft

or TDR issued from any Nationalised Schedule Bank duly pledged in favour of Project Director,

DRDA, Sundargarh) will be opened, and if found compliant with DTCN, then the second envelope

containing Technical Proposal will be opened.

The commercial proposal would be opened in presence of technically short-listed bidders.

The Evaluation Committee or its authorized representative will open the tenders.

Sequence of Opening of Bid is as follows: a. Cost of Bid Processing Fees b. EMD c. Technical d. Commercial

3.15 DECIDING AWARD OF CONTRACT

i. The DMF reserves the right to ask for a technical elaboration/clarification in the form of a

technical presentation from the Bidder on the already submitted Technical Proposal at any

point of time before opening the Commercial Proposal. The Bidder shall furnish the required

information to DMF and its appointed representative on the date asked for, at no cost to the

DMF. The DMF may at its discretion, visit the office of the Bidder any-time before the signing

of Agreement.

Page | 23

Page 25: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

ii. DMF shall inform those Bidders whose proposals did not meet the eligibility criteria or were

considered non-responsive, informing that their Commercial Proposals will be returned

unopened after completing the selection process. DMF shall simultaneously notify those

Bidders who qualify for the Evaluation process as described in this Tender Document,

informing the date and time set for opening of Commercial Proposals. The notification may

be sent by mail or fax.

iii. The bidder‘s name, the Proposal Price, the total amount of each proposal and other such

details as the Tendering Authority may consider appropriate, will be announced and

recorded by the DMF at the opening of bid.

iv. DMF shall inform those Bidders whose proposals are accepted via issuance of Letter of

Acceptance (LoA) in duplicate copy. Bidder shall acknowledge the LoA and return the

duplicate copy duly sealed and signed, within seven days from the issue of LoA by DMF.

After acceptance of LoA Performance Security shall be deposited as specified in this

document for signing an Agreement with DMF.

DMF will sign the Agreement with Successful Bidder for a period of Three Years. DMF may

extend the Agreement of the successful Bidder for one year or more period with an incremental rate

as mutually agreed by DMF & successful bidder, subjected to satisfactory performance rendered.

3.16 CONFIDENTIALITY

As used herein, the term ―Confidential Information‖ means any information, including

information created by or for the other party, whether written or oral, which relates to

internal controls, computer or data processing programs, algorithms, electronic data

processing applications, routines, subroutines, techniques or systems, or information

concerning the business or financial affairs and methods of operation or proposed methods

of operation, accounts, transactions, proposed transactions or security procedures of either

party or any of its affiliates, or any client of either party, except such information which is in

the public domain at the time of its disclosure or thereafter enters the public domain other

than as a result of a breach of duty on the part of the party receiving such information. It is

the express intent of the parties that all the business process and methods used by the

Bidder in rendering the services hereunder are the Confidential Information of the Bidder.

The Bidder shall keep confidential, any information related to this tender, with the same

degree of care as it would treat its own confidential information. The Bidders shall note that

the confidential information will be used only for the purposes of this tender and shall not be

disclosed to any third party for any reason what-so-ever.

At all time of the performance of the services, the Bidder shall abide by all applicable security

rules, policies, standards, guidelines and procedures. The Bidder should note that before any of

its employees or assignees is given access to the Confidential Information, each such

Page | 24

Page 26: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

employee and assignees shall agree to be bound by the term of this tender and such rules,

policies, standards, guidelines and procedures by its employees or agents.

The Bidder should not disclose to any other party and keep confidential the terms and

conditions of this Contract agreement, any amendment hereof, and any Attachment or

Annexure hereof.

The obligations of confidentiality under this section shall survive rejection of the contract.

The successful bidder must maintain absolute confidentiality of the documents/ maps/ tools

collected in any form including electronic media and any other data/information provided to

him for the execution of the work.

The bidder should not use the Project data for any purpose other than the scope of work

specified in the document and added/ amended before signing the contract.

The Bidder must remove/ destroy the entire data from his custody after completion of the

contract period. If at any stage it is found that the bidder is using the data provided by the

client any time during the contract execution or after completion of the contract for any

other purposes, stringent legal action will be initiated as per applicable law of land and the

contract will be terminated without assigning any reasons.

Bidder shall not disclose to any one, any information marked as confidential and

communicated or made available or accessible by the firm during execution of the work.

3.17 EXECUTION OF AGREEMENT After acknowledgement of the LoA by the selected bidder, a performance security of 10% of

contract value has to be deposit in the form of FDR/ TDR/ DD/ BG of any nationalized /Scheduled

Bank in the name of the Project Director, DRDA, Sundargarh, which will be in force till completion

of the project and shall sign the Agreement Forty five days from the date of issue of LoA.

3.18 DURATION OF CONTRACT The CONTRACT shall initially valid for a period of Three Year from the date of signing of

Agreement. DMF may extend the Agreement of the successful Bidder for one year or more period

with an incremental rate as mutually agreed by DMF & successful bidder, subjected to satisfactory

performance rendered.

Page | 25

Page 27: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

3.19 TERMS AND CONDITIONS: APPLICABLE POST AWARD OF CONTRACT

3.19.1 Termination Clause i. Right to Terminate the Process

DMF reserves the right to cancel the contract placed on the selected bidder and recover

expenditure incurred by DMF under the following circumstances:-

The selected bidder commits a breach of any of the terms and conditions of the bid. The

bidder goes into liquidation, voluntarily or otherwise.

An attachment is levied or continues to be levied for a period of seven days upon effects of

the bid.

If the selected bidder fails to complete the assignment as per the time lines prescribed in

the TENDER and the extension if any allowed, it will be a breach of contract. The DMF

reserves its right to cancel the order in the event of delay and forfeit the bid security a

liquidated damages for the delay.

If deductions of account of liquidated damages /Penalty exceeds more than 10% of the total

contract price.

In case the selected bidder fails to deliver the services as stipulated in the delivery schedule,

DMF reserves the right to procure the same or similar services from alternate sources at the

risk, cost and responsibility of the selected bidder.

After award of the contract, if the selected bidder does not perform satisfactorily or delays

execution of the contract, DMF reserves the right to get the balance contract executed by

another party of its choice by giving one month notice for the same. In this event, the

selected bidder is bound to make good the additional expenditure, which DMF may have to

incur in executing the balance contract. This clause is applicable, if for any reason, the

contract is cancelled.

DMF reserves the right to recover any dues payable by the selected Bidder from any amount

outstanding to the credit of the selected bidder, including the pending bills and/or invoking

the bank guarantee under this contract.

ii. Consequences of Terminate In the event of termination of the Contract due to any cause whatsoever, (whether

consequent to the stipulated term of the Contract or otherwise), DMF shall be entitled to

impose any such obligations and conditions and issue any clarifications as may be necessary

to ensure an efficient transition and effective business continuity of the Service(s) which the

Vendor shall be obliged to comply with and take all available steps to minimize loss resulting

from the termination/breach, and further allow the next successor Vendor to take over the

obligations of the erstwhile Vendor in relation to the execution/continued execution of the

scope of the Contract.

Page | 26

Page 28: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Nothing herein shall restrict the right of DMF to invoke the DMF Guarantee and other

guarantees, securities furnished, enforce the Deed of Indemnity and pursue such other

rights and/or remedies that may be available DMF under law or otherwise.

The termination hereof shall not affect any accrued right or liability of either Party nor affect

the operation of the provisions of the Contract that are expressly or by implication intended

to come into or continue in force on or after such termination.

3.19.2 Penalty

The Bidder shall perform its obligations under the agreement entered into with the DMF, in

a professional manner. In the event of failure to maintain the SLAs, penalty would be levied up to a maximum of

10% of the total service cost. DMF may recover such amount of penalty from any payment being released to the Bidder,

irrespective of the fact whether such payment is relating to this contract or otherwise. If any act or failure by the bidder under the agreement results in failure or inoperability of

systems and if the DMF has to take corrective actions to ensure functionality of its property,

the DMF reserves the right to impose penalty, which may be equal to the cost it incurs or

the loss it suffers for such failures. DMF may impose penalty to the extent of damage to its any equipment, if the damage was

due to the actions directly attributable to the staff of Bidder.

The DMF shall implement all penalty clauses after giving due notice to the bidder.

If the Bidder fails to complete the due performance of the contract in accordance with the

specification and conditions of the offer document, the DMF reserves the right either to

cancel the order or to recover a suitable amount as deemed reasonable as Penalty /

Liquidated Damage for non-performance.

3.19.3 Dispute Resolution Mechanism

The Bidder and the DMF shall endeavour their best to amicably settle all disputes arising out

of or in connection with the Contract in the following manner:

a) The Party raising a dispute shall address to the other Party a notice requesting an amicable

settlement of the dispute within seven (7) days of receipt of the notice.

b) Matter will be referred for negotiation between Officer nominated by DMF and the

Authorized Official of the Bidder. The matter shall then be resolved between them and the

agreed course of action documented within a further period of 15days.

Natural phenomenon, including but not limited to floods, droughts, earthquakes and

epidemics.

Page | 27

Page 29: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Acts of any government, including but not limited to war, declared or undeclared priorities,

quarantines and embargos.

Terrorist attack, public unrest in work area provided either party shall within 10 days from

occurrence of such a cause, notifies the other in writing of such causes. The bidder or DMF

shall not be liable for delay in performing his/her obligations resulting from any force

majeure cause as referred to and/or defined above. Any delay beyond 30 days shall lead to

termination of contract by parties and all obligations expressed quantitatively shall be

calculated as on date of termination. Notwithstanding this, provisions relating to indemnity,

confidentiality survive termination of the contract.

3.19.4 Failure to agree with the Terms and Condition of the Tender

Failure of the successful bidder to agree with the Terms & Conditions of the TENDER shall

constitute sufficient grounds for the annulment of the award, in which event DMF may award the

contract to the next best value bidder or call for new proposals from the interested bidders or

invoke the PBG of the most responsive bidder.

4. RIGHT TO MONITORING, INSPECTION AND PERIODIC AUDIT

The DMF reserves the right to inspect and monitor / assess the progress / performance at

any time during the course of the Contract, after providing due notice to the Selected Bidder. The

DMF may demand, and upon such demand being made, the selected bidder shall provide with any

document, data, material or any other information required to assess the progress of the project.

The DMF shall also have the right to conduct, either itself or through any another agency as

it may deem fit, an audit to monitor the performance by the Selected Bidder of its

obligations/functions in accordance with the standards committed to or required by the DMF and

the Selected Bidder undertakes to cooperate with and provide to the DMF / any other Consultant/

Agency appointed by the DMF, all documents and other details as may be required by them for this

purpose. Any deviations or contravention identified as a result of such audit/assessment would

need to be rectified by the Selected Bidder failing which the DMF may, without prejudice to any

other rights that it may have, issue a notice of default.

4.1 DISTRICT MINERAL FOUNDATION SUNDARGARH OBLIGATION The DMF representative shall interface with the Selected Bidder, to provide the required

information, clarifications, and to resolve any issues as may arise during the execution of the Contract.

DMF shall ensure that timely approval is provided to the selected Bidder, where deemed

necessary, which should include diagram / plans and all specifications related to services required

to be provided as part of the Scope of Work.

Page | 28

Page 30: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

4.2 INFORMATION SECURITY The Selected Bidder shall not carry and/or transmit any material, information, layouts, diagrams,

storage media or any other goods/material in physical or electronic form, which are proprietary to or

owned by the DMF, out of premises, without prior written permission from the DMF.

The Selected Bidder shall, upon termination of this agreement for any reason, or upon

demand by DMF, whichever is earliest, return any and all information provided to the Selected

Bidder by DMF, including any copies or reproductions, both hard copy and electronic.

4.3 INDEMNITY

The Selected Bidder shall execute and furnish to the DMF, a Deed of Indemnity in favour of

the DMF, in a form and manner acceptable to DMF, indemnifying DMF from and against any costs,

losses, damages, expenses, claims including those from third parties owing infringement or

misappropriation of a patent, copyright, trademark and trade secret, arising or incurred inter- alia

during and after the Contract period arising out of:

Negligence or wrongful act or omission in connection with or incidental to this Contract; or

Any breach of any of the terms the Selected Bidder‘s Proposal as agreed, the Tender and thisContract by the Selected Bidder or its team.

The indemnity shall be to the extent of 100% of project cost in favour of the DMF.

4.4 PAYMENT SCHEDULE

4.4.1 Total Cost of Service

The total cost of the Services payable is set forth as per the Bidder’s proposal to DMF of

Sundargarh and as negotiated thereafter. Payments under this Contract shall not exceed the amount specified in Commercial Form.

4.4.2 Payment Milestone

The successful bidder Firm shall submit the invoice for payment when the payment is due as

per the agreed terms.

Once a milestone is completed, the successful bidder Firm shall submit the requisite

deliverables as specified in this Contract. The DMF, Sundargarh shall release the requisite

payment upon acceptance of the deliverables.

The payment shall be released on monthly basis as per the work related milestones achieved.

The Service Provider Firm (Successful Bidder) is required to furnish the Bank Account Details

to which the consolidated monthly remunerations of 05 deployed Resource Persons will be

transferred through e-Banking Transfer/RTGS/NEFT.

Page | 29

Page 31: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

4.4.3 TA/ DA Rules for Travel outside Sundargarh to Bhubaneswar

No TA/ DA will be provided for Field visit in Sundargarh District, but Vehicle/s with fuel will

be provided for same.

If, DMF Sundargarh will depute PMU to attend meeting in Bhubaneswar, then TA/ DA will be

provided as per Government Rules & Regulations.

The PMU Team may avail the benefits of leave and holidays, as applicable to the State

Government Employees of Odisha.

4.5 EVENTS OF DEFAULT BY THE SELECTED BIDDER

The failure on the part of the Selected Bidder to perform any of its obligations or comply

with any of the terms of this contract shall constitute an Event of Default on the part of the

Selected Bidder. The events of default as mentioned above may include inter-alia the following:

The Selected Bidder has failed to perform any instructions or directives issued by the DMF

which it deems proper and necessary to execute the scope of work under the Contract; or

The Selected Bidder has failed to adhere to any of the key performance indicators as laid

down in the Key Performance Measures / Contract, or if the Selected Bidder has fallen short

of matching such standards/targets as DMF may have designated with respect to any task

necessary for the execution of the scope of work under this Contract. The above mentioned

failure on the part of the Selected Bidder may be in terms of failure to adhere to timelines,

specifications, requirements or any other criteria as defined by DMF; or

The Selected Bidder has failed to remedy a failure to perform its obligations in accordance

with the specifications issued by the DMF, despite being served with a default notice which

laid down the specific deviance on the part of the selected Bidder to comply with any

stipulations or standards as laid down by the DMF; or

The Selected Bidder/ Bidder‘s Team has failed to conform to any of the Service/ FacilitySpecifications/standards as set out in the scope of work of this Tender document or has

failed to adhere to any amended direction, modification or clarification as issued by the DMF

during the term of this Contract and which the DMF deems proper and necessary for the

execution of the scope of work under this Contract; or

The Selected Bidder has failed to demonstrate or sustain any representation or warranty

made by it in this Contract, with respect to any of the terms of its Proposal, the Tender and

this Contract; or

There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of

receiver, liquidator, assignee, or similar official against or in relation to the Selected Bidder;

or

Page | 30

Page 32: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

The Selected Bidder / Bidder‘s Team has failed to comply with or is in breach or

contravention of any applicable laws; or

Where there has been an occurrence of such defaults inter alia as stated above, the DMF

shall issue a notice of default to the Selected Bidder, setting out specific defaults / deviances

/ omissions and providing a notice of Sixty days to enable such defaulting party to remedy

the default committed; or

Where despite the issuance of a default notice to the Selected Bidder by the DMF and the

Selected Bidder fails to remedy the default to the satisfaction of the DMF, the DMF may,

where it deems fit, issue to the defaulting party another default notice or proceed to adopt

such remedies as may be available to the DMF.

4.6 LIQUIDATED DAMAGES Subject to clause for Force Majeure, if the bidder fails to complete the services under Project

scope of work before the scheduled completion date or the extended date or if the Selected Bidder

repudiates the contract before completion of the work, the DMF, at its discretion, may without

prejudice to any other right or remedy available to it under the contract, recover a maximum of 10

percent of the project cost from the Selected Bidder, as Liquidated Damages (LD).

In case it leads to termination, DMF shall give thirty days’ notice to the Selected Bidder of its

intention to terminate the contract and shall so terminate the contract unless during the thirty days’

notice period, the Selected Bidder initiates remedial action acceptable to the DMF.

The DMF may without prejudice to its right to affect recovery by any other method, deduct

the amount of liquidated damages from any money belonging to the Selected Bidder in its hands (which includes the DMF right to claim such amount against Selected Bidder‘s Bank Guarantee) or

which may become due to the Selected Bidder. Any such recovery or liquidated damages shall not

in any way relieve the Selected Bidder from any of its obligations to complete the work or from any

other obligations and liabilities under the Contract.

4.7 DISPUTE RESOLUTION

The DMF and the Selected Bidder shall make every effort to resolve amicably by direct

informal negotiations, any disagreement or disputes, arising between them under or in connection

with the Contract. If even after thirty (30) days from the commencement of such direct informal negotiations,

the DMF and the Selected Bidder are unable to resolve amicably a contract dispute, either party

may require that the dispute be referred for resolution to the formal mechanism.

For adjudication of any dispute between DRDA and the bidders arising in this case,

reference can be made to any appropriate Law courts in Sundargarh under the jurisdiction of Orissa

High Court only. The Collector, Sundargarh reserves the right to accept or reject any or all bids

without assigning any reason thereof.

Page | 31

Page 33: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

4.8 CONTINUANCE OF THE CONTRACT

Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be

pending, the parties hereto shall continue to be governed by and perform the work in accordance

with the provisions under the Scope of Work to ensure continuity of operations.

4.9 CONFLICT OF INTEREST

The Bidder shall disclose to DMF in writing, all actual and potential conflicts of interest that

exist, arise or may arise (either for the Vendor the Bidder s team) in the course of performing the

Service(s) as soon as practical after it becomes aware of that conflict.

4.10 SEVERANCE

In the event any provision of the Contract is held to be invalid or unenforceable under the

applicable law, the remaining provisions of this Contract shall remain in full force and effect.

4.11 GOVERNING LANGUAGE

The Agreement shall be written in English language. Subject to below Clause, such language

versions of the Agreement shall govern its interpretation. All correspondence and other documents

pertaining to the Contract that are exchanged by parties shall be written in English language only.

4.12 NO CLAIM CERTIFICATE The Selected Bidder shall not be entitled to make any claim, whatsoever against DMF, under

or by virtue of or arising out of, the contract, nor shall DMF entertain or consider any such claim, if

made by the Selected Bidder after it has signed a No claim certificate in favour of DMF in such form

as shall be required by it after the work is finally accepted.

4.13 PUBLICITY The Selected Bidder shall not make or permit to be made a public announcement or media

release about any aspect of this Contract unless the DMF first gives its written consent to the

selected bidder.

5. GENERAL

Relationship between the Parties

Nothing in the Contract constitutes any fiduciary relationship between the DMF and Selected

Bidder/ Bidder‘s Team or any relationship of employer employee, principal and agent, or

partnership, between the DMF and Selected Bidder.

No Party has any authority to bind the other Party in any manner whatsoever except as

agreed under the terms of the Contract.

DMF will not be under any obligation to the Implementation Agency‘s Team except as

agreed under the terms of the Contract.

Page | 32

Page 34: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

No Assignment

The Selected Bidder shall not transfer any interest, right, benefit or obligation under the

contract without the prior written consent of DMF.

Survival

The provisions of the clauses of the Contract in relation to documents, data, processes,

property, Intellectual Property Rights, indemnity, publicity and confidentiality and ownership

survive the expiry or termination of this Contract and in relation to confidentiality, the

obligations continue to apply unless DMF notifies the Selected Bidder of its release from

those obligations.

Entire Contract

The terms and conditions laid down in the Tender and all annexures thereto as also the

Proposal and any attachments/annexes thereto shall be read in consonance with and form

an integral part of the Contract. The Contract supersedes any prior contract, understanding

or representation of the Parties on the subject matter.

Governing Law

This contract shall be governed in accordance with the laws of India.

Jurisdiction of Courts

For adjudication of any dispute between DRDA and the bidders arising in this case,

reference can be made to any appropriate Law courts in Sundargarh under the jurisdiction

of Orissa High Court only. The Collector, Sundargarh reserves the right to accept or reject

any or all bids without assigning any reason thereof.

Compliance with Laws

The Selected Bidder shall comply with the laws in force in India in the course of performing

the Contract.

Notices

A consent, approval or other communication required to be in writing under the Contract. All

notices, requests or consent provided for or permitted to be given under this Contract shall

be in writing and shall be deemed effectively given when personally delivered or mailed by

pre-paid certified/ registered mail, return receipt requested, addressed as follows and shall

be deemed received two days after mailing or on the date of delivery if personally delivered:To,

District Mineral Foundation Sundargarh

District Rural Development Agency,

Sundargarh-770001 Tel: 06622-273873

To Selected Bidder at:

Attn:

Address:

Tel:

Fax:

Page | 33

Page 35: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Any Party may change the address to which notices are to be directed, by giving a notice to

the other party in the manner specified above. A notice served on a Representative is taken to be

notice to that Representative‘s Party.

Waiver

Any waiver of any provision of this Contract is ineffective unless it is in writing and signed by

the Party waiving its rights.

A waiver by either Party in respect of a breach of a provision of this Contract by the other

Party is not a waiver in respect of any other breach of that or any other provision.

The failure of either Party to enforce at any time any of the provisions of this Contract shall

not be interpreted as a waiver of such provision.

Modification

Any modification of the Contract shall be in writing and signed by an authorized

representative of each Party.

TAXES

Bidders are required to quote the charges inclusive of all Taxes. The same would be shown

as a separate line item in the commercial.

The taxes, as applicable, shall be reimbursed by DMF to the selected bidder.

6. FRAUD AND CORRUPTION PRACTICES

The Bidders and their respective officers, employees, agents and advisers shall observe the

highest standard of ethics during the Selection Process. Notwithstanding anything to the

contrary contained in this TENDER, the DMF shall reject a Proposal without being liable in

any manner whatsoever to the Bidder, if it determines that the Bidder has, directly or

indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive

practice, undesirable practice or restrictive practice (collectively the ―Prohibited Practices) in

the Selection Process. In such an event, the DMF shall, without prejudice to its any other

rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the

case may be, as mutually agreed genuine pre-estimated compensation and damages

payable to the Authority for, inter alia, time, cost and effort of the Authority, in regard to the

TENDER, including consideration and evaluation of such Bidder s Proposal.

Without prejudice to the rights of the DMF under Clause above and the rights and remedies

which the DMF may have under the LoA or the Agreement, if an Bidder, as the case may be,

is found by the Authority to have directly or indirectly or through an agent, engaged or

indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice

or restrictive practice during the Selection Process, or after the issue of the LoA or the

execution of the Agreement, such Bidder shall not be eligible to participate in any tender or

TENDER issued by the DMF during a period of three years from the date such Bidder, as the

case may be, is found by the DMF to have directly or through an agent, engaged or indulged

in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or

restrictive practice, as the case may be.

Page | 34

Page 36: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

For the purposes of this Section, the following terms shall have the meaning hereinafter

respectively assigned to them.

“Corrupt practice” means

the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to

influence the action of any person connected with the Selection Process (for avoidance of

doubt, offering of employment to or employing or engaging in any manner whatsoever,

directly or indirectly, any official of the DMF who is or has been associated in any manner,

directly or indirectly with the Selection Process or the LoA or has dealt with matters

concerning the Agreement or arising there from, before or after the execution thereof, at

any time prior to the expiry of one year from the date such official resigns or retires from or

otherwise ceases to be in the service of the DMF, shall be deemed to constitute influencing

the actions of a person connected with the Selection Process); or

save as provided herein, engaging in any manner whatsoever, whether during the Selection

Process or after the issue of the LoA or after the execution of the Agreement, as the case

may be, any person in respect of any matter relating to the Project or the LoA or the

Agreement, who at any time has been or is a legal, financial or technical consultant/ adviser

of the DMF in relation to any matter concerning the Project;

Fraudulent practice” means

A misrepresentation or omission of facts or disclosure of incomplete facts, in order to

influence the Selection Process;

Coercive practice means

Impairing or harming or threatening to impair or harm, directly or indirectly, any persons or

property to influence any person participation or action in the Selection Process;

“Undesirable practice” means

i. Establishing contact with any person connected with or employed or engaged by DMF with

the objective of canvassing, ii. lobbying or in any manner influencing or attempting to influence the Selection Process; or

iii. having a Conflict of Interest; and

“Restrictive practice” means

Forming a cartel or arriving at any understanding or arrangement among Bidders with the

objective of restricting or manipulating a full and fair competition in the Selection Process.

Dispute

For adjudication of any dispute between DRDA and the bidders arising in this case,

reference can be made to any appropriate Law courts in Sundargarh under the jurisdiction of Orissa

High Court only. The Collector, Sundargarh reserves the right to accept or reject any or all bids

without assigning any reason thereof.

Page | 35

Page 37: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

7. SCOPE OF WORK FOR PMU

The scope of TENDER is to hire subject matter experts (Resource Persons) with relevant

experience in infrastructure projects as Project Management Unit (PMU) team. This team would be

instrumental in implementing Industry’s best practices not only in technical areas but also in end to

end project management process. This team will be responsible for assisting executing agencies of

Sundargarh District and departments in end-to-end programme and project management. This will

result in delivering desired outcomes in-line with the ambitious goals set by the DMF in physical

infrastructure space. This team will act as support for District Administration, DMF as well as

government departments of Sundargarh.

Major responsibilities include following –

- Assistance in getting an integrated 360o view of Infrastructure projects in the scope.

- Responsible of full and accurate technical appraisals, identification of potential developments.

- Assistance in strategic Planning Appeals including strategic technical studies, instructing

departments and obtaining/vetting their reports.

- Production of quality electrical engineering plans, studies, and specifications while ensuring

compliance with departments, requirements and standards.

- Building and supporting Information Technology Infrastructure proposed for this project.

- In-scope Project Reporting.

- Risk Management - Proactively identifying and highlighting project & program risks, making

mitigation plan.

- Stakeholder Management.

- Identification, analysis and execution of the most optimum financing solution for projects.

- Appraising and proposing world class best practices in the Infrastructure sector to the

relevant stakeholders.

- Consulting agency identified for PMU team needs to deploy resource persons permanently

for 3 years in Sundargarh from the beginning of the project, as per Agreement.

Replacement of onsite Resources

Except as the Client may otherwise agree in writing, no changes shall be made in the onsite

resource. Notwithstanding the above, the substitution of Onsite resource during contract execution

may be considered only based on the consultant‘s written request and due to circumstances

outside the reasonable control of the Consultant, including but not limited to death or

medical incapacity or left from organization. In such case, the Consultant shall forth with

provide as a replacement, a person of equivalent or better qualifications and experience, and

at the same rate of remuneration.

Page | 36

Page 38: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

7.1 ROLES AND RESPONSIBILITIES OF ONSITE PROJECT MANAGEMENT UNIT (PMU)

TEAM

The objective of the forming PMU team is to provide technical support to various line

departments of District Administration of Sundargarh. All PMU team members have a responsibility

to act at all times to achieve the maximum efficiency of this initiative. Roles and responsibilities of

the individual experts are mentioned in below.

i) Senior Technical Manager: Major responsibilities to be project planning, monitoring,

control and quality assurance.

a) To be responsible of full and accurate technical appraisals, identification of potential

developments.

b) To be responsible that the most cost effective options for physical development.

c) To be responsible for assisting as requested with strategic Planning Appeals including

strategic technical studies, instructing departments and obtaining/vetting their reports.

d) To be responsible that within the Technical Department an awareness is maintained of the

need for suitable development land to be acquired and that the govt. authorities are made

aware of all relevant information coming to the attention of the Department's staff which

may assist in the identification and securing of sites.

e) To be responsible for the preparation of detailed drawings, securing of technical and

statutory approvals to achieve and monitor the optimum timing programmes, including: The

coordination of production of all necessary technical drawings/ specialized designs and

making recommendations for cost effective optimizing during the pre-planning process.

f) To be responsible for identifying and resolving technical design and constructional problems

including: Being responsible for collating and providing feedback to the departments in

respect of technicalities.

g) Maintaining a general awareness of current material and construction research and making

recommendations or giving warnings as appropriate.

h) Provide relevant technical information to Operations staff to enable proper operation and

maintenance of Field Technical Equipment.

i) Additional duties as required.

ii) Technical Manager (Civil): Major responsibilities to be assisting the Senior Technical manager

in his/ her responsibilities and mostly responsibilities will be same as Senior Technical manager

but Technical Manager will be lower in hierarchy. Additional duties as required

iii) Technical Manager (Electrical): Major responsibilities to be assisting the Senior Technical

manager in his/ her responsibilities and providing all the support relate to electrical

components.

a) Acts as a subject matter expert regarding some electrical engineering activities.

b) Production of quality electrical engineering plans, studies, and specifications while

ensuring compliance with departments, requirements and standards.

Page | 37

Page 39: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

c) Participation in engineering, design, and construction review processes.

d) Interpretation of plans, specifications, drawings, and documents related to engineering

and construction.

e) Coordination of project construction with Senior Technical Manager, Technical Manager

and Departments to resolve critical and time-sensitive construction-related electrical

issues.

f) Additional duties as required. iv) Finance Manager: Major responsibility to be support the PMU management on various

financing related matters on an ongoing basis.

a) Oversees Project Accounts. Over-all-in charge of the accounting, book keeping and

project finance activities.

b) Prepare comprehensive financial models for various projects to deliver cash flow forecast,

scenario analysis and risk assessment.

c) Work closely with the project team to identify, analyze and execute the most optimum

financing solution for projects.

d) Coordinate with finance providers on due diligence, term sheet negotiations and

documentation.

e) Work with project teams to ensure timely compliance with all conditions precedent and

other obligations.

f) Additional duties as required. v) Computer Program Manager: Major responsibilities to be assisting all the PMU team and

providing all the support relate to IT components

a) Assessing the requirements of the project and recommending suitable IT components.

b) Analyzing different options and recommending the most suitable for the project

economically feasible.

c) Recommend of systems that will be more useful for the project.

d) Assisting the team in report preparation, data entry, multimedia and Management

Information System (MIS) related works.

e) Additional duties as required.

7.2 INTELLECTUAL PROPERTY RIGHTS (IPR)

Page | 38

Page 40: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Use of documents and Information.

The bidder shall not, without prior written consent from District Mineral Foundation

Sundargarh, disclose/share/use the bid document, contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample or information furnished by or on behalf of the

District Mineral Foundation Sundargarh, in connection therewith, to any person other than a

person employed by the bidder in the performance of the contract. Disclosure to any such

employed person shall be made in confidence and shall extend only so far as may be

necessary for purposes of such performance.

The bidder shall not, without prior written consent of District Mineral Foundation

Sundargarh, make use of any document or information made available for the project,

except for purposes of performing the Contract.

7.3 OBLIGATIONS

The Successful Bidder shall be obliged to implement any proposed changes once approval in

accordance with Article above has been given, with effect from the date agreed for implementation.

7.4 AWARD OF CONTRACT

The proposals will be ranked in terms of the Overall Scores obtained from Highest to

Lowest. The bidder with the highest overall score will be considered for award of contract.

7.5 NOTIFICATION OF AWARD

Prior to expiration of the period of bid validity, DMF, Sundargarh will notify the successful

bidder(s) in writing, that their bid has been accepted.

The Successful bidder shall sign contract agreement for advisory/ consultancy services with

the District Mineral Foundation Sundargarh (DMF) for a period of Three Years.

(AUTHORIZED SIGNATORY OF BIDDER) COLLECTOR & CHAIRPERSON-CUM- MANAGING TRUSTEE,DMF,

SUNDARGARH

Page | 39

Page 41: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

ANNEXURE- I FORMAT FOR POWER OF ATTORNEY

(To be provided copy of original as part of Technical Proposal (Envelope – B) on stamp paper of value required under law duly signed by bidder for the tender)

Dated: ……………….

POWER OF ATTORNEY

To Whomsoever It May Concern

Know all men by these presents, we …………………… (Name and registered office address of the Bidder) do hereby constitute appoint and authorize Mr. …………………… (Name of the Person(s), domiciled at …………………… (Address), acting as …………………… (Designation and the name of the firm), as Authorized Signatory and whose signature is attested below, as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our proposal for award of Agreement “ in the State of Odisha “ involving the deliverables Establishment of Information Infrastructure Corporation with vide Invitation for Tender (Tender Document) Document dated ……………………, issued by including signing and submission of all documents and providing information and responses to clarification / enquiries etc. as may be required by any government authority, representing us in all matters before and generally dealing in all matters in connection with our Proposal for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

For…………………………….. (Signature)

(Name, Title and Address)

Accept

(Attested signature of Mr. ………………………………………………….)

(Name, Title and Address of the Attorney)

Notes:

To be executed by the Bidder

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid

down by the applicable law and the charter documents of the executants(s) and when it is so required

the same should be under common seal affixed in accordance with the required procedure.

Also, wherever required, the executants(s) should submit for verification the extract of the charter documents and documents such as a resolution/power of attorney in favour of the person executing this power of Attorney for the delegation of power hereunder on behalf of the executants(s).

Page | 40

Page 42: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

ANNEXURE- II DECLARATION FOR NOT BLACK LISTED

(Scanned copy of original to be provided as part of Techno-Commercial Proposal (Envelope – B))

Date...................................

To,

Collector & Chairperson cum Managing Trustee,

DMF, Sundargarh

Dear Sir,

Ref.: Tender No. …………………..

I / We ................................................... hereby confirm that our firm has not been banned

or blacklisted by any government organization/ financial institution/Court/ Public sector Unit/ Central

Government.

Signature of Bidder................................. Place:

Name....................................................... Date:

Designation.............................................

Seal

Page | 41

Page 43: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

ANNEXURE- III DRAFT PERFORMANCE GUARANTEE

(To be issued by a Bank ___________) This deed of Guarantee executed at ______________________by _____________________(Name of

the Bank) having its Head/Registered office at ________________________________(hereinafter

referred to as “the Guarantor”) which expression shall unless it be repugnant to the subject or context

thereof in clued its heirs, executors, administrators, successors and assigns.

In favour of Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh having its office at (Sundargarh) (hereinafter called DMF, Sundargarh, which expression shall unless it be repugnant to the subject or context thereof include its heirs, executors, administrators, successors and assigns);

Whereas M /s____________. A company formed under___________(specify the applicable law) and having its registered office at ___________has been, consequent to conduct and completion of a competitive bidding process in accordance with the letter of requirements document No._______________ dated___/___/20_ _ issued by Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh and selected M/s. ____________(hereinafter referred to as the Bidder) for the Agreement by Collector & Chairperson cum Managing Trustee, DMF Sundargarh as more specifically defined in the aforementioned Document including statement of work and the Agreement executed between the Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh and Bidder .

The Agreement requires the Bidder to furnish an unconditional and irrevocable Bank Guarantee for an amount of Rs. ___________/-Rupees _____________________________only) by way of security for guaranteeing the due and faithful compliance of its obligations under the Agreement. Whereas, the Bidder approached the Guarantor and the Guarantor has agreed to provide a Guarantee being these presents.

Now this Deed witnessed that in consideration of the premises, we, ______________Bank hereby guarantee as follows:

The Bidder shall implement the project in accordance with the term and subject to the conditions of the Agreement and fulfil its obligations there under

We, the Guarantor, shall, without demur, pay to Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh an amount not exceeding Rs. _________ (Rupees __________________________only) within 7(seven) days of receipt of a written demand

therefore from Collector & Chairperson cum Managing Trustee, District Mineral Foundation,

Sundargarh stating that the Bidder has failed to fulfil its obligations as stated in Clause 1 above.

The above payment shall be made by us without any reference to the Bidder or any other person and irrespective of whether the claim of the Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh is disputed by the Bidder or not.

The Guarantee shall come into effect from _______ (Start Date) and shall continue to be in full force

and effect till the earlier of its expiry at 1700h ours Indian Standard Time on ___________ (Expiry Date)

(both dates inclusive) or till the receipt of a claim, from the District Mineral Foundation, Sundargarh

under this Guarantee, which is one month after the expiry of performance guarantee, whichever is

earlier. Any demand received by the Guarantor from Collector & Chairperson cum Managing

Trustee, District Mineral Foundation, Sundargarh prior to the Expiry Date shall

Page | 42

Page 44: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

survive the expiry of this Guarantee till such time that all the moneys payable under this Guarantee by the Guarantor to Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh.

In order to give effect to this Guarantee, Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh shall be entitled to treat the Guarantor as the principal debtor and the obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Agreement or other documents by Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh or by the extension of time of performance granted to the Bidder or any postponement for ant time of the power exercisable by Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh against the Bidder or forebear or enforce any of the terms and conditions of the Agreement and we shall not be relived from our obligations under this Guarantee on account of any such variation extension forbearance or omission on the part of Collector & Chairperson cum Managing Trustee, District Mineral Foundation, Sundargarh to the Bidder to give such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.The Guarantee shall be irrevocable and shall remain in full force and effect until all our Obligations under this guarantee are duly discharged.

The Guarantor has power to issue this guarantee and the undersigned is duly authorized to execute this Guarantee pursuant to the power granted under____________________. In witness, whereof the Guarantor has set its hands hereunto on the day, month and year first here-in-above written.

Signed and Delivered by__________________ Bank by the hand of Shri ________________its ______________and authorized office.

Authorised Signatory _______________________ Bank

Page | 43

Page 45: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

ANNEXURE - IV:

CURRICULUM VITAE (CV) OF KEY PERSONNEL & SUBJECT MATTER EXPERT

1 Proposed Position

2 Name of Firm

3 Name of Expert

4 Date of Birth Citizenship

5 Membership in Professional Associations

6 Countries of Work Experience

7 Languages Languages Speaking Reading Writing

English Good Good Good

Hindi

Odia

Others

8 Employment Record

a From: To:

Employer:

Position Held

9 Work Undertaken That Best Illustrates Capability To Handle The Tasks Assigned

a Name of the Project

Year

Location

Client

Main Project Features

Position Held

Activities Performed

Page | 44

Page 46: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

Expert’s contact information: (e-mail ……………..……………. , phone …………………………)

Certification:

I, the undersigned, certify to the best of my knowledge and belief that

This CV correctly describes my qualifications and experience I am not employed by the Executing or the Implementing Agency I was not part of the team who wrote the Scope of Work for this consulting services

assignment I certify that I have been informed by the firm that it is including my CV in the

Proposal for the {name of project and contract}. I confirm that I will be available to

carry out the assignment for which my CV has been submitted in accordance with

the consulting arrangements and schedule set out in the Proposal; or(If CV is signed by the firm’s authorized representative and the written agreement Attached) I, as the authorized representative of the firm submitting this Proposal for the (name of

project and contract), certify that I have obtained the consent of the named resource to

submit his/her CV, and that I have obtained a written representation from the expert that

he/she will be available to carry out the assignment in accordance with the

implementation arrangements and schedule set out in the Proposal.

I understand that any wilful misstatement described herein may lead to my

disqualification or dismissal, if engaged.

Date: Day/Month/Year

(Signature of expert or authorized representative of the firm)

Full name of authorized representative: _______________________________________

Page | 45

Page 47: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

ANNEXURE - V PARTICULARS OF THE BIDDERS (To be submitted with bid)

Sr. No. Information Sought Details to be Furnished

1 Name and address of the bidding

Company

2 Incorporation status of the firm

(Public limited/ Private limited, etc.)

3 Year of Establishment

4 Date of registration

5 ROC Reference No.

6 Details of company registration

7 Details of registration with

appropriate authorities for service tax

8 Name, Address, email, Phone nos.

and Mobile Number of Contact Person

Page | 46

Page 48: Forordistportalcontent.nic.in/storeddata/tenders/ORISUN_TENDER_ADV...NOTICE INVITING TENDER ... Sundargarh, Dated: 24th December, 2016 The Chairperson, District Mineral Foundation

ANNEXURE - VI

COMMERCIAL BID FOR SUPPLY OF RESOURCE PERSONS FOR

IMPLEMENTING PROJECT MANAGEMENT UNIT UNDER DMF

Sl.

Estimated Remuneration Per

Type of Resource

No. of Expert to be

Month

No.

Persons/ Experts

deployed

(Figure in Rupees)

In Figure In Words

1 2 3 4 5

1 Senior Technical

1

Manager

2 Technical Manager

1

(Civil)

3 Technical Manager

1

(Electrical)

4 Finance Manager 1

5 Computer Program

1

Manager

6 TOTAL 5

N.B.: The overall lowest price quoted by the Bidder in total row (Sl. No.6) will be considered

as Lowest-1 Tenderer.

Signature of Bidder Signature of Collector, Chairman cum- Managing Trustee

DMF, Sundargarh

Page | 47