You are on page 1of 24

1

TENDER DOCUMENT
FOR

SELECTION OF PROJECT CONSULTANT

FOR

RADIATION PROCESSING PLANT FOR FOOD PROCESSING SECTOR


AT BAVLA, AHMEDABAD

Gujarat Agro Industries Corporation Ltd.


Khet Udyog Bhavan
Opp. Old High Court, Navrangpura
Ahmedabad –380014, Gujarat
Phone :079-27544741-42/27540254/ 27543743
Fax :079-27542518
E-mail: gaicltdad1@sancharnet.in

SEPTEMBER 2009

PRICE: Rs.1,000/- (Rupees One Thousand Only)


2

Notice Inviting e-Tender

Details about Tender: Tender Notice No. GAIC/ M&P/IRR/01

Company Name : Gujarat Agro Industries Corporation Limited


(GAIC)

Circle : Managing Director,


Gujarat Agro Industries Corporation Limited
(GAIC)
Khet Udyog Bhavan
Opp. Old High Court
Navrangpura
Ahmedabad –380014
Division : M&P
IFB No./ Tender Notice No. : Tender Notice No.
Name of Project : Radiation Processing Plant for Food Processing
Sector.
Name of Work : SELECTION OF PROJECT CONSULTANT
FOR
“Radiation Processing Plant for Food Processing
Sector”
Bidding Type : Open
Bid Call (Nos.) : 1
Class of Bidder : Not Applicable
Tender Currency Type : Single
Tender Currency Settings : Indian Rupee (INR)
Amount Details

Bid Document Fee / Tender Fee : Rs.1000/- in form of Demand Draft


Bid Document Fee Payable to : Gujarat Agro Industries Corporation Limited
(GAIC) payable at Ahmedabad

Bid Security /EMD (INR) : Rs. 25000/- (Rupees Twenty Five Thousand Only).

Bid Security/ EMD in favour of : Gujarat Agro Industries Corporation Limited


(GAIC) payable at Ahmedabad

Tender Dates

Bid Document Downloading Start : 15th September, 2009, 11.30 Hrs.


Date
Bid Document Downloading End : 30th September, 2009, 18.00 Hrs.
Date
Pre –Bid Meeting 24th September, 2009, 12.00 Noon

Last Date & Time for online Bid : 1 st October, 2009, 16.00 Hrs.
Submission (through nprocure)
Last Date & Time for Physical Bid 3 rd October, 2009, 12.00 Noon
Submission
Date of Tender opening : 3 rd October, 2009,15.00 Hrs.
3

Bid Validity Period : 90 days from opening of price bid.


Remarks : The bidder shall submit their offer in electronic
format on website, after digitally signing the same.
Offers which are not digitally signed will not be
accepted. Copy of the Technical bid in physical
form shall be sent to the following address:

Managing Director,
Gujarat Agro Industries Corporation Limited
(GAIC)
Khet Udyog Bhavan
Opp. Old High Court
Navrangpura
Ahmedabad –380014.

The Price bid shall NOT be included in the physical


form.
Phone : 079-27549741/2
Other Details

Officer Inviting Bids and Bid : Managing Director,


Opening Authority Gujarat Agro Industries Corporation Limited
(GAIC)
Khet Udyog Bhavan
Opp. Old High Court
Navrangpura
Ahmedabad –380014

General Terms and Conditions

(1) Bidders can download the tender document from the website. The Demand Draft of
Tender fee has to be submitted along with the bid in physical form.
(2) Bidders have to submit Price bid in Electronic form only on n-procure website till the
Last Date & time for submission.
(3) A copy of the technical bid in physical form shall be sent to the aforesaid address.
The Price Bid shall not be included in the physical form.
(4) In case of any discrepancy between the physical bid and the electronic bid, the
electronic bid shall be considered.
(5) Free vender training camp will be organized every Saturday between 4.00 to 5.00 PM
at (n) Code Solutions – A Division of GNFC Ltd. Bidders are requested to take
benefit of the same.

Bidders who wish to participate in online tenders will have to procure/ should have legally valid
Digital Certificate as per Information Technology Act-2000 using which they can sign their
electronic bids. Bidders can procure the same from any of license certifying Authority of India
or can contact (n) Code Solutions – A division of GNFC Ltd., who are licensed Certifying
Authority by Govt. of India.

All bids should be digitally signed, for details regarding digital signature certificate related
training involved the below mentioned address should be contacted:
4

(n) Code Solutions


A Division of GNFC
301, GNFC Infotower, Bodakdev
Ahmedabad –380 054 (India)
Tel: +91 26857316/ 17/ 18
Fax: +91 79 26857321
E-mail: nprocure@gnvfc.net
Website: www.nwr.nprocure.com
Toll Free: 1800-233-1010(Ext.321)

Other Terms and Conditions are as per detailed tender documents.


5

CONTENTS

Sr. No. Particulars Page No.


INVITATION FOR BIDS (IFB) 6
Scope of the Work 8
Article-1 Definitions 10
Article-2 Eligibility Criteria for Bidders 11
Article-3 Checklist of Documents Comprising the Bid 13
Article-4 Bidding Document 14
Article-5 Amendment of Bidding Documents 14
Article-6 Cost of Bidding 15
Article-7 Fraudulent and Corrupt Practice 15
Article-8 Bid Price 15
Article-9 Earnest Money Deposit (EMD) 16
Article-10 Period of Validity of Bid 16
Article-11 Format and Signing of Bid 16
Article-12 Sealing and Marking of Bid 17
Article-13 Bid Due Date 17
Article-14 Opening of Bids by GAIC 17
Article-15 Bid Evaluation 18
Article-16 The GAIC’s Right to accept any Bid and to reject any or all 20
Bids.
Article-17 Jurisdiction of Contract 20
Article-18 Force Majeure 20
Article-19 Arbitration 21
Article-20 Terms of Payment 21
Annexure
Annexure –1 Technical Bid Format 22
Annexure –2 Financial bid format 23
Annexure –3 Proforma of General Power of Attorney 24
6

INVITATION FOR BIDS (IFB)

Gujarat Agro Industries Corporation Ltd. (GAIC) is a State Government enterprise engaged in
proactively facilitating investments in agro industrial sector and providing agricultural inputs
and services to the farmers including production and marketing of agro chemicals. As the nodal
agency for implementation of Agro Industrial Policy 2000, GAIC is catalyzing the setting up of
projects, both infrastructure and processing in agriculture sector through facilitation. GAIC is
also the nodal agency for the Ministry of Food Processing Industries, Government of India for
promotion and development of food processing industries in the State.

Gujarat Agro Industries Corporation Limited (GAIC), Ahmedabad has decided to set up
Radiation Processing Plant for Food Processing Sector comparable to international world
standards in Gujarat.

The Gujarat Agro Industries Corporation Limited (GAIC), Ahmedabad, invites bid proposals
from reputed and experienced consultants/ agency/ firm/ company/ trust involved in providing
Consultancy for preparation of the project report, detailed engineering design, project
management services and assist in finalizing O & M operator for the project as per the term of
this tender.

FOOD IRRADIATION PROJECT IN GUJARAT

1.0 BACKGROUND
• The Agricultural Sector in Gujarat has recorded the fastest growth (above 9.6 %)
amongst all Indian states, since 2000. This is more than three times agricultural growth at
all India level 2.9 % per annum during 2000-01 to 2007-08) and even higher in relation
to states like Uttar Pradesh (1.6 %), Punjab (2.4%) and West Bengal (2.7%)1

The proactive policies of the State Government and institutions associated with
agriculture are responsible for accelerated growth after 2000. The State has identified
clusters of crops having competitive advantage at national level and international level in
terms of production & productivity for development across the supply chain, listed as
under:

 Fruits & Vegetables


o Fruits : Banana, Mango, Pomegranate, Sapota, Papaya
o Vegetables : Potato, Onion, Okra
 Oil seeds : Groundnut, Sesame, Castor, Cotton
 Spices : Cumin, Fenugreek, Chilly
 Others : Psyllium Husk

• The State Government has identified Food Irradiation Project as one of the important
agri infrastructure projects to extend the shelf life of the agricultural crops and meet the
requirements of the international markets for sterilization.

1
Gulati, Shah and Shreedhar - Agriculture performance in Gujarat since 2000 International Food Policy Research
Institute)
7

• Agro and Food Products suitable for processing in irradiation project is under :

Availability of Agro & Food Products Suitable Irradiation Process


Sr Targeted Product mix Availability in Estimated Export
Tonnes from Gujarat in
Tonnes
1 Pulses (Tur) 294200 300
2 Cereals
Rice 1474200 200000
Wheat 3837700
3 Mango 930100 12000
4 Spices 628600 30000
5 Fresh Onion 2059200 3000
6 Potato 1795600
7 Dehydrated Vegetables 12000 10000
(Onion, Garlic)
8 Fish and sea food 650000 151000
TOTAL : 11681600 406300

2.0 ACTIONS INITIATED BY GAIC :

• A study was assigned to M/s. Gujarat Industrial & Technical Consultancy Organisation
Ltd (GITCO) to identify the location for multi-products multi-purpose Gamma
Irradiation project.

M/s. GITCO in its report had analyzed probable locations such as Ahmedabad, Kandla,
Unjha, Valsad and Pipavav based on various parameters which include availability of
agricultural food products, land, electricity supply, export infrastructure facility,
connectivity with road, rail, seaports and airports, manpower resources, management
convenience, seasonality of targeted product mix and scope for multi products,
possibility of business volume and also scope for irradiating non-agricultural products
for the proposed project. M/s. GITCO has recommended to set up the unit in Ahmedabad
District preferably in Sanand, Bavla or Viramgam talukas.

• GAIC has 70,000 sq.mt.of land available at Bavla on national highway connecting
Ahmedabad to Ports – Pipavav & Mundra / Gandhidham. The location is approx. 40
kms. From Sardar Vallabhbhai Patel International Airport (SVPI), Ahmedabad and is
also close to APMC, Unjha, one of the largest APMC of India.

• GAIC had a series of meetings with stakeholders including Dr. Arun Sharma, Head -
Food Technology Division Bhabha Atomic Research Centre & Senior Professor, Homi
Bhabha National Institute, Mumbai to finalize the project parameters and decide upon
the technology.

• The project proposal was submitted to Government of Gujarat to avail the finance under
Rashtriya Krushi Vikas Yojna (RKVY) scheme. The Committee under the
chairmanship of Chief Secretary has approved to provide funds to implement the project.

GAIC has sent application to AERB (Atomic Energy Regulatory Board) for the site approval
of the project.
8

Proposals in the form of BIDs in duplicate are requested in complete accordance with the
documents/ attachments of this Tender.

SCOPE OF WORK

The Project Consultant is expected to finalize the critical engineering and technical
parameters of the project so as to ensure its global competitiveness. The Scope of the Project
broadly covers preparation of various reports related to the project, preparation of tender
documents their scrutiny and evaluation, award of contract for all works, and final selection
of the O&M operator.

The involvement of the Project Consultant would commence at the project concept
development stage and end after one year of successful operation of the project from the date
of commissioning. The detailed scope is divided into five parts. The consultant shall place
the output of each stage for approval of GAIC and on approval, initiate the next stage:

(A) Preparation of Project Reports for the Irradiation project which would include the
following:
a. Project Background and need (based on previous studies)
b. Project concept
c. Identification of the potential agri / food processing products including their
packaging requirements for radiation processing in Gujarat and preparation of
various Project related Reports.
d. Assess potential for agri & food for radiation processing in Gujarat in domestic
& international market.
e. Determine the required throughput and plant capacity.
f. Work out the detailed project cost/ prepare project related reports.
g. Arranging MoU with BRIT.
h. Work out the technology options / justification
i. Prepare Project configuration and Conceptual Design
j. Estimation of Project cost,
k. Preparation of Project Safety Report (PSR) for AERB’s approval and
modifications / incorporation of comments from AERB, if any
l. Broad Operations and Maintenance requirements and expenses
m. Performance and Monitoring Parameters and arrangements
n. Assessment of key risk factors, constrains and mitigation measures

(B) Arranging AERB and other statutory approvals for the project including
a. Site inspection and all other approvals for the project.
b. Radiation physics calculations
c. Finalizing irradiator design philosophy
d. Preparation of Project Safety Reports (PSR)
e. Modifications / incorporation of comments from AERB, if any

(C) Detailed Engineering Design Services:

a. Prepare plant concept and appropriate design development matching the best
international standards.
9

b. Prepare detailed design and engineering with layout and drawings of facility and
commissioning plant. Layout should be in accordance with HACCP / ISO 22000
guidelines.

c. Elements to be covered include civil, mechanical and electrical works, including


plant and machinery with specification (imported and indigenous), utilities,
factory building, land development etc. Workout installed capacity, capacity
balancing and all other aspects related to plant capacity and commissioning of
plant.

d. Frame evaluation criteria for selection of appropriate technology and equipment.


Identification of machinery suppliers with options of machines (in terms of
features / performance parameters) and suppliers. Call for quotations and finalize
the machinery to be installed.

e. Provide detailed costing of the project elements for financial planning.

f. Prepare architectural drawings for submission to local statutory bodies for


obtaining necessary approval. The drawings shall have to be prepared in
accordance to the bye-laws of the statutory bodies of the area. Detailed drawing
with specifications for civil, mechanical and electrical works including structural
drawings / designs, construction / working drawings for project implementation
and approval from competent authority.

g. Project implementation plan giving role of different contractors and schedule of


activity starting from procurement to commissioning.

h. Listing of Government compliance. Guide GAIC to fulfill all mandatory


stipulations concerning the project.

i. Frame guidelines for operational and maintenance warranty.

j. Develop protocols for Dosimetry and facility standard operating procedures.

(D) Project Management Services (PMS) (Preparation of tender documents, identification of


turnkey contractor for civil work and plant engineering work)

a. Preparation of detailed specifications and assisting in identification of turnkey


project contractor covering all aspects of the project for civil, electrical and
mechanical works and plant commissioning through Open Tender Process.

b. Supervision of design, fabrication and installation of critical equipment as per


specification and testing of the same.

c. Monitoring and implementation of the project

d. Certifications of the bills raised by the turnkey project contractors

e. Preparation of the plant for approvals from AERB and other statutory bodies.
10

f. System integration and pre-commissioning-supervisory guidance

g. Preparation of standard operating procedures, dosimetry and treatment protocols.

h. Assisting in staff selection, training and certification issues

i. Preparing and obtaining necessary documents including O&M manuals, as built


drawings, quality control and quality assurance manuals from all Participating
vendors.

j. Coordinating source loading operations and final plant commissioning dosimetry


with BRIT. Preparing of final safety report for licensing of the plant and AERB
approval of FSAR.

k. Obtaining subsequent approvals from AERB, FDA, PPQ, USFDA etc.

(E) Preparation of tender documents, evaluation and scrutiny, and assistance in award of
contract for all works of the suitable O&M Operator.

Agro processing is defined as set of techno-economic activities, applied to all the produces,
originating from agricultural farm, livestock, aquaculture sources and forests for their
conservation, handling and value-addition to make them usable as food, feed, fibre, fuel or
industrial raw materials.

ARTICLE-1: DEFINITIONS

In this document, unless the context specifies otherwise, the following words and phrases shall
mean and include:

1) “Bid” means the complete bidding document submitted by the Bidder to the GAIC and
shall include any corrections, addenda and modifications made therein.

2) “Bidder” shall mean a proprietary concern, private limited company, corporate entity or a
society or a corporation or a trust or a firm eligible to participate in the Tender in the stages
of Pre-qualification, Bidding process and shall include the successful Bidder during the
currency of the Contract.

3) “Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of
value, pressurising to influence the action of a public official in the process of Bidder
selection and Contract execution.

4) “Total Accepted Tender Value”, means the rate at which the contract will be awarded to
the bidder exclusive of all as agreed upon by the Bidder and the Tenderer.

5) “Government” shall mean the Government of Gujarat and its concern Departments.

6) “Tenderer” means the organization/institution, which is floating this tender i.e. Gujarat
Agro Industries Corporation Limited (GAIC), Ahmedabad.
11

ARTICLE - 2: ELIGIBILITY CRITERIA FOR BIDDERS

The Bidder should be fulfilling the following eligibility criteria and must also submit
documentary evidence in support of fulfillment of these criteria while submitting the
technical bid. Claims without documentary evidence will not be considered. The
eligibility criteria and documentary evidence required are as follows:

Sl.
Eligibility Criteria Documentary Evidence to be attached
No..

1 The Bidder should have a minimum Notarized copies (or originals) of


average annual turnover of Rs.5.00 Audited financial statements
Lakh from project consultancy work in certified by auditor or IT return in
Radiation Processing in Agri sector for case of individual for last three
the last three financial years ending financial years ending March 31,
March 31st, 2009. 2009.

2 The bidder should have provided The documentary evidence can be in


project consultancy for radiation the form of notarized copies (or
processing plant for food processing originals) of Work Order,
sector on turnkey basis, from concept to Agreement, and / or client
commissioning of the project, involving certificates. The documents
preparation of project concept, capacity together must evidence the following
planning, detailed design and drawings, :
preparation/ advice on procurement, 1. Consultant’s Scope of work
bidding and award, implementation 2. Consultant’s period of work
monitoring and hand holding upto 3. Cost of the project
successful commissioning for project in 4. Satisfactory completion / work
India. The project cost for such project by the consultant \
should be more than Rs. 5 crore and
such consultancy work should have Projects where the of the consultant
been completed in last 10 years ending is not from concept to
March 31, 2009. commissioning will not be
considered for fulfillment of
eligibility requirement. .

1. Consortium shall not be allowed.


2. Only those bidders who meet the eligibility criteria shall be assessed for
Technical qualification.
3. The eligibility criteria would be evaluated based on the information
supplied in the Technical Bid
12

SCHEDULE FOR INVITATION OF TENDER

TENDER NAME: SELECTION OF PROJECT CONSULTANTS FOR RADIATION


PROCESSING PLANT FOR FOOD PROCESSING SECTOR AT BAVLA, AHMEDABAD.

To:

Issue of Tender From 15th September, 2009, 11.30 AM to 30th


September, 2009, 6.00 PM
Pre-Bid Meeting: On -24th September, 2009, 12 Noon at:
Gujarat Agro Industries Corporation Limited (GAIC)
Khet Udyog Bhavan, Opp. Old High Court
Navrangpura, Ahmedabad –380014

Bid Due Date for Online Bid 1st October, 2009, 16.00 Hrs.
Submission
Bid Due Date for Physical 3rd October, 2009, 12.00 Noon
Submission
Bid Submission Address: Divisional Manager (M&P)
Gujarat Agro Industries Corporation Limited (GAIC)
Khet Udyog Bhavan, Opp. Old High Court
Navrangpura, Ahmedabad –380014

Technical Bid Opening 3rd October, 2009, 15.00 Hrs


Venue: Gujarat Agro Industries Corporation Limited (GAIC)
Khet Udyog Bhavan, Opp. Old High Court,
Navrangpura, Ahmedabad –380014

Note:
1. Please address all queries and correspondence to the Divisional Manager (M&P), Gujarat
Agro Industries Corpn. Ltd. Khet Udyog Bhavan, Opp. Old High Court, Navrangpura,
Ahmedabad -380014.
2. If the Office of the GAIC happens to be closed on the day of receipt of the bids as specified,
the bids will be received and opened on the next working day on opening of the Office upto
the same time and at the same venue.
3. Please quote Ref. Number in all your correspondence.

General Instructions
1.0 Bidders who wish to participate in this bid will have to register on
https:/www.nprocure.com. Further, participating Bidders will have to procure Digital
Certificate as per Information Technology Act 2000 using which they can sign their
electronic commercial proposals. Bidders can procure the same from (n) Code Solutions
– a division of GNFC Limited, or from any other agency licensed by Controller of
Certifying Authority. Government of India. Bidders who already have a Digital
Certificate need not procure a new digital certificate.

2.0 Technical Bid: Bidders shall submit physically their bids in TWO SEPARATE PARTS
in sealed envelopes super-scribed with due date, time, project and nature of bid.
13

PART-I: Bid Security and Price of one copy of the Tender Document in a separate
sealed envelope superscripted with the Tender Document number. Please
enclose EMD of Rs.25,000/- and Price of one copy of the Tender
Document of Rs 1000/- in form of two Demand Drafts drawn in favour of
“Gujarat Agro Industries Corporation Limited (GAIC)” payable at
Ahmedabad

PART-II: Original and one copy of TECHNICAL BID complete with all technical
and commercial details except the prices. Original printed document shall
be considered as authentic.

Note: Filling up prices in Part II will render the Bidder disqualified.

The envelopes containing Part-I and Part-II of Bid should be enclosed in a larger
envelope duly sealed. The enclosed CUT-OUT Slips shall be filled and pasted on the
envelopes. All pages of the offer must be signed.

3.0 Financial Bid: Bidder shall submit the FINANCIAL BID online only.

4.0 Goods/Services offered should be strictly as per specifications mentioned in this Tender
Document.

5.0 Bidder shall quote the prices of services as mentioned valid for 90 days from the opening
of the price bid.

6.0 Once quoted, the Bidder shall not make any subsequent price changes, whether resulting
or arising out of any technical/commercial clarifications sought regarding the bid, even if
any deviation or exclusion may be specifically stated in the bid. Such price changes shall
render the bid liable for rejection.

7.0 The Technical bids in physical form should be sent by Registered Post / Speed Post/
Hand Delivery only so as to reach the office of GAIC, Ahmedabad on or before the
specified date and time. GAIC shall not be responsible for non-receipt of the tender bids
for any postal delay.

ARTICLE - 3: CHECKLIST OF DOCUMENTS COMPRISING THE BID

The bid submitted shall have the following documents:

1) The Receipt of non-refundable Tender Fee or Demand Draft for the same may be
attached with the covering letter of the bid.

2) In case bidder is a company- Certified copy of Certificate of incorporation for


companies,
Or
In case of Firm- Certified copy of the Registration Deed
Certified copies of documents submitted, as above, must be signed and carry the
seal of the authorized signatory.

3) List of present Directors/owners/executive council members/trustees/ Board


members as applicable.
14

4) Pan Number Xerox copy.

5) General power of attorney/Board of Directors resolution empowering the


Authorized signatory and all correspondences/documents thereof. Format for
General Power of Attorney is given at Annexure-3.

6) Audited Balance sheet and Income statement duly signed by the statutory
auditors and authorized signatory/ies of the Bidder for the years 2006-07, 2007-
08, 2008-09.

7) The Profile of the Bidder may be provided as follows:

1. Name of the Organization :


2. Nature of the Organization :
 (Govt./Public/Private/Partnership/
Proprietorship/ Trust/ Society)
3. Address with Phone No. and Fax :
4. Name of the Authorized Person :
5. Any other details in support of your bid :

8) Documentary evidence (signed by authorized signatory) proving that bidder has


provided all the data and documents required for proving their eligibility as per
the parameters given at Article No.2: Eligibility Criteria.

9) Documentary evidence (signed by authorized signatory) proving that bidder has


provided all the data and documents required for carrying-out the evaluation of
their Bid as per the parameters given at Article. No.15: Bid Evaluation

10) Financial Bid as per Annexure – 2.

11) The Demand Draft for EMD / Tender document Price.

12) Write up on approach and methodology that the consultant proposes to follow for
undertaking the consultancy work as per the scope. For this the consultant must submit a
write up not exceeding five pages.

GAIC at its discretion may ask for further information or clarification not furnished by
the Bidder. All bidders are required to furnish all such information /clarification
required by GAIC or GAIC will proceed to assess the bidder based on submitted
information alone.

ARTICLE – 4: BIDDING DOCUMENT

The Bid shall be submitted for the complete scope of work as envisaged in this tender
document. The bids for partial scope of work or with additional
conditions/deviation/additions/alterations/omissions shall be out-rightly rejected without
assigning any reason thereof.
15

ARTICLE – 5: AMENDMENT OF BIDDING DOCUMENTS

At any time prior to the deadline for submission of bids, GAIC, Ahmedabad for any
reason, whether at its own initiative or in response to the clarifications requested by
prospective Bidders, may modify the bidding document by amendment. All prospective
Bidders who have received the bidding document will be notified of the amendment and
such modification will be binding on them. In order to allow prospective Bidders a
reasonable time to take the amendment into account in preparing their bids, GAIC,
Ahmedabad, at its discretion, may extend the deadline for the submission of bids.

ARTICLE – 6: COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the Bid
and GAIC, Ahmedabad will in no case be responsible for those costs, regardless of the
conduct or outcome of the bidding process.

ARTICLE - 7: FRAUDULENT & CORRUPT PRACTICE

Fraudulent practice means a misrepresentation of facts in order to influence a procurement


process or the execution of a Contract and includes collusive practice among Bidders (prior
to or after Bid submission) designed to establish bid prices at artificial on-competitive levels
and to deprive the GAIC, Ahmedabad of the benefits of free and open competition.

Tenderer will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for, or in executing,
contract(s).

ARTICLE - 8: BID PRICE

The Financial bid should indicate the prices in the format/price schedule given at Annexure
– 2.
Bidder shall categorically confirm strict compliance with the following stipulation in
respect of their offer.

a) Any effort by a Bidder or Bidder's agent/consultant or representative howsoever


described to influence the GAIC, Ahmedabad in any way concerning
scrutiny/consideration/ evaluation/ comparison of the bid or decision concerning
award of contract shall entail rejection of the bid.
b) The Bidder should indicate a single consolidated rate for the specified goods and
services based on the payment terms specified in the Tender.

c) Bids should be submitted directly by the Bidder.

GAIC, Ahmedabad reserves the right to seek clarification/justification from the Bidder
on the bid price in case GAIC, Ahmedabad deems it necessary.
16

Based on the justification provided by the Bidder, if GAIC, Ahmedabad feels that the
price is unrealistic/ infeasible GAIC, Ahmedabad reserves the right to reject the said bid.
The Bidders shall be governed by the decision of GAIC, Ahmedabad.
ARTICLE - 9: EARNEST MONEY DEPOSIT (EMD)

The Bidder shall furnish, as part of the Bid, a EMD for the amount of Rs 25,000/- (Rupees
Twenty Five Thousand only) by DD in favour of “Gujarat Agro Industries Corporation
Limited” payable at Ahmedabad issued by any Scheduled/ Nationalised Bank in a separate
envelope. Only after the confirmation of valid EMD, the Technical Bid will be opened.

No interest shall be paid on EMD.

EMD of Bidders not awarded contract will be refunded within 15 days from the date of
declaration of award of contract and the Bidders will have to return the Original Receipt of
EMD with the Advance Receipt to GAIC.

If the Bidder is awarded the contract then the EMD will be refunded after completion of the
contract.

The EMD may be forfeited either in full or in part, at the discretion of GAIC, Ahmedabad,
on account of one or more of the following reasons:

a) The Bidder withdraws their Bid during the period of Bid validity specified by them
on the Bid letter form.
b) Bidder does not respond to requests for clarification of their Bid.
c) Bidder fails to co-operate in the Bid evaluation process, and
d) In case of a successful Bidder, the said Bidder fails:
1. To accept the contract or
2. To furnish the payment as per its offer.

ARTICLE - 10: PERIOD OF VALIDITY OF BID

Bids shall remain valid for the 90 days after the date of Price Bid opening prescribed by
GAIC, Ahmedabad. A Bid valid for a shorter period shall be rejected as non-responsive.

In exceptional circumstances, the GAIC, Ahmedabad may solicit Bidder's consent to an


extension of the period of validity. The request and the responses thereto shall be made in
writing. The EMD shall also be suitably extended. A Bidder granting the request is not
required nor permitted to modify the Bid.

ARTICLE - 11: FORMAT AND SIGNING OF BID

The original and all copies of the bid shall be typed or written in indelible ink and shall be
signed by the Bidder or a person duly authorized to bind the Bidder to the
Contract/Concession Agreement. All pages of the bid, except for un-amended printed
literature, shall be initialed by the person or persons signing the bid.
17

The complete bid shall be without alteration or erasures, except those to accord with
instruction issued by the GAIC or as necessary to correct errors made by the Bidder, in
which case such corrections shall be initiated by the person or persons signing the bid.

ARTICE - 12: SEALING AND MARKING OF BID

Bidder shall submit their bids in TWO SEPARATE PARTS in sealed envelopes super-
scribed with due date, time, project and nature of bid (Bid Security, Technical Bid).

Part: I The Bid Security and Price of one copy of the Tender Document in a
separate sealed envelope super scribed with the Tender Document number.

Part: II Original and 1 copy of TECHNICAL BID complete with all technical and
commercial details other than price bid.

NOTE: Filling up prices in Part-II will render the Bidder disqualified.

The envelopes containing Part-I and Part-II of bid should be enclosed in a larger envelope
duly sealed. All pages of the offer must be signed.

The outer envelope shall indicate the name and address of the Bidder along with the tender
no. to enable the bid to be returned unopened in cases it is declared `late'.

If the outer envelope is not sealed and marked as required, the GAIC will assume no
responsibility for the bid's misplacement or premature opening.

ARTICLE - 13: BID DUE DATE

Bid must be received by the GAIC at the address specified in the Tender Document not
later than the date specified in the bid.

The GAIC may, at its discretion, on giving reasonable notice by fax/e mail or any other
written communication to all prospective Bidders who have been issued the Tender
documents, extend the bid due date, in which case all rights and obligations of the GAIC
and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new
bid due date as extended.

Any bid received by the GAIC after the bid due date/time prescribed in the Tender
Document shall be rejected.

Any bid indicating conditions beyond those indicated in this Tender Document i.e.
conditional bid shall be rejected.

ARTICLE - 14: OPENING OF BIDS BY THE GAIC

Technical Bids will be opened in the presence of Bidder's representatives, who choose to
attend. The Bidder's representatives who are present shall sign a register evidencing their
attendance. The Bidder's names, Bid modifications or withdrawals and the presence or
18

absence of relevant EMD and such other details as the GAIC at his/her discretion, may
consider appropriate, will be announced at the opening.

At the pre-decided time, the GAIC contact person shall open the Technical Bids and list
them for further evaluation.
The eligibility of the bidders would be judged based on the evaluation. The bidders not
meeting eligibly criteria shall not be considered for further technical bid evaluation.

The financial bid of only the short listed Bidders shall be opened electronically. Any
participating Bidder may depute a representative to witness these procedures. GAIC, at its
sole discretion, may send the communication by fax/e-mail or other reliable means to
inform the bidders about the time and venue for such opening.

ARTICLE - 15: BID EVALUATION

1. Parameters and Procedure of Evaluation


The bids of all those bidders who satisfy the eligibility criteria shall be evaluated for
technical qualification. The evaluation and comparison of the bids shall be done for the
technical as well as financial aspects. The method for the same is detailed below:

Evaluation Marking System


Technical Bid : 60 Marks
Financial Bid : 40 Marks

Bidder scoring the highest marks shall be considered for the award of contract as the
most preferred bidder.

2. Technical Bid Evaluation

The evaluation criteria for technical bid will be as follows:

Basis of
Document Details Assessment Maximum
Evaluation Criteria
Required (Marks) Marks

1 Team Profile List of Team Members Experience, 10


with their bio-data and qualifications
role to be played in the and role of
assignment duly the team
signed by each members
member. proposed
19

2 No. of projects for which The documentary One Project


the consultant has provided evidence can be in the (20) 40
consultancy services. Such form of notarized For each
project should involve copies (or originals) additional
radiation
provision of consultant of Work Order,
project
services for radiation Agreement, and / or (10 each).
processing plant for food client certificates. Total not
processing sector on The documents exceeding
turnkey basis, from concept together must maximum
to commissioning of the evidence the marks.(max
project, involving following : mark 40)
preparation of project 1. Consultant’s
concept, capacity planning, Scope of work
detailed design and 2. Consultant’s
drawings, preparation/ period of work
advice on procurement, 3. Cost of the project
bidding and award, 4. Satisfactory
implementation, completion / work
monitoring and hand by the consultant
holding upto successful
commissioning for project
in India. The project cost
for such project should be
more than Rs. 5 crore and
such consultancy work
should have been
completed in last 10 years
ending March 31, 2009.
3 Approach and methodology Write up on approach Suitability of 10
(A&M) and methodology that the A&M to
the consultant the scope and
proposes to follow for its
undertaking the consistency
consultancy work as with
per the scope. For this consultant
the consultant must capability
submit a write up not
exceeding five pages.

Note: 1 The Team indicated in the bid cannot be changed up to commissioning of the project
without permission of the GAIC management
Note: 2 For this criterion of implementation experience, more projects will not fetch additional
mark beyond the maximum marks.
Note: 3 The assessment above would be based on assessment of a Tender Committee

Evaluation shall be carried out based on the above parameters and the data and documents
provided by the Bidders in support of their claims. The Tender Committee shall have the
right to verify the claims made by the Bidder, in whichever way it deems fit. The financial
bid of all Bidders shall be opened subsequently.
20

3. Financial Bid Evaluation

The total of consolidated fees quoted by the bidder inclusive of all taxes and expenses for
the project would be considered for financial bid evaluation. The marks obtained by each
Bidder will be calculated on proportionate basis. The procedure for the same is explained
below:

 Bid of the lowest bidder is say X


 Lowest bidder will get 40 marks
 Other bidder’s bid is say Y
 Other Bidder will score mark: (X/Y) x 40

The total marks obtained in technical bid and financial bid shall be the basis of awarding
the contract.

4. Bid Evaluation Committee

A Tender Committee decided by the MD, GAIC, shall do the above evaluation. The
Committee shall determine the approach and methodologies for the issues, which may arise
during the above, referred evaluation exercise and have not been addressed in this Tender
Document. The decision of the Committee shall be final and binding on all the Bidders.

ARTICLE -16 : THE GAIC'S RIGHTS TO ACCEPT ANY BID AND


TO REJECT ANY OR ALL BIDS

The Managing Director, GAIC reserves the right to reject any Bid and to annul the bidding
process and reject all bids at any time prior to award of Contract. Without thereby incurring
any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of
the grounds for such decision.

ARTICLE - 17: JURISDICTION OF CONTRACT

The Courts of Ahmedabad shall have Jurisdiction in all the matters arising under this
contract.

ARTICLE - 18: FORCE MAJEURE

“If, at any time during the continuance of this contract, the performance in whole or any
part by either party of any obligation under this contract shall be prevented or delayed by
reason of any war, hostility, act of the public enemy, civil commotion, sabotage, fires,
floods, explosion, epidemics. Quarantine restrictions, strikes, lock-outs or acts of god
(hereunder referred to as event)” then provided notice of the happening of any such event
is given by either party to the other within seven days from the date of occurrence thereof
neither party shall be reason of such event be entitled to terminate this contract nor shall
either party shall have any claim for damages against the other in respect of such non-
performance or delay in performance, and deliveries under the contract shall be resumed
as soon as practicable after such event has come to end or ceased of exist, and the
decision of the Divisional Manager (M&P), GAIC Ltd as to whether the deliveries have
been so resumed or not shall be final and conclusive.
21

ARTICLE 19: ARBITRATION

All questions, disputes or differences whatsoever, which may, at any time, arises
between the parties i.e. the Bidder and the Divisional Manager (M&P), upon or in
relation to or in connection with the contract/contracts shall be referred to the Managing
Director, GAIC for that purpose and the decision of the Managing Director, GAIC shall
be final and binding upon both the parties.

ARTICLE – 20: TERMS OF PAYMENT

Appropriate part of the Total Accepted Tender Value, in proportion to the services
rendered by the Bidder under this Tender shall be payable to him as per the payment
schedule indicated below:
Payment Terms & Schedule

Payment Term
Sr (% of Total
Event/Activity Details
No Accepted Tender
Value)
1 Signing of Project Consultancy Contracts/
5
Agreements
2 Preparation of Project report 5
3 Completion of Detailed Plant Engineering
Plan and Identification of Critical Machinery 15
Suppliers.
4 Finalization of Turnkey Project Contractors 15
5 Completion of building construction and
15
installation of plant and machinery
6 Identification of O & M operator 10
7 Trial Production, Commissioning of the Plant
20
and Certification of bills of the Suppliers
8 Support for 6 Months after Commissioning of
5
the plant
9 Support for 12 Months after Commissioning
10
of the plant
Total 100

All the payments shall be released on certification of satisfactory completion of work from
the MD, GAIC.
22

ANNEXURE -1

TECHNICAL BID FORMAT2

Date:

From
.......................................................
.......................................................
.......................................................

To,
The Managing Director,
Gujarat Agro Industries Corporation Limited (GAIC)
Khet Udyog Bhavan
Opp. Old High Court
Navrangpura
Ahmedabad –380014

Sir,

Sub: Bid Submission for Selection of Project Consultant for Radiation Processing Plant for
Food Processing Sector at Bavla, Ahmedabad

We are pleased to offer the following details as required for technical qualification assessment.

Sl. Title of the Consultant’s Value of work in Supporting


Project Cost
No. assignment / Scope terms of Documents
(Rs lakh)
project of work consultancy fees attached
1
2
3
4

(Signature of the Bidder)

Name & Designation:………....................


Address: ................................
……….....................
Tel No. ...............................
Contact Person ...............................

List of Enclosures :

1. …………………………………………….
2. . …………………………………………….
3. . …………………………………………….
4. . ………………………………………….

2
The above format would be used for judging the fulfillment of eligibility criteria as well.
23

ANNEXURE – 2

FINANCIAL BID FORMAT

Date :
Tender Notice No. :
Tender Document No.:

To:

Sir:

I/We hereby bid for providing the Project Consultancy for Radiation Processing Plant for Food
Processing Sector as per the specifications given in this Tender Document of the Gujarat Agro
Industries Corporation Ltd., (GAIC), Ahmedabad within the time specified as per Terms and
Conditions given in the Tender Document. The rates are quoted in the prescribed format given
below:

Consolidated Fees for Provision of Services as per


the Tender Scope of Work and Terms &
Conditions indicated therein inclusive of all
applicable taxes, duties, travel expenses etc. and
valid for contract period (Rs.) for Radiation
Processing plant for Food Processing Sector
Total (in figures)
Total (in words)

• Total consolidated fee for the project would be considered for financial bid evaluation.
• The fee includes travel required for providing the services indicated in the Tender.
• The rates indicated should be all inclusive and valid for the entire contract period.
• The rates indicated should be valid for 180 days.

Signature of the Bidder


with Seal and Date
24

ANNEXURE – 3

PROFORMA OF GENERAL POWER OF ATTORNEY


(To be signed and executed in non-judicial stamp paper of Rs. 10/=)

GENERAL POWER OF ATTORNEY

Be it known all to whom it concern that :

1. Sri/Smt______________________________S/O____________
____________________Residing at________________
2. Sri/Smt______________________________S/O____________
____________________Residing at________________
3. Sri/Smt______________________________S/O____________
____________________Residing at________________

I/We all the Partners/Directors/Board members/ trustees/ Executive council members/


proprietors/ Leaders of M/S ________________________having its registered office
at_________________hereby appoint Sri _____________________ S/O
__________________________________residing at ___________________ as my/our attorney
to act my/our name and on behalf and sign and execute all Documents/ Agreements binding the
firm for all contractual obligations (including reference of cases to arbitrators) arising out of
contracts to be entered into by the company/ Corporation/ society/ trust/ firm with the Office of
the Managing Director, Gujarat Agro Industries Corporation Ltd., (GAIC), Ahmedabad in
connection with its Tender No._______________Dated_____________for Project Consultancy
for Radiation Processing Plant for Food Processing Sector Project due for opening on
__________________ In short, he is fully authorized to do all, each and everything requisite for
the above purpose concerning M/s ____________________________________ and I/We
hereby agree to confirm and ratify his all and every act of this or any documents executed by
my/ our said Attorney within the scope of the authority hereby conferred on him including
references of cases to arbitration and the same shall be binding on me/ us and my/ our company/
Corporation/ society/ trust/ firm as if the same were executed by me/ us individually or jointly.

Witness (with address) Signature of the Partners/Directors/Board


members/ trustees/ Executive council members/
proprietors/ Leaders
1.
2.
3.
ATTESTED ACCEPTED

Signature: (Seal and Signature of Signatory of Tender offer of the Company/ Corporation/
Society/ Trust/ Firm)

You might also like