request for proposal for selection of conducting impact...

61
2016 Request for Proposal for Selection of Agency for Conducting Impact Evaluation Study of Projects implemented in Madhya Pradesh under Rashtriya Krishi Vikas Yojana (RKVY) in 2014-15 and 2015-16. Farmer Welfare and Agriculture Development, Vindhyachal Bhawan, Wing C, 2 nd Floor, Bhopal 462004 url: www.mpkrishi.mp.gov.in

Upload: tranthuan

Post on 12-Apr-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

2016

Request for Proposal for Selection of

Agency for Conducting Impact Evaluation Study of Projects

implemented in Madhya Pradesh under Rashtriya Krishi Vikas Yojana

(RKVY) in 2014-15 and 2015-16.

Farmer Welfare and Agriculture Development,

Vindhyachal Bhawan, Wing C, 2nd

Floor, Bhopal – 462004 url: www.mpkrishi.mp.gov.in

Table of Contents

Letter of Invitation ....................................................................................................................................... 1 Glossary used in the document ................................................................................................................... 2 Bid Fact Sheet ................................................................................................................................................... 3

1 Section I: Introduction to Bidders .............................................................................................................. 4

1.1 General ........................................................................................................................................................... 5

1.2 Bidding Document (RFP) .......................................................................................................................... 6

1.3 Preparation of Bids ..................................................................................................................................... 7

1.4 Pre-Bid Meeting and Clarifications........................................................................................................ 8

1.5 Submission and Opening of Bids .......................................................................................................... 9

1.6 Evaluation and Comparison of Bids ...................................................................................................10

2 Section II: Qualification Criteria ...............................................................................................................14

2.1 Technical Qualification Criteria ...........................................................................................................14

2.2 Evaluation of Financial Bids...................................................................................................................17

2.3 Award of Contract ......................................................................................................................................17

3 Section III: Schedule of Requirements ...................................................................................................18

3.1 Project Background ..................................................................................................................................18

3.2 Scope of Work for Agency .......................................................................................................................18

3.2.1 Coverage & Methodology ..................................................................................................................18

3.2.2 Outcome Expected

3.2.3 Details of Year wise selcted projects .................................................................................................19

3.3. Chapters under impact Evaluation report for conducting study ........................................... 19

4 Section IV: Time Line and Payment Schedule ....................................................................................20

4.1 Payment Schedule .....................................................................................................................................20

5 Section V: Penalty Clause: ...........................................................................................................................22

6 Section VI: General Terms and Conditions ...........................................................................................23

6.1 Contract and Interpretation ..................................................................................................................23

6.2 Obligations ..................................................................................................................................................25

6.3 Payment terms ...........................................................................................................................................31

6.4 Intellectual Property Rights (IPR) .........................................................................................................34

6.5 Indemnity ....................................................................................................................................................35

6.6 Confidentiality ............................................................................................................................................37

6.7 Default ......................................................................................................................... 39

6.8 Termination ................................................................................................................. ... 42

6.9 Arbitration............................................................ Error! Bookmark not definde ............43

6.10 Force Majeure .................................................................................................... 44

7 Section VII: Bidding Forms ........................................................................................... 45

7.1 Formats for Clarification ................................................................................................. 45

7.1.1 Format for submission of Queries ............................................................................... 45

7.2 Format for Particulars of the Bidder ................................................................................ 46

7.3 Format for Technical Proposal Covering Letter ................................................................ 47

7.4 Formats for Checklist of Technical proposal .................................................................... 48

7.4.1 SELF-DECLARATION {to be filled by the bidder}................................................... 55

7.4.2 Format for Statement of no deviation from the bidding document ...................... 56

7.5 FINANCIAL BID COVER LETTER & FORMAT .................................................................. 57

7.5.1 Financial Bid Format ........................................................................................... 58

7.6 Format for Performance Security ................................................................................... 125

7.7 Formet for Power fo Attorrty .......................................................................................... 63

Annexures.................................................................................................................... ...........

A-Details of Yearwise selected project.................................................................................... 64

LETTER OF INVITATION

Letter No: RKVY CELL/18/2016/PMU/1397 Bhopal, - -2017

Dear Sir/Madam:

Directorate, Farmer Welfare and Agriculture Development, Bhopal invite Proposals from

eligible agencies for "Conducting Impact Evaluation Study of Projects in Madhya Pradesh

Implemented in the year 2014-15 and 2015-16 under Rashtriya Krishi Vikas Yojana”.

i. As per the advertisements given in the various News Papers / MP Krishi portal

(www.mpkrishi.mp.gov.in) / e-Procurement portal (https://www.mpeproc.gov.in) all

interested bidder are invited to respond to the Request for Proposal (RFP)

document.

ii. The Bidder will be selected on parameter and procedures described in this RFP.

iii. Kindly respond to the tender as per the directions and the formats provided in the

Request For Proposal.

iv. Please note that while all the information and data regarding this RFP is to the best

of Department’s knowledge and are true to the scope of the propose project, the

department holds no responsibility for the accuracy of this information and it is the

responsibility of the bidder to check the validity of data included in the document.

Yours sincerely,

Director

Farmer Welfare and Agriculture Development

Bhopal

GLOSSARY USED IN THE DOCUMENT

AOA Articles of Association

Authority Directorate, Farmer Welfare and Agriculture Development, Bhopal

Agency Agency means Supplier who intend to provide services for the project as per RFP

Baseline plan Project plan that is formally accepted by stakeholders

Bidder

“Bidder” means any Company/ Society/Firm registered in India submitting RFP along with

prescribed documents in response to RFP and intending to provide services for project.

Bid Security Bid Security means Earnest Money Deposit

RKVY Rashtriya Krishi Vikas Yojna

Committee

Committee constituted by the Authority for Selection/evaluation of methodology and on Technical

Bid & Financial Bid.

Contract Agreement entered in to by Authority with the bidder

Department Department refers to “ Directorate, Farmer Welfare and Agriculture Development, Bhopal”

FWAD Farmer Welfare and Agriculture Development, Bhopal

FY Financial Year

GoI Government of India

GoMP Government of Madhya Pradesh

HO/HoD/HQ Head Office/Head of the Department/Head Quarter

INR Indian Rupees

IA Implementing Agency

LOI Letter of Intent

LLP Limited Liability Partnership

MOA Memorandum of Agreement

Noncompliance Failure/ refusal to comply with the terms and condition of the proposal

Nonresponsive

Failure to furnish complete information in a given format and manner required as per proposal or

not following the procedure mentioned in this RFP or not submitting the EMD or tender fee

WO Work Order

RFP Request for Proposal

Service Services to be provided as per the requirement mentioned in the scope of work

Service Provider Vendor who will be executing this contract

SLA Service Level Agreement

Scope of Work

SoW

Supplier Vendor who will be executing this contract

Vendor “Vendor” means Bidder/Supplier

Bid Fact Sheet

S. No Particulars Details

Directorate,

1. Name of Authority Farmer Welfare and Agriculture Development, Bhopal,

Madhya Pradesh

Selection of Agency for Conducting Impact Evaluation

Name of Engagement

Study of Projects in Madhya Pradesh Implemented in

2. the year 2014-15 and 2015-16 under Rashtriya

Krishi Vikas Yojana

The Bidding Document is available and downloadable on

following websites:

http://www.mpeproc.gov.in

Availability of the document

• Bidding Document Fees (non-transferable & non-

3. refundable) and Processing Fees must be paid online

at e-Procurement portal (http://www.mpeproc.gov.in)

• All Subsequent changes to the Bidding document shall

be published on the above mentioned websites

4. Tender Publish Date 09/06/2017

Last Date and Time for 30/06/2017 at 17:00 Hours

5. Submission of Bid

INR 5,000 + Processing Fees (non-refundable) payable

6. Tender Fee through online

e-Procurement portal

INR 3,00,000 in form of Fixed Deposit Receipt OR Demand Draft from any of the commercial banks in favor of

7. Earnest Money Deposit (EMD) Director, Farmer Welfare and Agriculture Development,

Madhya Pradesh and payable at Bhopal, Madhya Pradesh

and should be valid for 6 months from the due date of RFP

Scanned copy of the EMD to be submitted online in the

8. EMD Submission technical-qualification proposal on e-Procurement system.

Hardcopy of the EMD should be submitted at FWAD the

correspondence address by 30/06/2017 at 17:00 hours

Pre-Bid Meeting Date and Time

16/06/2017 at 14:00 Hours

9.

Directorate,

10. Pre Bid Meeting Venue Farmer Welfare and Agriculture Development, 2nd Floor,

Wing-C, Vindhyachal Bhawan, Bhopal – 462 004

01/07/2017 at 14:00 Hours

Date, Time and Place of

11. opening of Technical- Directorate,

Qualification Bid Farmer Welfare and Agriculture Development, 2nd Floor,

Wing-C, Vindhyachal Bhawan, Bhopal – 462 004

Date, Time and Place of Would be communicated to qualified bidders

12. opening of Financial Bid

Irrevocably Performance Security of value 10% of the Work

Performance Security (On Order (PO) value in form of BG issued by Scheduled /

award of the contract) Nationalized Bank in favour of Director, Farmer Welfare and

13. Agriculture Development payable at Bhopal, Madhya Pradesh

To be submitted at the correspondence address within 15

days of issuance of Work Order.

Mr. D.K. Shrivastava

Deputy Director Agriculture

“RKVY –Cell”

14. Contact Person Details Farmer Welfare and Agriculture Development

IInd Floor, Wing –C,

Vindhyachal Bhawan, Bhopal – 462 004

Email: [email protected]

1 Section I: Introduction to Bidders

This section specifies the procedures to be followed by Bidders in the preparation and

submission of their Bids. Information is also provided on the submission, opening and

evaluation of bids and on the award of contract. It is important that the Bidder carefully reads

and examines the Bidding document.

1.1 General

1. Scope of Bid

2. Eligibility

of Bidders

3. Contacting the

Authority

1.1 The Authority, FWAD has published this RFP for the “Selection of

Agency for conducting Impact Evaluation Study of the Projects under

Rashtriya Krishi Vikas Yojana implemented in the year 2014-15 and

2015-16”. The Scope of Work for the bidder is presented in Section III:

Schedule of Requirements.

1.2 Unless otherwise stated, throughout this Bidding Document, the

definitions and interpretations shall be as prescribed in Section VI:

General Terms and Conditions

2.1 A Bidder may be a legal private entity or a legal government-

owned entity with the intent to enter to deliver the engagement.

2.1 The bidder should be eligible to operate in conformity with the

provisions of the laws in India and shall have a Registered office within

India and preferably in M.P. also.

2.3 Bidder should not have any conflict of interest with any parties

included in the Bidding process.

2.4 Consortiums are NOT allowed to participate in the Bidding

Process.

3.1 From the time of bid advertisement to the time of Contract award,

if any Bidder wishes to contact the Authority (or designated Project

Manager) on any matter related to the bid, it should do so in writing at

the address mentioned in Bid Fact Sheet.

3.2 If a Bidder tries to directly influence the Authority or otherwise

interfere in the bid submission and evaluation process and the

Contract award decision, its bid may be rejected.

1.2 Bidding Document (RFP)

1. Sections of the 1.1

Bidding

Document Section I Introduction to Bidders

Section II Qualification Criteria

Section III Schedule of Requirements

Section IV Project Implementation and Payment Schedule

Section V Penalty Clause

Section VI General Terms and Conditions

Section VII Bidding Forms

1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document as published on the websites mentioned in the Bid Fact Sheet. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the bid.

2. Clarification

of Bidding

Document, Pre-

Bid Meeting

2.1 The prospective Bidder requiring any clarification of the Bidding

Document shall contact the Purchaser in writing at the Authority’s address

indicated in the Bid Fact Sheet. The Authority would respond to any

request for clarification, provided that such request is received prior to the

deadline mentioned in the Bid Fact Sheet. Should the Purchaser deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under Section - Pre-Bid

Meeting and Clarifications.

2.2 Any change to the Bidding document shall be uploaded on the

websites mentioned in the Bid Fact Shee

2.3 Non attendance at the pre-bid meeting will not be a cause for

disqualification of a Bidder.

3. Purchase of 3.1The Bidding Document is available and downloadable on

bidding following websites:

document http://www.mpeproc.gov.in

http://www.mpkrishi.mp.gov.in

3.2 Bidding Document Fees (non-transferable & non-refundable) and

Processing Fees must be paid online at e-Procurement portal

(http://www.mpeproc.gov.in)

4. Amendment of 4.1 At any time prior to the deadline for submission of bids, the

Bidding Authority may amend the Bidding Document by issuing addendum (also

Document referred as ‘corrigendum’).

4.2 Any addendum issued shall be part of the Bidding Document and

shall be uploaded on the e-Procurement Portal (http://www.mpeproc.gov.in

4.3 To give prospective Bidders reasonable time in which to take an

addendum into account in preparing their bids, the Authority may, at its

discretion, extend the deadline for the submission of bids.

1.2 Preparation of Bids

1. Cost of 1.1 The Bidder shall bear all costs associated with the preparation and

Bidding submission of its Bid, and the Authority shall not be responsible or liable

for those costs, regardless of the conduct or outcome of the bidding

process.

2. Language of 2.1 The Bid, as well as all correspondence and documents relating to

Bid the bid exchanged by the Bidder and the Authority, shall be written in the

English language.

3. Documents 3,1 The documents comprising the bid are listed in

Comprising

the Bid Section VII: Bidding Forms. Bidders must use the Bidding forms provided

to structure and submit their bids.

4. Letter of Bid 4.1The Bidder shall complete the Letter of Bid, including the

and Schedules appropriate Price Schedules, using the relevant forms furnished in

Section VII: Bidding Forms. The forms must be completed as instructed

mentioned in the Bidding Document. 5. Single Bid 5.1 Bidders are requested to submit only one Bid, if submission of more

than one bid by same bidder found at by the department it will be liable for rejection.

6. Documents 6.1 To establish its eligibility and qualifications to perform the

Establishing the Contract in accordance with Section II: Qualification Criteria the Bidder

Eligibility and

Qualifications of

the Bidder

shall provide the information requested in the corresponding bidding forms

included in Section VII: Bidding Forms.

7. Bid Prices 7.1 Bidders shall quote for the entire Services as requested in RFP on a

“single responsibility” basis such that the total bid price covers all the

Agency obligations mentioned in or is inferred from the Bidding Document

in respect of conducting Impact Evaluation Study as specified in Section III:

Schedule of Requirements.

7.2 Bidders shall give a breakup of the prices in the manner and detail called for in the Financial Proposal Format included in Section VII: Bidding Forms.

7.3 The price of Products and Services shall be quoted in total for service (where appropriate, broken down into unit prices). Prices must include all taxes, duties, levies and fees that shall apply in India on/to the price of the Services & Products invoiced to the Authority.

8. Currencies of

Bid and Payment 8.1 The currency of the bid shall be, Indian Rupees (INR).

9. Period of

Validity of Bids

9.1 The Bids shall remain valid for the period of 180 days after the bid

submission deadline date prescribed by the Authority. A bid valid for a

shorter period shall be rejected by the Authority as non responsive.

9.2 In exceptional circumstances, prior to the expiration of the bid validity

period, the Authority may request Bidders to extend the period of validity

of their bids. The request and the responses shall be made in writing. In

case of Bidder extending of the bid, the Bidder granting the request shall

also extend the bid security for forty-five (45) days beyond the deadline of

the extended validity period.

10. Bid Security10.1 The Bidder shall furnish scanned copy of Bid security (Earnest

Money Deposit) along with the qualification proposal on e- Procurement

Portal. Hardcopy of the EMD should be submitted at FWAD at the

correspondence address prior to the deadline mentioned in the Bid Fact

Sheet. In case of non-receipt of hard copy of EMD at FWAD at the

correspondence address prior to the deadline mentioned in the Bid Fact

Sheet, the bid shall be rejected by the FWAD as non- responsive.

10.2 The amount and currency of the bid security (EMD) shall be

as per the Bid Fact Sheet

10.3 Bid security shall be in form of Fixed Deposit Receipt from any of the scheduled banks in favor of Director, Farmer Welfare and Agriculture Development, Madhya Pradesh and payable at Bhopal, Madhya Pradesh.

10.4 Any bid NOT accompanied by an enforceable and compliant bid

security (as per Bidding form) shall be rejected by the Authority as non

responsive.

10.5 The bid security of unsuccessful Bidders shall be returned as promptly

as possible upon award of contract to the successful Bidder. No interest will

be payable by the FWAD on the amount of the Bid Security.

10.6 The bid security of the successful Bidder shall be returned as promptly

as possible once the successful Bidder has signed the Contract and

furnished the required performance security.

10.7 The bid security will be forfeited by FWAD on account of one or

more the following reasons:

If a bidder withdraws its bid during the period of bid validity

If the successful bidder fails to sign the contract in accordance

with terms and conditions

Successful bidder fails to furnish performance security as

specified in the Bidding Document

11. Format and Signing of Bid

11.1 The bid should be digitally signed by a person duly authorized

to sign on behalf of the Bidder and should be uploaded on the e-

Procurement Portal.

1.3 Pre-Bid Meeting and Clarifications

1. Pre-Bid 1.1 FWAD shall hold a Pre-Bid meeting with the prospective

Conference bidders as per the timelines mentioned in the Bid Fact Sheet.

1.2 The interested bidders need to ensure that they have submitted

their queries as per the dates mentioned in the Bid Fact Sheet.

1.3 Queries provided by the Bidders should be as per the format

provided in the Bidding Forms

1.4 Response to the queries and clarification shall done in the pre bid meeting.

1.5 At any time prior to the last date of receipt of the bids, FWAD may, for

any reason, whether at its own initiative or in response to a clarification

raised by a prospective bidder, modify the Bidding Document by a

Corrigendum 1.6 Any such corrigendum shall be part of this Bidding Document 1.7 In order to provide prospective bidder reasonable time for taking the

corrigendum into account, FWAD may, at its discretion, extend the last

date for the submission of the Bid.

1.4 Submission and Opening of Bids

1. Submission, 1.1 Bidders are advised to study all the instructions, forms,

& Making of Bids requirements, terms and others information in this Bidding Document

carefully. Submission of the Bid shall be deemed to have done after

careful reading the Bidding Document with full understanding of its

implication.

1.2 Failure to comply with the following shall render the Bid as non-

responsive:

(a) Documentation specified in the

Bidding Document;

(b) Format specified in the Bidding Document;

(c) Requirements as set out in the Bidding Document

1.3 The Bidders should submit the Bids as per the format in this

Section VII: Bidding Forms in the following manner:

(a) Technical Proposal: UPLOAD ON e-Procurement Website –

Technical Link

(b) Financial Proposal: UPLOAD ON e-Procurement Website - Financial

Link

1.4 Please note that the prices should NOT be indicated in the

Technical Proposal. The failure to comply shall lead to rejection

of bids.

1.5 All the pages of the proposal must be sequentially numbered and

must contain the list of contents with page numbers.

1.6 The proposal shall be typed with no corrections.

1.7 The bid needs to be digitally signed.

1.8 The Proposal should be accompanied by a power-of-attorney in

the name of the signatory of the proposal.

1.9 The bidders need to ensure payment of Bidding Document Fees no

later than the date and time indicated in the Bid Fact Sheet.

2. Deadline for 2.1 Bids must be received by the Authority on the e-Procurement

Submission of

Bids

Portal no later than the date and time indicated in the Bid Fact Sheet

3. Late Bids

3.1 The e-Procurement Portal shall not permit the bidder the

bids after the deadline for submission of bids.

to submit

3.2 FWAD shall not be responsible for delay or non-receipt of the

documents.

4. Bid Opening 4.1 The bid shall be opened as given in the bid fact sheet. Bidders designated

representatives may be present at the time of opening of bid.

1.5 Evaluation and Comparison of Bids

1. Confidentiality 1.1Information relating to the evaluation of bids and recommendation of

contract award, shall not be disclosed to Bidders or any other persons not

officially concerned with such process until the notification of contract

award.

2. Clarification 2.1 To assist in the examination, evaluation, and comparison of the

of Bids bids, and qualification of the Bidders, the Authority may, at its discretion,

seek any Bidder for a clarification of its bid. The Authority’s request for

clarification and the Bidder’s response shall be in writing.

2.2 If a Bidder does not provide clarifications of its bid by the date and time

set in the Authority’s request for clarification, the bids shall be evaluated on

the basis of information available with the Authority..

3.

Determination

of

Responsiveness

3.1 The Authority’s determination of a bid’s responsiveness is to be based

on the contents of the bid its

3.2 Initial Bid scrutiny will be held and incomplete details as given below

will be treated as non-responsive. Non-responsive bids shall not be

considered for evaluation. A non-responsive bid shall be if the proposal:

Is not as per the Bidding document

Received without the Letter of Authorization (Power of Attorney)

Are found with suppression of details

With incomplete information, deviations, subjective, conditional

offers and partial offers submitted

Submitted without the documents requested in the checklist

Have non-compliance of any of the clauses stipulated in

the Bidding Document

With lesser validity period

Bid is not substantially responsive to the requirements of the

Bidding Document

3.3 All eligible bids will be considered for further evaluation by an

Evaluation Committee according to the evaluation process defined in this

Bidding document. The decision of the Evaluation Committee will be final

in this regard.

4. Evaluation of4.1 All Bids shall be first evaluated on the basis of qualification criteria

Bids

mentioned in Section II: Qualification Criteria. Only those bids which

qualify the Technical-qualification criteria shall be considered for Financial

Evaluation.

4.2 The Authority shall use the criteria indicated

in Section II: Qualification Criteria.

4.3 The Authority will evaluate and compare the bids that have been

determined to be substantially responsive. The evaluation will be

performed and the Contract shall be awarded to the Lowest

financial Quoted by the Bidder (L1).

4.4 Bids which qualify the Technical-qualification criteria shall be taken up

for financial evaluation.

5. Authority’s 5.1 The Authority reserves the right to accept or reject any bid, and to annul

Right to Accept

Any Bid, and to

Reject Any or All

the bidding process and reject all bids at any time prior to contract award,

without thereby incurring any liability to Bidders. In case of annulment, bid

securities, shall be promptly returned to the Bidders.

Bids

2 Section II: Qualification Criteria

2.1 Technical Qualification Criteria

The Bidder must possess the requisite experience, strength and capabilities to meet the requirements

as described in the Bidding document. Keeping in view the complexity & volume of the work involved,

the following criteria are prescribed as Technical-Qualification criteria for bidder interested in

undertaking the project. S.No Technical Qualification Criteria Documents to be submitted

1 Bidder must be incorporated or registered in India under

the Indian Companies Act, 1956 (including Section – 25 of

the Act) or Limited Liability Partnerships (registered under

LLP Act, 2008) Society/Firm registered in India since more

than five years as on 31.03.2016.

Copy of Incorporation /

Registration certificate along with

MoA-AoA/Bylaws (or similar

document) should be furnished as

documentary proof of bidder.

2

The bidder should have minimum average annual turnover of

INR 70,00,000 or more for the last three Financial Years

(FY 16-17, FY 15-16, FY 14-15,).

Copy of the audited profit and loss

account / balance sheet annual

report of last three financial years

mentioning required figures

attested by Chartered Accountant

3

The bidder should have positive net worth for the last three

Financial Years (FY 16-17, FY 15-16, FY 14-15,).

Chartered Accountant certificate

for Net-worth, Turnover and PAT

should be attached.

4 The Bidder in India should have an experience in preparation

of at least 3 (three) agriculture and allied sectors assignment

or Impact Evaluation Studies for any State Government,

Government Undertaking, Central Government or any other

Public Sector undertaking in India during last 3 financial

years FY 16-17, FY 15-16, FY 14-15. Total value of these three

work orders of preparing of these assignment / studies should

be at least INR 25,00,000.

Copy of work order + Client

Completion Certificate / ( If Work

in Progress, Present Client

Continuity Certificates + Copy of

work order. The authority may

ask to present the invoices for the

same if required at any point of

time during the bid process.

5

The Bidder in India should have at least 2 minimum resources in each of the following skill set with relevant year

of experience. All resource should be permanent/part time

employee of Bidder.

i) Natural Resource Management/ Environmental

sciences

ii) Agricultural and Allied sectors

iii) Social Science/Social Economics iv) iv) Civil Works v) v) Statistics vi) vi) Documentation

Curriculum Vitae of the resources

to be shared highlighting the

relevant years of experience +

Bidder self attested certificate

indicating “permanent employee”

or “part time employee” whose

CV has been shared with the

Authority. The authority may ask

to present other justified

documents supporting the

technical criteria for the same if required at any

point of time during the bid

process.

6 The Bidder shall not be under a declaration of ineligibility for corrupt or fraudulent practices as on date of submission of

Declaration letter regarding Clean Track Record should be attached

bid and also not blacklisted or under litigation by any State/Central/UTs Government at the time of bidding.

by the bidder.

7 The Bidder should have a point of presence in M.P. or should open a Project Office within 30 days of receipt of Letter of Intent (LoI).

Relevant document proof for presence in M.P. OR An undertaking to this effect should be submitted by the bidder on its letter head.

8 The bidder (Prime) should be registered with Service Tax, Provident Fund and Professional Tax and should have valid TAN and PAN numbers.

Copy of Certification which is valid on date of submission

2.2 Evaluation of Financial Bids

The commercial bids for only those bidders will be opened who have qualified the technical evaluation

and reviewed to determine whether the commercial bids are substantially responsive. Commercial bids

that are incomplete shall be rejected. All the bidder will have to quote the cost of conducting Impact

Evaluation Study for particular financial year for all the selected projects listed in that financial year. Its

mandatory for the bidder to quote the cost of conducting Impact Evaluation Study for every project

listed in that particular financial year. Interested bidders may quote the Financial bid for one yearor for

both years. The Evaluation of Financial bid will be made year wise separately.

2.3 Award of Contract

Award of the contract shall be made to the technical qualified bidder with the lowest financial bid (L1)

for each of the year.

3 Section III: Schedule of Requirements

3.1 Project Background

The Rashtriya Krishi Vikas Yojana (RKVY) has been launched by the Government of India to

incentivize states to increase the share of agriculture in their State Plans. This is in pursuance of the

resolution adopted in the 53rd meeting of the National Development Council on Agriculture and

related issues held on 29th May, 2007. The RKVY to State Plans has been administered by the Union

Ministry of Agriculture over and above its existing Centrally Sponsored Schemes. The RKVY will

incentivize states to draw up plans for their agriculture sector more comprehensively, taking agro

climatic conditions, natural resources, and technology into account, and integrating livestock,

poultry and fisheries more comprehensively. Special schemes for beneficiaries of land reforms would

be introduced.

Under the Scheme, the States have the freedom to develop and pursue activities on the basis of their

priorities through State and District Agriculture Plans.

The details of the scheme can be seen in the RKVY guidelines available in the website

http://agricoop.nic.in/Admin_Agricoop/Uploaded_File/RKVY_Guildlines_(XII_Plan)-2014.pdf

Objective of the Work:

a) Farmer Welfare and Agriculture Development, Bhopal, Madhya Pradesh intends to engage Agency

conducting Impact Evaluation of Projects implemented in the year 2012-13, 2014-15 and 2015-16

under RKVY.

b) To know whether:- (1) The designed output of each project identified in both the years has achieved.

(2) The Expected outcome of each project identified in both the years has achieved.

c) Analysis of direct and indirect impact on project beneficiaries and on increasing Production and

Productivity.

d) Analytical comments on the process involved and other features of the projects like, record

keeping, verification of beneficiaries, mode of payment / subsidy to farmers implementation

schedule etc.

3.2 Scope of Work for Agency

3.2.1 Coverage & Methodology

i. The "Agency" shall plan and undertake activities to achieve the objectives outlined above.

ii. While conducting the study, the Agency should follow the Provision of each project. iii. The "Agency" shall organize visits/ surveys/ discussions/ consultations/ workshops etc., with

all other stake holders engaged at grass-root level to higher functionaries; different government departments / autonomous bodies , representatives of 3 -tier Panchayat Bodies (including ADC Areas), trade, industry and cultivators to have specific information/ assessment of the requirement of each & every project separately. Before preparing the draft report for each year

and for each project, at least 2 (two) workshop/ consultations/meetings should be organized

by the Agency involving departmental extension workers, PRI representatives and other

stakeholders.

iv. Authority shall issue required letters authorizing the consultant to contact various

government agencies to procure desired information related to the consultancy.

v. The Agency should develop the strategy for each project as to how Impact can be assessed

and accordingly formats and questionnaire etc. be prepared.

(vii) The Draft Report will be prepared in following stages viz 1. Survey at the grass root level (Panchayat/ Village Council) in the sample area to assess the

impact of each project .

2. Preparing 1st Draft report in consultation with various stakeholders at District level

3. Discussion on 1st Draft report Preparing 2nd Draft report on the basis of feedbacks

4. Discussion on 2nd Draft report at District level and state level.

5. Submission of Final draft report for each of the project. to state level for comments . 6. Final submission of project wise report.

3.2.2 Outcome Expected:

Every project under Impact Evaluation Study has its own Expected Outcome well defined in

their project report Accordingly study will have to ensure whether expected outcome has

actually achieved. 3.2.3 Details of Year wise Selected Projects:-

As per the guide line of RKVY, there are number of projects sanctioned every year for

Implementation. Out of these projects some projects one foe one year where as some one for

more than one year. The guide line also envisaged that "Out of the total projects seemed

every year, The 25% number of projects with 25% of total cost will be selected for Impact

Evaluation study “.

The list of selected project for 2014-15 and 2015-16 is enclosed at enclosure-"A". The Impact Evaluation study shall be conducted in 25% of districts, & for such number of beneficiary so that impact can be representative assessed.

The successful bidder will be given the copy if sanctioned project during the meeting

with the authority to develop modus appends.

All the bidders with have to quote the cost for Impact Evaluation Study of all projects of shown in Annexure-"A".

3.3 Chapter Under Impact Evaluation Report:-

Impact Evaluation Study of each project should contain an executive summary highlighting Aims,

Outcome , Methodology and strategy adopted. Each document should have the following

Chapters. a) Introduction and Background

b) Designed Output and Expected Outcome. c) Methodology adopted.

d) Finding for the study of each project.

e) Comments on the implementation process , mode of distributing subsidy, record keeping

etc.

f) Conclusion.

g) Annexes

4 Section IV: Time line and Payment Schedule for conducting study.

Agency shall be responsible for the timely delivery of services as described in the Bidding Document.

Timeline

Milestone

Activities

(End Date)

Contract Signing

T

1

2 First round of discussion with Agency to form Project Execution Plan

T + 0.5 Months

from the date of award of contract

3 Submissions of 1 st Draft of report to the Authority by the Agency T + 3 Months

4 Discussion/consultation on 1st Draft with the Agency T + 3.5 Months

Submission of 2nd Draft to the Authority by the Agency after

5 incorporations of the suggestions, views, comments expressed during T + 5.0 Months

the discussion etc. on 1st draft

6 Submission of final Impact Evaluation Report. T + 6.0 Months

7

Acceptance of final Impact Evaluation Report from

T + 7.0 Months

Authority

4.1 Payment Schedule

The Agency shall be remunerated for services delivered to the Authority The payments shall be

made to Agency upon successful achievement of milestones in accordance to the payment terms

mentioned in Section 6.3 Payment terms. The milestone shall deem to be achieved only after

successful completion of all the corresponding activities to the satisfaction of Authority. It may be

noted that the payments shall not be further broken down for activities.

The payment terms are presented in the table below.

S. Activity / Milestone Payment

No.

1. Contract Signing 10% of total agreed sum for the contract

2. Submission of first draft report 30% (thirty five percent) of the Contract amount

shall be given with in 30 (thirty) days

3. Submission of second draft report 30% (thirty five percent) of the Contract amount

shall be given with in 15 (fifteen) days

Submission of 20% (twenty percent) of the Contract amount

4.

final report to Authority shall be given with in 15 (fifteen) days

5. Acceptance of final report from 10% (ten percent) Balance shall be given with- in

Authority 30 (thirty) days

• No escalation of rate will be accepted during the period of contract for

any reason.

• GST/CST/SGST-Income tax and VAT etc. will be deducted as per rate & norms

prevailing in the State.

• No taxes/ Levies/duties etc. shall be added over and above the cost quoted in

financial bid.

• Any such charges, taxes, levies etc. incidental to the study shall be at the cost of

Agency.

5 Section V: Penalty Clause:

The Impact Evaluation report have to be submitted as per time schedule mentioned in the Section

IV of this document. Failure to do or delay in submission of the report shall attract a penalty of Rs.

500/per day which shall be deducted subject to a maximum of 2% (two percent) of the total

agreed/contract cost. Poor quality of report or non-coverage of areas will also invite the penalty. The

Committee shall be empowered to impose penalty of maximum of Rs.50,000/- (Rupees fifty

thousand only) on the Agency in addition to other penalties. This will be in addition to penalty

mentioned in this document under the caption "Performance Assessment" Section 6.3

(Payment Terms).

6 Section VI: General Terms and Conditions

6.1 Contract and Interpretation

1. Definitions 1.1 The following words and expressions shall have the meanings

hereby assigned to them:

“Bidding Documents” refers to the collection of documents issued by the

Authority to instruct and inform Bidder of the processes for bidding,

selection of the winning bid, and Contract information, as well as the

contractual conditions governing the relationship between the Authority

and the Agency.

“Bidder’s Representative” means any person nominated by the Bidder

and approved by the Authority.

“Completion” means that the Impact Evaluation report for each project

of all three years has been completed, that all work in respect of survey,

project documentation or such specific part thereof has been completed,

that all Documentation has been supplied, and are accepted by the

Authority.

“Contract” means the contract entered into between the Authority and

the Agency, and constituted by the Contract Documents.

“Contract Period” is the time period during which this Contract governs

the relations and obligations of the Authority and the Agency.

“Day” means calendar day.

“Defect” means an imperfection or flaw that impairs worth or utility of

the services.

“Deviation” is a departure from the requirements specified in the

Bidding Document.

“Deployment Plan” is the plan of manpower being deployed by the

Agency to execute the project.

“Documentation” means all documentation in printed or printable form

and all instructional and informational aides in any form (including audio,

video, and text) and on any medium, provided to the Authority under the

Contract.

“Effective Date” means the date on which the contract/agreement has

been executed and the Agency has submitted the performance security.

“ Authority” means FW & AD or its authorized representative.

“EMD/Bid Security” means the deposit made by the Bidder to the

Authority/Purchaser show good faith in the Bidding Process.

“Month” means calendar month.

“Omission” is the failure to submit part or all of the information or

documentation required in the Bidding Document

“Reservation” is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the Bidding

Document.

“Party” means the Authority or the Agency, as the context requires, and

“Parties” means both of them.

“Services” means a services deliverable specified in the Schedule of

Requirements which is to be delivered to the Authority by or on behalf of

the Agency.

“Schedule of Requirements (SOR)” means the Schedule of Requirements

Section of the Bidding Documents as amended and appended to the

Contract.

“Bidder/Agency/Party/Vendor” means the party named as the Agency

and includes the legal successors or permitted assigns of the Agency.

“Time for Completion” means the time within which Completion of the

services as a whole is to be attained in accordance with the relevant

provisions of the Contract.

2. Law and 2.1 The Contract shall be governed by and interpreted in accordance

Language with laws of India.

2.2 The ruling language of the Contract shall be that stated in the

English.

3. Time for 3.1 The Agency shall commence work as per the period specified in

Commencement the RFP. The Agency shall thereafter proceed with the Services in

and Completion accordance with the time schedule specified in the Implementation

Schedule and any refinements made in the Agreed and Finalized Project

Plan.

3.2 The Agency shall attain Completion Certificate of such part as

specified in the Contract, within the time stated in the RFP or within such

extended time to which the Agency shall be entitled.

4. General 4.1 Survival of the Contract: The provisions of the clauses of this Contract

in relation to documents, data, ownership of data, processes, property,

Intellectual Property Rights, indemnity, publicity, disputes, and

confidentiality and ownership survive the expiry or termination of this

Contract and in relation to confidentiality, the obligations continue to

apply unless the Purchaser notifies the Agency of its release from those

obligations.

4.2 Notice: All notices, requests or consents shall be sent to a Party hereto at its address and contact number specified in Bid Fact Sheet or at

such other address and contact number as is designated by such Party in a

written notice to the other Parties hereto. All such notices and

communications shall be effective:

a. if sent by fax, when sent (on receipt of a confirmation to the correct fax

number) with correct answerback,

b. if sent by person, when delivered with delivery receipt,

c. if sent by e-Mail, followed by hardcopy with delivery receipt.

4.3 Currency : Payment shall be made in Indian Rupees only

6.2 Obligations

1. Agency’s Obligations

1.1 Agency's scope of work: The Agency's obligations shall cover all areas of the scope of work that are classified under Schedule of Requirements. It will be the Agency's responsibility to ensure the proper and successful implementation, performance and continued operation of the proposed solution in accordance with and in strict adherence to the terms of this Bidding document and the Contract.

1.2 Staffing and Agency's team: Agency shall adhere to all the requirements

for Agency's team and staffing as outlined in this Bidding Document. Agency

shall ensure that the Agency's Team is competent, professional and

possesses the requisite qualifications and relevant experience to the task

they are required to perform under this Contract. Agency shall ensure that

the Services are performed through the efforts of the Agency's Team, in

accordance with the terms hereof and to the satisfaction of the Authority.

Nothing in this Contract relieves the Agency from its liabilities or obligations

under this Contract to provide the Services in accordance with the Authority

directions and requirements and as stated in this Bidding Document to the

extent accepted by the Authority and the Agency shall be liable for any non-

performance, non-compliance, breach or other loss and damage resulting

either directly or indirectly by or on account of its Team.

1.3 Assistance to Stakeholders: Agency shall work closely with all key

stakeholders including but not limited to FWAD, Line Departments, and

other agencies and entities as may be appointed by FWAD from time to time

for delivery of services

1.4 Transition: At the time of termination or expiry of the Agency's contract,

Agency shall be responsible for transition to any other agency appointed by

FWAD. The scope of activities for transition, at a minimum, shall be as

outlined in the Contract.

1.5 Agency's representative: The Agency's Representative/Project

Coordinator (s) shall have all powers required for the execution of scope of

work and performance of services under this contract. The Agency's

Representative(s) shall liaise with the Authority Representative for the

proper coordination and timely completion of the works and on any other

matters pertaining to the works. He/she will extend full co-operation to

Authority representative in the manner required by them for

supervision/inspection/observation of the equipment/goods/ material,

procedures, performance, progress, reports and records pertaining to the

works. He/she shall also have complete charge of the Agency's personnel

engaged in the performance of the works and to ensure compliance of rules,

regulations and safety practice.

1.6 Reporting Progress

a) Agency shall monitor progress of all the activities related to the

execution of this contract and shall submit to the Authority at no

extra cost, progress reports with reference to all related work,

milestones and their progress during the execution phase on a bi-

weekly basis.

b) Formats for all above mentioned reports and their dissemination

mechanism shall be discussed and finalized at the initial meeting.

The Authority on mutual agreement between both parties may

change the formats, periodicity and dissemination mechanism for

such reports.

c) Periodic meetings shall be held between the representatives of the

Authority and the Agency once in every 15 days during the execution

phase to discuss the progress of implementation. After the

implementation phase is over, the meeting shall be held as an

ongoing basis, once in every 30 days to discuss the performance of

the contract. Agency shall ensure that the respective data

dissemination/collation teams involved in the execution of work are

part of such meetings.

d) A Project Committee comprising of representatives of the Authority

and senior officials of the Agency shall be formed for the purpose of

this contract. This committee shall meet at intervals, as decided by

the Authority later, to oversee the progress of the project. Agency

shall report to the Steering Committee constituted by FWAD.

e) All the goods, services and manpower to be provided / deployed by

the Agency under the Contract and the manner and speed of

execution and maintenance of the work and services are to be

conducted in a manner to the satisfaction of Authority

representative in accordance with the Bidding Document.

f) The Authority reserves the right to inspect and monitor/assess the

progress/performance of the work / services at any time during the

course of the Contract. The Authority may demand and upon such

demand being made, the Agency shall provide documents, data,

material etc, to enable it to assess the progress/performance of the

work / service.

g) At any time during the course of the Contract, the Authority shall

also have the right to conduct, either itself or through another

agency as it may deem fit, audit to monitor the performance by the

Agency of its obligations/functions in accordance with the standards

committed to or required by the Authority and the Agency

undertakes to cooperate with and provide to the Authority all

Documents and other details as may be required by them for this

purpose. Such audit shall not include Agency's books of accounts.

h) Should the rate of progress of the works or any part of them at any

time fall behind the stipulated time for completion or is found to be

too slow to ensure completion of the works by the stipulated time, or

is in deviation to Bidding Document requirements/ standards,

Authority representative may so notify the Agency in writing.

i) The Agency shall reply to the written notice giving details of the

measures he proposes to take to expedite the progress so as to

complete the works by the prescribed time or to ensure compliance

to Bidding Document requirements. The Agency shall not be

entitled to any additional payment for taking such steps. If at any

time it should appear to the Authority that the actual progress of

work does not conform to the approved programme the Agency

shall produce at the request of the Authority representative a revised

programme showing the modification to the approved programme

necessary to ensure completion of the works within the time for

completion or steps initiated to ensure compliance to the stipulated

requirements.

j) In case during execution of works, the progress falls behind

schedule or does not meet the Bidding Document requirements,

Agency shall deploy extra manpower/ resources to make up the

progress or to meet the Bidding Document requirements.

Programme for deployment of extra man power/ resources will be

submitted to the Authority for its review and approval, which

approval shall not be unreasonably withheld. All time and cost

effect in this respect shall be borne, by the Agency within the

contract value.

1.7 Programme of Work

a) Within 15 business days after the release of Authority Order under

this Contract or prior to initial meeting whichever is earlier, the

Agency shall submit to the Authority for its approval a detailed

programme showing the sequence, procedure and method in which

he proposes to carry out the works as stipulated in the RFP and

shall, whenever reasonably required by the Authority

Representative furnish in writing the arrangements and methods

proposed to be made for carrying out the works. The programme so

submitted by the Agency shall conform to the requirements and

timelines specified in the Contract. The Authority and the Agency

shall discuss and agree upon the work procedures to be followed for

effective execution of the works, which the Agency intends to deploy

and shall be clearly specified. Approval by the Authority's

Representative of a programme shall not relieve the Agency of any

of his duties or responsibilities under the Contract.

1.8 Agency’s Organization

a) The Agency shall supply to the Authority for its approval, within 15

business days after the release of work Order under this Contract or

prior to the initial meeting whichever is earlier, an organization

chart showing the proposed organization/ manpower to be

established by the Agency for execution of the work including the

identities and Curriculum-Vitae of the additional personnel to be

deployed apart from key personnel.

b) The Agency should to the best of his efforts, avoid any change in the

organization structure proposed for execution of this contract or

replacement of any manpower resource appointed at the Authority

Locations. If the same is however unavoidable, due to circumstances

such as the death of resource, Agency shall promptly inform the

Authority in writing and the same shall require subsequent approval

by the Authority.

c) In case of replacement of any manpower resource, the Agency shall

provide an equally or better qualified personnel as a replacement

and with qualification and experience acceptable to the Authority.

The Agency should ensure efficient knowledge transfer from the

outgoing resource to the incoming resource and adequate hand-

holding period and training for the incoming resource in order to

maintain the continued level of service.

d) The Agency shall be responsible for the deployment, transportation,

accommodation and other requirements of all its employees

required for the execution of the work and provision of services for

all costs/charges in connection thereof.

1.9 Authority Obligation

a) The Authority shall appoint a nodal officer/ board for monitoring

the implementation of the project and for issuing necessary

instructions, approvals, commissioning, acceptance certificates,

payments etc. to the Agency.

b) The Authority shall ensure that timely approval is provided to the

Agency as and when required, which may include approval of

project plans, implementation methodology, design documents, or

any other document necessary in fulfillment of this contract.

c) The Authority's Representative shall interface with the Agency, to

provide the required information, clarifications, and to resolve any

issues as may arise during the execution of the Contract. Authority

shall provide adequate cooperation in providing details,

coordinating and obtaining of approvals from various governmental

agencies, in cases, where the intervention of the Authority is proper

and necessary.

d) Authority may provide on Agency's request,

particulars/information/ or documentation that may be required by

the Agency for proper planning and execution of work and for

providing services covered under this contract.

e) Authority shall identify stakeholders and ensure their availability in

terms of their time, personnel and access to the facilities for

carrying out periodic audits and assessments.

f) In case of incident/fraud, Authority shall facilitate interactions with

the law enforcement agencies, media and appropriate Government

agencies.

6.3 Payment terms

1. Terms of

Payment

1.1 The Agency’s request for payment shall be made to the Authority in

writing, accompanied by

(a) an invoice describing, as appropriate, (a) the Services provided;

(b) when the Services supplied are accepted; and

(c) All taxes, duties and other charges of the products

and services have been duly paid by the Agency.

1.2 Payments shall be made promptly by the Authority within fifteen(15)

days after submission of a valid invoice by the Agency.

1.3 All payments agreed to be made by Authority to the Agency in

accordance with the Bid shall be inclusive of all, statutory levies, duties,

taxes and other charges whenever levied/applicable including costs of

maintenance, if any and Authority shall not be liable to pay any such

levies/other charges under or in relation to this Contract and/or the

Services.

1.4 No invoice for extra work/ change order on account of change order

will be submitted by the Agency unless the said extra work / change order

has been authorized/ approved by the Authority in writing.

1.5 In the event of Authority noticing at any time that any amount has

been disbursed wrongly to the Agency or any other amount is due from

the Agency to the Authority, the Authority may without prejudice to its

rights recover such amounts by other means after notifying the Agency or

deduct such amount from any payment falling due to the Agency. The

details of such recovery, if any, will be intimated to the Agency. The

Agency shall receive the payment of undisputed amount under

subsequent invoice for any amount that has been omitted in previous

invoice by mistake on the part of the Authority or the Agency.

1.6 The payment shall be made to the Agency after deduction of all

applicable penalties, taxes, etc.

2. Deductions 2.1 Authority shall be at liberty to deduct penalties from the invoices

raised by the Agency as calculated by Authority for non adherence to

Service Level Agreements.

2.2 All payments to the Agency shall be subject to the deductions of tax at

source under Income Tax Act, and other taxes and deductions as provided

for under any law, rule or regulation. All costs, damages or expenses which

Authority may have paid or incurred, for which under the provisions of the

Contract, the Agency is liable, the same shall be deducted by Purchaser

from any dues to the Agency. All payments to the Agency shall be made

after making necessary deductions as per terms of the Contract and

recoveries towards facilities, if any, provided by the Authority to the

Agency on chargeable basis.

2.3 Performance Assessment: If during execution of the work,

following problems are to be found, then a penalty of 0.1 % of the Contract

value per week (subject to maximum of 1%) may be imposed by Authority.

I. Quality of deliverable is not up to the mark, (till the quality is improved to the required extent)

II. Delays in deliverables.

III. Not assigning adequate resources in time.

IV. Not engaging resources on a dedicated basis, even when required.

V. Assigning resources that do not meet the client's requirements.

VI. Inadequate interaction with the client department.

VII. The work is either not complete or not completed satisfactorily as

per the approved time schedule or the quality of deliverable.

If the delay is beyond 8 weeks then the Authority may rescind the contract

and shall be free to get it done from other Agency at the risk and cost of

the appointed Agency. Authority may debar the Agency for applying in its

future engagement also.

3. Performance 3.1 Issuance of Securities

Security

The Agency shall provide the securities specified below in favor of the

Authority at the times, and in the amount, manner and form specified

below.

3.2 Performance Security

The Agency shall, within fifteen (15) days of the issuance of work Order,

provide a security for the due performance of the Contract as per the Bid

Fact Sheet. The format of the Performance Security is provided in Section

7.6 Format for Performance Security.

The performance security shall be valid for a period of 3

months beyond the expiry of the contract or any extended

period.

4. Taxes and 4.1 For Services supplied from outside the Authority country, the

Duties Agency shall be entirely responsible for all taxes, stamp duties, license

fees, and other such levies, payable in the Authority's country.

4.2 For Services supplied locally, the SI shall be entirely responsible

for all taxes, duties, license fees, etc., incurred until delivery of the

contracted Services to the Authority.

6.4 Intellectual Property Rights (IPR)

1. IPR 1.1 Any / all Intellectual Property Rights owned by the Agency prior

to the execution date and/ or applied for prior to the execution date

("herein after referred to as "pre-existing IPR") shall strictly vest with the

Agency as the case maybe and the Authority shall have no right

whatsoever on such Intellectual Property Rights.

1.2 Any / all Intellectual Property owned by the Authority prior to the

execution date and/ or any Intellectual Property Right applied for prior to

the execution date ("herein after referred to as "pre-existing IP") shall

strictly vest with the Authority and the Agency shall have no right

whatsoever on such Intellectual Property.

1.3 After the execution date the Authority shall exclusively own/ have

rights/ title and have right in perpetuity to use all Intellectual Property

that:

are newly created (including customizations) and developed by

the Agency during execution of this Contract and/ or for the

exclusive use of the Authority or primarily in connection with

the Authority 's Assets;

1.4 The Agency shall grant non-exclusive, non-transferable, irrevocable

licenses, to the Authority, for its project at Authority locations, to use

their pre-existing IPRs and any foreground IPRs developed by them after

the execution date, but not restricted to the term of this Contract.

1.5 If Authority desires, the Agency shall be obliged to ensure that all

approvals, registrations, licenses, permits and rights etc. which are inter-

alia necessary for use of the goods supplied / installed by the Agency, the

same shall be acquired in the name of the Authority, prior to termination

of this Contract and which may be assigned by the Authority to the

Agency for the purpose of execution of any of its obligations under the

terms this Contract.

1.6 Agency shall ensure that while it uses any software, hardware,

processes, document or material in the course of performing the

Services, it does not infringe the Intellectual Property Rights of any

person/ third party and SI shall keep the Authority indemnified against

all costs, expenses and liabilities.

6.5 Indemnity

1. Indemnity 1.1 The Agency undertake to:

a) indemnify the Authority from and against any liability, cost, loss,

or expense of any kind whatsoever;

b) hold the Authority harmless and save it from any liability, cost,

loss, or expense of any kind whatsoever; and

c) defend any suit or proceeding against the Authority, arising out of

or based on any claim, demand, or action arising out of any claims

whatsoever and including but not restricted to claims under torts,

infringement of any Intellectual Property Right conferred by

contract or by common law or by any law in force within the state

of India or any State, breach of any licenses owned by the Agency

(including licenses for which the Authority has signed the license

agreements, but of which the Agency is the owner), alleged to have

occurred because of any product, good, service, data, or

Confidential Information provided or work performed by the

indemnitor.

1.2 The Agency shall pay any/ all costs/ damages/ or awards of

settlement, including court costs (including any/ all attorney fees, Court

fee), arising out of any claim, demand, or action, provided that the

conditions as laid down in Clause 6.5 hereinabove are satisfied. The

Agency will indemnify if the claim of infringement/ breach of terms/

misuse is caused by:

a) The Agency's misuse or modification of the Goods and Services;

b) Any negligence or wrongful act or omission by the Agency or the

Agency's Team or any of their employees or servants or agents in

connection with or incidental thereto; or

payment of all registration and renewal fees) required to maintain

any Intellectual Property Right/ General Public License/ Open

Source License etc. in full force and effect.

2. Undertaking in 2.1 Intellectual Property Right - In the event that the Agency or any of

view of their employees or servants or agents, are held in such a suit or

Indemnification proceeding for infringement of any Intellectual Property Right conferred

by contract or by common law or by any law in force within the state of

India alleged to have occurred because of any product, good, service or

data, then the Agency shall, at its sole expense:

a) Procure for the Authority the right to continue using such

product, Good, service or data or information or portion thereof;

b) Replace the same with non-infringing product, Good, service or

data or information of equivalent functions and efficiency,

compatible with the existing technology; or

c) Modify the product, Good, service or data or information such

that it no longer infringes the third-Party intellectual property

right within the State of India or any State.

2.2 In the event the Agency is unable to accomplish any of the outcomes

set forth above in Clause 3.2.1, the Agency shall be liable to pay to the

Purchaser amount as would be calculated by the Purchaser keeping in

view the damage/ cost/ harm/ injury and/ or harassment caused to it.

2.3 The Authority's Infringement Responsibilities: To receive the

foregoing indemnity, the Purchaser must notify the Agency in writing of

a claim/ suit or any other proceedings promptly and provide all

reasonable cooperation (at the Company's expense) and full authority to

defend and settle the claim/ suit or any other proceedings. The

Authority's shall not have any obligation to indemnify the Agency under

any settlement made without Purchaser's consent.

6.6 Confidentiality

1. Confidential 1.1 All information (whether written/ tangible or oral/ Intangible)

Information furnished by the Authority or any third party to the Agency or Agency's

Representatives/ employees/ agents, in connection with this Contract, and

all analyses, compilations, studies or other information documents or

materials prepared by Agency or Agency's Representatives/ employees/

agents etc., in relation to information obtained by the Agency in

connection to and under the purview of this Contract shall be considered

Confidential Information.

1.2 All information disclosed in writing or email or other tangible

electronic storage medium, shall be clearly marked "Confidential" by the

Authority . information which:

basis from a source (other than the Purchaser) which, to the best

of Agency's knowledge after reasonable inquiry, is not known to

be bound by confidentiality clause/ agreement, fiduciary

obligation or other legal or contractual restriction that may

prohibit the disclosure of such information;

was or became publicly available as a matter of law or otherwise

without any disclosure by the Agency or Agency's

Representatives;

was or is developed by the Agency or Agency's Representatives

without reference to any information received from the

Authority in connection with this Agreement;

has been approved for release in writing by an authorized

representative of the Authority; and

is not marked or otherwise identified as Confidential accordance

to terms of this RFP

2. Terms of 2.1 The Agency shall :

Confidentiality a. acknowledges the confidential and proprietary nature of the

information

b. shall keep the information confidential and will not without the prior

written consent of the Purchaser, disclose any information to any person

(including, without limitation, any member of the media, or any other

individual, corporation, partnership, limited liability company,

Government agency, or group) in any manner whatsoever

c. will not use any information other than for the purpose contained

within the contract terms.

2.2 The Agency shall be responsible for any breach of confidentiality by

any of its employees/ agents/ representatives.

2.3 The Agency shall use all reasonable endeavors to ensure that any

Government Department, Court, Contracting Authority, employee, third

party to whom the Contractor's Confidential Information is disclosed is

made aware of the Agency’s obligations of confidentiality.

2.4 Agency and/ or its agents/ employees/ representatives shall not

(unless provided for elsewhere in the contract), without prior written

consent from the Authority’s disclose to any person the fact of this

Contract or the information existing therein or which has been made

available, that the Agency is considering the transaction, or that

discussions or negotiations are taking place or have taken place concerning

the transaction or any term, condition or other fact relating to this

contract, the transaction thereof or such discussions or negotiations,

including, without limitation, the status thereof.

2.5 In the event that Agency is requested pursuant to, or required by, applicable

law, regulation or legal process to disclose any of the confidential

information or matters contemplated hereinabove, then the Agency shall

furnish only that portion of the confidential information which is legally

required. The Agency will otherwise reasonably cooperate with the

Authority to preserve the confidentiality of the Information. The Agency

shall however, immediately notify the Authority promptly so that the

Authority may seek a protective order or other appropriate remedy.

3. Publicity Media and official enquiries :-

3.1 The agency under take not top make any press announcement or publicize

the contract or any part there of in any way except with prior written

consent of the Authority .

3.2 The Agency undertake to take all reasonable steps to ensure that its

servant / agents/ representative / professional advisors and consultants

comply with this contract.

6.7 Default

1.Event of Default by the Agency :- The failure on the part of the Agency to perform any of its

obligation or comply with any of the term of this contract shall constitute

an event of Default on the part of Agency. The events of defaults as

mentioned above may include but not restricted to inter-alia the following

:-

The Agency team has failed to perform any instruction or directives

issued by the authority which it deemed proper and necessary to

execute the scope of work or provide services under this contract ;

and or

The Agency's team has failed to conform/adhere to any of the Service Level Agreements resulting in falling short of matching such standards / benchmarks / targets as the Authority may performance of services under this Contract. The above mentioned failure on the part of the Agency may be in terms of failure to adhere to performance, quality, timelines, specifications, requirements or any other criteria as defined by the Authority; and / or the Agency has failed to remedy a defect or failure to perform its obligations in accordance with the specifications issued by the Authority from time to time, despite being served with a default notice which laid down the specific deviance on the part of the Agency Team to comply with any stipulations or standards as laid down by the Authority; and / or

the Agency's Team has failed to adhere to any amended directions,

instructions, modifications, notifications or clarifications as issued by the

Authority during the term of this Contract and which the Authority deems

proper and necessary for the execution of the scope of work under this

Contract; and / or

the Agency's Team 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 Bid, the Bidding Document and this Contract; and

/ or

Tthere 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 Agency; and / or

the Agency’s Team has failed to comply with or is in breach or

contravention of any applicable laws; and/ or

the Agency's Team has failed to comply with or adhere to any of the terms

& conditions of this contract

1.2 Where there has been an occurrence of such defaults inter alia as

stated above, the Authority shall issue a notice of default to the Agency,

setting out specific defaults / deviances / omissions / non-compliances /

non-performances and providing a notice of Sixty (60) days to enable

such defaulting party to remedy the default committed.

1.3 Where despite the issuance of a default notice to the Agency' by the

Authority the Agency' fails to remedy the default to the satisfaction of

the Authority, the Authority 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 Authority.

2. Consequence

of Event of

2.1 Where an Event of Default subsists or remains uncured Authority shall be entitled to:

the

Default a) Impose any such obligations and conditions and / or issue any

directions / notifications / clarifications as may be necessary to

inter alia ensure smooth continuation of the project and the

services which the Agency shall be obliged to comply with that

may include re-determination of the consideration payable to the

Agency as agreed mutually by Authority and Agency or through a

third party acceptable to both parties. The Agency shall in

addition take all available steps to minimize loss resulting from

such event of default.

b) Suspend all payments to the Agency under the Contract by a

written notice of suspension to the Agency, provided that such

notice of suspension:

a. Shall specify the nature of the failure; and

b. Shall request the Agency to remedy such failure within a

specified period from the date of receipt of such notice of

suspension by the Agency.

c) Failure on the part of the Agency to continue, shall amount to a

breach of the terms hereof and the Authority in addition to all

other rights, have the right to claim damages and recover from the

Agency all losses/ or other damages that may have resulted from

such failure.

d) In such case the Authority shall retain the rights to terminate the

contract in part or in full. The Purchaser shall give 30 days notice

to the Agency of its intention to terminate the Contract and shall

so terminate the Contract unless during the 30 days’ notice

period, the Agency initiates remedial action acceptable to the

Authority.

e) Retain such amounts from the payment due and payable by the

Authority to the Agency as may be required to offset any losses

caused to the Authority as a result of such event of default and the

Agency shall compensate the Authority for any such loss, damages

or other costs, incurred by the Authority in this regard. Nothing

herein shall effect the continued obligation of the Agency and

Agency's Team to perform all their obligations and

before the occurrence of the default.

f) Invoke the Performance Security and other Guarantees furnished

hereunder, enforce the Indemnity, recover such other costs/losses

and other amounts from the Agency as may have resulted from

such default and pursue such other rights and/or remedies that

may be available to the Authority under law.

g) Require the Agency to make all such payments as may be incurred

/ losses borne by the Authority in getting such work done through

any third party as a result of any default on the part of the Agency.

Agency agrees to compensate the Authority for all such costs

incurred by the Authority in this regard.

6.8 Termination

1. Termination 1.1 The Authority may, terminate this Contract in whole or in part by

giving the Agency a prior and written notice of 60 days indicating its

intention to terminate the Contract under the following circumstances:

Where the Authority is of the opinion that there has been such

Event of Default on the part of the Agency which would make it

proper and necessary to terminate this Contract and may

include failure on the part of the Agency to respect any of its

commitments with regard to any part of its obligations under its

Bid, the Bidding Document or under this Contract.

Where it comes to the Authority 's attention that the Agency (or

the Agency's Team) is in a position of actual conflict of interest

with the interests of the Authority, in relation to any of terms of

the Agency 's Bid, the Bidding Document or this Contract.

Where the Agency ability to survive as an independent corporate

entity is threatened or is lost owing to any reason whatsoever,

including inter-alia the filing of any bankruptcy proceedings

against the Agency, any failure by the Agency to pay any of its

dues to its creditors, the institution of any winding up

proceedings against the Agency or the happening of any such

events that are adverse to the commercial viability of the Agency.

In the event of the happening of any events of the above nature,

the Authority shall reserve the right to take any steps as are

necessary, to ensure the effective transition of the project to a

successor agency, and to

Termination for Insolvency: The Authority may at any time

terminate the Contract by giving written notice to the Agency,

without compensation to the Agency, if the Agency becomes

bankrupt or otherwise insolvent, provided that such termination

will not prejudice or affect any right of action or remedy which

has accrued or will accrue thereafter to the Authority.

Termination for convenience: The Authority, may by a written notice sent to the Agency, terminate the contract, in whole or in

part

at

any

time

for

its

convenience.

The

notice

for

such

termination may specify that the termination is for the Authority

's convenience, the extent to which the performance of the work

under the contract is terminated, and the date upon which such

termination becomes effective.

1.2 The Agency may, subject to approval by the Authority, terminate this

Contract before the expiry of the term by giving the Authority a prior and

written notice at least 60 days in advance indicating its intention to

terminate the Contract.

6.9 Arbitration

1. Arbitration

1.1 Authority and the successful bidder shall make every effort to

resolve amicably by direct informal or formal form of negotiation

any disagreement or dispute arising between them under or in

connection with the Contract. Performance of the Contract is

governed by the terms and conditions of the Contract. However at

times dispute may arise about any interpretation of any term or

condition of Contract including

the scope of work, the clauses of payments etc. In such a situation

either party of the contract may send a written notice of dispute to

the other party. The party receiving the notice of dispute will

consider the Notice and respond to it in writing within 15 days

after receipt. If that party fails to respond within 15 days, or the

dispute cannot be amicably settled within 30 days following the

response of that party, then Clause 1.2 of Arbitration shall become

applicable.

1.2 In the event of any question, dispute or difference arising out of or in

connection with the conditions mentioned in the RFP and sanctioned

letter, the same shall be referred for the Sole Arbitration of any person

appointed by the Principal Secretary, Government of Madhya Pradesh,

Deptt. of Farmer Welfare and Agriculture Development. There shall be

no objection if the person so appointed is a Government Servant.

1.3 If, after thirty (30) days from the commencement of such

negotiations, Authority and the selected Agency have been unable to

amicably resolve dispute, either party may require that the dispute be

referred for resolution to the formal mechanisms, which may include,

but are not restricted to, conciliation mediated by a third party

acceptable to both, or in accordance with the Arbitration and

Conciliation Act, 1996. All Arbitration proceedings shall be held at

Madhya Pradesh State and the language of the arbitration proceedings

6.10 Force Majeure

1. Force Majeure 1.1 Neither party shall be responsible to the other for any delay or

failure in performance of its obligations due to any occurrence

commonly known as Force Majeure which is beyond the control of any of

the parties, including, but without limited to, fire, flood, explosion, acts

of God or any Governmental body, public disorder, riots, embargoes, or

strikes, acts of military authority, epidemics, strikes, lockouts or other

labour disputes, insurrections, civil commotion, war, enemy actions.

1.2 If a Force Majeure arises, the Bidder shall promptly notify Authority

in writing of such condition and the cause thereof. Unless otherwise

directed by Authority, the successful bidder shall continue to perform his

obligations under the contract as far as is reasonably practical, and shall

seek all reasonable alternative means for performance not prevented by

the Force Majeure event. The successful bidder shall be excused from

performance of his obligations in whole or part as long as such causes,

circumstances or events shall continue to prevent or delay such

performance.

7 Section VII: Bidding Forms

7.1 Formats for Clarification

7.1.1 Format for submission of Queries

[ON BIDDERS LETTERHEAD]

To, The Director, Directorate Farmer Welfare and Agriculture Development, Vindhyachal Bhawan, Bhopal, Madhya Pradesh – 462004.

Date: DD/MM/YYYY

Sub: Submission of Clarification of Clarifications by <<firm name>>

Ref: <<RFP Title>> (Bidding Document No: Dated: / / )

Dear Sir,

We have gone through the bid document and have the following queries. Request you to kindly address the same. We seek your clarification on the queries mentioned below.

# Clause No Page Existing Clause Query/Remarks

in RFP Number

Date: Signature of Authorized

Representative:

Name of Bidder:

Full Address:

Telephone No.:

7.2 Format for Particulars of the Bidder

Details of the Bidder (Company)

A. Name of the Bidder

B. Address of the Bidder

C. Year of Incorporation

D. Registration Number &

Registration Authority

E. Legal Status (Public/Private)

F. Name & Designation of the

Authorized person to whom

all references shall be made

regardingthisBidding

Document

G. Telephone No. (with STD

Code)

H. E-Mail of the Contact person:

I. Fax No. (with STD Code)

J. Website:

K. Financial Detail FY 16-17:

(Organization’s turnover of

FY 15-16:

last three financial years)

FY 14-15:

L. Service Tax Number:

M. PAN:

N. EMD Details Instrument: FDR / Demand Draft

FDR No. / DD No.:

Date:

Amount:

Bank Name:

Date: Signature of Authorized

Representative Name of Bidder:

Full Address:

Telephone No.:

7.3 Format for Technical Proposal Covering Letter

To, The Director, Directorate Farmer Welfare and Agriculture Development, Vindhyachal Bhawan, Bhopal, Madhya Pradesh – 462004.

Date: DD/MM/YYYY

Sub: Covering letter for Technical Proposal for referred Bidding Document

Ref: <<RFP Title>> (NIT No: Dated: / / )

Sir,

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to carry out the work as and outlined in the RFP. We attach here with the

technical response as required by the RFP.

We confirm that the information contained in these responses or any part thereof, including

the exhibits, and other documents and instruments delivered or to be delivered to FWAD is

true, accurate, verifiable and complete. This response includes all information necessary to

ensure that the statements therein do not in whole or in part mislead the department in its

short-listing process.

We fully understand and agree to comply that on verification, if any of the information

provided here is found to be misleading the selection process, we are liable to be dismissed

from the selection process or termination of the contract during the project, if selected to do

so.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP

document and also agree to abide by this Bidding Document response for a period of 180 days

from the date fixed for bid opening.

We hereby declare that in case the contract is awarded to us, we shall submit the contract

performance security bond in the form prescribed in the RFP.

We agree that you are not bound to accept any Bidding Document response you may receive.

We also agree that you reserve the right in absolute sense to reject the solution completely

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/

firm/ organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

Date: Signature of Authorized

Representative Name of Bidder:

Full Address: Telephone

No.:

7.4 Formats for Checklist of Technical proposal Sl. No. Items Submission Documentary Status Proof (Page (Yes /No) No.)

1. Bidder must be incorporated or registered in India under the Indian Companies Act, 1956 (including Section – 25 ofthe Act) or Limited Liability Partnerships (registered under LLP Act, 2008) Society/Firm registered in India since more than five years as on 31.03.2016.

2. The bidder should have minimum average annual turnover of INR 70,00,000 or more for the last three Financial

Years

( FY 16-17, FY 15-16,FY 14-15).

The bidder should have positive net worth for the last three Financial Years (FY 16-17, FY 15-16, FY 14-15,).

3.

The Bidder in India should have an experience in 4. preparation of at least 3 (three) agriculture and allied

sectors assignment / Impact Evaluation Studies for any State Government, Government Undertaking, Central Government or any other Public Sector undertaking in India during last 3 financial years (FY 16-17, FY 15-16,FY 14-15).Total value of these three work orders of preparing of the assignment should be at least INR 25,00,000.

.

The Bidder in India should have at least 2 minimum

resources in each of the following skill set with

relevant year of experience. All resource should be

permanent/part time employee of Bidder.

5

i) Natural Resource Management/ Environmental

sciences

ii) Agricultural and Allied sectors

iii) Social Science/Social Economics (

iv) Civil Works

v) Statistics

vi) Documentation

The Bidder shall not be under a declaration of ineligibility 6.

for corrupt or fraudulent practices as on date of submission

of bid and also not blacklisted or under litigation by any

State/Central/UTs Government at the time of bidding.

7.

The Bidder should have a point of presence in M.P. or

should open a Project Office within 30 days of receipt of

Letter of Intent (LoI).

8. The bidder (Prime) should be registered with Service Tax,

Provident Fund and Professional Tax and should have

valid TAN and PAN numbers.

7.4.1 SELF-DECLARATION {to be filled by the bidder}

To, The Director, Directorate Farmer Welfare and Agriculture Development, Vindhyachal Bhawan, Bhopal, Madhya Pradesh – 462004.

In response to the NIT Ref. No. dated for

{Project Title},asanOwner/Partner/ Director/Auth. Sign. of , I/ We hereby declare that presently our Company/

firm , at the time of bidding,: -

a) possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the Procuring Entity;

b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in the Bidding Document;

c) is having unblemished record and is not being blacklisted or declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT.

d) does not have any previous transgressions with any entity in India or any other country during the last three years.

e) does not have any debarment by any other procuring entity.

f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and is not the subject of legal proceedings for any of the foregoing reasons;

g) does not have, and our directors and officers not have been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

h) does not have a conflict of interest as mentioned in the bidding document which materially affects the fair competition.

i) will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken as per the provisions of the applicable Act and Rules thereto prescribed by GoMP, my/ our security may be forfeited in full and our bid, to the extent accepted, may be cancelled.

Thanking you, Name of the Bidder: -

Authorized Signatory: - Seal of the Organization

Date: Place:

Email:____

Mobile no.

7.4.2 Format for Statement of no deviation from the bidding document

[ON BIDDERS LETTERHEAD]

To, The Director, Directorate Farmer Welfare and Agriculture Development, Vindhyachal Bhawan, Bhopal, Madhya Pradesh – 462004.

Date: DD/MM/YYYY

Sub: Undertaking of no deviation from RFP terms and condition

Ref: <<RFP Title>> Bidding Document No: Dated: / / )

Sir,

This is to confirm that the proposal submitted by <<bidder name>>, is in complete agreement

with the RFP and the corrigendum(s) issued thereof and there is no deviation what so ever.

Date:

Signature of Authorized

Representative : Name of Bidder:

Full Address:

TelephoneNo.:

7.5 FINANCIAL BID COVER LETTER & FORMAT

{to be submitted by the bidder on his Letter head}

To, The Director, Directorate Farmer Welfare and Agriculture Development, Vindhyachal Bhawan, Bhopal, Madhya Pradesh – 462004.

Reference: NIT No. : Dated:

Dear Sir,

We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to work as mentioned in the Scope of the work, Service Level Standards & in conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt. taxes/duties as mentioned in the financial bid.

I / We undertake, if our bid is accepted, to deliver the services in accordance with the work order.

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee as prescribed in the bidding document.

I / We agree to abide by this bid for a period of days after the last date fixed for bid submission and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance

thereof and your notification of award shall constitute a binding Contract between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that you are not bound to accept the lowest or any bid you may receive.

We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not submitted any deviations in this regard.

Date: Authorized Signatory

Name: Designation:

7.5.1 Financial Bid Format

Conducting Impact Evaluation

Study

Engagement: of

Project under RKVY for the

year

2014-15 & 2015-16

Name of the Bidder:

Year 2014-15 All Tax as applicable

Total 2014-15

2015-16 All Tax as applicable

Total

2015-16

Total Cost for all projects

mentioned in Annexure – A

for each financial year

separately.

Amount in Words

Amount in Figures

Total

*The amount include all types of expenses including the expenses for holding of workshops, if any, non-salary expenditure on field works etc. This also includes any taxes, levies etc. incidental to this activity.

* Note: Taxes, as applicable, will be deducted/paid as per the prevalent rules and regulations.

7.6 Format for Performance Security

[Date] To, The Director, Directorate Farmer Welfare and Agriculture Development, Vindhyachal Bhawan, Bhopal, Madhya Pradesh – 462004.

Sub: Performance Bank Guarantee

Ref: <<RFP Title >> (Tender No: Dated: / / ) Dear Sir,

WHEREAS

M/s. (name of bidder), a company registered under the Companies Act, 1956, having its

registered office at (address of the bidder), (hereinafter referred to as “our constituent”,

which expression, unless excluded or repugnant to the context or meaning thereof, includes

its successors and assignees), agreed to enter into a contract dated …….. (Herein after,

referred to as “Contract”) with you (Directorate, Farmer Welfare and Agriculture

Development (FWAD) for referred RFP.

We are aware of the fact that as per the terms of the contract, M/s. (name of bidder) is

required to furnish an unconditional and irrevocable bank guarantee of amount 10% of

work order in favor of FWAD for an amount <<....>> and guarantee the due performance by

our constituent as per the contract and do hereby agree and undertake to pay the amount

due and payable under this bank guarantee, as security against breach/ default of the said

contract by our constituent.

In consideration of the fact that our constituent is our valued customer and the fact that he

has entered into the said contract with you, we, (name and address of the bank), have

agreed to issue this Performance Bank Guarantee. Therefore, we (name and address of the

bank) hereby unconditionally and irrevocably guarantee you as under:

In the event of our constituent committing any breach/default of the said contract, and

which has not been rectified by him, we hereby agree to pay you forthwith on demand such

sum/s not exceeding the sum of amount <<....>>), without any demur.

Notwithstanding anything to the contrary, as contained in the said contract, we agree that your decision as to whether our constituent has made any such default(s) / breach(es), as aforesaid and the amount or amounts to which you are entitled by reasons thereof, subject to the terms and conditions of the said contract, will be binding on us and we shall not be entitled to ask you to establish your claim or claims

under this Performance Bank Guarantee, but will pay the same forthwith on your demand

without any protest or demur. This PBG will remain valid for 1 Year.

We further agree that the termination of the said agreement, for reasons solely attributable

to our constituent, virtually empowers you to demand for the payment of the above said

amount under this guarantee and we would honor the same without demur.

We hereby expressly waive all our rights to pursue legal remedies against FWAD and other

Concerned Government Departments of Madhya Pradesh.

We the guarantor, as primary obligor and not merely surety or guarantor of collection, do

hereby irrevocably and unconditionally give our guarantee and undertake to pay any

amount you may claim (by one or more claims) up to but not exceeding the amount

mentioned aforesaid during the period from and including the date of issue of this

guarantee through the period.

We specifically confirm that no proof of any amount due to you under the contract is

required to be provided to us in connection with any demand by you for payment under this

guarantee other than your written demand.

Any notice by way of demand or otherwise hereunder may be sent by special courier, telex,

fax, registered post or other electronic media to our address, as aforesaid and if sent by post,

it shall be deemed to have been provided to us after the expiry of 48 hours from the time it

is posted.

If it is necessary to extend this guarantee on account of any reason whatsoever, we

undertake to extend the period of this guarantee on the request of our constituent upon

intimation to you.

This Performance Bank Guarantee shall not be affected by any change in the constitution of

our constituent nor shall it be affected by any change in our constitution or by any

amalgamation or absorption thereof or therewith or reconstruction or winding up, but will

ensure to your benefit and be available to and be enforceable by you during the period from

and including the date of issue of this guarantee through the period.

Notwithstanding anything contained hereinabove, our liability under this Performance

Guarantee is restricted to amount <<....>>), and shall continue to exist, subject to the terms

and conditions contained herein, unless a written claim is lodged on us on or before the

aforesaid date of expiry of this guarantee.

We hereby confirm that we have the power/s to issue this Guarantee in your favor under the

Memorandum and Articles of Association/ Constitution of our bank and the undersigned

is/are the recipient of authority by express delegation of power/s and has/have full power/s

to execute this guarantee under the Power of Attorney issued by the bank in your favor.

We further agree that the exercise of any of your rights against our constituent to enforce or

forbear to enforce or any other indulgence or facility, extended to our constituent to carry

out the contractual obligations as per the said Contract, would not release our liability

under this guarantee and that your

right against us shall remain in full force and effect, notwithstanding any arrangement that

may be entered into between you and our constituent, during the entire currency of this

guarantee.

Notwithstanding anything contained herein, our liability under this Performance Bank

Guarantee shall not exceed amount INR <<....>>

The PBG shall be remain valid during the entire project period (1 Year);

Any payment made hereunder shall be free and clear of and without deduction for or on

account of taxes, levies, imports, charges, duties, fees, deductions or withholding of any

nature imposts.

This Performance Bank Guarantee must be returned to the bank upon its expiry. If the bank

does not receive the Performance Bank Guarantee within the abovementioned period,

subject to the terms and conditions contained herein, it shall be deemed to be automatically

cancelled.

This guarantee shall be governed by and construed in accordance with the Indian Laws and

we hereby submit to the exclusive jurisdiction of courts of Justice in Bhopal (M.P) for the

purpose of any suit or action or other proceedings arising out of this guarantee or the

subject matter hereof brought by you may not be enforced in or by such count.

Dated ……………………. this ……….. day

…………. 2017

Yours faithfully,

For and on behalf of the

…………… Bank,

(Signature)

Designation

(Address of the

Bank) Note:

This guarantee will attract stamp duty as a security bond.

A duly certified copy of the requisite authority conferred on the official/s to execute the

guarantee on behalf of the bank should be annexed to this guarantee for verification and

retention thereof as documentary evidence.

7.7 Format for Power of Attorney

(To be provided in original as part of Technical Proposal 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 “Request for Proposal for Conducting Impact Evaluation Study of Project under RKVY implemented during, 2014-15 & 2015-16 in vide Notice Inviting Tender (NIT) dated , issued by The Director, Farmer Welfare and Agriculture Development, Bhopal, Madhya Pradesh including signing and submission of all documents and providing information and responses to clarifications / enquiries etc. as may be required by FWAD (Farmer Welfare and Agriculture Development) or any governmental authority, representing us in all matters before FWAD, and generally dealing with FWAD 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).

Annexure-"A"

RKVY Projects 2014-15

(Selected Projects for M & E)

Project Operational

S.No. Name of the Project

Category Cost in

Area

Crore

Project on Formation of

FPOs by SFAC for

1 beneficiaries in PG 43.780 100 FPO

agriculture, horticulture

and animal husbandry

2 Construction of Agri

I & A 8.280 10 No in 9

Solution Centre

Distt.

Distribution of Pump

3 (Electrical /Diesel) on I & A 10.000 All MP

subsidy

Integrated Development

of Agriculture in the areas

of primitives tribes of

4 Saharia, Bega and Bharia PG 2.500 4 Distt.

in Sheopur , Dindori

shivpuri and Chhindwara

district respectively

Project for Providing

5 minor irrigation facilities

I & A 10.000 All MP

to farmers by the way of

Tube well

Project for Increasing

6 water use efficiency

I & A 35.300 All MP

through distribution of

Sprinkler, Pipe line and

Project for the

7 Establishment of Pesticide I & A 8.270 JBP

residue Lab.

Promotion of mulberry

8 cultivation by convergence PG 11.000 10 Disst.

with MNREGA.

RKVY Projects-2015-16

(Selected Projects for M&E)

Project Operational

S.No. Name of Project

Category Cost in

Area

Crore

Establishment of

1 Composite Nursery for

PG 17.000 26 Distt.

expansion of area under

SRI

Project to conserve

2 Traditional crops like

PG 1.183 12 Distt.

Bajra, Kodo/Kutki, Til

and Ramtil

Project to popularize

3 Sweet Corn production PG 4.800 8 Distt.

in the state

Solar fencing for crop

4 protection from cattle in

I & A 5.157 3 Distt.

districts having National

Parks

Organic Farming in the

5 peri phery of Narmada PG 12.175 5 Distt.

(NGT)

project for the

6 Establishment of Post I &A 1.557 JBP

Entry Quarantine Lab.

Infrastructure

7 Development for

I & A 4.000 3 Distt.

Organic Farming at

Farms of Beej Nigam.

Installation of Solar

8 Pump on State Krishi I & A 3.108 37 No.

Thirth.