request for proposal (rfp) for selection of … · cgm gujarat and seeks inputs for scale, size and...
TRANSCRIPT
REQUEST FOR PROPOSAL (RFP)
FOR
SELECTION OF CONSULTANT FOR PREPARATION OF DETAILED PROJECT REPORT FOR DRILL CORE LIBRARY AND MINERAL
REPOSITORY (DCLMR)
COMMISSIONER OF GEOLOGY AND MINING
Block no 1, 7th floor Udhyog Bhavan, Gandhinagar - 382001
RFP No. CGM/TECH/DCLMR/18-19/D002
27 February 2019
Last date of submission of bids: 08 March 2019
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 1
DISCLAIMER
I. This Bid document along with its Annexure and Schedule is not transferrable.
II. This document is not an agreement or an offer by CGM to Bidders or any third party.
The purpose of this document is to provide information to interested parties to facilitate
the formulation of their Proposal for qualification and price bid. This document does not
constitute and will not be deemed to constitute, any commitment on the part of CGM.
Furthermore, this document confers neither any right nor expectation on any party to
participate in the bid contemplated herein.
III. Neither CGM nor its employees or its consultants make any representation or warranty
as to the accuracy, reliability or completeness of the information in this document.
IV. Neither CGM nor its employees or consultants shall have any liability to any Bidder or
any other person under the law of contract, tort, the principles of restitution or unjust
enrichment or otherwise for any loss, expense or damage which may arise from or be
incurred or suffered in connection with this document, or any matter deemed to form
part of this document, the award of the work, or the information and any other
information supplied by or on behalf of CGM or its employees, any consultants or
otherwise arising in any way from the selection process.
V. CGM reserves the right to change, modify, add, alter the document or cancel the
bidding process without assigning any reasons thereof, at any stage during the bidding
process before the Bid Submission.
VI. The Bidder shall not make any public announcements with respect to this Bidding
process or this document. Any public announcements to be made with respect to this
bidding process or this document shall be made exclusively by CGM. Any breach by
the bidder of this clause shall be deemed to be noncompliance with the terms and
conditions of this document and shall render the proposal of qualification liable for
rejection. CGM's decision in this regard shall be final and binding upon the Bidder.
VII. The bidder shall bear all costs associated with the preparation and submission of the
proposal. CGM and their consultants shall not, under any circumstances, be
responsible or liable for any such costs.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 2
NOTICE INVITING TENDERS
RFP No. CGM/TECH/DCLMR/18-19/D002 Date: 27/02/2019
1. Name of the Work Selection of consultant for preparation of Detailed Project Report for Drill Core Library And Mineral Repository
2. Mode of submission of bids Two part bid submission
3. Type of tender Open Tender
4. Tender Fee (non-refundable) INR 5000 (Rupees five thousand only)
5. Earnest Money Deposit (EMD) (refundable)
INR 1,50,000 (Rupees One Lakh fifty thousand only)
6. Date of Publication of Tender on website
27/02/2019
7. Last date of submission of pre-bid queries
02/03/2019 till 18:00 hrs. at [email protected]
8. Date of Pre Bid Conference 05/03/2019 at 11:00 hrs.
9. Last Date/Time for submission of bids 08/03/2019 up to 18:00 hrs.
10. Date and Time of Bid Opening To be notified
11. Bid submission address Commissioner of Geology and Mining, Block no 1, 7th floor, Udhyog Bhavan, Gandhinagar - 382001
Further details can be seen on website www.cgm.gujarat.gov.in/ www.nprocure.com
Sd/-
Roopwant Singh, IAS
Commissioner of Geology and Mining,
Government of Gujarat
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 3
TABLE OF CONTENTS
DISCLAIMER .................................................................................................................. 1
NOTICE INVITING TENDERS ........................................................................................ 2
1. BACKGROUND .......................................................................................................... 4
2. OBJECTIVE AND SCOPE OF WORK ....................................................................... 6
3. PRE-QUALIFICATION CRITERIA .............................................................................. 9
4. INSTRUCTIONS TO BIDDERS ................................................................................ 10
5. EVALUATION ........................................................................................................... 14
6. OTHER TERMS AND CONDITIONS ........................................................................ 17
ANNEXURES ................................................................................................................ 20
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 4
1. BACKGROUND
1.1. About CGM
a. Gujarat is blessed with several energy, metallic and industrial mineral resources such as Fluorite, Diatomite, Bentonite, Granite resources, Lignite, Bauxite, Limestone, Manganese, Silica Sand, Base Metals, Marble, Clay, Agate, Marl, Chalk etc. Availability of these minerals and strong manufacturing sector makes Gujarat one of the most attractive states for investment in mining sector in India.
b. The office of Commissioner of Geology and Mining (CGM), is the nodal administrative, regulatory and development body for mineral sector in the State. Its primary functions are:
(i) Exploration of mineral wealth of the State: involves identification of mineral potential areas, exploration strategy, business model development and implementation, MoUs with government agencies or outsourcing to private players on competitive bid basis, chemical and petrography analysis.
(ii) Mineral administration with conservation and preservation: Mineral administration comprises of policy formulation for major and minor minerals, regulation, grant of mineral concessions under applicable regulations and revenue collection.
(iii) Enforcement function encompasses curbing and preventing illegal mining, transportation and storage, use of e-Governance in enforcement activities and inspection of leased out area and stock verification.
(iv) Increase in State’s mineral revenue through higher production of minerals & their sustainable development framework.
(v) Encourage value addition of minerals usage through promotion of mineral based industries in the State.
1.2. Development of Drill-Core Library and Mineral Repository
Drill-Core Library is useful to preserve the samples systematically and obviate the need to re-drill the areas which have already been explored. The preserved cores will also be used in many other geological investigations such as seismology, ground water pollution, geo-environment studies and geological research work for which the sub-surface data is essential. All the naturally occurring substances of metals which are present in the earth’s crust are known as Minerals. When a new mineral species is discovered, the array of physical, chemical and crystallographic analyses and tests are performed on a single “type” specimen. Nowadays, each type specimen must be preserved and deposited in an institution, usually a museum, in order to allow future access to it.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 5
Drill-Core Library and Mineral Repository had been established by various countries of the world. Rajasthan is the first state in India to establish such Library in India in 2008. Because of such various benefits CGM, Gujarat also has inkling to develop Drill-Core Library and Mineral Repository in the state.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 6
2. OBJECTIVE AND SCOPE OF WORK
2.1. Objective
CGM wishes to appoint a consultant for preparation of Detailed Project Report for establishment of DCLMR in Gujarat.
2.2. Scope of work
The details of the scope of work to be carried out by the consultants are as below:
A. Market Assessment and Land area requirement
Discuss with CGM officials and other stakeholders to understand requirements of
CGM Gujarat and seeks inputs for scale, size and Services.
Study of the existing Drill-Core Libraries and Mineral Repositories (DCLMR)
around the world (major 4-5) to identify their objectives, facilities, size and services
they provide.
Provide a broad conceptual design for the proposed facility in terms of facilities,
amenities, land area requirement and Conceptual design.
Preparation of alternative project options in terms of scale, size, conceptual design,
land area requirement and benefits in context of Gujarat.
B. Layout Design and Equipment
Preparation of a general layout for DCLMR.
Sizes, specifications and types of various equipment and auxiliary facilities
required for DCLMR
C. Capital & Operating Cost Estimates
Estimate capital cost and operating cost for the project comprising costs for civil
and structural work, equipment, instruments, utilities and service facilities, any
other associated facilities and contingencies. The costs need to be estimated on
annual basis for 10 years.
D. Manpower Requirement
Indicate the category-wise manpower requirement for the operation and
maintenance of the DCLMR.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 7
E. Environment Management
All statutory requirements of environment management and likely environment
impact are to be brought out in the DPR.
List out Environment clearance required for the project along with justification and
prevailing guidelines and the authorities from whom the same needs to be
obtained.
F. Auxiliary Services
Assess requirements of auxiliary facilities such as laboratory, stores and
warehouses, mobile equipment, ancillary buildings, office complex, DCLMR
communication systems and make provisions for the same.
G. Coordination with the civil consultant/ architect appointed by CGM
CGM has appointed a civil consultant/architect for undertaking the scope of work
as mentioned in Annexure 6.9. The agency shall provide details about the concept
and equipment required for DCLMR as mentioned in the scope of work above to
this appointed agency.
Coordinate with civil consultant/ architect in developing the scope of work for
selection of contractor for construction of DCLMR.
H. Time Schedule for Implementations
Prepare a Master schedule for implementation of the project showing various
activities using ‘MS Projects’ software.
2.3. Deliverables
Deliverables Period
Draft DPR T + 30 days
Final DPR T + 60 days
Final Scope of Work for selection of contractor for construction of DCLMR
To be decided in consultation with civil consultant/architect and CGM stakeholders
* T being the date of commencement of the consultancy. The services shall commence within 7 days from signing of Agreement
Note: The above mentioned timelines excludes the time taken by CGM for reviewing the draft report.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 8
2.4. Payment Structure
S. No. Deliverables Payment (%)
1 Draft DPR 40%
2 Final DPR after incorporating comments/ inputs on draft DPR
40%
3 Final Scope of Work for selection of contractor for construction of DCLMR
20%
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 9
3. PRE-QUALIFICATION CRITERIA
The Bidder should meet the following Pre-Qualifying Criteria (PQC):
S. NO. Basic requirement
Specific requirement Documents required
3.1 Legal entity The bidder should be a Company registered in India under Indian Companies Act 1956 or 2013 or a Limited Liability Partnership under the Limited Liability Partnership Act of India, 2008.
Consortium is permitted with maximum number of three members.
Certificates of incorporation
Memorandum of Association and Articles of Association
Registration Certificates
GSTIN
3.2 Technical capability
The Bidder should have completed at least one assignment related to preparation of DPR /Feasibility report / Concept design in mining/ mineral/geology sector in India for any Public Sector Undertaking (PSU) / Central or State Government in India / Central or State Government undertaking. It is acceptable if the same assignment has more than one component.
Copies of Work order along copies of client certificate(s) stating completion of the project(s)
3.3 Blacklisting The Bidder should not have been blacklisted as on the bid submission date by any Public Sector Undertaking (PSU) / Central or State Government in India / Central or State Government undertaking. All Consortium Members must meet this criteria
The Bidder should not have Conflict of Interest. All Consortium Members must meet this criteria
The Bidder shall need to submit Anti Blacklisting Affidavit as per format specified in Annexure
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 10
4. INSTRUCTIONS TO BIDDERS
General Terms and Conditions
1. The interested bidders can submit their queries through post or on ad-tech-
[email protected] in writing on or before 6 PM, 20.02.2019. Queries received after
the set time limit shall not be considered in the pre bid meeting.
2. Pre-bid meeting will take place on 22.02.2019 at 15:00 hrs. at the office of
Commissioner of Geology and Mining, Gujarat, India, where in the prospective
applicant/ bidder will have an opportunity to obtain clarifications regarding the offer
conditions.
3. For any other clarifications related to bid submission, bidder may contact CGM
through e-mail before the last date of submission of the bid document during working
hours. The bidder must write Subject as “RFP for DPR of DCLMR” in all its
communication to CGM.
4. CGM reserves the right to accept or reject any or all proposals, and to annul the
selection process and reject all proposals at any time prior to the award of contract,
without thereby incurring any liability or any obligation in any form to the affected firms
on any grounds.
5. The costs of preparing the proposal and of negotiating the contract, including visits to
the CGM are not reimbursable by CGM. The Bidder shall be deemed to have full
knowledge of the role and responsibilities of the work.
6. The proposal and all the associated correspondence shall be written in English and
shall conform to the prescribed format.
7. The proposal shall be signed by the Bidder or duly authorized persons to bind the
Bidder to the contract. The letter of authorization shall be indicated by written power
of attorney and shall accompany the proposal.
8. The Bidder should submit a Power of Attorney, authorizing the signatory of the
Proposal and to commit the Bidder, along with submission of Proposal. Details of
documentation required for various parts of the Proposal are provided in RFP and the
formats for Proposal submission (including format for Power of Attorney) is given as
part of the Forms at the end of this document
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 11
9. A Bidder that is under a declaration of ineligibility by Government of Gujarat or any
other Government authority in India at the date of submission of the Proposal or during
evaluation of Proposals shall be disqualified.
10. Proposal Validity: - Validity date is 120 days from last date of submission. A
proposal valid for a shorter period may be considered nonresponsive and liable
to rejection.
11. Cost of RFP Document: - The cost of RFP Document of amount Rs. 5000/- in favor of
“Commissioner of Geology and Mining, Gujarat” payable at Gandhinagar shall be
in the form of Account Payee Demand Draft/ Bankers Cheque from any scheduled
commercial bank or nationalized bank. A proposal without the cost of RFP document
shall be rejected, as nonresponsive.
12. Bid Security:- The Bid Security of amount Rs 1,50,000/- (INR One Lakh Fifty
Thousand Only) in favor of “Commissioner of Geology and Mining, Gujarat”
payable at Gandhinagar and shall be in the form of Demand Draft from any of the
scheduled commercial bank or nationalized bank having its branch in Gujarat. CGM
shall reject any bid not accompanied by appropriate bid security, as non-responsive.
a. Bid securities of the unsuccessful bidders shall be returned to them at the
earliest.
b. The bid security may be forfeited:
(i) If a Bidder withdraws its bid during the period of bid validity.
(ii) If the Successful Bidder fails to sign the Contract within required timeframe;
or furnish a performance security.
Manner of Preparation of Bid Proposal:-
1. Bidder’s Proposal (the Proposal) will consist of following components
a. Cost of RFP document or Tender Fee
b. Bid Security (EMD)
c. Technical Proposal including details of claim of qualifying criteria laid down in
Notice inviting Proposal and RFP, and
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 12
2. The Technical Proposal shall not include any information related to financial proposal.
Technical Proposals containing information related to financial proposal shall be
declared nonresponsive.
3. The Technical proposal shall contain:
a. A brief description of the bidder’s organization and an outline of recent experience
of the Bidder, on assignments of a similar nature. The information on each
assignment should indicate scope of work, duration, firm’s involvement, name of
client etc. The details of assignments on hand shall also be furnished.
b. A concise, complete, and logical description of approach and methodology as
proposed by the Bidder in compliance to the Terms and conditions of Tender and
Scope of Work
c. Any comments or suggestions on the Scope of Work and a description of the
methodology (work plan) which the firm proposes to execute the services,
illustrated with bar charts of activities.
d. The composition of the proposed team, the tasks which shall be assigned to each
team member.
Financial Proposal
Price bid to be filled up at designated places on https:// cgmgujarat.nprocure.com
adhering to the format provided in this RFP. All prices quoted in the Bid shall be quoted
in Indian National Rupee(s) (INR).
Submission, Receipt and Opening of Proposals
1. The original Technical Proposal shall be placed in a sealed envelope clearly marked
"TECHNICAL PROPOSAL." The envelopes containing the Technical Proposal, EMD
and Tender Fee shall be placed into an outer envelope and sealed. This outer
envelope shall bear the submission address, reference number and be clearly marked
"DO NOT OPEN, BEFORE” [insert the time and date of the submission deadline
indicated in the Bid Document]". CGM shall not be responsible for misplacement,
losing, or premature opening if the outer envelope is not sealed and/or marked as
stipulated. This circumstance may be case for Proposal rejection.
2. The scanned copy of the technical proposal shall be uploaded at the designated
places at https:// cgmgujarat.nprocure.com
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 13
3. At no circumstances, the Technical proposal shall have any mention of the bidders
quoted price. The proposal would be summarily rejected for any such incidence.
Format and Signing of Bids
a. The Bidder shall provide all the information sought under this RFP. The Authority will
evaluate only those Bids that are received in the required formats and complete in all
respects.
b. The Bid must be properly signed by the authorized signatory (the “Authorized
Signatory”) as detailed below:
By the proprietor, in case Bidder is a proprietary firm; or
By a duly authorized person holding the Power of Attorney, in case Bidder is
either a Limited Company or a Partnership firm or LLP;
By the authorized representative of the Lead Member, in case of consortium.
c. In case of the Bidder being Company incorporated under Indian Companies Act
1956/2013, the Power of Attorney shall be supported by a Board Resolution in favour
of the person vesting power to the person signing the Bid.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 14
5. EVALUATION
Proposal Evaluation
The members of the Tender Committee of CGM will carry out the evaluation of proposals on the basis of their responsiveness to the RFP, applying the evaluation criteria as given in the table below. Each responsive proposal will be given a technical score. The technical bid shall be evaluated and provided a Technical Score on the following basis:
S. No.
Criteria Maximum
Score Documents to be
Submitted
1 Work experience of bidder in last 10 years
Number of completed consulting assignments related to preparation of DPR /Feasibility report/ Concept design in mining/ mineral/geology sector in India for any Public Sector Undertaking (PSU) / Central or State Government in India / Central or State Government undertaking. It is acceptable if any of the above mentioned categories is a sub-part of the main assignment submitted for claim against this criterion. Similar experience with Foreign Governments will also be considered. However, the Bidder should have at least one such assignment in India as mentioned above. Over and above this, such experience for private clients both domestic and international may be considered depending on relevance to the assignment.
30 marks
(5 marks for completed project
2 marks for awarded / ongoing work)
Work order and completion certificates/self-declaration to be provided. In case of ongoing projects, certificate from the government organization to be provided
2 Team experience:
i) Team Leader
• Post-graduate in Geology
• At least 25 years of experience in mineral exploration
30 marks
12
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 15
• Should have experience of similar work for Government organisations in India
ii) Core Drilling/Core Library Expert
• Post-graduate in Geology
• At least 10 years of experience in mineral sector on core drilling or core library
iii) Mining Expert
• Graduate in Mining
• At least 15 years of experience in mining/mineral sector
• Should have experience of similar work for Government organisations in India
10
8
3 Approach and Methodology for proposed Assignment
The description of approach and methodology shall include but not limited to the following:
a) Understanding of objectives of the assignment, approach to the services
b) Quality of Methodology: Explain the methodologies bidder proposes to adopt and highlight the compatibility of those methodologies with the proposed approach.
c) Presentation of Approach and Methodology
40 marks As per evaluation committee
TOTAL TECHNICAL SCORE 100
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 16
(i) CGM shall declare the Bidders who have scored more than or equal to 60 marks in
technical evaluation as “Technically Qualified”.
(ii) Marks obtained by Technically Qualified Bidders shall be considered Technical
Score (Ts)
Opening and Evaluation of Technical and Financial Proposal
(iii) As per the results obtained in each Technical Proposal, The TC “Tender Committee”
will proceed with the technical evaluation report and choose to open the financial
proposal of qualified bidders meeting the minimum required technical score.
(iv) CGM’s representative will open Financial Proposal. Such representative will
communicate to the qualified Bidder and the total price shown in the Bidder’s
Financial Proposal. This information will be recorded in writing by CGM’
representative.
(v) Method of Evaluation - Quality cum Cost Based Selection (QCBS): The
technical proposals are evaluated first. The firm(s) scoring a minimum of 60 points
out of a maximum of 100 points on the technical proposal are then stated as
“Technically Qualified”. This is the minimum Technical Score for qualification of the
Technical Proposal. Those securing less than the minimum Technical Score would
be rejected.
The qualified bidders will be intimated about the opening of the financial bid.
The Financial Quotes of the Bidders shall be ranked and the Financial Score of the bidder
shall be calculated with the lowest Financial Quote shall be given 100 points and all other
bidders will be marked proportionately. The Financial Score (Sf) of the financial proposals
of the other bidders will be computed as per formula below:
Sf = 100 x Fm / F,
In which Sf is the Financial Score, Fm is the lowest Financial Quote and F is the Financial
Quote of the proposal under consideration.
Final score for all technically qualified bidders will be computed using the following formula:
Final Score = 0.7 x Technical Score + 0.3 x Financial Score
The bidder with the highest Final Score (H1) will be considered as the selected bidder.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 17
6. OTHER TERMS AND CONDITIONS
1. Performance Security
The selected bidder will furnish within 15 days of the issue of Letter of Acceptance (LOA), an Unconditional Bank Guarantee (in prescribed format) payable at Gandhinagar, from any Nationalized or scheduled commercial Bank in India having its office at Gujarat for an amount equivalent to 5% (five percent) of the total contract value towards Performance Security valid for a period of three (3) months beyond the stipulated date of completion of services for each Phase. CGM will have the right to invoke the performance security without assigning any reasons if performance of the successful bidder is not found up to the mark.
2. Miscellaneous Information
Amounts payable by CGM to the Consultant under the contract shall be subjected to
deduction of applicable taxes, if any.
3. Payment Terms
The consultant will raise monthly invoices in the first week of proceeding month. All such
bills shall be paid to Consultant within 30 days of submission of invoices.
4. Limitation of Liability
The Consultant’s liability under the RFP will be limited to the total fee it will receive from
CGM under this mandate.
5. Liquidated Damages for delay in completion
The Digitization Consultant shall be liable to pay CGM, as Liquidated Damages, a sum at
the rate of 0.5 percent of the total contract value of the work per week of delay between
scheduled and actual time of completion of work or part thereof subject to a ceiling of 10
percent of the total contract value of the work. CGM shall have the right to terminate the
services with the Agency and /or to forfeit the Performance Security and get the remainder
of work completed by any other party at the cost of the Agency
6. Termination of Contract
The contract can be terminated by CGM written notice of 30 days. However, during the
currency of contract, all parties shall discharge their due obligations.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 18
7. Settlement of Disputes
i. Amicable Settlement: - The Parties shall use their best efforts to settle amicably all
disputes arising out of or in connection with this Contract or the interpretation thereof.
ii. Dispute Settlement: - In case the dispute is not resolved amicably, the matter shall be
settled by the arbitrator under the Arbitration and Conciliation Act, 1996 and its decision
would be final and binding on both the parties. The Arbitration and Conciliation Act,
1996 and the rules made there under and any statutory modification or re-enactments
thereof, shall apply to the arbitration proceedings. The venue of the arbitration shall be
Gandhinagar, Gujarat. Pending the submission of and/or decision on a dispute,
difference or claim or until the arbitral award is published; the Consultant shall continue
to perform all its obligations under Agreement without prejudice of final adjustment in
accordance with such award.
iii. Legal Jurisdiction: - Any legal dispute arising out of the Consultancy Agreement shall
be settled at the Court of Law located at Gandhinagar, Gujarat.
iv. Governing Law: - This Contract shall be governed by and construed in accordance with
the laws of India. Neither CGM nor the Consultant shall have the right to transfer or
assign their responsibilities resulting from this Contract.
8. Forfeiture of EMD
The EMD is liable to be forfeited if:-
i) The Bidder modifies or withdraws his offer after due date and time for submission
of Bids.
ii) The Bidder increases the prices unilaterally after the opening of Bid and during the
validity period of the Bid.
iii) The Bidder does not accept the correction of Bid price pursuant to 'Discrepancies
and Adjustment of Errors', of Bid document.
iv) The successful Bidder does not commence the work as specified in Work order.
v) The successful Bidder does not submit the duplicate copy of Work Order issued
within 7 days from the date of issue as a token of acceptance, unless any other
period has been agreed in writing.
9. Indemnification
The Bidder assumes responsibility for and shall indemnify and save harmless the CGM, Gujarat from all liability, claims, costs, expenses, taxes and assessments including penalties, punitive damages, attorney’s fees and court cost which are, or may be required with respect to any breach of the Consultant’s obligations under the contract, or for which the Consultant has assumed responsibility under the contract, including those imposed under any contract, local or national laws, or in respect of all salaries, wages or other compensation of all consultants employed by the Bidder in connection with performance of any work covered by
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 19
the contract. The Bidder shall execute and deliver such other further instruments and to comply with all the requirements of such laws and regulations as may be necessary there under to confirm and effectuate the contract and to protect the CGM, Gujarat. The CGM, Gujarat shall not be in any way held responsible for any accident or damages incurred or claims arising there from during discharge of the obligations by the Consultant under this contract.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 20
ANNEXURES
6.1. FORM TECH 1
TECHNICAL PROPOSAL
[Location, Date]
To,
Commissioner of Geology and Mining 7th Floor, Block 1, Udhyog Bhavan Gandhinagar -Gujarat – India
Subject: Submission of Bid for RFP for Selection of Consultant for Project Concept
Report and Detailed Project Report for DCLMR
Dear Sir/ Madam,
We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Bid. We are hereby submitting our Bid, which includes this Technical Bid and a Price Bid as follows.
A. Online Technical and Price Bids Pre-Qualification and Qualification documents as well as our Price Quote per the provisions of RFP.
B. Physical submission of: RFP Fee and EMD as per the requirement of the RFP. We are submitting our Bid in __ (individual capacity as single Bidder /Consortium) with__ .
We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the period of validity of the Bid, i.e., before the date indicated in RFP, we undertake to negotiate on the basis of the proposed personnel. Our Bid/Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.
We undertake, if our Bid is accepted, to initiate the consulting services related to the assignment not later than the period specified in the RFP.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 21
6.2. FORM TECH 2
BIDDER’S ORGANIZATION AND EXPERIENCE
A - Bidder’s Organization
[Provide here a brief description of the background and organization of your firm/entity. The brief description should include ownership details, date and place of incorporation of the firm, objectives of the firm etc. Provide supporting documents such as Certificate of Incorporation, MOA, AOA, GSTIN Registration, Partnership deed etc.]
B - Bidder’s Experience
[Using the format below, provide information on each Assignment/job for which your firm, was legally contracted either individually as a corporate entity or as one of the major partners within an association, for carrying out consulting Assignment/job similar to the ones requested under this Assignment/job (If possible, the employer shall specify exact assignment / job for which experience details may be submitted)]
Firm’s Name
Assignment/job name
Description of Project
Approx. value of the contract (in Rupees)
Location within country:
Duration of Assignment/job (months) :
Name of Employer:
Address:
Total No of staff-months of the Assignment/job:
Approx. value of the Assignment/job provided by your firm under the contract (in Rupees):
Start date (month/year):
Completion date (month/year):
Name of associated Consultants, if any:
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 22
No of professional staff-months provided by associated Consultants:
Name of senior professional staff of your firm involved and functions performed
Description of actual Assignment/job provided by your staff within the Assignment/job:
Note: Please provide documentary evidence from the client i.e. copy of work order, contract each of above mentioned assignment and completion certificate. The experience shall not be considered for evaluation if such requisite support documents are not provided with the proposal.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 23
6.3. FORM TECH 3
DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING
THE ASSIGNMENT
a) Approach and Methodology: Explain understanding of the objectives of the assignment,
approach to the services, methodology for carrying out the activities and obtaining the
expected output, and the degree of detail of such output. Highlight the problems being
addressed and their importance, and explain the technical approach to be adopted to
address them.
b) Work Plan: Propose the main activities of the assignment, their content and duration,
phasing and interrelations, milestones (including interim approvals by CGM), and delivery
dates of the reports. The proposed work plan should be consistent with the technical
approach and methodology, showing understanding of the scope and ability to translate
them into a feasible working plan. A list of the final documents, including report to be
delivered as final output, should be included here.
c) Organization and Personnel: Propose the structure and composition of proposed team.
List the main disciplines of the assignment, the key expert responsible, and proposed
technical and support personnel
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 24
6.4. FORM TECH 4
S. No. Name of Staff Area of
Expertise
Years of
Experience
Task Assigned CV
Details
with
signature
1.
2.
3.
4.
Support Staff (if any)
S. No. Name of Staff Position Assigned Task Assigned
1.
2.
3.
4.
5.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 25
6.5. FORM TECH 5
CURRICULUM VITAE (CV) FOR PROPOSED EXPERTS
(Summary of CV: Furnish a summary of the above CV. The information in the summary shall
be precise and accurate. The information in the summary will have bearing on the evaluation
of the CV)
1. Proposed Position [only one candidate shall be nominated for each position]:
2. Name of Firm [Insert name of firm proposing the expert]:
3. Name of Expert [Insert full name]:
4. Date of Birth: Citizenship:
5. Education [Indicate college/university and other specialized education of expert, giving
names of institutions, degrees obtained, and dates of obtainment]:
6. Membership of Professional Associations:
7. Other Training [Indicate significant training since degrees under 5 -Education were
obtained]:
8. Languages [For each language indicate proficiency: good, fair, or poor in speaking,
reading, and writing]:
9. Employment Record [Starting with present position, list in reversed order, every
employment held. List all positions held by staff member since graduation, giving dates,
names of employing organization, title of positions held and location of assignments.
For experience period of specific assignment must be clearly mentioned, also give
Employer references, where appropriate.]:
From [Year]: To [Year]:
Employer:
Positions held:
10. List all task to be performed under this project and corresponding experience of the
expert
11. Certification:
I, the undersigned, certify that the above information is true to the best of my knowledge.
Date: [Days/Month/Year]
[Signature of expert or authorized representative of the firm]
Full name of authorized representative:
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 26
6.6. Format for Price Bid to be submitted online
(This is indicative format for Bidder’s reference only. The PRICE BID SHOULD BE SUBMITTED ONLINE ONLY at designated places through http://cgmgujarat.nprocure.com Price Bid should not be submitted in hard copy and or placed with Technical Bid. Prices submitted in hard copy and or placed with Technical Bid shall result in outright rejection of bid)
Parameter Quoted Price (Numbers) Quoted Price (Words)
Lump Sum Fee for
Preparation of DPR for
DCLMR
GST, as applicable
TOTAL FEE
Notes:
Please refer Section 2.4 of RFP for detailed payment terms.
The above quoted rates represents remuneration of Bidder’s staff, Travel expense,
expense towards dime, hotel stay , office rents ,conveyance and any other expense to
be incurred for executing Terms of Reference.
The above quoted rates represent the net amounts payable exclusive of Goods and
Service Tax, but inclusive all other applicable taxes/statutory levies and Service
Charges etc. and no other amounts, save and except as above shall be payable by
Authority. GST shall be payable over and above the quoted rates at the rate applicable
at the time of invoicing.
Service charges shall be paid as per the payment terms.
Each Bidder must quote his rates after through reading of this RFP document and Estimates of his cost thorough detailed due diligence of the site, statutory laws/regulations. Authority reserves right to seek any clarifications regarding price quoted from bidders before any decisions.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 27
6.7. Power of Attorney
[To be notarized and to be executed on non-judicial stamp paper of appropriate value]
Know all men by these presents, we ……… (name of the Bidder/Lead Member and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr. / Ms (Name), son/daughter/wife of ……………………………… and presently residing at ………………………………….., who is presently employed with us and holding the position of ………………………….., as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our bid for the “[Name of the RFP] ” (“Project”), by Commissioner of Geology and Mining (“CGM”) including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders’ and other conferences and providing information / responses to CGM, representing us in all matters before CGM, signing and execution of all undertakings consequent to acceptance of our bid, and generally deal with CGM in all matters in connection with or relating to or arising out of our bid for the said Project and/or upon award thereof to us.
And we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.
IN WITNESS WHEREOF WE, _________________________ THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………., 20..
For …………………………..
(Signature)
(Name, Title and Address)
Witnesses:
1.
2.
Accepted
……………………………
(Signature)
(Name, Title and Address of the Attorney)
Notes:
1. 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
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 28
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
2. Wherever required, the Bidder 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
Bidder.
3. Power of Attorney should be executed upon payment of stamp duty of appropriate value,
as applicable in the State, where such Power of Attorney has been executed.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 29
6.8. Format for Board Resolution
(On letter head of the Bidding Entity/Lead Member and Other Member of Bidding Consortium)
The Board, after discussion, at the duly convened Meeting on _________ [insert date], with the consent of all the Directors present and in compliance of the provisions of the Companies Act, 2013, passed the following Resolution:
RESOLVED THAT pursuant to the provisions of the Companies Act, 2013 and compliance thereof and as permitted under the Memorandum and Articles of Association of the Company, approval of the Board be and is hereby accorded for [forming a consortium with ___________ and participating as the Lead Member/Other member in the consortium with __________and] placing the Bid [through ________ Lead Member] against the tender no ________________ dated _______________, as amended from time to time, issued by Commissioner of Geology and Mining (“CGM”) for “[Name of the RFP]” (“Project”).
*[RESOLVED THAT the Board hereby acknowledges the Board Resolution dated ______ passed by the _______________ (Name of the Other Member) for providing the Technical / Financial (Strike out whichever is not applicable) support to the _______________ (Name of the Bidder) to meet the Qualification Requirements as per the provisions of the tender and undertaking to provide technical/ financial support to _________________ (Name of the Bidder) in case it is unable to meet its obligations.]
#[FURTHER RESOLVED THAT the Board hereby acknowledges that the _________________ (Name of the Other Member) is required to provide the technical/financial (Strike out whichever is not applicable)support for the Project so that the consortium is able to meet the qualification requirements as per the provisions of the tender.
FURTHER RESOLVED THAT the _________________ (Name of the Other Member) do provide necessary support to execute the scope of work in the tender and in the event of any default by the Consortium Member(s) such obligation shall be fulfilled by the Entity.
FURTHER RESOLVED THAT _____________shall act as the Lead Member of the Consortium and perform all acts and deeds as may be required to be performed on behalf of the consortium and the Other Member in relation to submission of the bid for the mineral block.
FURTHER RESOLVED THAT ___________, (Name of the Person) [the Lead Member and such person as may be authorized by the Lead Member in this behalf] be and is hereby authorized to take all the steps required to be taken by the Corporate Entity/[Consortium] in this regard, including in particular, signing of the Bid, making changes thereto and submitting amended Bid, all the related documents, certified copy of this Board Resolution or letter, undertakings etc., required to be submitted to CGM or such other documents as may be necessary in this regard.]
$[Further Resolved that _________ be and is hereby authorized to sign on behalf of the _________________ (Name of the Other Member), the Consortium Agreement and such other document as may be required to be signed individually by the _________________ (Name of the Other Member).]
Certified True Copy
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 30
Notes:
1. This certified true copy should be submitted on the letterhead of the Entity, signed by the Entity Secretary or any of the authorized Directors of the Entity and the rubber stamp for the Entity shall be affixed.
2. The contents of the format should be suitably re-worded indicating the identity of the entity passing the resolution i.e. the Bidder.
3. *Applicable in case of Lead Member of the Bidding Consortium.
4. # paragraphs in square brackets are applicable only if the Bidding Entity is a consortium and the Other Member is providing technical/financial support.
$Applicable in case of Other Member in the Bidding Consortium.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 31
6.9. Scope of Work for Civil Consultant/ Architecture
A. Site assessment
Civil Consultant/ Architecture shall carry out detailed survey and assessment of the
allocated /identified site in terms of the following:
Land area, topography and boundaries assessment.
Status of access and site infrastructure such as road, water, power, electricity
etc.
Environmental, social, hygiene, health, safety threats or concerns in the site or
its vicinity.
B. Detailed Layout and Design
Preparation of Layout and design of proposed DCLMR at optimum utilization of land/
infrastructure/ facilities including elevation drawing, general plant layout, plot plans,
area grading, land preparation work, boundary wall fencing, illumination, green belt,
warehouses, storage sheds & admin buildings, telecommunication infrastructure, fire-
fighting system, security control room and any other facilities as per international
standards and benchmarks.
The layout for the DCLMR should incorporate state of the art buildings with modern
architectural concepts and new generation fittings/ fixtures.
C. Civil and Structural Work
The DPR will cover requirement of all civil works for the project like site preparation,
soil data, structural works, construction of building, roads, boundary wall and fencing
etc.
D. Water and other utilities
Total water requirement estimate, water storage facilities to be installed as well as its
auxiliary facilities.
Assess requirement of other utilities, if any and provide for the same, if necessary.
E. Electric Power
Estimate electric power requirement for the DCLMR, develop preliminary single line
diagram based on requirements and finalize schemes for power receiving and
distribution system.
Study and develop scheme for emergency power generation and distribution and
indicate critical load requirement.
RFP No. CGM/TECH/DCLMR/18-19/D002 27 February 2019 32
Provide average and peak utility/consumption rates
Electrical load (connected and running loads) and emergency power requirement for
various stages of the process as per Indian Standards.
F. Auxiliary Services
Assess requirements of auxiliary facilities such as laboratory, stores and warehouses,
mobile equipment, ancillary buildings, office complex, DCLMR communication
systems and make provisions for the same.
G. Time Schedule for Implementations
Prepare a Master schedule for implementation of the project showing various activities
using ‘MS Projects’ software.