Directorate of Agriculture
Directorate of Agriculture
Request for Proposal (RFP) for Engagement as Project Management Unit for
development of Krishak Pathshala and Birsa Gram under Birsa Samekit Vikash
Yojana in Jharkhand
Directorate of Agriculture
Department of Agriculture, Animal Husbandry and Cooperative
Government of Jharkhand
1st Floor, Krishi Bhawan, Kanke Road, Ranchi – 834008
1|Page
Directorate of Agriculture
Government of Jharkhand
1st Floor, Krishi Bhawan, Kanke Road, Ranchi – 834008
Request for Proposal (RFP) for Engagement as Project Management Unit for
development of Krishak Pathshala and Birsa Gram under Birsa Samekit Vikash
Yojana in Jharkhand
Directorate of Agriculture is the nodal agency to implement Birsa Samekit Vikash Yojana in Jharkhand
which aims to establish and develop Krishak Paathshala and Birsa Grams in the state. Birsa Gram
focuses on development of model villages across the state of Jharkhand wherein there will be a
convergence of all the relevant schemes. Krishak Pathshalas” are going to be an important
companion for Birsa Gram wherein a model farm will be developed in a dedicated plot to facilitate
“Learning by seeing” approach for the farmers from cluster of nearby Birsa Grams. Directorate of
Agriculture invites RFP from the interested & reputed agencies/firms in order to meet the requirement
of the State.
i. Applicants (hereinafter referred to as “Bidders”) are required to submit only one application for
the same as mentioned in RFP at Directorate of Agriculture, Ranchi.
ii. Bidder should Download the RFP Document and read carefully before uploading the required
document.
iii. Collect all the necessary documents for uploading. Number (page) them in order and upload
according to respective eligibility condition. Fill up all the necessary information and upload
the documents.
iv. Bidders eligible as per qualifying conditions will be short listed based on the information
provided by them.
v. Before final submission, check fulfilment of all necessary conditions and document carefully.
vi. Pay the required Document Fee and EMD as defined in RFP Document.
vii. Detailed response to the RFP must be submitted at office of Directorate of Agriculture, 3rd
floor- Krishi Bhawan, Kanke Road, Ranchi-834008 Jharkhand.
2|P age
Directorate of Agriculture
Department of Agriculture, Animal Husbandry & Cooperative, Jharkhand
Important Dates
3|Page
Contents
Details of the RFP ............................................................................................................................................. 5
Section I:Background ........................................................................................................................................ 6
Section II: Key Components of Project .............................................................................................................. 7
Section III: Eligibility Criteria .............................................................................................................................. 8
3.1 General Eligibility ...................................................................................................................................... 8
3.2 Eligibility Criteria...................................................................................................................................... 15
3.3 Required Human Resources ................................................................................................................... 16
3.4 Consortium ............................................................................................................................................. 18
3.5 Submission of Responses to RFP .......................................................................................................... 18
3.6 Disqualification ....................................................................................................................................... 19
SECTION IV- EVALUATION AND SELECTION PROCEDURE ...................................................................... 21
4.1 Evaluation process ................................................................................................................................. 21
4.2 Technical Evaluation Criteria .................................................................................................................. 21
4.3 Financial Evaluation Criteria ................................................................................................................... 24
4.4 Selection ................................................................................................................................................. 24
SECTION V: TERMS AND CONDITIONS OF AGREEMENT ......................................................................... 27
5.1 Nativity ........................................................................................................................................................ 27
5.2 Relationship ................................................................................................................................................ 27
5.3 Right to rejection and Right to annulment ................................................................................................... 27
5.4 No obligation ........................................................................................................................................... 27
5.5 Confidentiality ......................................................................................................................................... 27
5.6 Period of Selection .................................................................................................................................. 27
5.7 Indemnity ................................................................................................................................................ 27
5.8 Only one application................................................................................................................................ 28
5.9 Amendment ............................................................................................................................................. 28
5.10 Disclaimer ............................................................................................................................................... 28
5.11 Binding Clause ........................................................................................................................................ 29
5.12 Agency’s Integrity .................................................................................................................................... 29
5.13 Agency’s Obligations............................................................................................................................... 29
5.14 Conflict of Interest ................................................................................................................................... 29
5.15 Non-Disclosure Agreement ..................................................................................................................... 29
5.16 Intellectual Property Rights ..................................................................................................................... 29
5.17 Arbitration................................................................................................................................................ 30
5.18 Applicable Law ........................................................................................................................................ 30
Annexure I: Declaration .................................................................................................................................... 31
FORM TECH 1 ................................................................................................................................................ 32
FORM TECH 2 ................................................................................................................................................ 33
FORM TECH 3 ................................................................................................................................................ 33
FORM TECH 4 ................................................................................................................................................ 34
FORM TECH 5 ................................................................................................................................................ 35
FORM TECH 6 ................................................................................................................................................ 36
FORM TECH 7 ................................................................................................................................................ 37
4|P age
Details of the RFP
Start & End Date & Time for 18.01.2022 at 06:00 PM to 01.02.2022 at 05.00 PM
Downloading of RFP document
03.02.2022. at 12:00 PM
Date of opening of the RFP
Note: -The Bidder must read carefully the entire tender document from the beginning and must
declare that he has gone through and accept all the clause and conditions.
5|P age
Section I:Background
Agriculture contributes ~ 16.38% to the GDP (GVA) of the country and ~ 40% of the total national
workforce is employed in the sector. For the state of Jharkhand Agriculture sector contributes ~
17.36% to the state GDP (GVA) and ~50% of the workforce is employed in the sector. This shows the
scale and centrality of the sector in the economy.
The pandemic era has also highlighted the importance of agriculture, where it was the only sector to
have reported positive growth. Hence, not only this sector provides the basic needs of civilization in
terms of food and fodder, but it has also been playing a critical role in the economic growth and
sustainability of the country. Even though agriculture plays a pivotal role in the system but still the
sector faces certain challenges which hinders the growth of the people associated with the sector.
Some of these challenges are structural and static because of the geography, soil, population and
other scenarios of the country, like small and fragmented land holdings, low irrigation coverage, soil
erosion, scarcity of capital etc. The solutions to these challenges are capital intensive, time
consuming and can lead to unforeseen aftereffects. There is another set of challenges which are
dynamic in nature like unavailability of quality inputs, unbalanced & unscientific input usage, lack of
mechanization, inadequate storage and other logistic infrastructure, inaccessibility to markets and
innovations etc. Irrespective of the prevalence of the static challenges, a solution to the dynamic ones
can result in optimum resource utilization, productivity enhancement, cost reduction per unit volume,
bridge the innovation gap between agriculture and other sectors and as a result enhance the returns
for the producers. These challenges can be overcome by reducing information asymmetry, enhancing
knowledge dissemination, providing exposures to the producers to new innovations and technologies,
facilitating the producers to adopt the new gen agriculture techniques, creating a market demand for
quality inputs by increasing producer awareness, providing market accessibility etc. The KVKs (Krishi
Vigyan Kendras) were formed to cater to these challenges. However, the access to these Kendras for
the farmers involved high transaction cost in terms of connectivity and logistics.
To address these dynamic challenges with a hyper-local model and thereby generate incremental
annual income for HHs associated with agriculture, Department of Agriculture, Animal Husbandry &
Co-operatives, Government of Jharkhand has envisaged a new “Birsa Samekit Vikash Yojana” which
aims at formation of “Krishak-Pathshala” and “Birsa Gram” throughout State of Jharkhand.
“Birsa Gram” focuses on development of model villages across the state of Jharkhand wherein there
will be a convergence of all the relevant schemes of various department like Agriculture, Animal
Husbandry, Horticulture, Irrigation etc. These villages will provide the necessary ecosystem for the
HHs to enhance their productivity and move towards a high value production system.
“Krishak Pathshalas” are going to be an important companion for “Birsa Gram” wherein a model farm
will be developed in a dedicated plot to facilitate “Learning by seeing” approach for the farmers from
cluster of 6-8 nearby Birsa Grams. 17 pathshala are to be developed in FY 2021-22 which would be
scalled to up to 100 in the next year. The Pathshalas will play the role of localized knowledge hub for
the producers of the area. They will aim to give exposure, train, resolve the queries and help the
producers to adopt the Good Agriculture Practices, Innovations, and Advanced Farm Management
Techniques etc. The Krishak Pathshalas will also provide support for formation of farmers-based
collectives like producer groups and producer organization to accrue the benefits of aggregation,
volume and scale.
For project formulation, execution and monitoring, coordinating with different converging departments,
on boarding the implementing agencies, provide requisite capacity building to the stakeholders under
“Birsa Samekit Vikash Yojana” Directorate of Agriculture requires a State Level Project Management
Unit. In accordance with approval from the Government this RFP is being floated for selection of state
level agency for running the Project Management Unit.
6|P age
Section II: Key Components of Project
• Model cropping area with solar pump driven drip irrigation and mulching activities along with
multi-purpose & multiple farm pond, poly house, solar powered cold storage.
• Farm infrastructure for Goatery, Poultry, Cattle, Piggery, Mushroom Cultivation and Apiculture
units.
• To bring at least 1,00,000 acres of land across 24 districts under super food/ exotic fruit and
vegetable cultivation by September 2024.
• To bring at least 50,000 acres of land across 24 districts under feasible micro irrigation by
September 2024.
• To educate 1, 00,000 farmers in state about relevant high value agricultural practices.
• To establish and strengthen farmer’s organization.
• To establish a channel of convergence for various schemes and their delivery in the
catchment villages.
7|P age
Section III: Eligibility Criteria
The RFP must be prepared in English language only. If any document which is not in English, it
should be accompanied with translated and attested certified in English version.
B. SUBMISSION OF RFP
i. Not more than one RFP offer will be accepted from any bidder. If a bidder participates in the RFP
offer, representing more than one bid by one organization under one or different name, than such
multitude of bid shall amount to collusive activity and appropriate action should be taken by
Directorate of Agriculture, Jharkhand under fraud and corrupt practices.
ii. RFP response has to be submitted through- tendering online and also in the form of hard copy.
Hard copy should be submitted at Directorate of Agriculture, 1st floor- Krishi Bhawan, Kanke
Road, Ranchi-834008.
iii. The offer should be given in the prescribed format as per RFP document.
iv. The submission of offer by any Bidder implies that they have read the terms and conditions of the
RFP and have made themselves fully aware of the scope of the work. Any addition or omissions
in the original offer after opening of the offers will not be entertained. (as per FORM TECH-1).
v. Individual signing of the offer should have valid digital signature and signing other related
documents will attach valid acceptable proof of his authority to sign on behalf of the Bidder. (as
per FORM TECH-2).
vi. The bidder should fill up the required information in prescribed formats as per FORM TECH-1 to
7 and should upload all relevant documents as desired, failing which the bids will be rejected.
vii. Once the online submission of bid is completed successfully the bidder must submit the hard
copy of all the documents in the office of Directorate of Agriculture, 1st Floor, Krishi Bhawan,
Kanke Road, Ranchi- 834008.
viii. Directorate of Agriculture may terminate the selection process at any time and without citing any
reason.
ix. This RFP does not constitute an offer by Directorate of Agriculture. The bidder’s participation in
this process may result in the department engaging the applicant towards execution of the
contract.
x. Bidder should deposit the EMD as per the instructions specified in the RFP document. The
details of the tender/document fee and EMD, physically submitted must tally with the online
details, otherwise the uploaded bid will be rejected
xi. Application submitted without RFP fee of Rs. 10,000/- (Rupees Ten thousand only) or
incompletely filled or conditional will be out rightly rejected. Conditional application will not be
accepted in any case.
8|P age
xii. The demand draft of RFP document fees should be submitted along with proposal (Technical &
Financial). Proposals received without or with inadequate RFP Document fees shall be rejected.
xiii. The Proposal should be accompanied by a power-of-attorney in the name of the signatory of the
proposal.
xiv. Prices quoted must be firm and shall not be subject to any upward revision on any account what-
so-ever throughout the period of the engagement.
xv. All prevailing rules, regulation guidelines, instruction etc. pertaining to job work contract, issued
by Govt. of Jharkhand through its various resolution/ circulars/ letters shall also be applicable to
this tender.
xvi. Directorate of Agriculture, Jharkhand would use its good offices to assist the Agency in obtaining
requisite information from the offices concerned of the State.
That no other Firm/Sister concern/Associate belonging to the same group is not participating /
submitting this process. (Annexure I)
i. The rates quoted by the Bidders shall be valid for 120 days from the schedule date of submission
of the Bid for decision and finalization of the RFP.
ii. Prior to the expiry of the period of validity of the Bids, the Directorate of Agriculture may extend
the timeline of validity for a specific additional period.
D. PRESENCE OF BIDDERS
All the Bidders or their authorized representative, who respond to this notification, can be present on
the date, time and place of opening of Technical Bids and Financial Bid, at their own cost.
9|P age
necessary cost to perform the duties as per the overall requirements as laid out in Scope of
Work, including necessary reimbursable costs.
i. A prospective Bidder requiring any clarification on the RFP Documents may submit queries in
writing on or before Pre-Bid Meeting at Directorate of Agriculture Jharkhand office.
ii. Directorate of Agriculture at its sole discretion may provide response to the queries.
iii. After PreBid Meeting Directorate of Agriculture may modify the RFP Document by a
corrigendum.
Response to RFP once submitted cannot be amended. However, in some circumstances (such as
major anomaly in the technical specifications having a major impact on pricing etc), Directorate of
Agriculture may decide to take fresh RFP from all or any of the Bidders before opening of the financial
bid.
i. The bids will be received through e-tendering (online) and/or also in the form hard copy on or
before schedule date & time.
ii. If any relaxation is to be sought regarding submission of RFP document in the view of COVID 19
situation it may be informed in writing (via mail on directoragriculturejh@gmail.com / courier/
speed post) before the last date of bid submission.
iii. The Directorate of Agriculture, Jharkhand reserves the rights to extend the deadline or for
making any other change in the Bid document by issuing an amendment online in this regard.
iv. In case, if due to COVID 19, the bidder is not able to submit the hard copy physically, they will
have to send the hard copy via registered speed post/ courier (In case if the bidder is sending the
document via registered post/ courier, they must give prior intimation of the same on companies
letter head via mail on directoragriculturejh@gmail.com). And if the bidder qualifies as per the
online bid submitted then the agreement will only be signed once the hard copy is received in the
office of Directorate of Agriculture, Jharkhand.
I. PERIOD OF ENAGEMENET
The assignment of the work shall be valid initially for a period of 36 Months. The duration of contract
can be mutually extended by a maximum period of Twenty-Four months, depending upon the
10 | P a g e
requirements of the project and on the terms mutually agreed by both the parties, based on the
satisfactory performance of the applicant, as determined by Directorate Agriculture, Jharkhand.
i. The bidder is required to submit EMD of Rs. 750000 (Rupees Seven Lacs Fifty Thousand only)
in form of Bank guarantee/ Demand Draft of any scheduled / nationalized / commercial bank
drawn in favour of Director Agriculture, Ranchi payable at Ranchi. Cheque / fixed deposit
receipts / NSC etc. are not acceptable towards deposit of earnest money
v. For successful bidding the bidder is required to submit the EMD well before the end of due
submission time.
vi. E.M.D. of bidder will be forfeited if the Bidder at any time prior to its rejection withdraws the bid
while the bid is still valid and also in case successful Bidder, fails to sign the agreement within
the specified time limit.
K. Security Deposit
i. The successful bidder shall furnish security deposit of amount of 2.5 % of total professional fee
after the issue of "Letter of Intent" from Director Agriculture, Jharkhand in form of Bank
Guarantee in favour of Director Agriculture, Ranchi, payable at Ranchi.
ii. Once the successful bidder submits the security deposit then only, he will be allowed to withdraw
the EMD from the department.
iii. The security deposit should be valid for minimum period of Three year/ the duration of
engagement from the date of agreement and needs to be pledged in the favour of Director
Agriculture, Ranchi
iv. Once the successful bidder submits the security deposit then the Directorate of Agriculture will
return its security deposit after two year of completion of work via written request letter.
v. This security deposit shall be forfeited, in case if the selected agency fails to execute the process
adequately or if the empanelled agency fails to execute the project, the selected agency will be
terminated and may be debarred or blacklisted for submission of further rate contract.
L. MODE OF PAYMENT
The selected firm/organization will undertake discussion regarding tentative payment schedule and
terms and conditions as applicable. Final agreed payment schedule between both Directorate of
Agriculture and selected bidder will he mentioned in both the work order and the MoU to be signed
thereafter.
11 | P a g e
i. Within 15 days of the selected applicant going live with the project and no later than 30 days of
signing of MoU and Work Order 10% of the total final contract value will be paid as mobilization
amount to the selected organization. The advance contract value amount will be adjusted in the
equated monthly installment
ii. The selected organization will also submit an Annual Work Plan, Final Project Team
Composition and an inception report to Director Agriculture within15 days of receiving the Work
Order and signing of MoU.
iii. The remaining 90% of the total final contract value will be paid to the selected organization in
36 Equated Installments, payable upon submission of invoice at the end of every month, from
the date of starting work.
iv. The invoices should be submitted along with complete details of the work undertaken during the
said month including agreed deliverables at the time of signing of MoU.
v. Invoices for each month should also include all reimbursable bills related to travel between base
locations or other regions as required for execution of services.
vi. Director Agriculture will delegate an officer of the Directorate who will ensure that all invoices
and supporting documents are processed, approved and payment is completed within 7 days
from the date of monthly submission of invoice, bills and supporting documents
vii. Upon delay of two subsequent monthly equated installments’ by Directorate of Agriculture, the
organization will be at liberty to withdraw its resources.
viii. For facilitating electronic transfer of funds, the selected organization will be required to indicate
the name of the Bank, Branch and Account Number (i.e., Bank Name, IFSC Code and Bank A/c
Number) and also forward a cheque leaf duly cancelled to verify the details furnished. These
details should also be furnished on the body of every bill submitted for payments by the selected
agency.
ix. Agency shall express the price of their assignment/job in Indian Rupees (INR) only.
M. PROCESS TO BE CONFIDENTIAL
ii. Any effort by the Bidder to influence any officials of the department for processing of bids or
award decisions may result in the rejection of their bid.
12 | P a g e
Neither party shall be held responsible for the non-fulfilment of their obligations under this agreement
due to the exigency of one or more of the force majeure events, such as but not limited to acts of
God, war, flood, earthquakes, strikes, lockouts, epidemics, riots, civil commotions provided on the
occurrence and cessation of any such event the party affected there by shall give a notice in writing to
the other party within one month of such occurrence or cessation together with the measures taken by
it to mitigate and minimize the adverse effects of such force majeure event. If the force majeure
conditions continue beyond six months, the parties shall jointly decide the future course of action.
Director Agriculture, Jharkhand requires all the Bidders should observe the highest standard of ethics.
In pursuant to this policy, following has been defined. “Corrupt Practice‟ means behaviour on the part
of officials in the public or private sector by which they improperly and unlawfully enrich themselves
and or those close to them, or induce others to do so, by misusing the position in which they are
placed, and includes the offering, giving, receiving or soliciting of anything of value. “Fraudulent
Practice‟ means a misrepresentation of facts in order to influence an evaluation process of execution
to the detriment of the Government and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid price at artificial non-competitive level.
In such an event Director Agriculture, Jharkhand shall forfeit the EMD/ security deposit and debar or
blacklist the bidder from participating in future bidding processes of the Directorate of Agriculture for a
period of 1 to 5 years.
P. TERMINATION OF CONTRACT
i. Termination of Insolvency, Dissolution etc: The Directorate of Agriculture may at any time
terminate the contract by giving written notice to the selected agency, the selected agency
becomes bankrupt or otherwise insolvent or in case of dissolution of Company or winding up of
company. In this event, termination will be without compensation to the selected agency provided
that such termination will not prejudice or affect any right of action or remedy, which has accrued
or will accrue thereafter to the Employer Arbitration In cane of any dispute, Arbitrator(s) we all be
appointed under Arbitration and Conciliation Act, 1996 (as amended) which would he accepted
by the agency firm entity The decision of the arbitrator would be final and binding on both the
parties.
Q. JURISDICTION
In all cases of legal dispute, only the Ranchi Courts shall be having the jurisdiction.
13 | P a g e
All the necessary affidavit may be done through any Notary Office of Ranchi or other notary office of
the country.
R. EXECUTION OF AGREEMENT
The successful bidder will have to execute an agreement on Rs. 100/- non-judicial stamp paper of
required value with the Directorate of Agriculture within a fortnight from the date of communication of
acceptance of his offer by the Directorate of Agriculture, 1st Floor, Krishi Bhawan Kanke Road,
Ranchi failing to do which, the earnest money will be forfeited by the Directorate of Agriculture.
S. SCOPE OF WORK: -
1.1 Facilitating implementation of the scheme
a) Undertake gap analysis and develop implementation strategies along with the IPs
(Implementation Partners) in the targeted geography.
b) Infrastructure gap assessment in development of Krishak Paathshala
c) Develop a capacity building framework to be followed by IP.
d) Support to organize capacity building initiatives for Community Organisation & Farmers
at state and district levels.
e) Development of training plan, modules and material in coordination with the IPs
f) Support IPs with necessary technical inputs for development of the Pathshalas and its
operations.
g) Analysis of significant policies concerning agriculture, drafted and legislated by Central
Government/NITI Aayog or/and other governmental bodies.
h) Plan & oversee convergence with various schemes for different activities at farm level in
the catchment villages through the IPs.
14 | P a g e
1.4 Community Organisation Development
a) To identify the opportunities for development of community-based organisation like JLGs,
SHGs, PGs, FPOs, Cooperative societies etc based on feasibility around the catchment
villages of the Pathshalas.
b) Facilitate knowledge dissemination and support the IP to handhold the producer
organisations to take advantages of aggregation in areas of input supply, logistic
arrangement, collective farming of exotic crops, sales of output etc.
c) Oversee the compliances, marketing and branding, financial controls, market linkage
both forward and backward & monitoring of these organizations.
For executing the above scope of work the Directorate of Agriculture, Jharkhand will make available
all necessary documents/information to the selected organization as and when required.
Notwithstanding anything else contained to the contrary in this RFP Document, the Director
Agriculture, Jharkhand, reserves the right to cancel / withdraw / modify, fully or partially the “Invitation
for RFP‟ or to accept / reject one or all of the RFP without assigning any reason and shall bear no
liability whatsoever consequent upon such a decision.
The applicant must possess the requisite strength and capability in executing similar nature of project
as described in the RFP document. The proposals must be complete in all respect and should cover
the entire scope of work as stipulated in the RFP document. The agencies intending to Bid for
selection shall fulfil the following eligibility conditions to be eligible for technical evaluation
Conditions of Eligibility
S. Basic
Specific Requirement Documents Required
No. Requirement
15 | P a g e
Audited Balance sheet/
The applicant should have a minimum Relevant ITR
Applicant
average annual turnover of Rs.50 Lakhs
2. Experience & OR
(Rupees Fifty Lakhs) over the last three
Turnover
FYs (FY18-19, FY 19-20&FY 20-21) Certificate from the statutory
auditor.
PMU will engage key expert professionals for functioning. Key experts professionals will include a
team comprising of a core team of 7 (Seven) members on full time onsite deployment basis. PMU
should take approval of their engagement and work plan from the department. The core team should
work on timely completion of the activities and deliverables finalized in consultation with the
Directorate of Agriculture, GoJ.
Following should be the composition of the core team on full time engagement:
16 | P a g e
Resource Management/ Ministry/Department
Extension Management/ Organization, Non-
Agribusiness Profits/Corporate
Management Organization
3 Senior Consultant 1 Masters/MPhil in At least 5 years of
(Agriculture) Agriculture/ Horticulture/ experience of
Seed Science/ Agri working for/with a
Business/ Agronomics Central/State
Government
Ministry/Department
Organization, Non-
Profits/ Corporate
Organization
4 Consultant (IT and 1 Bachelors in Information At least 2 years of
innovations) Technology/Farm- experience of
Technology/ Computer working for/with a
Science/ Agriculture Central/State
engineering/IOT & Data Government
Sciences Ministry/Department
Organization, Non-
Profits/Corporate
Organization
5 Consultant (Horticulture) 1 Masters/MPhil in At least 2 years of
Agriculture/ Horticulture/ experience of
Forest Management/ working for/with a
Seed Science/ Agri Central/State
Business/ Agronomics Government
Ministry/Department
Organization, Non-
Profits/Corporate
Organization
6 Consultant (Livestock) 1 Masters/MPhil in At least 2 years of
Agriculture/ Horticulture/ experience of
Veterinary working for/with a
Science/Dairy/Forest Central/State
Management/ Seed Government
Science/ Agri Business/ Ministry/Department
Agronomics Organization, Non-
Profits/Corporate
Organization
7 Consultant (Infrastructure 1 Bachelor’s in civil At least 2 years of
17 | P a g e
Development) engineering, experience of
Construction working for/with a
Engineering, Central/State
Environmental Government
Engineering Ministry/Department
Organization, Non-
Profits/ Corporate
Organization
Besides above defined responsibilities, team member has to comply the any other work / instruction
of Director Agriculture, Jharkhand, if assigned.
If at any point of time, the Director Agriculture, Jharkhand feels that a resource is not up to the mark, a
replacement will be demanded in written and will need to be obliged within 30 days. The consultant
shall make available the resources / team members for meetings with Directorate or any other
government officials in Jharkhand whenever required.
3.4 Consortium
18 | P a g e
While preparing the Financial Proposal, bidders are expected to take into account the various
requirements and conditions stipulated in this RFP document. The Financial Proposal should
be a Proposal as per Form-FIN 1, inclusive of all the costs including administrative cost and
fixed costs for requisite resources.
All the costs associated with executing the advisory assignment for a period of three years
from the date of work order, shall be included in the Financial Proposal. The Applicant should
mention both the total Financial Costs for three years’ duration and average monthly cost
proposed as part of the overall financial Proposal.
The total amount indicated in the Financial Proposal shall be without any condition attached
or subject to any assumption, and shall be final and binding. In case any assumption or
condition is indicated in the Financial Proposal, it shall be considered non- responsive and
liable to be rejected.
For the avoidance of doubt, it is clarified that the financial proposal shall include all taxes as
part of the cost shown under different items of Financial Proposal.
Applicants shall express the price of their services in Indian Rupees only.
The Bidder /Applicant as part of the Technical Proposal shall provide the following
information using the attached templates
1. Financial Proposal Submission Letter- FORM FIN 1
2. Financial Proposal Submission Form – FORM FIN 2
3.6 Disqualification
Directorate of Agriculture may at its sole discretion and at any time during the evaluation of
application, disqualify any applicant, if the applicant:
Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-responsive.
If Proposals:
19 | P a g e
Have non-compliance of any of the clauses stipulated in the RFP
Have a lesser validity period
20 | P a g e
SECTION IV- EVALUATION AND SELECTION PROCEDURE
In order to select the bidder, Directorate of Agriculture, Jharkhand will constitute an Evaluation
Committee to evaluate the proposals submitted. During evaluation of proposals Directorate of
Agriculture, Jharkhand may, at its discretion, ask the bidders for clarification on their applications. The
process for selection is as given below.
Scrutiny of eligibility criteria as mentioned for responsiveness to the RFP will be done by the
Evaluation Committee to determine whether the documents have been properly signed, qualification
criteria fulfilled, and all relevant papers submitted. The Evaluation Committee can seek additional
information from the bidders, if needed during technical evaluation. The response to the RFP not
conforming to requirements will be rejected.
Directorate Agriculture, Jharkhand will constitute a sub-committee for evaluation of presentation from
the eligible bidders.
Technical Evaluation will be done on the basis of documents submitted and presentation made as per
Bid Technical Evaluation Criteria.
(a) Applicant Avg. Annual Turnover for three consecutive financial years
greater than 1 Crore
5 marks
5
Applicant Avg. Annual Turnover for three consecutive financial years
greater than 70 Lakhs but lesser than 1 Crore
3 marks
2 marks
(b) The applicant has completed/ongoing (2) two or more than two
projects relevant to the scope of this RFP in integrated farming and
capacity building. 10 marks
5 marks
21 | P a g e
2. Resource Personnel and Criterion 50
Mandatory (3 Marks)
Additional (3 Marks)
Work
Mandatory (3 mark)
Additional (2 Marks)
Mandatory (3 mark)
E Experience (3 Marks)
(c)
Additional (2 Marks)
22 | P a g e
Consultant- IT & Innovations (1)
Mandatory (3 mark)
E Experience (3 Marks)
(d)
Mandatory (3 mark)
E Experience (2 Marks)
6
Additional (1 Marks)
Consultant- Livestock
Mandatory (3 mark)
E Experience (2 Marks)
6
Additional (1 Marks)
23 | P a g e
Consultant- Infrastructure Development (1)
Mandatory (3 mark)
E Experience (3 Marks)
3 Technical Presentation 35
i.) Financial Proposals of only those Applicants who score at least 70 Marks in Technical
Proposal evaluation shall be opened publicly after evaluation of the Technical Bid in the
presence of the agency representative, who choose to attend. The name of the Agency, their
technical score (if required), and their Financial Proposal shall be read aloud.
ii.) The committee will correct any computation errors. When correcting computational errors, in
case of discrepancy between a partial amount and the total amount, or between words and
figures, the former will prevail. In addition to the above corrections the items described in the
technical Proposals but not priced, shall be assumed to be included in the prices of other
activities of items. In case an activity of line items is quantified in the Financial Proposal
differently from technical proposal, no corrections will be allowed to the Financial Proposal.
4.4 Selection
It shall be deemed that by submitting the bid, the bidder has understood the scope, the contents of
the tender document and all other relevant information pertaining to this tender.
The method of selection is Quality cum Cost Based Selection (QCBS) using 70:30 weightage for
quality and cost respectively. As part of the evaluation, all proposals submitted should fulfil the
minimum eligibility criteria as mentioned in the previous sections of the document.
QCBS method will be applied for selection of Agency. In deciding the final selection of the Agency,
the technical quality of the proposal will be given a weightage of 70% on the basis of criteria for
evaluation. The price bids of only those agencies who qualify technically will be opened. The proposal
with the lowest cost will be given a financial score of 100 and the other proposal given financial scores
24 | P a g e
that are inversely proportional to their prices. The financial proposal shall be allocated a weightage of
30%. For working out the combined score, the employer will use the following formula:
Total points: (0.70 x T(s)) + (0.30 x 100 x LF(c)/F(c)), where T(s) stands for technical score, F(c)
stands for Cost of the Financial Proposal, LF(c) stands for Lowest Cost of the Financial Proposal.
The proposals will be ranked in terms of total points scored. The proposal with the highest total points
(H1) will be considered for award of contract and will be called for negotiations, if required.
Example: If in response to this RFP, three proposals, A, B & C were received and the RFP Screening
Committee (RSC) awarded them 75, 80 and 90 marks respectively, all the three proposals would be
technically suitable. Further, if the quoted price of proposals A, B & C were Rs.120, Rs.100 &Rs.110
respectively, then the following points for financial proposals may be given:
A: 100X100/120 = 83 points
C:100X100/110= 91 points
Proposal C would be considered the H1 and would be recommended for negotiations, if considered
necessary for approval.
Directorate of Agriculture, shall not be liable for any mistake or error by the bidder in respect of their
quotes.
At any point prior to the bid due date, Directorate of Agriculture may for any reason modify the tender
document for any of its contents by issuing corrigendum/addendum.
The bidder selected will be required to sign an agreement with Directorate of Agriculture, accepting
the terms and conditions. After signing of the agreement, no variation or modification in the terms of
the agreement shall be made except by written amendment signed by both parties.
Negotiations, if considered necessary, shall be held only with the Agency who shall be placed as H-1
bidder after combined evaluation of the Technical and Financial Proposal. Under no circumstance, the
financial negotiation shall result into an increase in the price originally quoted by the Agency. Date
and Time for negotiation shall be communicated to the H-1 Agency. Representatives conducting
negotiations on behalf of the Agency must have the written authority to negotiate and conclude the
contract.
After completing negotiations, the Directorate of Agriculture shall issue a Letter of Intent to the
selected Agency and promptly notify all other Agency who have submitted proposals about the
decision taken.
25 | P a g e
The Agency will sign the contract after fulfilling all the formalities/pre- conditions (contract to be
signed after the selection of Agency), within 15 days of issuance of the letter of intent. The Agency is
expected to commence the assignment/ job on the date of signing the contract.
The final award shall be subject to the discussion on the Terms of Reference methodology, staffing,
inputs of the committee and various other terms & conditions of contact as stated in the Common
Agreement Format of the Directorate of Agriculture. The discussion, however, shall not substantially
alter the original TOR and the final TOR shall form part of the contract.
From the time the proposals are opened to the time the contract is awarded, the Agency should not
contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by
Agency to influence the Client in the examination, evaluation, ranking of Proposals, and
recommendation for award of contract may result in the rejection of the Agency proposal.
26 | P a g e
SECTION V: TERMS AND CONDITIONS OF AGREEMENT
The bidder selected will have to sign an agreement with Directorate of Agriculture, with the following
terms and conditions.
5.1 Nativity
5.2 Relationship
Neither party shall use the other parties name or any service or proprietary name, mark or logo of the
other party for promotional purpose without first having obtained the other party’s prior written
approval.
Directorate of Agriculture, reserves the right to reject any Request for Empanelment and to annul the
process and reject all such requests at any time, without thereby incurring any liability to the affected
applicant(s) or any obligation to inform the affected applicant(s) of the grounds for such decision.
5.4 No obligation
Directorate of Agriculture, does not guarantee that any Bidders shall be awarded any project /
assignment as a result of this RFP.
5.5 Confidentiality
Information relating to evaluation of application and recommendations concerning awards shall not be
disclosed to the Bidders who submitted the applications or to other persons not officially concerned
with the process. The undue use by any applicant of confidential information related to the process
may result in the rejection of their application.
Directorate of Agriculture, shall empanel for 03 (three year) and may be extended on the basis of
performance.
The duration may be extended through mutual consent for a further period based on periodic reviews
to assess the performance during the specified duration at the same terms and conditions. Director
Agriculture shall be free to curtail the agreement at any time during the period of empanelment,
without assigning any reason.
5.7 Indemnity
The selected bidder will indemnify Director Agriculture, against all third-party claims of infringement of
patent, trademark/copyright or industrial design rights arising from the use of software/ hardware/
manpower etc. and related services or any part thereof. Director Agriculture stand indemnified from
any claims that the hired manpower may opt to have by virtue of working on the project for whatever
27 | P a g e
period. Director Agriculture, also stand indemnified from any compensation arising out of accidental
loss of life or injury sustained by the hired manpower while working on the project.
An applicant can submit only one proposal on its own. If an applicant submits more than one
proposal, both proposals shall be disqualified.
5.9 Amendment
At any time prior to deadline for submission of applications Director Agriculture, may for any reason,
modify this document. The amendment in document shall be notified through website and such
amendments shall be binding on all Bidders.
5.10 Disclaimer
I. Though adequate care has been taken while issuing this RFP document, the applicant Bidder
should satisfy himself that the document is complete in all respects. Intimation of any
discrepancy shall be given to this office (as mentioned below) immediately. If no intimation is
received by this office within 3 days from the date of commencement & sale of the RFP
documents, then this office shall consider that the document received by the Bidder is complete
in all respects and that the bidder is satisfied that the RFP Document is complete in all respect.
II. Directorate of Agriculture, Ranchi reserves the right to change any or all of the provision of this
RFP documents before date of submission. Such changes would be intimated to all parties
procuring this RFP document before date of submission.
III. Directorate of Agriculture, Ranchi reserves the right to reject any or the entire RFP without
assigning any reason whatsoever. No correspondence will be entertained on this account.
IV. The information in this RFP document has been prepared to assist the firm/s in preparing the
non-binding RFP and it is clarified that: -
a. It does not constitute an invitation to offer or an offer in relation to the transaction.
b. This document does not constitute any contract or agreement of any kind
whatsoever.
c. Neither the information in this document nor any other written or oral information
in relation to the requirement or otherwise is intended to form the basis of or the
inducement for any investment activity or any decision to enter into any contract
or arrangement in relation to the transition and should not be relied on as such.
Neither Director Agriculture, Jharkhand, Ranchi nor the employees or advisors
shall be liable to any interested party or any entity under any law including the
law of contract, tort, the principle of restitution or unjust enrichment or otherwise
for any loss, expenses or damage which may arise, or be incurred, or suffered, in
connection with this document, or any matter that may be deemed to form part of
this document, or any other information supplied by or on behalf of, Director
Agriculture, Ranchi or the employees or advisors or otherwise arising in any way
from the selection process mentioned herein.
d. Failure to provide information that is essential to evaluate the applicant’s
qualifications or substantiation of the information supplied, shall result in
disqualification of the applicant.
28 | P a g e
5.11 Binding Clause
All decisions taken by the Director Agriculture, regarding this contract shall be final and binding on all
concerned parties.
The Agency is responsible for and obliged to conduct all contracted activities as defined in the scope
of work in accordance with the Contract.
The Agency will be obliged to work closely with the Director Agriculture, Jharkhand’s staff, act within
its own authority and abide by directives issued by the Director Agriculture.
The Agency will abide by the job safety measures prevalent in India and will free the Director
Agriculture, from all demands or responsibilities arising from accidents or loss of life the cause of
which is the Agency’s negligence. The Agency will pay all indemnities arising from such incidents and
will not hold the Director Agriculture, Jharkhand responsible or obligated.
The Agency will be responsible for managing the activities of its personnel or sub-contracted
personnel and will hold itself responsible for any misdemeanour.
The Agency is expected to maintain high level of professional ethics and will not act in any manner,
which is detrimental to Director Agriculture, Jharkhand’s interest.
Bidder shall furnish an affirmative statement as to the existence of, absence of, or potential for conflict
of interest on the part of the Bidder due to prior, current, or proposed contracts, engagements, or
affiliations with the Department. Additionally, such disclosure shall address any and all potential
elements (time frame for service delivery, resource, financial or other) that would adversely impact the
ability of the Bidder to complete the requirements.
The Agency will treat as confidential all data and information about the Directorate of Agriculture,
obtained in the execution of its responsibilities, in strict confidence and will not reveal such information
to any other party without the prior written approval of the Director Agriculture. All agency shortlisted
shall submit a Non-Disclosure Agreement to Director Agriculture.
Director Agriculture, Jharkhand shall own and have a right in perpetuity to use all Intellectual Property
Rights which have arisen out of or in connection with the implementation of this Contract, including all
processes, products, software, specifications, reports, drawings and other documents which have
been developed by the agency during the performance of Services and for the purposes of inter-alia
use or sub-license of such services.
29 | P a g e
The agency undertakes to disclose all Intellectual Property Rights arising out of or in connection with
the performance of the services to Director Agriculture and execute all such agreements/documents
and file all relevant applications, effect transfers and obtain all permits and approvals that may be
necessary in this regard to effectively transfer and conserve the Intellectual Property Rights of
Director Agriculture.
The agency shall ensure that while it uses any software, hardware, processes or material in the
course of performing the services, it does not infringe the Intellectual Property Rights of any person
and the Agency shall keep Director Agriculture indemnified against all costs, expenses and liabilities
howsoever, arising out of any illegal or unauthorized use (piracy) or in connection with any claim or
proceedings relating to any breach or violation of any permission/license terms or infringement of any
Intellectual Property Rights by the Agency during the course of performance of the Services.
5.17 Arbitration
If a dispute arises out of or in connection with this contract, or in respect of any defined legal
relationship associated therewith or derived there from, the parties agree to submit that dispute to
arbitration under GOJ & GOI guidelines.
The bidder shall be governed by the laws and procedures established by Govt. of India, within the
framework of applicable legislation and enactment made from time to time concerning such
commercial dealings/processing.
30 | P a g e
Annexure I: Declaration
We have gone through the complete Bid documents and understood the instruction to the bidder, and
we accept the Terms & Conditions mentioned in this Bid documents.
1.1 We Declares that no other Firm/Sister concern/Associate belonging to the same group is not
Participating/Submitting this RFP.
1.2 We declare that the entire submitted document is original & true to my knowledge.
(Name ---------------------------------)
----------------------------------- -------------------------------------------------
----------------------------------- -------------------------------------------------
31 | P a g e
FORM TECH 1
Self-Certified Eligibility Criterion Check List
(Location, Date)
To,
Director, Agriculture
Govt. of Jharkhand.
Krishi Bhawan, Kanke Road
Ranchi, 834008
Dear______,
We the undersigned, hereby declare that we fulfill the Basic Eligibility Criterion for
Technical Evaluation as laid out in the RFP. We accept responsibility for all the information
and accept that any misinterpretation contained in it may lead to our disqualification.
Yours Sincerely
Signature_____________
In capacity of __________
Date_______
Place______
32 | P a g e
FORM TECH 2
Letter of Technical Proposal Submission
(Location, Date)
To,
Director, Agriculture
Govt. of Jharkhand.
Krishi Bhawan, Kanke Road
Ranchi, 834008
Dear______,
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.
Yours Sincerely
Signature…………….
In capacity of…………
Date……….
Place……….
Website
FORM TECH 3
Particulars of Applicant (with supporting documents)
33 | P a g e
Name of Applicant Organization-
Date of Incorporation-
PAN No-
FORM TECH 4
Power of Attorney
(On Non-Judicial stamp paper of such equivalent amount and document duly attested
by notary public)
34 | P a g e
Know all men by these presents,
we__________________________________________(name and registered address) do
hereby constitute, appoint and authorize Mr. / Ms.__________________, holding the position
of _____________________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 application for “”,
including signing and submission of all documents and providing information/ responses to
Office of, Director, Agriculture, Govt. of Jharkhand, representing us in all matters before
Directorate Agriculture, and generally dealing with Agriculture Department in all matters in
connection with our bid 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)
Accepted
_____________(signature)
(Name, title and Address of the Attorney)
Note:
i. 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.
ii. In case the Application is signed by an authorized Director of the Applicant, a certified
copy of the appropriate resolution/document conveying such authority may be enclosed
in lieu of the Power of Attorney.
FORM TECH 5
Format of Previous Project Experience
Signature _____________
In capacity of____________
Date__________
Place__________
FORM TECH 6
PROPOSED TEAM COMPOSITION AND TASK ASSIGNMENT
36 | P a g e
FORM TECH 7
Curriculum Vitae (CV) For Proposed Key Resource Personnel
1 Proposed Position
37 | P a g e
3 Name of Staff (Full Name)
4 Date of Birth
5 Nationality
6 Education
8 Certification/ Training
10 Languages known
FORM FIN 1
(Location, Date)
To,
Director, Agriculture
Govt. of Jharkhand.
Krishi Bhawan, Kanke Road
38 | P a g e
Ranchi, 834008
Dear……...,
We the undersigned, offer to provide the advisory assignment/job for
……………………………………….in accordance with request for proposal dated
……………………………….
(Insert amount(s) in words and figures) for THREE YEARS. This Amount is exclusive of
goods and services taxes and any other applicable taxes. We hereby confirm that the financial
proposal is unconditional and we acknowledge that any condition attached to proposal shall
in rejection of our financial proposal.
Our financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e., before
the date indicated in Fact Sheet page of the RFP.
We understand you are not bound to accept any Proposal you receive.
Yours Sincerely,
Signature………………………………
Date…………………….
Place………………………
FORM FIN 2
Dear Sir,
39 | P a g e
(Amount in INR)
1 Program Manager
5 Consultant (Horticulture)
6 Consultant (Livestock)
7 Consultant (Infrastructure
Development)
Total
Signature……………………………………………………
Date ……………………….
Place ……………………….
40 | P a g e