0% found this document useful (1 vote)
500 views40 pages

Directorate of Agriculture

The document requests proposals from agencies to serve as a project management unit for developing Krishak Pathshalas and Birsa Grams under a state government scheme. It outlines the project components, eligibility criteria for applicants, evaluation process and selection procedure. Key dates and contact details are also provided.

Uploaded by

Enamul Haque
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (1 vote)
500 views40 pages

Directorate of Agriculture

The document requests proposals from agencies to serve as a project management unit for developing Krishak Pathshalas and Birsa Grams under a state government scheme. It outlines the project components, eligibility criteria for applicants, evaluation process and selection procedure. Key dates and contact details are also provided.

Uploaded by

Enamul Haque
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 40

Directorate of Agriculture

Department of Agriculture, Animal Husbandry & Cooperative, Jharkhand

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.

Please go through the full document available at http://jharkhandtenders.gov.in/.

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

Notice for Inviting Tender (NIT)


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

Important Dates

1 Name of Work 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
2 Tender Form Cost Rs. 10000.00 (Rupees Ten Thousand only)
3 EMD Amount Rs. 750000 (Rupees Seven Lacs Fifty Thousand
only)
4 Date of Publication of tender on website 18.01.2022 at 06:00 PM
5 Pre Bid Meeting 21.01.2022 at 03:00 PM virtually
6 Document Download Period 18.01.2022 at 06:00 PM to 01.02.2022 at 05.00 PM
7 Online Bid Submission Period 24.01.2022 at 03:00 PM to 01.02.2022 at 05.00 PM
8 Hard Copy of Tender Documents, EMD The hard copy of response to RFP, document
and Tender Cost submission date cost/fee and EMD should be submitted to the office
of Directorate of Agriculture, 3rd floor- Krishi
Bhawan, Kanke Road, Ranchi-834008 Jharkhand.
Please refer clause 3.1.H(iv) of RFP document for
further details
9 Date and Place of Technical Bid 03.02.2022. at 12:00 PM
Opening Directorate of Agriculture,
3rd floor Krishi Bhawan, Kanke Road, Ranchi-
834008 Jharkhand
10 Name and Address of the tender inviting Shri Nesha Oraon, IRS
Authority Director Agriculture, GoJ
11 Contact No. of e-procurement officer 9835345613
12 Helpline No. of e-procurement cell 0651-2230691

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

RFP No. Agri/19/2021-22

Request for Proposal (RFP) for Engagement as Project


Title of RFP Management Unit for development of Krishak Pathshala and Birsa
Gram under Birsa Samekit Vikash Yojana in Jharkhand
INR 10000(Rupees Five Thousand only)
Only demand draft to be made in favour of Director Agriculture,
Document Fee Ranchi payable at Ranchi.
Note: DD should only be made from any nationalized bank/
scheduled bank.
Pre Bid Meeting 21.01.2022 at 03:00 PM virtually

Start & End Date & Time for 18.01.2022 at 06:00 PM to 01.02.2022 at 05.00 PM
Downloading of RFP document

Last date and time for online


01.02.2022 at 05.00 PM
submission of RFP

The hard copy of response to RFP, documents cost and EMD


Last date and time for
should be submitted to the office of Director Agriculture, 1st floor-
Hardcopy submission of RFP,
Krishi Bhawan, Kanke Road, Ranchi-834008. Please refer clause
document cost/fee & EMD
3.1.H(iv) of RFP document for further details

03.02.2022. at 12:00 PM
Date of opening of the RFP

The response to RFP along with all required document mentioned


in the RFP should be uploaded on the website
jharkhandtenders.gov.in.
Mode of RFP Submission The hard copy of response to RFP, documents cost/fee and EMD
should be submitted to the office of Directorate of Agriculture,1st
Floor, Krishi Bhawan, Kanke Road, Ranchi 834008. Please refer
clause 3.1.H (iv) for further details.
Earnest money (refundable) in the form of Bank guarantee/
Demand Draft issued by any scheduled / nationalized /
commercial bank amounting Rs. 750000 (Rupees Seven Lacs
Earnest Money Deposit (EMD) Fifty Thousand only) in favour of Director Agriculture, Ranchi,
payable at Ranchi.
Cheque / fixed deposit receipts / NSC etc. are not acceptable
towards deposit of earnest money.

Method of Selection QCBS

Period of Engagement 3 Years

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

3.1 General Eligibility

A. LANGUAGE OF RFP SUBMISSION

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.

The prospective tenderers having any common Partners/Directors/Managing partners etc. or


having any other common criteria shall be considered as Sister / Group / Associates
Company/Concern/Company. In such cases, only one of them will be eligible for participating
in the tender. Tenderers have to submit a declaration along with the Technical Bid, in the form
of an affidavit on Rs.100/-. non-judicial stamp paper duly notarized, stating;

That no other Firm/Sister concern/Associate belonging to the same group is not participating /
submitting this process. (Annexure I)

C. VALIDITY OF THE BID

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.

E. PROPOSAL PREPARATION COST


i. The bidder shall be responsible for all costs incurred in connection with participation in the RFP
process, including cost incurred in conduct of informative and other diligence activities,
participation in pre bid meeting /discussion/presentation of proposal, in providing any additional
information required by the Agriculture Department to facilitate the evaluation process, and in
negotiating a definitive contract or all such activities related to the bid process.
ii. The applicant whose bid is accepted will have to sign letter of Intent which will be followed by
signing of MoU between Directorate of Agriculture, Jharkhand and the successful bidder.
iii. Successful applicant will have to complete all scope of work and start work within 30 days of
issuing of Work Order.
iv. The successful firm/company/organization has to provide the advisory services for a period of
THREE YEARS from the date of signing of contract. The financial proposal must include all

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.

F. PRE-BID MEETING & ISSUE OF CORRIGENDUM

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.

iv. Any corrigendum shall be deemed to be incorporated into this RFP.

v. Any further corrigendum(s) to this RFP shall be published only on website


http://jharkhandtenders.gov.in.

G. AMENDMENT OF RFP DOCUMENT

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.

H. DEADLINE FOR SUBMISSION OF THE BIDS

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.

J. EARNEST MONEY DEPOSIT (E.M.D.)

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

ii. E.M.D. of all unsuccessful Bidders will be returned.

iii. E.M.D. will not carry any interest.

iv. No adjustments will be made from previously submitted EMD.

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

i. Information relating to the process of examination, clarification, evaluation, and comparison of


bids and recommendations for the award of contract shall not be disclosed to Bidders or any
other persons not officially concerned with such process.

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.

N. FORCE MAJEURE CLAUSE

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.

O. FRAUD AND CORRUPT PRACTICES:

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

a. Termination of Contract. The selected organization associated with the Directorate of


Agriculture, Government of Jharkhand will terminate in case of expiry of term contract. The
Directorate of Agriculture will have the right Terminate the contract in case of adherence to the
timelines, below expected level performance and non-satisfactory and unacceptable quality of
work or any other activities detrimental to Directorate of Agriculture and may recover the
amount already paid.

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.

1.2 Networking and Partnership Management


a) Support the Agriculture Director’s office, in selection, on boarding and relationship
management with different IPs.
b) Identifying other civil society, business and innovation-based organisation which can
provide synergy to the Pathshalas and networking with them.
c) Develop convergence and Partnership Framework between government
Departments/Schemes.
d) Partnership development with institutes of eminence and importance.

1.3 Monitoring & Evaluation


a) Facilitate implementation of a MIS for requisite data capturing for the various activities of
the project.
b) Different parameters will be set to check the implementation efficiency.
c) Key deliverables and milestones will be decided for monitoring and evaluating the
project’s outcomes and output.
d) Support the Agriculture Director’s office in periodic review of work done by different
implementing partners.

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.

3.2 Eligibility Criteria

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

Applicants eligible for participating in the


assignment should be a single Legal Entity
registered in India.

a) A company registered under the


• Certificate of
Companies Act 1956 or 2013, or a incorporation.
partnership firm registered under the • Registration certificates
• GST registration
1. Legal Entity Partnership Act, 1932. • PAN number of the
b) An organization registered under the organization
• Trust Deed registered
Indian Trusts Act 1882 Under Indian Trust Act
c) An organization registered under the 1882

Societies’ Registration Act 1860.

It must be in operation, continuously for the


last 3 years.

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.

Earnest money (refundable) in the form of


Bank guarantee/ Demand Draft issued by
Earnest Money any scheduled / nationalized / commercial Original Demand Draft
3. bank amounting Rs. 750000 (Rupees
Deposit (EMD) Seven Lacs Fifty Thousand only) in favour
of Director Agriculture, Ranchi, payable at
Ranchi.

Authorized A Power of Attorney / Board Resolution in Original Power of Attorney /


4. representative the name of the person signing the Board Resolution Copy
from applicant proposal.

The Applicant should not be blacklisted by


Non-Blacklisting Declaration
5. Non-Blacklisting any agency private or government (state /
(Notary certified)
center)

3.3 Required Human Resources

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:

Sl. No Key Personnel No. of Educational Length of


Person Qualification professional
Experience
1 Program Manager 1 Masters/MPhil in Public At least 6-8 years of
Policy/Rural experience of
Management/Agri working for/with a
Business/Development Central/State
Studies/Entrepreneurship Government
Development/ Ministry/Department
Economics/ Marketing & Organization, Non-
Finance Profits/Corporate
Organization
2 Senior Consultant 1 Masters/MPhil in Rural At least 5 years of
(Extension and training) Management/Social experience of
Work/ Development working for/with a
Studies/Entrepreneurship Central/State
Development/ Human Government

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

Consortium is not allowed

3.5 Submission of Responses to RFP

A. Technical Proposal (In one sealed envelope)

 In preparing the Technical Proposal, bidder is expected to examine the documents


constituting this RFP in detail. Material deficiencies in providing the information requested
may result in rejection of a proposal.

 The technical proposal should be prepared as per the list of forms/documents as


prescribed below.
 The Bidder /Applicant as part of the Technical Proposal shall provide the following
information using the attached templates: -
1. Self-Certified Minimum Eligibility Criteria List – FORM TECH 1
2. Letter of Technical Proposal Submission – FORM TECH 2
3. Particulars of the Applicant including Income TAX and GST (If Applicable)-
FORM TECH 3
4. Format for Power of Attorney – FORM TECH 4
5. Format for Previous Project Experience – FORM TECH 5
6. Details of Proposed Team Composition and Task Assignment – FORM TECH 6
7. Curriculum Vitae (CV) for proposed Key Resource Personnel – FORM TECH 7
8. EMD / RFP Fees

B. Financial Proposal (containing)

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:

i. Submitted the application after the response deadline.


ii. Made misleading or false representations in the forms, statements and attachments submitted
in proof of the eligibility requirements.
iii. Exhibited a record of poor performance such as abandoning works, not properly completing
the contractual obligations, inordinately delaying completion or financial failures, etc. in any
project in the preceding three years.
iv. Submitted an application that is not accompanied by required documentation or is non-
responsive.
v. Failed to provide clarifications related thereto, when sought.
vi. Submitted more than one application on its own, or incomplete application.
vii. Was declared ineligible/blacklisted by the Government of India/State/UT government. Or is in
litigation with Government of Jharkhand/ GOI.

Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-responsive.

If Proposals:

 Are not submitted in as specified in the RFP document


 Received without the Letter of Authorization (Power of Attorney)
 Are found with suppression of details
 With incomplete information, subjective, conditional offers and partial offers submitted
 Submitted without the documents requested in the checklist

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.

4.1 Evaluation process

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.

4.2 Technical Evaluation Criteria

S.N CRITERIA MAXIMUM MARKS


O

1 Relevant Experience and Eligibility 15

(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

Applicant Avg. Annual Turnover for three consecutive financial years


greater than 50 Lakhs but lesser than 75 Lakhs

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

The applicant has completed/ongoing (1) one project relevant to the 10


scope of this RFP in integrated farming and capacity building.

5 marks

21 | P a g e
2. Resource Personnel and Criterion 50

Program Manager (1)

Mandatory (3 Marks)

Masters/Mphil in Public Policy/Rural Management/Agri


Business/Development Studies/Entrepreneurship Development/
Economics/ Marketing & Finance
(a) E Experience (4 Marks)
10
At least 6-8 years of experience of working for/with a Central/State
Government Ministry/Department Organisation, Non-Profits/Corporate
Organisation

Additional (3 Marks)

Post-Graduation from any top 75 QS ranked global/Top 75 Ministry of


Education/UGC-NIRF Indian Institutes/Universities

Work

Senior Consultant- Extension & Training (1)

Mandatory (3 mark)

Masters/Mphil in Rural Management/Social Work/ Development


Studies/Entrepreneurship Development/ Human Resource
Management/ Extension Management/ Agribusiness Management
(b) E Experience (3 Marks) 8

At least 5 years of experience of working for/with a Central/State


Government Ministry/Department Organisation, Non-Profits/Corporate
Organisation

Additional (2 Marks)

Post-Graduation from any top 75 QS ranked global/Top 75 Ministry of


Education/UGC-NIRF Indian Institutes/Universities
Senior Consultant- Agriculture (1)

Mandatory (3 mark)

Masters/Mphil in Agriculture/ Horticulture/ Seed Science/ Agri


Business/ Agronomics

E Experience (3 Marks)
(c)

At least 5 years of experience of working for/with a Central/State 8


Government Ministry/Department Organisation, Non-Profits/
Corporate Organisation

Additional (2 Marks)

Post-Graduation from any top 100 QS ranked global/Top 100 Ministry


of Education/UGC-NIRF Indian Institutes/Universities

22 | P a g e
Consultant- IT & Innovations (1)

Mandatory (3 mark)

Bachelors in Information Technology/Farm-Technology/ Computer


Science/ Agriculture engineering/IOT & Data Sciences

E Experience (3 Marks)
(d)

At least 2 years of experience of working for/with a Central/State 6


Government Ministry/Department Organisation, Non-Profits/Corporate
Organisation
Consultant- Horticulture

Mandatory (3 mark)

Masters/Mphil in Agriculture/ Horticulture/ Forest Management/ Seed


Science/ Agri Business/ Agronomics

E Experience (2 Marks)
6

(e) At least 2 years of experience of working for/with a Central/State


Government Ministry/Department Organisation, Non-Profits/Corporate
Organisation

Additional (1 Marks)

Post-Graduation from any top 100 QS ranked global/Top 100Ministry


of Education/UGC-NIRF Indian Institutes/Universities

Consultant- Livestock

Mandatory (3 mark)

Masters/Mphil in Agriculture/ Veterinary Science/ Dairy / Forest


Management/ Seed Science/ Agri Business/ Agronomics

E Experience (2 Marks)
6

(f) At least 2 years of experience of working for/with a Central/State


Government Ministry/Department Organisation, Non-Profits/Corporate
Organisation

Additional (1 Marks)

Post-Graduation from any top 100 QS ranked global/Top 100Ministry


of Education/UGC-NIRF Indian Institutes/Universities

23 | P a g e
Consultant- Infrastructure Development (1)

Mandatory (3 mark)

Bachelors in Civil Engineering, Construction Engineering,


Environmental Engineering

E Experience (3 Marks)

(g) At least 2 years of experience of working for/with a Central/State 6


Government Ministry/Department Organisation, Non-Profits/
Corporate Organisation

3 Technical Presentation 35

Bidder need to deliver a PPT presentation on overall understanding


of assignment and Implementation roadmap based on the overall
scope of work including Technical Approach and Methodology.

The presentation should broadly include following sections:

 Conceptual Clarity, Understanding of Assignment-5 marks


 Approach and Methodology-15 marks
 Case study of handling similar project-5 marks
 Work plan and team structure-10 marks

4.3 Financial Evaluation Criteria

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

B: 100X100/100 =100 points

C:100X100/110= 91 points

In the combined evaluation, the process would be as follows:

Proposal A: 75 x 0.70+ 83 x 0.30 =77.4

Proposal B: 80 x 0.70 + 100 x 0.30 =86

Proposal C: 90 x 0.70+ 91 x 0.30 =90.3

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

The organization must be incorporated in India as per GOI guidelines.

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.

5.3 Right to rejection and Right to annulment

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.

5.6 Period of Selection

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.

5.8 Only one application

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.

5.12 Agency’s Integrity

The Agency is responsible for and obliged to conduct all contracted activities as defined in the scope
of work in accordance with the Contract.

5.13 Agency’s Obligations

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.

5.14 Conflict of 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.

5.15 Non-Disclosure Agreement

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.

5.16 Intellectual Property Rights

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.

5.18 Applicable Law

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

No other Firm/Sister concern/Associate belonging to the same group is not Participating/


Submitting this RFP.
(Upload on Rs. 100.00 Non-Judicial Stamp Paper Notarized Copy, as well as submit original hard copy) at
the time of Rate agreement.

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.

1.0 We M/s. ----------------------------------------------------------------------------------- hereby Bid the


prospective RFP having any common partners/Directors/Managing Partners etc. or having any other
common criteria shall be considered as Sister/ Group/Associates Company/ Concern/Company. In
such cases, only one of them will be eligible for participating in the RFP.

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.

Date ------------------ Officer’s Signature ------------------

(Name ---------------------------------)

Witness (Name & Signature)

Address ------------------------ Address---------------------------------------

----------------------------------- -------------------------------------------------

----------------------------------- -------------------------------------------------

Name of the Firm -------------------------

(Seal & Signature) ------------------------

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.

S.No Eligibility Criterion Document Provided Document Type


(Y/N)

Yours Sincerely

Signature_____________

In capacity of __________

Duly authorized to sign proposal for and behalf 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 the undersigned, offer to provide the consultancy assignment/job for


“………………………………………………………” in accordance with your Request for
Proposal No-……………………dated……………We are hereby submitting our proposal,
which includes this Technical Proposal, and a Financial Proposal attached separately.

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…………

Duly authorized to sign proposal for and behalf of…….

Date……….

Place……….

Mobile No/Telephone No/ Fax

Email

Website

FORM TECH 3
Particulars of Applicant (with supporting documents)
33 | P a g e
Name of Applicant Organization-

Registration No/CIN/ LLP-IN (as per Ministry of Corporate Affairs Records)-

Date of Incorporation-

PAN No-

GST Registration No-

IT Return submitted for years–

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

Project credentials relevant to the criteria should be attached


(As specified in the Evaluation of Technical Proposal Clause No………..)

i. Project No. 1/2/………………….


ii. Name of Client
35 | P a g e
iii. Project name and brief
iv. Description
v. Government/ Govt Related Institutions/ Non-Governmental
vi. Related Institutions
vii. Activities performed for the project
viii. Year (Start Date: End Date:)
ix. Duration
x. Order value (INR)
*Attach work order / LOI/ Invoice for the Assignment

Signature _____________

In capacity of____________

Duly authorized to sign proposal for and on behalf


of______

Date__________

Place__________

FORM TECH 6
PROPOSED TEAM COMPOSITION AND TASK ASSIGNMENT

S.NO. Team Member Qualification No. of years of Team Position Area of


Name Work Exp. Proposed Expertise

36 | P a g e
FORM TECH 7
Curriculum Vitae (CV) For Proposed Key Resource Personnel

Organization to Attach CV Separately for Each Proposed Position

1 Proposed Position

2 Name of Firm (Insert name of organization proposing


the staff)

37 | P a g e
3 Name of Staff (Full Name)

4 Date of Birth

5 Nationality

6 Education

8 Certification/ Training

9 Work Experience (Months)

10 Languages known

11 Employment Record(Starting with present position,


list in reverse order every employment held by staff
member since first employment, giving for each
employment)
(See format here below)
Date of Employment:
Name of Employing Organization:
From (Year):To (year):
Position Held:
Task Assigned (Work undertaken that best illustrates
capacity to handle the current tasks):
14 Certification: Date:

I, the undersigned, certify that to the best of my Place:


knowledge and belief, this CV correctly describes me,
my qualifications, and my experience. I understand (Signature of staff member or
that any willful misstatement described herein may authorized representative of the
lead to my disqualification or dismissal, if engaged. staff)

(Full Name of authorized


representative):

FORM FIN 1

Financial Proposal Submission Letter

(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
……………………………….

Our attached Financial Proposal is for the sum of


Rs…………………………………………

(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………………………………

In the capacity of ………………………………

Duly authorized to sign proposal for and on behalf of……………….

Date…………………….

Place………………………

FORM FIN 2

Financial Proposal Submission Form

Ref: Submission of proposal against your RFP No-

Dear Sir,

Our detailed financial proposal is as follows:

39 | P a g e
(Amount in INR)

S.No. Resource Monthly Cost (in INR Total


including taxes)

1 Program Manager

2 Senior Consultant (Extension and


training)

3 Senior Consultant (Agriculture)

4 Consultant (IT and innovations)

5 Consultant (Horticulture)

6 Consultant (Livestock)

7 Consultant (Infrastructure
Development)

Total

Total Cost for THREE YEARS (in words)-

Signature……………………………………………………

In the Capacity of …………………………………………………

Duly authorized to sign proposal for and on behalf of …………………………

Date ……………………….

Place ……………………….

40 | P a g e

You might also like