Smart City Incubation Centre RFP
Smart City Incubation Centre RFP
Sagar Smart City Ltd., Sagar invites Bids from eligible Bidders for the Project/Work(s) detailed in the following
table. The Bidders shall submit Bids on “Item Rate for all of the following Project/Work(s):
Detailed NIT & Bid Documents can be seen at the website https://mptenders.gov in and can be
downloaded from the same.
The Bid Documents can be purchased only online from 18/09/2020 on 09:00 Hrs. to 19/10/2020 on
17:00 Hrs.
Notice inviting online bids for ‘Selection of an Agency to Setup & Manage an Incubation Centre under
Smart Cities Mission’
Chief Executive Officer (CEO), Sagar Smart City Ltd. Invites Bids from eligible Bidders on “Item Rate Basis”
for all of the following Project/Work(s) given in the table below:
Name & Address of the Procuring Entity Chief Executive Officer,
Sagar Smart City Limited, Sagar Smart City Office, 2nd
Floor, ICCC Building, New Collectorate Premises, Sagar,
Madhya Pradesh-470002
Subject Matter of Procurement Selection of an Agency to Setup & Manage an Incubation
Centre under Smart Cities Mission
Period of completion/ Implementation of 4 Months (120 Days)
physical work
Operation and Management of an 60 Months
Incubation Centre at Sagar
Bid Procedure Three Part (envelope) open competitive e-Bid procedure on
Item Rate Basis at https://mptenders.gov.in
Bid Evaluation Criteria (Selection Method) Least Cost in Bid selection
Eligibility Criteria As detailed in RFP
Websites for downloading Bidding https://mptenders.gov.in
Document
Fees Bidding document fee (Non-Refundable): Rs. 20,000 + GST
(Twenty Thousand Only) should be paid online through e-
procurement portal https://mptenders.gov.in
Earnest Money Deposit(EMD) and Mode of 4,47,200/- (Rupees Four Lakh and Forty Seven Thousand
Payment Two Hundred Only)
Mode of Payment: Online Payment through
https://mptenders.gov.in
Period of on-line availability of Bidding Start Date: - 18/09/2020, 09.00 Hrs.
Documents (Start/End Date)
End Date: - 19/10/2020, 17.00 Hrs.
Pre-bid Meeting 28/09/2020 15.30 Hrs (Refer Clause no 4.1 for detail)
Pre-bid Queries The queries regarding this RFP document can be mailed to
[email protected] before 30/09/2020 up to
23:59 Hrs.
Manner, Start Date for submission of Bids 18/09/2020 , from 09.00 Hrs
Last Date for submission of Online Bids 19/10/2020 up to 17.00 Hrs
Date and time of Technical Bid Opening 21/10/2020 after 15.00 Hrs
Date/Time/Place of Financial Bid Opening Will be intimated later by SSCL to bidders
Bid Validity 180 days
Note:
1. Bidders (authorized signatory) shall submit their offer on-line in Electronic formats both for
technical and financial proposal. However, the Technical Bid should be submitted physically in
original at the office of Sagar Smart City Limited, Sagar by date and time mentioned as prescribed
in bid document and scanned copy of same should also be uploaded online along with the technical
Bid/cover.
2. Any subsequent addendum/corrigendum shall be published only at the website
https://mptenders.gov.in and will not be published in newspapers. In case there is a holiday on the
day of opening of bids, activities assigned on that date shall be carried out on the next working day.
3. Before electronically submitting the bids, it should be ensured that all the bid documents including
conditions of contract are digitally signed by the bidder.
4. Department will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid well advance in time so as to avoid technical and last
minute issues like slow speed; chocking of website due to heavy load or any other unforeseen
problems.
5. The procuring entity reserves the sole right to cancel the bid process and reject any or all of the Bids
without assigning any reason.
6. Procurement entity disclaims any factual/ or other errors in the bidding document (The onus is purely
on the individual bidders to verify such information) and the information provided therein are intended
only to help the bidders to prepare a bid-proposal.
7. No conditional bids shall be accepted, and such bids shall be summarily rejected forthwith.
DISCLAIMER
This request for proposal (RFP) contains brief information about the Project, Qualification Requirements,
Eligibility Criteria and the Selection process for the successful bidder. The purpose of this RFP documents
is to provide bidders with information to assist in the formulation of their proposal ('Proposal').
The information ('Information') contained in this RFP document or subsequently provided to interested
parties (the bidder(s)), in writing by or on behalf of Sagar Smart City Limited (SSCL) is provided to
Bidder(s) on the terms and conditions set out in this RFP documents and any other terms and conditions
subject to which such information is provided. This RFP document does not purport to contain all their
information each Bidder may require. This RFP document may not be appropriate for all persons, and it
is not possible for SSCL, their employees or advisors to consider the investment objectives, financial
situation and particular needs of each party who reads or uses this RFP document. Certain Bidders may
have a better knowledge of the proposed Project than others. Each Bidder should conduct its own
investigations and analysis and should check the accuracy, reliability and completeness of the information
in this RFP document and obtain independent advice from appropriate sources.
SSCL, their employees and advisors make no representation or warranty and shall incur no liability under
any law, statute, rules or regulations as to the accuracy; reliability or completeness of the RFP document
and information provided here under is only to the best of the knowledge of SSCL.
Intimation of discrepancies in the RFP, if any, should be given to the office of the SSCL immediately by
the Bidder. If SSCL receives no written communication, it shall be deemed that the Bidders are satisfied
that the RFP document is complete in all respects.
This RFP, along with its Annexures, is not transferable and will be issued only to the interested Bidding
entity. The RFP and the information contained therein are to be used only by the person to whom it is
issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the
recipient's professional advisors). In the event that the recipient does not continue with its involvement in
the Project in accordance with this RFP, this RFP must be kept confidential.
This RFP document is not an agreement and is not an offer or invitation by SSCL to any other party. The
terms on which the Project is to be developed and the right of the successful bidder shall be as set out in
separate agreement contained herein. SSCL reserves the right to accept or reject any or all proposals
without giving any reasons thereof. SSCL will not entertain any claim for expenses in relation to the
preparation of RFP submissions.
Neither Sagar Smart City Limited , nor its employees and advisors/consultants will have any liability to
any Bidder or any other person under the law of contract, tort, the principles of restitution or unjust
enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered
in connection with anything contained in this RFP, any matter deemed to form part of this RFP, the award
of the Project, the information supplied by or on behalf of SSCL or its employees, any
advisors/consultants or otherwise arising in any way from the selection process for the said Project.
The purchaser of the RFP shall be deemed to have confirmed that the Bidders are fully satisfied with the
process of evaluation of the Response and the SSCL's decision regarding the qualification or
disqualification or short listing of the Bidders. The Bidders hereby expressly waive any and all objections
or claims in respect thereof. This RFP may be withdrawn or cancelled by SSCL at any time without
assigning any reasons thereof. SSCL further reserves the right, at its complete discretion to reject any or
all of the Bids without assigning any reasons whatsoever.
Contents
Volume 1 ...................................................................................................................................1
1. INTRODUCTION AND GENERAL INSTRUCTION ......................................................................1
1.1 Introduction ................................................................................................................................... 1
1.2 General Instructions ...................................................................................................................... 1
2. SCOPE OF WORK .................................................................................................................3
2.1 Scope of work of Bidder ................................................................................................................ 3
2.2 General Terms and Conditions Contract .................................................................................... 15
2.3 Payment Terms............................................................................................................................ 16
2.4 Eligibility Criteria ......................................................................................................................... 16
2.5 Validity of Bids ............................................................................................................................. 21
2.6 Rejection of Bids .......................................................................................................................... 21
3. EXECUTION OF WORK........................................................................................................ 22
3.1 Transfer of Project Work ............................................................................................................. 22
3.2 Time Allowed for Project Execution ........................................................................................... 22
3.3 Safety and Security Measures..................................................................................................... 22
3.4 Penalty ......................................................................................................................................... 23
3.5 Alteration and Renovations ........................................................................................................ 23
3.6 Change in the Quantities............................................................................................................. 23
3.7 Payment in Case of Change in the Quantities ............................................................................ 23
3.8 Advance Payment........................................................................................................................ 24
3.9 Defect Liability Period ................................................................................................................. 24
4. TENDERING PROCEDURE AND SCHEDULE ........................................................................... 24
4.1 Pre-Bid Meeting........................................................................................................................... 24
4.2 Amendment of RFP ..................................................................................................................... 25
4.3 Preparation and Submission of Proposal ................................................................................... 25
4.4 Earnest Money Deposit (EMD).................................................................................................... 26
4.5 Language and Currency of the Bids ............................................................................................ 27
4.6 Sealing and Marking of Proposals .............................................................................................. 27
4.7 Modification and Withdrawal of Proposals ............................................................................... 28
4.8 Opening of Bids ........................................................................................................................... 28
4.9 Evaluation of Proposals/ Bids ..................................................................................................... 28
4.10 Confidentiality ............................................................................................................................. 30
4.11 Acceptance of the Offer/Award of Contract .............................................................................. 30
4.12 Performance Security & Security Deposit .................................................................................. 31
4.13 Termination of Contract .............................................................................................................. 31
4.14 Settlement of Disputes & Arbitration......................................................................................... 32
4.15 Severability .................................................................................................................................. 33
DEFINITIONS
In absence of availability of definitions in the foregoing references, the capitalized terms shall be
interpreted in accordance with the Government of India Guideline or any other relevant law, rule or
regulation prevalent in India, as amended or re-enacted from time to time, in that order;
"Bid" shall mean Technical Bid and Financial Bid submitted by the Bidders, in response to this RFP, in
accordance with the terms and conditions thereof;
"Bidder" for the purpose of the RFP, shall mean „Bidding Entity' (including its permitted successors and
legal assigns subject to fulfilment to conditions given in 'RFP') which meets the Qualification
Requirements/Eligibility Criteria as specified in the 'RFP 'and has been allowed by SSCL based on its
Response to 'RFP' for submission of Bid.
"Bidding Company" for the purpose of the RFP, shall refer to such single person/ company/ firm etc.
(including its permitted successors and legal assigns subject to fulfilment of conditions as given in 'RFP')
which meets the Qualification Requirements/eligibility criteria for submission of Bid;
"Bidding Guidelines" shall mean the procedure methodology/prescribed herewith in RFP for calling the
proposal, selection and finalization of successful bidder for carrying out agreement for execution of the
project;
"Bid Deadline" shall mean the last date and time for submission of proposal in response to this RFP,
specified herewith;
"Bid Price” shall mean the sum total of Rates quoted by the Bidder in respect of each line item mentioned
in the BOQ provided. Rates as mentioned herein shall mean the price of each line item multiplied by
number of units of a line item.
“Contract Period” shall mean entire period of Project commencing from the date of issuance of LoA and
ending on the date of the completion of certified by the SSCL and shall include the completion/
implementation period; and it can be extended based on the site situations after the mutual understanding
of Successful Bidder and Authority.
"Performance Security" shall have the meaning as the interest free Performance Security equivalent to
10% (Ten Percent) of total awarded amount for the Project, in the form of an irrevocable & unconditional
Bank Guarantee from a Scheduled Bank in the Prescribed format given herein and has to be submitted
within Fifteen Days (15) from the day of issue of LoA, with the validity up to 180 days beyond the end of
the Contract Period.
"Evaluation Committee" shall mean the Procurement Committee of SSCL or sub-committee constituted
by Executive Director for carrying out the evaluation of Technical Bid of the bidders as per the details
elaborated in the RFP
"Financial Bid" shall mean, the Bidder's Financial Quote on Item Rate basis of Estimated Project Cost,
including the all Charges as defined herein the RFP.
"Consultant" shall mean the successful Bidder, who will execute the 'Project' as per the terms of the
Agreement;
"Letter of Acceptance" or "LoA" shall mean the letter to be issued by SSCL to the Successful Bidder,
who has been identified as the Selected Bidder or prospected bidder after the process given in the RFP
for awarding the project for its execution;
"SSCL" shall mean Sagar Smart City Limited or its authorized representative for carrying out the process
for selection of 'Successful Bidder' or 'Selected Bidder' as defined in this RFP and to execute the
Agreement to carry out the Project as per terms of the Agreement and RFP;
"Project" or "The Project" shall mean the work of “Selection of an Agency to Setup & Manage an
Incubation Centre under Smart Cities Mission” as per terms of the Agreement and RFP;
"Successful Bidder" or "Selected Bidder" or “Consultant” shall mean the Bidder selected pursuant to
this RFP for the execution of the Project as per the terms and conditions of this RFP Document
Volume 1
1. Sagar Smart City Limited (SSCL) under implementation of its the proposal from eligible
Bidders, as per the terms and conditions described in this RFP document, with requisite
financial, managerial and technical expertise and experience for “Selection of an
Agency to Setup & Manage an Incubation Centre under Smart Cities Mission” at
the designated locations in Sagar city within the Sagar Municipal limits.
2. This document outlines the overall scope of the Project, sets out the basic requirements
for the proposal and provides the evaluation criteria to be used for the selection process
for finding out the Successful Bidder and for awarding the Project. The objectives of
the RFP are to evaluate the Bidders Experience, Technical Expertise, Project
Methodology, Eligibility Criteria as mentioned in its Schedules and Annexures along
with the Financial capability of the Bidder and to select the Successful Bidder for
executing the work of “Selection of an Agency to Setup & Manage an Incubation
Centre under Smart Cities Mission”.
address to:
The Chief Executive Officer,
Sagar Smart City Limited, Sagar Smart City Office
2nd Floor, ICCC Building, New Collectorate Premises,
Sagar, Madhya Pradesh-470002
Phone: 07582-242850
Email: [email protected]
1.1.8 The Bidder must provide all the information as requested for in the RFP Document. Sagar
Smart City Limited reserves the right to reject any offer that does not contain all the
information requested thereof. Bids received without the pre requisite EMD and tender cost
proof shall not be accepted.
1.1.9 Sagar Smart City Limited shall not entertain any 'Post Submission Date communication' from
any bidder with respect to the proposals. However, after the submission of the RFP document
and other supporting documents by the Bidder, Sagar Smart City Limited reserves the right
to call for clarifications from Bidders, if needed. The Bidders should furnish such
requirements/information within such time as may be permitted by Sagar Smart City Limited.
1.1.10 The Bidder as a token of acceptance of all conditions, shall be required to sign with stamp
on every page of its Bid containing the RFP Document including addendum/query (if any),
other enclosures provided herewith as Annexure and any other submissions by the Bidder.
1.1.11 Bidders should familiarize themselves with the procedures and time frames required for
fulfilling all formalities described in this RFP. If the Bidder is bidding first time for e-tendering,
then it is obligatory on the part of Bidder to fulfil all responsibilities such as registration,
obtaining digital signature certificates etc. well in advance. SSCL shall not be liable for any
such condition in this regard.
1.1.12 All Bidders are required to ensure compliance with the information, all instructions, standards
and codes mentioned in this RFP.
1.1.13 A draft of the Contract Agreement to be entered with Sagar Smart City Limited by the
Successful Bidder for executing the Project is given along with this RFP Document. The RFP,
Technical Bid, Financial Bid, and all subsequent communications with the Bidders shall be
part of the Agreement. Contract Agreement will be executed by the Successful Bidder after
issue of the Letter of Acceptance.
1.1.14 This document constitutes no form of commitment on the part of Sagar Smart City Limited,
whether in respect of the bidding process or otherwise. Furthermore, this RFP document
confers neither the right, nor the expectation on any Bidder to participate in the bidding
process.
1.1.15 Sagar Smart City Limited reserves the right to reject any or all of the Bidders including the
lowest bidder, if it considers necessary to do so, and or to withdraw from the bidding process
or any part of the bidding process or to vary any of the terms at any time without giving any
reason. Nothing contained herein shall confer any right upon any Bidder or any obligation
upon Sagar Smart City Limited.
1.1.16 Nothing in this RFP Document or in any communication issued by Sagar Smart City Limited
or any of their advisers or officers or employees shall be taken as constituting an agreement,
offer, acceptance, warranty, covenant, confirmation or representation to the recipient of this
document or any other party.
1.1.17 Bidders are advised to visit e-tendering website regularly for any clarifications and/or due
date extensions or corrigendum. SSCL shall accept no obligation in this behalf.
1.1.18 Bidders and/or Successful Bidder who are/is found to have made any misleading or false
representations in the Bid including any statements, attachments, document, Performa &
Annexure submitted as proof of the requirements, shall be disqualified.
2. SCOPE OF WORK
The Government of India has setup the Atal Innovation Mission (AIM) at NITI Aayog. The overarching
purpose of this Mission is to promote a culture of innovation and entrepreneurship in India. The
Government realizes that there is a need to create high class incubation facilities across various
parts of India with suitable physical infrastructure in terms of capital equipment and operating
facilities, coupled with the availability of sectoral experts for mentoring the start-ups. Accordingly,
AIM proposes to support establishment of Atal Incubation Centre (AICs) that would support
innovators and start-up businesses in their pursuit to become successful entrepreneurs.
The objective is to promote and establish incubation centres in India which would support and
encourage start-ups in specific subjects/sectors such as manufacturing, transport, energy, health,
education, agriculture, water and sanitation etc. and would provide them with necessary
infrastructure facilities and other value added services.
The Brief scope of work involves the “Selection of an Agency to Setup & Manage an Incubation
Centre under Smart Cities Mission” which means Project with all type Infrastructure and
Construction Works (Civil, Electrical, Mechanical, IT/Non IT works).
Location: Location will be finalised at the time of Agreement. SSCL will provide minimum Area.
The scope of work intends to define the work activities as accurately as possible. However, the
Bidder is encouraged to use innovation when developing its proposal and propose revisions or
alternatives that are considered beneficial for the Project. SSCL is seeking proposals for “Selection
of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission”. The
Successful Bidder shall also be responsible for repair works during Defect Liability Period after the
successful completion of project. The Bidder with requisite financial, managerial, technical expertise
of similar type of works. Further, the Bidder shall be solely liable to bear all the expenses on account
of water, electricity bills, maintenance of electrical systems, etc. at all times during the Contract
Period of the Project.
The Selected Bidder agrees that after the Contract Period, the whole of Project assets along with its
structure (with its all components) shall be transferred to SSCL, Sagar.
All the components and sub-components in the smooth implementation, installation and operation
of the Project shall be complied with the specified standards. The Selected Bidder shall ensure that
all components of the project are installed/ executed correctly to be suitable, safe & durable and
which can withstand rain, humidity and light and wind kinds of different climatic conditions in the
Sagar city.
Under Atal Innovation Mission – Start Up India Scheme, Government of India have suggested scope
of areas/sectors for establishing Incubation Centres and they are as follows –
A. For Non IT work –Successful bidder have to execute the following Non IT works -
Physical Setup of Incubation center in the respective Sagar smart cities as per the layout
agreed with the SSCL. This includes activities like all type of flooring, false ceiling, partitions,
network cabling, electrical works, establishment of office spaces with air condition system (as
required), meeting rooms, conference rooms (with video conferencing facility), other rooms
(as required), local server room, Inline UPS, DG Set, Auto on-off lighting system and other
facilities along with required furnishing of the complete facility.
1. Conducting site survey, obtaining necessary permissions, developing system requirements,
standard operating procedures etc.
2. Providing physical layout of with 3D simulation with approximately minimum area of
1000Sq.M. of floor area. The floor area may be increased if required, but all the facilities and
components of Incubation Center will remain as mentioned. There will be no additional cost
for layout design for more than 1000 Sq.M. floor area. This layout must contain the following:
Project Director Room / Conference Room / Reception
Manager Room / Small Meeting Room / Incubators
Space for Other Experts / Incubators - Open Office Area
Pantry and Dining Area
SAGAR SMART CITY LIMITED 4
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission
Note: It is clarified that the minimum requirement is a mandatory requirement and part of technical
bid, but the pre-qualification is not to be done on the basis of this criteria. However, in this regard the
bidder is required to provide undertaking in the format provided at Annexure 5 along with its
technical bid.
B. Scope for Operation, Maintenance and Management
The scope of this project is to appoint Consultant who will be responsible to setup and define
processes to be followed for Sagar Incubation Center in first 4 months of this engagement.
After which consultant will run the operations of Sagar Incubation Center (Innovation &
Incubation Center) for 60 months. Total Duration of this project will be 64 months. Consultant
appointed will also get various tie-ups with various Industry firms, Academic Institution, Angel
Investors, Legal & Accounting Firms and Marketing Firms.
Selected bidder has to do the following minimum activities at their own cost during
the 5-years of operation maintenance and management period:
i. Expected Events at Sagar Incubation Center (SIC): There are various kinds of events
proposed to be conducted at BLL. Following is the list of some of the kinds of events
SSCL plans to conduct at Sagar Incubation Center:
App Challenges: Participants to develop Apps in stipulated timeframe for some
SAGAR SMART CITY LIMITED 9
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission
a. Successful Bidder shall be required to analyse the existing situation and site.
b. After signing of Contract, the Successful Bidder has to submit the following drawings as per
requirement at site:
i. Existing layout drawings
ii. Working Drawings for civil works (Civil/ Electrical/ Plumbing/Mechanical/Lan Cabling etc.
as per requirement of site condition)
iii. Technical Specifications and makes list of each item which are proposed to be installed
at the site.
iv. Material testing reports to be done by the Consultant from Government Engineering
College while execution at his own cost.
v. As-Built Drawing after Completion.
c. The quantities of various items as entered in the “BILL OF QUANTITIES” are
indicative only and may vary depending upon the actual requirement. The Consultant shall be
bound to carry out and complete the stipulated work irrespective of the variation in individual
items specified in the bill of quantities. The variation of quantities will be governed as per clause
given in tender document.
d. No alterations or damage should be caused to the area. In case any damage is caused to
Government assets/premises by the Consultant without approval of SSCL, the cost of same
shall be recovered from the Consultant by the SSCL.
e. The Consultant will make all arrangements on his own to execute the said work as per the
approval given by the SSCL at his own cost.
f. Standard test of the said work shall be carried out as Quality control measure.
g. The Consultant should maintain the equipment needed for said work in a neat and good
working condition during execution/ Contract Period in accordance with all applicable laws and
ordinances.
h. The Successful bidder shall be responsible for compliance of all laws, acts and rules in relation
to the environment and manpower deployed by them for the execution of the work and the
SSCL will have a right to be indemnified in respect of any consequence resulting from any
breach or violation by the successful bidder of such rules and statutory obligations etc.
i. The Successful Bidder will be required to take preventive measures so that the buildings are
not affected due to Project activities. Failure to do so will invite a penalty to the amount
equivalent to restore the structure to the desired condition.
j. The Successful Bidder should have a dedicated team, consisting of both technical and
commercial experts, of relevant experience related in the field of said work.
herein.
2.2.7 The Consultant shall be liable for any defects during the Defect Liability Period as security
to SSCL. During this period any defects on account of design/layout/structure/ specifications
for soil/ irrigation etc. shall be rectified by the Bidder at his own cost.
2.2.8 The Consultant shall have to maintain proper site documents and share the same with the
SSCL as per CPWD Quality Assurance Manual such as Master Register Record, Site Order
Record, Drawings Record, Daily Progress Record, NON Conforming Item Record, Quality
Audit Record, Hindrances Record, Safety Assurance Record, Labour Welfare Record,
Measurement register at which shall be duly signed by the SSCL, assigned from SSCL Etc.
2.2.9 For the purpose of this RFP, Year 1 will be the latest completed financial year, preceding
the bidding. Year 2 shall be the year immediately preceding Year 1 and so on.
2.3.1 SSCL shall pay the Consultant the amounts certified by its engineers for the work done during
Implementation phase.
2.3.2 The Consultant shall submit to the SSCL Engineer monthly statements/bills of the estimated
value of the work completed during Implementation phase less the cumulative amount
certified previously, along with copies of the details of work done since last bill and with all
supporting documents such as test reports, site report sheets etc.
2.3.3 The SSCL Engineer’s shall check the Consultant’s monthly statement/bill and certify the
amount to be paid to the Consultant as per the Bid Price given by the Bidder in Annexure-6
and Financial Bid Format
2.3.4 The engineers of SSCL will have full and unfettered access to inspect and check all the
components of the Project work during Implementation phase. All instructions issued by them
in this regard will be complied with in full and within time stipulated by the SSCL. If SSCL is
of view that any instruction given to the Consultant during Implementation phase and has not
been complied with; it can withhold the part of the payment to be made to the Consultant
until its completion. No claim or compensation will be sought by the Consultant on this
account.
2.3.5 All duties, taxes, royalty and fees that may be levied in accordance with the laws and
regulations in force as on the date of payment and on the works undertaken under this
Agreement shall be deducted from the running payments. Nothing in this Agreement shall
relieve the Consultant from its responsibility to pay any tax in respect of this Agreement.
2.3.6 The Consultant shall be solely responsible and liable, at his own cost for all maintenance,
upkeep and repairs of the equipment and its entire components up to completion of the
Contract Period. The Consultant shall also carry out rectification of defects in the works at its
own cost up to completion of Contract Period and Defect Liability Period.
2.3.7 No claim for compensation will be sought by the Consultant for delays in respect of which
extensions had been sought and obtained.
A. Only those Bidders who meet the following Pre-Qualification Criteria are allowed for
the participating in the Tender:
Pre-Qualification Criteria
2. JV/Consortium of entities as
listed above will be allowed.
A maximum of two
JV/Consortium partners is
permitted. Educational
Institutions and industry
associations fulfilling the
above legal entity criteria
will also be permitted as
JV/Consortium partners.
In case of JV/Consortium, at
least 50% of this criteria shall be
fulfilled by the Lead Member
and the minimum 25% shall be
fulfilled by the Other Member.
However, both members shall
fulfil the 100% criteria together
3 Experience of a) The Bidder (Lead Member in Copy of Work order and Work
the bidder case of a JV/Consortium) must Completion Certificate
have an experience of
successful completion of setting
up, commissioning and
management of at least one
similar project costing not less
than INR 4.00 Cr
b) The Bidder (in case of
JV/Consortium, any member or
both member collectively) shall
have experience of mentoring
Hackathons /Startup events
4 Key Personnel The Bidder must deploy the CVs duly countersigned by the
required key personnel’s in the Authorized Signatory of the bidder
Team:
1. Project Director- Minimum
10 years’ industry
experience with minimum
one project in the field of
Innovation and Incubation
center setup / operations
and maintenance.
2. Onsite Project Lead -
Minimum 7 years’ industry
experience in the field of
Innovation and Incubation
center setup / operations
and maintenance.
3. Project Consultants -
Minimum 3 years’ industry
experience in the field of
Innovation and Incubation
center setup / operations
and maintenance
B. Further, in order to be qualified, the Bidder must meet both the Technical Evaluation
Criteria as detailed below:
(4Marks)
f. Future sustainable
operation and
management model
for the next 10
years (beyond the
operational period
served by the
consultant).(4Marks
)
g. Tabulation of year
wise composition of
attainable targets(5
years) as described
in scope of work.
(5Marks)
h. Management Plan
for Monitoring of
incubation Centre.
(5Marks)
i. List of at least 10
successful
entrepreneurs
developed through
bidders’ earlier work
experience.
(6Marks)
The Bidders, whose bids are responsive, based on minimum qualification criteria as per the
Pre- Qualification Criteria and have secured a Technical Score of at least 70 (Seventy) based
on the technical evaluation criteria would be considered as technically qualified and would be
eligible for opening of financial bids
C. Other Criteria
(a) The Bidder shall submit a Power of Attorney as per the format provided at Annexure 7
A, authorizing the signatory of the Bid to commit the Bidder along with Board Resolution
passed for Authorised signatory.
(b) The Bidder must have registration certificate(s) and other applicable documents such as
PAN, GST etc., and any other statutory requirements to operate in Madhya Pradesh.
(c) The Bidder should have EPF Account Number. A copy of recent paid challan must be
submitted.
(d) No proposal shall be allowed to modify or withdrawn after submission.
2.6.1 SSCL reserves the right to accept or reject all or any of the Bids without assigning any reason
whatsoever. It is not obligatory for SSCL to accept any Bid or to give any reasons for their
decision.
2.6.2 SSCL reserves the right not to proceed with the Bidding Process at any time, without notice
or liability, and to reject any Bid without assigning any reason.
3. EXECUTION OF WORK
3.1 Transfer of Project Work
3.1.1 During the Contract Period, the Successful Bidder/Consultant shall not transfer, assign or
any portion thereof permanently or temporarily to anybody else unless approved by SSCL
and shall not be allowed to take any person to share the project or to use any part thereof
without prior approval of the SSCL.
3.1.2 All the equipment installed under this Contract shall be the assets of SSCL exclusively.
3.4 Penalty
3.4.1 Failure to comply with the time schedule described in the Agreement for execution/
implementation of the Project, will invite the penalty @ 1.0% (One per cent) of the cost of the
Project, per week for delay subject to a maximum of 5% (five percent) after which SSCL may
rescind/ terminate the work as per the Termination Clause- 4.13 of the RFP.
3.4.2 After signing of Contract, the Consultant should deploy the Technical Key Personnel and
other required manpower for the implementation of project as per the clause of Eligibility
Criteria (Clause No. 2.4) at the time of commencement of work. If Consultant fails to deploy
the Technical Key Personnel within agreed time, a penalty of Rs. 5000/- per key personnel
per day should be paid by Consultant. If the Consultant fails to deploy same Technical Key
Personnel who has been proposed at the time of Bid submission, SSCL can charge a penalty
of appropriate amount as per standards.
4.1.4 Bidders are advised to be specific and post clause wise queries in an unambiguous manner.
SSCL reserves the right not to respond to vague and frivolous queries. Queries shall be
neatly typed/ written as per the following format:
Name and contact detail of company-
SL RFP Section and Page No Clause/ Content Clarification sought from bidder
# sub- section in the RFP
e) Financial Bid in Hard copy will not be accepted, Bidder shall submit their quoted amount
online only.
f) If any Bidder submits Financial Bid/financial offer in offline/hardcopy format, their Bid shall
be rejected.
g) Bidders are requested to check final figure. SSCL is not responsible for errors in the financial
bid.
h) Any space left blank in the bidding sheet, then it will be considered as zero “0”.
4.3.2 For online submission, the Bidders have to prepare their bids online, encrypt their data in the
Bid Forms and submit Bid Seals (Hashes) of all the envelopes and documents related to the
Bid required to be uploaded as per the time schedule mentioned in the RFP after signing of
the same by the Digital Signature of their authorized representative.
4.3.3 Bidders shall furnish the information strictly as per the formats given in Annexures of this
RFP, without any ambiguity. SSCL shall not be held responsible if any Bidder fails to provide
the information in the prescribed formats resulting in lack of clarity in interpretation and
consequential disqualification. All proposals/Bids/offers shall be numbered, signed &
stamped on each Page by the duly 'Authorised Signatory' of the Bidder. All the alterations,
omissions, additions, or any other amendments made to the Proposal shall also be initialled.
4.3.4 The Bid shall be typed or written in indelible ink and signed by the authorized signatory of the
Bidder who shall also initial each page in blue ink. In case of printed and published
Documents, only the cover shall be initialled. All the alterations, omissions, additions or any
other amendments made to the Bid shall be initialled by the person(s) signing the Bid. The
Bid shall contain page numbers and shall be bound together in hard cover. Bids submitted
by fax, telex, telegram or e-mail shall be rejected out rightly.
4.3.5 Any bidder, who submits or participates in more than one Proposal for the aforesaid said
Project shall be disqualified.
and furnished the Bank Guarantee of required value for Performance Security.
4.4.6 EMD of other Bidders whose bids are not accepted will be returned within fifteen working
days of the decision on the Bid.
City Limited.
4.6.5 If the Envelope is not sealed and marked as instructed above, SSCL assumes no
responsibility for the misplacement or premature opening of the Proposal submitted. In this
case, the prematurely opened proposals will be rejected and duly returned.
4.6.6 Any Proposal received by SSCL after the due date and time as defined in the RFP, will be
liable for rejection.
(a) Technical BID is received online as per the formats including but not limited to the
following:
i. Annexure 1: Letter of Proposal and Interest
ii. Annexure 2: General Information of the Bidder
iii. Annexure 3: Format for Technical Criteria of Bidder.
iv. Annexure 4: Format for Financial Capability of Bidder
v. Annexure 5A: Undertaking for Manpower Deployment
vi. Annexure 7A: Format for Power of Attorney for Signing of Proposal.
vii. Annexure 7B: Format for Power of Attorney for Lead Member of Joint
Venture/Consortium
viii. Annexure 7C: Format for Joint Bidding Agreement for Joint
Venture/Consortium
ix. Annexure 8: Affidavit certifying that the Bidder is not blacklisted/ debarred.
x. Annexure 10: Undertaking on its letter head regarding compliance with the
Code of Integrity and No Conflict of Interest.
xi. Annexure 11: Declaration by Bidder regarding Qualification
(b) Technical Bid is accompanied by the EMD as specified in Clause 1.2.5 and Clause
4.4.1 of the RFP.
(c) Technical Bid is accompanied by the Bid Documents Cost as specified in Clause
1.2.1 of the RFP.
(d) Technical Bid contains all the information (complete in all respects); and
(e) Technical Bid does not contain any condition or qualification;
4.9.3 Post the evaluation process indicated in Clause 2.4, each Technical Bid will be assigned
a technical score out of a maximum of 100 marks and only the Bidders who get an
Overall Technical score of 70% or more in the Technical Evaluation Framework as given
in Section 2.4 (B) will qualify for Financial Evaluation stage. Failing to secure minimum
marks shall lead to technical rejection of the Bid.
4.9.4 Based on the clause no 4.9.3, online Financial Bid of only those Bidders who have
passed Stage-1 & Stage-2 and evaluation process indicated in Clause 2.4, shall be
opened on the scheduled date & time as prescribed by SSCL in presence of all the
Bidders or their nominees. Bidders shall be ranked L1, L2, L3, etc. on the basis of total
financial offer. The selection of Successful Bidder will be done on the basis of the lowest
bid (L1). The Bidder with Lowest Price Bid shall be awarded the Contract subject to the
conditions mentioned in this RFP.
4.9.5 If the Bid of the Successful Bidder is seriously unbalanced by more than or less than 15% in
relation to the SSCL‟s estimate of the cost of work to be performed under the Contract, SSCL
may require the Successful Bidder to produce plan of action along with the detailed price
analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency
of those prices with the construction methods and schedule proposed. After evaluation of the
price analysis, the SSCL may require that the amount of the Performance Security set-forth
be increased at the expense of the Successful Bidder to a level sufficient to protect the SSCL
against financial loss in the event of fundamental breach of the Contract by the Successful
Bidder under the Contract.
4.9.6 Any action on the part of the Bidder to revise the price(s) and/ or change the structure of
price(s) at his own after the opening of the Bid may result in rejection of the Bid.
SAGAR SMART CITY LIMITED 29
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission
4.9.7 SSCL would have the right to review the Proposals and seek clarifications where necessary
after giving due notice. The response from the Bidder(s) shall only be in writing but no change
in the substance of the Proposal would be permitted. It is clarified that Bidders are free to
make suggestions but are not allowed to submit any conditional Bid as specified earlier.
4.9.8 SSCL reserves the right to reject any bid if it is of the opinion that the Bidder lacks the
expertise, experience and is not in possession of requisite infrastructure required for the
purpose of the Project. The discretion of CEO, SSCL in this respect shall be final and binding
on all bidders.
4.9.9 Any rebate/ discount linked with quality, term of payment or any other condition shall not be
considered for the purpose of evaluation of proposal.
4.9.10 Any attempt by a Bidder to influence in the evaluation of bids, or contract award decisions
may result in the rejection of its proposal.
4.9.11 SSCL also reserves the right to accept or reject any Bid, and to cancel the Bidding process
and rejects all Bids, at any time prior to the award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for the SSCL‟s action.
4.10 Confidentiality
Information relating to the examination, clarification, evaluation and recommendation for
the Bidders shall not be disclosed to any person who is not officially concerned with the
process. SSCL will treat all information submitted as part of Bid, in confidence and will
require all those who have access to such material to treat the same in confidence. SSCL
will not divulge any such information unless it is ordered to do so by any Government
authority that has the power under law to require its disclosure or due to statutory
compliances.
4.11.1 SSCL shall issue Letter of Acceptance (LoA) to the Selected Bidder for the Project.
4.11.2 The Selected Bidder shall be required to send his unconditional acceptance of LoA within 15
(Fifteen) days from the date of its issue of LOA along with Plans, Specifications and
preliminary schedules with timeline.
4.11.3 After the acceptance of LoA, authorized representative of the Successful Bidder shall be
required to submit the Performance Bank Guarantee and additional security (if any) and to
execute the Contract Agreement within the given period.
4.11.4 SSCL shall retain the right to withdraw the LoA in the event of the Selected Bidder’s failure
to accept the LoA and/ or to submit the PBG and additional security (if any) and/ or to sign
the Contract Agreement within the time limit specified in the above clauses.
4.11.5 In the event SSCL exercise its rights as stated above, SSCL shall also forfeit the Bid Security/
EMD of the Selected Bidder and debar the Bidder for a period of two (2) year from
participating in any future projects with SSCL.
4.11.6 In case the Successful Bidder is a Joint Venture/Consortium, without prejudice to the joint
and several liability of all the members of the Joint Venture/Consortium, the Lead Member
shall represent all the members of the Joint Venture/Consortium and shall always be liable
and responsible for discharging the functions and obligations of the Consultant. The
Consultant shall ensure that each member of the Joint Venture/Consortium shall be bound
by any decision, communication, notice, action or inaction of the Lead Member on any matter
related to the Contract Agreement and the Authority shall be entitled to rely upon any such
action, decision or communication of the Lead Member. The Authority shall have the right to
release payments solely to the Lead Member and shall not in any manner be responsible or
be held liable for the inter se allocation of payments among members of the Joint
Venture/Consortium.
4.11.7 Deleted
4.13.1 If the Consultant fails to carry out any obligation under the Contract, the SSCL may by notice
require the Consultant to make good the failure and to remedy it within a specified reasonable
time.
4.13.2 The CEO, SSCL on behalf of the SSCL shall be entitled to terminate the Contract if the
Consultant:
a) Abandons the works or otherwise plainly demonstrates the intention not to continue
performance of his obligations under the Contract
b) the Consultant is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation
c) without reasonable excuse fails to comply with the notice to correct a particular defect
within a reasonable period of time
d) the Consultant does not maintain a valid instrument of financial Security, as prescribed;
e) the Consultant has delayed the completion of the Works by such duration for which the
maximum amount of penalty/ damages is recoverable
f) If the Consultant fails to deploy machinery and equipment or personnel or set up a field
laboratory as specified in the RFP or desired by the SSCL
g) if the Consultant, in judgmental of the SSCL has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract
h) Any other fundamental breaches as specified in the RFP.
4.13.3 In any of these events or circumstances, the CEO, SSCL may, upon giving 14 days’ notice
to the Consultant, terminate the Contract and expel the Consultant from the site. However,
in the case of sub paragraph (b) or (g) of clause 4.13.2 above, the CEO, SSCL may terminate
the Contract immediately.
4.13.4 Notwithstanding the above, the CEO, SSCL may terminate the Contract for convenience by
giving notice to the Consultant.
4.13.5 Payment upon Termination:
a) If the Contract is terminated as sated above, the CEO, SSCL shall issue a certificate for value
of the work accepted on final measurements, less advance payments, taxes due to be
deducted, penalty as indicated in the RFP and 5% of the contract value towards additional
compensation for the breach of Contract. The amount so arrived at shall be determined by
the CEO, SSCL and shall be final and binding on both the parties.
b) Payment on termination under clause 4.13.4 above, the CEO, SSCL shall issue a certificate
for the value of the work done, the reasonable cost of removal of Equipment, repatriation of
the Consultant’s personnel employed solely on the works, and the Consultant’s costs of
protecting and securing the works and less advance payments received up to the date of the
certificate, less other recoveries due in terms of the Contract and less taxes due to be
deducted at source as per applicable law.
4.14.1 Whether before its commencement or during the progress of Project/Work or after the
termination, abandonment or breach of the Contract, if any dispute or differences of any kind
what-so-ever arise between the SSCL and the Consultant in connection with or arising out
of this Contract or the execution of work, the same shall in the first instance supported with
complete documents and further documents, if any, required by him, be referred for
settlement to the CEO, SSCL and he shall, within a period of sixty (60) days after being
requested in writing by the Consultant to do so, convey his decision to the Consultant. Such
decision in respect of every matter so referred shall, subject to arbitration as hereinafter
provided, be final and binding upon the Consultant. In case the work is already in process,
the Consultant shall continue with the execution of the work as aforesaid with all due
diligence, whether any of the parties requires arbitration as hereinafter provided or not.
4.14.2 If the Employer has conveyed his decision to the Consultant and no claim for arbitration has
been filed by the Consultant within a period of sixty (60) days from the receipt of the letter
communicating the decision, the said decision shall be final and binding upon the Consultant
and will not be a subject matter of arbitration at all.
4.14.3 In case of dispute as aforesaid, which has not been settled amicably or for which CEO, SSCL
fails to convey his decision within a period of aforesaid sixty (60) days from the date on which
SAGAR SMART CITY LIMITED 32
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission
the said request was made by the Consultant, any party can refer the dispute for Arbitration
under the (Indian) Arbitration and Conciliation Act, 1996 (as amended from time to time).
Such disputes shall be referred to an Arbitral Tribunal consisting of three arbitrators, one
each to be appointed by the SSCL and the Successful Bidder, the third arbitrator shall be
chosen by the two arbitrators so appointed by the parties and shall act as Presiding Arbitrator.
In case of failure of the two arbitrators, appointed by the parties to reach a consensus
regarding the appointment of the third arbitrator within a period of 30 (thirty) days from the
date of appointment of the two arbitrators, the Presiding arbitrator shall be appointed by the
CEO, SSCL. The Arbitration and Conciliation Act, 1996 and any statutory modification,
amendment or re-enactment thereof, shall apply to these arbitration proceedings.
4.14.4 Arbitration proceedings shall be held in Sagar, India and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
4.14.5 The decision of the majority of arbitrators shall be final and binding upon both parties. The
expenses of the arbitrators as determined by the arbitrators shall be shared equally by SSCL
and the Successful Bidder. However, the expenses incurred by each party in connection to
the preparation, presentation shall be borne by the party itself. All arbitration awards shall be
in writing and shall state the reasons for the award.
4.14.6 The stamp fee due on the award shall be payable by the party as desired by the
Arbitrator/Arbitral Tribunal and in the event of such party’s default, the stamp fee shall be
recoverable from another sum due to such party under this or any other contract.
4.14.7 The expiry to the contractual time limit, whether originally fixed or extended, shall not
invalidate the provisions of this clause.
4.15 Severability
If for any reason whatsoever any provision of this Agreement is or becomes invalid, illegal or
unenforceable or is declared by any court of competent jurisdiction or any other
instrumentality to be invalid, illegal or unenforceable, the validity, legality or enforceability of
the remaining provisions shall not be affected in any manner, and the Parties shall negotiate
in good faith with a view to agreeing upon one or more provisions which may be substituted
for such invalid, unenforceable or illegal provisions, as nearly as is practicable. Provided
failure to agree upon any such provisions shall not be subject to Dispute Resolution under
this Agreement or otherwise.
If the delay occurs due to circumstances beyond control of Consultant such act of god,
strikes, lockouts, fire, accident, defective materials, delay in approvals or any cause
whatsoever beyond the reasonable control of Consultant, a reasonable extension of time
shall be granted by the Authority. In the event, if the above-mentioned is more than One year
due to the above mentioned reasons, then price escalation for the extended period shall be
considered as per the CPI Index.
4.17 Notices
Unless otherwise stated, notices to be given under this Agreement including but not limited
to a notice of waiver of any term, breach of any term of this Agreement and termination of
this Agreement, shall be in writing and by registered post or delivered personally to the
Parties at their respective addresses as in the Contract Agreement or such address as may
be duly notified by the respective Parties from time to time.
The following outputs are expected to be delivered in stages in total duration of assignment.
S.no. Deliverables No. of Time Payment
Copies Period Schedule
A Setup Phase
1. Submission of “Incubation 2 Hard copy T1+ 30 10% of Setup
Center Inception Report” including with soft copy days price Quote
establishment plan and “Operating over email
Model Report”. This report will
comprise of Governance Mechanism,
Operating Models for various events,
schemes and Programmes and
progress reporting metrics and
mobilization of Team and approval by
SSCL of the Same
2. Delivery of respective material 2 Hard copy T1 + 60 30% of Setup
with soft copy days Price Quote
over email
3. Setup of Interior spaces, Procurement 2 Hard copy T1+ 90 40% of Setup
and Installation of Furniture and with soft copy days price Quote
Fixture and Hardware and Software over email
for operations. Approved by SSCL
4. Testing and Go live/ Completion date 2 Hard copy T1 +120 20% of Setup
(T2) with soft copy Days Price Quote
over email (4 months)
B Operation and Maintenance Phase
1. Implementation Monthly Progress 2 Hard copy T2+60 O&M Price
Report with soft copy Months quote paid
over email through 12
equal quarterly
installments.
Note: The period between the submission of draft report and its discussion would not be included
in the period of assignment.
The payment will be become due on approval of the draft reports and on raising of bills/ invoice
by the consultant after the approval of the stage report. The processing time of the payment will
be 60 days for final payment and 30 days for all other payments.
Formats of the various reports like “Incubation Center Inception Report” and “Implementation
Support Monthly Progress Report” will be suggested by the appointed consultant and approved
by SSCL.
4. Payment against Setup/Furnishing the incubation center shall be released after post
inspection by SSCL.
5. Payment against Management and Operational cost shall be paid by SSCL on quarterly
basis after completion of the quarter and the activities planned for the quarter
The Consultant’s work will be monitored and reviewed by the Evaluation/Audit Committee
under the SSCL assigned Committee.
Note: Monthly Progress Reports
The Consultant shall submit progress reports on monthly basis to the Client to keep track of
the project activities during the entire implementation phase.
However, the amount of maximum penalty on all the above mentioned defaults shall be
limited to 10% of the contract amount.
Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned above, shall be deducted from the due payments of the respective invoice and/or
the Performance Security submitted by the Successful Bidder.
4.21 Insurance
The material procured under this Project shall be fully insured by the Consultant, against any
loss or damage. The Consultant shall submit to the Project Officer, documentary evidence
issued by the insurance company, indicating that such insurance has been taken.
a) Consultant’s Obligation- The Consultant shall at its own cost and expense:
1. Maintain the amenities for housing his/her team including office space, office furniture,
electricity and connectivity infrastructure (adequate Internet and Intranet bandwidth)
without any additional cost.
2. Obtain all applicable permits as required by or under the applicable law and be in
compliance thereof at all the times during the Contract Period;
3. Shall indemnify SSCL in respect of any claims made against it (SSCL) in relation to
the use of licenses, permits, and/or any intellectual property, used/required for the
Project.
4. Procure and maintain in full force and effect, as necessary, appropriate proprietary
rights, licenses, agreements and permissions for materials, methods, processes and
systems used in or incorporated into the project.
5. Make efforts to maintain harmony and good industrial relations among the personnel
employed in connection with the performance of its obligations under this Agreement
and shall be solely responsible for compliance with all labor laws and solely liable for
all possible claims and employment related liabilities of its staff employed in relation
with the project and hereby indemnifies SSCL against any claims, damages,
expenses or losses in this regard and that in no case and shall for no purpose shall
SSCL be treated as employer in this regard.
6. Be responsible for all the health, security, environment and safety aspects of the
Project at all times during the Contract Period.
7. Shall at all times obtain and maintain necessary insurance, workmen compensation
insurance policies throughout the Contract Period for the other employees deployed
for this Project.
8. Upon receipt of a request thereof, afford access to the Project Facilities to the
authorized representatives of SSCL for the purpose of ascertaining compliance with
To,
The Chief Executive Officer,
SAGAR SMART CITY LIMITED,
SAGAR.
Sub: RFP for "Selection of an Agency to Setup & Manage an Incubation Centre under Smart
Cities Mission”
Sir,
1. Being duly authorized to represent and act for and on behalf of ______ (name of and
complete address of the bidding entity) (herein “the Bidder”), and having studied and fully
understood all the information provided in the RFP document, the undersigned hereby apply
as a Bidder for " Selection of an Agency to Setup & Manage an Incubation Centre under
Smart Cities Mission” according to the terms & conditions of the offer made by SSCL.
2. Our Technical Bid & Financial Bid as per the requisite formats along with the supporting
documents, duly filled and signed on each page are enclosed in separate sealed envelopes
as specified.
3. I/We have visited the site of work and am/are fully aware of all the difficulties and conditions
likely to affect carrying out the work. I/We have fully acquainted myself/ourselves about the
conditions in regard to accessibility of site and quarries/ kilns, nature and the extent of
ground, soil, working conditions including stacking of materials, installation of tools and plant
conditions effecting accommodation and movement of labour etc. required for the satisfactory
execution of contract.
4. I/We undertake, if our Bid is accepted, to commence the works as soon as is reasonably
possible after the signing of the Contract Agreement, and to complete the whole of the works
as per the scope of work given in the RFP within the time stated in the RFP and further,
undertake to fully maintain the Project as per the terms and conditions of the RFP and time
to time instructions given by the SSCL in the interest of the Project.
5. I/We agree to abide by this Bid for the period of 180 days from the date fixed for receiving
the same, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
6. SSCL and its authorized representatives are hereby authorized to conduct any inquiries/
investigation to verify the statements, documents and information submitted in connection
with the proposal and to seek clarification from our bankers or undersigned, regarding any
financial and technical aspects. This letter of proposal will also serve as authorization to any
individual or authorized representative of any institution referred to the supporting
information, to provide such information deemed necessary and requested by SSCL to verify
statements and information provided in the proposal or with regard to the resources,
experience and competence of the bidder.
7. This proposal is made with full understanding that:
(a) Bids will be subject to verification of all information submitted at the time of bidding.
(b) SSCL reserves the right to reject or accept any bid, cancel the bidding process and I or
reject all bids.
(c) SSCL shall not be liable for any of the above actions and shall be under no obligation to
inform the bidder of the same.
(d) SSCL is not bound to accept the lowest or any tender that it may receive.
8. We, the undersigned, declare the statements made and the information provided in the duly
completed proposal forms enclosed, are complete, true and correct in every detail.
9. We hereby confirm that we have read, understood and accepted all the detailed terms and
conditions of this RFP and Project related Information as required for the tender.
10. This offer is being made by us after taking into consideration all the terms and conditions
stated in the RFP document, all risks and contingencies and all other conditions that may
affect the financial proposal.
11. This proposal is made with the full understanding that the validity of bids submitted by us will
be subject to verification of all information, terms and conditions submitted at the time of
bidding and its final acceptance by SSCL. We agree that, without prejudice to any other right
or remedy, SSCL shall be at liberty to forfeit the said Bid Security absolutely.
Authorised signatory
Date:
Name and seal of Bidder Place:
Note:
a) In case of Partnership firm and Company, certified copy of partnership deed/ Articles of
Association and Memorandum of Association of Company along with registration
certificate of the Company shall have to be enclosed. In case of Proprietorship firm,
registration certificate under indirect taxes shall have to be enclosed. In case of Trust,
Society, Cooperative Society, NGO, Institute or any other legal entity as required under
this RFP, Copy of certificate of incorporation and/or registration under the respective
relevant Act/law.
Contact
Date of Work
Sr. Agreement Name of Details of
Order and Date Project Cost
No. Number & Year Project Department /
of Completion
Authority
1.
2.
3.
4.
5.
Note:
a) Completion Certificate duly signed by the not less than Executive Engineer shall also
be enclosed for each completed work.
b) To be provided by each member of JV/Consortium, in case the Bidder is a Joint
Venture/Consortium.
Signed
Designation:
Place:
Date
1.
2.
3.
Total
Average Total
Note:
a) Annual Turnover of Construction should be certified by the Chartered Accountant.
b) Audited Balance Sheet including all related notes, and income statements for the
above financial years to be enclosed.
c) To be provided by each member of JV/Consortium, in case the Bidder is a Joint
Venture/Consortium.
Designation:
Place:
Date:
We hereby undertake that upon award of the Project i.e. “Selection of an Agency to Setup &
Manage an Incubation Centre under Smart Cities Mission” to us, we shall deploy at least the
following manpower for the safe, smooth and timely execution of the Project.
Note - The financial proposal shall be submitted online only at https://mptenders.gov.in in prescribed
excel format which has been uploaded on portal.
Know all men by these presents, We ___________________________ (name and address of the
registered office) do hereby constitute, appoint and authorise Mr I Ms.
_________________________ (name and residential address) who is presently employed with us
and 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 bid for the project envisaging documents
and providing information I responses to SSCL, representing us in all matters before SSCL, and
generally dealing with SSCL in all matters in connection with our bid for " Selection of an Agency to
Setup & Manage an Incubation Centre under Smart Cities Mission” (hereinafter referred to as the
“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
………………………………………………………………….
Accepted
____________________________________(signature)
Note:
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 executant(s) and when it is so
required the same should be under common seal affixed in accordance with the required procedure.
Whereas Sagar Smart City Limited (“the SSCL”) has invited Bids for Selection of an Agency to
Setup & Manage an Incubation Centre under Smart Cities Mission (the “Project”).
Whereas, it is necessary for the Members of the Joint Venture/Consortium to designate one of them
as the Lead Member with all necessary power and authority to do for and on behalf of the Joint
Venture/Consortium, all acts, deeds and things as may be necessary in connection with the Joint
Venture/Consortium’s Bid for the Project and its execution.
We, M/s…… having our registered office at …….and M/s….. having our registered office at ………,
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate,
constitute, appoint and authorize M/S ……. having its registered office at ………., being one of the
Members of the Joint Venture/Consortium, as the Lead Member and true and lawful attorney of the
Joint Venture/Consortium (hereinafter referred to as the “Attorney”). We hereby irrevocably authorize
the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Joint
Venture/Consortium and any one of us during the bidding process and, in the event the Joint
Venture/Consortium is awarded the contract, during the execution of the Project and in this regard, to
do on our behalf and on behalf of the Joint Venture/Consortium, all or any of such acts, deeds or
things as are necessary or required or incidental to the pre-qualification of the Joint
Venture/Consortium and submission of its Bid for the Project, including but not limited to signing and
submission of all applications, Bids and other documents and writings, participate in pre Bid and other
conferences, respond to queries, submit information/ documents, sign and execute contracts and
undertakings consequent to acceptance of the Bid of the Joint Venture/Consortium and generally to
represent the Joint Venture/Consortium in all its dealings with the SSCL, and/ or any other
Government Agency or any person, in all matters in connection with or relating to or arising out of the
Joint Venture/Consortium’s Bid for the in all respect Project and/ or upon award thereof till the Contract
is entered into with the SSCL & Compelled.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of
the powers hereby conferred shall and shall always be deemed to have been done by us/ Joint
Venture/Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS …………………. DAY OF ………. 2..…
Witnesses:
1.
2.
Notes:
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 executant(s) and when it is so
required, the same should be under common seal affixed in accordance with the required procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charter documents
and documents such as a board or shareholders’ resolution/ power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………… 20…
AMONGST
1. {………… Limited, and having its registered office at ………… } (hereinafter referred to as the
“First Part” which expression shall, unless repugnant to the context include its successors and
permitted assigns)
AND
2. {………… Limited, having its registered office at ………… } and (hereinafter referred to as the
“Second Part” which expression shall, unless repugnant to the context include its successors
and permitted assigns)
The above mentioned parties of the FIRST and SECOND PART are collectively referred to as
the “Parties” and each is individually referred to as a “Party”
WHEREAS,
(A) The Chief Executive Officer, Sagar Smart City Limited, Sagar (“SSCL”) which expression
shall, unless repugnant to the context or meaning thereof, include its administrators,
successors and assigns) has invited bids (the Bids”) by its Request for Proposal No. …………
dated …………………..(the “RFP”) for award of contract for……………………………………
(the “Project”) through a construction Contract.
(B) The Parties are interested in jointly bidding for the Project as members of a Joint
Venture/Consortium and in accordance with the terms and conditions of the RFP document
and other bid documents in respect of the Project, and
(C) It is a necessary condition under the RFP document that the members of the Joint
Venture/Consortium shall enter into a Joint Bidding Agreement and furnish a copy thereof with
the Application.
selected Bidder and awarded the Project, it shall enter into the Contract Agreement with the
Authority for performing all its obligations as the Consultant in terms of the Contract Agreement
for the Project.
4. Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described below:
(a) Party of the First Part shall be the Lead member of the Joint Venture/Consortium and shall
have the power of attorney from all Parties for conducting all business for and on behalf
of the Joint Venture/Consortium during the Bidding Process and for performing all its
obligations as the Consultant in terms of the Contract Agreement for the Project;
(b) Party of the Second Part shall be the Other Member of the Joint Venture/Consortium;
5. Joint and Several Liability
The Parties do hereby undertake to be jointly and severally responsible for all obligations and
liabilities relating to the Project and in accordance with the terms of the RFP and the Contract
Agreement, till such time as the completion of the Project is achieved under and in accordance
with the Contract Agreement.
The Parties agree that the proportion of construction in the Contract to be allocated among the
members shall be as follows:
First Party:
Second Party:
Further, the Lead Member shall itself undertake and perform at least 51 (fifty-one) per cent of
the Works of the Project, if the Contract is allocated to the Joint Venture/Consortium.
7. Representation of the Parties
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organized, validly existing and in good standing under the laws of
its incorporation and has all requisite power and authority to enter into this Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has been
authorized by all necessary and appropriate corporate or governmental action and a
copy of the extract of the charter documents and board resolution/ power of attorney in
favour of the person executing this Agreement for the delegation of power and authority
to execute this Agreement on behalf of the Joint Venture/Consortium Member is
annexed to this Agreement, and will not, to the best of its knowledge:
(v) create or impose any liens, mortgages, pledges, claims, security interests,
charges or Encumbrances or obligations to create a lien, charge, pledge,
security interest, encumbrances or mortgage in or on the property of such Party,
except for encumbrances that would not, individually or in the aggregate, have
a material adverse effect on the financial condition or prospects or business of
such Party so as to prevent such Party from fulfilling its obligations under this
Agreement;
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened to
which it or any of its Affiliates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such Party
in the fulfillment of its obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until Project completion (the “Defects Liability Period”) is achieved under and in
accordance with the Contract, in case the Project is awarded to the Joint Venture/Consortium.
However, in case the Joint Venture/Consortium is either not pre-qualified for the Project or
does not get selected for award of the Project, the Agreement will stand terminated in case the
Applicant is not pre-qualified or upon return of the EMD by the Authority to the Bidder, as the
case may be.
9. Miscellaneous
9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties
without the prior written consent of the Authority.
Notes:
1………………. 2.............................
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the executant(s) and
when it is so required, the same should be under common seal affixed in accordance with the required
procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favour of the person executing this Agreement
for the delegation of power and authority to execute this Agreement on behalf of the Joint
Venture/Consortium Member.
1. Code of Integrity
For duly complying with the Code of Integrity, any Bidder in the procurement process shall
-
(a) Not offer any bribe, reward or gift or any material benefit either directly or
indirectly in exchange for an unfair advantage in procurement process to
otherwise influence the procurement process:
(b) Not misrepresent or omit the misleads or attempts to mislead so as to
obtain a financial or other benefit or avoid an obligation:
(c) Not indulge in any collusion, bid rigging or anti-competitive behavior to
impale the transparency, fairness and progress of the procurement
process:
(d) Not misuse any information shared between the procuring Entity and the
Bidders with an intent to gain unfair advantage in the procurement
process:
(e) Not indulge in any coercion including impairing or harming or threatening
to do the same, directly or indirectly to any party or to its property to
influence the procurement process:
(f) Not obstruct any investigation or audit of a procurement process:
(g) Disclose conflict of interest if any: and
(h) Disclose any previous transgressions/debarment/blacklisting with any
Procuring entity in India or any other country during the last three years
or any debarment by any other procuring entity.
2. Conflict of Interest
The Bidder participating in a bidding process must not have a Conflict of interest. A Conflict
of interest is considered to be a situation in which a party has interests that could improperly
influence that party's performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations. A Bidder maybe
considered to be in Conflict of Interest with one or more parties in a bidding process if,
including but not limited to:
(a) Have controlling partners/shareholders in common: or
(b) Receive or have received any direct or indirect subsidy from any of them:
or
(c) Have the same legal representative for purposes of the Bid: or
(d) Have a relationship with each other directly or through common third
parties. that puts them in a position to have access to information about
or influence on the Bid of another Bidder, or influence the decisions of
SAGAR SMART CITY LIMITED 54
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission
3. I agree and undertake that I/we shall maintain the Code of Integrity as mention as
mentioned in point no. 1 of this Annexure.
4. I/ We declare that I/we do not have any Conflict of Interest as mentioned in point no. 2 of
this Annexure.
WHEREAS (name and address of Consultant) (hereinafter called “The Consultant) has undertaken
the work of “Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities
Mission” (hereinafter called “the Contract”) in pursuance of Letter of Acceptance (LOA) No
________________dated .
AND WHEREAS it has been stipulated in the said LOA that the Consultant shall furnish a Bank
Guarantee by a recognized Bank for the sum specified therein as security for compliance with the
obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Consultant such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of
the Consultant, up to a total of ____________________________ (amount of guarantee)
_________________________________________ (in words) such sum being payable in the types
and proportions of currencies in which the Contract Price is payable. And we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
___________________ (amounts of guarantee) as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Consultant before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed there under or of any of the contract documents which may be made
between you and the Consultant shall in any way release us from any liability under this guarantee
and we hereby waive notice of any such change, addition of modification.
That guarantee shall be valid until 180 days from the date of expiry of the Contract Period.
Address _________________________
Dated____________________________
1. The Bill of Quantities shall be read in conjunction, with the instructions to Bidders, Conditions
of Contract, Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities of
work ordered and carried out, as measured by the Consultant and verified by the SSCL and
valued at the rates and prices tendered in the priced Bill of Quantities
3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is
otherwise provided under the Contract, include all constructional plant, labour, supervision,
materials, erection, maintenance, insurance, profit, taxes and duties, together with all general
risks liabilities and obligations set out or implied in the Contract.
4. The rates and prices shall be quoted entirely in Indian Currency.
5. The whole cost of complying with the provisions of the Contract shall be included in the items
provided in the priced Bill of Quantities, and where no items are provided the cost shall be
deemed to be distributed among the rates and prices entered for the related items of work.
6. General directions and descriptions of work and materials are not necessarily repeated or
summarized in the Bill of Quantities. References to the relevant sections of the contract
documentation shall be made before entering rates or prices against each item in the Bill of
quantities.
Notes:
1.Under this agreement, it is clarified that any executed quantity shall only be made on the item rates
given against each item of the work.
2.The Consultant shall be liable to execute quantities more or less than the above quantities, if required
as per site conditions, as given in the RFP and payment for such excess or reduced work shall also
be made on the individual item rates.
3. The Consultant shall be further liable to execute items more than the above mentioned items, if
required as per site conditions and payment for such excess item shall also be made on the extra
items in adjusted market rate or in SOR rates.
This agreement is made on the ____day of ___________, 2020 at Sagar, Madhya Pradesh
BETWEEN
Sagar Smart City Limited, having its office at Sagar Smart City Office, 2nd Floor, ICCC Building,
New Collectorate Premises, Sagar, Madhya Pradesh-470002, which expression shall unless
excluded by or repugnant to the context or meaning thereof be deemed to include its successors
and permitted assigns (hereinafter called “the SSCL") on one Part;
AND
WHEREAS the SSCL had conducted a competitive bidding process by inviting proposal in the form
of bids (the “Bid”) vide RFP no. ______________and NIT bearing no. ____________ (as amended
by Corrigendum(s)) seeking proposals from interested parties for selection of a Consultant for "
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission”
(hereinafter called "Works").
AND WHEREAS the SSCL issued Letter of Acceptance bearing no. _________________ dated
______________ to the Selected Bidder/ Consultant which was duly acknowledged by it.
AND WHEREAS the Selected Bidder/ Consultant as a pre-requisite condition of signing of this
agreement has submitted the Performance Security by way of an irrevocable and unconditional Bank
Guarantee of Rs. _____________________/- (Rupees ___________________________________
only) i.e. 3% of total Contract Price vide Bank Guarantee no. ______________ and Additional
Performance Security of Rs. ____________________/- (Rupees
_________________________________ only) vide Bank Guarantee no. __________________of
__________ Bank (with full address).
NOW THEREFORE, in consideration of the mutual covenants, terms and conditions and
understandings set forth in this Agreement and other good and valuable consideration (the receipt
and adequacy of which are hereby mutually acknowledged), the Parties with the intent to be legally
bound, hereby agree to execute this Agreement.
1. In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the RFP document/ Conditions of Contract therein (hereinafter referred
to and they shall be deemed to form and be read and constructed as part of this agreement).
3. The SSCL hereby covenants to pay the Consultant, in consideration of the execution,
completion and operation & maintenance of the Works and the remedying the defects
therein, Contract Price or such other sum as may become payable under the provisos of the
Contract at the times and in the manner prescribed by the RFP document.
4. The following documents and all the conditions and provisions therein shall be deemed to
form and be ready and construed as part of this Agreement, viz:
a) Letter of Acceptance;
b) Letter for Plan of Action(s), if any;
c) Drawings;
d) Bill of Quantities;
e) RFP document and Corrigendum(s);
f) Consultant's Bid; and
g) Any other documents listed in the RFP document forming part of the Contract.
The Parties agree that the above documents are to be taken as mutually explanatory and, unless
otherwise expressly provided elsewhere in the Agreement, the priority of these documents shall, in
the event of any conflict between them, be in the order as the documents have been set forth above.
In witnessed where of the parties thereto have caused this agreement to be executed on the day
and year first before written.
2. 2.
Annexure 15 – Deleted
Total
Unit
B Manpower Unit (Cost 5-
CTC/Yearly
Years)
Company Head / Director / Project In
1 1
Charge
2 Manager – Finance 1
3 Manager – IT 1
4 Consultant - Subject Matter Experts 2
Human Resources / Public Relationship
5 1
Manager
6 ICT Expert 1
7 Trainer /Mentor 2
Marketing Executives / Social Media
8 1
Expert
9 Receptionist / Front Desk officer 1
10 Housekeeping and Cleaning Staff 4
11 Security Staff 2
Total Manpower 17
Total Cost
Event and Programme (additional unit Yearly
C Unit Cost for 5
after the scope of work) Unit
Years
1 3-days Start-up workshop/Program 2
CP Brass Sanitary
Kohher, Jaguar, Hansgrohe, Plumber, Johnson, Klair, Prima,
6 Fittings ( Medium-
Kerovit
Premium Range)
CP Brass Fittings Jaguar, Parryware, Grohe, Kohler, Kingston, Kerovit, CERA, KS,
7
(Standard) Plumber, Johnson, Prima, klair, Metro-s
Vitreous China Hindware, Parryware, Jaguar, Somany, Kohler, Osis, Hindustan,
8 Sanitaryware, fittings Johnson Peddar Roca, RAK, CERA, GLINT, KS, Kerovit, Classy
& Fixtures Tiles, Sonet Ceramic, Johnson
PTMT Sanitary
9 Poly Tuf, Prayag, Prince, Sparsh, Pearl, Ajay, Polo, Prima
Fittings
K. Roofing
Water Proofing
1 Pidilite, Cico, Impermo, Engineer Plus, MYK Schomburg
Compound (Liquid)
Water Proofing
2 Bauchami, Engineer Plus, MYK Schomburg
Compound
3 LGSF (Frames) TATA Blue scope, Elementhouse, MI Building solution
Structural Steel
4 APL Apollo
Section
L. Furniture
Godrej, Wipro, Bonton, Impression, Spacewood, Methodex,
1 Furniture
Geeken, Durian
2 Furniture Fittings Godrej
M. Drainages
1 Waste Pipe (PVC) Kamal, Viking, Kisan, Vectus, KSR, Skipper, SFMC
2 PCC Manhole Cover Mehtab Tiles
3 Bio-Digester Madaan Bio Green, Alpha System and Services
N. Landscape
1 Terrazo Tiles Nitco, Bharat, Hindustan Tilees
2 Heavy Duty Pavers Nitco, Cera, Endura, Prakash Surya, Mehtab Tiles
3 Chequered tiles Mehtab Tiles
4 PCC / Terrazo Tiles Mehtab Tiles
5 PCC Cable Cover Mehtab Tiles
PCC Garden
6 Mehtab Tiles
Benches
7 PCC Kerb Stone Mehtab Tiles