krishi utpadan mandi samiti (kums)upmandiparishad.upsdc.gov.in/mediagallery/download file.pdf ·...

40

Upload: others

Post on 11-Oct-2019

15 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),
Page 2: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 1 of 39

KRISHI UTPADAN MANDI SAMITI (KUMS) NAVEEN MANDI STHAL

MOHIBULAPUR LUCKNOW (UP)

REQUEST FOR PROPOSAL

FOR

OPERATION, MAINTENANCE AND MANAGEMENT OF MANGO PACK HOUSE OF KRISHI UTPADAN MANDI SAMITI (KUMS) ON RENT BASIS

AT

RAHMAN KHERA, LUCKNOW

Page 3: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 2 of 39

NOTICE OF DISCLAIMER

The information contained in this Request For Proposal (“RFP”) or subsequently provided to Bidder(s) whether verbally or in documentary form by or on behalf of KRISHI UTPADAN MANDI SAMITI (KUMS)) or any of its employees or officers (referred to as “KRISHI UTPADAN MANDI SAMITI (KUMS) Representatives”), is provided on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

No part of this RFP and no part of any subsequent correspondence by KRISHI UTPADAN MANDI SAMITI (KUMS) or KRISHI UTPADAN MANDI SAMITI (KUMS) Representatives shall be taken as providing legal, financial or other advice as establishing a contract or contractual obligation. Contractual responsibilities would arise only if and when definitive agreements have been approved and executed by the appropriate parties having the authority to enter into and approve such agreements.

This RFP document has been prepared solely to assist prospective Bidders in making their decision of whether or not to submit a bid. KRISHI UTPADAN MANDI SAMITI (KUMS) does not purport this information to be all-inclusive or to contain all the information that a prospective Bidder may need to consider in order to submit a bid. The data and any other information, wherever provided in this RFP, is only indicative and neither KRISHI UTPADAN MANDI SAMITI (KUMS), nor KRISHI UTPADAN MANDI SAMITI (KUMS) Representatives, will make or will be deemed to have made any current or future representation, promise or warranty, express or implied as to the accuracy, reliability or completeness of the information contained herein or in any document or information, whether written or oral, made available to a Bidder, whether or not the aforesaid parties know or should have known of any errors or omissions or were responsible for its inclusion in or omission from this RFP.

Neither KRISHI UTPADAN MANDI SAMITI (KUMS) nor KRISHI UTPADAN MANDI SAMITI (KUMS) Representatives make any claim or give any assurance as to the accuracy or completeness of the information provided in this RFP Document. Interested parties are advised to carry out their own investigations and analysis of any information contained or referred to herein or made available at any stage in the bidding process in relation to the Project. Bidders have to undertake their own studies and provide their bids.

This RFP Document is provided for information purposes only and upon the express understanding that such parties will use it only for the purpose set forth above. It does not purport to be all-inclusive or contain all the information about the Project in relation to which it is being issued.

The information and statements made in this RFP document have been made in good faith. Interested parties should rely on their own judgments in participating in the said Project. Any liability is accordingly expressly disclaimed even if any loss or damage is caused by any act or omission on part of the aforesaid, whether negligent or otherwise.

This RFP Document has not been filed, registered or approved in any jurisdiction. Recipients of this

document should inform themselves of and observe any applicable legal requirements.

Page 4: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 3 of 39

KRISHI UTPADAN MANDI SAMITI (KUMS) makes 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.

KRISHI UTPADAN MANDI SAMITI (KUMS) reserves the right to reject all or any of the Bids submitted in response to this RFP at any stage without assigning any reasons whatsoever.

All Bidders are responsible for all costs incurred by them when evaluating and responding to this document and any negotiation costs incurred by the recipient thereafter. KRISHI UTPADAN MANDI SAMITI (KUMS) may in its sole discretion proceed in the matter it deems appropriate which may include deviation from its expected evaluation process, the waiver of any documents and the request for additional information. Unsuccessful bidders will have no claim whatsoever against KRISHI UTPADAN MANDI SAMITI (KUMS) or its employees, officers.

KRISHI UTPADAN MANDI SAMITI (KUMS) reserves the right to modify, suspend, change or supplement this RFP at any stage. Any change to the RFP will be notified to all the Bidders to whom the RFP is issued.

Mere submission of a Bid does not ensure selection of the Bidder as Successful Bidder or Operator.

______O_______

Page 5: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 4 of 39

Krishi Utpadan Mandi Samiti, Lucknow Mohibullapur, Sitapur Road, Lucknow

Reference No. : - KUMS/2017- Date:-

e-Bid Notice REQUEST FOR PROPOSAL

Krishi Utpadan Mandi Samiti, Lucknow (KUMS) invites e-bids from experienced and competent firms/company/ co-operative for operation, maintenance, and management of Mango Pack House, Rahman Khera, Lucknow on a rental basis through www.e-tender.up.nic.in. The main objective of Mango Pack House is to promote, market and facilitate export of fruits and vegetables to benefits farmers. Mango Pack House is constructed in 2.5 Acres with following facilities: - S.No. Description Qty. Capacity Make Year of Installation

01 Processing Grading Line 01 No. 02 MT/Hour SAMMO 2003 02 Cold Room 02 Nos. 40 MT each Blue Star 2003 03 Pre Cold Room 02 Nos. 05 MT each Blue Star 2003 04 Ripening Chamber 01 No. 15 MT Lloyd 2004 05 Hot Water Dip Treatment with Quarantine Room 01 No. 500 Kg. An-Cryo 2015 06 Generator 02 Nos. 125 KVA each Kirloskar 2003 07 Guest House in Mango Pack House, Campus 01 Set Bed Room 02 Nos., 01 Office, 01 Kitchen, 01 Store Room, 02 Halls. 2008 The timelines for tender process are given below:-

• RFP Cost 17,700.00 (including GST) • EMD Cost Rs. 10,00,000 (Rupees Ten lacs only) • Issuance of RFP from date 28.10.2017 to 25.11.2017 • Last date for receipt of e-bids on 25.11.2017 at 11.00 Hrs. • The opening of technical bid on date 25.11.2017 at 15.30 Hrs. • The opening of financial bid on date 25.11.2017 at 17.30 Hrs. Bidders can participate only through www.etender.up.nic.in. RFP documents with detailed terms and conditions are available on the UP Govt. website www.e-tender.up.nic.in. All the other related terms and conditions for operation, maintenance, and management of Mango Pack House are mentioned in the RFP documents. The technical & Financial bid will be opened at the office of Director, Mandi Parishad, Kisan Mandi Bhawan, Lucknow as well as presentation also.

(D.K. Verma) Sachiv,

Krishi Utpadan Mandi Samiti, Mohibullapur, Sitapur Road, Lucknow.

Contact No.:- +91-9838422983

Page 6: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 5 of 39

DESCRIPTIONS, INSTRUCTIONS & GENERAL TERMS & CONDITIONS TO TENDERERS 1.1 Background KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”), with the main objective of promoting & marketing of agricultural produce to benefit the farmers. KRISHI UTPADAN MANDI SAMITI (KUMS) has constructed Mango Pack House, on 2.5 Acres with a covered area of 21,880 Sqft. Including pack house & guest house at Rahman Khera Lucknow (UP). S.No. Description Qty. Capacity Make Year of

Installation 01 Processing Grading Line 01 No. 02 MT/Hour SAMMO 2003 02 Cold Room 02 Nos. 40 MT each Blue Star 2003 03 Pre Cold Room 02 Nos. 05 MT each Blue Star 2003 04 Ripening Chamber 01 No. 15 MT Lloyd 2004 05 Hot Water Dip Treatment with Quarantine Room 01 No. 500 Kg. An-Cryo 2015 06 Generator 02 Nos. 125 KVA each Kirloskar 2003 07 Guest House in Mango Pack House, Campus 01 No. • 02 Bed Room with attached bathroom.

• 01 Office. • 01 Kitchen. • 01 Store Room. • 02 Halls with attached bathroom at 1st Floor. • Submersible water pump supply.

2008

The Mango Pack House has been designed for sorting, grading, cooling & ripening for Fresh Mango and storage of all Horticultural, Fruits & Vegetables commodities. This Pack House machinery will be rented out on “As is where is basis”. Kindly refer to enclosed Annexure-1&2 for details.

Page 7: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 6 of 39

1.2 GENERAL INFORMATION AND PRE-CONDITIONS OF THE ABOVE MANGO PACK HOUSE 1.2.1 At present no electric power connection is available for Pack Houses. Single phase connection of 4 KVA for guest house premises is available. The successful Bidder can apply to Madhyanchal Vidyut Vitran Nigam Limited (MVVNL) for fresh electric connection as per their requirement at their own cost and responsibility. 1.2.2 Mango Pack House, Rehman Khera is situated on main State Highway Hardoi-Lucknow road approx 25 Km away from Lucknow and 30 Km from Lucknow Airport. 1.2.3 One Overhead Water Tanks of capacity 30,000 Liters have been installed. 1.2.4 The Successful bidder should obtain Factory License/FSSAI License/Pollution control NOC or Any other NOC if applicable from the Respective Central/State Government Agencies before operating pack house 1.2.5 The Successful bidder should renew Statutory Consent from APEDA and Plant Quarantine Department and other global agencies like USDA /EU/APQD/NPQD/KFDA/ JPQD etc when its required or mandatory to Export Agriculture Produce. 1.2.6 Bore-well Water Connection already exists within the Complex. 1.2.7 The detail of machinery installed at KRISHI UTPADAN MANDI SAMITI (KUMS) Mango Pack House Rahman khera, Lucknow is placed at Annexure 1, Annexure 2 & Annexure 3. 1.2.8 The Successful Bidder shall be given with the possession of Mango Pack House of the capacity of 2 MT/Hour “as is where is basis” for carrying out the Mango Pack House activities. 1.2.9 The asset is provided to the successful bidder for operation, not a business entity so business entity Mango Packhouse or its name is not utilized by successful bidder except address of the premises. 1.2.10 The Successful Bidder must comply with all laws relating to obtaining of License for running the Mango Pack House, manpower deployed by it, etc. at its own costs and expenses. 1.3 Overview of the Bid KRISHI UTPADAN MANDI SAMITI (KUMS) is issuing this Request for Proposal document (“RFP”) for inviting bids from the interested bidders for undertaking the operation, maintenance and management of the above Plants on rent basis initially for period of three years and may be further extended for the period of two years after successful completion of initial period of three years with enhancement of annual rent @ 10% per year after the 1st year of agreement.

Page 8: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 7 of 39

1.3.1 The Bidder can be a proprietor partnership firm registered under the Partnership Act or a company registered under the Companies Act or a Consortium of these entities or a Cooperative Societies. 1.3.2 An agreement is to be executed by the Successful Bidder with KRISHI UTPADAN MANDI SAMITI (KUMS)/KRISHI UTPADAN MANDI SAMITI (KUMS) Mango Pack House. In case, the Successful Bidder is a Consortium of entities of Partnership Firm / Company, the agreement is to be executed by all the members of the Consortium who shall be jointly and severally responsible & liable for the Mango Pack House. 1.3.3 Interested bidder must Pay RFP Fee of INR 15,000.00/- (Indian Rupees Fifteen Thousand only) + applicable GST @ 18% INR 2,700/- TOTAL 17,700/- (Indian Rupees Seventeen Thousand Seven Hundred Only/- from any nationalized bank in favor of “APMC payable at LUCKNOW 1.3.4 Entities who wish to participate in the Bid are required to procure this RFP from the Office of KRISHI UTPADAN MANDI SAMITI (KUMS), Naveen Mandi Sthal, Mohibullapur, Lucknow (UP) from 28.10.2017 to 25.11.2017 hours by depositing a non-refundable RFP fee in the Demand Draft / Pay Order.

1.3.5 Entities may also download this RFP from up government website and scan copy of RFP Fee demand draft must upload on e-tender website at the time of submission of Bid. 1.3.6 Any Bid submitted without the said fee shall be treated as non-responsive and shall be rejected without being evaluated. 1.3.7 All mandatory and desired documents should also be submitted in original at the time of opening the E-tender. 1.3.8 The Bids shall be made in the form and manner prescribed in this RFP and submitted on e-tender up website https://etender.up.nic.in 1.3.9 The Bids should be submitted not later than 15:00 Hrs (IST) on 25.11.2017. E-Tender website of UP Govt. 1.3.10 The Bid shall be accompanied by Interest-FreeEarnest Money Deposit of 10,00,000/- (Indian Rupees Ten Lakhs only) issued by a nationalized bank in the form of Demand Draft / Pay Order/FDR drawn in favor of APMC payable at Lucknow. 1.3.11 All the Financial Documents EMD and Tender Fee Must be deposited at the time of opening of E-bid. 1.3.12 Bidder should have registration and digital signature to submit bid on e-tender website. 1.3.13 Interested applicants / Bidders may obtain further information from

Page 9: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 8 of 39

SACHIV, KRISHI UTPADAN MANDI SAMITI, (KRISHI UTPADAN MANDI SAMITI (KUMS)), NAVEEN MANDI STHAL, MOHIBULAPUR, SITAPUR ROAD, LUCKNOW (UP) [email protected], [email protected] 1.3.14 The Bids shall be filled only in English/Hindi language. 1.3.15 KRISHI UTPADAN MANDI SAMITI (KUMS) is not responsible for any costs or expenses incurred by the Bidders in connection with the preparation and delivery of Bids including costs and expenses related to visits to the site. 1.3.16 Any query/clarification with respect to the Plants and/or RFP documents intended

to be raised by the Bidder(s) should be submitted in writing to KRISHI UTPADAN MANDI SAMITI (KUMS) at least seven (7) days before the scheduled date for the bid submission.

1.3.17 Only those bids which have been submitted in compliance of this RFP are eligible for consideration. 1.3.18 KRISHI UTPADAN MANDI SAMITI (KUMS) reserves the right to cancel, terminate, change or modify this procurement/bid process and/or requirements of bidding stated in the RFP at any stage without assigning any reason or providing any notice and without incurring any liability, of any nature whatsoever, for the same. 1.3.19 Technical and financial e-bid are opened at the office of Director Rajya Krishi Utpadan Mandi Parishad Kisan Mandi Bhawan Vibhuti Khand Gomti Nagar Lucknow-226010 As well as presentation also

Page 10: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 9 of 39

1.4 BID SUMMARY 1.4.1 Pack House Infrastructure Facilities I. Operation, Maintenance and Management of KRISHI UTPADAN MANDI SAMITI (KRISHI UTPADAN MANDI SAMITI (KUMS)) Mango Pack House, Lucknow having capacity of 2 MT/Hour on Rent basis initially for period of three years and may be further extended for the period of two years after successful completion of initial period of three years with enhancement of annual rent @ 10% every year after the 1st year of agreement.

II. The Pack House Infrastructure & Facilities is available to the successful bidder “as is where is basis”. III. The reserve rental fee of the packhouse is Rs. 40,000/- (Rs. Forty thousand only) per month excluding all taxes.

1.4.2 Scope of work I. The Successful Bidder shall be given possession of Mango Pack House with a capacity of 2 MT/Hour “as is where is basis” for carrying out activities like Sorting, Grading, Packaging, Cooling, Ripening, Storing and all other related works for value addition of fruits & vegetables. II. The Successful Bidder shall have to arrange the technical and other required professionals for the operation & maintenance of Mango Pack House.

III. The successful bidder with the prior approval of KRISHI UTPADAN MANDI SAMITI (KUMS) can create additional civil/mechanical/ electrical infrastructure (except machinery) according to the requirement at its own cost & expenses during the agreement period in pack house. After expiry/termination of the agreement, the infrastructure created by the bidder shall automatically belong to KRISHI UTPADAN MANDI SAMITI (KUMS). IV. The Successful Bidder shall abide with all the laws related to the operation of Mango Pack House, man-power deployed, etc. during the agreement period. V. Any additional machinery required for sorting, cleaning, grading, packaging, ripening, cooling etc. at Mango Pack House, it may be installed with prior approval of KUMS by the successful bidder and bidder will uninstall and take it back at the Completion/ Termination of the agreement.

VI. The successful bidder must create a portal of online application for the exporter having APEDA registration regarding the booking of the slot for the facility of processing and packing of fruits & vegetables in Mango Pack House. According to the slot booking, the use of pack house shall be on first come first serve basis. VII. The successful bidder must display the utility charges on the portal and in pack house.

VIII. Packhouse charges shall be fixed by the KRISHI UTPADAN MANDI SAMITI (KUMS) after taking in consideration of all the relevant factors with the prior approval of Director, Mandi Parishad. In this regard decision of Director, Mandi Parishad shall be final. IX. The Successful Bidder shall abide by the agreement executed

Page 11: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 10 of 39

with KRISHI UTPADAN MANDI SAMITI (KUMS). X. The successful bidder shall follow all the Guidelines with certification & approval by the Directorate of Plant Protection, Quarantine & Storage of Govt. of India regarding SOP of PPQS and APEDA for Hot Water Immersion Treatment Facility.

XI. The successful bidder shall follow Standard Operating Procedure for Export Inspection & Phytosanitary Certification & Approval of Vegetables & Fruits to European Union countries issued by the Directorate of Plant Protection, Quarantine & Storage of Govt. of India.

XII. The successful bidder shall follow all the guidelines with Certification & Approval by APEDA regarding the export of fruits and vegetables from Mango Pack House, Lucknow. XIII. The successful bidder has to deploy minimum staff (Pack House Manager, Works Manager, Account Staff, Electrician, Machine Operator, and Cleaning Staff) and also other staff as per the guidelines/norms of APEDA & Directorate of Plant Protection, Quarantine & Storage of Govt. of India for successful operation and maintenance of Pack House.

1.4.3 Responsibilities of The Successful Bidder The successful bidder will be responsible for- I. The operation, maintenance, upgradation and management of the Pack House Infrastructure Facilities as per scope of work and at the terms and conditions are given in the Terms of Reference of this RFP.

II. Executing the agreement with KRISHI UTPADAN MANDI SAMITI (KUMS) and undertaking the activities in the plants strictly in accordance with the agreement executed. III. Abiding by the terms and conditions of the agreement executed. IV. All members of the Consortium shall be jointly and severally liable & responsible in case the Successful Bidder is a Consortium.

1.4.4 Time period for handing over the project I. From the date of signing of the agreement. 1.4.5 RFP Fees Interested bidder must Pay RFP Fee of INR 15,000.00/- (Indian Rupees Fifteen Thousand only) + applicable GST @ 18% INR 2,700/- TOTAL 17,700/- (Indian Rupee Seventeen Thousand Seven Hundred only/from via Demand Draft/Pay Order/FDR from any nationalized bank in favor of “APMC payable at LUCKNOW 1.4.6 Procurement Of Bid document

I. Entities who wish to participate in the Bid are required to procure this RFP from the office of KRISHI UTPADAN MANDI SAMITI (KUMS) at the address given in this RFP from 28.10.2017 to 25.11.2017 by depositing Demand Draft/Pay-Order as mentioned above RFP Fee.

II. Entities may also download this RFP from up government website and scan copy of RFP Fee demand draft must upload on e-tender website at the time of submission of Bid.

III. Any Bid submitted on e-tender website without the said fee shall be summarily rejected.

Page 12: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 11 of 39

IV. All mandatory and desired documents should also be submitted in original at the time of opening the E-tender.in case any bidder fails to submit such documents, bidder shall be debarred from bidding

V. All mandatory and desired documents should also be submitted at KUMS office at the time of opening E-tender 1.4.7 Bidder’s eligibility (Technical Bid) A) - Mandatory Technical Criteria

I. The Bidder must have paid the cost of RFP Document. II. The Bidder may be cooperative society, proprietorship firm or a partnership firm registered under the Partnership Act or a company under the Companies Act or a Consortium of these entities, not less than 03 years old as on 01.04.2017

III. The Bidder must hold a valid registration certificate from APEDA which should not be less than 03 years old as on 01.04.2017) at the time of filing of the bid. IV. The bidder must submit only one bid for the above RFP jointly or solely. V. The Bidder should submit the RFP document duly completed in all respect along with the prescribed INTEREST-FREE EMD of INR10,00,000 (Indian Rupees Ten lakhs only) in the form of Demand Draft / Pay Order/FDR issued by any nationalized bank drawn in favor of “APMC.” payable at LUCKNOW.

VI. The bidder must have a proper DPR (Detailed Project Report) for improving and upgrading the packhouse including financial investment with head wise expenses VII. All desirous qualifications related to a tender document shall also be submitted in original at the time of opening of e-tender. In case any bidder fails to submit such documents, zero (0) marks shall be given under relevant category, i.e. (A.4.6. and A.4.7 under Annexure-4)

VIII. Technical Experience & Qualification: - • The bidder must have sufficient manpower for

maintenance and operation of the packhouse. Mandatory Financial Qualification

IX. Financial Qualification for Technical evaluation: - 1. The Bidder should have the Minimum Average Annual Turnover of INR 2,00,00,000 (Rupees Two Crore) in the last 3 (three) financial years of as per the audited accounts. 2. The Bidder Should Submit Audited Balance sheet with Relevant ITR (Income Tax Return of Last 03 Years) financial years. 3. The Bidder must possess Permanent Account No. (PAN) 4. The Bidder should be registered with GST Department and submit GSTIN copy. 5. The Bidder must have the Solvency Certificate of at least one crore issued from its banker.

Page 13: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 12 of 39

B – Desirable Technical Criteria • The Bidder should have strong backward/forward linkage to ensure running of Pack House/Mango Pack Houses.

- Submit consent from at least 03 local Lucknow Region FPO in order to ensure backward linkage. - Submit documents to ensure strong forward linkage. - Consent from 03 exporters.

1.4.8 Bid Selection Parameter I. Weighted Average of technical bid & financial bid in the ratio of 70:30 respectively as - Quality Cost Based System (QCBS) Method Technical Qualification – 70% (As per Annexure-4) Financial Qualification – 30% II. All mandatory and desirable documents pertaining to technical and

financial bid (section 1.4.7.I, 1.4.7.II and 1.4.7.III) including EMD (Earnest Money Deposit), and bid fee shall be submitted in original at the time of opening of e-tender for cross verification.

III. Failure to submit such mandatory documents as required above shall lead to automatic disqualification and bidder’s financial bid shall not be open under any circumstances.

1.4.9 Pack House Infrastructure Facilities period / Operation Period I. Initially for Three years period only from the date of handing over the Pack House Infrastructure Facilities to the successful bidder by KRISHI UTPADAN MANDI SAMITI (KUMS)and further extendable for two years on mutually agreed on terms and conditions with enhancement of annual rent @ 10% every year after the first year of the agreement.

1.4.10. Bid Submission I. Online bid submitted on Govt. of UP e-tender website II. All the Financial Documents EMD and Tender Fee Must be deposited in KRISHI UTPADAN MANDI SAMITI (KUMS), Naveen Mandi Sthal, Mohibullapur, Lucknow (UP) at the time of opening of E-tender.

1.4.11. Bid Evaluation I. The Bid Evaluation Process shall be as per this RFP Documents. II. Bids will be opened on 25.11.2017 at 15:30 Hrs at 7th Floor of Director, Rajya Krishi Utpadan Mandi Parishad, Kisan Mandi Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow office.

III. First, it is the Technical Bids which will be evaluated in accordance with the prescribed technical parameters laid down in the tender documents. (As per Annexure-4) IV. Financial bids will be opened for those, whose bids are found to be technically qualified.

1.4.12 Bid Validity I. 90 days from the Due Date (i.e. the last date for bid submission pursuant to the RFP). 1.4.13 RFP Deposits I. Every bidder at the time of submission of the bid must deposit

EMD of Rs. 10 Lakhs in the form of Demand Draft / Pay Order/FDR at the time of bid submission. II. The Successful Bidder must deposit in advance Rs. 10 Lakhs in

the form of Demand Draft / Pay Order/FDR in addition to EMD as bid security. III. EMD already deposited by the successful bidder shall be adjusted against the total security deposit of Rs. 20 Lakhs. IV. Total Bid Security of Rs. 20 Lakhs shall be given by the

Page 14: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 13 of 39

successful bidder in the form of FDR/Bank Guarantee in favor of APMC Lucknow before the agreement. V. The Successful bidder must deposit advance rent for three months offered by him.

1.4.14 Letter of Intent (LoI) I. The Successful Bidder would be issued a Letter of Intent (‘LoI”) by KRISHI UTPADAN MANDI SAMITI (KUMS) inviting to execute the agreement within 7 days of opening the financial bid. 1.4.15 Acceptance of Letter of Intent I. The Successful Bidder shall, within 15 days from the date of issuance countersign and accept the Letter of Intent issued to it.

II. The Pack House Infrastructure Facilities shall not be awarded in case the Successful Bidder does not accept and submit the countersigned LoI within the period of 15 days in such cases INTEREST-FREE EMD of INR 10,00,000 (Rupees ten lakhs only) deposited by the successful bidder shall stand forfeited. 1.4.16 Signing the agreement I. The Secretary on behalf of KUMS shall sign the agreement.

II. The Successful Bidder shall be required to sign the agreement made between him and KUMS within 15 days after accepting all the terms and reference of this RFP and LoI. III. The successful bidder shall deposit Rs. 20 lakhs bid security and 3 months advance rent offered by him before entering into the agreement. IV. All decisions in this regard shall be taken by the KUMS and in special circumstances, the decision of the Director Mandi Parishad shall be final and binding to all. V. If the successful bidder does not deposit the required bid security within the time frame to execute the agreement then the EMD shall be forfeited.

1.4.17. Important Dates a. Issuance of RFP. b. Last Time & date of issuance of RFP. c. Last time & date for receipt of bids. d. Time and Date of Submission Physical Document. e. Time and Date of D.P.R.

The RFP can be collected between 11:00 hrs. to 16:00 hrs. (IST) on all working days from KUMS Office 28.10.2017 to 25.11.2017 11:00 hrs. (IST) on 25.11.2017 15:00 hrs. (IST) on 25.11.2017 At the time of opening technical bid of e-tender 15:30 hrs. (IST) on 25.11.2017 15:30 hrs. (IST) on 25.11.2017. 15:30 hrs. (IST) on 25.11.2017.

Page 15: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 14 of 39

Presentation. f. Date and time of opening Technical bids. g. Date and time of opening Financial bids

15:30 hrs. (IST) on 25.11.2017. 17:30 hrs. (IST) on 25.11.2017. Any query/clarification with respect to the Plants and/or RFP documents intended to be raised by the Bidder(s) should be submitted in writing to KRISHI UTPADAN MANDI SAMITI (KUMS) at least seven (7) days before the scheduled date for the bid submission.

Page 16: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 15 of 39

2. DEFINITION AND INTERPRETATION

2.1 Definitions Unless the context otherwise requires, the following words and expressions shall have the meanings hereafter respectively assigned to them:- “Agreement” shall mean the agreement entered into between KRISHI UTPADAN MANDI SAMITI (KUMS) Mango Pack House / and the Successful Bidder. In case the Successful Bidder is a Consortium, this shall mean the agreement entered into between KRISHI UTPADAN MANDI SAMITI (KUMS) and all members of the Consortium.

“Annual Rent Fees” shall mean that a Successful Bidder / Operator offers to KRISHI UTPADAN MANDI SAMITI (KUMS) as a consideration for being selected as the operator to undertake the operation, maintenance and management of the Mango Pack House Facilities and being vested with the rights and Responsibilities under the agreement.

“Bid” shall mean the Bid, comprising of the Technical Bid and Financial Bid, submitted by the Bidder in response to the RFP including clarifications and/or amendments to RFP, if any.

“Bidder” shall mean a Proprietor/partnership firm registered under the Partnership Act or a company incorporated under the Companies Act, Consortium of these entities or Cooperative societies.

“EMD” shall mean the form and manner stipulated in the RFP.

“Due Date” shall mean the last date and time prescribed, as mentioned in the RFP, for submission of the Bid.

“Technical Bid” shall mean the criteria consisting of eligibility stipulated in the RFP, which is required to be met by the Bidder in order for the Bidder to become eligible for opening and evaluation of the bid.

“Financial Bid” shall have the meaning as set forth in the RFP document.

“Financial Year” shall mean year starting from 1st April to 31st March. In case Bidder’s financial/accounting years are different from the above, the immediate past financial/accounting years of the Bidders as per their audited annual reports shall be applicable for the evaluation.

“Letter of Intent” or “LoI” shall mean the letter to be issued by KRISHI UTPADAN MANDI SAMITI (KUMS) to the Successful Bidder conveying its intention of the award of the Project in accordance with the terms of this RFP.

“KRISHI UTPADAN MANDI SAMITI (KUMS)” shall mean KRISHI UTPADAN MANDI SAMITI and/or KRISHI UTPADAN MANDI SAMITI (KUMS) Pack House/ Mango Pack House.

Page 17: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 16 of 39

“Operator” shall mean the entity designated as the operator under the agreement.

Power of Attorney” shall mean the Power of Attorney to be furnished by the Bidder authorizing a person to sign the Bid and act for and on behalf of the Bidder.

“Pack House Infrastructure Facilities” shall mean the operation, maintenance, and management of Mango Pack House of the capacity of 2 MT/ Hours at the address mentioned at above. “Machinery Rent Period” shall mean the period of three years extendable for further 2 years after successful completion of initially for period of three years and may be further extended for the period of two years after successful completion of initial period of three years with enhancement of annual rent @ 10% per year after the 1st year of agreement. “Request for Proposal” or “RFP” shall mean the Bid documents comprising Sections I to III and any other addendums, as may be issued thereon from time to time.

“Successful Bidder” shall mean the Bidder, selected pursuant to the Bid evaluation process as set forth in this RFP document. “Nawab Brand” Nawab brand is trademark registered by Rajya Krishi Utpadan Mandi Parishad “Taxes and Duties” shall mean all taxes (including property taxes), duties, fees, etc. payable by the Successful Bidder/Operator in accordance with the applicable laws in India in connection with the operation, maintenance, development and management of the Pack House Infrastructure Facilities. The levy of property tax beyond the existing property tax shall come under the purview of taxes & duties and is to be borne by the Successful Bidder.

2.2. Interpretations

In the interpretation of this RFP, unless the context otherwise requires: a) the singular of any defined term includes the plural and vice-versa and any word or expression defined in the singular has the corresponding meaning used in the plural and vice-versa; b) A reference to any gender includes the other gender; c) Unless otherwise stated, a reference to a Clause, Sub-clause, Paragraph, Sub-paragraph, Appendix, Exhibit, Attachment, Schedule or Recital of this RFP; d) A reference to any agreement is a reference to that agreement and all appendices, attachments, exhibits, schedules, appendices and the like incorporated therein, as the same may be amended, modified, supplemented, waived, varied, added to, substituted, replaced, renewed or extended, from time to time, in accordance with the terms thereof;

Page 18: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 17 of 39

e) The terms “include” and “including” shall be deemed to be followed by the words “without limitation”, whether or not so followed; f) Any reference to a person shall include such person’s legal heirs and permitted assignees; g) A reference to a “writing” or “written” includes printing, typing, lithography and other means of reproducing words in a visible form; h) Any date or period set forth in this RFP shall be such date or period as may be extended pursuant to the terms of this RFP; i) A reference to “month” shall mean a calendar month, a reference to “week” shall mean a calendar week and a reference to “day” shall mean a calendar day unless otherwise specified; j) The terms “hereof”, “herein”, “hereto”, “hereunder” or similar expressions used in this RFP mean and refer to this RFP only and not to any particular Article, Clause or Section of this RFP. The terms “Article”, “Clause”, “Paragraph” and “Schedule” mean and refer to the Article, Clause, Paragraph and Schedule of this RFP so specified; k) In case of any conflict, discrepancy or repugnancy between the provisions of RFP documents, provisions of the Agreement/ Land/ Registry Documents/ Central/State Govt. Gadget of KRISHI UTPADAN MANDI SAMITI (KUMS)/Mandi Parishad shall prevail over and supersede the provisions other documents; l) The descriptive headings of Articles and Sections are inserted solely for convenience of reference and are not intended as complete or accurate descriptions of content thereof and shall not be used to interpret the provisions of this Agreement; m) All capitalized words and expressions used in RFP document but not defined therein shall have the same meaning as ascribed to them in the Agreement. .

Page 19: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 18 of 39

3 SCOPE OF WORK, GENERAL INFORMATION, AND INSTRUCTIONS 3.1 Scope of Work

3.1.1 The Successful Bidder shall be given possession of Mango Pack House with a capacity of 2 MT/ hour “as is where is basis” for carrying out activities like Sorting, Grading, Packaging, Cooling, Ripening, Storing and other related works for value addition of fruits& vegetables. 3.1.2 The Successful Bidder shall have obligation to arrange the technical and other required professionals for the operation & maintenance of Mango Pack House. 3.1.3 The successful bidder with the prior approval of KRISHI UTPADAN MANDI SAMITI (KUMS) can create additional civil/mechanical/electrical infrastructure (except machine) according to the requirement at its own cost & expenses during the agreement period in pack house. After expiry /termination of the agreement, the infrastructure created by the bidder shall automatically belong to KRISHI UTPADAN MANDI SAMITI (KUMS). 3.1.4 The Successful Bidder shall abide by all the laws related to the operation of Mango Pack House, man-power deployed, etc. during the agreement period. 3.1.5 Any machines which are installed by the bidder during the agreement period at Pack House may handover that to KRISHI UTPADAN MANDI SAMITI (KUMS) on depreciation value if needed by KRISHI UTPADAN MANDI SAMITI (KUMS). In this regard the decision of the Director, Mandi Parishad shall be final. 3.1.6 The successful bidder must create a portal of online application for every exporter having APEDA registration regarding the facility of processing and packing of fruits & vegetables in Mango Pack House. According to the booking, the use of pack house shall be on first come first serve basis. 3.1.7 The successful bidder must display the utility charges on the portal and also in pack house. 3.1.8 Packhouse charges shall be fixed by the KRISHI UTPADAN MANDI SAMITI (KUMS) with the prior approval of the concerned authority. 3.1.9 The Successful Bidder shall abide by the agreement executed with KRISHI UTPADAN MANDI SAMITI (KUMS). 3.1.10 The successful bidder shall follow all the Guidelines with certification & approval by the Directorate of Plant Protection, Quarantine & Storage of Govt. of India regarding Hot Water Immersion Treatment Facility. 3.1.11 The successful bidder shall follow Standard Operating Procedure for Export

Inspection & Phytosanitary Certification & Approval of Vegetables & Fruits to European Union countries issued by the Directorate of Plant Protection, Quarantine & Storage of Govt. of India.

3.1.12 The successful bidder shall follow all the guidelines with Certification & Approval by APEDA regarding the export of fruits and vegetables from Mango Pack House, Lucknow. 3.1.13 The successful bidder has to deploy minimum staff (Pack House Manager, Works Manager, Account Staff, Electrician, Machine Operator, and Cleaning Staff) and also other staff as per the guidelines/norms of APEDA &Directorate of Plant Protection, Quarantine & Storage of Govt. of India.

Non-Compliance to clause is termed as critical and Leeds to immediate termination of contract

Page 20: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 19 of 39

3.2. Introduction to Bidders/RFP

3.2.1 The RFP sets out the Bidding procedure. The prescribed formats for submission of Bids are annexed to this RFP. 3.2.2 Entities who wish to participate in the Bid are required to procure this RFP from the Office of KRISHI UTPADAN MANDI SAMITI., (KRISHI UTPADAN MANDI SAMITI (KUMS)) Naveen Mandi Sthal Mohibullapur Lucknow (UP) from 28.10.2017 to 25.11.2017 by depositing a non-refundable RFP fee in the Demand Draft / Pay Order. 3.2.3 Entities may also download this RFP from up government website and scan copy of RFP Fee demand draft must upload on e-tender website at the time of submission of Bid. 3.2.4 Any Bid submitted without the said fee shall be treated as non-responsive and shall be rejected and returned without being evaluated. 3.2.5 All mandatory and desired documents should also be submitted in original at the time of opening the E-tender. 3.2.6 All mandatory and desired documents should also be submitted at KUMS at the time of opening of e-tender. 3.2.7 The Bids shall be made in the form and manner prescribed in this RFP and submitted on e-tender up website https://etender.up.nic.in 3.2.8 The Bidders are advised to submit their Bids complying with the requirements stipulated in the RFP. The Bids may be rendered disqualified in case of receipt of incomplete Bids and/or the information is not submitted as per the formats prescribed in this RFP document. 3.2.9 Bidders can visit the Mango Pack House at their own cost

3.3 Bidder’s Eligibility Criteria – Technical Bid

3.3.1 General Eligibility 3.3.1.1 This invitation of Bid is open to all interested Bidders who may be a Cooperative Society, a partnership firm registered under the Partnership Act or a company incorporated under the Companies Act or a Consortium of these entities. 3.3.1.2 Only such Bids that are submitted on payment of the requisite amount towards the cost of the RFP document as specified in this RFP will be considered for the bid evaluation process subject to their fulfillment of the other terms and conditions set forth in this RFP document. 3.3.1.3 Only such Bids that are submitted with the prescribed INTEREST-FREE EMD of INR 10,00,000 (Indian Rupees Ten lacs only) in the form of Demand Draft /Pay Order/FDR issued from any nationalized bank in favor of “APMC.” payable at Lucknow will be considered for the bid evaluation. 3.3.1.4 Only one bid should be submitted by an entity solely or jointly 3.3.1.5 The Bidder must have in possession of the Permanent Account No. (PAN), GSTIN. The bidder should attach the self-attested copies thereof in the Bid. 3.3.1.6 The Bidder must have obtained the Solvency Certificate at least one crores issued by its banker and attached the original of the same along with the Bid. 3.3.1.7 A Bidder may be disqualified if, of any stage of the bidding process, it is determined by KRISHI UTPADAN MANDI SAMITI (KUMS) or comes

Page 21: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 20 of 39

to its knowledge that the Bidder has failed to continue to satisfy the Eligibility Criteria, Supplementary information or documentation regarding the criteria may be sought from the Bidders at any time and the same shall be so provided within the time frame stipulated by KRISHI UTPADAN MANDI SAMITI (KUMS). 3.3.2 Financial Qualification

3.3.2.1 The Bidder should have Minimum Average Annual Turnover of INR 2,00,00,000 (Rupees Two Crore) in the last 3 (three) financial years as per the audited accounts. 3.3.2.2 In case of a Consortium, the average annual turnover of all members of the Consortium by clubbing together should be INR 2,00,00,000/- (Rupees Two Crore only). 3.3.2.3 The Bidder Should Submit Audited Balance sheet with Relevant ITR 3.3.2.4 The Bidder Should submit solvency Certificate of One Core issued by the banker.

3.3.3 Non-Compliance with RFP KRISHI UTPADAN MANDI SAMITI (KUMS) reserves the right to terminate a Bidder’s participation in the bidding process at any time should KRISHI UTPADAN MANDI SAMITI (KUMS) consider that a Bidder has, without the prior consent, failed to comply with the procedures and protocols prescribed in the RFP.

3.4 Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its Bid, including site visits, field investigations, analysis, design, any discussions/negotiations, etc. KRISHI UTPADAN MANDI SAMITI (KUMS) shall not be responsible or liable for any such costs.

3.5 Power of Attorney The Bidder is required to submit a Power of Attorney, duly notarized and on a stamp paper of an appropriate value, issued and signed by the Bidder in favor of a specified person to act as the official representative of the Bidder for the purpose of signing the documents, making corrections/modifications and dealing with KRISHI UTPADAN MANDI SAMITI (KUMS) Pack House/MANGO PACK HOUSE, LUCKNOW and acting as the contact person.

3.6 Validity of Bid

3.6.1 The Bids submitted shall remain valid for a period of 90 days from the due date. 3.6.2 KRISHI UTPADAN MANDI SAMITI (KUMS) may, if felt necessary, request the Bidders to extend the period of validity of the Bid for a specified additional period. The request for the extension shall be made in writing. The bidder will not be permitted to modify its Bid amount but will be required to extend the validity of the Bid Security for the period of extension.

Page 22: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 21 of 39

3.7 BID SECURITY TO BE SUBMITTED BY BIDDERS

3.7.1 The bid security Rs. 20,00,000 must be paid before signing the agreement in the form of bank guarantee valid for rental period tenure. 3.7.2 The Bidder shall, along with the Bid, furnish an interest-free EMD of INR 10,00,000.00 (Indian Rupees Ten Lakhs only) in the form of Demand Draft/Pay Order /BG issued from any nationalized bank in favor of “APMC.” payable at Lucknow. 3.7.3 Any Bid not accompanied by EMD, in the manner stated above, shall be summarily rejected by KRISHI UTPADAN MANDI SAMITI (KUMS). 3.7.4 The EMD shall be valid for 60 days from the Due Date or any extension in accordance with clause No.3.6.2. 3.7.5 The EMD of all unsuccessful Bidders, other than the (H2), will be returned promptly, but not later than sixty (60) days after the expiry of the Bid validity period or within 15 (fifteen) days of issue of LOI, whichever is later. The Bid Security of H2 will be returned within 15 (fifteen) days of the signing of the agreement with the Preferred Bidder. 3.7.6 The Successful Bidder may adjust his EMD amount in the prescribed Performance Guarantee amount while executing the agreement with KRISHI UTPADAN MANDI SAMITI (KUMS). 3.7.7 The EMD submitted by a Bidder shall become liable for a forfeiture in the event of the following: -

(a) If the Bidder withdraws his Bid during the period of Bid Validity. (b) Conditional bids would not be accepted. (c) EMD already deposited by the successful bidder shall be adjusted against the security deposit. (d) If the Bidder, upon being issued the LOI, fails to accept the LOI on or after acceptance of the LOI, fails to execute the agreement with KRISHI UTPADAN MANDI SAMITI (KUMS) within the period of 15 days from the date of issuance of LOI and/or fails to deposit the bank guarantee amounting Rs. 2000000 as bid security and the Facility Rent equivalent to Facility Rent of three months as security. The EMD amounting Rs. 1000000 shall be forfeited.

3.8 MISCELLANEOUS INSTRUCTIONS

3.8.1 Bids that are incomplete in any respect or those that are not consistent with the requirements as specified in this RFP shall not be considered and liable for rejection. 3.8.2 The bid should be strictly in accordance with the prescribed formats. 3.8.3 All communication and information shall be provided in writing and in English or Hindi language only. 3.8.4 All financial data shall be furnished in Indian Rupees only. 3.8.5 All communication and information provided should be legible and wherever the information is given in figures, the same should also be mentioned in words. In case of conflict between the amounts stated in figures and words, the amount stated in words will prevail. 3.8.6 No change in or supplementary information to a Bid shall be accepted once submitted. However, KRISHI UTPADAN MANDI SAMITI (KUMS) or any authorized representatives reserve the right to seek additional information and/or certification from the Bidders, if found necessary, during the course of

Page 23: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 22 of 39

evaluation of the Bid. Non-submission, incomplete submission or delayed submission of such additional information and/or clarifications sought by KRISHI UTPADAN MANDI SAMITI (KUMS) or of its authorized representatives, may be a ground for rejecting the Bid. 3.8.7 If any claim made or information provided by the Bidder in the Bid or any information provided by the Bidder in response to any subsequent query by KRISHI UTPADAN MANDI SAMITI (KUMS) or any of its authorized representatives is found to be incorrect or is a material misrepresentation of facts, then the Bid shall be liable for rejection. Mere clerical errors or bonafide mistakes may be treated as an exception at the sole discretion of KRISHI UTPADAN MANDI SAMITI (KUMS) or any of its authorized representatives if adequately satisfied.

3.9 CLARIFICATION & AMENDMENT OF RFP DOCUMENTS 3.9.1 Bidder requiring any clarification on the RFP document shall request KRISHI UTPADAN MANDI SAMITI (KUMS) office in writing or by e-mail or facsimile (any reference to either e-mail or facsimile shall be interpreted to include the other) at the address indicated in the RFP. KRISHI UTPADAN MANDI SAMITI (KUMS) will respond to any request for clarification, which is received at least 7 (Seven) working days before the Due Date to enable the Bidder to react. 3.9.2 The Bidders shall note that reliance upon information/clarification that is provided by another source shall be at the risk of the Bidders. 3.9.3 Any time prior to the Due Date, KRISHI UTPADAN MANDI SAMITI (KUMS) may amend the RFP document by issuing an addendum. 3.9.4 Any addendum thus issued shall be part of the RFP and shall be communicated by email to all the Bidders and will also be posted on the website of KRISHI UTPADAN MANDI SAMITI (KUMS). 3.9.5The Bidders shall promptly acknowledge receipt of such addendum in writing to KRISHI UTPADAN MANDI SAMITI (KUMS). The failure to acknowledgment shall not be considered as non-receipt and dispute(s) in this regard shall not be entertained.

4 BID EVALUATION PROCESS The bid evaluation process is as per Pack House Technical Bid Qualification Criteria (Annexure-4)

5 BRIEF TERMS OF REFERENCE

5.1 Execution of Agreement: 5.1.1 The Successful Bidder, on accepting the LOI, is to execute an agreement with KRISHI UTPADAN MANDI SAMITI (KUMS) within the stipulated time relating to the operation, maintenance and management of Mango Pack House of the capacity of 2MT/Hours at addressed mentioned at above on Facility Rent basis.

5.1.2 In case the Successful Bidder is a Consortium, all members of the Consortium shall have to execute the agreement with KRISHI UTPADAN MANDI SAMITI (KUMS).

Page 24: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 23 of 39

5.2 Handover & Rental Period starting

5.2.1 The Successful Bidder after execution of the agreement shall become entitled to a rent of the Project during their rental period. 5.2.2 The rent to be provided to the Successful Bidder is for permitted use of Mango Pack Houses and other facilities as detailed at 1.1. (Background) above and the earmarked portions. The Successful Bidder will manage, operate and maintain the Pack House/Mango Pack Houses and other facilities of KRISHI UTPADAN MANDI SAMITI (KUMS) Mango Pack House in conformity with the terms and conditions without detriment to the interest of KRISHI UTPADAN MANDI SAMITI (KUMS).

5.3 Rent Period: 5.3.1 The rent period to be granted to the Successful Bidder for permitted use of the Pack House Infrastructure Facilities is initially for period of three years and may be further extended for the period of two years after successful completion of initial period of three years with enhancement of annual rent @ 10% per year after the 1st year of agreement.

5.4 Payment of Rent Fee:

5.4.1 The Successful Bidder is required to deposit the agreed Rent Fee equivalent to Facility Rent of three months as security. EMD already deposited by the successful bidder shall be adjusted against the security deposit as a pre-condition for executing the agreement with KRISHI UTPADAN MANDI SAMITI (KUMS). 5.4.2 The Successful Bidder is liable to pay the monthly rental fee to KRISHI UTPADAN MANDI SAMITI (KUMS) in advance on or before 7th of each English calendar month. 5.4.3 The applicable taxes including service tax on the agreed Facility Rent fee shall have to be borne by the Successful Bidder. 5.4.4 In case of default in the payment of any monthly rental fee, the Successful Bidder shall be liable to pay interest at the rate of 17% per annum for the delayed period (calculated on daily basis). However, in case the delay is beyond three months, the same shall be considered to be a default of the terms and conditions of the agreement in which case the agreement shall stand cancelled and the Successful Bidder shall vacate and hand over the possession peacefully of the Mango Pack House with the infrastructures to KRISHI UTPADAN MANDI SAMITI (KUMS). In such cases, security stand forfeited. 5.4.5 The Agreement Registration fee and stamp duty shall be paid by the successful bidder.

Page 25: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 24 of 39

5.5 Utility

5.5.1 The Successful Bidder is liable to pay all utility bills & charges such as electricity, water, etc. to the appropriate authorities directly and provide the original payment receipts to KRISHI UTPADAN MANDI SAMITI (KUMS) after every billing cycle. The Successful Bidder may retain photocopies for its record.

5.5.3 The Successful Bidder shall bear all expenses on account of repair/ maintenance of pack house. 5.6 Applicable Local Rules & Regulations

The Successful Bidder is responsible to follow and comply with all the applicable laws in running of the Pack House/Mango Pack Houses, employees/contractor’s employees and local Govt. authorities. 5.7 Taxes, Duties, etc. The Successful Bidder is, during the rental period, responsible to pay in timely manner all taxes, duties, levies, cess, etc. & charges that may be levied/claimed/demanded from time to time by any government authority or any local authority including any increase therein effected from time to time by the said authorities in respect of Pack House/Mango Pack Houses including the infrastructure. 5.8 Insurance

5.8.1 The Successful Bidder is responsible for insurance of the stored stocks and damage if so occurred during a storage period of the stocks. 5.8.2 The Successful Bidder is liable to bear the expenses for the insurance of buildings, plant & machinery on handing over to the successful bidder. 5.8.3. The Successful Bidder shall keep the employees deployed at KRISHI UTPADAN MANDI SAMITI (KUMS) Mango Pack House fully ensured at all times during the currency of the agreement. KRISHI UTPADAN MANDI SAMITI (KUMS) shall not be liable for any act of omissions and commissions.

5.9 Safety Norms & Standards The Successful Bidder shall have to follow all the safety norms including the protection from fire and provide fire extinguisher as per the law applicable and also safeguard the property of KRISHI UTPADAN MANDI SAMITI (KUMS).

5.10 Change in Law

5.10.1 The Successful Bidder is responsible to follow the local rules & regulations abide by the change in the law, which may be modified by any Act or any Government or local authority.

Page 26: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 25 of 39

5.10.2 The Successful Bidder is also responsible to indemnify KRISHI UTPADAN MANDI SAMITI (KUMS) against all losses and damages in respect of any penalty, liability and/or fine or prosecution in respect of running of Pack House/Mango Pack Houses during and after the subsistence of the agreement period for the claim pertaining to the agreement period. 5.11 Creation of Third Party Interest The Successful Bidder shall not sublet the Pack House/ Mango Pack Houses in any manner during the currency of the agreement. 5.12 Security Deposit

5.12.1 The Successful Bidder shall have to furnish a Bid Security Rupees 20 lakhs only in the farm of bank guaranty valid for agreement period. 5.12.2 A deposit equivalent to Facility Rent of Three months as security. 5.12.3 EMD already deposited by the successful bidder shall be adjusted against the Bid security. 5.12.4 No interest will be paid on account of security deposit. 5.12.5 The security deposit will be refunded after peaceful handing over possession of Pack House/Mango Pack Houses and infrastructures.

5.13 Revocation of the rental handover The license given to the Successful Bidder is liable for termination on account of the following:-

(i) If the Successful Bidder commits default in making payment of the monthly rental fee to KRISHI UTPADAN MANDI SAMITI (KUMS). (ii) The successful bidder violates any of the terms and conditions of the agreement.

5.14 Penalty The Successful Bidder is liable for levy of penalty in case of

(i) default in the payment of rental fee timely to KRISHI UTPADAN MANDI SAMITI (KUMS) in which case, the levy of penalty by KRISHI UTPADAN MANDI SAMITI (KUMS) on the Successful Bidder shall be at the rate of 17% per annum; (ii) Non-vacating the Mango Pack House and handing over its peaceful possession to KRISHI UTPADAN MANDI SAMITI (KUMS) on expiry of the agreement period and /or termination of the agreement for breach of any terms & conditions of the agreement, in such eventualities the rental fee will be double of the agreed monthly rental fee. (iii) Termination of agreement Leeds Bid security forfeiture and Bid Security rupees 20 lakhs shall be forfeited

5.15 Force-Majeure Due to any Act or policy of the Government /local authorities or on account of any act of Govt. it becomes impossible to perform or continue with the agreement, the agreement shall automatically come to an end and in that event, the Successful

Page 27: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 26 of 39

Bidder shall not seek any specific performance of the agreement or claim any damages.

5.15.1 The Successful Bidder is responsible for all damages, levies, duties, etc. imposed by Govt./local authority relating to the use & occupation of the project, arising on account of non-vacation after the expiry of the period of license and/or termination of the agreement for violating any terms & conditions of the agreement. 5.15.2 The Successful Bidder is also responsible for any loss suffered by KRISHI UTPADAN MANDI SAMITI (KUMS) on account of the damages, levies, duties, etc. So imposed on KRISHI UTPADAN MANDI SAMITI (KUMS), pertaining to the agreement period.

5.16 Peaceful Transfer 5.16.1 The period of a license shall be for 3 (Three) years and extendable for the period of two years after successful completion of initial three years on mutually agreed terms and conditions. 5.16.2 Successful Bidder is liable to make good any damage if so occurred to the Plant and Machinery.

6 AWARD 6.1 KRISHI UTPADAN MANDI SAMITI (KUMS)’s Right to Reject Any or All Bids:

KRISHI UTPADAN MANDI SAMITI (KUMS) and/or KRISHI UTPADAN MANDI SAMITI (KUMS) reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to selection of the Successful Bidder without thereby incurring any liability to the affected Bidder or Bidders and/or any obligation to inform the affected Bidder or Bidders of the ground for its action. 6.2 Issue of LOI after Evaluation of the Bids:

Upon completion of the Bid evaluation process, acceptance of the Bid and intention of the award of the project would be conveyed by KRISHI UTPADAN MANDI SAMITI (KUMS) to the Successful Bidder. The Letter of Intent (LOI) would be communicated to the Successful Bidder by E-mail and confirmed by letter. 6.3 The obligation of the Successful Bidder:

6.3.1 The Successful Bidder shall, within 15 days from the date of issuance of the LOI, counter-sign and accept the Letter of Intent issued to it. 6.3.2 In case the Successful Bidder does not accept & submit the countersigned LoI within the period of 15 days and does not deposit Bid Security of INR 20,00,000 (Indian Rupees twenty Lacs only) the EMD deposited by the Successful Bidder shall stand forfeited. 6.3.3 The Successful Bidder is required to deposit the Rent Fees equivalent to Facility Rent of Three months in advance at the time of signing Agreement.

Page 28: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 27 of 39

6.3.4 EMD already deposited by the successful bidder shall be adjusted against the Security deposit. No interest will be paid on account of Security. Security deposit will be refunded after peaceful handing over possession ofKRISHI UTPADAN MANDI SAMITI (KUMS) Mango Pack House to the lesser. 6.3.5 The Successful Bidder is required to execute the agreement as per Brief Terms of Reference by complying with the requirements/formalities. In case, the Successful Bidder is a Consortium, all members of the Consortium shall have to execute the agreement with KRISHI UTPADAN MANDI SAMITI (KUMS) Pack House/Mango Pack House, LUCKNOW. The Successful Bidder on executing the agreement is to carry out the business operation and other Responsibilities strictly in accordance with the terms and conditions of the agreement executed. The Successful Bidder is not allowed to carry out any unlawful activities within the Complex. 6.3.6 On the expiry day of the license period, the Successful Bidder should hand over the vacant & peaceful possession of Pack House/Mango Pack Houses and infrastructures to KRISHI UTPADAN MANDI SAMITI (KUMS), LUCKNOW and settle the dues of KRISHI UTPADAN MANDI SAMITI (KUMS). 7 Corrupt or Fraudulent Practices:

7.1 It is required that the Bidders observe the highest standard of ethics during the Bidding process. In pursuance of this policy, the KRISHI UTPADAN MANDI SAMITI (KUMS) and/or KRISHI UTPADAN MANDI SAMITI (KUMS) Pack House/MANGO PACK HOUSE, LUCKNOW will reject the bid, at any stage, if it determines that the Bidder recommended for selection has engaged in corrupt or fraudulent practices during bidding process. 7.2 The terms ‘Corrupt practice’ and ‘Fraudulent practice’ for the purpose of this clause shall have the meaning as set forth below:-

(i) ‘Corrupt practice’ means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the Bidding process or in the execution of any Agreement with KRISHI UTPADAN MANDI SAMITI (KUMS) and/or KRISHI UTPADAN MANDI SAMITI (KUMS)Pack House/MANGO PACK HOUSE, LUCKNOW or bringing any undue pressure. (ii) ‘Fraudulent practice’ means a misrepresentation of facts in order to influence the Bidding process or in the execution of any agreement. (iii) The detriment of the KRISHI UTPADAN MANDI SAMITI (KUMS) and/or KRISHI UTPADAN MANDI SAMITI (KUMS)Mango Pack House and includes collusive practice among Bidders (prior to or after bid submission) designed to deprive the KRISHI UTPADAN MANDI SAMITI (KUMS) and/or KRISHI UTPADAN MANDI SAMITI (KUMS)Pack House/ MANGO PACK HOUSE, LUCKNOW of the benefits of free and open competition.

Page 29: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 28 of 39

8. DISCLAIMER

8.1 The RFP document is not an agreement and is not an offer or invitation by KRISHI UTPADAN MANDI SAMITI (KUMS) to any party other than the Bidders. 8.2 KRISHI UTPADAN MANDI SAMITI (KUMS) may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in the RFP. The information that KRISHI UTPADAN MANDI SAMITI (KUMS) is in a position to furnish is limited to this RFP and the information available at the contact addresses given in the RFP, along with any amendments/clarifications thereon. 8.3 The information contained in the RFP or subsequently provided to Bidders, whether verbally or in documentary form by or on behalf of KRISHI UTPADAN MANDI SAMITI (KUMS) or any of its employees, is provided to the Bidders on the terms and conditions set out in the RFP and any other terms and conditions subject to which such information is provided. The purpose of the RFP is to provide the Bidder(s) with information to assist the formulation of their bids. The RFP does not purport to contain all the information each Bidder may require. The RFP may not be appropriate for all persons and it is not possible for KRISHI UTPADAN MANDI SAMITI (KUMS)/its employees to consider the investment objectives, financial situation and particular needs of each eligible party who reads or uses the RFP. 8.4 Each Bidder should check the accuracy, reliability, and completeness of the information in the RFP and wherever necessary obtain independent advice from the appropriate source. KRISHI UTPADAN MANDI SAMITI (KUMS)& its employees 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. Each Bidder should conduct its own studies and analysis and is advised to collect and obtain any other information that may be necessary for preparing the Bid at its own responsibility. The Bidder shall be deemed to have satisfied himself before submitting his Bid, as to the risks, contingencies and all other circumstances, which may influence or affect his Bid. 8.5 Mere submission of a Bid does not ensure selection of the Bidder as Successful Bidder or Authorize.

9. GENERAL 9.1 The successful bidder will not construct, erect any temporary shed Structure in the Mango Pack House premises for grading packing purpose, without prior permission of the Licensor/KRISHI UTPADAN MANDI SAMITI (KUMS). If any such structure is created without permission of KRISHI UTPADAN MANDI SAMITI (KUMS) it will be a breach of contract on the part of the bidder. 9.2 If any such structure is necessary for running the Mango Pack House business, it can be created with the prior approval of KRISHI UTPADAN MANDI SAMITI (KUMS). In case any permission/NOC are required for such shed it should be

Page 30: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 29 of 39

obtained from the local authority and any taxes, levies applicable to such structure shall be paid by the Bidder periodically. 9.3 The successful bidder shall permit and co-operate to the authorized representative or agent of the KRISHI UTPADAN MANDI SAMITI (KUMS) to enter the said premises to view and inspect the property and its conditions. 9.4 The successful bidder shall look after the cleanliness of entire area occupied and carry out all necessary maintenance of the premises. 9.5 The successful bidder will not occupy any area of the Packhouse in any manner which may create disturbance in running of the Bond warehouse Business of the successful bidder. If the area is used and occupied by the successful bidder, shall be liable to pay damages as determined by the authorized representative. 9.6 The Successful Bidder Must Give First Preference to Nawab or any other Brand owned by Rajya Krishi Utpadan Mandi Parishad Exporters

10 . All the dispute should be addressed to Director, Rajya Krishi Utpadan Mandi Parishad, Kisan Mandi Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow 226010 and decision of Director, Mandi Parishad is final and binding to all bidders/successful bidders/KRISHI UTPADAN MANDI SAMITI (KUMS). 11. Any dispute subjected to Lucknow Jurisdiction only.

Page 31: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 30 of 39

ANNEXURE -1

MANGO PACK HOUSE AT RAHMANKHERA LUCKNOW INVENTORY LIST 1 Sr. No. Description Unit Remark

01 Processing Grading Line 02 MT/Hour 01 Pack House Shed 02 Cold Room 40 MT 02 Pack House Shed

03 Pre-Cold Room 05 MT 02 Pack House Shed

04 Ripening Chamber 15 MT 01 Pack House Shed

05 Ethylene Generator 01 Ripening Area

06 Generator 125 KVA 02 Generator 07 Hot water immersion Drip Treatment (500 Kg) 01 Quarantine Room 08 Packaging Table 02 Quarantine Room

09 A.C. 02 Quarantine Room

Page 32: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 31 of 39

ANNEXURE -2

MANGO PACK HOUSE AT RAHMANKHERA LUCKNOW INVENTORY LIST 2

Sr. No. Description Unit Remark

01 Fan 08 Guest House 02 Tube Light 12 Guest House

03 Cooler (Small) 02 Guest House

04 Double Bed 01 Guest House

05 Wooden Almirah48’x24” 08 Guest House

06 Sofa 03 Guest House

07 Table 05 Guest House

08 Water Tank 02 Guest House

09 Submersible 01 Guest House

10 Iron almirah 01 Guest House

11 Water Cooler with water Purifier 01 Guest House

12 Inverter with Battery 01 Guest House

13 Dressing Table 02 Guest House

14 Computer 01 Guest House

15 Printer Scanner 01 Guest House

16 UPS 01 Guest House

Page 33: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 32 of 39

ANNEXURE -3

MANGO PACK HOUSE AT RAHMANKHERA LUCKNOW INVENTORY LIST 3

Sr. No. Description Unit Remark

01 Fan 49 Pack House Shed 02 Exhaust 15 Pack House Shed

03 Cooler 04 Pack House Shed

04 Table Fan 04 Pack House Shed

05 Pedestal Fan 04 Pack House Shed

06 Tube Light 100 Pack House Shed

07 Electronic Balance 250 Kg 04 Pack House Shed

08 Hydraulic Trolley 05 Pack House Shed

09 De-Sapping Trolley 28 Pack House Shed

10 Split A.C. in Ripening Chamber 03 Pack House Shed

11 Creates Small 10 Kg 3313 Pack House Shed

12 Creates Big 20Kg 739 Pack House Shed

13 Loading Pilot 85 Pack House Shed

14 Electronic Balance (Small) 04 Pack House Shed

15 Inverter with Battery 01 Pack House Shed

16 Pressure Washing Machine 01 Pack House Shed

17 Air Curtain 04 Pack House Shed 18 Fly Cather 01 Pack House Shed 19 Water Tank 01 Pack House Shed

Page 34: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 33 of 39

FORMAT OF COVERING LETTER FOR SUBMITTING THE TECHNICAL BID Date:

To, Sachiv Krishi Utpadan Mandi Samiti (KUMS), Naveen Mandi Sthal Mohibullapur LUCKNOW 226021.

Sub: Submission of Bid for operation, maintenance, and management of Mango Pack House of the capacity of 2 MT/Hours of KRISHI UTPADAN MANDI SAMITI (KUMS) at Rahmankhera Lucknow (UP) on Machinery Rent Basis – reg.

Dear Sir,

1. We are submitting this Bid (Proposal) on our own. 2. Having examined and understood the RFP documents, we, the undersigned, offer to operate, maintenance and management of the subject Project on Machinery rent basis in conformity with the RFP conditions. 3. We undertake, if our Bid is accepted, commence operations and manage as per the RFP. 4. We agree to abide this Bid for a period of 90 days from the Due Date 25-11-2017 fixed for submitting the same and it shall remain binding upon us and may be accepted at any time before the expiry of that period. 5. In the event of our Bid being accepted, we agree to enter into an agreement with you as per Brief Terms of Reference given in this RFP. 6. We agree, if our Bid is accepted, to pay three months’ rental fee as a pre-condition to execute the agreement. 7. We agree for the forfeiture of Bid Security in case we do not accept and submit the counter-signed Letter of Intent within 15 days from the date of issuance of LOI from your end. 8. We understand that KRISHI UTPADAN MANDI SAMITI (KUMS) is not bound to accept any or all Bids it may receive. 9. We agree to abide by the terms and conditions of the agreement to be entered into in case of accepting our bid. 10. We declare that we have disclosed all material information, facts, and circumstances, which would be relevant to and have a bearing on the evaluation of our Bid and selection. 11. We do, also, certify that all the statements made and/or any information provided in our proposal is true and correct and complete in all respects. 12. We declare that in the event that KRISHI UTPADAN MANDI SAMITI (KUMS) discovers anything contrary to our above declarations, it is empowered to forthwith disqualify our Bid and us. 13. We are enclosing the following:-

Page 35: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 34 of 39

A. Proof of purchase of this RFP documents by depositing INR 15,000.00(Indian Rupees Fifteen Thousand only) + applicable GST @ 18% INR 2,700/- TOTAL 17,700.00 (Indian Rupees Seventeen Thousands Seven Hundred Only/- B. Bid EMD of INR 10,00,000 (Indian Rupees Ten Lakhs only) by Demand Draft / Pay Order No./FDR _________ dated ________ issued by _________________ banks drawn in the name of “ APMC." payable at LUCKNOW C. Copy of DPR for proposed upgradation, investment clearly indicating expenses head. D. Affidavit on the non-judicial stamp of applicable fee indicating investment head clearly. E. Attested true copy of registration certificate under the Partnership Act in case of partnership firm /Attested true copy of Certificate of Incorporation under the Companies Act in case of a company or registration of cooperative societies F. Attested copy of Permanent Account No. (PAN) of the Bidder. G. Attested copy of GSTIN Certificate. H. Solvency Certificate INR one Corer issued by __________________ bank dated _________ in original I. Power of Attorney / Authority letter in original issued by the firm/company in case of bid submitted through Power of Attorney/UID of the signatory J. Annual Turnover of the firm/company/cooperative societies of the last three years duly certified by the practicing Chartered Accountant along with a copy of audited accounts. K. Income tax return of last 03 years. L. APEDA registration certificate. M. Proof of Forward Linkages N. Proof of Backward Linkages O. Documents related to manpower for maintenance and operation of Pack House as specified in the RFP. Dated: this _______________ day of _______________ 2017.

(Signature) _____________________ (Name of the person) _____________________ (In the capacity of) Company seal ____________________ (Name of firm

Page 36: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 35 of 39

Annexure-4 Pack House Technical Bid Qualification Criteria

Sr. No.

Description Maximum

Marks

Criteria for Marks Eligible Documents Marks/

obtain

I - Mandatory Technical Criteria

A.4.1 Registration of Entity 5 Entity Registration MCA/Co-operative Registration/Registered Partnership PAN of Partnership Deed registration/MSME date of Registration of Proprietor.

Above 7 Years 05 Marks 5 to 7 Years 04 Marks 3 to 4 Years 11 months 03 Marks Below 03 years 00 Marks

A.4.2 APEDA Registration 10 APEDA Registration

Bidder must have valid APEDA Registration. Above 7 Years 10 Marks

5 to 7 Years 08 Marks 3 to 4Years 11 Months 06 Marks Below 03 years 00 Marks

A.4.3 Turnover of Entity 10 Turnover Audited Balance Sheet Turnover Certified by Banker Above 7Crore 10 Marks 5 Crore to 6.99 Crore 07 Marks 2 Crore to 4.99 Crore 05 Marks

A.4.4 A) Proposal For investment Pack House Repair /upgradation Maintenance B) Technical Presentation

30+5= (35) Proposed Investment 1-Notarized Affidavit on Non-Judicial Stamp Defining Head wise Expenses. 2-Investment Proposal with D.P.R. and Presentation. Presentation of the Bidder on the following points 1) Approach of the Bidder 2) Methodology 3) Experience in Similar Project 4) Understanding the Scope 5) Solution design & architecture 6) Execution / Implementation Strategy

Above 30 Lakhs 30 Marks 20 Lakhs to 29.99 Lakhs

20 Marks 10 Lakhs to 19.99 Lakhs 10 Marks

Presentation 05 Marks

A.4.5 Manpower Available with Entity for Pack House operation 20 Available manpower 1-Resume of Technical Staff with a copy of latest Educational Qualifications 2- Certificate of working experience at least 6 months with bidding entity for each employee.

Pack House Manager

05 Marks BE/B. Tech. 01 years’ work experience Work Manager

Page 37: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 36 of 39

Graduate with 01-year work experience. OR Intermediate with 03 years’ experience. 05 Marks

Account staff 01 Marks Commerce Graduate Electrician (ITI) 01-year experience

03 Marks Machine operator 1-years’ experience (minimum Metric) 02 Marks Cold Room operator (ITI with 01-years experience)/

02 Marks Quality Control supervisor B.Sc.(Ag) 02 Marks

II – Desirable Technical Criteria

A.4.6 Backward Linkages 10 Registered FPO Registration Certificates of FPO and consent on original later head of FPO with bidder for agro- produce supply

• 06 to 07 10 Marks • 03 to 05 07 Marks • 01 to 02 05 Marks

A.4.7 Forward Linkages 10 Phytosanitary certificates of previous export supplies /Copy of supply agreements from foreign

buyers

Phytosanitary certificates of previous export supplies/Copy of supply agreements from foreign buyers

• 06 to 07 10 Marks • 03 to 05 07 Marks • 01 to 02 05 Marks

100 Proposed investment for pack house up-gradation/repair/maintenance should be started within 03 months and should be completed within 12 months, if not completed in the timeline the contract can be terminated giving 03 months prior notice. To Technically Qualify the bidder must secure minimum 02 marks in each head A.4.1 to A.4.5 (I - Mandatory Technical Criteria) Marks of A.4.6 and A.4.7 are added in Technical Criteria evaluation. (II – Desirable Technical Criteria) The bidder must secure at least 40 marks from A.4.1 to A.4.7 Financial bid of opened only technically qualified bidder. Weighted Average of technical bid & financial bid in the ratio of 70:30 respectively as based upon Quality Cost Based System (QCBS) METHOD Technical Qualification – 70% Financial Qualification – 30% The Director Mandi Parishad shall have sole right to reject the bid without assign any reason. In case of any difference between bid amount in figure & words, the amount given in words shall be treated as final.

Page 38: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 37 of 39

Annexure-5

Pack House Financial Bid Date

To, Sachiv, Krishi Utpadan Mandi Samiti (KUMS), Naveen Mandi Sthal Mohibullapur, LUCKNOW 226021.

Sub: Submission of Bid for operation, maintenance, and management of Mango Pack House of the capacity of 2 MT/Hours of KRISHI UTPADAN MANDI SAMITI (KUMS) at Rahmankhera Lucknow (UP) on Machinery rent Basis – reg. Dear Sir, This is in continuation to our bid submitted vide letter no. __________________ dated _________. Our Bid amount towards monthly rental fee is as given below:– Sr. No. Description Offered rental Amount per Month

In Figure in Words 1 Offered rent of

Mango Pack House

The rental fee offered is exclusive of applicable GST and other taxes, which will be paid by us, extra. We also agree for enhancement in the rental Fee as stipulated in this RFP Documents. Dated this _______________ day of _______________ 2017. (Signature) _____________________ (Name of the person) _____________________ (In the capacity of) Company seal ____________________ (Name of firm)

Page 39: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 38 of 39

Annexure-6(A) QCBS METHODS The selection procedure will be based on the two parameters first is the technical evaluation and the financial procedure. The selection procedure of the Bidders will be a For Quality and Cost based Selection (QCBS), the following formula will be used for the evaluation of the bids. The Final scores will be calculated as:-

Bb = (0.70 x (Tb/100) + 0.30 x (Fb/Hfb) x 100 Where Bb = overall score of bidder under consideration (calculated up to two decimal points) i. Tb = Technical score for the bidder under consideration out of 100. ii. Fb = Financial bid value for the bidder under consideration. iii. Hfb = Highest Financial Bid value among the financial proposals under consideration.

The bidder achieving the highest overall score will be invited for awarding the contract.

Evaluation of Technical Proposal The evaluation of Technical Proposal will be made on the basis of qualification and experience as well as project team proposed by the Bidder for the assignment. The Bidder, who does not possess the required qualification and experience, will not be considered for opening of Financial Proposal. Authority reserves the right to judge, appraise, and reject any or all proposals. Each bidder will be required to score at least 40 marks to qualify the technical evaluation phase Evaluation of Financial Proposal The Commercial Bids of only the technically qualified bidders will be opened for evaluation. The Authority will determine whether the financial proposals are complete, correct and free from any computational errors and indicate correct prices in local currency (Indian Rupee).The Bidder getting the highest marks will be considered.

Page 40: KRISHI UTPADAN MANDI SAMITI (KUMS)upmandiparishad.upsdc.gov.in/Mediagallery/Download File.pdf · KRISHI UTPADAN MANDI SAMITI. (Here in after “KRISHI UTPADAN MANDI SAMITI (KUMS)”),

Page 39 of 39

Annexure-6(B)

Mango Pack House, Rehman Khera, Lucknow

Weighted Average of technical bid & financial bid in the ratio of 70:30 respectively as based upon Quality Cost Based System (QCBS) METHOD Technical Qualification – 70% Financial Qualification – 30%

EXAMPLE FOR QUALITY COST BASED SYSTEM (QCBS) METHOD

ILLUSTRATION

STAGE-1 TECHNICAL EVALUATION

Bidders Details Technical Mark Obtained Bidder 1 92 Bidder 2 98 Bidder 3 35 Bidder 4 75

*Since the eligible technical score should be 40 & above, bidder 3 is rejected.

STAGE-2 FINANCIAL BID EVALUATION

Bidders Details Financial Bid Amount Bidder 1 1,30,000 Bidder 2 1,20,000 Bidder 4 1,00,000

STAGE-3 CONVERSION OF FINANCIAL BID AMOUNT TO SCORE

Bidders Details Financial Bid Amount Financial Score (Fb/HFB x 100)

Bidder 1 1,30,000 130000/130000 x 100 = 100 Bidder 2 1,20,000 120000/130000 x 100 = 92.30 Bidder 4 1,00,000 100000/130000 x 100 = 76.92

HFB = Highest Financial Bid, Fb = Quoted Amount

STAGE-4 COMBINED TECHNICAL & FINANCIAL SCORE (CTFS)

WITH WEIGHTAGE 70:30

Bidders Details

Applying weights for the Technical Score & Financial Score

CTFS Rank of the bidder

Bidder 1 92 x (70/100) + 100 x (30/100) 94.40 (64.4 + 30) 2nd Bidder 2 98 x (70/100) + 92.30 x (30/100) 96.29 (68.6 + 27.69) 1st Bidder 4 75 x (70/100) + 76.92 x (30/100) 75.52 (52.5 + 23.02) 3rd

Bid will be awarded for the Bidder 2