Download as pdf or txt
Download as pdf or txt
You are on page 1of 14

(oT ataT)

fin.21/.0.6/2022

for engagement of Agencies for Design,


Expression of Interest (EOI)
of Rooms and Area development in District
Concept and Renovation
Yay 1
Circuit House, Gumla dg EOl
yePITI

HTEIT,
Tg fAy i r DET f Expression of Interest (EOI) for
and Renovation of Rooms and Area
engagement of Agencies for Design, Concept
House, Gumla g EOl T B R 3naRToaII
developmentin District Circuit

fasareHs7

THTI

sITYrsLS../fHoao THAT, feai6 21.MuH 2022


/Ob W

/FYTYT,
THTI

CAPesktopeitst 123
Deputy Commissioner-cum- District Magistrate, Gumla
District
(13
Planning Office, Gumla
2nd Floor, New Collectorate Building Gumla- 835207
Email: dpogumlal@gmail.com; Phone number- 06528 -XXXXXX;
website: www.gumla.nic.in

Tender Reference No: -

Date:
Very Short Expression of Interest (EO): Expression of Interest (EOI) for Selection of
Technical Agency for Design, Concept and Renovation of Rooms and Area development in District
Circuit House, Gumla under Special Central Assistance (SCA) Fund.

Information | Details
Expression of Interest (EOI) for engagement of Agencies
Name of the work for Design, Concept and Renovation of Rooms and Area
developmentin District Circuit House, Gumla
Period of Work 120 days
Date of Publication of Bid on 24/06/2022
website
Rs 5,000.00 (In form of DD) in favour of Deputy
4 Bid Cost
Commissioner, Gumla (Non-Refundable)
|Rs.100,000 in the form of DD (Valid for at least 3
Earnest Money to be
months from the last date of submission of the bid)
Deposited (EMD) in favour of Deputy Commissioner, Gumla
Date: 29 June 2022
Time : 04:00 PM to 05:00 PM
6 Pre-Bid Meeting Itwill be online meeting. Thus, interested Agency
must put request for Meeting link over email before
01:00 PM on 28 June.
Last date and time of receipt| Date: 07m July, 2022
of Bid Time: 11:00 AM
Date and time of opening of | Date :07 July, 2022
8
Bid Time 12:00 AM
Date :07h July, 2022
9 Presentation
Time:01:00 PM
District Planning Office, Gumla, 2" Floor, New
10 Bid submission Place
Collectorate Building,Gumla,-835207
11 Conference Hall of New Colleetorate Building
Bid Opening Place Ground Floor, Gumla-835207
12 Tentative cost of Bid
Related information can be inquired from office
13 Contact Number Mob: +91-7482091562; 7549098424
EmailId: dpogumla l@gmail.com

Signature

Deputy Commissioner cum Distriet Magistrate


Gumla
(12
Office of Collectorate, Gumla Jharkhand
District Planning Office, Gumla
(EOI Document)
1. Background

District Administration Gumla invites Expression of Interest for Selection of Technical


Agency for Design, Concept and Renovation of Rooms and area development in District Circuit
House, Gumla

2. Project Areas
Circuit House, Gumla

3. Scope of Work:
The agency has mandatory to visit the sites at Gumla and conduct a site survey related
to below mentioned points. Thus, Agency are requested to make a project financials
for the submission of Bid.

1. Minor repair of buildings (painting and renovation) of New and Old building.
2. Rainwater collections, treatment, and storage sump unit of 10,000 litters.
3. Solid and Liquid Waste Management system as per waste calculation' in circuit
house.
4. Development of park with sitting area, plantation of flowering and medicinal

plants with fountain facilities.


5. Development of pathways with paver blocks and kerb tiles.
6. Development of Reception area.
of the district (such as
7. Locally made souvenirs and painting that depict the history
freedom fighters, distinguished luminaries, natural landscape etc.
8. 3D Map (non-plastic) of Gumla District with proper route chart connecting
important sites (such as offices, tourism etc).
9. Development of open gym with rubberized flooring and supply and installation of
ISO certified equipment.
10. Installation oflightening protection equipment
in circuit
11. Installation ofinvert well for water harvesting in installed defunct boring
house.
12. Procurement of dinning table and chairs.
13. Repairing and Graffiti painting of the boundary walls with cultural themes.
4. Eligibility/ Pre-Qualification related Document Submission
(
The below table details are mandatory to qualify for Technical Bid Opening
process.
# Eligibility Criteria
Documentary Proof
Should not have defaulted/blacklisted by any Govt. Self-declared
| Affidavit
Dept./PSU of India and there should not be any | Non-Judicial Stamp of on
value
pending litigation against bidder with Central/State | 100 INR in this regard is
government department required
Should have valid GST Registration and Updated GST Copy of the valid certificate
2 3B and GST R1 (Filled till March 2022) from authorized agency to be
submitted
Should have valid PAN registration number Sclf-Certified Copy of PAN
tobe submitted
Should have a Single Work
Order for working
Self-attested copy of invoice
related
supply and installation of sports equipment's or Work Completion
activities which more than or equal to 1 Cr. rupees in Certificate.
the last 3 years.
Cr. in lastOPy of
the valid certificate
Must have minimum average turnover of 1.5 from authorized CA
5 to be
3 years i.e., FY 2019-20, 2020-21, 2021-22.
submitted.
Government
Should have experience of working with Self-certified copy of
6 District administration) in India. Agencies naving Completion Certificate.
working experiencein Jharkhand will add advantage.
Self-certified copy of the |
Must have a valid CIN or Trade License Certificate Certificate
Self-attested copy of address
An office is operational in Jharkhand is preferred proof of office or rent
agreement or any license.
related to MSME | Issue copy of MSME
If Agency is applying for exemption
under the Start Up India Program, must be registered | Certificate in the name of|
9
inMSME, Govt. of India. Agency
Registration of Firm Copy of Registration by
10 (Company/NGO/Trusts/Partnership/Proprietorship) competitive authority
High quality photographs
with quality of the products
11 Specification/ Brochure/ Catalogue
(brands/ certifications etc.)

each
The bidder should submit (self-attested) proof of document in the support of
of the above conditions. The incomplete offers will be summarily being rejected
without any further correspondence.
The bidder must also submit an affidavit of assurance of no change in the quoted
ii.
FY 2022-23.
price for one year. The quoted price shall be valid for a year i.e.,
technical round
ii. The bidders qualifying for the above criteria will be called for the
of the EOI
presentation (PPT) in hard copy in the
iv. The bidder must submit a copy of the
technical bid itself.
5. Term and Conditions of Bid: -

A. Technical Bid: -

i Submitted Bid cost/Application fee will not be refunded in any situation.


ii The EMD amount is interest free, and all unsuccessful bidders will be refunded
by the District Administration within 30 days of finalisation of contract. The
EMD, for the amount mentioned above, of successful bidder would be returned
upon submission of Performance Guarantee/Security Deposit which will be
10% of total project cost.
ii. The bid shall be valid for 120 days
iv. The Performance Guarantee/Security Deposit must be submitted in the form of
National Saving Certificate (NSC)/Fix Deposit (FD) (Valid for at least one ycar

from the agreement/MoU date) duly pledged in favour of Deputy Commissioner,


Gumla.
of PAN, TAN and GST Registration certificate.
v. Agency should provide copy
minimum turnover in the last 3 Financial years
vi. Agency should have average
and 2021-22) of INR. 1.5 Cr. rupees
(i.e.: 2019-20, 2020-21,
the self-attested copy of ITR for last 3 Financial Years
vii. Agency should provide
and 2021-22) along with audited books of account
and
(i.e.: 2019-20, 2020-21,
audit report.
own or the OEMs
Bidder will be judged on the basis its
vii. The eligibility of the
hardware equipment related solution. Hence,
credentials, If Agency provides any
the respective OEM has to authorize in
in case of bidder is channel Partner,
on its letterhead to allow
the Partner in using its credentials for eligibility.
writing should have valid ISO
ix. The OEM (Original Equipment Manufacturer)
certification.
must be quoted with 3 year on site comprehensive
X. All hardware items
should produce a
manufacturer's replacement/repairing warranty. All the Bidders
of supply,
certificate from the OEMs regarding their acceptance of responsibility
services during replacement
installation and comprehensive maintenance of
warranty period.
xi. Tender Specific Authorization Certificate for thesupply, installation and
from the OEM. The
maintenance during replacement/repairing warranty period
Gumla District in Jharkhand.
replacement warranty shall include
machineries to be
xii. The agency submit the technical brochure of all hardware
must

supplied/installed with tender document.


in similar projects shall
xii. Agency which have at least 3 years of prior experience
to participate in
be given preference. Start-up organization also encouraged
document shall be
bidding process. Their work experiences and necessary
Aadhar Numebr). It
exempted if agency produce MSME registration (Udyam
will be considered as per the given guideline of GOI.
relaxation. Hence, All
xiv. There are no relaxation in Tender Fee under MSME
Agency has to submit tender/application fee.
xv. As per the office order issued of Ministry of finance, department of expenditure
procurement policy division No. F. 20/2/2014-PPD (pt.) dated on 20 September,
2016 MSME register agency will MAY get relaxation on turnover and prior
work experience. Thus, it has been decided that Those start up agency whose
of work as
promoters or technical staff has prior work experience in the domain
mentioned in Scope of Work will only be considered for relaxation. Any
different thematic areas of experience will not be considered for MSME
relaxation A CY of all Promater(Technical Staffs must be submitted along with
the technical bid. A office order of Ministry of finance has been attached in
Annexure -1
xvi. The agency has to produce at least a single projects of value rupees 1 cr. or more
in last three financial years for modernization of related projects in the
Govt./Semi Govt./Board/PSU. For the proof of the projects done, bidder needed
to be furnished work order and completion certificate.
xvi. The Agency should provide self-declaration for non-engagement in fraudulent
corrupt practice, non-blacklisting in any Govt. /PSU as provided in Annexure-2
xvii. The district administration reserves the right to cancel the bid at any stage.
xix. The selected agency will be responsible for implementation of the project in
administration.
consultation with the district
Technical Proposal as per the point mentioned in the
Xx. Bidder should provide
Tender Committee will be interested
Scope of Work. Site survey mandatory. house and
is

to check current photographs of


the circuit respective solution in the
submitted by Agency. There is no standard format is
proposal which will be We look forward to submit the proposal as
given submit
to technical proposal.
of work.
per their expertise

B. Financial Bid:

rate for the bid, otherwise the proposal will not be


i. Bidder should quote only one
is compulsory).
considered (item wise price coating the
the bidder shall include GST. Administration will not bear
ii. All rates quoted by or transportation charges
etc.
amount of GST, any other taxes
burden of any extra
of work.
relating to the project/scope Annexure 3.
submitted as per format provided in
ii. Financial bid shall be house as mentioned in the
machinery/equipment to be installed in the circuit
iv. The district
need to get prior approval of
of work shall be of reputed brand and
scope
administration before installation.

C. Others
inclusive of all
Basis:- Prices will be quoted in Indian rupees, and shall be
i. Price TDS deduction shall be
taxes will be shown separately.
applicable taxes. The Bidders are requested to
the prevailing Govt. Laws/notifications.
made as per
Materials (BOM) as per requirement
for complete Bill of
quote the price
mentioned in section-3 (Scope of Wok). 12
remain valid for a period of
Period of EOI:- Price quoted shall
ii. Validity submission.
months after the schedules date of EOI
be fully insured against
ii. Insurance: equipment
The supplied vide this EOI will
manufacture or acquisition during transportation,
loss or damage incidental to Head of
installation and handover to the respective
storage, delivery and
Institution. to the release of
Terms will be as below (subject
iv. Payment Terms: Payments
work order from district administration, Gumla)
as first instalment
after releasing of
30% of the payment will be made initially
work order
successful completion of civil work,
4 0 % of the payment will be made after
submission of GST
procurement of items, installation
of facilities along with
invoice and GPS tagged photos.
verification of work by the competent
be made
30% of the payment will on

administration.
authority deputed by the district within 120 days
works/activities shall be established
V. Delivery Schedule: All the
from the date of work order (if any).
vi Penalty: In case of delay in project implementation, the penalty would be applied
bythe tendering authority. It will be Rs.5000/- per facility per week.
vii. Warranty: The period of warranty on all supplied equipment's shall be at least 3
year.
vii. Site Survey of Circuit House: Bidder has their own responsibility to incur the
cost& risk, during the visit and examine the site of works and obtain all
information that may be necessary tor preparing Technical Proposal for the Bid
and entering into a contract for execution of the works. The costs of visits of the
site shall not be bear by the District Administration Gumla.

Bidder has to take prior approval from district administration for the Site Survey
in the premises of 'Circuit House. The Request letter for Site Survey of Circuit
'
format has been attached in Annexure 4. It can be emailed with
House
document for the approval on dpogumlal@gmail.com.
necessary asked
bid must be submitted in physical form at District
ix. Submissions of Bids: The
technical cum pre-qualification bid in one envelop
Planning Office, Gumla with
and financial bid in another envelop. Both envelops should be kept in one envelop

with the name of bidder superscripted on it.


found by the working committee, any
X. Fraud document Produce: If it is
fraud document during the bidding
agency/bidder has submitted/produced any The
considered under criminal offence under Section 464 in
process, shall be
Indian Penal Code. A further course
of action will be taken as per legal rule.

xi. Risk Purehase


work is awarded to him, in the
Action against defaulting Bidder/vendor in case of
execute the contract to the satisfaction
event of contractor's failure to

Tendering Authority, the purchaser


reserves the right.
executed and withhold payment for such
To reject any part of the contract
time the defects are rectified to the satisfaction
portion of the contract till such
of the purchaser.
two weeks' notice in writing without
T o terminate the contract by giving
contract executed by other agency at the
assigning any reason and to get the
risk and cost of the awarded agency/firm.
xi. Consortiums/Joint Venture
Bidders are
Any consortium or Joint Venture of bidders is not permissible.
as
required to respond to the EOI/RFP and participate in the bidding process
individual entity.

xii. Termination of Default


for breach of
Tendering Authority may, without prejudice to any other remedy
terminate this
contract, by written notice of default, sent to the contractor,
contract in whole or in part
all the services/goods within the given
I f the contractor fails to deliver any or
time specified in the contract, or any extension thereof granted by Tendering
Authority.
any other obligation (s) under the contract;
If the contractor fails to perform
and

.Ifthe contractor, in either of the above circumstances, does not remedy his
failure within a period of 15 days (or such longer period as the purchaser may
authorize in writing) after receipt of the default notice from Tendering
xiv. Projeet Plan Validity:
The bids of the
project plan shall remain valid for a period of 12 months after
the deadline date for the
project plan and budget submission.

6. Evaluation Process

Evaluation shall be on the basis of following given weightage across the three areas of
sCores.

Evaluation Segments Score percentage


| Technical 40%
Financial/Commercial Bid 30%
|Presentation 30%

a. Technical Bid: Marks - 40

Technical Proposal will be assessed based on given solution as mentioned in


the Scope of Work. Committee will assess the based on Strategic Plan of
work, Timeline, Proposed solution, Technical Human Resource involved in
the project, prior work experience, Detail of Site Survey Report etc.
Bidders, whose bids are responsive and scores at least 15 marks out of 40 in
the technical evaluation criteria would be considered technically qualified.

b. FinancialBid Evaluation: Marks-30

i. The Financial Bids should be submitted by the Agency as per the Scope of Work.
Budget classification of Work Sub-Head wise is mandatory and it will be opened
in the presence of Bidder's representatives. Solely, Total addition of Budget is not
financial bid
acceptable in the Financial Bid. The date, time and venue of opening of
will be communicated to the technically qualified bidders separately and/or posted in
the District Administration website www.gumla.nic.in.
ii. If a Bidder/Agency quotes NIL charges / consideration, the bid shall be treated as
unresponsive and will not be considered.

ii. The Agency/Bidder with lowest qualifying financial bid (L1) will be awarded 100%
score (amongst the bidders which did not get disqualified based on point (1i) above).

Financial Scores for other than LI bidders will be evaluated using the following
formula:
Financial Score of a Bidder (Fn) =
(Financial Bid of LI/Financial Bid of the Bidder) X 30} (Rounded off to two
decimal places)

iv. Financial Bid price financial bids indicating total price for all the deliverables and
services specified in this bid document will be considered.
v. The bid price will include all taxes and levies and shall be in Indian Rupees.
vi. Any conditional bid would be rejected.
vii. Errors &Rectification: Arithmetical errors will be rectified on the following basis: (C
If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected. If there is a discrepancy between words and figures, the amount in
words will prevail".
vii. The Bidder shall require to provide a break up of Salary component and Non-
Salary component in the Financial Bid. Sub-head wise cost breakup is mandatory to
submit.

c. Presentation: Marks- 30

The Bidder's presentation will be assessed on the basis on the following criteria:

the project.
1. Understanding of scope of work of
2. Site Survey of circuit house and proposed solution
Building/Hotel/Guest
related to modernization Pubic
3. Prior work experience
House or related building.
be prefer on the PPT wise and
of Proposed Solution I t
can
4. Demonstration

video demonstration is also be entertained during presentation.

and later on. Detail


Presentation shall be occurred on the tender opening date
Note:
Schedule are given above.
No F.20/2/2014-PPD(PI)
Ministry of Finance
Department of Expendture
Procurement Policy Division

Now Delhi
516. Lok Nayak Bhawan,
2016
Dated the 20h September,

OFFICE MEMORANDUM in Public


Relaxation of Norms
for Startups Medium Enterprises
Subject: Prior Turnover criteria.
Procurement regarding Prior Experience

number
OM. of even
drected to refer to this Department
The undersigned is Central Ministries/ Departments
wherein it was clarified that all
dated 25h July, 2016, to all
in public procurement
of turnover and prior experience to
condition pnor or otherwise] subject
may relax
Micro & Small Enterprises (MSEs) the relevan
Start-ups (whether in accordance with
and technical specifications
meeting of quality
2005.
provisions of GFR,
Departments to
if it makes optional for Central Ministries/ to
A doubt has arisen
2. and prior turnover
in public procurement
experience
relax condition of prior normally for all public
procurement,
it is again clarified that turnover and
Startups. In this regard, have to ensure that
criteria of prior
the Central
Ministries/ Departments
to their meeting
of quaity and
for all Startups is relaxed subject
prior experñence
technical specifications.
items related to
procurement of
there may be circumstances (like where
3. However, and equipments, etc.)
health, critical security operations rather than
public safety. to have prior experience
prefer the vendors wherever adequate
procuring entities may entilies. For such procurements.
orders to new relax the criteria of prior
giving entities may not
exists, the procuring
justfication
turnover for the Startups.
experiencel
of Finance Secrelary
4 This issues with the approval
(Vinayak T. Likhar
Under Secretary (PPD}
Tel/Fax-24621305

E-mail-yinayak.ikhar@nicin

To
Government Ministries/ Departments.
The Secretaries of all Central
Copy to: Government Ministries/ Departments.
Financial Advisors of all Central Room No 305, Block
The Secretary, Department of Public Enterprises, issue
with a request to
Delhi-110 003
No.14, CGO Complex. New (CPSUs) to
Public Sector Undertakings
appropriate instructions to Central
implement #5 of "Action Plan for Startup India"

Annexure-1:
Annexure-2

Format of non-blacklisting

SELF DECLARATION
(Should not have been black listed)
(On the letterhead of the Bidder)

I/We agree that the decision ofthe Authority in relation to "Expression of Interest (EOI) for
engagement of Agencies for Design, Concept and Renovation of building, rooms and Area

in District Circuit House, Gumla", addition or deletion will be final and binding to
development
me/us. I/We confirm that we have not been blacklisted by Central or State Government &

PSUs.

Name of the Bidder

Signature of the Authorised Person

Name ofthe Authorised Person


Annexure-3
Compliance Sheetfor Financial Bid

Date
To,
The Deputy Commissioner cum District Magistrate,
Gumla, Jharkhand
Sir,
and Renovation
of Agencies for Design, Concept
Ref: "Expression of Interest (EO) for engagement Gumla"
in District Circuit House,
of building, rooms and Area development

/We the undersigned,


No Dated on . . . . . .

examined the BID Document


...
. . .

Having the scope of the work/Tender.


rate towards
offer to quote the following

Unit Cost Total Cost


Name of Work/ Sub Technical specification
SI. No Work

1.

2.
3.

4.

Note: out of pocket expenses etc.


rate quoted should also include
all taxes, transport, insurance, printing,
1. The No extra amount shall be paid in any case.

as applicable for executing the define scope of work.

Signature & Seal of the bidder


Name of the Signing authority
Designation of authority:
Address: Place
HETT (SC
(

Annexure - 4

PERMISSION FOR THE SITE SURVEY OF CIRCUIT HOUSE, GUMLA,


JHARKHAND

To,
District Planning Office,
Gumla Jharkhand.

Sub: Permission for Site Survey of Circuit House in Gumla District.


Dated
(EOI) T.No.
. . . . .

Interest
Ref: Tender of Expression of
. . . . . . .

Respected Sir,

Promoter/CEO of the.....(Name of organization)....


I am . ** . .

of Agencies for
in EOI for "Expression of Interest (EOI) for engagement
interested to participate District Circuit House,
Renovation of building, rooms
and Area development in
and
Design, Concept
official website.
Gumla", as floated in your
mentioned Circuit House. I
Will visit these above
Our Team member(s) . . .

or staff for the same.


Kindly inform your management
seek for your permission to get.
and organization's ID proof for your reference.
I have attached individual ID

Your Sincerely

******'*
03.
DPO Approval Remarks.
DPO, Gumla

Signature

You might also like