View
5
Download
1
Category
Preview:
Citation preview
State Industries Promotion Corporation of Tamil Nadu Limited
(SIPCOT)
19-A, Rukmani Lakshmipathy Road, Egmore, Chennai - 600 008
TENDER REFERENCE NO. PROJECTS/GEO/2/2019, DATED 17.09.2020
REQUEST FOR PROPOSAL FOR SELECTION OF CONSULTANT FOR GIS MAPPING &
PREPARATION OF GEO DATABASE FOR SIPCOT NEW LAND BANKS IN TAMIL NADU
Date of Release of Tender 19.09.2020
Pre-bid Meeting 26.09.2020
Last Date for Submission of Bid 07.10.2020, 3.00 PM
Date of Opening of Bid 07.10.2020, 3.30 PM
Cost of Bid Document: Rs.15,000.00 + 18% GST
C O N T E N T S
Clause Topic Page No.
1. PREAMBLE .....................................................................................................................1
2. SCOPE OF WORK .......................................................................................................... 1
3. QUALIFICATION CRITERIA ....................................................................................... 4
4. LANGUAGE OF THE TENDER .................................................................................... 6
5. CONSORTIUM AGREEMENT ..................................................................................... 6
6. PURCHASE OF TENDER DOCUMENT ...................................................................... 6
7. PRE-BIDMEETING ........................................................................................................ 6
8. CLARIFICATION ON THE TENDER DOCUMENT ................................................... 6
9. AMENDMENT OF TENDER DOCUMENT ................................................................. 7
10. AUTHORISATION OF THE BIDDER .......................................................................... 7
11. SUBMISSION OF TENDER IN TWO COVER SYSTEM ............................................ 7
12. EARNEST MONEY DEPOSIT ...................................................................................... 8
13. VALIDITY .......................................................................................................................8
14. OPENING AND EVALUATION OF THE TENDER .................................................... 8
15. PRICE OFFER ................................................................................................................. 9
16. EVALUATION OF FINANCIAL BID ........................................................................... 9
17. AWARD OF CONTRACT .............................................................................................10
18. SECURITY DEPOSIT ...................................................................................................10
19. SERVICE LEVEL AGREEMENT................................................................................ 10
20. ISSUE OFWORK ORDER ........................................................................................... 11
21. PROJECT DELIVERABLES AND TIMELINE .......................................................... 11
22. FORCE MAJEURE……………………………………………………………………11
23. PAYMENT TERMS ...................................................................................................... 12
24. PENALTY ..................................................................................................................... 12
25. TERMINATION OF CONTRACT ............................................................................... 12
26. GENERAL CONDITIONS ........................................................................................... 12
27. ARBITRATION ............................................................................................................ 13
28. IPR/OWNERSHIP ......................................................................................................... 13
29. JURISDICTION OF THE COURT ............................................................................... 14
30. POST TECHNICAL SERVICES………….…………………………………………. 14
31. TERMS OF REFERENCE .............................................................................................15
A N N E X U R E S
I. PART-I (COVERING LETTER) ................................................................................... 22
II. DETAILS OF THE BIDDER ........................................................................................ 24
III. ANNUAL TURNOVER STATEMENT ....................................................................... 25
IV. FORMAT FOR FIRMS RELEVANT EXPERIENCE .................................................. 26
V. UNDERSTANDING OF PROJECT .............................................................................. 28
VI. CV FOR PROPOSED STAFF ....................................................................................... 29
VII. TEAM COMPOSITION AND TASK ASSIGNMENTS .............................................. 31
VIII. DECLERATION OF NOT HAVING BLACKLISTED ............................................... 34
IX. DECLERATION OF NOT HAVING TAMPERED THE TENDER DOCUMENT .... 35
X. CLARIFICATION OF TENDER DOCUMENT FORMAT ......................................... 36
XI. PART-II (COVERING LETTER) ................................................................................. 37
XII. PRICE BID ..................................................................................................................... 38
XIII. CHECKLIST OF DOCUMENTS .................................................................................. 40
IMPORTANT NOTICE
This tender procedure is governed by the Tamil Nadu Transparency in Tenders Act, 1998 and
the Tamil Nadu Transparency in Tender Rules, 2000 as amended from time to time. In case of
any conflict between the terms and conditions in the tender document and the Tamil Nadu
Transparency in Tenders Act, 1998 and The Tamil Nadu Transparency in Tender Rules, 2000
the Act and Rules shall prevail.
(Signature of the Bidder with Seal)
1|P a g e
Request for Proposal for Selection of Consultant for GIS Mapping & preparation
of Geo database for SIPCOT new land banks in Tamil Nadu
1. PREAMBLE
State Industries Promotion Corporation of Tamil Nadu Limited (SIPCOT) is the infrastructure arm of
Government of Tamil Nadu. The organization involves in the formation of industrial land banks by
providing basic and comprehensive infrastructure facilities for the industries to set up their units.
SIPCOT has so far developed 21 Industrial parks and 7 Sector Specific Special Economic Zones
across Tamil Nadu in a total extent of about 32,000 acres spread over 12 districts. Further, SIPCOT
has also created land banks across the state for prospective and new age industries to enhance their
manufacturing footprint in the state of Tamil Nadu.
SIPCOT has initiated to develop a Geographical Information System by plotting of Geo-coordinates
and also to digitalization of the assets and properties using GIS software for 21 Industrial Land
banks/parks and 7 Sector Specific Special Economic Zones across Tamil Nadu in a total extent of
about 32,000 acres spread over 12 districts now and the works are in full swing expected to complete
by September 2020.
Further, SIPCOT intends to capitalize on the enabling policies and framework of the Government of
Tamil Nadu and ensure sustained manufacturing growth through. To leapfrog to the next growth
trajectory, it is pertinent to derive a robust business environment and an enabling eco-system to stay
competitive and attract new investments in the manufacturing / industrial sector. Hence, SIPCOT
proposed mapping, plotting of Geo-coordinates and also creation of GIS base layers of new land
banks under development across the state for prospective and new age industries at 28 places to an
indicative extent of about 19,777 acres.
In this context, SIPCOT invites interested bidders to submit their technical and financial offers in
TWO COVER SYSTEM for “Selection of Consultant for GIS Mapping & preparation of Geo
database for SIPCOT new land banks in Tamil Nadu” which shall include Base Map, DEM and
Contour map creation using Drone Survey Compatible to the existing/ongoing Web GIS based Land
& Asset Information system of SIPCOT of all Assets for 28 Industrial land banks in Tamil Nadu and
Post Technical Support of this for a period of 2months and in accordance with the scope of work,
conditions and manner prescribed in this Request for Proposal (RFP) document.
The Tender notification has been published fixing the date of opening of tender as 07.10.2020
2. SCOPE OF WORK
The scope of work would inter-alia involve the following:
2.1 GIS Mapping & preparation of Geo database
a) Data collection and desk study of land Cadastral maps, Village layout maps, land records and
relevant data for the 28 nos. of indicative industrial land banks
b) Establishment of sufficient Primary Ground Control Points (GCPs) using DGPS with reference to
the Survey of India GCPs in all Industrial Land banks.
c) Preparation of drone flight plan including with suitable numbers of Ground Control Points (GCP),
for the generation of Ortho-images, DEM& Contours .Aerial survey through execution of drone
flight over the Areas of Interest (AOI) i.e., proposed Industrial Land banks and capture the GCP
and generation of ortho-image, Contour and DEMs through implementation of photogrammetric
processing of the aerial images.
(Signature of the Bidder with Seal)
2|P a g e
d) Geo processing of Cadastral maps and land records for preparation of digitized map layers and
land records for the SIPCOT Industrial Land banks
e) Integration of Cadastral base, Industrial LAND BANKS area of the Village boundary map with
the ortho- image in GIS environment Generation of geo-referenced map layers from Ortho-image,
Contour and DEM
f) Integration of digitized Cadastral Land records with spatial data layer sets and preparation of
Geo-database attributes for
o Thematic Data Layers
o Ortho-image
o DEMs
o Contour
o Industrial land bank boundary
o Cadastral Revenue boundary
o Vacant land
o Road network and utility (Water/Power etc.)if any,
g) Land-use of the area of LAND BANKS (also Roads, Utilities, Open Space, Other built-up/non
built-up areas if any existed).
h) Ground verification of land use of the land bank areas and collection of photographs/ attribute data
etc.
2.2 Development of GIS based Land Bank Asset Information system
a. The GIS based map layers shall facilitate map-based information generation for planning,
monitoring and decision support with the following feature & functionalities.
b. The data layers shall be Compatible to any GIS platform with customizable dashboard for display
of summarized and statistical information in the form of Charts/Maps/ Tables, on Land & Asset
Information related to the Industrial land bank area.
c. All thematic map data layers shall be included in the Geo database along with corresponding
NUIS standard legends.
d. The data layers should provide map representation of different classification of land, land
utilization, Industrial land bank details with photographs. The data layers should facilitate
generation of attribute information of the map features at point and click option.
e. The thematic layers shall provide information such as Area, Contour, DEM, transport
connectivity, amenities and facilities etc. of the proposed SIPCOT Industrial Land banks
f. The GIS data layers should facilitate compatibility to query facilities for generation and execution
of spatial and attribute data-based queries.
g. The data layers should facilitate compatible to the existing SIPCOT GIS and integrated workflow
for online selection of vacant land and submission of land request application to SIPCOT.
h. The existing SIPCOT web GIS application developed on COTS based GIS and Image Processing
platform. The bidder shall make the output layer and data base compatible to this SIPCOT GIS
portal.
(Signature of the Bidder with Seal)
3|P a g e
3. Post Technical Support of this project for a period of 2 month
a) The Post Technical Support for 2month for the spatial layer, Geo-database and SIPCOT Web-
GIS Application compatible shall be attended under this project.
b) The successful bidder should engage the following personnel during the post project technical
support for a period of 2 month
1. GIS Analyst – 1 No.
B.E./B.Tech Civil Engineering/ Post-Graduation Diploma in Remote Sensing &
GIS with a minimum of 8 years of experience in Data digitization, Data export,
import Data, error fixing, and Printing layouts etc.,
2. GIS Application Developer – 1 No.
B.E/B.Tech/Masters in Computer Application with minimum of 3 years of
experience in GIS Application development Web- GIS application development,
Geo-database design &development.
c) The Curriculum Vitae of the above Post project technical support personnel should be furnished
in Format VI of the Tender Document.
d) The cost and allowances of the Post technical support personnel should be borne by the agency.
e) The Post technical support personnel should report to GM SIPCOT on call promptly.
f) Local language proficiency is mandatory for the field manpower to be deployed.
g) Frequent change of personnel deployed will not be entertained since the project is of very short
duration period nature. The consultancy agency will be allowed to change the personnel only
once for each position during the entire contract period subject to getting prior approval from
SIPCOT and the qualification and experience of the personnel to be deployed are as per the
tender conditions.
h) Non-Deputation of Post Implementation personnel as per tender conditions or Change of
personnel for more than once for each position will attract a penalty of 5% of the contract value
for each instance. From the first month recovery will be made in the running bills for period of
absence.
Key Personnel &Qualifications
a) As part of the contract, the consultancy agency should deploy the following qualified and
experienced manpower:
1) Team Leader-1 No.
M.E / M. Tech / MCA/ M.Sc./ Post Graduation Diploma in Geography / Remote Sensing &
GIS/ Computer Science/Geo-informatics with 15+ years of experience.
Skills: Experience in Spatial Data bases / Remote Sensing / Urban Planning /Socio- economic
data with GIS and Handling a Team of experts. Overall team monitoring as per the agreed
project plan for executing the assignment within the period of 6 months Interaction &
communication with the SIPCOT. Reporting to the SIPCOT and for reviews. Facilitating the
survey and data updates team in every aspect. Random QC of survey and digitized data.
(Signature of the Bidder with Seal)
4|P a g e
2) Deputy Team Leader-1 No.
Masters/Post-Graduation Diploma in Geography/ Remote sensing & GIS/ Geology / Geo-
informatics with an experience of minimum 10 years Image corrections.
Skills: Experience in GIS Data digitization and GIS Data export and import. Reporting to the
team leader and random QC of surveyors and data creation.
b) Both Team Leader and Deputy Team Leader to be positioned at SIPCOT head office under the control of GM projects SIPCOT from the day one of starting of agreement up to implementation period of 6months or as extended by Tender accepting authority based on valid reasons. They should report progress and other issues to SIPCOT daily. The remuneration and all expenses and allowances to be borne by the agency. SIPCOT is not responsible for this.
c) The CV of the above personnel should be furnished in Format VI of the Tender Document.
d) Local language proficiency is mandatory for the field manpower to be deployed.
e) Frequent change of personnel deployed will not be entertained. The consultancy agency will
be allowed to change the personnel only once for each position during the entire contract period subject to getting prior approval from SIPCOT and the qualification and experience of the personnel to be deployed are as per the tender conditions.
f) Non deputation of key personnel as per tender conditions or Change of personnel for more than once for each position will attract penalty of 5% of the contract value for each instance. From the first month recovery will be made in the running bills for period of absence.
3. QUALIFICATION CRITERIA
a) i) The Single bidder should be a registered legal entity in India and should be in the business for
more than 5 years. Enclose the documentary evidence.
ii) In case of consortium of bidders:
o Consortium of Bids are allowed with maximum of two partners
o One of the partners shall be designated as Prime Bidder and such partner shall be a registered legal entity in India and should be in existence for more than 5 years.
o Other partners of the Consortium should be a registered legal entity in India and should be in existence for more than 3 years.
o No partner of the Consortium should bid individually or be a partner of another consortium.
o The Consortium partners individually should submit the documentary evidence from appropriate Authority. If the documentary evidence is not in English, then notarized English translation should be submitted.
o The original Consortium Agreement / Letter of intent should be submitted. The
Consortium Agreement / Letter of intent shall contain statement that all partners of the
consortium shall be liable jointly and severally for the execution of the contract in
accordance with the contract terms.
b) The Single Bidder/ any one of the Consortium Partner should have successfully completed GIS
based land Information System projects using Drone Survey in cadastral scale involving an area
of at least 10,000 Acres cumulatively in the last 5 years for Central / State Government
departments/ Government organizations/ Government agencies/ Urban Local Bodies / Smart
City SPV/ Public Sector Undertaking projects in India. The bidder should enclose the work
orders and project completion certificates provided by the client indicating scope of work, scale
of mapping& area covered under the projects as a supportive document.
(Signature of the Bidder with Seal)
5|P a g e
c) The Single Bidder/ any one of the Consortium Partner should have completed DGPS survey &
mapping involving an area of at least 5,000 Acres cumulatively in the last 5 years for Central /
State Government departments/ Government organizations/ Government agencies/ Urban Local
Bodies / Smart City SPV/ Public Sector Undertaking projects in India. The bidder should enclose
the work orders and project completion certificates provided by the client indicating scope of
work, scale of mapping& area covered under the projects as a supportive document.
d) The Single Bidder/ any one of the Consortium Partner should have experience in large scale
mapping at 1:500 scale (including data capture, vectorization, ortho- rectification and
production) using UAV& Structure From Motion (SFM) Photogrammetric involving an area of
at least 5,000 Acres cumulatively in the last 5 years for Central / State Government departments/
Government organizations/ Government agencies/ Urban Local Bodies / Smart City SPV/ Public
Sector Undertaking projects in India. The bidder should enclose the work orders and project
completion certificates provided by the client indicating scope of work, scale of mapping& area
covered under the projects as a supportive document.
e) The Single/Prime Bidder of the consortium should have the average annual turnover of
minimum Rs.5 Crores in last three financial years (i.e. 2016-17, 2017-18, and 2018-19). The
certificate from the Statutory Auditor to be enclosed.
f) The Single bidder / all partners of the consortium should submit their IT Returns for the last 3
years (i.e. 2016-17, 2017-18, 2018-19).
g) The Single bidder / all partners of the consortium should submit copy of valid PAN Card.
h) The Single bidder / all partners of the consortium should have been registered under
Provident Fund / ESI, as the case may be. Copy of valid EPF /ESI registration certificate to
be submitted.
i) The Single bidder / all partners of the consortium should have valid GST Registration. Copy
of GST Certificate to be submitted.
j) The Single Bidder/ any one of the Consortium Partner should have valid ISO 9001:2008/2015
Quality certification for GIS Services (GIS, GPS & Remote Sensing). Copy of the same to be
submitted.
k) The Single Bidder/ any one of the Consortium Partner should have valid ISO 27001:2013
Quality certification for Information Security Management System. Copy of the same to be
submitted.
l) The Single bidder / all partners of the consortium should not have been blacklisted by any
State or Central Government in India. An undertaking must be submitted in support of the
same.
m) The Single Bidder/ any one of the Consortium Partner should have full-fledged permanent
office in Chennai. The bidder should furnish Chennai Office Address (or) the bidder should
give an undertaking to setup office at Chennai within 15 days from the date of issue of LoA,
if selected.
n) The Single Bidder/ any one of the Consortium Partner should have minimum 20 full time
permanent employees on their roll working for GIS based services including GIS based
development. PF / ESI remittances proof shall be enclosed for the full-time permanent
employees.
(Signature of the Bidder with Seal)
6|P a g e
4. LANGUAGE OF THE TENDER
The Tender prepared by the bidder as well as all correspondences and documents relating to the
Tender shall be in English language only. If the supporting documents are in a language other than
English, the notarized translated English version of the documents should also be enclosed.
Tender received without such translation copy will be rejected.
5. CONSORTIUM AGREEMENT
a) A legally valid agreement shall be executed for the consortium binding all the partners in
Rs.100 Non-Judicial stamp paper. All partners of the consortium shall be liable jointly and
severely for the execution of the contract in accordance to the contract terms and it should be
explicitly stated in the consortium agreement. The consortium agreement should indicate
precisely the role of each partner of the consortium in respect of the contract.
b) Consortium agreement should be registered in Chennai so as to be legally valid and binding
on all partners.
c) Consortium agreement shall be enclosed with the technical bid. Alternatively, a letter of intent
to execute a consortium agreement in the event of a successful bid shall be signed by all the
partners and submitted with the bid together with the copy of the proposed agreement.
d) The consortium agreement shall authorize one of the partners of the consortium as Prime
Bidder. This authorization shall be evidenced by the submitting of Power of Attorney signed
by the legally authorized signatories of all the partners.
e) The Prime Bidder of consortium shall be authorized to incur liabilities and receive instruction
for and on behalf of him and all partners of the consortium and entire execution of the contract
including payment shall be done exclusively with the Prime Bidder. All correspondence will
only be made with the Prime Bidder.
6. PURCHASE OF TENDER DOCUMENTS
The tender document shall be obtained from State Industries Promotion Corporation of Tamil Nadu
Limited, 19-A, Rukmani Lakshmipathy Salai, Egmore, Chennai 600 008 on payment of
Rs.17,700/- (inclusive of GST) payable in the form of Demand Draft drawn on any Indian
Nationalized/Scheduled Commercial Bank in favour of “SIPCOT Ltd.” payable at Chennai or it
can be downloaded from www.tenders.tn.gov.in / www.sipcot.tn.gov.in at free of cost. For the
downloaded tender document, the bidder need not enclose the tender document cost but should give
a declaration for not having tampered the Tender document downloaded (as per Annexure IX). The
tender document can be purchased on all working days from 19.09.2020 to 07.10.2020 12.00 noon
during office hours.
7. PRE-BID MEETING
Pre-bid meeting will be held on 26.09.2020 at 3.30 P.M. via Video Conference during which the
prospective bidders can get clarifications about the tender. The bidders shall send their queries in
writing through email to projects@sipcot.in if any at least two days prior to the pre-bid meeting.
The bidders who wish to attend the pre-bid meeting shall send a request along with their
representative’s details (Name, Designation, Phone No and Email ID) to projects@sipcot.in at least
one day prior to the pre-bid meeting date. The link for Video Conferencing will be shared to the
designated representative by email. The bidders are advised to check www.tenders.tn.gov.in/
www.sipcot.tn.gov.in for up-to-date information like change in date / venue etc., of pre-bid meeting
as SIPCOT may not be able to identify and communicate with the prospective bidders at this stage.
Non attending of pre-bid meeting is not a disqualification.
8. CLARIFICATION ON THE TENDER DOCUMENT
Any discrepancies, omissions, ambiguities or conflicts in the tender document or any doubts as
to their meaning and any request for clarification may be sent in writing to “The Managing
(Signature of the Bidder with Seal)
7|P a g e
Director, State Industries Promotion Corporation of Tamil Nadu Limited, 19-A, Rukmani
Lakshmipathy Salai, Egmore, Chennai-600008 or through e-mail to projects@sipcot.in as per
Annexure-X. The Managing Director, will review the same and where information sought is not
clearly indicated or specified in the tender documents, will issue a clarifying bulletin to all those
who have purchased the tender documents and will also upload such clarification on
www.tenders.tn.gov.in/ www.sipcot.tn.gov.in. The Managing Director will neither make nor be
responsible for any oral instructions. Request for clarification should be brought to the notice of
the Managing Director, in writing, before 48 hours of the opening of the tender.
9. AMENDMENT OF TENDER DOCUMENT
SIPCOT whether on its own initiative or as a result of a query, suggestion or comment of an
Applicant or a Respondent, may modify the tender document by issuing an addendum or a
corrigendum at any time before the opening of the tender. Any such addendum or corrigendum
will be communicated through mail to all the bidders who had purchased the tender documents
and also will be uploaded on www.tenders.tn.gov.in, www.sipcot.tn.gov.in and the same will be
binding on all Applicants or Respondents or Bidders, as the case may be.
10. AUTHORISATION OF THE BIDDER
The Tender should be signed and sealed on each page by the bidder or by the person who is duly
authorized for the same by the bidder.
11. SUBMISSION OF TENDER IN TWO COVER SYSTEM
(a) Every page of the terms and conditions of the tender document should be signed and sealed and
enclosed with the tender, in token of having accepted the tender conditions. Failing which the
tender will be rejected summarily.
(b) Tenders should be submitted in two parts:
i. Part I - Technical bid (to contain document in support of Eligibility and Technical
Evaluation)
ii. Part II - Price bid
(c) Bidders should ensure submission of all documents along with Part-I and Part-II proposal as
per the Check list given in Annexure-XIII.
(d) Bidders are requested to submit Part I and Part II in a separate sealed cover superscripting as
Part I and Part II respectively. These two Parts namely Part I and Part II must be placed in a
separate sealed cover superscripted as “RFP for the Selection of Consultant for GIS
Mapping & preparation of Geo database for SIPCOT new land banks in Tamil Nadu”
and addressed to “The Managing Director, State Industries Promotion Corporation of Tamil
Nadu Limited, 19-A, Rukmani Lakshmipathy Salai, Egmore, Chennai 600 008”, containing the
name and address of the Bidder. Tenders submitted with unsealed cover would summarily
be rejected.
(e) Tenders should be dropped only in the tender box kept at “State Industries Promotion
Corporation of Tamil Nadu Limited, 19-A, Rukmani Lakshmipathy Salai, Egmore, Chennai
600 008” on or before 3.00 PM of 07.10.2020”. Tenders will not be received by hand.
(f) Alternatively, the tenders can be submitted through registered post so as to reach the above
address on or before 3.00 PM of 07.10.2020. Tenders received after the specified time will not
be considered and SIPCOT will not be liable or responsible for any postal delays.
A tender once submitted shall not be permitted to be altered or amended.
(Signature of the Bidder with Seal)
8|P a g e
12. EARNEST MONEY DEPOSIT
a) The Tender should be accompanied by an Earnest Money Deposit (EMD) to the value of
Rs.1,82,000/- (Rupees One Lakh Eighty-two Thousand Only) in the form of a Demand Draft
only drawn on any Indian Nationalized/Scheduled Commercial Bank in favor of “SIPCOT
Ltd.”, payable at Chennai. The EMD in any other form will not be accepted. The Earnest
Money Deposit will be returned to the unsuccessful bidders.
b) The Earnest Money Deposit will be retained in the case of successful bidder and it will not
earn any interest and will be dealt with, as provided in the terms and conditions of the tender.
c) Any request of the bidder, under any circumstances claiming exemption from payment of
EMD will be rejected and their Part II price offer will not be opened.
d) The amount remitted towards EMD is liable to be forfeited in case the bidder fails to execute
the contract after submission of the tender or after acceptance of the offer by SIPCOT or fail
to sign the Agreement or to remit the Security Deposit.
13. VALIDITY
The rate quoted in the Tender should be valid for the acceptance by SIPCOT for a minimum
period of 90 days from the date of opening of the Tender. Escalation in the rates will not be
entertained under any circumstances
14. OPENING AND EVALUATION OF THE TENDER
(a) The tenders received up to 3.00 PM as per the office clock on 07.10.2020 will be taken up
for opening. Tenders received after specified date and time will not be accepted. The Tender
will be opened by the Managing Director or by the Person/Committee authorized by him at
03.30 PM on the same day in the presence of the available Bidders/ representatives of the
Bidders who choose to be present. The Bidders or their
authorizedagentsareallowedtobepresentatthetimeofopeningofthetenders.
(b) The Managing Director or Person/Committee authorized by him will inform the attested and
unattested corrections, before the Bidders and sign all such corrections in the presence of the
Bidders. If any of the Bidders or agents not present then, in such cases the Person/Committee
will open the tender of the absentee Bidder and take out the unattested corrections and
communicate it to them. The absentee Bidder should accept the corrections without any
question whatsoever.
(c) If the date fixed for opening of the tender happens to be a Government holiday, the sealed
tenders will be received up to 3.00 PM on the next working day and opened at 03.30 PM on
the same day.
(d) The Technical bid will be evaluated by the committee of State Industries Promotion
Corporation of Tamil Nadu Limited in terms of the qualification criteria. The
committee reserves the right to disqualify any of the tender in case the Committee is not
satisfied with the documents furnished, including the past performances.
(e) SIPCOT will verify the credentials/ supporting documents, etc., submitted by the tenderers
with the concerned departments/ agencies/ clients before opening of Part II cover and in case
if any discrepancy is found, their Tender will be rejected and their Part-II Cover will not be
opened.
(Signature of the Bidder with Seal)
9|P a g e
(f) Any adverse/not satisfactory remarks on the performance of previous works will entail
disqualification of the tender.
(g) The bidders declared as qualified by the Committee, will be informed the date of opening of
Part II (Price bid).
15. PRICE OFFER
(a) The Price bid should be kept only in the Part II cover.
(b) The price bid should be prepared as per Annexure-XII.
(c) GST should be quoted separately as per the price bid format.
(d) The fee quoted should be inclusive of travel, boarding, lodging and other incidentals in
connection with the completion of the assignment and post technical support for 2 months
with required key personnel as indicated in tender conditions.
(e) The fee quoted by the bidder shall be kept firm for a period specified in the tender from the
date of opening of the tender. The bidder should keep the fee firm during the entire period of
Contract including extension of time if any. Escalation of rate will not be permitted during
the said periods whether extended or not for reasons other than increase of taxes payable to
the Governments in India within the stipulated delivery period.
(f) The price should be neatly and legibly written both in figures and words.
(g) In case of discrepancy between the fee quoted in words and figures, lowest of the two shall
be considered.
(h) Part-II bid should not contain any commercial conditions. Variation in the commercial terms
and conditions of the tender will not be accepted.
(i) The contract is for a period of 6 months from the date of issue of work order and extendable
for further periods upon satisfactory performance on mutually agreed terms and conditions.
(j) Post Technical Support of this for a period of 2 Months.
16. EVALUATION OF FINANCIAL BID
a) The price bid will be evaluated in accordance with Tamil Nadu Tender Transparency Rules
2000 as amended from time to time.
b) The evaluation shall include State Goods & Service Tax (SGST), Central Goods & Service
Tax (CGST) and Integrated Goods & Service Tax (IGST) and other applicable duties /
levies.
c) The bidder should quote in price bid, Part A, which will be taken up for evaluating the
Financial Bid.
(Signature of the Bidder with Seal)
10|P a g e
17. AWARD OF CONTRACT
a) Upon finalization of negotiated rate, SIPCOT will issue the Letter of Acceptance (LoA)
to the successful bidder.
b) SIPCOT reserves the right to award the contract to other technically qualified bidders
who are matching the negotiated price of L-1 bidder, in accordance with the Rule 31(4) of
TNTIT Rules2000.
18. SECURITY DEPOSIT
a) On receipt of the Letter of Acceptance from SIPCOT, the successful bidder should remit a
Security Deposit (SD) of 5% of the contract value in the form of a Demand Draft or Bank
Guarantee drawn on any Indian Nationalized/ Scheduled Commercial Bank in favor of
“SIPCOT Ltd.”, payable at Chennai within 10 (Ten) working days from the date of
receipt of letter of acceptance. The EMD shall be adjusted with the Security Deposit.
b) Any other amount pending with SIPCOT will not be adjusted under any circumstances,
against the Security Deposit if so requested.
c) If the Security Deposit amount is not paid within the time specified, the EMD remitted by
the bidder shall be forfeited, besides cancelling the communication of acceptance of the
Tender.
d) Security Deposit amount remitted will not earn any interest.
19. SERVICE LEVEL AGREEMENT
a) The successful bidder should execute a Service Level Agreement (SLA) as may be
drawn up to suit the conditions on a non-judicial stamp paper of value, as prescribed in
law on the date of remittance of Security Deposit and shall pay for all stamps and legal
expenses incidental thereto within 10 days from the date of issuing of work order by
SIPCOT. In the event of failure to execute the agreement, within the time prescribed, the
EMD/SD amount remitted by the bidder will be forfeited besides cancellation of the
Tender.
b) Commencement Date the tenderer has to commence the work within 15 days from the
Agreement date. Any delay in commencement beyond the 15 days shall invite penalty
clause and if it is beyond 30 days the Order on the tender to be cancelled and Security
Deposit will be forfeited. The penalty for non-commencement of work up to 30 days will
be
i. Up to 15 days from the date of Agreement - No penalty
ii. 15-30 days - Rs.5000 per each day
(Signature of the Bidder with Seal)
11|P a g e
22.
FORCE MAJEURE
a) The successful tenderer shall not be liable for penalty or termination for default if and to
the extent that it’s delay in performance or other failure to perform its obligations under
the Contract is the result of an event of Force Majeure.
b) For purposes of this clause, “Force Majeure” means an event beyond the control of the
tenderer and not involving the successful tenderer/ fault or negligence, and not
foreseeable. Such events may include, but are not restricted to, acts of the SIPCOT
Chennai in its capacity as a buyer, wars or revolutions, terrorist attacks, fires, floods,
epidemics, quarantine restrictions and freight embargoes.
c) If a Force Majeure situation arises, the tenderer shall promptly notify the SIPCOT
Chennai in writing of such condition and the cause thereof. Unless otherwise directed
by the SIPCOT Chennai in writing, the tenderer shall continue to perform its obligations
under the Contract as far as is reasonably practical and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.
20. ISSUE OF WORK ORDER
After payment of Security Deposit and successful execution of the agreement, work order
will be issued by SIPCOT.
21. PROJECT DELIVERABLES AND TIMELINE
Sl. No. Project Milestone Timeline in days
1 Date of execution of contract agreement and Team Mobilization
T(date of agreement)
2 Drone survey, Cadastral level data collection T+90 days
3 Submission of ground verified
Geo-database T+120 days
4 Submission of draft maps on Existing SIPCOT GIS
platform consisting of attribute data from surveys and
complete GIS mapping digitalizationof data finalization,
and compatibility integration with SIPCOT data base and
post technical support of web GIS portal with E-
governance, draft presentation to SIPCOT committee
T+150 days
5 Approval from SIPCOT Authority T+180 days
6 Commencement of operations and compatibility integration with SIPCOT data base and post technical support
Within 15 days from
the date of agreement
(Signature of the Bidder with Seal)
12|P a g e
23. PAYMENT TERMS
Sl. No. Key Activities/ Milestones Payment
(% of total
fee)
1 Drone survey, Cadastral level data collection 15%
2 Submission of ground verified Geo-database 15%
3 Submission of draft maps on Existing SIPCOT
GIS platform consisting of attribute data from
surveys and complete GIS mapping
digitalization of data finalization, and
compatibility integration with SIPCOT data base
and post technical support of web GIS portal
with E-governance, draft presentation to
SIPCOT committee
25%
4 Approval from the SIPCOT Authority 40%
5 After completion of post technical support period
5%
TOTAL 100%
24. PENALTY
a) If the successful tenderer fails in the due performance of his contract within the time fixed
by the SIPCOT or any extension thereof, the successful tenderer shall be liable to pay
penalty for the delay in delivery of product of the mentioned area at the rate of half (1/2)
percent of the Agreement cost per week subject to the maximum of 5% of the Agreement
cost.
25. TERMINATION OF CONTRACT
SIPCOT reserves right to terminate of the contract at any time during the validity period on
account of non-fulfillment of contract on any count. This will be in addition to SIPCOTs right
to allot the contract to another tenderer at the risk and cost of the tenderer.
26. GENERAL CONDITIONS
(a) Conditional tender in any form will not be accepted.
(b) SIPCOT reserves the right or relax or waive or amend any of the tender conditions.
(c) The right of final acceptance of the tender is entirely vested with SIPCOT and reserves
the right to accept or reject any or all the bidders in part or in totality or to negotiate or to
withdraw/cancel/modify this tender without assigning any reason what so ever. The
quantity mentioned in TOR are only indicative.
(Signature of the Bidder with Seal)
13|P a g e
(d) After acceptance of the tender by SIPCOT, the bidder will have no right to withdraw his
tender.
(e) The successful tenderer shall not directly or indirectly transfer, assign or sublet the
contract or any part, share or interest therein nor shall take a new partner without written
consent of SIPCOT provided nevertheless any such consent shall not relieve the tenderer
from any obligation, duty or responsibility under the contract.
(f) SIPCOT reserves the right to increase or reduce the indicative quantity of work to the
extent 25% in accordance with Clause 14(9) of Tamil Nadu Transparency in Tender
Rules2000.
(g) Any notice regarding any problems, to the bidder shall deemed to be sufficiently served,
if given in writing at his usual or last known place of business.
(h) In the course of discussion and instruction SIPCOT may disclose information of
confidential and proprietary nature relating to the industrial parks, knowhow, to the
bidder. Such information shall be considered as confidential.
27. ARBITRATION
(a) In case of any dispute in the bid, including interpretation if any on the clauses of the bid
or the agreement to be executed, the matter shall be referred by SIPCOT/ bidder to an
arbitrator who shall be selected by the bidder from the panel of arbitrators approved by
SIPCOT the same within 15 days, from the date of receipt of the letter from the SIPCOT
along with the panel. If there is no reply from the bidder within 15 days, SIPCOT shall
choose any of the arbitrators from the panel of arbitrators referred to above. The
remuneration for the arbitrator and other expenses shall be shared equally by SIPCOT
and the bidder.
(b) The venue of the Arbitration shall be at the Head office of SIPCOT, Chennai. The
decision of the Arbitrator shall be final and binding on both the parties to the Arbitration.
(c) The Arbitrator may with the mutual consent of the parties, extend the time for making the
award. The award to be passed by the Arbitrator is enforceable in the Court at Chennai
city only.
28. IPR/OWNERSHIP
The Deliverables prepared by the consultant and submitted to SIPCOT under this engagement
shall belong to and remain the property of SIPCOT except (i) the pre-existing intellectual
property rights of consultant to the extent incorporated in the Deliverables (ii) any new
intellectual property developed by consultant during the course of performance of the contract
(collectively “Consultant IPR”) which shall continue to belong to consultant.
(Signature of the Bidder with Seal)
14|P a g e
29. JURISDICTION OF THE COURT
Any dispute arising out of non-fulfillment of any of the terms and conditions of this
Agreement or any other dispute arising out of the arbitration award will be subject to the
jurisdiction of the Courts in the City of Chennai only.
30. POST TECHNICAL SERVICES
a) As a part of Post-Technical support services, the successful bidder shall undertake the
following services for the period of 2 months from the date of Implementation
Completion Certificate by SIPCOT
Post Technical Support (PTS)
i. Successful Bidder would be completely responsible for the defect free
functioning of the data layers.
ii. Resolve any issues including editing, corrections and projections etc., so that a
seamless compatibility with the existing SIPCOT GIS Web Portal with data
layers updating and others within duration mentioned in Post technical support
Level Agreement.
(Signature of the Bidder with Seal)
15|P a g e
TERMS OF REFERENCE
Tender for selection of Consultant for “GIS Mapping & preparation of Geo database for
SIPCOT new land banks in Tamil Nadu” which shall include Base Map, DEM and Contour
map Creation using Drone Survey. The output data layers Compatible to the existing/ongoing
Web GIS based Land & Asset Information system of SIPCOT Portal for all 28 Industrial land
banks) in Tamil Nadu and Post Technical Support of this for a period of 2 months and
accordance with the scope of work, conditions and manner prescribed in this Request for
Proposal (RFP)document.”
1. Introduction
Background:
SIPCOT has rendered fruitful services to the state by identifying, developing, maintaining
industrial areas in backward and most backward taluks of the State, which had potential to
grow. Establish, develop, maintain and manage industrial land banks, parks and growth centers
at various places across the State of Tamil Nadu. SIPCOT's role in assisting the Easy to
Business and industrialization in the State is not only quantitative but also qualitative.
Instead of just accelerating the pace of industrial growth in already developed and densely
populated areas, SIPCOT, as a nodal agency, strives to ensure that disbursal of financial
incentives result in spurt of industrial growth in backward and underdeveloped areas.
To ensure a good impact with the available limited resources, SIPCOT has created Industrial
Land banks strategically located in 28 locations which occupy a place of pride in the State's
industrial map. In this context, SIPCOT Corporation invites all the interested bidders to submit
their technical and financial offers for “GIS Mapping & preparation of Geo database for
SIPCOT new land banks in Tamil Nadu” which shall include Base Map, DEM and Contour
map Creation using Drone Survey. The output data layers Compatible to the existing/ongoing
Web GIS based Land & Asset Information system of SIPCOT Portal for all 28 Industrial land
banks) in Tamil Nadu and Post Technical Support of this for a period of 2 months and
accordance with the scope of work, conditions and manner prescribed in this Request for
Proposal (RFP)document.
The Key objectives are:
The scope of work would inter-alia involve the following:
GIS Mapping & preparation of Geo database
a) Data collection and desk study of land Cadastral maps, Village layout maps, land
records and relevant data for the indicative industrial land banks
(Signature of the Bidder with Seal)
16|P a g e
b) Establishment of sufficient Ground Control Points (GCPs) with reference to the Survey
of India GCPs in all Industrial Land banks.
c) Preparation of drone flight plan including with suitable numbers of Ground Control
Points (GCP), for the generation of Ortho-images, DEM & Contours .Aerial survey
through execution of drone flight over the Areas of Interest (AOI) i.e. Industrial Land
banks and capture the GCP and generation of ortho-image, Contour and DEMs through
implementation of photogrammetric processing of the aerial images.
d) Geo processing of Cadastral maps and land records for preparation of digitized map
layers and land records attributes for the SIPCOT Industrial Land banks.
e) Integration of Cadastral base, Industrial LAND BANKS area of Village boundary map
with the ortho- image in GIS environment Generation of geo-referenced map layers
from Ortho-image, Contour and DEM
f) Integration of digitized Cadastral Land records with spatial data layer sets and
preparation of Geo-database for
o Thematic Data Layers
o Ortho-image
o DEMs
o Contour
o Industrial land bank boundary
o Cadastral Revenue boundary
o Vacant land
o Road network and utility (Water/Power etc.) if any,
g) Land-use of the AOI of LAND BANKS (Also Roads, Utilities, Open Space, Other
built-up/non built-up areas if any) Ground verification of land use of the areas and
collection of photographs/ attribute data etc.
i. For improving services to stake holders for choosing their layouts
ii. For Strategic planning and long-term planning for Future projects.
iii. Creating summarized reports from the data base.
iv. To have Geo-data in universal web portal format.
v. Hence, SIPCOT intends to adopt a two stage Tendering process for the selection
of the Successful Tenderer(s) to conduct “GIS Mapping & preparation of Geo
database for SIPCOT new land banks in Tamil Nadu” which shall include Base
Map, DEM and Contour map Creation using Drone Survey. The output data
layers Compatible to the existing/ongoing Web GIS based Land & Asset
Information system of SIPCOT Portal for all 28 Industrial land banks) in Tamil
Nadu and Post Technical Support of this for a period of 2 months and
accordance with the scope of work, conditions and manner prescribed in this
Request for Proposal (RFP)document.
(Signature of the Bidder with Seal)
17|P a g e
Project Area & Details
Sl. No Name of the Complex/ Park/ Growth Centre Land Acquired
in Acres
1 Virudhunagar -(Virudhunagar and Sattur 1,500.36
2 Sivagangai 793.57
3 Thoothukudi Phase - II - (Thoothukudi & Ottapidaram) 1,503.42
4 Oragadam Expn -II (Vaipur-Mathur) -Kancheepuram
/Sriperumbudur 611.89
5 Tindivanam -( Villupuram) 694.42
6 Manapparai- ( Tiruchirapalli ) 1,077.05
7 Panapakkam - ( Ranipet/Arakonam) 1,163.67
8 Manallur-Soorapoondi-( Tiruvallur / Gummidipoondi ) 706.57
9 Hosur Phase-III ( Krishnagiri) 701.42
10 Thathanur Industrial Park-(Tiruppur/Avinashi ) 889.89
11 Thoothukudi Industrial Complex (Velayuthapuram
Scheme) -Thoothukudi / Vilathikulam 355.16
12 Nagapattinam Food Park-( Nagapattinum / vedaranyam
) 250.00
13 Industrial Housing Scheme -(Kancheepuram
/Sriperumbudur) 17.65
14 Sengathakulam Scheme- (Tiruvallur/ Uthukottai) 629.20
15 Varaipatti Scheme- (coimbatore / Sulur ) 421.41
16 Sriperumbudur Industrial Park (Mambakkam scheme) -
(Kancheepuram District) 185.22
17 Nemili Industrial Park (Kancheepuram District) 228.87
18 Maduramangalam Industrial Park (Kancheepuram
District) 468.00
19 Vaipur-Mathur Industrial Park (Kancheepuram
District) 611.87
(Signature of the Bidder with Seal)
18|P a g e
Sl. No Name of the Complex/ Park/ Growth Centre Land Acquired
in Acres
20 Hosur Industrial Park, Phase-III (Krishnagiri District) 701.43
21 Kurubarapalli Industrial Park, Phase-II & III
(Krishnagiri District) 104.16
22 Dharmapuri Industrial Park (Dharmapuri District) 1,733.40
23 Silanatham Industrial Park (Thoothukudi District) 406.57
24 Vaippar Industrial Park (Thoothukudi District) 1,129.17
25 Manakudi Industrial Park (Ramanathapuram District) 224.65
26 Sakkarakottai&Pattinamkathan Industrial Park
(Ramanathapuram District) 312.87
27 Theni Industrial Park 554.98
28 Mannalur Industrial Township - (Tiruvallur /
Gummidipoondi ) 1,790.00
Grand Total in Acres 19,766.87
2. DDELIVERABLES:
The tenderer has to prepare the following Images / themes (Layers) in GIS formats
under the proposed work.
a) Geo-database
b) Data layers compatible SIPCOT Web-GIS Portal
c) Report document as per the clients required format.
Images:
Seamless mosaic of Geo-referenced drone captured images in Geo-Tiff format for each
indented AOI of land bank for SIPCOT.
Shape files:
As per the required thematic geometry (Point, Line and Polygon) as shown in the table.
Data Layers:
a) Ortho-image
(Signature of the Bidder with Seal)
19|P a g e
b) DEMs
c) Contour
d) Indicative Industrial LAND BANKS boundary
e) Cadastral Revenue boundary
f) Land use /category of the AOI for the land bank
g) Existing-water bodies-Road-network and-utility, etc.
Land-use of the proposed LAND BANKS, Vacant Land, Roads, Utilities, Open Space,
Other built-up/non built-up areas
Point Theme:
1) Elevation points at every 10 m grid within the industrial area.
Line Theme:
a) Elevation contour not morethan0.5m
Note: As soon as, once the specified area is completed, the tenderer has to submit all
the data / materials collected for the project (both soft copy & hardcopy)
b) The deliverables shall undergo QC and the QC report shall be obtained within 15
days from the data or submission
c) The Demo should be shown after the integration of the final digital data in the GIS
format in the SIPCOT WEB portal.
d) Mapping scale for hard copy should be 1:500
e) The permissible error in tallying with existing boundaries is 5 cm only
3. Non –Disclosure:
a) The consultancy firm will not, except as authorized or required by the consultancy firm’s
duties hereunder, reveal or divulge to any person or entity any information concerning the
Corporation business, finances, transactions or other affairs of Corporation which may
come to the consultancy firm knowledge during the continuance of this agreement, and
the consultancy firm will keep in complete secrecy all confidential information entrusted
to the consultancy firm and will not use or attempt to use any such information in any
manner which may injure or cause loss either directly or indirectly to SIPCOT’s interests.
This restriction will continue to apply after the termination of this agreement without limit
in point of time but will cease to apply to information or knowledge which may come into
(Signature of the Bidder with Seal)
20|P a g e
the public domain. The format of the non-disclosure is given in the Annexure4.
4. General:
a) All data collected by the Consultant shall be made available to the Client in proper
organized format and this data shall remain the property of the Client.
b) The data collected and the research results of the Consultancy shall not be divulged to other
agencies without the explicit approval of the Client.
c) All reports should be submitted in hard and soft copy. Reports should be in Microsoft Word
format, maps and drawings should be in the compatible format available with the Client.
(Signature of the Bidder with Seal)
21|P a g e
ENGINEERING DATA
The following are the Data layers Geometry with a Compatible in NUIS standard
Sl.No. Name of Layer Vector
Representation
Source
1 New Land Bank AOI Boundary Polygon SIPCOT & Field Survey
2 New Land Bank Village
Boundary
Polygon Survey and Land Record Department
Cadastral map & Field survey
3 New Land Bank Cadastral
Boundary
Polygon Survey and Land Record Department
Cadastral map & Field survey
4 Land Use Classification
Boundary
Polygon Drone Image , Cadastral map &
Field survey
5 Water Bodies/Drainage Polygon/Line/Dou
ble line Drone Image & Field survey
6 Road/Railway Network Line/Double line Drone Image & Field survey
7 DEM/DSM/CONTOUR Line/Polygon Drone Image & Field survey
8 DGPS/GCP Point Drone Image & Field survey
* The above is only tentative structure and they are subject to changes.
(Signature of the Bidder with Seal)
22|P a g e
ANNEXURE - I
PART-I
Date:
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
State Industries Promotion Corporation of Tamil Nadu Limited,
19-A, Rukmani Lakshmipathy Salai, Egmore,
Chennai - 600 008.
Sir,
Sub: Request for proposal for selection of Consultant for “GIS Mapping & preparation of
Geo database for SIPCOT new land banks in Tamil Nadu” which shall include Base Map,
DEM and Contour map Creation using Drone Survey - Submission of Part I –Reg.
Ref: Your Tender Notice Dt. ..........
With reference to your tender notice, we submit herewith our sealed tender for selection of
consultant for “GIS Mapping & preparation of Geo database for SIPCOT new land banks in
Tamil Nadu” which shall include Base Map, DEM and Contour map Creation using Drone
Survey. The output layers should be compatible with the existing/ongoing Web GIS based Land
& Asset Information system of SIPCOT Portal and Post Technical Support of this for a period
of 2 month and accordance with the scope of work, conditions and manner prescribed in this
Request for Proposal (RFP) document.
We enclose the following documents:
1) Tender conditions duly signed in each page and enclosed in token of accepting the Tender
conditions.
2) Demand Draft for Rs.17,700/- (inclusive of GST) in favor of “SIPCOT Ltd.” payable at
Chennai towards purchase of tender documents
3) Demand Draft for Rs.1,82,000/- in favour of “SIPCOT Ltd.” payable at Chennai towards
EMD
4) Authorization letter from the bidder for the person to sign the tender.
5) Details of the Bidder (as per Annexure-II).
6) The copy of certificate of incorporation/registration and copy of Memorandum and
(Signature of the Bidder with Seal)
23|P a g e
Articles of Association.
7) Copy of Registered Partnership deed, in case of Partnership Firm.
8) Copy of PAN allotment Certificate/ PANCARD issued by Income Tax Department in case
of Indian Company.
9) Copy of GST Registration certificate.
10) Latest I.T return for last 3 years (i.e. 2016-17,2017-18,2018-19).
11) Copy of EPF & ESI registration certificate
12) Copy of ISO 9001:2008/2015 Quality Certificate for GIS Services (GIS, GPS & Remote
Sensing)
13) Copy of ISO 27001:2013 Quality Certificate for Information Security
14) Address proof document for having a full-fledged office in Chennai or an undertaking to
setup office at Chennai
15) Annual turnover duly certified by a Chartered Accountant (as per Annexure –III)
16) The Auditor Certified Turnover statement along with Annual Report / certified copies of
Balance Sheet, Profit & Loss statement for the last 3 consecutive financial years i.e. 2016-
17, 2017-18 and 2018-19.
17) Relevant experience of the Company/Firm as per Annexure-IV
18) Work Orders / Completion Certificates in support of the following:
Supporting documents and notarized experience certificate in respect of all clauses of
qualification criteria in Page No.6 ClauseNo.3.
19) Approach work plan and methodology as per Annexure -V
20) CVs of the personnel to be deployed as per Annexure -VI
21) Team composition and tasks assigned as per Annexure –VII
22) List of full-time employees & designation duly certified by the authorized signatory.
23) Declaration for not having blacklisted either by SIPCOT or by any other Govt. agencies
(as per Annexure-VIII).
24) Declaration for not having tampered the Tender documents downloaded from the
websitewww.tenders.tn.gov.in / www.sipcot.tn.gov.in(Annexure-IX).
25) Notarized translated English version of the documents in a language other than
English/Tamil, if any.
Yours faithfully,
SIGNATURE OF THE BIDDER
Encl: As stated above
ANNEXURE – II
DETAILS OF THE BIDDER
(Signature of the Bidder with Seal)
24|P a g e
Sl.
No.
Particulars Description/Details
A Name of Bidder
B Contact Details
Registered Office
Address
Telephone No.
Fax
Website
C Incorporation Details
Incorporation Number
Date of Incorporation
Authority
G Name of Authorized
Signatory
Position
Telephone
Fax
Mobile
H Number & Address of
Offices
a) In Chennai
b) Outside Chennai
(Signature of the Bidder with Seal)
25|P a g e
ANNEXURE – III
ANNUAL TURN OVER CERTIFICATE
The Annual turnover of M/s ................................................................... for the past three years
are given below and certified that the statement is true and correct.
Sl. No. Year Turnover
(Rs. in lakhs)
1. 2016-2017
2. 2017-2018
3. 2018-2019
Total
Average annual turnover
Note: Average Turnover of three consecutive financial years will be considered
DATE :
SIGNATURE OF THE BIDDER
SIGNATURE OF CHARTERED ACCOUNTANT
(With seal and Address)
(Signature of the Bidder with Seal)
26|P a g e
ANNEXURE – IV
FORMAT FOR FIRMS RELEVANT EXPERIENCE
Experience in undertaking GIS based land Information System using Drone Survey in
cadastral scale for any Central / State Government Departments/ Government Organizations’/
Government Agencies/ Urban Local Bodies / Smart City SPVs/ Public Sector Undertaking
projects in India – completed/ongoing projects
Name of the project
Scope of work
Scale of mapping
Area covered under the project (acres)
Cost of the Project
Consultancy Fee of the assignment
Name & address of the client
Contact Person & Phone number
Commencement date
Completion date
Work Order and Completion Certificate enclosed(Yes/No)
Experience in undertaking DGPS Survey & Mapping in India for Central / State Government
Departments/ Government Organizations’/ Government Agencies/ Urban Local Bodies / Smart
City SPVs/ Public Sector Undertaking projects in last 5 years.
Name of the project
Scope of work
Cost of the Project
Consultancy Fee of the assignment
Name & address of the client
Contact Person & Phone number
Commencement date
Completion date
Work Order and Completion Certificate enclosed(Yes/No)
(Please provide the details for each project in separate sheet along with work order and
completion certificate from client)
(Signature of the Bidder with Seal)
27|P a g e
Experience in large scale mapping at 1:500 scale or higher (including data capture,
vectorization, ortho-rectification and production) using UAV & Structure from Motion
(SFM) Photogrammetric in India for any Central / State Government departments/ Government
Organizations / Government Agencies/ Urban Local Bodies / Smart City SPVs/ Public Sector
Undertaking projects in India.
Name of the project
Scope of work
Cost of the Project
Consultancy Fee of the assignment
Name & address of the client
Contact Person & Phone number
Commencement date
Completion date
Work Order and Completion Certificate
enclosed(Yes/No)
(Please provide the details for each project in separate sheet along with work order and
completion certificate from client)
(Signature of the Bidder with Seal)
28|P a g e
ANNEXURE - V
DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN
(Understanding of Project)
GIS Mapping & preparation of Geo database for SIPCOT new land banks in Tamil Nadu which
shall include Base Map, DEM and Contour map Creation using Drone Survey. The output data
layers compatible to the existing/ongoing Web GIS based Land & Asset Information system of
SIPCOT Portal for all 28 Industrial land banks) in Tamil Nadu and Post Technical Support of
this for a period of 2 month
a) Understanding of TOR, Technical Approach and Methodology
b) Work Plan
Understanding of TOR, Technical Approach and Methodology: The bidder should explain
the understanding of the objectives of the assignment, approach to the services, methodology
for carrying out the activities to obtain the expected output and the degree of detail of such
output. The bidder should highlight the problems to be addressed along with their importance
and explain the technical approach the bidder would adopt to address them. The bidder should
also explain the proposed methodologies to adopt and highlight the compatibility of those
methodologies with the proposed approach.
Work Plan: The bidder should propose the main activities of the assignment, their content and
duration, phasing and interrelations, milestones (including interim approvals by the Client) and
delivery dates of the reports. The proposed work plan should be in the form of bar chart and
consistent with the technical approach and methodology, showing understanding of the scope of
work and ability to translate them into a feasible working plan. A list of the final documents,
including reports, presentations, data, etc. to be delivered as outputs, should be included here.
Note: Clear articulation, description and Extent of compliance to technical requirements
specified in the scope of work to be submitted along with Strength of the Bidder to provide
services including examples or case studies of similar solutions deployed for other clients.
(Signature of the Bidder with Seal)
29|P a g e
ANNEXURE – VI
Curriculum Vitae for proposed Professional Staff
Sl. No.
Details
1. Proposed Position [only one candidate
shall be nominated for each position Expert]
2. Name of Staff [Insert full name]
3. Date of Birth
4. Nationality
5. Education [Indicate college/university and other specialized
education of staff member,
giving names of institutions, degrees obtained and dates of
obtainment]
6. Total No. of years of experience
7. Total No. of years with the firm
8. Areas of expertise and no. of years of experience in this area (as
required for the Profile - mandatory)
9. Certifications and Trainings attended
10. Details of Involvement in Projects (only if involved in the same):
11. Membership of Professional Associations
12. Employment Record [Starting with present position and last 2
firms, list in reverse order, giving for each employment (see
format here below): dates of employment, name of employing
organization, positions held.]:
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Value of Project (approximate value or range value):
Activities performed:
13. Work Undertaken That Best Illustrates Capability to Handle the Tasks Assigned
14. Name of the Assignment
15. Year
16. Location
28. Main Project Features
18. Positions Held
19. Activities Performed
(Signature of the Bidder with Seal)
30|P a g e
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes me, my qualifications, and my experience. I understand that any willful misstatement
described herein may lead to my disqualification or dismissal, from the assignment if engaged.
Date:
[Signature of staff member or authorized representative of the staff] Day / Month / Year
Full name of authorized representative:
SIGNATURE OF THE TENDERER
(Signature of the Bidder with Seal)
31|P a g e
ANNEXURE - VII
TEAM COMPOSITION AND TASK ASSIGNED
Resource
Category
Nos. Minimum Requirements Name of
Staff with
qualificati
on on
&
experience
Area
of
Expe
rtise
Posit
ion
Assig
ned
Tasks
Assig
ned
Implementation Period
Team Leader 1 M.E / M. Tech / MCA/
M.Sc./ Post Graduation
Diploma in Geography /
Remote Sensing& GIS/
Computer Science/Geo-
informatics with 15+
years of experience.
Skills:
Experience in Spatial
Data bases / Remote
Sensing / Urban
Planning /Socio-
economic data with GIS
and Handling a Team of
experts. Overall team
monitoring as per the
agreed project plan for
executing the
assignment within the
period of 6 months
Interaction &
communication with the
SIPCOT. Reporting to
the SIPCOT and for
reviews. Facilitating the
survey and data updates
team in every aspect.
Random QC of survey
and digitized data.
(Signature of the Bidder with Seal)
32|P a g e
Deputy Team
Leader
1 Masters/Post-
Graduation Diploma in
Geography/ Remote
sensing & GIS/ Geology
/ Geo-informatics with
an experience of
minimum 10 years
Image corrections.
Skills
o GIS Data digitization
o GIS Data export and
import.
o Report to the team leader
o Random QC of surveyors
and data creation
(Signature of the Bidder with Seal)
33|P a g e
Post project Technical support Period
GIS Analyst 01 B.E / B.Tech in civil
engineering/ Post-
Graduation Diploma in
Remote Sensing & GIS
with a minimum of 8
years of experience in
Data digitization, Data
export, import Data,
error fixing, and
Printing layouts etc.,
GIS Application
Developer
01 B.E / B.Tech/Masters in
Computer Application
with minimum of 3 years
of experience in GIS
Application development
Web- GIS application
development, Geo-
database design
&development
SIGNATURE OF THE BIDDER
(Signature of the Bidder with Seal)
34|P a g e
ANNEXURE – VIII
CERTIFICATE
Date:
Certified that M/s.........................................................../ the firm /company or its partners /
shareholders have not been blacklisted by SIPCOT or by any other Government Agencies in
India.
SIGNATURE OF THE BIDDER
(with seal and address)
(Signature of the Bidder with Seal)
35|P a g e
ANNEXURE - IX
DECLARATION FORM
Date:
a) I/We .............................................................................................................. having our
Office at declare that I/We have carefully read all the conditions of tender sent to me/us
by SIPCOT, for the tenders floated vide tender ref. no. for the selection
of Consultant for “GIS Mapping & preparation of Geo database for SIPCOT new land
banks in Tamil Nadu” which shall include Base Map, DEM and Contour map Creation using
Drone Survey. The output data layers Compatible to the existing/ongoing Web GIS based Land
& Asset Information system of SIPCOT Portal for all 28 Industrial land banks) in Tamil Nadu
and Post Technical Support of this for a period of 2 months and complete the contract as per
the tender conditions.
b) I/We have downloaded the tender document from the internet site
www.tenders.tn.gov.in, www.sipcot.tn.gov.in and I /We have not tampered / modified the
tender document in any manner. In case, if the same is found to be tampered / modified, I/ We
understand that my/our tender will be summarily rejected and full Earnest Money Deposit will
be forfeited and I /We am/are liable to be banned from doing business with SIPCOT or
prosecuted.
SIGNATURE OF THE BIDDER
(with seal and address)
(Signature of the Bidder with Seal)
36|P a g e
ANNEXURE- X
CLARIFICATION ON TENDER DOCUMENT FORMAT
BIDDER’S REQUEST FOR CLARIFICATION
Name and Address of the
Organization submitting
request
Name and Position of Person
submitting request
Contact Details of The
Organization / Authorized
Representative
Mr. K Geeta Devi Manager
Tel: 044 – 45261777
Fax: 044 –28553746/42287333
Email: projects@sipcot.in
Sl.
No.
Reference(s)
(Section, Page)
Content of Tender requiring
Clarification
Points of clarification
required
1
2
3
SIGNATURE OF THE BIDDER
(with seal and address)
(Signature of the Bidder with Seal)
37|P a g e
ANNEXURE - XI
PART-II
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
State Industries Promotion Corporation of
Tamil Nadu Limited, 19-A, Rukmani
Lakshmipathy Salai, Egmore,
Chennai 600 008.
Sir,
Sub: Request for Proposal for “Selection of Consultant for GIS Mapping & preparation of Geo
database for SIPCOT new land banks in Tamil Nadu” which shall include Base Map, DEM and
Contour map Creation using Drone Survey - Submission of Part – II – Price Offer - Reg.
Ref:- Our tender (Technical Bid) submitted for the above-mentioned work.
In continuation of our above tender, we submit herewith the price offer for Request for Proposal
for selection of consultant for “GIS Mapping & preparation of Geo database for SIPCOT new land
banks in Tamil Nadu” which shall include Base Map, DEM and Contour map Creation using
Drone Survey. The output layers should be compatible with the existing/ongoing Web GIS based
Land & Asset Information system of SIPCOT Portal and Post Technical Support of this for a
period of 2 months and complete the contract as per the tender conditions. We agree to abide by
the terms and conditions stipulated by SIPCOT and also agree to complete the entire contract, at
the fees quoted by us. The fee quoted and approved by SIPCOT in this tender will hold good as
per tender conditions.
Yours faithfully,
SIGNATURE OF THE BIDDER
(Signature of the Bidder with Seal)
38|P age
PRICE BID – Annexure – XII
Name of Work : Request for proposal for Selection of Consultant for GIS Mapping and Preparation of Geo Database for
SIPCOT new land banks in Tamil Nadu
PART - A
Description
Unit
Basic
Price
per Acre
(Rs.)
GST
per
Acre
(Rs.)
Total
Amount
(inclusive
of all
Taxes) per
Acre (Rs.)
GIS Mapping & preparation of Geo database for SIPCOT new land
banks in Tamil Nadu” which shall include Base Map, DEM and Contour
map Creation using Drone Survey. The output data layers Compatible to
the existing/ongoing web GIS based Land & Asset Information system
of SIPCOT Portal for all 28 Industrial land banks) in Tamil Nadu and
Post Technical Support of this for a period of 2 months and complete
the contract as per the tender conditions.“(as defined in the Scope of
Work) for uploading the data in SIPCOT web portal For user
friendly application intended for SIPCOT INVESTORS
One
Acre
(Amount in words Rupees ............................................................................................................................................................................... )
(Signature of the Bidder with Seal)
39|P age
1. The rate shall be quoted as per the above format. Basic rates and taxes should be indicated separately
2. The rates shall be quoted in figure and words and only one rate shall be quoted for each Item.
3. Conditional tenders will not be accepted and rates once fixed shall be valid for the entire period of the contract.
4. The quantities mentioned are indicative only. The payment shall be made as per actual.
5. In case of discrepancy in the rates quoted between figures and words, the lowest will prevail.
6.I/we understood that the Quantities mentioned are only indicative and the payment shall be made
based on the quantities covered and the rate quoted by me / us.
7. I / we understood that there is no separate payment for the Engineering survey and integration of
the same with G.I.S we have reviewed all the terms and conditions of the Tender document and
would undertake to abide by all the terms and conditions contained therein.
8.I/We hereby declare that there are, and shall be, no deviations from the stated terms in the Tender
Document. We are ready to undertake the assignment with the rates quoted above for the specified
area.
Signature of Bidder with Company seal.
(Signature of the Bidder with Seal)
40|P a g e
ANNEXURE – XIII
CHECKLIST OF DOCUMENTS
Documents to be enclosed in Part-I:
Sl.
No.
Checklist Enclosed
(Yes/No)
Reference in the
Bid (Page No.)
1. A covering letter on your letter head addressed to
The Managing Director, SIPCOT. (as per Annexure - I)
2. Tender conditions duly signed in each page and
enclosed in token of accepting the Tender conditions.
3. Demand Draft for Rs.17,700/- (inclusive of GST) in
favor “SIPCOT Ltd.” payable at Chennai towards
purchase of tender documents.
4. Demand Draft for Rs.1,82,000/- in favour
“SIPCOT Ltd.” payable at Chennai towards EMD
5. Authorization letter from the bidder for the
person to sign the tender
6. Details of the Bidder (as per Annexure-II)
7. The copy of certificate of incorporation
/registration and copy of Memorandum and
Articles of Association.
8. Copy of Registered Partnership deed, in case of
Partnership Firm.
9. Copy of PAN allotment Certificate/ PANCARD
issued by Income Tax Department in case of Indian Company
10. Copy of GST Registration certificate.
11. Latest I.T return for last Financial Years
(i.e.2016-17,2017-18, 2018-19)
12. Copy of EPF & ESI Registration Certificate
13. Copy of ISO 9001:2008 Quality Certificate for
GIS Services (GIS, GPS & Remote Sensing)
14. Copy of ISO 27001:2013 Quality Certificate for
Information Security
15. Address proof document for having a full-fledged
permanent office in Chennai or an undertaking to setup office at Chennai.
16. Average annual turnover duly certified by a
Chartered Accountant (as per Annexure-III).
(Signature of the Bidder with Seal)
41|P a g e
17. The Auditor certified Turnover statement along
with Annual Report / certified copies of Balance Sheet, Profit & Loss statement for the last 3
(Signature of the Bidder with Seal)
42|P a g e
Sl.
No.
Checklist Enclosed
(Yes/No)
Reference in the
Bid (Page No.)
consecutive financial years i.e. 2016-17, 2017-18
and 2018-19.
18. Relevant experience of the Company/Firm as per
Annexure-IV
19. Work Orders /Completion Certificates in support
of Qualification criteria
20. Approach work plan and methodology as per
Annexure – V
21. CVs of the personnel to be deployed as per
Annexure – VI
22. Team composition and tasks assigned as per
Annexure – VII
23. List of full-time employees & designation duly
certified by the authorized signatory
24. Declaration for not having blacklisted either by
SIPCOT or by any other govt. agencies (as per
Annexure-VIII).
25. Declaration for not having tampered the Tender
documents downloaded from the website
www.tenders.tn.gov.in/www.sipcot.in (as per
Annexure-IX).
26. Notarized translated English version of the
documents in a language other than English/Tamil, if any.
Documents to be enclosed in Part-II
Sl. No.
Checklist Enclosed
(Yes/No)
1. A covering letter on the letter head addressed to The
Managing Director, SIPCOT (as per Annexure-XI)
2. Price Bid as per Annexure-XII of the Tender document
3. Breakup-statement for arriving the rate and amount
considering time duration, Experts remuneration and other
costs
Note: Tenders submitted in unsealed cover would summarily be rejected.
SIGNATURE OF THE BIDDER
Recommended