Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
Selection of Consultant for preparation of Detailed Project Report (DPR) and Master Layout Plan for setting up Leopard
Safari Park with Rescue Center at Khodamba, Mandvi, District-Surat and Dokpatal, Waghai, District-Dangs
EOI Document
Selection of Consultant for preparation of Detailed Project Report (DPR), Master Layout
Plan for setting up Leopard Safari Park with Rescue Center at Khodamba, Mandvi,
District-Surat and Dokpatal, Waghai, District-Dangs
November 2019
Issued By: GOVERNMENT OF GUJARAT, SURAT FOREST DIVISION
Notice inviting Expression of interest for appointment of consultant
Forest department through Gujarat state issued resolution regarding establishment of Safari
cum rescue center at Khodamba , Taluka – Mandvi , District – Surat and Dokpatal, Waghai,
District-Dangs Gujarat with the broad vision to create people awareness and promote
ecotourism and conservation/protection of leopards in co-existence manner.
Leopard Safari Park with Rescue Centre is a proposed project of the Gujarat Forest Department,
Government of Gujarat. The proposed project is coming up at two sites namely:
1. Khodamba, Taluka-Mandvi, Surat Forest Division, District- Surat in an area of 50 hectare.
2. Dokpatal, Taluka-Waghai, South Dangs Forest Division, District-Surat in an area of 32
hectare.
The primary objectives of this safari park with rescue center are:
1. To make people aware of leopard and its habitats
2. To protect the leopard from the people, affected by leopard intrusions.
3. To provide timely veterinary care and treatment.
4. To create livelihood opportunities for local people
5. Promoting ecotourism in a sustainable way
Surat Forest Division, Gujarat Forest Department on behalf of itself and South Dangs Forest
division hereby invites proposals from eligible agencies or individuals for APPOINTMENT OF
CONSULTANT for proposed new project namely Leopard Sari Park & Rescue Centre, at
Khodamba and Dokpatalin the state of Gujarat.
As per the conditions of the Central Zoo Authority a detailed master plan for long term
development of the Leopard Safari Park with Rescue Centre, has to be prepared for the
approval of Central Zoo Authority under section 38H (1) of the Wild Life (Protection) Act1972.
Tender notice is published for submission of expression of interest from interested firm/
organization/ person/ group of persons for the appointment as Consultant for the preparation of
the Master Plan, Detailed Project Report(DPR)for the Leopard Safari Park with Rescue Centre
at Khodamba and Dokpatal.
Interested Firms/Organizations/Resource Persons/ Group of Resource Persons may submit their
expression of interest for appointment as consultants for the above-mentionedpurpose.
(A) Eligibility Criteria:
1. The proposal, may be submitted by an individual or consulting firm or consortium engaged in
zoo/safari consulting business continuously since last three years.
2. The CONSULTANT, as sole entity or as Consortium, must have an established and
demonstrable track record of rendering all of the following services:
(i) Writing of DPR and Master Plan for Zoos.
(ii) Designing of Master lay out plan and enclosures
(iii) all the preparatory works for getting requisite permissions from CZA and MoEF&CC
including preparation of FCA proposal if required.
3. Have experience and capacity to engage and co-ordinate a multi-disciplinary team of experts.
The proposals should contain necessary documents to prove your eligibility according to the
above criterion.
(B) Scope of work
• To prepare Master Plan layout for discussion and approval. Master layout plan shall be
approved by CZA.
• To establish a “benchmark” for the project based on detailed case studies of other
recognized similar projects.
• To prepare Comprehensive Concept Plan (CCP) for discussion and approval.
• To prepare the Draft Preliminary Project Report (DPPR), along with designs, detailed
drawings and specifications of material for each component of work.
• On approval of the DPPR, the Preliminary Project Report (PPR) will be prepared,
incorporating all the suggestions made by the competent authority.
• This PPR mainly design/layout will be submitted to the Central Zoo Authority (CZA) for
approval, wherever necessary, and on this approval, to prepare the Detailed Project Report
(DPR), incorporating all the suggestions & guidelines made by the CZA.
• Each detailed project report shall cover all the aspects of business, from analyzing the
market, confirming availability of various necessary know how, infrastructures, logistic,
storage etc along with forecasting of the financial requirements.
• Project Report should be as per prevailing norms, Rules, Regulations, Standards, by
Ministry of Environment, Forest and Climate Change (MoEF&CC), State & Central
Government in India for availing the grants of Central & State Government Schemes, if
necessary.
• To prepare project report chapter wise containing all required aspects for Development
Commissioning & Operation of the Safari park with rescue center and required Govt.
approvals & registrations shall be obtained.
• Exploring and proposing multiple viable financial options for running the Safari Park with
recue center as a successful business model.
• After required available data is furnished, section wise detailed appraisal will be carried
out for:
(a) Animal section, veterinary section, store and feed supply section, maintenance
section, security section, water supply section, sanitary section, education section,
disposal of solid waste and liquid waste sewerage, visitor amenities, lawns and
gardens-landscape section etc.
(b) Collection plan
(c) General safari park with rescue center administration
(d) Research and Training
(e) Conservation Breeding
(f) Sanitation
(g) Education and awareness
Detailed Project Report (DPR) shall also having following information in details.
1. Plant & Machinery:
• List of plant & machinery
• List of critical spares
• Cost quoted by all reputed suppliers
• Cost comparison of key and utility equipment
• Suggested suppliers based on critical evaluation
• Specifications of equipment of suggested suppliers
2. Infrastructure & Utilities:
• Requirement of land as per site plan attached
• Design of Safari Park including all control parameters
• Safari Park equipped with Auto control system
• Building & Infrastructure
• Manpower requirements
• Requirement of utilities (Power, Water with quality & drainage, etc.)
3. Financial Projections:
• Cost of project
• Subsidy State and Central Govt.
• Computation of working capital/ operational maintenance
• Depreciation evaluation
• Sensitivity analysis
• Cost break-even analysis
• Important financial ratios
4. Other important parameters of project:
• Location analysis
• Key factors influencing overall success of the project
• Geography & Climate of surrounding area
• Over & above any other considerations, guidelines, modifications, etc of CZA
and or the competent authority, a preparation of detailed project report (DPR)
for Development / Erection, Commissioning & Operation of safari park with
rescue center shall be taken in to account by the consultant.
The final acceptance of the DPR is subject to the scrutiny and approval of the Central
Zoo Authority, Government of India/Competent Authority of the State Government.
Apart from preparation of Detailed Project Report (DPR) and Master layout plan, the
consultant shall also:
1. Prepare the detailed designs, technical specifications, drawings of enclosures and
all other facilities and amenities.
2. Regular visits of ongoing work to ensure the work is executed as per master plan.
3. Provide 3D renderings, drawings and walk through of the project.
Expected outcomes with time frame:
S.No. Particulars Period 1. Preparation of Master Plan, Concept plan,
Comprehensive Concept Plan (CCP)
15 days from date of award of work.
2. Preparation of Draft Preliminary Project Report
(DPPR)
15 days from the date of submission & Presentation
and approval of Comprehensive Concept Plan (CCP)
3. Preparation of Preliminary Project Report
(PPR)
15 days from the date of approval of Draft Preliminary
Project Report
4. Preparation of Detailed Project Report (DPR) 15 days from the date of approval of Preliminary
Project Report (PPR)
5. Preparation of detailed drawings and technical
specifications
As and when required before issuing the tender of
civil work in consultation with the competent
authority.
Place of execution
The consultants are required to visit both the sites proposed for leopard safari park with rescue
center at Khodamba, Mandvi, District-Surat and Dokpatal, Taluka Waghai District-Dangsfor the
preparation of the Detailed Project Report (DPR).Traveling expenses & conveyance charges will
be borne by consultant. The consultant, at his own responsibility and risk, is encouraged to visit
and examine the site of works and its surroundings and obtain all information that may be
necessary for preparing the offer for subject work before submitting the offer with full
satisfaction. For location and travel route guidance the consultants are required to contact the
office of:
• Range Forest Officer, Mandvi South (Contact number -9909456698) for Khodamba site.
• Superintendent, Vansda National Park (Contact number – 9377387077) for Dokpatal site.
Expected Period of Completion
Six months subject to meeting of CZA for approval of master plan. Depending on the CZA
meeting outcome and the project duration this can be extended by the competent authority in
mutual consultation with the consultant.
Validity of the bid
Six months from award of work order. This can be extended as per the discretion of the DCF
Surat Forest Division or DCF South Dangs Forest Division (as the case may be) based on the
consent of the consultant and availability of funds for the execution of the project. The validity of
bid can be made co-terminus with the duration of execution of the whole project in case the
project is executed in phased manner over a span of time.
General Conditions Of Contract (GCC):
a) The EOI Process is a QCBS Bid System. All technical and commercial documents are to be
enclosed and provided in a sealed envelope as Envelope-1. Financial Bid has to be submitted
by only those bidders who are technically qualified.
b) The EOI Reference No. & Title of assignment is to be mentioned clearly on front top of
envelope in bold letters.
c) Intermixing of envelopes will tantamount to rejection.
d) A tender fee(non-refundable) of Rs. 1500/- by way of Demand Draft in favor of Deputy
Conservator of Forests, Surat payable at Surat of any nationalized bank/scheduled bank has to
be submitted along with application. Further, EMD (Earnest Money Deposit) of value Rs.
1,00,000/- is to be deposited in the form of FD (Fixed Deposit)/BG (Bank Guarantee of any
nationalized bank/Scheduled Bank) to be duly pledged in favour of Deputy Conservator of
Forests, Surat payable at Surat. In case the EMD (Earnest Money Deposit) is in the form of Bank
Guarantee (BG) the same is to be sent in a sealed envelope directly by the issuing Bank along
with the forwarding letter indicating BG No. purpose of the BG etc. EMD (Earnest Money
Deposit) should remain valid for a period of 90 days beyond the final bid validity period i.e. from
the date of opening of financial bid.
e) It will be understood that the Bidders have quoted their rates after inspection of the site.
f) Bidders will have to submit attested copies of related registration certificates along with a
recent passport size photograph of the authorized representative of the bidder, duly attested.
g) The duly selected Agency shall provide a Performance Guarantee for proper performance of
the contract within 7 (seven days) from the date of receipt of letter of award of work. The
Performance Guarantee shall be either in the form of FD (Fixed Deposit) or Bank Guarantee to be
pledged in favor of Deputy Conservator of Forests, Surat and Deputy Conservator of Forests,
South Dangs Forest Divisionseparately. In case the performance Security is in the form of Bank
Guarantee the same is to be sent to the Deputy Conservator of Forests, Surat and Deputy
Conservator of Forests, South Dangs Forest Divisionin a sealed envelope along with the
forwarding letter indicating BG No. purpose of the BG, etc. The amount of the Performance
Guarantee shall be 5% (five percent) of the contract price. Since the project has to be executed
over phased manner, so the Performance Guarantee shall be submitted during the beginning of
financial year after the allotment of funds for the project for that financial year. It means that in
each financial year subsequent to start of the project, performance guarantee will be submitted till
the project is completed. The amount of performance guarantee will be decided by the concerned
DCF based on the fund allotment in that financial year. The Performance Guarantee shall be valid
until the Agency has completed the services in accordance with the contract. The Performance
Guarantee shall be returned to the Agency within 14 days from the completion of scope of work
of the assignment. If the Agency fails to provide the services as per terms and conditions of the
contract, the Authority reserves the right to levy liquidated damages.
h) In the event of
(a) The amount or nature of extra or additional work
(b) Exceptionally adverse climatic conditions.
(c) Other special circumstances, which may occur other than through a default or breach
of contract by the Agency or for which he is responsible.
Being such as fairly to entitle the Agency to extension of time for completion of the works or any
section or part thereof, the Client shall after due consultation with the Agency and determine the
amount of such extension with no financial bearing and shall notify the Agency accordingly.
i) If the selected Agency fails to complete the task as specified in the work order due to reasons
attributable to the Agency and if extension of time is granted, if any in accordancewith this clause
of the GCC, the Agency shall be bound to pay as liquidated Damages a sum of 0.5% (percent) per
week of delay for such default subject to a maximum of 10% of the contract Price.
j) If the Agency fails to fulfill any of the obligations under this contract, the Client, shall be at
liberty to terminate the contract thereby avoiding the contract and will be at liberty to allot the
whole work or balance works to any other party at the risk and cost of the first Agency.
k) In submitting EOI the registered Agency should mention registration number with full present
address and should submit attested copy of the registration certificates.
l) All the relevant documents including Annexures required to be submitted along with the EOI
including the EMD (Earnest Money Deposit) should be submitted in the envelope marked as
Envelope I (Technical Bid).
m) The Envelopes should clearly indicate the name of work, name, address and contact number of
the Agency.
n) The Bidders shall submit a copy of this EOI with every page signed by the Authorizes
signatory and bearing the stamp of the Applicant along with the Technical Proposal.
o) Completion Certificates should indicate the list of Assignments executed by the applicant along
with the date of award of work and completion of work as per work order along with any
extension (if any)
p) Running payment can be made as per milestone payment formula on Prorate basis.
q) Bidders to submit copies of PAN Card., GST no.
r) Any dispute arising out of the contract shall be settled by the Arbitration in the court of Surat
and Ahwa (as the case may be).
s) Any increase or decrease of scope of work with respect to agreed scope shall be cover under
“deviation”, and the cost of the deviation (positive or negative) shall be worked out mutually
between concerned DCF and the consultant keeping in mind the scope of extra work and the bid
price quoted.
t) The agency while employing labor should ensure that all statutory labor laws and regulations
are adhered to.
Information & Instructions to Applicants
1. General
a) All information requested for in the enclosed forms should be furnished against the respective
columns in the form. If information is furnished in separate documents, reference to the same
should be given against respective column. If information is “NIL”, it should also be mentioned
as “NIL” or “NO such case”. If any particular query is not applicable in case of the applicant it
should be stated as “Not Applicable”. However, the applicants are cautioned that not giving
complete information called for in the application in the prescribed forms, not giving it in clear
terms or making any change in the prescribed forms may result in the applicant being
disqualified.
b) All the information must be submitted in English. Overwriting should be avoided. Corrections,
if any, shall be made by crossing out, initialling, dating and rewriting. The bidder shall upload
the scanned copies of the documents of the application (including the annexures and the
demand draft) online.
c) The cost incurred by applicants in preparing this application in providing clarifications or
attending discussions, conferences in connection with this document will be borne by the
applicant. The Client in no case will be responsible or liable for these costs, regardless of the
conduct or outcome.
d) In case the bid document is downloaded from the website, the bidder has to submit a demand
draft towards the cost of the bid document with the proposal.
e) Even though the applicant meets all the qualifying criteria, he may be subject to be disqualified
if he has:
(i) Made untrue or false representation in the form, statement and attachments required.
(ii) Suppressed and concealed facts.
f) The Client reserves the right, without assigning any reasons for its actions and decisions, to:
(i) Amend the scope of the bid.
(ii) Reject or accept any application at its discretion; and / or
(iii) Cancel the qualification process and reject all applications.
(iv) To alter the qualification criteria
(v) Client shall neither be liable for any such actions nor be under any obligation to inform
the applicants of the grounds for its actions and decisions.
g) All corrigendum and addendum to the EOI document shall be uploaded on website only. There
would not be further newspaper advertisements regarding addendum/ corrigendum of the EOI
documents. The responsibility of checking the website shall remain with the bidder only.
h) Withdrawal of an Offer or Proposal: A consultant firm, who is the proposer, may withdraw its
offer at any time before its acceptance, even though the firm might have offered to keep the offer
open for a specified period.
i) Communication of an Offer or Proposal: The communication of a proposal is complete when it
comes to the knowledge of the person to whom it is made. A time is provided in the tender forms
for submission of the tender.
j) Communication of Acceptance: Communication of an acceptance is complete as against the
proposer, where it is put in the course of transmission to him, so as to be out of the power of the
acceptor, and it is complete as against the acceptor when it comes to the knowledge of the
proposer. The medium of communication in government contracts is generally by post and email
and the acceptance is, therefore, complete as soon as it is posted or emailed.
k) Consultants are not permitted to alter or modify their tenders after expiry of the deadline for
receipt of tender till the date of validity of tenders and if they do so, their earnest money will be
forfeited.
l) A tender opening committee (TOC) is nominated to oversee the tender opening process. A
tender box should be inspected by TOC to ensure that the seal/lock is intact before opening it.
m) Rejection of Tender: Non-compliance can make a tender invalid and liable to be rejected
without assigning further reasons by Deputy Conservator of Forests, Surat.A tender may be
rejected in following situations.
• It stipulates its own conditions
• The validity period of bid is less than or differs from that in tender form
• It does not disclose the constitution of the organization. The names, address of offices,
directors, partners etc. are not adequately disclosed.
• Tender forms are not properly filled. Tender documents, attachments etc. are not signed
on each page, are not certified as required.
• Bidder does not provide evidence of adequate facilities or does not propose to make
available sufficient resources.
• Bidder does not attach acceptable proof of past experience and performance.
• Bidder does not attach self-certified copies of eligibility certificates like PAN card, GST
no. and registration etc.
A tender is invalid is rejected outright when
• Minimum qualification criteria is not met.
• EMD is not deposited before closing date and time of tender.
• Tender is submitted late
• Bidder has been blacklisted.
• Price bid is incomplete.
n) Scrutiny of tender documents and attachments: A Tender Consideration Committee (TCC) is
constituted to scrutinize tender documents and put up a proposal to the competent authority for
award of a work order (WO).
Schedule of the Bid Process
The indicative/tentative schedule for the Bidding process is as follows:
Activity Time Date Place
Pre-bid conference 1230 hrs 19/11/2019 Office of Deputy Conservator of
Forests, Surat : Van Bhawan, Adajan,
Surat
Last Date of receipt of
EOI(online)
1500 hrs 13/12/2019 Online
Last Date of receipt of
EOI(hard copy)
1500 hrs 20/12/2019 Office of Deputy Conservator of
Forests, Surat : Van Bhawan, Adajan,
Surat
Opening of Technical
Offer
1600 hrs 23/12/2019 Office of Deputy Conservator of
Forests, Surat : Van Bhawan, Adajan,
Surat
Presentation by
Technically Eligible
bidder
1130 hrs 27/12/2019 Office of Deputy Conservator of
Forests, Surat : Van Bhawan, Adajan,
Surat
Opening of Financial
Offer
1300 hrs
(tentatively)
30/12/2019
(tentatively)
Office of Deputy Conservator of
Forests, Surat : Van Bhawan, Adajan,
Surat
Please note that the date and timing of opening of technical offer, presentation and financial
offer are tentative and depend upon schedule and availability of members of Tender
Committee. Any change in date and timing will be duly communicated to bidders and same
shall be binding on them.
Documents to be Submitted & Format to be Used
Formats To Be Used
Applicants are required to submit the completed document in the following formats and forms
attached to this invitation:
A. Letter of Application
B. Particulars of the Applicant Form 1
C. Consortium Summary Form 2
E. Consortium Agreement Form 3
F. Financial Information Form 4
G. Particular Experience record Form 5, Form 5A
H. General Experience record Form 6
J. Current Contract Commitments Form 7
K. Human Resources Form 8A, 8B, and 8C
Additional Information
Along with the items listed above, the applicant should also enclose copies of the following:
1. Income Tax Returns for the last two years.
2. Legal status, place of incorporation, Memorandum of Understanding & Articles of Association.
3. Power of Attorney / Authority Letter of the persons signing the document.
4. Proof of experience in the form of work orders or completion certificates.
5. Organisation Chart of the Company / Association.
In case of consortiums, all members of the consortium shall submit the documents as mentioned
except the Letter of Application, which would be submitted by the Lead Member of the
consortium. All other members of the consortium shall submit Letter of Association confirming
the Consortium and the Lead Member.
Eligibility Criteria
a) The Applicant could be a Natural Person, a Proprietorship, Partnership, a Private Limited
Company, a Public Limited Company, a Limited Liability Partnership registered in India; or a
Consortium.
b) Registration of Principal / Partner / Director of the Applicant or one of organisation, in case of
Consortium, with Council of Architecture (COA) is mandatory.
c) In case of Consortium, the members of the consortium shall submit a detailed consortium
agreement outlining the scope of work for each member of the consortium. The Consortium
Agreement shall incorporate a clause which shall mention that all the members of the Consortium
shall be jointly and severally liable to the Authority for the performance of the services under the
Consultancy Agreement.
d) Applicant or the lead organisation in case of a consortium must be registered in India as
required by law with minimum three years of continuous operation up to the date of publication
of this EOI.
e) In case of consortium, the maximum number of member of a consortium shall not be more than
3.
f) Technical eligibility:
The applicant should have done such consulting for any zoological/safari park or similar project
(as determined by competent authority) anywhere in India in last five years of individual project
value not less than 10 crores.
g) Financial eligibility:
• Valid GST No. (self attested valid document to be attached)
• Valid PAN No. (self attested valid document to be attached)
• Copy of Income Tax Return of 2017-18 and 2018-19 (self attested)
• Valid registration certificate of the firm (in case of firm)
Required team of consultants with areas of expertise:
Intending person/firm/organization/institution/consortium shall have a) Zoo/ Safari Park planning
and designing - Graduate/Post Graduate degree in the related fields and who have designed at
least one zoological parks of international reputation in India or abroad costing a minimum of Rs.
10 crores.
• Landscape architect - Master’s Degree in landscape architecture and having experience of
handling a minimum of two similar projects during the past 5 years.
• Engineering experts in the field of Civil&Electrical - Graduate/Post Graduate degree in
the related disciplines with minimum of 5 years of field experience in their respective
fields.
• Project Architect - Graduate/Post Graduate degree in the related disciplines with minimum
of 5 years of field experience in their respective fields. Authentic proof including
drawings, photographs, etc., of works executed in support of qualification and experience
in respect of each expert shall be produced while submitting the EOI besides valid
certificates.
Address for submission of Expression of Interest (EOI) in hard copy
The Tender Bid and accompanying documents must be received by Speed Post or Registered
Post or delivered by hand super-scribing:
"EOI for Selection of Consultant for preparation of Detailed Project Report (DPR), Master Layout
Plan and monitoring of works for setting up Leopard Safari Park with Rescue Center at
Khodamba, Mandvi, District-Surat and Dokpatal, Waghai, District-Dangs”no later than
20thDecember 2019, till 3.00 P.M (Indian Standard Time) and be forwarded to the following
address in one sealed envelope:
Deputy Conservator of Forests, Surat Forest Division
Gangeshwar Mahadev Road, Opposite D Mart
Adajan, Surat-395001
Gujarat, India Phone: +91-261-2733825
Email- [email protected]
Terms and conditions:
Following conditions have to be accepted by the TECHNICALLY QUALIFIED bidders for
appointment as consultant:
1. Consultant will be considered technically qualified and limited bidding process will take
place as per QCBS system. Financial bids will be in the form of percentage to the
estimated cost of the project
2. The selected consultant will have to work until proposed project finalized and executed
otherwise the deposit will be forfeited by the authority.
3. Schedule of payment
S.No. Work completed percentage of total
amount
1 Submission of master Lay-out Plan and DPR to
CZA.
20% of accepted bid price
where projectcost is the
project sanction cost of that
financial year.
2 Acceptance of master Lay - out plan by CZA. 20%of accepted bid price
where project cost is the
project sanction cost of that
financial year.
3 Submission of enclosure designs, technical
estimates to competent authority
20%of accepted bid price
where project cost is the
project sanction cost of that
financial year.
Remainingpayment may be done by Surat Forest Division and South Dang Forest Division
respectivelyin mutual consultation with the consultant (as per mutually agreed terms).
4. Project cost will be the cost of project in estimation stage. Since the project will be
executed in the phased manner so the estimation cost will be phase wise based upon the
grant sanctioned in each financial year.
5. Non- Disclosure norm: All the design and documents generated within the consulting
process shall be the property of government of Gujarat through the Surat Forest Division
and South Dang Forest Division. The consulting firm or its employee shall not share the
documents with anybody without the prior consent of the Government.
6. The committee will not accept the bid from Black listed persons/firms by any government
agencies/bodies.
7. This Tender does not entail any commitment on the part of Gujarat Forest Department or
Surat Forest Division or South Dangs Forest Division, either financial or otherwise. The
tender screening committee reserves the right to accept or reject any or all Tender without
incurring any obligation to inform the affected applicant/s of the grounds.
8. The payment to the consultant will be made respectively by Deputy Conservator of Forest,
Surat and Deputy Conservator of Forests, South Dangs Forest Division based upon the
availability of grant in each division.
Evaluation Process
Stages
The Bids will be evaluated in the following stages:
Stage 1- Technical Evaluation and Stage 2- Financial Evaluation
Stage 1-Technical Evaluation
a. The Evaluation Committee appointed shall carry out its evaluation applying the evaluation
criteria and point system specified below.
S.No. Evaluation parameter Maximum Marks
1. Master-planning experience in the past five (5)
years of Zoo/Safari park or similar
projectcompleted in past five (5) years wherein
the project cost is not less than Rs 10.00 Crores
per project. If the applicant has completed one
20
such project 20 marks will be awarded to that
applicant.
2. If the applicant has completed more than one
such project as listed in Sr. No. 1 then it will
get more marks. Each such extra project will
fetch applicant 10 marks subject to maximum
of 20 marks.
20
3. Key Personal
(a)Experience
(b)Qualification
10
Total Marks 50
The minimum qualifying score is 30 i.e. 60 %. Tender committee may notify those bidders
whose proposals didn’t qualify. Financial bids shall be invited from the bidders whose
proposals qualify. Also, qualified bidders shall give presentation before Tender Committee as
described in (b).
b. The bidders who qualify as in (a) as per minimum qualifying score have to give a
presentation before the tender committee which shall include their experience and
expertise with a specific focus on their experience in preparation of DPR and Master plan
for Zoo/ safari park and similar projects. Also, a concept plan for the proposed safari park
with rescue center at Khodamba and Dokpatal shall also be included. The maximum
duration of presentation will be 30 minutes. The maximum marks for the presentation
will be 50.
So maximum marks for technical evaluation is 100. This score is S(technical).
Stage 2-Financial Evaluation
The Evaluation Committee then shall open the financial bid of the technically qualified
Bidders.The Financial Proposals may be opened in the presence of the Bidders’ representatives
who choose to attend. Evaluation Committee shall prepare minutes of the opening. Evaluation
Committee shall not have any obligation to demonstrate to anybody on the Technical Evaluation
process carried out or how the marks have been awarded.
The Evaluation Committee shall assume that the bidders have included cost of all items of the
scope of work in their financial proposals.
Financial bids will be in the form of percentage to the estimated cost of the project.
Detailed Financial Evaluation
a. The financial evaluation will be carried out as given below. Each Financial Proposal will be
assigned a financial score S(Financial) For financial evaluation, the total cost indicated in the
Financial Proposal will be considered.
b. The Authority will determine whether the Financial Proposals are complete, unqualified and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and
reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm
to be compensated and the liability to fulfill its obligations as per the tender document within the
total quoted price shall be that of the Bidder. The lowest financial proposal F(Minimum) will be
given a financial score S(Financial) of 100 points. The financial scores of other proposals will be
computed as follows:
S(Financial) = 100 x F(Minimum)/F
(F = Quote of Financial Proposal of the Bidder)
c. Proposals will be finally be ranked in accordance with their combined technical
S(Technical) and financial S(Financial) scores:
S = S(Technical) x Tw + S(Financial) x Fw
where S is the combined score, and Tw and Fw are weights assigned to Technical
Proposal and Financial Proposal that shall be 0.60 and 0.40 respectively.
d. The Applicant achieving the highest combined score shall be considered to be the
successful Applicant (the “Successful Applicant”).
LETTER OF EXPRESSION OF INTEREST
[letterhead paper of the Applicant or partner responsible for a consortium, including
full postal address, telephone no., and fax no.]
Date: ......................................................
Bid Reference:…………………………
To,
Deputy Conservator of Forests,
Surat Forest Division, Gangeshwar Mahadev Road
Opposite D-Mart, Adajan Surat-395001
Gujarat, India
I/We, the undersigned, declare that:
a. Being duly authorized to represent and act on behalf of .................. (hereinafter
referred to as "the Applicant"), and having reviewed and fully understood all of the
information provided in the Notice Inviting Expression of Interest, the undersigned
hereby expresses its interest in and applies to be prequalified and short-listed by
yourselves as a submitter of proposal for the Consultant for preparation of Detailed
Project Report (DPR) and Master Layout Plan for setting up Leopard Safari Park with
Rescue Center at Khodamba, Mandvi, District-Surat and Dokpatal, Waghai, District-
Dangs. including Healthcare facilities, Research facilities, Wildlife Education and
Conservation facilities, visitor facilities etc.
b. We have examined and have no reservations to the Bidding Documents, including
addenda issued in accordance with Instructions to Bidders;
c. We offer to design, execute and complete in conformity with the Bidding
Documents.
d. Attached to this Expression of Interest are copies of original documents defining:
(a) The Applicant's legal status; and
(b) The place of incorporation/ organization/ institution (for applicants who are
corporations/ organizations/ institutes), or the place of registration and the nationality
of the owners (for applicants who are partnerships or individually-owned firms). For
applications by consortiums, all the information requested in the Notice Inviting
Expression of Interest, is to be provided for the consortium, if it already exists and for
each party to the consortium separately. The lead partner should be clearly identified in
case of consortium and shall sign this Expression of Interest.
e. Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period
of 180 days from the date fixed for the bid submission deadline in accordance with the
Bidding Documents, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.
f. A tender fee(non-refundable) of Rs. 1500/- by way of Demand Draft of nationalized
bank/scheduled bank payable at Surat in favor of Deputy Conservator of Forests,
Surat with DD No…….. Dated……… Issuing bank/branch …………… is hereby
attached with. As security for due performance of the under takings and obligations of
our bid, we submit here with a Bid security (EMD), in the amount specified in Bidding
document, which is valid (at least) 180 days beyond validity of Bid itself. (FD/BG No.
………………….….Amount Rs. 1,00,000/-
Dated………………….……………Issuing Bank / Branch
…………………………………………………………………………………..).
g. Gujarat Forest Department or its authorized representatives are hereby authorized to
conduct any inquiries or investigations to verify the statements, documents, and
information submitted in connection with this Expression of Interest, and to seek
clarification from our bankers and clients regarding any financial and technical aspects.
This Expression of Interest will also serve as authorization to any individual or
authorized representative of any institution referred to in the supporting information, to
provide such information deemed necessary and requested by the Gujarat Forest
Department or its authorized representatives to verify statements and information
provided in this Expression of Interest, such as the human resources, experience, and
competence of the Applicant.
h. Gujarat Forest Department or its authorized representatives may contact the
following persons for further information:
Experience inquiries
Contact: Telephone:
Personnel inquiries
Contact:
Financial inquiries
Contact:
i. This Expression of Interest is made with the full understanding that:
(a) All information submitted in this Expression of Interest for qualification and
selection for short-listing will be subject to verification at the time of submitting
proposal by short-listed applicants;
(b) Gujarat Forest Department reserves the right to reject or accept any application,
cancel the qualification and selection for short listing process at any stage, and reject
all applications;
(c) Gujarat Forest Department shall not be liable for any such actions and shall be
under no obligation to inform the Applicant of the grounds for them. Applicants who
are not joint ventures should delete para. j and initial the deletion.
j. We confirm that if we submit a proposal, that proposal, as well as any resulting
contract, will be:
(a) Signed so as to legally bind all partners, jointly and severally; and
(b) submitted with a consortium agreement providing the joint and several liability of
all partners in the event the contract is awarded to us.
k. The undersigned declare that the statements made and the information provided in
this Expression of Interest are complete, true, and correct in every detail.
Nameof authorized person
Signature of authorized person (Lead Partner in case of Consortium)
ANNEXURES
FORM 1: Particulars of the Applicant/All individual firms and each partner of a
consortium applying for pre-qualification and selection for short listing are requested
to complete the information in this form.
1. Title of Consultancy:
2. Title of Project:
3. State whether applying as Sole Firm or Lead Member of a consortium:
4. State the following:
5. Name of Company or Firm:
6. Legal status (e.g. incorporated private company, unincorporated business, partnership
etc.):
7. Country of incorporation:
8. Registered address:
9. Year of Incorporation:
10. Year of commencement of business:
11. Principal place of business:
12. Brief description of the Company including details of its main lines of business
13. Name, designation, address and phone numbers of authorized signatory
a. Name:
b. Designation:
c. Company:
d. Address:
e. Phone No.:
f. Fax No. :
g. E-mail address:
14. For the Applicant, (in case of a consortium, for each Member), state the following
information:
a. Has the Applicant or any member of the consortium been blacklisted by any Government
department/Public Sector Undertaking in the last five years?
Yes/No
b. Has the Applicant or any of the Members, in case of a consortium, suffered
bankruptcy/insolvency in the last five years?
Yes/No
Note: If answer to any of the questions at (a) to (b) is yes, the Applicant is not eligible for
this consultancy assignment.
15. Does the Applicant’s firm/company (or any member of the consortium) combine
functions as a consultant or adviser along with the functions as a contractor and/or a
manufacturer?
Yes/No
If yes, does the Applicant (and other Member of the Applicant’s consortium) agree to limit
the Applicant’s role only to that of a consultant/ adviser to the Authority and to disqualify
themselves, their Associates/ affiliates, subsidiaries and/or parent organization subsequently
from work on this Project in any other capacity?
Yes/No
16. Does the Applicant intend to borrow or hire temporarily, personnel from contractors,
manufacturers or suppliers for performance of the Consulting Services?
Yes/No
If yes, does the Applicant agree that it will only be acceptable as Consultant, if those
contractors, manufacturers and suppliers disqualify themselves from subsequent execution
of work on this Project (including tendering relating to any goods or services for any other
part of the Project) other than that of the Consultant?
Yes/No 17. If yes, have any undertakings been obtained (and annexed) from such
contractors, manufacturers, etc. that they agree to disqualify themselves from subsequent
execution of work on this Project and they agree to limit their role to that of consultant/
adviser for the Authority only?
Yes / No
Date:
Place:
Certified by Director/authorized signatory
(Signature & Stamp)
FORM 2: Consortium Summary
Names of all partners of a Consortium
1. Lead partner:
2. Partner:
3. Partner:
Provide Details for Each of the Consortium
1
Name: Signature:
Position / Role: Date:
Representative of: (Organization's Name and address)
2
Name: Signature:
Position / Role Date:
Representative of: (Organization's Name and address)
3
Name: Signature
Position / Role Date:
Representative of: (Organization's Name and address)
Certified by Director/authorized signatory
(Signature & Stamp)
FORM 3: Consortium Agreement
To,
Deputy Conservator of Forests
Surat Forest Division, Gangeshwar Mahadev Road
Opposite D-Mart, Adajan Surat-395001
Gujarat, India
The undersigned of this declaration of co-operation are authorized to act with regard to
the Expression of Interest in the consultancy services for preparation of Detailed
Project Report (DPR), Master Layout Plan for setting up Leopard Safari Park with
Rescue Center at Khodamba, Mandvi, District-Surat and Dokpatal, Waghai, District-
Dangs including Healthcare facilities, Captive Breeding and Research facilities,
Wildlife Education and Conservation facilities, visitor facilities etc. They hereby
declare:
a. That they will legalize a consortium Agreement in case that a Contract indicated in
the Notice Inviting Expression of Interest in the consultancy services for preparation of
Detailed Project Report (DPR), Master Layout Plan for setting up Leopard Safari Park
with Rescue Center at Khodamba, Mandvi, District-Surat and Dokpatal, Waghai,
District-Dangs including Healthcare facilities, Captive Breeding and Research
facilities, Wildlife Education and Conservation facilities, visitor facilities etc.
b. That they have nominated _______________________ [name of the lead partner] as
the Sponsor Firm of the group for the purpose of this Expression of Interest;
c. That they authorized Mr./Ms. _________________ [name of the person who is
authorized to act as the Representative on behalf of the Consortium] to act as the
Representative in the name and on behalf of their group for the purpose of this
Expression of Interest.
d. That all partners of the Consortium shall be liable jointly and severally for the
execution of the Contract;
e. That this Consortium is an association constituted for the purpose of consultancy
services for preparation of Detailed Project Report (DPR), Master Layout Plan for
setting up Leopard Safari Park with Rescue Center at Khodamba, Mandvi, District-
Surat and Dokpatal, Waghai, District-Dangs including Healthcare facilities, Captive
Breeding and Research facilities, Wildlife Education and Conservation facilities,
visitor facilities etc.
f. That each and every partner to this Consortium shall provide at least one expert for
the contract period in preparation of consultancy services for preparation of Detailed
Project Report (DPR), Master Layout Plan for setting up Leopard Safari Park with
Rescue Center at Khodamba, Mandvi, District-Surat and Dokpatal, Waghai, District-
Dangs including Healthcare facilities, Captive Breeding and Research facilities,
Wildlife Education and Conservation facilities, visitor facilities etc.
as in the Notice Inviting Expression of Interest;
g. That this Consortium should be post-disqualified in case the Consortium should
breach the agreement in respect of item 6 above when submitting a Proposal;
h. That if the Employer accepts the Proposal of this Consortium, it shall not modify the
composition or constitution of the consortium formed and proposed in the Proposal
until the completion of Contract without the prior consent of the Employer;
Certified by Director/authorized signatory
(Signature & Stamp)
FORM 4: Financial Information
1. Valid PAN no. :
2. Valid GST no. :
3. Attach self certified copies of Income Tax Return for Financial Year 2017-18 and 2018-
19
Certified by Director/authorized signatory
(Signature & Stamp)
FORM 5: Particular Experience Record (List only those works that are similar to the proposed works for which the qualification is sought)
Name of Applicant or partner of Consortium
S.No. Name of project Client
Location/Details
Month &
Year of
completion
Value (in
Lakhs)
1. In the above table, list only those works which have similar nature and complexity to thenature of work under this contract. The details of each of the works mentioned in the above table must be provided separately in Form 3-A. 2. Provide copies of Work Orders and/or Completion Certificates for each project. Workorders/testimonials will be verified if required. 3. In case of consortium, the above information has to be provided for all members of theconsortium. Date: Place:
Certified by Director/authorized signatory (Signature & Stamp)
FORM 5A- Eligible Assignments of Applicant
Use of separate sheet for each contract:
Name of Applicant or partner of
Consortium
Name of the Project:
Particulars of the Project Site Area Built-up Area
Description of services performed by the Applicant firm:
Name of client and Address:(Indicate whether public or private entity)
Name, telephone no. and fax no. of client’s representative:
Estimated capital cost of Project
(in Rs.):
Payment received by the Applicant
(in Rs. ):
Start date and finish date of the services (month/ year):
Brief description of the Project:
Contract role (check one) : Sole Consultant Sub-Consultant Partner in a Joint Venture
Notes: 1. Use separate sheet for each Eligible Project. 2. The Applicant may attach separate sheets to provide brief particulars of other relevantexperience of the Applicant. 3. Provide Completion Certificates or Certificates of Satisfactory Progress for each workclaimed. Date: Place:
Certified by Director/authorized signatory (Signature & Stamp)
FORM 6 - General Experience Record (List only those works which are not included in Form 5)
Name of Applicant or partner of Consortium
S.No. Work
Description
Client / Consultants Details
Month & Year of Completion
Value of Rs.Lakhs.
1. Provide copies of Work Orders and/or Completion Certificates for each project. Workorders/ testimonials will be verified if required.
Date: Place:
Certified by Director/authorized signatory (Signature & Stamp)
FORM 7– Current Contract Commitments
(List only those works that are similar to the proposed works for which the qualification is sought) Name of Applicant or partner of Consortium
Name of Contract
Name Of Client
Value of Contract
Stipulated date of Completion
Value of outstanding Work (Rs.Lakhs)
Estimated completion Date
1. Details of all works which are at various stages of execution, including works for whichwork orders have been received but work is yet to start, or works approaching completionbut for which full completion certificates are yet to be issued, are to be provided. 2. Details as available at the time of preparation of this documents have to be provided. Date: Place:
Certified by Director/authorized signatory (Signature & Stamp)
FORM- 8A- Particulars of Key Personnel
S.No Designation
of key
person
Name Educational
Qualification
Length of
professional
experience
Present Employment No. of
eligible
assignments Firm Emp
since
1. In-house core competent skilled manpower is essential to contract execution. For specific areas of expertise essential to contract execution, the Applicants should provide the name of at least one employee (employed by the Applicant or partner of the Consortium, i.e., on the payroll in the past one year) in any one of the specified areas of expertise. He/she shall meet the qualification requirements for his/her designated area of expertise that are stipulated in the Notice inviting Expression of Interest. Date: Place:
Certified by Director/authorized signatory (Signature & Stamp)
FORM-8B – Eligible Assignments of Key Personnel
Name of Key Personnel:
Designation of Key Personnel:
Name of the Project:
Particulars of the Project Site Area Built up Area
Name of Consulting Firm where
employed:
Description of services performed by the Key Personnel (including designation):
Name of client and Address: (indicate whether public or private)
Name, telephone no. and fax no. of client’s representative:
Estimated capital cost of the Project (in Rs. crore):
Start date and finish date of the services (month/year):
Brief description of the Project:
It is certified that the aforesaid information is true and correct to the best of my knowledge and belief. (Signature and name of Key Personnel)
Place: Notes: 1. Use separate sheet for each Eligible Project. 2. The Applicant may attach separate sheets to provide brief particulars of other relevant experience of the Key Personnel.
Date: Place:
Certified by Director/authorized signatory
(Signature & Stamp)
FORM-8C- Curriculam Vitae (CV) of Key Personnel
1. Proposed Position: 2. Name of Personnel: 3. Date of Birth: 4. Nationality: 5. Educational Qualifications: 6. Employment Record: (Starting with present position, list in reverse order every employment held.) 7. List of projects on which the Personnel has worked:
Name of project Description of responsibilities
8. Details of the current assignment and the time duration for which services arerequired for the current assignment.
Certification: 1. I am willing to work on the Project and I will be available for entire duration of theProject assignment as required. 2. I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications and my experience.
(Signature and name of Key Personnel)
Place: Notes:
3. Use separate form for each Key Personnel 4. The names and chronology of assignments included here should conform to the projectwise details submitted in Form-7A 5. Each page of the CV shall be signed in ink by both the Personnel concerned and by Authorised Representative of the Applicant firm along with the seal of the firm. Photocopies will not be considered for evaluation.
Date: Place:
Certified by Director/authorized signatory (Signature & Stamp)
FINANCIAL BID (only for those bidders whose proposals are technically qualified) Bid Reference No: ………………………….. To, Deputy Conservator of Forests, Surat Forest Division, Gangeshwar Mahadev Road, Adajan, Surat-395001 Gujarat, India
Selection of Consultant for preparation of Detailed Project Report (DPR),
Master Layout Plan and monitoring of works for setting up Leopard Safari
Park with Rescue Center at Khodamba, Mandvi, District-Surat and Dokpatal,
Waghai, District-Dangs.
S.No. Item Financial Quote (in
percentage of project
estimate cost)
1. Consultancy charges (inclusive of GST)
for preparation of Detailed Project Report
(DPR), Master Layout Plan for setting up
Leopard Safari Park with Rescue Center at
Khodamba, Mandvi, District-Surat and at
Dokpatal, Waghai, District-Dangs.
Date: Place:
Certified by Director/authorized signatory (Signature & Stamp)