09.08.2015 Views

UDYOG BANDHU

Modified Bid Document FOR Selection of ... - Udyog Bandhu

Modified Bid Document FOR Selection of ... - Udyog Bandhu

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Modified Bid DocumentFORSelection of Consultant for framing a policy for allotment ofIndustrial Land in Uttar PradeshDate: 23 rd July, 2013Infrastructure and Industrial Development Department, Government ofUttar Pradesh<strong>UDYOG</strong> <strong>BANDHU</strong>Nodal Agency for industrial Development(An ISO 9001:2008 Certified U.P. Govt. Nodal Agency for Investment Promotion)12-C, Mall Avenue, Lucknow- 226 001 (U.P.)Tel: 0522-2237582, 2237583 & 2238902, Fax: 0522-2235115/2238902e-mail: info@udyogbandhu.com, ubup@rediffmail.comwebsite: www.udyogbandhu.com


CONTENTSTOPICPAGENO.I. NOTICE INVITING BIDS 3II. IMPORTANT DATES 4III. INTRODUCTION 5IV. INSTRUCTIONS TO BIDDERS 6-7V. ELIGIBILITY CRITERIA 8VI. EVALUATION CRITERIA & METHODOLOGY 9-10VII. SCOPE OF WORK 11VIII. TERMS AND CONDITIONS 12-13IX. BIDDING PROCESS 14-17X. CHECKLIST OF DOCUMENTS 18XI. FORMATS 19-2529th May, 2013 Page 2


I. NOTICE INVITING BIDS<strong>UDYOG</strong> <strong>BANDHU</strong>12-C, Mall Avenue,Lucknow- 226 001 (U.P.)Tel: 0522- 2237582, 2237583Email: info@udyogbandhu.comUdyog Bandhu invites bids for “Selection of Consultantfor framing a policy for allotment of Industrial Land inUttar Pradesh". Sealed offers containing Technical &Financial bids may be submitted only on 24 July, 2013between 10:00 A.M. and 2:00 P.M.For bid document & further details, visitwww.udyogbandhu.comExecutive Director29th May, 2013 Page 3


II.IMPORTANT DATESDate of AdvertisementQueries of bidders by e-mail forfurther clarifications, if anyPre-bid Meeting in Udyog Bandhuoffice for clarificationsUploading of Modified Bid Documenton the websiteDate of submission of Technical &Financial BidsOpening of Technical BidsPresentation by the biddersOpening of Financial Bids4 th July, 2013, Thursday /23 rd July, 2013, TuesdayBy 12 th July, 2013, Fridayupto 5: 00 P.M.15 th July, 2013, Monday(3:30 P.M)23 rd July, 2013, Tuesday5 th August, 2013, Monday(Between 10:00 A.M and 2:00P.M)6 th August, 2013, Tuesday(3:00 P.M)7 th August, 2013, Wednesday(11:00 A.M. onwards)7 th August, 2013, Wednesday(3:30 P.M)29th May, 2013 Page 4


III.INTRODUCTIONUttar Pradesh has always been in the forefront of Industrial Development. Land is one ofthe key requirements to set up industrial units. In the State's Infrastructure & IndustrialInvestment Policy Uttar Pradesh-2012, special provision has been incorporated toincrease the land bank for establishment of Industrial Area, Industrial Estate and newIndustrial Units. Further Industrial Authorities, Institutions will systematically compile landavailability information to be accessible to potential investors through e-governance.Simultaneously, procedures are being streamlined to ensure transparent land allotmentby UPSIDC & other Industrial Authorities to achieve this objective.Objectives of the assignmentTo meet out the above objectives, Udyog Bandhu invites bids from reputedorganizations for selection of consultant for framing a policy for allotment of IndustrialLand in Uttar Pradesh.Udyog Bandhu: Nodal Agency of Govt. of U.P."Udyog Bandhu" [Friend of Industry], an organization of the State Government of UttarPradesh; is dedicated to facilitating Investment in Infrastructure and Industrial Sectors,besides solving problems of existing & up-coming industries with different Governmentdepartments.29th May, 2013 Page 5


IV.1. INVITATION FOR BIDSINSTRUCTIONS TO BIDDERSThis “invitation for bids” is for Selection of Consultant for framing a policy for allotment ofIndustrial Land in Uttar Pradesh. The consultant would be required to complete theassignment and would submit its final policy for approval in three months.2. DUE DILIGENCEThe Bidder is expected to and shall be deemed to have examined all instructions, forms,terms and specifications in this Bid Document. The Bid should be precise, complete andin the prescribed format as per the requirement of the Bid Document. Failure to furnishall information required by the Bid Document or submission of false information orsubmission of a bid not responsive to the Bid Document in every respect shall result inrejection of the bid.<strong>UDYOG</strong> <strong>BANDHU</strong> shall at its sole discretion be entitled to determine the adequacy /sufficiency of the information provided by the Bidder.3. CLARIFICATION OF BIDDING DOCUMENTS<strong>UDYOG</strong> <strong>BANDHU</strong> shall make best efforts to respond to any request for clarification ofthe Bid Document. Interested bidders are welcome to contact <strong>UDYOG</strong> <strong>BANDHU</strong> forclarifications/ doubts by email at info@udyogbandhu.com. A Pre-Bid meeting was heldon 15 th July, 2013 in the office of Udyog Bandhu. The replies to queries received by mailand in Pre-Bid Meet have been uploaded on 23 rd July, 2013.The designated contact person for clarifications, if any:Executive Director,Udyog Bandhu,12-C, Mall Avenue,LucknowPhone: 0522-2238902, 2237582, 223758329th May, 2013 Page 6


4. AMENDMENT OF BID DOCUMENTAt any time before the deadline for submission of bids, <strong>UDYOG</strong> <strong>BANDHU</strong> may, for anyreason, at its own initiative, modify the Bid Document by amending, modifying and orsupplementing the same, and or extending the deadline for the submission of the bids.All changes shall be posted on website www.udyogbandhu.com and prospective Biddersare required to go through the same before submission of bid. All such amendmentsshall be binding on them without any further act or deed on <strong>UDYOG</strong> <strong>BANDHU</strong>’s part.5. EARNEST MONEY DEPOSIT (EMD)iiiAn earnest money of Rs. 50,000/- in the form of bank draft in favour of <strong>UDYOG</strong><strong>BANDHU</strong>, payable at Lucknow shall be enclosed with the Technical Bid.Applications without demand draft shall not be entertained. The EMD shall benon-interest bearing.Earnest Money of successful bidder shall remain with <strong>UDYOG</strong> <strong>BANDHU</strong> till thesuccessful completion of the contract and the same shall be refunded thereafter.iii Earnest money of the unsuccessful bidders will be refunded after the completionof bidding process, except for 2 nd and 3 rd ranked shortlisted bidders. EMD of 2 ndand 3 rd ranked shortlisted bidders shall be released after signing of agreementwith the successful bidder.iv The earnest money shall be forfeited in case of non-performance and withdrawalof bid after its finalization.6. OTHER POINTSi In the event of any additional information required by <strong>UDYOG</strong> <strong>BANDHU</strong> otherthan that specified in the Bid Document, the Bidder shall duly submit suchinformation in the prescribed time to <strong>UDYOG</strong> <strong>BANDHU</strong>.ii Modification or withdrawal of offers is not permissible after its submission.iii To assist in the scrutiny, evaluation and comparison of offers, <strong>UDYOG</strong> <strong>BANDHU</strong>may, at its discretion, ask some or all Bidders for clarification of their offer.iv The Bidder shall abide by the terms and conditions specified in the Biddocument.29th May, 2013 Page 7


V. ELIGIBILITY CRITERIA OF THE BIDDER1. The bidder should have experience of at least 5 years in consultancy services.2. The bidder should have successfully conducted at least 5 consultancyassignments during last 3 years.3. The bidder must have conducted / be conducting atleast 1 assignment forhousing/industrial development authority of state/central government during last3 years.4. The bidder must have a total minimum average annual turnover of Rs. 50 Lakhsexclusively from consultancy services, in the last 3 years (2010-11, 2011-12 and2012-13). Certificate of C.A. to this effect is required to be submitted5. The bidder must have a team of professionals having at least 2 dedicatedpersons exclusively for the assignment (Annexure-2 (i)). Each having three yearsExperience in consultancy and having conducted atleast one assignment forhousing/industrial development authority of the state/central govt. Any change inthe said composition would require prior permission of Udyog Bandhu.6. The bidder must have a camp office in Uttar Pradesh.29th May, 2013 Page 8


VI.EVALUATION CRITERIA & METHODOLOGYThe eligible bidders would be required to make a Presentation to <strong>UDYOG</strong> <strong>BANDHU</strong>.The presentation will broadly cover the following parameters: -o Brief background of the bidding company/firmo Similar assignments conducted by the bidderso Understanding about the requirement of assignment and the way forward,Action Plan and Strategy proposed in taking up the assignmentEVALUATION CRITERIAEvaluation of the qualified bidders shall be done by <strong>UDYOG</strong> <strong>BANDHU</strong> based on thefollowing Evaluation Criteria :-CriteriaExperienceMin.QualifyingPointsMax.MarksDocument showing experience in consultancy services of:(a) 5 years(b) For every additional 2 years experience, additional 1mark shall be awardedAssignments carried outDocuments showing:(a) At least 5 consultancy assignments conducted duringlast 3 years(b) For every additional assignment conducted during lastthree years, additional 1 mark shall be awarded9 1518 30Assignments carried out/being carried out :Documents showing(a) At least 1 assignment conducted/ being conducted forHousing / Industrial Development authority of State /Central Government during last 3 years.(b) For every specific assignment in the field of landresource utilization or land bank development orframing of land allotment procedure/policy for9 1529th May, 2013 Page 9


housing/industrial development authority ofstate/central government during last 3 years, additional2 (TWO) marks shall be awarded.Annual TurnoverC.A. Certificate confirming average annual turnoverexclusively from consultancy services for the last 3 financialyears(a) Rs. 50 Lakhs(b) For every addl. Turnover of Rs. 10 Lakhs, addl. 1 markshall be awardedPresentationTotal12 2012 2060 100Procedure for evaluation of bidThe minimum Technical Qualification score for the bidder to be qualified is 60% foropening of Financial Bid. It is further clarified that the bidder is required to scoreminimum qualifying marks in each criteria. One assignment would be scored onlyonce.Weightage of Technical Qualification would be considered as 80% and Financial20%.The Bidder shall be selected on the basis of Combined Quality-cum-Cost-BasedSystem (CQCCBS), whereby technical proposal will be allotted weightage of 80%and financial proposal will be allotted weightage of 20%. The proposal with thelowest bid shall be given a financial score of 100 and the other proposals shall begiven financial scores that are inversely proportionate to their bid. The total score,both technical and financial, shall be obtained by weighing the quality and cost scoreand adding them up.29th May, 2013 Page 10


VII. SCOPE OF WORK1. To conduct a detailed study of prevalent techniques and procedures for land allotmentby the consultant of NOIDA, Greater NOIDA, YEIDA, UPSIDC and any one of GIDA/BIDA/ LIDA/SIDA/ Directorate of Industries.2. The consultant shall prepare draft of detailed simple & transparent industrial landallotment policy3. To conduct comparative study of existing industrial land allotment policies andprocedures of various states like Haryana, Gujarat, Maharashtra, Rajasthan, MP,Uttarakhand etc. (Not less than five states)4. To incorporate the best practices adopted in other states' policies regarding allotment ofindustrial land in proposed policy5. To suggest the procedure for application for allotment of land/plot and methodology ofallotment at least 3 or 4 options along with the advantages/disadvantages6. To suggest simplified procedures for allotment of land for all industrial developmentauthorities and UPSIDC7. To prepare application format for allotment of industrial land8. To prepare the uniform formats for data regarding availability of land, allotted land in last3 years in IDAs / UPSIDC which can be shared in public domain.9. To suggest the modalities and procedures for surrender of plot prior to cancellation ofallotment10. To suggest the time limit for commencement of commercial production and procedurefor granting of extension in time for setting up industrial unit and modalities ofcancellation thereafter11. To suggest procedures and modalities of granting permission for transfer of plot12. To suggest procedure for cancellation of plots13. To suggest procedure for grant of permission in case of change in ownership andconstitution of allottee company/firm14. To suggest procedure for grant of permission for mortgaging the plot15. To suggest procedure for grant of permission for renting spare (unused) land of allotteecompany/firm16. To suggest procedures and modalities for allotment of land for developing industrialestates as per the provisions laid down in IIIP 201217. To assess the requirement of regulatory and institutional frame work relating to landallotment18. To interact with UPSIDC and industrial development authorities, representatives ofvarious industrial associations and other stake holders for feedback to be incorporated inproposed policy19. To suggest the separate procedure for allotment of land for Mega Projects20. To suggest the way to implement the proposed policy & procedures by rationalizationand simplification of existing policies & procedures29th May, 2013 Page 11


VIII. TERMS AND CONDITIONS1. TIME FRAMEi. The bidder should submit a detailed plan document incorporating Way Forward,Action Plan and Strategy for the assignment within a fortnight from execution ofagreement.ii. The progress of the assignment shall be presented at interval of every 15 daysfrom the date of execution of agreement till its completion.iii. The bidder shall submit all relevant documents, materials, etc. in soft and hardcopy to <strong>UDYOG</strong> <strong>BANDHU</strong>.iv. The bidder shall complete the assignment in three months.2. PAYMENT TERMSThe fee shall be paid as per following schedule:Phase Particulars % of total fee1. On submission and approval ofdetailed plan document incorporatingWay Forward, Action Plan andStrategy2. On Submission of Draft Policy alongwith formats20%40%3. On completion of Assignment 40%3. VALIDITY PERIOD OF BIDProposals for technical & financials should remain valid for 3 months from the date ofopening of financial bid. A bid valid for shorter period shall be rejected as nonresponsive.4. UNDERTAKINGAn undertaking from the Bidder stating the compliance with all the conditions of theBid and Technical Specifications of the Bidding Document will be required since nodeviation will be acceptable to <strong>UDYOG</strong> <strong>BANDHU</strong>. Further, the bidder shall have to29th May, 2013 Page 12


provide an undertaking that Key Personnel will remain on the assignment till the endof the contract and also that the professional mentioned in Annexure-2(i) shallremain with the assignment till the end of contract. Any change in the personnel shallnot be done without prior permission of Udyog Bandhu.5. TERMINATION OF CONTRACT<strong>UDYOG</strong> <strong>BANDHU</strong> may terminate the Contract in whole or part without assigning anyreason if:-• Consultant fails to perform any of the obligation(s) under the Contract.• Consultant is in material breach of the representations and warrantiescontained in its bid.The termination of contract shall be made by prior written notice of default sent to theConsultant. The consultant is not authorized to terminate the agreement before itsmaturity.6. FORCE MAJEUREIf the performance as specified in the Letter of Award is prevented, restricted,delayed or interfered by any unforeseen reasons or eventualities beyond control ofthe party affected, then the party affected shall be excused from its performance andprovided the party so affected uses its best efforts to remove such cause of nonperformanceand when removed, the party shall continue performance.7. PERFORMANCE BANK GUARANTEEi. The consultant will be required to provide a Performance Guarantee of anamount equivalent to 10% of the finalized assignment fee in the form of bankguarantee from a SBI and its associates Banks/Scheduled/Nationalized/Commercial bank. The performance bank guarantee shallremain valid till at least Six months period beyond the expiry of the contractperiod along with an invocation period of further 3 months from the date ofexecution of agreement.ii. Format of performance bank guarantee shall be uploaded on our websiteprior to the date of submission of bids.29th May, 2013 Page 13


8. PENALTY FOR DEFAULT IN SERVICESIf the progress of assignment is found non-satisfactory or delayed at any point oftime, <strong>UDYOG</strong> <strong>BANDHU</strong> reserves the right to impose penalty, cancel the order,invoke the performance guarantee and forfeit the earnest money. The amount ofpenalty shall not exceed 25% of total assignment of fee9. TEAM COMPOSITIONThe bidder must have a team of professionals having at least 2 dedicated personsexclusively for the assignment (Annexure-2 (i)). Each having three years Experiencein consultancy and having conducted atleast one assignment for housing/industrialdevelopment authority of the state/central govt. Any change in the said compositionwould require prior permission of Udyog Bandhu.BIDDING PROCESS1. SUBMISSION OF BIDSi. The bids shall be submitted in TWO separate sealed covers in two copiesmarked as 'ORIGINAL' and 'COPY'.ii. The Technical Bid shall be placed in one sealed envelope clearly marking"Technical Bid".iii. Similarly, the Financial Bid shall be placed in separate sealed envelopeclearly marking it as "Financial Bid".iv. Both the bids shall be placed in a 3 rd sealed envelope clearly marked as"Selection of Consultant for framing a policy for allotment of IndustrialLand in Uttar Pradesh”.v. The original and all copies of the Bid Document shall be signed by aperson duly authorized. The person signing the Bid Document shall initialall pages of the Bid Document.vi. Any interlineations, erasures, alterations, additions or overwriting shall bevalid only if the person or persons signing the bid have authenticated thesame with signature/initial.vii. If the envelope of Technical OR Financial Bid is not properly sealed andmarked as required, <strong>UDYOG</strong> <strong>BANDHU</strong> will assume no responsibility forthe Bid’s misplacement or premature opening.29th May, 2013 Page 14


Bids complete in all respect shall be received only on 5 th August, 2013 between10:00 AM and 2:00 P.M. to:The Executive Director,Udyog Bandhu,12-C, mall Avenue,Lucknow-226001 (U.P.)2. QUOTING OF FINANCIAL BIDa) The Financial Quote shall be made by the bidder in the bid format enclosed inthis bid document.b) The bidder shall include all expenses/dues such as taxes & other statutorydues, service charges, administrative expenses, third party services,overhead charges viz. travelling, boarding & lodging, out of pocket expensesin its financial quote.c) <strong>UDYOG</strong> <strong>BANDHU</strong> shall not bear any extra charges in respect of suchpayments, which although not mentioned in the bid document, are incurred bythe bidder any time during the contract period. Extra charges, if any, shall bepaid by the bidder only.7. OPENING OF TECHNICAL BIDTechnical Bids would be opened on 6 th August, 2013 at 3:00 P.M. in the presence ofauthorized representatives of bidders, who wish to attend.8. PRESENTATIONBidders are required to make a Presentation on 7 th August, 2013 at Udyog Bandhuat 11:00 A.M. onwards.9. OPENING OF FINANCIAL BIDSFinancial bids of the short-listed bidders only would be opened on 7 th August, 2013at 3:30 PM in the presence of authorized representatives, who wish to attend.10. REJECTION OF BIDa. The Bid Document shall be submitted in the form of printed document.Technical OR Financial Bids submitted by Telex, fax or email would not beentertained. Any condition put forth by the bidder not conforming to the bidrequirements shall not be entertained at all and such bid shall be liable forrejection.29th May, 2013 Page 15


. Any bid received by <strong>UDYOG</strong> <strong>BANDHU</strong> after the deadline will be summarilyrejected. <strong>UDYOG</strong> <strong>BANDHU</strong> shall not be responsible for any postal delay ornon-receipt / non-delivery of the documents. No further correspondence onthis subject will be entertained.c. <strong>UDYOG</strong> <strong>BANDHU</strong> has the right to accept any Bid or to reject any Bid or allBids.d. <strong>UDYOG</strong> <strong>BANDHU</strong> reserves the right to cancel / annul the bidding processand reject all Bids at any time before the award of the Contract.11. FINAL SELECTION OF BIDDERa) The Bidder shall be selected on the basis of CQCCBS, whereby technicalproposal will be allotted weightage of 80% and financial proposal will be allottedweightage of 20%. The proposal with the lowest bid shall be given a financialscore of 100 and the other proposals shall be given financial scores that areinversely proportionate to their fee. The total score, both technical and financial,shall be obtained by weighing the quality and cost score and adding them up.b) In the event that the highest scored bidder withdraws or is not selected for anyreason in the first instance (First round of bidding), <strong>UDYOG</strong> <strong>BANDHU</strong> may inviteall the remaining bidders to match the financial quote of the aforesaid highestscored bidder (Second round of bidding).c) If in the second round of bidding, only one bidder matches the highest scoredbidder, it shall be selected as successful bidder.d) If two or more bidders match the said highest scored bidder (in the second roundof bidding), then the bidder whose bid was lower as compared to other bidders inthe first round of bidding shall be selected as successful bidder.e) <strong>UDYOG</strong> <strong>BANDHU</strong> shall be under no obligation to accept the highest scoredbidder or any other offer received in response to this Bid notice and shall beentitled to reject any or all offers including those received late or incompleteoffers without assigning any reason whatsoever.f) The decision of <strong>UDYOG</strong> <strong>BANDHU</strong> in the evaluation of technical and FinancialBids shall be final and binding on all the parties.g) <strong>UDYOG</strong> <strong>BANDHU</strong> reserves the right to make any changes in the terms andconditions of the Bid.h) <strong>UDYOG</strong> <strong>BANDHU</strong> will not be obliged to entertain any request of the Bidder.29th May, 2013 Page 16


12. NOTIFICATION OF AWARDThe Bidder whose Bid has been accepted shall be notified of the award by <strong>UDYOG</strong><strong>BANDHU</strong>. The Bidder shall acknowledge in writing, the receipt of the Letter of Awardand shall send his acceptance to enter into the Contract within 3 days from the dateof receipt of the Letter of Award.13. SIGNING OF AGREEMENTi. Format of agreement shall be uploaded on our website prior to the date ofsubmission of bidsii. The Bidder and <strong>UDYOG</strong> <strong>BANDHU</strong> shall promptly and in no event later than 7days from the date of letter of acceptance of the bidder, sign the Contract.<strong>UDYOG</strong> <strong>BANDHU</strong> shall have the right and authority to negotiate certainterms with the successful Bidder before signing of the Contract. The signingof the Contract shall amount to award of the Contract and the Bidder shallinitiate the execution of the work as specified in the Contract.14. EXPENSES FOR THE CONTRACTAll incidental expenses of the execution of the Contract/ agreement shall be bornesolely by the successful Bidder and such amount shall not be refunded to thesuccessful Bidder by <strong>UDYOG</strong> <strong>BANDHU</strong>.29th May, 2013 Page 17


IX.CHECKLIST OF DOCUMENTSSno.ParticularsAs per format givenat1 Covering letter for bid application on the Annexure-Aletter head2 Draft of earnest moneyTechnical bid1 Format for general information of the bidder Annexure – 1Submitted(yes/no)2 Format for details of the bidder Annexure- 23 Format for financial details of the bidder Annexure-34 Format for details of qualifications &experienceAnnexure-45 Format for undertaking Annexure-5i Document of constitution of the bidder To be enclosedwith annexure-2ii Satisfactory service certificates from clients To be enclosedwith annexure-4iii Copies of work orders To be enclosedwith annexure-4iv Any other documentsFinancial bid1. Format of financial bid Annexure- 629th May, 2013 Page 18


Annexure-ACOVERING LETTER(To be submitted on the letter head of Bidder)To,The Executive Director,Udyog Bandhu,12-C, Mall Avenue,Lucknow-226001Subject: Bid for Selection of Consultant for framing a policy for allotment ofIndustrial Land in Uttar PradeshDear Sir,We have examined the Bid Document including all annexures. We hereby offer toundertake the captioned assignment, in conformity with the said Bid Document.We hereby submit our Technical & Financial Bids along with a checklist of documents andthe draft of Rs. 50,000/- (bearing no……dated……) towards Earnest Money.We confirm that our offer for Bid shall remain valid for 3 months from the date of opening ofbids.We agree that Udyog Bandhu is not bound to accept the highest score bid or any Bidreceived in the bidding process.We hereby confirm that we have not been barred/black-listed by any regulatory/statutoryauthority.Date:(Signature of the Authorized Signatory)(Name & designation of the Authorized Signatory)Place:Enclosures as above29th May, 2013 Page 19


Annexure: 1GENERAL INFORMATION OF THE BIDDER1.(To be submitted on the letter head of Bidder)Name of the Assignment Selection of Consultant for framing apolicy for allotment of Industrial Landin Uttar Pradesh2. Name of Bidder3. Address of the Registered Office4. Phone No. with STD Code5. Fax No.6. Email Address7. Address for all communicationsduring the execution ofassignment8. Address of Camp Office in UttarPradesh9. Name of Key Person with contactNumbers10. Specifications and scope of work As per terms mentioned in the BidDocumentDate:(Signature of the Authorized Signatory)(Name & designation of the Authorized Signatory)Name and seal of the bidder29th May, 2013 Page 20


Place:Annexure : 2DETAILS OF THE BIDDER(To be submitted on the letter head of Bidder)Description Details *1. General Bidder Profilea) Name of the Bidderb) Year of establishment(Document of Constitution of the bidder tobe enclosed)c) Constitutiond) Address of Registered Officee) No. of years of experience in the business(Please enclose document in support)f) Core businessg) Other businessh) Total number of professionals in the bidder’srolli) List of 2 professionals in the bidder’s roll,each having three years experience inconsultancy and having conducted atleast oneassignment for housing/industrialdevelopment authority of the state/centralgovernment proposed to be engaged for thisassignment as undertaken at Annexure-5(Please enclose Bio-data)*Please attach additional documents where relevantDate:(Signature of the Authorized Signatory)(Name & designation of the Authorized Signatory)Name and seal of the bidderPlace:29th May, 2013 Page 21


Annexure : 3FINANCIAL DETAILS OF THE BIDDER(To be submitted on the letter head of Bidder)Financial YearTurnover exclusively fromconsultancy services(in Rs. Lakhs)2010-112011-122012-13TotalAverage annual turnoverexclusively from consultancyservices for above 3 years** Certificate of C.A. to be enclosed(Signature of the Authorized Signatory)(Name & designation of the Authorized Signatory)Name and seal of the bidderDate:Place:29th May, 2013 Page 22


Annexure: 4DETAILS OF QUALIFICATIONS AND EXPERIENCE(To be submitted on the letter head of Bidder)1. No. of years of experience of the bidder in consultancy services(Please enclose document in support)2. Assignments conducted during last 3 years (Please enclose document insupport)YearSl.No.Name of the ClientDescriptionofassignmentCost ofassignment2010-112011-122012-133. Assignments conducted/being conducted for housing/industrial developmentauthority of state/central government during last 3 years (Please enclosedocument in support)YearSl.No.Name of the ClientCompleted/InprogressDescriptionofassignmentCost ofassignment2010-112011-122012-1329th May, 2013 Page 23


4. Specific assignments conducted/being conducted in the field of land resource utilizationor land bank development or framing of land allotment procedure/policy forhousing/industrial development authority of state/central government during last 3years (Please enclose document in support).YearSl.No.Name of the ClientCompleted/InprogressDescriptionofassignmentCost ofassignment2010-112011-122012-13The above information are to be supported by enclosing relevantdocumentsSatisfactory Service Certificates / work order / letter of award / agreementwith clients for completed and ongoing assignments should be providedfor contact & verificationDate:(Signature of the Charted Accountant / Company Secretary)(Name & designation, Reg. No. and seal)Place:29th May, 2013 Page 24


Annexure : 5UNDERTAKING(To be submitted on the letter head of Bidder)I/We declare that I/We have examined the terms and conditions mentioned in the Biddocument and accordingly agree and accept the same for bid filing and further that theinformation/documents furnished herewith are true to the best of my/our knowledge andbelief.I/We further undertake that Mr./Ms. ................................., (designation) is the key personand further that the professionals as mentioned in Annexure- 2(i) shall remain with theassignment till the end of contract. Any change in the personnel shall not be done withoutprior permission of Udyog Bandhu.(Signature of the Authorized Signatory)(Name & designation of the Authorized Signatory)Name and seal of the bidderDate:Place:29th May, 2013 Page 25


FORMAT OF FINANCIAL BID(To be submitted on the letter head of Bidder)Annexure : 6To,The Executive Director,Udyog Bandhu,12-C, Mall Avenue,Lucknow-226001Subject : Financial Bid for "Selection of Consultant for framing a policy for allotment ofIndustrial Land in Uttar Pradesh”Dear Sir,With reference to the Bid Document of the captioned subject, we submit our Financial Bidas under:-PARTICULARSAMOUNT ( in Rupees)Total consultancy charges for the assignment (includingtaxes as applicable and service tax & other statutory dues,service charges, administrative expenses, third partyservices, overhead charges viz. travelling, boarding &lodging, out of pocket expenses, etc.)We hereby confirm that:i. Our offer for the assignment shall remain valid for 3 months from the date of openingof bids.ii. We shall not claim any financial cost separately.iii. The above offer price is inclusive of all costs including those which are notspecifically mentioned in the bid document, but essential for successful completionof assignment.Yours faithfully,Date:Place:(Signature of the Authorized Signatory)(Name & designation of the Authorized Signatory)Name and seal of the bidder29th May, 2013 Page 26

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!