+ All Categories
Home > Documents > (RFP) FORupfisheriescorp.upsdc.gov.in/UploadedFiles/Tender...Selection of Reputed firml Company for...

(RFP) FORupfisheriescorp.upsdc.gov.in/UploadedFiles/Tender...Selection of Reputed firml Company for...

Date post: 04-Apr-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
60
} \ \ ,•. I )! ~< 'i! ",~l \; ; REQUEST FOR PROPOSAL (RFP) ._ . FOR Selection of Reputed firm/ Company for Development of Solar Powered Integrated Fisheries turnkey project on Build, Operate, Maintain, Train & Transfer (B.O.M.T.T.) basis at Lucknow, Uttar Pradesh, India through Global E-Tender " Project Coordination Unit (PCU), UPDASP 4th Floor, PICUPBhawan, Vibhuti Khand,Gomti Nagar, Lucknow (U.P.)- 226010 INDIA Website -www.updasp.org [email protected] Ph. No.: +91 522 2720718 Fax: +91 522 2720936
Transcript

} \ \ , •. I) ! ~< 'i! ",~l \; ;

REQUEST FOR PROPOSAL

(RFP)._

•. FOR

Selection of Reputed firm/ Company for Development of SolarPowered Integrated Fisheries turnkey project on Build, Operate,

Maintain, Train & Transfer (B.O.M.T.T.) basis at Lucknow,Uttar Pradesh, India through Global E-Tender

"

Project Coordination Unit (PCU), UPDASP4th Floor, PICUPBhawan, Vibhuti Khand, Gomti Nagar,

Lucknow (U.P.)- 226010 INDIAWebsite -www.updasp.org [email protected]

Ph. No.: +91 522 2720718 Fax: +91 522 2720936

LETTER FOR ISSUE OF RFP FOR THE

Selection of Reputed firml Company for Development of Solar PoweredIntegrated Fisheries turnkey project on Build, Operate, Maintain, Train

& Transfer (B.O.M.T.T.) basis at Lucknow, Uttar Pradesh, Indiathrough Global E-Tender

The set of RFP document is issued to:"_

Name: Towada Electronics Vietnam Co. Ltd.

Address: Lot C1+C2 Phuc Dien Industrial Park, Cam Phuc Commune Cam GiangDistrict, Hai Duong Province, Vietnam.Ph.: 843203545777 Fax: 84 320 3 [email protected]

The cost of the RFP document is INR 35,000.00 + 18% IGST= INR 41300.00 (IndianRupees Forty One Thousand Three Hundred only)

L ~Signature of the Officer ~8J~D't£INCJt~Issuing the RFP Document: ~--=C:....:C:........:...._jN'L,__ U:....:....:....PM__ Ll-f4__ ,. _

..•

2

LETTER FOR ISSUE OF RFP FOR THE

Selection of Reputed firml Company for Development of Solar PoweredIntegrated Fisheries turnkey project on Build, Operate, Maintain, Train

& Transfer (B.O.M.T.T.)basis at Lucknow, Uttar Pradesh, Indiathrough Global E-Tender

The set of RFP document is issued to:•

Name: Hakuto Company Ltd.

Address: Head Office: 1-13, Shinjuku 1- Chome Shainjuku-ku Tokyo 160-8910 Japan-81-3-32258010Email: [email protected]

The cost of the RFP document is INR 35,000.00 + 18% IGST= INR 41300.00 (IndianRupees Forty One Thousand Three Hundred only)

Signature of the Officer CL 2 ~~ ~Issuing the RFP Document: ~.._,.~....,...AJ~&-I~D-.-4<.-r-A""T'77'_'N-----,,/:::..._ v~ _

(I( pm IIH L I2U

3

LETTER FOR ISSUE OF RFP FOR THE

Selection of Reputed firml Company for Development of Solar PoweredIntegrated Fisheries turnkey project on Build, Operate, Maintain, Train

& Transfer (B.O.M.T.T.)basis at Lucknow, Uttar Pradesh, Indiathrough Global E-Tender

The set of RFP document is issued to:

Name:Miyachi Corporation Japan

Address: 18-6, Honnohara, Ichida-cho,Toyokawa-shi, Aichi pref. 442-0862, JapanMob. +81- 533-86-3994 Fax: +81-533-89-1612Email: [email protected]

The cost of the RFP document is INR 35,000.00 + 18% IGST= INR 41300.00 (IndianRupees Forty One Thousand Three Hundred only)

Signature of the Officer ~Issuing the RFP Document: _

L

4

UPDASP

Ref: E-Tender Ref.No.: 11 lupdasp/Global Tender/2018-19 Dated: 20.07.2018

Selection of Reputed firml Company for Development of Solar PoweredIntegrated Fisheries turnkey project on Build, Operate, Maintain,

Train & Transfer (BoOoMoToTo)basis at Lucknow, Uttar Pradesh, India

UPDASP has been engaged as Procurement Consultant/Advisor by U.P. FisheriesDevelopment Corporation Ltd. (for the financial year 2018-19) for Selection of Reputed firmlCompany for Development of Solar Powered Integrated Fisheries turnkey project on Build,Operate, Maintain, Train & Transfer (B.O.M.T.T.) basis at Lucknow, Uttar Pradesh, India.

U.P. FISHERIES DEVELOPMENT CORPORATION LTD. has been assigned by Governmentof India and Government of Uttar Pradesh to be the Nodal Agency for implementation workon development of solar powered Integrated Brood Bank, Fish Seed Hatchery Complex andFish Feed (Floating) Mill.

Accordingly, UPDASP invites 'Requests for Proposal' (RFP) from the firms/Companiesshortlisted through EOI of referred Global E-Tender Ref.No.: 10 lupdasp/Global Tender/2018-19dated 03-05-2018 for Selection of Reputed firml Company for Development of Solar PoweredIntegrated Fisheries turnkey project on Build, Operate, Maintain, Train & Transfer(B.O.M.T.T.) basis at Lucknow, Uttar Pradesh, India.

The RFP documents, providing the Terms of Reference (ToR), pre-qualification criteria, termsand conditions including evaluation criteria and application fee, are available on the followingwebsites-http://www.updasp.org,http://www.upfisheriescorp.upsdc.gov.in.http://www.fisheries.up.nic.inhttp://www.etender.up.nic.in

UPDASPwould endeavour to adhere to the following schedule:

(a) Publishing RFP tenderl making RFP availableto the eligible bidders on the basis of short 20-07-2018 (5.00 P.M.)listing (EOI evaluation) through e-tenderportal etc.http://www.updasp.org,http://www.upfisheriescorp.upsdc.gov.in,http://www.fisheries.up.nic.inhttp://www.etender.up.nic.in

(I) Seek clarification start date & time 20-07-2018 (5.00 P.M.)0) Seek clarification end date 27-07-2018(b) Pre-bid conference 30-07-2018(4.00 P.M.)(c) Submission of RFP/e-bid start date and time

on e-tender portal etc. viz. 03-08-2018(11.00 A.M.)http://etender.up.nic.in

(d) Submission of RFP/e-bid end date and time 23-08-2018 (11.00 A.M.)on e-tender portal http://etender.up.nic.in

~ 5

(e) Date & time for opening of technical e-bid for 23-08-2018 (01.00 P.M.)technical evaluation

(f) Venue for opening of Bid PCU, UPDASP 4th Floor,PICUP Bhawan, Vibhuti Khan,Gomti Nagar Lucknow-226010

[email protected] No.0522-2720718, 2720936

(g) Date & time for opening of financial e-bid for will be informed after completion oftechnical evaluation technical e-bids through e-bid portal

(h) Evaluation of Bids and determining the Within 7 days of opening ofLowest Calculated Bid (LCB) Financial Bid

(i) Post Qualification and determining the Lowest within 7 days from determination ofCalculated Responsive Bid (LCRB) the Lowest Calculated Bid (LCB)

0) Drafting the resolution and recommending the Same as dates for Post qualificationaward/ issue of Acceptance Letter (AL)/ Letter and determination of the Lowestof Intent (LOI) Calculated Responsive Bid

(k) Deposit of performance security and Within 15 days from date of issue ofexecution of contract agreement Acceptance Letter (AL)/ Letter of

Intent (LOI)

Short listed firms/Companies may download the RFP from the above-listed websites andsubmit their e-bid only at e-tendering website http://www.etender.up.nic.in

If RFP is downloaded from the above-listed websites, the requisite document fee of INR35,000.00 + 18% IGST= INR 41300.00 (Indian Rupees Forty One Thousand Three Hundredonly) in form of Demand Draft of Nationalized Bank in favour of Managing Director, UttarPradesh Matsya Vikas Nigam Limited, payable at Lucknow shall be submitted along with thebid or at the time of opening of the technical bid.

In case any bidder is failed to submit his e-bid on the prescribed e-tendering websitehttp://www.etender.up.nic.in, then Bid shall be treated as "Non-Responsive".

***** ~~! - ~

6

Disclaimer

The information contained in this Request for Proposal (hereinafter referred to as "RFp")document provided to the Bidders, by UPDASP/ Nodal Agency, Government of Uttar Pradeshhereinafter referred to as UPDASP/ Nodal Agency, or any of their employees or advisors, isprovided to the Bidder(s) on the terms and conditions set out in this RFP document and allother terms and conditions subject to which such information is provided.

The purpose of this RFP document is to provide the Bidder(s) with information to assist in theformulation of RFP. This RFP document does not purport to contain all the information eachBidder may require.

This RFP document may not be appropriate for all persons, and it is not possible for theDepartment, their employees or advisors to consider the business/ investment objectives,financial situation and particular needs of each Bidder who reads or uses this RFP document.Each Bidder should conduct its own investigations and analysis and should check theaccuracy, reliability and completeness of the information in this RFP document and wherenecessary obtain independent advice from appropriate sources.

The terms of payment are tentative in nature, subject to contract negotiation after award ofLol and in consultation and advice of Consultant, Nodal Agency and Legal Advisor.

Department, their employees and advisors make no representation or warranty and shallincur no liability under any law, statute, rules or regulations as to the accuracy, reliability orcompleteness of the RFP document.

Department may, in its absolute discretion, but without being under any obligation to do so,update, amend or supplement the information in this RFP document.

L__..~/~ ~ ..~

7

UPDASP

Selection of Reputed firml Company for Development of Solar PoweredIn.tegrated Fisheries turnkey project on Build, Operate, Maintain,

Tram & Transfer (B.O.M. T.T.) basis at Lucknow, Uttar Pradesh, India

1. Introduction

The project coordination unit, UPDASP had invited the Expression of Interest (EOI) throughGlobal e-tender for selection of firm/company for "Development of integrated project onturnkey basis on Build, Operate, Maintain, Train & Transfer basis (B.O.M.T.T.) basis atLucknow, Uttar Pradesh, India" for establishing IMC Brood Bank & Pangasius Brood Bank!Fish Seed Hatchery Complex consisting the following integrated units:

• IMC Brood Bank & Pangasius Hypophthalmus (Sutchi) Brood bank! Catfish HatcheryComplex.

• Fish Feed (floating) Mill.• Captive Solar Power Plant of 120 KW approx. with 220Volts, 2400Ah battery backup.

A Technical Committee has shortlisted the Firms/Companies based on the documentssubmitted in EOI by the Firms/Companies. In this Global E-Tendering process, UPDASP isinviting now e-bid / RFP from the shortlisted firms/companies for selection of firm/company for"Development of integrated project on turnkey basis on Build, Operate, Maintain, Train &Transfer basis (B.O.M.T.T.) basis at Lucknow, Uttar Pradesh, India" for establishing IMCBrood Bank & Pangasius Brood Bank! Fish Seed Hatchery Complex consisting the followingintegrated units.

• IMC Brood Bank & Pangasius Hypophthalmus (Sutchi) Brood bank! Catfish HatcheryComplex.

• Fish Feed (floating) Mill.• Captive Solar Power Plant of 120 KW approx. with 220Volts, 2400Ah battery backup.

2. Project

2.1 Introduction

Indian fish farming is, hitherto, Carp centric which collectively contributes to about65%-70% of fresh water fish culture and due to genetic deterioration of carp brooders,quality of carp seed available is also not up to parameter which adversely affects theproductivity as well as growth. The average productivity of carp in the country is below3.0 ton/ hal year. In spite of extensive fresh water resources, this is one of the mainreasons for low fish production in the country. Due to unavailability of good quality fishseed of major carp or other species; average productivity of fish per capita is adverselyaffected.

Pangasius is high yielding species and being exotic, Government of India haspermitted its introduction for culture during year 2012. Since then, Pangasius culture isincreasing throughout the country by leaps and bounds and fingerlings demand is alsoincreasing every passing stocking season. Pangasius breeding and fingerling productionis very limited in the country with the minimal exceptions, therefore, current demand andfuture supplies remain always uncertain.

Unavailability of Pangasius fish seed from local sources, promotesunauthenticated fish seed supplies from other countries, leading to poor quality and

~flated prices. uncertainty. 'K'~ed with unee.rtain supplies is ma~r stumbling b~k in/

~ ~ \r V i. t'. ~l{VB

expansion of culture and it is detrimental for the expansion of culture of this species andincrease in fish production.

Indian major carps (IMC) group of the family Cyprinidae is naturally distributed inthe rivers of Bangladesh, India, Pakistan and Myanmar. The column feeder rohuL. rohita,along with the surface feeder catla, Catlacatla (Hamilton) and bottom feeder mrigal,Cirrhinusmrigala (Hamilton) constitutes an important and popular aquaculture practice inthe region named carp polyculture system.

Aquaculture, in India especially in UP has experienced a steady growth, untilpresent due to horizontal expansion as well as intensification and contributing more than50% to the total fish production of the country. Cheap and simple spawn productiontechnology and attractive margin led to establishment of some 9 carp hatcheries by UPFisheries Corporation and more than 200 hatcheries in Pvt Sector in Uttar Pradesh. TotalIMC seed stocked in the state is 4800 Lakh (approx.). This requires about 58.20 MT(approx.) breeders every year. However, hatcheries engaged in production of carp spawnare reported not to be managed properly due to multiple factors such as lack of technicalknowledge, lack of awareness about the negative consequences of impropermanagement, lack of facilities for maintaining the required number of quality breedersand overall high competition in the fish seed market. Use of smaller size breeders(negative selection), inbreeding and hybridization have been common practices in thehatcheries that are individually or collectively responsible for the deterioration of fish seedquality in the country.

Establishing Brood Bank for IMC is to ensure supply of good quality juvenile broodto the hatcheries to develop brood stock & Pangasius fish seed hatcheries is decidedlyrequired to meet the existing demand and future expansion. Establishing Brood Bank willalso cater the requirement of good quality brooder as well as fish seed for raisingbrooders.

2.2 Objective

The primary objective of this project is the establishment of Brood Bank for IMC andPangasius Hypophthalmus catfish Brood Bank! seed hatchery complex in Uttar Pradeshwith a view to facilitate availability of much in demand fingerlings needed for culture ofthese high yielding species.

The establishment would also provide good quality brooders as well as seed for raisingbrood stock to 9 UPFDC Ltd. hatcheries, having an area of about 90 ha; as well as toprivate hatcheries.

The firm/company would be responsible for (B.O.M.T.T.) regarding Brood Bank byConstruction of Brood & Nursery ponds for IMC and Pangasius catfish hatchery unitstructures (Fertilization, Hatching & Breeding complex with boring, water distribution pipeline, water temperature controlling unit and water purification system) etc required forsuccessful operation of the project; for arranging IMC and Pangasius Hypophthalmus fishbrooder; for Pangasius seed production and Brooders care.

2.3 Project Activity

It is proposed to establish Brood Bank for IMC & Pangasius, as well as Pangasius fishseed Hatchery Complex in Public Sector. A mega Pangasius Hypophthalmus fish seedhatchery with an aim to provide good quality/ high yielding fish seed of PangasiusHypophthalmus and also to provide good quality/ high yielding=ders to fish far~rs Of."there ofYJ PradeshWOUlr:ZPed uc:r Ih~fiShseedprOje~ ~

This Centre will function as "Centre of Excellence" for Pangasius catfish breeding in thecountry and will be used to demonstrate technology as well as impart training toprospective entrepreneurs.The proposed facilities will be self-equipped with respect to all necessities such as broodstock rearing, hatching, spawning and fingerling rearing needed to supply quality stockingmaterials to farmers. The centre would encourage the local farmers for adoption ofadvanced method of quality fish seed production with high survival rates.The centre would augment overall fish production of the state through supply of qualityPangasius catfish seed as well as good quality.b QQder~:a.!ld/ish seed to raise brooders.The production of 300 lac Pangasius juveniles' inc~~n area of about 600 hectaresfor fish culture and accordingly quantum of fish p 0 ction will jump.

2.4 Project LocationThe project site will be existing Gomti Hatchery, Khurdai Bazar, Lucknow-SultanpurHighway, Lucknow, (U.P.), India. The title and possession of required land is in favour ofU.P. Fisheries Development Corporation and free of any encumbrance. No furtherclearance from any regulatory department is needed to start! execute work for thepresent project.A land area of 15.0 hectare with suitable water and soil quality and very good waterretention capacity is available to accommodate the new Project. Out of the aforesaid 15.0hectare land 4.5 - 5.0 hectare land will be made available for this project.Project site has adequate sources of water in form of perennial main canal and deepborings to meet the requisite water need and other resources required for this project.

2.5 Proposed Facilitiesl Components under the Project

2.5.1 IMCI PangasiusCatfish Brood Bank & Pangasius Hypothalmus Seed HatcheryComplex

a. The Brood Stock Unit: The brood stock unit would generally have 06 ponds, thesize of which may vary from 0.20- 0.50 hectares and depth of 2.00-2.50 m or morewater will be maintained as may be required. For better management of broodstock, the pond will have facilities of water supply and drainage, so that the desiredwater level in the ponds can be accomplished, if needed. The bottom of the pondswill be gently sloping towards the outlet. The slope of dykes is proposed to be 2:1(2 horizontal: 1 vertical).

b. The Main Hatchery Unit: The main hatchery unit for spawn production comprisesthe following essential sub unit (Breeding, Fertilization, Hatchery complexesincludingWater purification and temperature control system).

c. Production Output

c. Spawn production = 1200 lac (120 millions)

d. Fry production = 500 lac (approx. @ 40% survival rate

e. Fingerling production = 300 lac (approx. @ 60% survival rate)

10

d. Other Details of the Project

1 Title of the Project Establishment of Brood Bank and Pangasius Fish Seed HatcheryComplex

U. P. Fisheries Development Corporation Ltd.

2 Nodal Agency/ 3rd Floor, Lekhraj Market-2,Implementing Agency Indira Nagar, Lucknow 226016. India

email- [email protected]

Gomti Fish Seed Hatchery Complex,

3 LocationKhurdai Bazar, Sultanpur highway, Lucknow, (UP), India

One year for construction of buildings and establishment of plant4 Duration of the Project and machinery.

Three years for operation, maintenance, trainina and transfer.1. Establishment of Brood Bank by Construction of Brood &

Nursary ponds for IMC and Penqesius catfish, hatcheryrelated structures for Penqesius Hypothalmus seedproduction and Brooders maintenance (with provision ofFertilization, Hatching, Breeding, boring, water distributionpipe line, water temperature controlling unit and waterpurification system etc. required for proper completion of the

5 Proposed activities work).2. Operation and maintenance of the established projects for

next 3 years.3. Training to corporation man power.4. Transfer of applied technology without condition to nodal

agency.5. Handover of the project a after 3 years in running condition

with full capacity.IMC Brood bank development & MaintenancePangasius Hypothalmus Brood bank development, Brooders

6 Output Maintenance, seed production & supply

Production of 30million Penqesius catfish Juvenile (fingerling)/Annum

11

Project Activity on Time Scale (2018-2022)

IvthYears

(2021-22)

• Infrastructure Development:

Establishment of IMC brood bank andPangasius brod bank! Pangasius catfishHatchery with Construction of ponds (1.5 habrooder for Pangasius will be covered bypolyhouse and remaining 1.5 ha will be open),Establishment of Fish Feed ( floating) Mill andEstablishment of Solar power based power

plant.

lind Years

(2019-20)

IIIrdyears

(2020-21)Activities 1stYears

(2018-19)

• Production of Pangasius/ catfish Fingerling• Development of Brood bank (IMC &

Pangasius)• Production Fish feed (floating) (3000

Mt.lAnn.)

• Production of Solar based power

• Training & Capacity Building of Nodalagency

• Technology Transfer& Handing Over projectto nodal agency in running / operating withfull designed production capacity having noliability pending regarding the project.

2.5.2 Fish Feed (Floating) Mill

a. Introduction

The success of aquaculture is largely depended on the continuous supply of good qualitynutritious feeds at competitive price. Feed alone constitutes about 60% to 70 % of totalcost of production. Therefore, it needs more attention. Presently all species of fishes arefeed only with high quality floating formulated feeds and being surface feeder Pangasiusspecies specially requires floating feeds and its juveniles requires highly specialized smallgranules of protein rich diet. The feed for juveniles is a big constraint in fish seed industry.Therefore, it is proposed to establish a large fish feed mill where the feed for juvenilesmay be available for fish farmers as well as for hatchery itself.

Pangasius Hypophthalmus being surface feeder require this type of specialized foodwhich is not sinking quickly and it stays intact for a longer duration. Otherwise due toleeching it may lose its nutrients. The proposed feed mill will produce pelletized floatingfeed of particle sizes (0.8-4.0 mm) in ample quantity as per demand of the fish farmers.

U.P Fisheries Development Corporation (UPFDC) is Major Fish Seed supplier in theState. In addition to that UPFDC is in process of establishing a Pangasius catfish seedproduction centre. For producing juveniles/fingerlings at such a large scale requiressufficient numbers of healthy breeders which can be maintained on availability of qualityfish feed. In spite of that for spawn, fry and fingerlings/ juveniles highly protein rich diet ofdifferent sizes ra_"e is required in sufficient quantity. Besides this'6a~g~SiUS+- ~ ~V r v ~ ~ ~/:t-!2

Hypophthalmus culture is being adopted in a large scale for high stocking pond culture,cage culture and RAS etc. To fulfill such need of fish feed, proposed fish feed mill will bea valuable asset to the farmers as well as to UPFDC. At present, there is no fish feed millin state where feed of such variety for Pangasius catfish species is being produced,neither for adult nor for spawn, juveniles/fingerlings etc. The growersl fish farmers arebound to get the supply of feed from far-off places like Chhattisgarh and Andhra Pradeshwhich costs more and adversely affects the profitability, in turn, income of the farmer.Establishment of this project will definitely help in diversification of species and enhancingthe income of farmers many-folds.

•.

b. Objective

One of the primary objectives of this project is the establishment of Fish Feed (Floating)Mill in Uttar Pradesh with a view to:

• Provide high quality floating feed of (0.8-4.0 mm) granule sizes suitable fordifferent stages from spawn to adult fish at reasonable rates with assureduninterrupted supply round the year.

• Encourage local fish farmers for adoption of catfish feed for high yieldingaquaculture and to raise their income.

• Promote entrepreneurs for catfish culture by providing them total solutions (seed,feed & technical advice) at a single station.

• Augment the income of the Corporation by expanding areas of Operation.

'.

c. Project Activity

The following activities will be taken care of by the Fish Feed Mill project:• Establishment of floating fish feed manufacturing plant.• Feed will be manufactured for all different life stages of fishes as per requirement.

• Production from the proposed catfish feed mill will cater the in-house requirementof the proposed Pangasius Hypophthalmus catfish seed hatchery cum brood bankas well as 9 major carps hatcheries managed by U.P. Fisheries DevelopmentCorporation Ltd.

• Surplus production will be available for sale to the fish farmers on reasonable ratesand as a return some handsome profit amount will be made in favour of theCorporation which will add to the financial status of the Corporation.

d. Project Location

The project site will be existing Gomti Hatchery, Khurdai Bazar, Lucknow-SultanpurHighway, Lucknow, (U.P.), India. The title and possession of required land is in favour ofU.P. Fisheries Development Corporation and free of any encumbrance. No furtherclearance from any regulatory department is needed to start! execute work for thepresent project.Adequate Government owned land is available for Establishment of Fish Feed Mill.

e. Proposed Facilitiesl Components under the Project

Fish Feed (Floating) Mill: A floating Fish Feed Mill with a capacity of 1 Mt. per hr(3,000Mtiannum) would be established.

f. Production Output

A total of 3,000Mt of fish feed (floating) will be manufactured annually. Out of this about4,00 Mt will be consumed to fulfill in-house requirement for hatchery operations of 9 majorcarps hatcheries managed by Corporation and rest of the feed will be available for sale toJe aquat:;rs.~II he~ hatcherylm:nagemtnt andalso~me~c:e

~I V v 13

of the corporation. The project will encourage more entrepreneurs towards theaquaculture on commercial lines.

g. Other Details of the Project

Title of the Project

U. P. Fisheries Development Corporation Ltd.

Establishing fish feed (floating) Mill of production capacity 1.0 Mt perhour.

2 Nodal Agency/Implementing Agency

3rd Floor, Lekhraj Market-2,Indira Nagar, Lucknow [email protected]

•.3 Location

Gomti Fish Seed Hatchery Complex,

Khurdai Bazar, Sultanpur highway, Lucknow, (UP), India

4

5

6

Duration of the Project

Proposed activities

Expected Output

One year for construction of buildings and establishment of plantand machinery.Three years for operation, maintenance, training and transfer

1. Establishment of Fish feed (floating) Mill of 1.0 Mt.! hourcapacity of specification enclosed as annexure-III. as perInternational norms following the best suitable layout planfor all plants and machineries ensuring smooth day to dayworking and free movements of the working persons ofdifferent sections completing the following major works:-

Construction of store room/ warehouse/shed of required capacity asper international norms and specification for stocking of rawmaterials.Construction of store room/ warehouse/shed of required capacity asper international norms and specification for stocking of Floating fishfeed produced at mill.

• Supplying and installation of all plants and machineries likebatch mixer, rotary feeder, hammer mill, pulverizer,extruder, feeder, conditioner, cutter, drier, grader, coater, aircompressor, boiler, conveyers and elevators etc of suitablecapacity as required for desired production capacity as perInternational Standards and specifications and ofInternational reputed brands.

Construction works like foundations of all plants and machineries asper International drawing and design code required to establish thefeed mill and other civil structures required for safety/ protection andproviding safe shelter place for all plants and machineries installedwith sufficient movement space having entry and exit of suitablesizes to cater the requirements in smooth working of the plant.

2. Operation and maintenance of the established projects fornext 3 years.

3. Training to corporation man power.4. Transfer of applied technology without condition to nodal

agency.5. Handover of the project a after 3 years in running

condition with full capacity.

1.0 Mtlhr. * floating fish feed will be produced and will be availablefor fish farmers at reasonable rates. This will give additional supportto fish farmers to double their income by encouraging them towardsaquaculture on commercial lines.¥oMt/hrdeie51.ooMetrictorur

2.5.3 Captive Solar Power Plant of 120 KW approx. with 220Volts, 2400Ah batterybackup for Brood Bank & Pangasius Fish Seed Hatchery Complex

a. Introduction

Closed aquaculture systems need deep! shallow tube wells for water supply, pumps andaerators to provide oxygen to maintain required parameter, to move water into andthrough the system, and to purify the water. Solar-generated electric power, known asphotovoltaic (PV), can be used to meet the power needs of an aquaculture operation.

Fish breeding activities require a lot of electrical energy for different activities at thehatchery site. In routine operation of hatchery activities regular fresh water supply isrequired for initial filling of ponds as well as to counter the evaporation and seepagelosses and maintain the required water temperature and oxygen level for pond water.This job is done through deep tube wells as well as shallow borings. In addition someelectric mono blocks (pump sets) are used for shifting of water from one pond to other.Some additional electric supply is also required for residential and non-residentialbuildings.

An Ornamental Coloured Fish Hatchery is also in operation within the hatchery premiseswhich also requires power supply for its different activities. A Pangasius Fish SeedHatchery cum Brood Bank is also proposed at the same site. a Solar Power SupportSystem of 120 KW approx. with 220Volts, 2400Ah battery backup has to be establishedto cater to the power supply requirement of the following three projects:-

1. Existing Carp Hatchery2. Ornamental Coloured Fish hatchery3. Proposed Pangasius catFish Hatchery cum Brood Bank

"_

To cater the present power requirements of existing Carp Hatchery and OrnamentalColoured Fish Hatchery, presently Corporation is paying INR 6.00 lakh (approx.) annuallyto U.P. Power Corporation Ltd. In addition to existing Carp Hatchery and OrnamentalColoured Fish Hatchery, a Pangasius Fish Seed Hatchery cum Brood Bank of productioncapacity of 300 lakh juveniles(fingerlings) per annum is also proposed at the same site.Hence to cater power supply for operation of these three projects an estimated amount tobe paid to U.P. Power Corporation Ltd. is INR 10.0 lakh (approx.) and besides this anamount of about INR 1.0 lakh (approx.) per annum is paid by the Corporation on dieselconsumption for running of generator sets during power cuts.

~. In the light of above facts considering 50% saving on diesel expenditures incurred onrunning of generator sets (INR 0.50 lac), the proposed Solar Power Support System willsave around INR 9.00 lakh per annum and will maintain Eco friendly atmosphere to favourworldwide green climate campaign.

In spite of initial water filling in ponds! tanks, both open and closed systems in these threeprojects require moving water for following purposes:1. Aerate the water so that dissolved oxygen level in the water is high enough for fish to

survive and thrive.2. Pump water to and through various tanks.3. Replace water losses due to evaporation, seepage and leaks.

Fish breeding facility needs pumps and aerators to move water into and through thesystem, to supply oxygen to maintain required dissolved oxygen level in the ponds! tanksand to purify water. Solar generated electric power, known as p.hotovoltaic'SCVV)my be ...

.. useful to meet the power nee~U9r these purposesl. <1.( / . \ ~.~ ~ "'- V v ~ v 15

".

---- - -- -- . - - - --- -------------------

b. ObjectiveOne of the primary objectives of this RFP is the establishment of Solar Power SupportSystem for regular and uninterrupted supply of water, aeration and lighting and otherfacilities required for intensification of existing Carp fish seed production hatchery,Existing Ornamental coloured fish hatchery and proposed Pangasius fish seed hatchery.

Other additional objectives of the project include:o Encouraging the local fish farmers for adoption of solar power support system for

fish seed production and aquaculture.o Promoting the use of solar energy that will provide the economic power supply to

drive closed-system aerators, lightings facilities and pumps.

c. Project ActivityThe following activities will be commenced during implementation of the scheme:• Establishment of Solar power support system for existing carp hatchery, existing

Ornamental fish seed hatchery and proposed Pangasius fish hatchery forintensification of fish seed production on pilot project basis.

• Solar power support system will be developed to cater the power requirement ofthe hatchery complex and will also cater further requirements in future.

• This Solar power system will comprise of Solar Power Support System of 120 KWapprox. with 220Volts, 2400Ah battery backup.

• Off grid facility will be equipped with battery backup for dark period of the day.

d. Project LocationThe project site will be existing Gomti Hatchery, Khurdai Bazar, Lucknow-SultanpurHighway, Lucknow, (U.P.), India.

Proposed hatchery complex spread over in more than 15 ha. area will be facilitated withthis system.The project is proposed to be implemented with the concept of sustainable fishproduction with farmer's participatory approach as it will have demonstrative opportunityfor the farmers visiting the hatchery in large numbers.

e. ProposedFacilitiesl Componentsunder the Project

Establishment of Solar Power Support System for• Existing Carp hatchery• Proposed Bood bank and Pangasius catfish seed hatchery complex• Existing Ornamental coloured fish hatchery Production Output

f. Other Details of the Project

Project on Solar Power Support System for1- Existing carp fish hatchery

1 Title of the Project 2- Proposed Brood bank & Pangasius fish seed hatchery complex3- Existing Ornamental coloured fish hatchery at

Lucknow, (U.P.), IndiaU. P. Fisheries Development Corporation Ltd

2 Nodal Agency/ 3rd Floor, Lekhraj Market-2,Implementing Agency Indira Nagar, Lucknow 226016.

email- [email protected] Fish Seed Hatchery Complex,

3 LocationKhurdai Bazar, Sultanpur highway, Lucknow, (UP), India

•.Expected Output

4 Duration of the ProjectOne year for construction of buildings and establishment of plantand machinery.Three years for operation, maintenance, trainina and transfer

5 Proposed activities

1- Establishment of Solar Power Support System of 120 'fWVapprox. with 220Volts, 2400Ah battery backup as per briefspecifications enclosed as annexure-IV for -

• Existing Carp hatchery• Proposed Brood bank & Pangasius fish seed hatchery

complex• Existing Ornamental colored fish hatchery

2- Operation and maintenance of the established projects for next 3years.

3- Training to corporation man power.4- Transfer of applied technology without condition to nodal agency.5- Handover of the project a after 3 years in running condition withfull capacity.Proposed Solar Power Support System of 120 KW approx. with220Volts, 2400Ah battery backup will cater power supply requiredfor operation of water supply system, aeration and lighting systemand other requirements for

• Existing Carp hatchery• Proposed Brood bank and Pangasius fish seed hatchery

complex• Existing Ornamental coloured fish hatchery

with a result of reduction in mortality rates of fish seed at earlystaqes.

6

The RFP document provides:

1. Terms of Reference (TOR),2. Pre- qualification criteria, terms and conditions including evaluation criteria,3. EMD, application fee and suggested response formats

The RFP has been divided into following sections for easy understanding:

Section1: - Instruction to Shortlisted Bidders

Section 2:- Terms of reference

Section 3:-

A. Technical Proposal- Standard Forms & Other Undertakings.

B. Financial Proposal- Standard Forms

*****

17

Section 1(Instructions to Bidders)

Standard

1. Definitions

(a) "Nodal Agency/ Implementing Agency" means U. P Fisheries DevelopmentCorporation Ltd. which is Nodal Agency with which the selected firm/agency signsthe Contract for the Implementation of the assignment as per the terms andconditions and TOR of the contract.

(b) "Bidder" means shortlisted firms/companies/agencies who will submit theirproposals that may provide or provides the Services to the Nodal Agency/Implementing Agency under the Contract.

(c) "Contract" means the Contract signed by the Parties and all the attached documentslisted in its Clause 1, that is the General Conditions (GC), the project SpecificConditions (SC), and the Appendices.

(d) "Project specific information", means such part of the Instructions to Firm/Companyused to reflect specific project and assignment conditions.

(e) "Day" means calendar day.

(f) "Government" means the Government of India & Government of Uttar Pradesh

(g) "Instructions to Firm/ Company"(Section 1 of the RFP) means the document, whichprovides Firm/Companywith all information needed to prepare their proposals.

(h) "Personnel" means professionals and support staff provided by the Firm/Companyorby any Sub consultant and assigned to perform the Services or any part thereof.

(i) "Proposal" means the Technical Proposal and the Financial Proposal.

U) "RFP" means the Request for Proposal documents prepared by the Nodal Agencyfor the selection of Firm/Company.

(k) "Assignment/Job"means the work to be performed by the Firm/Companypursuant tothe Contract.

(I) "Sub-Consultant" means any person or entity with whom the Firm/Companysubcontractsany part of the Assignment/job.

(m) "Terms of Reference" (TOR) means the document included in the RFP as Section-2which explains the objectives, scope of work, activities, tasks to be performed,respective res.ponsibilitiesof the Nodal Agency and.the Firm/c.ompanyand eCf:ectedresultsand deliverablesof the Assignments/job. d./ I .I\ ~ //t~---

!f-- ~ r v a~_Y/ ~ 1S

------------------ -- - --

2. Introduction

2.1 The Nodal Agency/ Implementing Agency will select a firm/organization with thehelp of procurement Consultant/Advisor i.e. UPDASP in accordance with themethod of selection specified in the Section-2.

2.2 The name of the assignment/job has been mentioned in Section-1. Detailed scopeof the assignment/job has been described in the Terms of Reference in Section-2.

2.3 The date, time and address for submission of the proposals have been given inSection-1.

2.4 The Firms/Companiesare invited to submit their Proposal, for Assignment/job namedin the Section-1. The Proposal will be the basis for signed Contract with theselected Firm/Company.

2.5 The Nodal Agency/ Implementing Agency will provide to the Firms/Companies theinputs and facilities specified in the Section 2 without any cost and make availablerelevant project data and reports.

2.6 Firms/Companiesshall bear all costs associated with the preparation and submissionof their proposals and contract negotiation. The Nodal Agency/ ImplementingAgency is not bound to accept any proposal, and reserves the right to annul theselection process at any time prior to Contract award, without thereby incurring anyliability to the Firm/Company.

3. Eligibility of Firms/Companies and consortium

3.1 If the bidder has formed a consortium of Firms/Companies, each member Firm/Company of the consortium shall be evaluated as per the qualification/eligibilitycriteria set for thin Section 2, except for the financial criteria which has to be metindependently by the lead Firm/Company i.e. bidder. The combined score of the eachmember Firm/Company of the consortium shall be taken into account for evaluationpurpose. If any member Firm/Company of the consortium is dropped at the RFPstage, such consortium is liable to be rejected by the Nodal Agency. However, theNodal Agency, at its sole discretion, may decide to evaluate for short listing suchconsortium without considering the strength of the dropped member Firm/Company.And if found eligible, may allow such consortium to submit their proposal.

3.2 Bidding Firm/Company may associate with other firms and/or individual expert at thetime of submission of proposal. Under such circumstances each member Firm/Company of the consortium shall be valuated as per the qualification/eligibility criteriaset forth in Section 2, except for the financial criterion which has to be metindependently by the lead Firm/Company. The combined score of each memberFirm/Company of the consortium shall be taken into account for evaluation purpose.However, bidder shall be the lead member of the consortium who has submitted theproposal and Nodal Agency shall deal with only the lead member for the purpose ofthis assignment. Although, the contract shall be signed by all the members of theconsortium, the lead member of the consortium shall be responsible and liable to theNodal Agency for every aspect of their proposal, contract, etc. W (l~~ r ~~~~/~/

19

4. Clarification and Amendment of RFP Documents

4.1 Firms/Companies may request a clarification on any clause of the RFP documentswithin the period (number of days) indicated in the Section-1 before the proposalsubmission date. Any request for clarification must be sent in writing, or by standardelectronic means to the Nodal Agency/ Implementing Agency's address indicated inthe Section-1. The Nodal Agency/ Implementing Agency will respond in writing or bystandard electronic means and will send written copies of the response (including anexplanation of the query but without identifying the source of inquiry) to allFirms/Companies. If the Nodal Agency/ Implementing Agency deem it necessary toamend the RFP as a result of a clarification, it shall do so following the procedureunder para-4.2 below.

4.2 At any time before the submission of Proposals, the Nodal Agency/ ImplementingAgency may amend the RFP document by issuing an addendum in writing or bystandard electronic means. The addendum shall be sent to all Firms/Companies andwill be binding on them. Firms/Companies shall acknowledge receipt of allamendments. To give Firms/Companies reasonable time in which to take anamendment into account in their Proposals the Nodal Agency/ Implementing Agencymay, if the amendment is substantial, extend the deadline for the submission ofProposals.

5. Conflict of Interest

5.1 Nodal Agency requires that Firms/Companies provide professional, objective, andimpartial advice and at all times, hold the Nodal Agency/ Implementing Agency'sinterests paramount, strictly avoid conflicts with other Assignment/jobs or their owncorporate interests and act without any consideration for future work.

5.2 Without limitation on the generality of the foregoing, Firms/Companies, and any of theiraffiliates, shall be considered to have a conflict of interest and shall not be recruited,under any of the circumstances set forth below:

•. Conflicting activities: A firm that has been engaged by the Nodal Agency/Implementing Agency to provide goods, works or Assignment/job other than consultingAssignment/job for a project and any of its affiliates shall be disqualified from providingconsulting Assignment/job related to those goods, works or Assignment/job.Conversely, a firm hired to provide consulting Assignment/job for the preparation orimplementation of a project and any of its affiliates shall be disqualified fromsubsequently providing goods or works or Assignment/job other than consultingAssignment/job resulting from or directly related to the firm's consulting Assignment/jobfor such preparation or implementation. For the purpose of this paragraph,Assignment/job other than consulting Assignment/job are defined as those leading to ameasurable physical output, for example surveys, exploratory drilling, aerialphotography and satellite imagery.

Conflicting Assignment/job: A Firms/Companies (including its Personnel and Sub­Consultants) or any of its affiliates shall not be hired for any Assignment/job that by itsnaturemay be in conflict with anotherAssignmept/jobof the C:nsultant to be executed for _ihe sameo~another EmPIOYY 0/ ~ ~ -~ '::0

Conflicting relationships: A Firms/Companies (including its Personnel and Sub­Consultants) that has a business or family relationship with a member of the Employer'sstaff who is directly or indirectly involved in any part of(i) The preparation of the Terms of Reference of the Assignment/job,(ii) The selection process for such Assignment/job, or(iii) Supervision of the Contract may not be awarded a Contract, unless the conflict

stemming from this relationship has been resolved in a manner acceptable to theEmployer throughout the selection process and the execution of the Contract.

..

5.3 Firms/Companies have an obligation to disclose any situation of actual or potentialconflict that impacts their capacity to serve the best interest of their Nodal Agency/Implementing Agency or that may reasonably be perceived as having this effect.Any such disclosure shall be made as per the Standard forms of technical proposalprovided herewith. If the Firms/Companies fails to disclose said situations and if theNodal Agency/ Implementing Agency comes to know about any such situation atany time, it may lead to the disqualification of the Firms/Companies during biddingprocess or the termination of its Contract during execution of assignment.

5.4 No agency or current employees of the Nodal Agency/ Implementing Agency shallwork as Firm/Company under their own Ministries, Departments or agencies.

6. Unfair Advantage

If a Firm/Company could derive a competitive advantage from having providedconsulting Assignment/job related to the Assignment/job in question and which is notdefined as conflict of interest as per para-5 above, the Nodal Agency/ ImplementingAgency shall make available to all Firms/Companies together with this RFP allinformation that would in that respect give such Firm/Company any competitiveadvantage over competing Firms/Companies.

7. ProposalFirms/Companies shall only submit one proposal. If a Firm/Company submits orparticipates in more than one proposal,such proposalsshall be disqualified.However, thisdoes not limit the participationof the same Sub-Consultant,including individualexperts, tomore than one proposal.

8. Preparation of Proposals8.1 The proposal as well as all related correspondence exchanged by the

Firms/Companies and the Nodal Agency/ Implementing Agency shall be written inEnglish language, unless specified otherwise.

8.2 In preparing their Proposal, Firms/Companies are expected to examine in detail thedocuments comprising the RFP. Material deficiencies in providing the informationrequested may result in rejection of a Proposal.

8.3 While preparing the Technical Proposal, if a Firm/Company considers that it mayenhance its expertise for the Assignment/job by associating with otherFirm/Company in sub-consultancy, it may associate with a Firm/Company who has~ notb~ technirQUrrrVC;;i01:cess oft~P. V:,

8.4 Depending on the nature of the Assignment/job, Firms/Companies are required tosubmit a Technical Proposal (TP) in forms provided in Section-3. The section-3indicates the formats of the Technical Proposal to be submitted. Submission of thewrong type of Technical Proposal will result in the Proposal being deemed non­responsive. The Technical Proposal shall provide the information indicated in thefollowing paras from (a) to (d) using the attached Standard Forms (Section-3). FormTP-1 in Section-3 is a sample letter of technical proposal which is to be submittedalong with the technical proposal.

(a) A brief description of the Firms/Companies in the case of a consortium/joint ventureof each partner will be provided in Form TP-2. In the same Form, the Firm/Companyand in the case of a consortium/joint venture, each partner will provide details ofexperience of assignments which are similar to the proposed assignment/job as perthe terms of reference. For each Assignment/job, the outline should indicate thenames of Sub-Consultants/Professional staff who participated, duration of theAssignment/job, contract amount, and Firm's/Company's involvement. Informationshould be provided only for those Assignment/jobs for which the Firms/Companieswere legally contracted by the Nodal Agency as a corporation or as one of the majorfirms within a joint venture. Assignment/jobs completed by individual Professionalstaff working privately or through other Firm/Company cannot be claimed as theexperience of the Firms/Companies, or that of the Firms/Companies associates, butcan be claimed by the Professional staff themselves in their CVs. Firms/Companiesshould be prepared to substantiate the claimed experience along with the proposaland must submit letter of award/copy of contract for all the assignments mentionedin the proposal.

(b) Comments and suggestions on the Terms of Reference including workablesuggestions that could improve the quality/effectiveness of the Assignment/job; andon requirements for facilities including administrative support, office space, data,etc. to be provided by the Nodal Agency (Form TP-3 of Section 3).

..

(c) A description of the approach, methodology and work plan for performing theAssignment/job covering the following subjects; technical approach and methodology,work plan, and organization and staffing schedule. Guidance on the content of thissectionof the Technical Proposalsis providedunder FormTP-4 of Section3. The workplan should be consistentwith the Work Schedulewhich will show in the form of a barchart the timing proposedfor each activity.

",.

(d) CVs of the Professional staff as mentioned above signed by the staff themselves orby the authorized representative of the Professional Staff (Form TP-S of Section-3).

8.5 The Technical Proposal shall not include any financial information. A TechnicalProposal containing financial information may be declared non-responsive.

8.6 Financial Proposals: The Financial Proposal shall be prepared using the attachedStandard Forms (Section-3). The financial proposal shall not include anyconditions attached to it and any such conditional financial proposal shall berejected summarily. The Financial bid should be submitted online only as per thePrice Schedule given in Section-3 Financial Proposal and attached in PDF format

in httP:/~nder.upyPOwAnvz[~uoted Pl: the\~22

technical Bid documents shall lead to rejection of the bid outright. For evaluationpurpose the uploaded offer documents will be treated as authentic and final. Nohard copy of financial Bid shall be submitted. The price Bid submitted through e­procurement mode only will be taken up for the purpose for evaluation. Pleaserefer Annexure - II for further details.

9. Proposal ValidityThe proposal shall be valid for 270 (two hundred seventy) days from the date ofopening of the financial bid of the proposal.

10. TaxesThe financial bid will be made inclusive of all taxes.

11. CurrencyFirms/Companies shall express the price of their Assignment/Job only in IndianRupees (INR).

12. Earnest Money Deposit (EMD) and Performance Bank Guarantee

12.1 Earnest Money Deposit

i. An EMD of Rs.6,79,500.00 (Rupees Six Lakhs Seventy Nine Thousand and FiveHundred only) in the form of Demand Draft (DO) of Nationalized Bank drawn infavour of Managing Director, Uttar Pradesh Matsya Vikas Nigam Limited, payableat Lucknow has to be submitted along with the proposal.

ii. Proposal not accompanied by required EMD shall be rejected as non-responsive.

iii. No interest shall be payable by the Nodal Agency/Implementing Agency for thesum deposited as earnest money deposit.

iv. No bank guarantee will be accepted in lieu of the earnest money deposit.

v. The EMD of the unsuccessful bidders would be returned within 45 days of theaward of job.

12.2 The EMD shall be forfeited by the Nodal Agency/Implementing Agency in thefollowing events:

i. If proposal is withdrawn during the validity period or any extension agreed by theFirm/Company thereof.

ii. If the Proposal is varied or modified in a manner not acceptable to the NodalAgency/ Implementing Agency after opening of Proposal during the validityperiod or any extension thereof.

iii. If the Firms/Companies tries to influence the evaluation process.

iv. If the first ranked Firm/Company withdraws his proposal during financialnegotiations (failure to arrive at consensus by both the parties shall not beconstrued as withdrawal of proposal by the Firm/Company).

4- ~ r (j/ v4L 0- \: 23

12.3 Performance Bank GuaranteeThe successful bidder will have to submit Performance Bank Guarantee equivalentto 10% of value of project awarded, issued from a Nationalized Bank, valid from thecommissioning of the Project upto 06 months from the date of successful transfer ofthe project to the Nodal Agency. Performance Bank Guarantee shall be in favour ofManaging Director, Uttar Pradesh Matsya Vikas Nigam Limited.

13. Submission, Receipt and Opening of Proposal

13.1 The original proposals, both Technical and Financial Proposals shall contain NOinterlineations or overwriting, except as necessary to correct errors made by theFirms/Companies themselves. The person who signed the proposal must initialsuch corrections. Submission of letters for both Technical and Financial Proposalsshould respectively be in the format of TP-1 of Section-3 & FP-1 of Section-3.

13.2 An authorized representative of the Firms/Companies shall initial all pages of theoriginal Technical and Financial Proposals. The authorization shall be in the formof a written power of attorney accompanying the proposal or in any other formdemonstrating that the representative has been duly authorized to sign. Thesigned Technical and Financial Proposals shall be marked "ORIGINAL".

13.3 Bidder must submit:• Technical proposal:

Scanned copies of Technical Bid shall be submitted on http://etender.up.nic.in theFirst Cover (Technical Bid).

• The Financial bid should be submitted online only as per the Price Schedule givenin Section-3 Financial Proposal and attached in PDF format inhttp://etender.up.nic.in the second cover (Financial Bid). Any Indication of 'QuotedPrice' in the online technical Bid documents shall lead to rejection of the bidoutright. For evaluation purpose the uploaded offer documents will be treated asauthentic and final. No hard copy of financial Bid shall be submitted.The price Bid submitted through e-tender mode only will be taken up for thepurpose for evaluation. Please refer Annexure-II for further details.

"_13.4 The Proposal must be sent to the address/ addresses indicated in the Section-1

and received by the Nodal Agency/ Implementing Agency not later than the timeand the date indicated in the Section 1 or any extension to this date in accordancewith para-4.2 above. Any proposal received by the Nodal Agency/ ImplementingAgency after the deadline for submission shall be returned unopened.

14. Proposal Evaluation

14.1 From the time the proposals are opened to the time contract is awarded, theFirms/Companies should not contact the Nodal Agency/ Implementing Agency onany matter related to its Technical and/or Financial Proposal. Any effort byFirms/Companies to influence the Nodal Agency/ Implementing Agency in theexamination, evaluation, ranking of Proposal and recommendations for award ofcontract may result in the rejection of their proposal.

14.2 The Nodal Agency/ Implementing Agency will constitute an Evaluation Committee

lhiCh w~ry ouren~JvceL_f i-- Y~4

14.3 Evaluation Committee while evaluating the technical proposal shall have noaccess to the Financial Proposals until the technical evaluation is concluded andthe competent authority accepts the recommendation.

14.4 The Evaluation Committee shall evaluate the Technical Proposal on the basis oftheir responsiveness to the Terms of Reference and by applying the evaluationcriteria specified in Sec-2.

14.5 Financial proposal of only those firms who are technically qualified shall be openedon the date & time specified by Nodal Agency/ Implementing Agency in thepresence of the Firms/Companies representatives who choose to attend. Therepresentatives must carry an Authorization letter from their respectivefirm/company for the same purpose.

15. Technical Negotiations15.1 Technical negotiation will include a discussion of the Technical Proposal, the

proposed technical approach and methodology, work plan, and organization andstaffing, and any suggestions made by the Firm/Company to improve the Terms ofReference. The Nodal Agency/ Implementing Agency and the Firm/Company willfinalize the Terms of Reference, staffing Schedule, work schedule, logistics andreporting. These documents will then be incorporated in the contract.

15.2 Availability of Professional/Staff/expert:Nodal Agency/ Implementing Agency will require assurances that the Professionalstaff will be actually available.

16. Award of Contract: After technical Negotiations, the Nodal Agency/ImplementingAgency shall issue a letter of intent (Lol) to the selected Firm/Company. TheFirm/Company will sign the contract after fulfilling all the formalities/pre-conditionslike submission of Performance Bank Guarantee, etc.

17. ConfidentialityInformation relating to evaluation of Proposal and recommendations concerningawards shall not be disclosed to the Firm/Company who submitted the proposal orto other persons not officially concerned with the process, until the publication of theaward of contract. The undue use by any Firm/Company of confidential informationrelated to the process may result in the rejection of its proposal and may be subjectto the provisions of the Nodal Agnecy's antifraud and corruption policy.

18. Timelines and ScheduleIf' t f th r l' f IIThe schedu e or receipi 0 e apouca Ion ISas o ows:-

(a) Publishing RFP tender/ making RFP availableto the eligible bidders on the basis of short 20-07-2018 (5.00 P.M.)listing (EOI evaluation) through e-tenderportal etc.http://www.updasp.org,http://www.upfisheriescorp.upsdc.gov.in,http://www.fisheries.up.nic.inhttp://www.etender.up.nic.in

~

(i) Seek clarification start date & time 20-07 -2018 (5.00 P.M.)(j) Seek clarification end date 27-07-2018(b) Pre-bid conference 30-07-2018(4.00 P.M.)(c) Submission of RFP/e-bid start date and time

on e-tender portal etc. viz. 03-08-2018(11.00 A.M.)http://etender.up.nic.in

(d) Submission of RFP/e-bid end date and time 23-08-2018 (11.00 A.M.)on e-tender portal http://etender.up.nic.in

(e) Date & time for opening of technical e-bid for 23-08-2018 (01.00 P.M.)technical evaluation

(f) Venue for opening of Bid PCU, UPDASP 4th Floor,PICUP Bhawan, Vibhuti Khan,Gomti Nagar Lucknow-22601 0

updasp [email protected] NO.0522-2720718, 2720936

(g) Date & time for opening of financial e-bid for will be informed after completion oftechnical evaluation technical e-bids through e-bid portal

(h) Evaluation of Bids and determining the Within 7 days of opening ofLowest Calculated Bid (LCB) Financial Bid

(i) Post Qualification and determining the Lowest within 7 days from determination ofCalculated Responsive Bid (LCRB) the Lowest Calculated Bid (LCB)

(j) Drafting the resolution and recommending the Same as dates for Post qualificationaward/ issue of Acceptance Letter (AL)/ Letter and determination of the Lowestof Intent (LOI) Calculated Responsive Bid

(k) Deposit of performance security and Within 15 days from date of issue ofexecution of contract agreement Acceptance Letter (AL)/ Letter of

Intent (LOI)

19. RFP Document

The RFP document providing the Terms of Reference (ToR), pre-qualification criteria,terms and conditions including evaluation criteria and application fee are available in theweb site http://etender.up.nic.in. Short listed Firm/Company/Consortium may downloadthe RFP from the above website In case, if RFP is downloaded from website, therequisite document fee of INR 35,000.00 + 18% IGST= INR 41300.00 (Indian RupeesForty One Thousand Three Hundred only) in form Demand Draft (DD) of NationalizedBank, drawn in favour of Managing Director, Uttar Pradesh Matsya Vikas NigamLimited, payable at Lucknow shall be submitted along with bid.

20. Submission of Proposal

Proposal, in its complete form in all respects as specified in the RFP document, must besubmitted at website http://etender.up.nic.in

The bids received after due date will be rejected and no action will be taken on thesebids.

26

Section 2Terms of Reference (ToR)

1. Background:

Indian fish farming is, hitherto, Carp centric which collectively contribute about 65-70%of fresh water fish culture and due to genetic deterioration of carp brooders, quality ofcarp seed available is also not up to parameter which adversely affect the productivityas well as growth. The average productivity of carp in the country is below 3.0 tone/hal year. In spite of extensive fresh water resources, this is one of the main reasonsfor low fish production in the country. Due to unavailability of good quality/ geneticallyimproved fish seed of major carp or other species; average productivity of fish percapita is adversely affected.

Pangasius is high yielding species and being exotic, Government of India haspermitted its introduction for culture during year 2012. Since then, Pangasius culture isincreasing throughout the country by leaps and bounds and fingerlings demand is alsoincreasing every passing stocking season. Pangasius breeding and fingerlingproduction is very limited in the country with the minimal exceptions, therefore, currentdemand and future supplies remain always uncertain.

Unavailability of Pangasius seed from local sources promotes unauthenticated fishseed supplies from other countries leads to poor quality and inflated price. Uncertaintycoupled with uncertain supplies is major stumbling block in expansion of culture and itis detrimental for the expansion of culture of this species and increase in fishproduction.

Establishing Brood Bank for IMC & Pangasius fish seed hatcheries is decidedlyrequired to meet the existing demand and future expansion. Establishing Brood Bankwill also cater the requirement of good quality/ genetically improved brooder as well asfish seed for raising brooders. Uttar Pradesh Fisheries Development Corporation Ltd.,a GoUP PSU and Nodal Agency for this assignment have obtained the funds fromGol& GoUP to execute the above project with State of the Art Technology. UttarPradesh Fisheries Development Corporation Ltd., has assigned UPDASP asprocurement consultant/advisor to select the technically competent firm/companythrough Global E-Tendering process.

2. Knowledge base:

A tentative list of areas which can be included in the knowledge baseof the bidder isgiven below. This is only indicative and not exhaustive.

o Best Global practices of Brood care, Breeding & Rearing technology of Pangasiu§.hypophthalmus

o Best Global practices for production of floating fish feed technology.

o Best Global practices for providing adequate solar power support system to fulfi"energy requirements of Brood care, Breeding & Rearing complex.

o Globally Identified places of best practices to be adopted in the said project (Casestudies, white papers)

o Monitoring & Evaluationo Best practices on safety

o Regulatory requirements & ottrir N~nal / International requirements

j_ ~~~~LV~

3. Objectives of Project:

.:. The primary objective of this project is the establishment of Brood Bank for IMC andPangasius Hypophthalmus catfish Brood Bank! seed hatchery complex in UttarPradesh with a view to facilitate availability of much in demand fingerlings neededfor culture of these high yielding species.

•:. The establishment would also provide good quality brooders as well as seed forraising brood stock to 9 UPFDC Ltd. hatcheries, having an area of about 90 ha; aswell as to private hatcheries.

••:. The firm/company would be responsible for (B.O.M.T.T.) regarding Brood Bank by

Construction of Brood & Nursery ponds for IMC and Pangasius catfish hatchery unitstructures (Fertilization, Hatching & Breeding complex with boring, water distributionpipe line, water temperature controlling unit and water purification system); forarranging IMC and Pangasius Hypophthalmus fish brooder; for Pangasius seedproduction and Brooders care.

•:. Establishment of Fish Feed (Floating) Mill in Uttar Pradesh with a view to:o Provide high quality floating fish feed for different granule sizes suitable for

different stages from spawn to adult fish at reasonable rates with assureduninterrupted supply round the year.

o Encourage local Aqua farmers for adoption of fish feed for high yieldingaquaculture and increasing their income.

o Promote entrepreneurs for fish culture by providing them total solutions (seed,feed & technical advice) at single station.

o Augment the income of the Corporation by expanding areas of Operation.

•:. Establishment of Solar Power Support System for regular and uninterrupted supplyof water, aeration and lighting and other facilities required for intensification ofexisting Carp fish seed production hatchery, Existing Ornamental coloured fishhatchery and proposed Pangasius fish seed hatchery.

\

•:. Other additional objectives of the project include:o Encouraging the local fish farmers for adoption of solar power support system

for fish seed production and aquaculture.o Promoting the use of solar energy that will provide the economic power supply

to drive closed-system aerators, lightings facilities and pumps

4. Scope of work:

The Project shall be executed in the following manner:

A. Development of Brood Bank and Fish Seed Hatchery Complex powered with solarenergy and Fish Feed (floating) Mill powered with conventional energy with State ofthe Art Technology on turnkey basis with Build, Operate, Maintain, Train & Transfer(B.O.M.T.T.) based at Lucknow, Uttar Pradesh, India.

B. Deployment of key professionals and other required manpower.C. To run the project for three years after commissioning, provide targeted outputs to

the Nodal Agency/ implementing Agency and provide maintenance as and whenrequired during these three years.

D. To hand-over the operations of the project in running condition with designedproduction capacity to Nodal agency/ Implementing Agency after three years ofsuccessful operation.

E. rject~gemepsteo/:V~- 28

a. Global technology of best in class to be adopted in the project managementsystem deployed by bidder to manage cost and timelines of integrated project.

b. Baseline of current practices at the project location to illustrate the process andkey challenges I gaps in the same.

c. Recommend a process and technology solution that addresses the key gapsand makes the system robust

5. Detailing out implementation roadmap

a. Solutionsto reducecost includingcost in labour intensiveoperationsb. Solutionsto mitigateair andwater pollutionsespecially in fish feed (floating)mill

handlingc. Solutionsto improvesafety and securityd. Proposea roadmapfor implementationof the global technologyacross the whole

projecte. Implysmart machine& systemsespeciallyin infrastructurerelatedEquipmentthat

has ability to run the project.f. Suggest solutions for use of integrated analysis to enable pre-emptive

mitigation of wealth, safety and Security risk

6. Define Technology implementation roadmapa. Submit an action plan for implementing, operating and sustaining the

recommended technology and strategies;b. Indicate a monitoring mechanism for Project Management and Technical

Supportc. Indicate possible nodal agency benefits due to inductions of these technologies

in terms of reduction in cost, time and efforts

7. Profit improvement Plan:The bidder will provide a roadmap for improving profits over the next 3 years.

8. Mode of execution and deliverables

It is expected that before submitting the RFP bidder should visit the allocated siteof work investigating local soil and water and trend of prevailing climatic conditionduring the previous years along with availability of construction as well as rawmaterials for fish feed as required and accordingly he should submit a DetailedProject Report for execution with sequence of activities. Some of the importantactivities are as below:

L

29

No I Activity I Time line

'"I~t Year _(Period for construction and commissioning)

)ropo9.Taph\~a'~urvey of the proposed land, soil and (Insert Period]

2~ater investigation at the proposed site of work.Preparation of layout plan showing all buildings and [Insert Period]structures to be constructed at site.

3 Preparation of detailed working and structural [Insert Period]~rawings of the all buildings and structures to be~stablished.

4 Preparation of systematic flow diagram of all plants (Insert Period]and machinery to be installed at site.

5 Submission of detailed specifications of all the plant [Insert Period]and machinery to be installed with their foundationdetaus.

6 Submission of revised layout plans, drawings and (Insert Period]~esigns if required

7 Demarkation of layout of all the buildings and [Insert Period]structures at site of work after approval of thesubmitted drawings, design and specifications.

8 Construction of all buildings, structures and [Insert Period]~oundations for plant and machinery to be installed.

9 Construction for polyhouse for Pangasius [Insert Period]broodbankl brood stock.

10 Procurement and installation of all plants and [Insert Period]machinery on prepared foundation.

11 Procurement, installation and commissioning of [Insert Period]power supply system of the project.

12 Cornmissioninq and testing of all plants and [Insert Period]machinery.

13 Procurement of required raw materials, breeders, [Insert Period]equipment and other paraphernalia for operation ofhe project from next year.

lind year, IIlrd Year & IV year14 /Year wise production of Pangassius fish seed as

'per target15 Year wise management IMe & Pangasius Brood

Bank as per target16 Year wise production of quality fish feed as per

arget

9. Completion Time:

The completion time for commissioning of the project is 9 months. The NODALAGENCY may choose to extend the project a period of upto 12 months.

10. Deliverables:

10.1 The bidder is required to submit reports on all deliverables in the form of softcopies as well as hard copies inclusive of the working, assumptions, source ofobtaining information, different methodology used for reaching logical conclusionand these documents will remain the property of NODAL AGENCY. Theinformation collected and reports delivered shall not be used for any purposeother than those intended under RFP without obtaining permission of NODAL

AGENCY. ~ n, /V .« ~ ~~ )it r c..v V r

10.2 ~ach deliverable of the Firm/Company will be reviewed by the committeeconstituted by NODAL AGENCY for this purpose.

11. Penalty: The bidder shall ensure timely completion of the milestones mentioned in theabove para 8. There will be a penalty @ 0.5% of the total value of work awardedfor ev~ry week of delay (solely attributable to the firm/company) in non-achievingthe milestones. of work order unless such delay is duly approved by NODALAGENCY. Maximum penalty that could be levied is capped at 10% of the totalvalue of the work awarded to the bidder.

12. Terms And Conditions Of PaymentThe terms and conditions of payment are tentative in nature, subject to contractnegotiation after award of Lol and in consultation and advice of Consultant,Nodal Agency and Legal Advisor.

12.1 METHODOLOGY FOR SEEKING PAYMENTS, SUBMISSION OF INVOICESAND PAYMENT SEEKING INSTRUMENTS

The methodology of submission of invoices and terms of payment shall be asunder:

a) For operational convenience, the contractor would submit 1 lot of each of itsmonthly milestone bills (on pro-rata basis) for the civil works carried out duringthe month and the equipment received I installed at the site, respectively.

b) These monthly bills would be submitted by the contractor in the 1st week ofevery month based on the Joint Measurement Sheet (JMS) and the verificationof the equipment receivedl installed at the site, as per reports of the NodalAgency's nominated persons.

c) For Civil Works: In the last week of each month, joint inspection of the workscompleted shall be made at the site and pro-rata completion of the variousstages for each segment! unit of the work shall be recorded in the JointMeasurement Sheet (JMS). This JMS shall be signed by the authorizedrepresentatives of the Nodal Agency and the Contractorl firml comany. On thebasis of this JMS, Contractol firml comany r shall prepare and submit invoicesto the Nodal agency within 15 days of the inspection.

d) For mechanical and electrical work comprising of plant machinery & equipmentand their installation: Contractor would submit one each of its monthlymilestone bills (on pro- rata basis) for the equipment received at sitelequipment installed at the site during the month.

e) These monthly bills would be submitted by the contractor in the 1st week ofevery month along with the verification of the equipment received/ installed atsite as per reports of the Nodal Agency's nominated persons in the previousmonth.

12.2 Advance Payment40% of the capital and revenue expenditure of the 1st year of commissioning maybe considered for advance payment against Bank Guarantee from nationalizedbank of equivalent amount. The Bank Guarantee shall be in favour of ManagingDirector, Uttar Pradesh Matsya Vikas Nigam Limited valid for a period of 15months from effective date. 40% amount of each monthly bills submitted by thefirm/contractor to Nodal AgenJ)Yim~e/~tiffl ag~cy shal be ad~ustedagainst.

L·~ \' rV ~ ~ ~ y

aforesaid advance payment. The value of bank guarantee shall be revised(reduced) at every 03 months from the appointed date, base on the invoicessubmitted and amount adjusted with that period. Nodal Agency shall issue aletter to the bank for the reduction in the value of said bank guarantee incasecommissioning was delayed and it is not achieved within scheduled timementioned in the above para 8, the validity period of the aforesaid BankGuarantee shall be extended so that entire advance payment shall be recoveredfrom the contractor.

12.3 Fifty percent (50%) payment relating to civil works, equipments receivedand equipment installed

a. Subject to para 12.2, 50% of each monthly running account bill relating to civilworks as per joint measurement sheet will be paid by NodalAgency/implementing agency to contractor. The aforesaid running account billshall be submitted according to provision of Para- 12.1

b. Subject to para 12.2, 50% of each monthly bill relating to received and verifiedequipments will be paid by Nodal Agency/implementing agency to contractor.The aforesaid bill shall be submitted according to provision of Para- 12.1

c. Subject to para 12.2, 50% of each monthly bill relating to installed and verifiedequipments will be paid by Nodal Agency/implementing agency to contractor.The aforesaid bill shall be submitted according to provision of clause para - 12.1

12.4 Payment during Operation, Maintenance and Training TenureEach monthly running account bill will be paid by Nodal Agency/ ImplementingAgency to Firm/ contractor.

12.5 10% Balance Payment10% Balance amount of the contract value shall be paid by Nodal Agency/Implementing Agency to contractor upon successful transfer of the project to theNodal Agency.

12.5 Performance Bank GuaranteeSubmission of Performance Bank Guarantee equivalent to 10% of value ofproject awarded, issued from a Nationalized Bank, valid from the commissioningof the Project upto 06 months from the date of successful transfer of the projectto the Nodal Agency. Performance Bank Guarantee shall be in favour ofManaging Director, Uttar Pradesh Matsya Vikas Nigam Limited.

Note:

(i) For 50% payment, as per para-12.2 Nodal Agency will process the invoicestogether and arrange to release the payment within 21 days of the followingmonth.

(ii) The project is being undertaken by Nodal Agency on turn-key basis and willbe responsible for successful Commissioning and performances. In order toachieve the scope of work defined, the Nodal Agency would provide anyadditional works/equipment, if requiredwithin the project cost.

12.6 Taxes and Dutiesi) Taxes, duties extra shall be leviable as per applicable law. The price payable to

contractor shall be inclusive of all taxes. GST shall be borne by contractor.

~ GV r~CV~ ~r-32

ii) I thn e event of th~ changes in taxes and duties under point no. (i) above, it shallbe regulated, subject to documentary evidence, in the following manner.

(1) If taxes/duties are enhanced during the agreement period, Price payable tothe contractor shall be increased Proportionally.

(2) If taxes/duties are reduced during the agreement period, Price payable tothe contractor shall be decreased proportionally.

iii) In the event, contractor shall endeavor to arrange dispatch of equipment fromseller/suppliers premises to the project site directly to minimize the cost and riskof multiple handling as in case of High Sea sales and RR Sales, Nodal Agencyshall timely provide documentation (Road Permit and Form-C) to support thecontractor/ firm/ company against requisition submitted by the contractor/ firm/company timely.

iv) Regulation taxation in individual payment seeking instrument shall be subject toNodal Agency providing document support against as contained in the laws andrules applicable for such transactions.

v) Statutory deduction of taxes and duties/levies (income tax, VAT etc.) will bemade from payment of contractor as per prevailing rule applicable from time totime. Nodal Agency shall issue to contractor appropriate certificates for deductionof such tax or duty at source.

12.7 Insurance for the ProjectSuitable Insurance for properties and risk in the scope of project will be ensuredaccording to the scope of work of both Firm and Nodal Agency.

13.0 TOR related information13.1 Conditions under which this RFP is issued

i. This RFP is not an offer and is issued with no commitment. UPDASP with theconsent of nodal agency reserves the right to withdraw the RFP and change orvary any part thereof at any stage. UPDASP also reserves the right to disqualifyany bidder, should it be so necessary at any stage. Information provided in thisRFP to the bidder is on a wide range of matters, some of which depends uponinterpretation of law. The information given is not a complete or authoritativestatement of law. The Authority accepts no responsibility for the accuracy orotherwise for any interpretation or opinion on the law expressed herein.,-

_-

ii. UPDASP with the consent of nodal agency may in its absolute discretion, butwithout being under any obligation to do so, update, amend or supplement theinformation, assessment or assumption contained in this RFP

iii. The bidder shall bear all its cost associated with or relating to the preparation andsubmission of its proposal including but not limited to preparation, copyingpostage, delivery fess, expenses associated with any demonstration orpresentations which may be required by UPDASP/ nodal agency or any othercosts incurred in connection with or relating to its proposal.All such cost and expenses will remain with the bidder and UPDASP/ nodalagency shall not be liable in any manne:whatsoev~r the same orv

it- ,Y r ~ V1i/ 0- 33

other expenses incurred by a bidder in preparation or submission of theProposal.

iv. UPDASPI nodal agency reserve the right to withdraw this RFP, if it is in the bestinterest of the Government of India & Government of Uttar Pradesh.

v. Timing and sequence of events resulting from this RFP shall ultimately bedetermined by UPDASP with the consent of nodal agency.

vi. No oral conversations or agreements with any official, agent or employee ofUPDASP/nodal agency shall affect or modify any terms of this RFP and anyalleged oral agreement or arrangement made by a bidder with any department,agency, official or employee of UPDASPI nodal agency shall be superseded bythe definitive agreement that results from this RFP process. Oral communicationsby UPDASPI NODAL AGENCY to bidders shall not be considered binding onUPDASPI NODAL AGENCY, nor shall any written materials provided by anyperson other than UPDASPI NODAL AGENCY.

vii. Neither the bidder nor any of the bidder's representatives shall have any claimswhatsoever against UPDASPI NODAL AGENCY or any of their respectiveofficials, agents, or employees arising out of, or relating to this RFP or theseprocedures (other than those arising under a definitive service agreement withthe bidder in accordance with the terms thereof).

viii. Bidders who are found to canvass, influence or attempt to influence in anymanner the qualification or selection process, including without limitation, byoffering bribes or other illegal gratification, shall be disqualified from the processat any stage.

13.2 Rights to the Contents of the Proposal

.,._._

For all the bids received before the last date and time of bid submission, theproposals and accompanying documentation of the qualification proposal willbecome the property of UPDASP INODAL AGENCY and will not be returned afteropening of the qualification proposal. UPDASPINODAL AGENCY is not restricted inits rights to use or disclose any or all of the information contained in the proposal andcan do so without compensation to the bidders. UPDASPINODALAGENCYshall notbe bound by any language in the proposal indicating the confidentiality of theproposal or any other restriction on its use or disclosure by UPDASPI NODALAGENCY

..

13.3 Acknowledgement of Understanding of Terms

By submitting a proposal, each bidder shall be deemed to acknowledge that it hascarefully read all sections of this RFP, including all forms and schedules hereto, andhas fully informed itself as to all existing conditions and limitations.

13.4 Evaluation of Proposals

The bidders' proposals in the bid documentwill be evaluated as per the requirementsspecified in the RFP and a~opting th.equalification ~rite~iaspelt out in this ~FP..T~e d ....tdersare~ired tosubmitpUiredWC" In iLPorto~e q~ criteria3~

Specified in RFP.

13.5 Language of ProposalsThe proposal and all correspondence and documents shall be written in English only.

13.6 Eligibility CriteriaThe Short Listed bidder shall fulfill all of the following eligibility criteria independentlyon date of submission of bid:

Cor-,ditions of EligibilitySNo.

OR

(ii). Establishing solar based following projects incountries other than India

a) Projects of "Brood Bank and/or

b) Projects of Fish Seed Hatchery" and/or

c) Projects of "Fish Feed (floating) Mill"

Pre-qualification Criteria Supporting Compliance Document

1 Copy of Certificate of incorporation andPartnership Deed, if any

Legal Entity - The short listed bidders qualifiedthrough EOI are eligible for participating in theRFP. The bidder can be a firm/company, aconsortium or group. The bidder should be aBusiness Entity shall mean a company registeredin India under the Companies Act 1956, or apartnership firm registered under the relevantand prevailing law relating to partnership in India,and operating for the last 10 years in theBusiness as of March 31, 2018. Internationalfirms with registered Legal Entity status in othercountries.

2 The Bidder has to be profitable and should nothave incurred loss in any of the last 3consecutive Financial Years as on31.03.2018

Audited Balance Sheets and P&L Accountof the Firm

3 Audited Balance Sheets and P&L Accountof the Firm

The Bidder should have an annual turnover ofINR 50 Crore in each of the last 3consecutive Financial Years as on 31.03.2018from Services of similar nature rendered by thecompany

4 Award Letters, Completion Certificate ofContracts of similar nature undertaken bythe company

The Bidder shall have experience of:

(i). Establishing at least one integrated project ofsolar based "Brood Bank, Fish Seed Hatcheryand Fish Feed Mill Complex" on Internationallevel

6 The firm should not be blacklisted by any Union Certificate signed by the AuthorizedGovt. / State Govt. / PSU/Govt. Bodies in India or Signatoryin any other country.

7 The company should have proven capacity to Detailsexecute a solar based power solution to FishHatchery & Brood Bank & Feed Mill with its ownstate of art of controllers.

35

----- -----

13.7 Self-Certified Documentary Evidence to be submitted in support ofEligibility with Technical Proposal

i. Copy of Contract!work orders along with completion certificate indicating thedetails of previous assignment completed, client, value of assignment!proportionate value in use of projects/ assignment in process date and year ofaward. The Managing Director of the firms/companies shall self-certify if thefirm has done assignments on non-disclosure agreements. In such cases,broad details of the assignment have to be provided to ascertain relevance

ii. The bidder should be a business entity shall mean a company registered inIndia under the Companies Act 1956, or a partnership firm registered under therelevant and prevailing law relating to partnership in India, and operating forlast 10 years in project related business as of March 31, 2018. Internationalfirms with registered legal entity status in other countries also qualify toparticipate in RFP.

iii. Detailed resume of the team leader and team members indicating the detailsof qualifications and professional experience in the Pangasius catfish hatcheryoperations, seed production, Brood bank Management and fish feed (floating)mill operations.

iv. Gross Annual Revenue (audited annual account) from business during lastthree years.

v. An undertaking stating that firm/company is not blacklisted by Government orits agencies including Central/State Level Public Enterprises in India, bidder'sresiding country or any country.

vi. A Certificate regarding non-disclosure/sharing of confidential information withthird parties.

vii. Duly filled check list as given in Annexure I of the RFP.

13.8Proposal Submission

•Shortlisted firms/companies should submit both technical and financial proposals intwo parts as per the Schedule mentioned in of Section 1 i.e. Timeline and Schedule.

A. Technical proposal:

i. Scannedcopies of TechnicalBid shall be submitted on http://etender.up.nic.inthe First Cover(TechnicalBid).

ii. Technical Proposal ContentTechnical proposal should be prepared considering the Terms of Reference,Detailed Approach & Methodology, Activity Schedule & Deliverables, Time periodand any other information to highlight the capability of the firm/company.

Technical Proposal must be submitted in the form of all the duly signed forms asper Section 3 of RFP i.e. Technical Proposal-Standard Forms & OtherUndertakings.Technical Proposal should be a complete document and should be bound as a.~ VOlume~edocumenyhOUlw~gL:mt::$I~ned~ 36

Authorized Representative who has the capacity to sign along with AuthorizationLetter.

Bids can be submitted by a consortium of firms. The total number of consortiummembers cannot exceed three, including the lead bidder of the consortium. Whileevaluating the bids the combined experiences and resources of the consortiummembers will be considered.

iii. Evaluation of Technical BidEvaluation of Proposal based upon experience in Pangasius seed production

_"

S.No Criteria Maximum MarksA Firm Size: 15

i. Firms'/Company or Consortium Partners' 5profile

ii. Firms'/Company or Consortium Partners' 5Experience

iii. Gross Annual Revenue 5B Key Professional 50

i. ITearn Leader 20ii. Pangasius Hypophthalmus (Sutchi) Catfish 10Expert

iii. Fish Feed (Floating) Mill Expert 10iv. Solar Energy Expert 5v. Other Expert 5C Team Size 10

0 Description of approach, methodology 25and work plan for performing theassignment! job

~otal (A+B+C+D) 100

iv. Bidders obtaining 75% marks & above in technical evaluation will be considered foropeningof their financial bid.

B. Financial proposal:

The Financial bid should be submitted online only as per the Price Schedule given inSection 3 Financial Proposaland attached in PDF format in http://etender.up.nic.inAnyIndication of 'Quoted Price' in the online technical Bid documents shall lead torejection of the bid outright. For evaluation purpose the uploaded offer documents

;ill be ';d as aUlhernticand[tNO ~d CaLf fin~Jd shaly37

submitted. The price Bid submitted through e-procurement mode only will be takenup for the purpose for evaluation. Please refer Annexure-II for further details.

i. Financial Proposal Content

a) Financial proposal (in Indian Rupees) should be in the form of a lump sum amountexclusive of all taxes for the entire Scope of Services. Amount of taxes, like GST,excise and others, should be given separately as per rates applicable.

b) The lump sum quote should be inclusive of all expenses which consultant mayincur while executing the assignment including Travel, Boarding & Lodging asrequired.

c) Financial proposal must be submitted in the form of all the duly singed forms asper Section 3 of RFP i.e. Financial Proposal-Standard Forms

38

Section 3(Technical Proposal-Standard Forms)

Form TP 1: Letter of Proposal submission

Form TP 2: Firm's/Company's organization & experience

Form TP 3: Comments & suggestions on ToR FormForm TP 4: Approach & Methodology Form

Form TP 5: Curriculum vitae FormForm TP 6: Information regarding any conflicting activities and declarationthereof.

Technical Proposal-Other Undertakings

1. An undertaking stating that firm/company or consortium partner is/are notblacklisted by Government or its agencies including Central/State Level PublicEnterprises and their residing country/other countries.

2. Undertaking stating that "Team Leader/Memberswould be maintained during theactual assignment to be awarded in case they are selected. In case replacement

is inevitable, the equivalent qualification and experienced team/lead/member will

be inducted to carry out the assignment in case of award with the priorpermission of Nodal Agency."

3. Undertaking stating that "1!Wecertify that in the last three years, we/any of the

consortium have neither failed to perform on any contract, as evidenced byimposition of Penalty by an arbitral or Judicial authority or a Judicialpronouncement or arbitration award, nor been expelled from any project or

contract by any public authority nor have had any contract terminated by anypublic authority for breach on our part."

4. An undertaking regarding non-disclosure/sharing of confidential information withthird parties.

39

FORM TP-1

LETTER OF PROPOSAL SUBMISSION

TO:Managing Director,Uttar Pradesh Fisheries development Corporation Ltd.Lucknow. (U.P.) India.

Dear Sir,

We, the undersigned, offer to provide the services for the development of

Solar Powered Integrated Fisheries turnkey project on Build, Operate, Maintain,

Train & Transfer (B.O.M.T.T.) basis at Lucknow, Uttar Pradesh, India in

accordance with your Request for Proposal dated [insert date] and our Proposal.

We are hereby submitting our Proposal, which includes Technical Proposal and

Financial Proposal online only through e-tender portal. We are submitting our

Proposal in association with [Insert a list with full name and address of each

associated partner/firm]

We hereby declare that all the information and statements made in thisProposal are true and accept that any misinterpretation contained in it may leadto our disqualification.

If negotiations are held during the period of validity of the Proposal, i.e.before the date indicated in Section 1, we undertake to negotiate on the basis of

the proposed staff. Our Proposal is binding upon us and subject to themodifications resulting from Contract negotiations.

We understand you are not bound to accept any Proposal you receive.

Yours sincerely

Authorized Signature [in full and initials];

Name and Title of Signature:

Name of Firm:

Address:

40

FORM TP-2

FIRM'S/COMPANY'S OR CONSORTIUM PARTNER'S PROFILE AND EXPERIENCE

A- Firm's/company's or consortium partner's profile

[Provide here a brief description of the background and profile of your firm/entity and

each associate for this AssignmenUjob. The brief description should includeownership details, date and place of incorporation of the firm, objectives of the firm

etc. Also if the firm/company has formed a consortium, details of each of the

member of the consortium, name of lead members etc shall be provided]

B- Firm's/company's or consortium partner's experience

[Using the format below, provide information on each AssignmenUjob for which your

firm, and each partner in the case of consortium or joint venture, was legallycontracted either individually as a corporate entity or as one of the major partners

within an association, for carrying out AssignmenUjob similar to the ones requestedunder this AssignmenUJob. In case of consortium, association of firms/companies,the bidder must furnish the following information for each of the consortium memberseparately]

~ tv ~ l--~ •..

41

Al Firm's/companys or consortium partner s experienceSI. Name of Order Scope of Date of Value ~ctual Person/Proje ~upportingNo. Entitywith No. ~ork ~ward of of Date of ct Document

Complete and assigned Contract Contrac Complet ~uthority who lVerifiedbycommunic Date &Contrac t ion could be competentation Period contacted for authorityaddress. Further

Information.

B) Skill & Competencies & TeamSize

;:'L. NO. Name or me Ieam ~Ual!rlcatl!=lnl NO or years !d_etallsor RemarksLeader/Member Professional Experience Experience

qualification

C) Gross Annual Revenue ( in ')

Financial year Gross Annual Revenue/turnover from Remarksrevenue/turnover consultancy business

2015-16

2016-17

2017-18

•(Seal& Signature of Bidder)

verification.

Note: Please provide documentary evidence from the client i.e. completion certificatefor each of above mentioned assignments. The Competent Authority of the firm shallself-certify if the firm has non-disclosure agreements with its clients. The experienceshall not be considered for evaluation if such requisite support documents are notprovided with the proposal. In case of selection, the details of work order, contract andcompletion certificate which have non-disclosure agreements shall be submitted for

~~0

42

FORM TP-3

COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE ANDON FACILITIES TO BE PROVIDED BY THE NODAL AGENCY

1. On the Terms of Reference

[Suggest and justify here any modificationsor improvementto the Terms ofReference you are proposing to improve performance in carrying out the

Assignment/job (such as deleting some activity you consider unnecessary,or adding another, or proposing a different phasing of the activities). Such

suggestions should be concise and to the point, and incorporated in yourproposal]

2. On the Inputs and Facilities to be provided by the Nodal Agency

[Comment here on Inputs and facilities to be provided by the NodalAgency including: administrative support, office space, data etc.]

_..

43

FORM TP-4

DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FORPERFORMING THE ASSIGNMENT/JOB

Technical approach, methodology and work plan are key components of the TechnicalProposaldivided into the following three chapters:

a) Technical Approach and Methodology,b) Work Plan, andc) Organization and Staffing

a) Technical Approach and Methodology: In this chapter you should explain yourunderstanding of the objectives of the Assignment/job, approach to theAssignment/job, methodology for carrying out the activities and obtaining theexpected output, and the degree of detail of such output. You should highlight theproblems being addressed and their importance, and explain the technicalapproach you would adopt to address them. You should also explain themethodologies you propose to adopt and highlight the compatibility of thosemethodologies with the proposed approach.

b) Work Plan: The bidder should propose and justify the main activities of theAssignment/job, their content and duration, phasing and interrelations, milestones(including interim approvals by the Nodal Agency), and delivery dates of the reportsenclosing a copy of detailed project report for the said project prepared by thebidder as per instructions given in para-8 of section 2 ( ToR). The proposed workplan should be consistent with the technical approach and methodology showingunderstanding of the ToR and ability to translate them into a feasible working plan.A list of the final documents, including reports, drawings, and tables to be deliveredas final output, should be included here.

.'"

c) Organization and Staffing: The bidders should propose and justify the structureand composition of his team. He should list the main disciplines of theAssignment/job, the key expert responsible, and proposed technical and supportstaff.]

44

FORM TP-S

j

TeamLeader

FORM TP-S.1

Additional rows as needed may be added to give the details of the requirednumber of resources under each category.

45

FORM TP-S.2

CURRICULUM VITAE (CV) FOR PROPOSED KEY PROFESSIONAL(Enclose the attested copy of Passport if applicable)

1. Proposed Position :[For each Key professional, separate from will be prepared]:

2. Name of Firm:[Insert name of firm proposing the Staff]:

3. Name of Staff: [Insert full name]:# 4. Date of birth:

5. Nationality:

6. Educational & Professional Qualifications:

[Indicate college/university and other specialized education of staff member, givingnames of institutions, degrees obtained, and dates of obtainment]:

7. Membership of Professional Associations

8. Other Training:

9. Countries of work experience

[List countries where staff has worked in the last ten years]:

10. Languages :[For each language indicate proficiency: good, fair, or poor in speaking, reading, andwriting] :

11.Employment Record :[Starting with present position, list in reverse order every employment held by staff

member since graduation, giving for each employment (see format here below):

dates of employment name of employing organization, positions held]:From [Year]: To[Year] Employer:Positions held:

12. Detailed Tasks Assigned:[List all tasks to be performed under this Assignment/Job]: ~

~ df/ ,Vo/L~ ~~46

13.Work undertaken that best illustrates Capability to Handle the Tasks Assigned

in the category proposed: [Among the Assignment/Jobs in which the staff has

been involved, indicate the following information for those Assignment/jobs that

best illustrate staff capability to handle the tasks listed under point 12]

Name of Assignment/job or project: Year:Location:Employer:Main projectfeatures: Positionsheld: Activitiesperformed:•..

• 14.International standing in the field of expertise:(testimonials, documentary proofmay be attached)

15.Awards & recognitions at the National or International levels: (awards, citations,letters of appreciation or other proof may be attached)

16.Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CVcorrectlydescribesmyself,my qualifications,andmy experience. I understandthatany will full misstatement described herein may lead to my disqualification ordismissal, if engaged.

Date:

[Signature of staff member or authorized representative of thestaff] [Full name of authorized representative]

QV ~ L ~l/ rt/\Place:

47

FORM TP-6

INFORMATION REGARDING ANY CONFLICTING ACTIVITIES ANDDECLARATION THEREOF

Are there any activities carried out by your firm or group company or any member ofthe which are of conflicting nature as mentioned in para 5 of Section 1, If yes, pleasefurnish details of any such activities.

•If no, please certify,

We hereby declare that our firm our associate/groupfirm or any of the member of theconsortiumare not indulged in any such activitieswhich can be termed as the conflicting

activitiesunder para 5 of Section 1.We also acknowledgethat in case of misrepresentationof the information, our proposals/contractshall be rejected/terminatedby the employerwhich shall be bindingon us.

Authorized Signature [in full and initials]:Name and title of Signatory:

Name of Firm:

Address:

48

_--- - ---

(Financial Proposal-Standard Forms)(TO BE FILLED BY THE BIDDERS AND ATTACHED IN PDF FORMAT

IN SECOND COVER ON)

Form FP-1: Financial Proposal submission Form

Form FP-2: Financial Proposal for Appointment of reputed firm/company forDevelopment of Solar Powered Integrated Fisheries turnkey project on Build, Operate,Maintain, Train & Transfer (B.O.M.T.T.) basis at Lucknow, Uttar Pradesh, India..Note: The Financial bid should be submitted online only as per the ToR and scope ofwork given in Section 2 in PDF format on e-tender Portal http://etender.up.nic.in. Pleaserefer Annexure-II for further details.

49

FORM FP-1

(TO BE FILLED BY THE BIDDRS AND ATTACHED IN PDF FORMAT IN SECOND

COVER ON e-tender portal)

FINANCIAL PROPOSAL FROM SUBMISSION FORM

[Location, Date]

To:Managing Director,Uttar Pradesh Fisheries development Corporation Ltd.Lucknow. (U.P.) India.

-e,

t Dear Sir,

We, the undersigned, offer for Development of Solar Powered Integrated Fisheriesturnkey project on Build, Operate, Maintain, Train & Transfer (B.O.M.T.T.) basis atLucknow, Uttar Pradesh, India in accordance with your Request for Proposal dated[insert date] and our Technical Proposal. Our attached financial Proposal is for the sumof [insert amount(s) in words and figures 1]. This amount is inclusive of the all Taxes.We hereby confirm that the financial proposal is unconditional and we acknowledgethat any condition attached to financial proposal shall result in reject of our financialproposal.

Our financial Proposal shall be binding upon us subject to the modifications resultingfrom Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

Yours Sincerely,

[Authorized Signature [in full and initials]:

[Name and title of Signatory:][Name of Firm:]

Address:

50

FORM FP-2

Financial ProposalTender Inviting Authority: Project Coordination Unit (PCU), UPDASP

Development of Solar Powered Integrated Fisheriesturnkey project on BUild, Operate, Maintain, Train &Transfer (B.O.M.T.T.) basis at Lucknow, Uttar Pradesh,India

10

Contract No: < Enter the Contract No >

Name of Work: Establishment of brood bank and pangassius fish seed hatchery complex, Establishment of fish feed (floating) mill andEstablishment of solar power based power plant at Gomti Hatchery, Lucknow, UP, INDIA

Name ofthe BidderlBiddingFirm I

Company

PRICE SCHEDULE(DOMESTIC TENDERS - RATES ARE TO GIVEN IN RUPEES (INR) ONLY)

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, elsethe bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

- QescriptIon. BASIC Excise GST Freight AnY Any TOTAlRATE In Duty Amount Charges other other AMOUNTFigures Amount In INR (Unloading Tlx. DuhsI WIthoutTo be In INR & ~ng) In Levies Tlx..entered Rs. P In RI. Inby the RI. P RI. P P Rs.Bidder P

inRs. P

51.

2

col (13).(4) x (7)

InRI. P

col (14).sum (8)to (13)

InRI. P

3 4 5 6 7 8 9

TOTAlAMOUNT

WIthTax..

No.

1.01 1. Establishmentof Brood Bank by Construction of Brood &Nursary ponds for IMC and Pangasius catfish, hatcheryrelated structures for Pangasius Hypothalmus seedproduction and Brooders maintenance (Fertilization,Hatching, Breeding, boring, water distribution pipe line,water temperature controlling unit and water purificationsystem).2. Operation and maintenance of the establishedprojects for next 3 years. 3. Training to corporation manpower. 4. Transfer of applied technology without conditionto nodal agency.S.Handover of the project a after 3 yearsin running conditionwith full capacity.

1.02 1. Establishmentof Fish feed (floating) Mill of 1.0 Mt.! hourcapacity of specification enclosed as annexure..... as perInternational nor measuring the best suitable layout plan forall plants and machineries ensuring smooth day to dayworking and free movements of the working persons ofdifferent sections completing the following major works:­Construction of store room! warehouse/shed of requiredcapacity as per international norms and specification forstocking of raw materials.Construction of store room/warehOUse/shedof required capacity as per internationalnorms and specification for stocking of Floating fish feedproduced at mill.Supplying and installation of all plants andmachineries like batch mixer, rotary feeder, hammer mill,pulverizer, extruder, feeder, conditioner, cutter, drier,grader, air compressure, bOiler, conveyers and elevatorsetc of suitable capacity as required for desired productioncapacity as per International Standards and speCificationsand of International reputed brands.Construction works likefoundations of all plants and machineries as perInternational drawing and design required to establish thefeed mill and other civil structures required for protectionand providing safe shelter place for all plants andmachinaries installed with sufficient movement spacehaving entry and exit of suitable sizes to cater therequirements in smooth working of the plant.2. Operationand maintenance of the established projects for next 3years. 3. Training to corporation man power. 4. Transfer ofapplied technology without condition to nodal agency.S.Handover of the project a after 3 years in running conditionwith full capacity.

51

1.03 1- Establishment of Solar Power Support System of 120KW approx. with 220Volts, 2400Ah battery backup as perbrief specifications enclosed as annexure for _.Existing Carp hatchery· Proposed Pangasius fish seedhatchery &. Existing Ornamental colored fish hatchery2-Operation and maintenance of the established projects fornext 3 years. 3- Training to corporation man power. 4-Transfer of applied technology without condition to nodalagency.5- Handover of the project a after 3 years in runningcondition with full capacity.

Total In Figures

Quoted Rate in Words

* Bidder should indicate the applicable taxes clearly.

(Price in words) Rs.

• Authorized Signature [in full and initials]:t

Name

Desiqnation:

Name of Firm:

Address:

..

52

---- _. - - - - --------------

51.No. Documents Status1. DO towards tender fee (INR 41300.00) Yes/No2. DO towards EMD (INR 6,79,500.00) Yes/No3. Firm registration certificate Yes/No4. Copy of Work Orders/ Self-certification Yes/No5. Copy of completion certificates along with Yes/No

value/Self-certification6. Resume of Team Leader & Team members with Yes/No

supporting documents7. Valid Identity of the Authorized person of the Yes/No

firm/company & authorizer with name &Designation

8. Undertaking that the firm/company is not Yes/Noblacklisted by any Institute/ Government /LocalAuthority/ residing countries/other country forcorrupt or fraudulent Practices

9. Authority Letter, if any Yes/No10. Duly Audited copy of Annual Accounts of Last Yes/No

three years11. Undertaking regarding Non-Disclosure Yes/No12. Duly filled format (as given in Technical bid with Yes/No

Self Evaluation sheet & Financial bid)

L - ~

Checkl~tofDocuments

r

,-

Annexure-I

53

Annexure- II

Instructions to the Bidders to submit the bids online throughhttp://etender.up.nic.in

...

1. The companies/firms participating in this RFP, have to register them-self at theauthorized e-Procurement portal for e-tendering with U.P. Electronics CorporationLtd. (UPLC), 10, Ashok Marg, Lucknow (UP), India. The Shortlisted companieslfirmswho have not registered themselves with UPLC for e-tendering/submissionof RFPon http://etender.up.nic.intill date can get their registrationdone by depositing a filledin form issued by UPLC along with registration fee @ INR 6000.00 (Rupees Sixthousand only) for participating in this e-tender. The companies/firms, who are nothaving digital signatures, can also get their digital signature on deposit of processingfees @ INR 1708.00 (Rupees Five Thousand Seven hundred eight only). Thecompanies/firmsmay contact the officials on phone numbers 0522-2286809, 0522-2288750 (0) 0522-4130303 (Extension:303, 304 & 307), for their Registration/DigitalSignatureCertificate relatedqueries.

2. The DSC that is registered only should be used by the bidder and should ensuresafety of the same.

3. Contractor/Biddermay go through the RFP published on the site and download therequireddocuments/schedulesfor the RFP he/she is interested.

4. After downloading / getting the RFP document/schedules, the Bidder should gothrough them carefully and then submit the documents as asked, otherwise bid willbe rejected.

5. If there are any clarifications, this may be obtained online through the e-tender site,or through the contact details. Bidder should take into account the corrigendumpublishedbefore submitting the bids online.

6. It is construed that the bidder has read all the terms and conditions before submittingtheir offer. Bidder should go through the RFP schedules carefully and upload thedocumentsas asked; otherwise, the bid will be rejected.

7. Bidder, in advance, should get ready the bid documents to be submitted as indicatedin the RFP document/schedule and generally, they can be in PDF/xls/rar/zip/dwfformats. If there is more than one document, they can be clubbed together and canbe provided in the requested format. Each document to be uploaded through onlinefor the RFP should be less than 2 MB. If any document is more than 2 MB, it can bereduced through zip/RAR and the same can be uploaded, if permitted. Bidders Biddocumentsmay be scannedwith 100dpi with black and white option. Howeverof thefile size is less than 1MB the transactionuploading:_WiII be v;:::st. ~ y

t (IV ~ -1/ 54

..8. If there are any clarifications, this may be obtained through the site, or during the pre­

bid meeting if any. Bidder should take into account the corrigendum published fromtime to time before submitting the online bids.

9. Bidder should submit the Tender Fee & EMDas specified in the RFP in original on orbefore due date & time for opening of the technical Bid. Scanned copy of theinstrumentshould be uploadedas part of the offer.

10. While submitting the bids online, the bidder reads the terms & conditionsand acceptsthe same to proceed further to submit the bid packets.

11. The details of the DO physically sent, should tally with the details available in thescanned copy and the data entered during bid submission time. Otherwise submittedbid will not be acceptable.

12. In case of any discrepancy, the uploaded scanned documents details will beconsideredas final.

13. The bidder has to upload the relevant files requiredas indicated in the cover content.In case of any irrelevant files, the bid will be rejected.

14. The bidders are requested to submit the bids through online e-tendering system tothe Tender InvitingAuthority (TIA)well before the bid submissionend date & time (asper Server System Clock). The TIA will not be held responsible for any sort of delayor the difficulties faced during the submission of bids online by the bidders at theeleventh hour.

15. The time settings fixed in the server side & displayed at the top of the tender site, willbe valid for all actions of requesting,bid submission,bid opening etc., in the e-tendersystem.The bidders should follow this time during bid submission.

-.f

t-..

55

.'Annexure- III

NutritionallTechnical specification for Floating Fish Feed

A. The Final product floating fish feed must have following Nutritional values:

..1. Crude Protein2. Fat3. Fiber

range from 28 to 32%range from 3 to 5%rangefrom 3 to 5%

4. Moisture maximum11%5. Bouncing/floatingtime at least 8 hour in water

6. Expiry period not before 6 months from date of manufacturing

B. Above final Product will be manufactured by indigenous non patentedingredients such as :

1. DORB (De-oiledRice Bran)

2. DOMC (De-oiledMustardCake)3. Soya DOC (Soya De-oiledCake)4. Maizewhole grain5. DDGS

6. MaizeGultin, etc.(Distelar Dry Grain Soluble)

C. Packaging of feed should be as per requirement of Nodal Agency and mustbe packed in polytheen lined plastic bags.

D. Labeling and declarations on bags as per lSI Norms.

S6

Annexure- IV

1. SPV MODULES: Minimum Capacity -120 KWp

.:

i. Crystalline high powerl efficiency (not less than 16%) cells shall be used in theSolar Photovoltaic module. The power output of the module shall not be less than200 Wp at load voltage. The module efficiency should not be less than 14%. Thesolar module should be tested for IEC/BIS specifications from NABLI MNRE/IECaccredited lab.

ii. PV module must be warranted for output wattage, which should not be less than90% at the end of 10 years and 80% at the end of 25 years.

iii. The terminal box on the module shall be designed for long life out door operation inharsh environment should have a provision for opening for replacing the cable, ifrequired.

iv. Latest edition of IEC 61215 edition II I IS 14286 for Crystalline and shall be certifiedby NABLI MNRE/IEC authorized test Centre. The bidder shall submit appropriatecertificates

v. PV modules must quality to IEC 61730 Part 1- requirementsfor construction& Part2 - requirements for testing, for safety qualification. Test report from NABLIMNREIIECauthorized test lab be enclosed.

vi. Protectivedevices against surges at the PV module shall be provided. Low voltagedrop bypass diodes shall be provided and if required, blocking diode(s) should alsobe provided.

.,..r

viLIDENTIFICATION AND TRACEABILITY

Each PV module must have sticker inside the modulewith the following information:

- (i) Nameof the manufacturerof PV Module(ii) Month and year of the manufactureof module(iii) PeakWattage, 1m,Vm and FF for the module(iv) Unique Serial No and Model No of the module

2. PCUSpecification for Battery Backup - Minimum 100 KWA SOLAR CHARGECONTROLLER(SCC)1 Charge ControllerType MPPT2 PV Nominal Capacity (Total) (kWp)3 No of MPPT Channels Min 1

Same rating as the Inverter Rating

57

..

•4

..

I •.!

4 BatteryType Supported LMLANRLA5 Min. BatteryAH Required (AH) to be filled by the bidder6 Min Charging Efficiency (%) 94%B SOLAR INVERTER3 Battery backup Capacity Equivalentto 1 hour of inverter rating4 Nominal BatteryVoltage (VDC) As per InverterManufacturer6 Nominal Capacity (KW) InverterRatedcapacity shall be atO.8PF8 Voltage Regulation (in StandaloneMode) (%) +/- 29 FrequencyRegulation(in StandaloneMode) (Hz) +/- 0.510 THD (%) < than 511 Efficiency: Peakl100%Load/20%Load (%) >88/ >85/ >8012 Load Power Factor 0.8 lag to unity13 Over Loads: 60 secs/50 secs/5 secs (%) 110 /125/15014 M in Phase imbalancecapability (%) 3015 Auto Bypass Feature To Be provided16 Parallel Operationwith Grid/ DG To Be provided17 Power Export to Grid Facility To Be provided18 Galvanic Isolation Through IsolationTransformer19 Zero export to Grid facility To Be provided20 Anti Islandingfrom Grid To Be providedC GRID CHARGER1 Grid Voltage Sync Range (%) +10% to - 20%2 Grid FrequencySync Range +5% to - 5%3 MaxGrid Import Power (kW) Same as inverter Rating4 Max BatteryAmps during Grid charging (Amps)Shall be 40% of solar

charging capacity but clamped to 20% of the solar charging capacity

D INDICATION& PROTECTION1 Type of User Interfacewith Key PAD LCDbased UI interfacewith Alphanumericindications2 DisplayParametersBatteryvoltage/current

Solar PanelVoltage/current/PowerGrid voltage/Current/frequency/power/power factorEmergencyLoad voltage/current/powerSystem fault includingtemperatureand active faultsSolar power generated in day/till the time

Communicationwith other system Wi-FI or GSM in built in the inverterON line monitoring on-line monitoringon cloud platformshall be providedON Line monitoring software Shall be already in operationIsolating Switches ~ ~ Lj_ (~ ~~. 58

345E

..

..

:

..

1 Grid side disconnection To be provided2 Loadside disconnection To be provided3 Batteryside disconnection To be provided4 PV side disconnection To be providedF Certification1 Inv Efficiencyas per IEC61683 test certificatesto be provided2 MPPTefficiency as per EN50530test certificatesto be provided3 Grid Parralleloperationas per IEC61727 test certificates to be provided4 Inverter Islandingas per IEC62116 test certificates to be providedG Operational Requirements1 Charging the battery from Solar and Grid (Solar priority)2 Cater to Priority load and other load through solar energy first and balanceenergyfrom Grid as per the load and battery chargingstate3 Syncronizeand share the energywith grid power supplywhenever grid is available4 In absence of Grid power supply non availability;the grid connectionshall beisolatedfrom the grid and battery shall supply the energy to Priority load5 If grid and solar power is available and battery is fully charged, then the selfconsumption load shall be fully catered by the solar and balance power to be taken fromgrid if required

PCU/invertershall be capable of completeautomatic operation includingwake-up, synchronization& shutdown.The output of power factor of PCU inverter issuitable for all voltage ranges or sink of reactivepower, inverter should have internalprotectionarrangementagainst any sustainablefault in feeder line and against thelightningon feeder.Built-inmeter and data logger to monitor plant performanceshall beprovided.

The PCUI invertersshould be tested from the MNREapproved test centers INABLIBIS IIEC accredited testing- calibration laboratories. (1) ,

V ~.-t--.~.. ~ L ~~r

59

Battery Backup: 220Volt, 2400 AhThe voltage of battery may be selected according to the PCUdesign. Battery shall

be flooded electrolyte Tubular Low Maintenance LeadAcid /VRLA type .The batteriesshould conform to IS 1651/ IS 13369/ . Capacityof the battery bank shall not be lessthan as specified above at C10 rate. The battery should be warranted for minimum 5years. The battery should be installed inside the premises on a Battery rack of acidresistant material to bear the required battery load. The non-reactive acid proof matshould be provided around the floor space of battery bank.Acopy of the relevanttest certificate for the battery should be furnished.

(~ExecutiveManager (S.P.)

U.P. FisheriesDevelopmentco~p(AnjanaVerma)

ManagingDirectorU.P. CooperativeFederation Ltd.

(Rajeev Kumar)Manager (Operation)

P.. D.F

(Jaspr Singh)Advocate, egal Advisor

Lucknow

(Gopinath)Manager (Engineering.)

P.C.D.F

(POOjaRV,Manager (Finance&

Account.)U.P. FisheriesDevelopmentcorpo:rLtd.

(V.K. Tiwari)Senior ProjectOfficer

UPNEDA.

(R~uPtalProcurementConsultant!

Advisor,IIC Technical Coordinator,

UPDASP

v/(V.K.Ad&,i)

Chief Project Engineer (IIC)U.P. FisheriesDevelopment

Corporation Ltd.

(Raiendhn9hlChief Genral Manager

U.P. FisheriesDevelopmentCorporation Ltd.

(Dr. C.S. Chaturvedi)EmeritusScientist

NBFGR

60


Recommended