This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
MP State Cooperative Dairy Federation Ltd. (MPCDF), Dugdha Bhavan, Habibganj, Bhopal, an apex cooperative organization in Madhya Pradesh, invites online tender for appointing Consultant for NABL accreditation (ISO/IEC 17025:2017) & FSSAI Recognition (Level-1) Laboratory from reputed established organizations / Consultancy firms / agencies. The tender document containing the terms and conditions can be downloaded and uploaded through website http://www.mptenders.gov.in The uploaded tender will be opened in office of MPCDF, Bhopal as indicated in tender time schedule. The detailed Tender form can be seen (for immediate reference) at our HO website - www.sanchidairy.com. Any changes in tender document will be notified on above website only and therefore, bidders are requested to update themselves by watching this site regularly. The Managing Director, MPCDF reserves all the rights to accept or reject any or all the bids, without assigning reasons thereof. The cost of tender documents is Rs.1000/- (Rupees one thousand only).
Key Information
MANAGING DIRECTOR
Pre Bid meeting Date, Time & Venue
Last Date & Time for purchasing tender form online
Last Date, Time for submission of Technical and Financial bid online
Date ,Time & Venue for opening Technical bid
Date, Time & Venue for opening Financial Bid
EMD required to be submitted through online (in INR)
Cost of tender document : Rs.1000/- (Rupees One thousand only). Submission of Tender document : only through Online at www.mptenders.gov.in Tender documents from page number 01 to 27 serially verified.
Managing Director
Schedule I TENDERER QUALIFICATION CRITERIA Page no.04 to 08
Schedule II Scope of work Page no.09 to 11
Schedule III General Conditions of Contract (GCC) Page no.12 to 13
Schedule IV Pre bid meeting - Online / Offline through
Google Meet app or by physical presence at the prescribed venue
Page no.14
Schedule V Technical Bid Page no.15 to 17
Schedule VI Price Bid Page no.18
Forms Form 1 - Self Declaration by the tenderer Form 2 - BG Form for Performance Security Form 3 - Contract Form Form 4 - Check List
Page no.19 Page no.20 to 21 Page no.22 to 26 Page no.27
Last date and time of purchase of tender form Online
25 /01/2022 up to 2:00 PM
Last date and Time for submission of Technical Bid
25 /01/2022 up to 3:00 PM
Date & Time of Opening Technical Bid and EMD
27/01/2022 at 12.00 PM(Noon)
Date & Time of Opening Financial Bid
01 /02/2022 at 12:00 PM(Noon)
Venue of bid opening online
MP State Cooperative Dairy Federation Ltd, Habibganj, Bhopal (MP)
SECTION I State Central Laboratory at Habibganj, Bhopal The MP State Cooperative Dairy Federation Ltd (MPCDF) Dugdha Bhavan, Habibganj, Bhopal, is the apex body of the 3 tier dairy cooperative structure in the State of Madhya Pradesh for organized dairy development. It is registered under MP Cooperative Societies Act 1960. About 6,913 village Dairy Cooperative Societies (DCSs) in the state are welded together into 06 regional Cooperative Milk Unions located at Bhopal, Indore, Ujjain, Gwalior, Jabalpur and Sagar (Bundelkhand) and procure raw milk from the village level dairy cooperative societies, pasteurizes and processes it respective dairy plants and market the pasteurized liquid milk in sachets and milk products under the brand name of “Sanchi” to the rural and urban consumers. Under NPDD scheme of GOI, a Central Laboratory at State level has been approved for Madhya Pradesh to put a close check on the adulteration of milk and milk products across the state. Capital Project Authority (CPA), Bhopal has been assigned Civil, Interior, electrical works in establishing Central Laboratory at Bhopal. The lab shall be operated by MPCDF, Bhopal.
BIDDER QUALIFICATION CRITERIA
A ) General :
(i) The Bidder should possess the desired experience, exposure, manpower and managerial capabilities in providing the services that are essential to meet the requirement detailed in the tender document.
(ii) The Technical and Financial bids should be complete in all respect.
(iii) The Bidder should have sound exposure & experience in arranging NABL accreditation (ISO / IEC 17025:2017) and FSSAI (Level-1) recognition certification consulting services and should have successfully arranged NABL Accreditation recognition to at least Two food testing laboratory across the country
(iv) The Bidder should render support / help in implementing / acquiring the Certificate
within a specified time frame. (v) The Bidder should ensure to submit all relevant documents duly self-attested
confirming the qualifications desired for the project. B) Technical Bid Requirements
No. Particulars Requirements
1
The Bidder (including subject expert /
key personnel to be engaged for
accreditation work) must have a Dairy /
Food Technologist with minimum 10
years work experience as Consultant /
Auditor.
Please ensure to submit a copy of
appropriate certification document.
2 The Bidder should have dealt a Please ensure to submit a copy of
5
No. Particulars Requirements
minimum of 02 such Consultancy
assignments with respect to ISO
17025 of chemical / food / dairy lab.
appropriate certification document.
3
The Bidder should possess a minimum
5 years working experience in
consultancy of testing and C alibration of
Chemical / Food / Dairy Laboratory.
Please ensure to
(i) Submit information on project
experience, related work /
Purchase order etc.
(ii) Work Completion Certificate.
4 The Bidder should possess a valid registration under Income Tax, Permanent Account Number, GST etc.
Please ensure to submit a copy of latest valid Certificates.
5
The Bidder should have not been
banned or debarred or blacklisted by
any State Government / Central
Government / Central or State Govt.
Undertakings / Utilities / Private
Organizations etc. in the previous 03
years.
Please ensure to submit Self-
declaration certificate in desired
format given in Form – 1
6 The Bid is to be filed online on Portal by Consultant / Consultancy Firm (Single Party) only, meeting all the qualifying requirements. (Participation through Joint Venture / Consortium is NOT permitted)
Please ensure to submit following documents with the tender. (i) Constitution or legal status
and place of registration etc.
(ii) Certificate of Incorporation.
(iii) Memorandum & Articles of
Association.
(iv) Implicit Power of attorney /
Board Resolution of the
authorized signatory to place
the bid.
7 Additional parameters holding
preference to the consultants who :
1. Have their Head office based in
Madhya Pradesh.
2. Have more than 05 Dairy / Food
Technologists in the team.
3. Have prior work experience with
SANCHI and its regional Cooperative
milk unions.
4. Have direct or indirect association /
empanelment with FSSAI and QCI
(Quality Council of India).
Please submit valid self attested
documents in support
8 The Bidder should abide to all Tender
Terms & Conditions and submit a
declaration and desired information in
g iven Tender Forms.
Please attach as Annexure in sequence
6
Documents Comprising the Tender
(i) The Tender shall be submitted online in two formats. The 1st format will contain Technical Bid and 2nd format will contain Price Bid.
(ii) Technical Bid shall include the following :
a) Duly filled Tender Form as discussed under Section - V.
b) Documentary evidence for holding the eligibility to participate in tender shall be
The Bidder should possess the required technical & financial capability, qualification, adequate exposure & experience that is essential to perform the contract given in Section - I
Power of Attorney of firm / resolution of Board of Directors of company for person or persons authorized to sign the Tender, if applicable;
Certified Annual turnover Certificate from Chartered Accountant for any of the previous three years viz., (2018-19) or (2019-20) or (2020-21). However, it will be ensured that the minimum turnover in any single financial year should not be less than Rs.25 Lakhs.
An undertaking to declare that the Bidder was not banned or blacklisted or suspended / debarred from Government transactions for corrupt / fraudulent measures or any other reasons.
Check List.
GENERAL INSTRUCTIONS TO BIDDERS
(i) This section deals with instructions to bidders for preparation and submission of
tender documents and the mode / procedure to be adopted for receipt and
opening, scrutiny and tender evaluation.
(ii) Failure to provide the required information and / or failure to comply with the
instructions in this e-tender document or give false / incorrect information may
result in rejection of its tender.
Terms and Conditions
A. The tender is required to be submitted ONLINE by a person having digital
signature issued by any Certified Agency. If the tender submitted by proprietary
or partnership firm, all the documents are required to be signed and stamped
on every single page.
B. In the event of Tender submitted by a partnership firm, it should be signed
separately by each partner thereof, or in the event of the absence of any
partner, it should be signed on his behalf by a person holding a power of
attorney authorizing him to do so. Such power of attorney, duly notarized
should be submitted along with the Tender and it should clearly indicate the
registration / incorporation details of the firm.
C. In case of a company, the tender should be signed by person(s) authorized
through a resolution by Board of Directors of the Company. A copy of the
stated resolution, duly certified by the Company Secretary shall be enclosed.
D. In the case of company, the Board of Directors should authorize an individual to
obtain digital signature to represent the company. Scanned copy of this
authorization should be uploaded for reference.
7
E. The bidder can also enclose technical literature and significant documents other
than those requested in tender, if felt necessary.
(i) Price bid shall be as per proforma of the bid document. It shall be ensured
that Price bid is only submitted online.
(ii) A bidder who does not fulfill any of the above requirements and / or gives
evasive information / reply against any such requirement, tends to be
ignored and rejected.
F. Tender documents may be downloaded from and submitted online only at
http://www.mptenders.gov.in
G. Bidder is advised to follow the instructions given in the Annexures.
H. Bidder shall submit his technical bid as per the Tender Form along with all
necessary enclosures.
I. The technical bid should not indicate the bid price directly or indirectly else the
entire bid shall be considered as invalid.
1. Tender Currency
Fee may be quoted only in Indian rupee. The costs should be quoted both in
figures and in words, in such a way that interpolation is not possible.
2. Terms and Mode of Payment
(i) The terms and mode of payment shall be as under :
No. Job completion Phase for release of payment to Bidder (Consultant / Consulting firm)
Time Line for arrangement of
NABL accreditation and
FSSAI Recognition
(Level-1)
Installment Payment to be released of the total Quoted Consultancy Charges
1. Submission of GAP
analysis report, Making
and updating of Quality
Manual of NABL
application and FSSAI
application (Level-1)
and other related
documents etc
2 months First 20 % (Against submission of Bank guarantee)
2. Final Integrated Assessment
4 months Second 30 %
3. Receipt of NABL
Accreditation and FSSAI
(Level-I) Recognition
Certificates.
6 months Third 50 %
(ii) No advance payment shall be made.
(iii) While claiming payment, the successful bidder should also certify in the bill that the payment being claimed is strictly in terms of the contract and all the obligations on his part for claiming that payment has been fulfilled as required under the contract.
(i) MPCDF will open on-line the qualified / successful Technical bids as per
given schedule in NIT. In case the specified date of tender opening falls on
a declared holiday then the tender will be opened on the following working
day.
(ii) The technical bids will be opened first. These bids will be scrutinized and
evaluated with reference to prescribed parameters in the document.
(iii) The price bids of only technically qualified bidders shall be opened and
evaluated.
4. Scrutiny & Evaluation of Tender Technical Bids :
(i) Tenders of the bidders who fail to meet the required qualification criteria will
be summarily treated as Disqualified.
5. MPCDF Right to accept and reject any or all Tenders
(i) The MPCDF reserves the right to accept / reject / disqualify any or all the
tenders without assigning reasons thereof.
6. Evaluation and Award Criteria
(i) Technical bids will be evaluated on the basis of information and data
provided in the bids. Technical bids of the Bidder who fulfill qualification
criteria, shall be evaluated first in terms of requirements / technical details /
experience given in Section-I of the tender document.
7. Price Bid
(i) After determining at the technical evaluation stage that the offer is in
conformity with the requirement and the offer of the Bidder is found
technically suitable; price bids of the Bidder whose technical bids are
accepted / qualified, shall only be opened. The technically qualified
tenderer quoting the lowest rate shall be declared Lowest first (L-1) /
Successful Tenderer and shall be awarded the contract subject to fulfilling
all other terms and conditions of the tender.
(ii) If L-1 does not start the work within time, then work order of L-1 will be
cancelled and EMD of L-1 will be forfeited and blacklisted.
(iii) If (L-1) does not accept the award or do not start the work as per scheduled
form then, the second lowest Bidder (L-2) shall be given the opportunity to
work at approved L-1 price and execute the work.
8. Notification of Award
The MPCDF will notify the successful Bidder(s) online / offline by registered / speed post or by e-mail. The successful Bidder(s) will ensure to furnish the performance security within 15 days to MPCDF after receipt of work order.
9
SECTION II
Scope of work
The activities to be carried out by CONSULTANT shall be as under –
1. The consultancy towards acquisition of ISO / IEC 17025:2017 accreditation and
FSSAI Recognition for State central lab of MPCDF situated in the premises of
MPCDF, Bhopal.
2. All documentation and liasion work to be done by the Consultant shall be in line
and integration with NABL and FSSAI requirement.
3. The work of acquisition of ISO/IEC 17025:2017 accreditation and FSSAI
Recognitions will be carried out in 06 months.
4. The Consultant will advise MPCDF in advance, about the jobs to be undertaken
by outside agencies in acquiring ISO17025:2017 accreditation.
5. Scope of work for NABL and FSSAI (Level-1) :
No. Scope of work Parameter
1.
Milk (Raw and Pasteurized) & Milk Products analogues. Fats (Including Ghee and Butter).
Provide existing SOP’s and manuals 2. Verification of
Facilities and
personnel
02
Guide for preparation of required documents :
1. Verification of measurement / testing, Calibration traceability conforming International standards.
2. Verification of facilities and personnel.
Personnel and Equipment
Accommodation/environment conditions
Test methods and method validation
Sampling and Handling of Samples
Assuring the quality of test results Reporting of the results
3. Guidance for
implementation of
the system to our
staff
02
Extend Guidance for implementation
Management system, Document control.
Review of requests, Tenders and
contracts.
Subcontracting of tests
Purchasing services and supplies
Service to customers,
Complaints and Improvement
Control of non-confirming work
Corrective and preventive action Control of records
Part - C: Auditing
No. Item of Work Quantity Scope of Item
11
1.
Guidance for
Internal Audit,
Management
review meeting and
submission of
application 02
Consultant shall guide for conducting internal audit and reporting results.
Consultant shall guide when conducting management review meeting and preparation of minutes.
Submission of application for accreditation to NABL and FSSAI.
Submission of quality manual to NABL and Fssai for adequacy by lead assessor.
Updating quality manual as suggested by lead assessor (NABL).
2.
Final NABL Audit
and Integrated
NABL and FSSAI
Audit 02
Consultant shall be present at the time of Final audit by accreditation body and guide for closing the observations given by accreditation body.
Submission of any corrective action to NABL
Part – D : Implementation Chart For NABL Accreditation As Per ISO / IEC
17025:2017 and FSSAI Recognition and Responsibility of Consultant
S.No. Activity
1. GAP analysis
2. Documentation preparation (Quality Manuals, SOPs, Files and formats)
3.
Documentation handover and training for implementation (Quality Manual, SOPs, QMSP and formats)
4.
Assist MPCDF to acquire Inter Laboratory Comparison test and calibration of equipment & glassware Certificates and all documents required for NABL application
5.
Undertaking any check to verify testing / calibration capacity of the laboratory & witnessing the testing / calibration / sampling being performed in relevance to accreditation.
6. NABL and FSSAI Application preparation & sending them to NABL & FSSAI.
7. Implementation of quality system 8. Quality system development 9. On-job training for all concerned staff 10. Training on documentation 11. Training on implementation 12. Training on quality control 13. Training on pre-analytical errors 14. Training on document control 15. Monitoring quality system 16. Closure of non-conformance
17. Assist State Central Laboratory MPCDF, during final assessment by NABL. 18. Obtaining final NABL accreditation.
19. Any other job related to obtaining NABL accreditation and FSSAI Recognition.
7. Delivery schedule for Assignment The successful bidder will be engaged for a
period of 12 months (maximum). He will be required to complete all the given
assignments within the scheduled time frame as specified job wise in clause 2 (i)
of Section-I. Any further extension of delivery schedule, in case, shall be at the
sole discretion of MD, MPCDF.
12
SECTION III
GENERAL CONDITIONS OF CONTRACT (GCC)
1. The following General Conditions of Contract shall be applicable for this tender. The indicative draft contract is provided in Form - 3.
2. Performance Security
(i) The performance security for an amount equivalent to 10 percent of the total
value of the contract should be paid in respect of contract within 15 days of
issuance of notification of Award by MPCDF.
(ii) The Performance security shall be in the form of unconditional irrevocable
Bank Guarantee issued by a Scheduled Bank (in India), in the prescribed form
as provided in Form 2 of this document having validity of at least 12 months.
(iii) If the Bidder fails to fulfill its obligations in terms of the contract, the amount of
the performance security shall be payable to MPCDF as compensation and
MPCDF will be at liberty to invoke the said Performance Bank Guarantee.
(iv) Subject to sub-clause 2(i) above, the MPCDF will release the performance
security without any interest to the bidder on completion of his/their all
contractual obligations.
3. Services
The successful bidder shall provide services discussed under Schedule of
Requirements in Section I, II & III.
4. Sublet of work
The successful bidder, in no case, shall wholly or partially assign to anyone, its
contractual duties, responsibilities and obligations to perform the contract without
written permission of MPCDF, Bhopal.
5. Delay in the Supplier’s Performance
(i) The successful Bidder shall perform the services under the contract within the
time schedule specified by MPCDF in the Schedule of Requirements and as
incorporated in the contract.
(ii) Any unexcused delay by the successful bidder in maintaining its contractual
obligations towards performance of services shall render the bidder liable to
any or all of the following sanctions :
i) Imposition of liquidated damages,
ii) Forfeiture of its performance security and
iii) Termination of the contract for default
6. Liquidated Damages
(i) Liquidated damage will be charged for every singular instance of delay in
completing the job / Service. The liquidated damages may be charged on the
goods / services not so delivered as under.
No. Delay Penalty
1 Up to 1 month 1% the Purchase order value.
2 Between 1 to 2 months 2% Purchase order value
3 Beyond 2 months Up to 5% of the Purchase order value.
13
(ii) If the delay exceeds 02 months from the scheduled date of completion of
assignment, the MPCDF shall have the right to terminate the contract at the risk
and cost of the successful Bidder
(iii) The amount of Liquidated damages will not be adjusted or set-off against any
sum payable to the successful Bidder under this or any other contract with
MPCDF.
7. Execution of Agreement
Successful Bidder shall execute agreement with MPCDF, Bhopal on Rs 1000/- Non
judicial stamp paper. The Draft of agreement can be referred at Form 3 .
8. Arbitration
(i) In the event of any dispute or difference between the parties here to, such
disputes or differences shall be amiably and amicably resolved through
mutual consultation. If such resolution is not possible, then the unresolved
dispute or difference shall be referred to Managing Director, MPCDF as sole
arbitrator. The venue of such arbitration shall be at Bhopal. The language of
arbitration proceedings shall be Hindi and / or English. The arbitrator shall
make a reasoned award (the “Award”), which shall be final and binding on the
parties. The cost of the arbitration shall be shared equally by the parties
executed the agreement.
Managing Director
14
SECTION IV
PRE BID MEETING
A pre-bid meeting offline and online shall be organized as per schedule where the Bidders may feel free to give their valid suggestions. The bidders will be allowed to seek clarifications and offer constructive suggestions for incorporating in the tender by the Committee. The Committee at MPCDF office will be at liberty to accept / reject any or all the suggestions before submitting them to Managing Director for a concrete decision. All the applicants are required to inform their participation by email, a day prior to the pre-bid meeting schedule on [email protected] or whatsapp number 9406900329.
The final tender document with relevant suggestions gained in pre-bid meeting will be up-loaded at (i) MPCDF official website www.sanchidairy.com and (ii) mp tenders website www.mptenders.gov.in only. Also depending on the need, Addendum /
Corrigendum with respect to the tender shall be released on these websites only. Any correspondence / communication exchanged with the bidders shall not and never be construed as an amendment to the Tender Document. It is therefore the individual responsibility of the bidder to constantly update himself / themselves by regularly visiting these sites. The MPCDF, Bhopal shall not be responsible nor shall entertain any such claim / request in the event of missing the opportunity, for any reason thereof.
Managing Director
15
SECTION V
TECHNICAL BID
TENDER FORM FOR ENGAGEMENT AS NABL & FSSAI
CONSULTANT For
To
Managing Director M P State Cooperative Dairy Federation Ltd., Dugdha Bhawan, Habibganj, ` Bhopal.
Sub: Appointment of Consultant for NABL accreditation and FSSAI
Recognition Level-1 for State Central Laboratory at MPCDF, Habibganj,
Bhopal, MP
Sir,
Having carefully gone through the above instructions and the tender terms, I / we, M/s. ___________________, the bidder hereby, agree to all the terms and conditions mentioned in tender document and submit our proposal for selection and appointment as Consultant for State Central laboratory in the premises of M.P. STATE COOPERATIVE DAIRY FEDERATION LTD., Bhopal, as per the Schedule requirements, delivery schedule and in conformity with all other conditions in the sections, terms and conditions of the tender.
1. Details of the Bidder
A) Firm’s Reference / Owner / Director / Partner
B) Firm Registration /Details
C) TIN / GST / TAN
D) PAN
E) Landline Phone Number Mobile Number
F) Fax / email
G) Email ID
H) Mailing / Contact Address
(Attach self attested photo copy of each )
16
2. Number of Experts Available with the Bidder (Consultant)
No. Name & Designation of the Team Expert Professional
Qualification Experience in years
1. 2. 3. 4. 5.
Note: Experience & capability should be directly related to accreditation of
Chemical / Food Testing Laboratory.
3. Total experience of providing consultancy for NABL Accreditation in years.
4. Name of Laboratories, which gained NABL Accreditation through the bidder
during the last 5 years.
S.
No. Name & address of the Laboratory
Certificate Number
Date of Award of Certificate
Scope
1. 2. 3. 4. 5.
5. Name of the Laboratories to which the Bidder is in the process of providing
Consultancy for acquiring NABL Accreditation i.e. Ongoing assignment
No. Name & address of
the laboratory
Date of appointment as
Consultant
Scope of Work
Time frame as per Terms of
reference 1. 2. 3.
6. Credentials and Profile.
i) Year of Establishment.
ii) Organization Structure (Enclose a separate sheet)
iii) Introduction of the Bidder (Consultant / Consultancy Firm), in brief,
with areas of activity and area of core expertise. iv) Bidder’s important achievements in accreditation work previously handled. v) Whether the Bidder is approved from QCI (Quality Council of India).
7. I/We declare that:
(a) I/We have examined and have no reservations to the Tender
Document, including any Corrigendum/Addendum issued by the
Authority;
(b) I/We do not have any conflict of interest in accordance with the Tender
Document;
17
(c) I/We have not directly or indirectly or through an agent engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, in respect of any tender or
request for proposal issued by or any agreement entered into with the
authority or any other public sector enterprises or any other
Government, Central or State.
(d) I/We hereby certify that we have taken steps to ensure that no person
acting for us or on our behalf will engage in any corrupt practice,
coercive practice, undesirable practice or restrictive practice.
8. I / We understand that MPCDF may cancel the Selection Process at any time and that MPCDF is neither bound to accept any Proposal that is received nor to select the consultant, without incurring any liability to the bidder in accordance with the Tender document/procedures.
9. I / We certify that in regard to matters other than security and integrity of the
country, we have not been convicted by a court of Law or indicted or orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Consultancy for the Project or which related to a grave offence that outrages the moral sense of the community.
10. I / We further certify that in regard to matters relating to security and integrity
of the country, we have not been charge-sheeted by any of the Government
or convicted by a court of Law for any offence committed by us or by any of
our Associates.
11. I / We further certify that no investigation by a regulatory authority is pending
either against us or against our Association or against our CEO or any of
our Directors / Managers / Employees.
12. I / We agree and understand that the proposal is subject to the provisions of
the Tender document. In no case, shall I / We have any claim or right of
whatsoever nature if the Consultancy for the Project is not awarded to me /
us or our proposal is rejected.
13. I / We, unconditionally accept scope & all terms and conditions of
engagement as brought out in tender notice/ document.
14. I / We hereby declare that whatever stated herein above is true and correct
and no facts to the best of our knowledge have been concealed.
Place : Yours faithfully,
Date :
Signature of the
Bidder with seal/stamp
18
SECTION VI
PRICE BID
No. Work Description Quote in INR
1. MPCDF requirement
Providing consultancy for NABL
Accreditation and FSSAI Recognition
Lab (Level-1) as per the Scope of Work
Requirements of Section II of the
tender.
2. Consultancy charges [A]
3. GST @% [B]
4.
Total Consultancy Charges [A + B] (In Indian rupees)
(In words)
(In Figures)
Note : Price bid should be written in whole numbers.
In consideration of the M/s ………….........................Place …………(hereinafter referred to as Consultant) submitting the response to tender for for Consultant for NABL accreditation & FSSAI Recognition (Level-1) Laboratory of state central lab at MPCDF, Bhopal, MP, issued by MPCDF (hereinafter referred at as Nodal Agency) and Nodal Agency considering such response to the Tender of M/s ….......................…… (which expression shall unless repugnant to the context or meaning thereof include its executers, administrators, successors and assignees) and selecting the Consultant and issuing Work order No. …………………………………… dated ………………..... As per terms of Tender and the same having been accepted by the selected project company, M/s ……… As per the terms of the hereby agrees unequivocally, irrevocably and unconditionally to pay to Nodal Agency at MPCDF forth with on demand in writing from Nodal Agency, or any officer authorized by it in this behalf, any amount up to and not exceeding Rs…………………………………., on behalf of M/s ………………. This guarantee shall be valid and binding on this Bank up to and including date …………. (Expiry Date) and shall not be terminable by notice or any change in the constitution of the Bank or the term of Agreement or by any other reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, or agreed with or without our knowledge or consent, by or between parties to the respective Agreement. Our liability under this Guarantee is restricted to Rupees …………………………… Our Guarantee shall remain in force until date ………….. (Expiry Date) and Nodal Agency shall be entitled to invoke this Guarantee till date ……………… (Claim Date). The Guarantor Bank hereby agrees and acknowledge that Nodal Agency shall have a right invoke this Bank GUARANTEE in part or in full, as it may deem fit. The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written demand by Nodal Agency, made in any format, raised at the above mentioned address of the Guarantor Bank, in order to make the said payment to Nodal Agency. The Guarantor Bank shall make payment hereunder on first demand without restriction or condition and notwithstanding any objection by M/s …………………………. The Guarantor Bank shall not require Nodal Agency to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against Nodal Agency in respect of any payment made hereunder. This Bank GUARANTEE shall be interpreted in accordance with the laws of India and the court at Bhopal shall have exclusive jurisdiction.
Bank Guarantee No.
BG Amount in RS
BG Issue Date
BG Expiry Date
Claim Expiry Date
Applicants Name
The Guarantor Bank represent that this BANK GUARANTEE has been established in such from and with such content that is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein. The BANK GUARANTEE shall not be affected in any manner by reason of merger,
21
amalgamation, restructuring or any other charge in the constitutions of the Guarantor Bank. This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly Nodal Agency shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral proceeding against the selected Consultant / Project Company, to make any claim against or any demand on the Consultant or to give any notice to the Consultant / Project Company or to enforce any security held by Nodal Agency or to exercise. levy or enforce any distress, diligence or other process against the Consultant / Project Company. Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted to Rs. …………………………………. and it shall remain in force until date …………… (Expiry Date) we are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if Nodal Agency serves upon us a 0written claim or demand date …………….(Claim Date) Notwithstanding anything contained herein:-
1) Our Liability this Bank Guarantee shall not exceed Rs……………….
2) This Bank Guarantee be valid up to ……………………(Date of Expiry of the Guarantee)
3) Further a claim period of 12 month from the expiry date of the Bank Guarantee is available to make a demand under this Bank Guarantee. We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before………………. (Date of Expiry of the guarantee PLUS Claim period)
4) At the end of expiry of the validity period, unless an action to enforce the claim under this guarantee is initiated before the Court or Tribunal on or before 12 month after the expiry of the validity period, all your rights under this guarantee shall stand extinguished and we shall be discharged from all our liabilities and obligations under this Bank Guarantee irrespective of return of original Bank Guarantee.
Enclosed: E Stamp Paper of Rs. …………… Dated ………………… ______________________________________ (Signature of the authorized office of the Bank) ______________________________________
______________________________________
Name and Designation of the Officer ______________________________________
Seal, Name & Address of the Bank and address of the Bidder
22
FORM - 3
AGREEMENT DRAFT
CONTRACT FOR ENGAGING CONSULTANT/CONSULTANCY FIRM
FOR NABL ACCREDITATION AND FSSAI RECOGNITION (Level-1) OF
NEW STATE CENTRAL LAB AT MPCDF BHOPAL, MP, 462024.
This contract for engaging Consultant/ Consultancy Firm for NABL accreditation &
FSSAI Recognition of NEW STATE CENTRAL LAB AT MPCDF, Bhopal (MP)
is made on this day of 2021 between [hereinafter referred to
as Consultant] on the FIRST PARTY and the MD, MPCDF Bhopal (MP) (hereafter
referred to as the MPCDF) which shall include his successors in the office and
assigns) on the SECOND PARTY.
2. Whereas a Tender No. ……………… dated ……….. had been floated on
behalf of the MPCDF and the Consultant had submitted a tender in response
and has been awarded the contract vide F. No. dated , it is hereby, agreed
that the Consultant will undertake NABL accreditation and FSSAI Recognition of
MPCDF, Bhopal as per offer in tender……………..dated………………….
3. The following documents shall be deemed to form and be read and
construed as part of this contract:
(i) MPCDF Tender Enquiry Document No. …………… dated
………………
(ii) Consultant’s (Successful Tenderer’s) Technical bid dated
(iii) Price bid of the Consultant (Successful Tenderer)
(iv) General conditions of the Contract Section II, User Requirement and
Scope of Work Section III, Qualification Criteria and Technical Bid requirement
Section IV, as mentioned in No. ……….. dated ……………..
(v) Work order / Notification of Award No. dated .
4. In addition to above documents, following shall also be deemed to form
and be read and construed as part of this contract:
a) Consultant’s letter No. dated
b) MPCDF letter No. dated
c)
(Reference of all correspondence made with the Tenderer with respect to No.
…………… dated ……………
5. Brief particulars of the services
Brief particulars of the NABL accreditation and FSSAI Recognition (Level-1)
work and services which shall be completed by the Consultant are as under:
S.No.
Description of Job & Total Charges to be paid Total Cost (in Rs.)
1. Acquisition of ISO/IEC 17025:2017 accreditation and FSSAI Recognition of MPCDF and NABL
23
Accreditation of state central Laboratory, MPCDF Bhopal
2. GST charges 3. Total Charges Rupees inclusive of GST
However during the period of contract for NABL accreditation and FSSAI
Recognition (Level-1) of NEW STATE CENTRAL LAB AT MPCDF, Bhopal
(MP), In case the Consultant executes identical work for any other party at a
lower cost, the contract price will be deemed to have been reduced by the
difference between the charges offered to the MPCDF and to the other party. Any
difference in the terms of delivery of assignments shall be duly accounted in the
process.
6. Performance Security
The Consultant (Successful Tenderer) will furnish 10% of total charges as
Performance Security within 15 days of issue of Notification of Award by MPCDF
as per clause 2 of Section – III of tender.
7. Payment terms for payment to the Consultant, as provided in clause 5 of
Section–I.
S. No.
Phases of Job
completion for
release of payment
of tenderer
(Consultant/
Consulting firm)
Time Line
for NABL
accreditatio
n and
FSSAI
Recognitio
n
(Level-1)
Instalments
Payment (in
percentage) to be
released of the total
Quoted Consultancy
Charges.
1. After submission of
GAP analysis report ,
Making and
updating of Quality
Manual of NABL
application and
FSSAI application and other documents etc.
2 months First 20
2. After Final Integrated Assessment
4 months Second 30
3. After receiving NABL
Accreditation and
FSSAI Recognition Certificate
6 months Third 50
The amount payable as mentioned above are inclusive of all expenses
on account of consultancy services, training, travel, accommodation
and any other requirement on the part of the Consultant.
The bill should be accompanied by the original copy of the invoice
from the consignee duly stamped, where necessary & copy of the job
24
completion certificate. The mandate form for providing bank details
must be submitted along with the bill for payment through ECS. All statutory tax rules will be applicable.
No advance payment will be made in any case.
The invoice in triplicate duly stamped with details of bank particulars
addressed to “The MD, MPCDF, Bhopal.
8. Paying Authority
The MD, MPCDF, Bhopal shall be the paying authority.
9. Delivery schedule for assignments
The Consultant will be engaged for a period of 12 months to obtain NABL
accreditation and FSSAI Recognition of MPCDF, Bhopal, As per ISO /IEC
17025:2017 within the timeline as :-
S. No.
Phases of Job
completion for
release of payment
of tenderer
(Consultant/
Consulting firm)
Time Line
for NABL
accreditatio
n and
FSSAI
Recognitio
n
(Level-1)
Installments
Payment (in
percentage) to be
released of the total
Quoted Consultancy
Charges.
1. After submission of
GAP analysis report ,
updating of Quality
Manual of NABL
application and
FSSAI application and other documents etc.
2 months First 20 (Against submission of bank guarantee)
2. After Final Integrated Assessment
4 months Second 30
3. After receiving NABL
Accreditation and
FSSAI Recognition Certificate
6 months Third 50
Job-wise timeline required for seeking NABL accreditation, and FSSAI
Recognition should be strictly adhered as per above details. Extension of delivery
schedule, if any, shall be at the sole discretion of MD MPCDF.
10 Liquidated Damages : If the Consultant fails to complete the work related to NABL and Fssai referral lab accreditation within the time fixed under the contract, MPCDF shall deduct Liquidated Damages as per below details:
(ii) Liquidated damage will be charged for every case of delay in completion of
job/Service.The liquidated damages may be charged on the goods/services
not so delivered as under.
25
No. Delay Penalty
1 Up to 1 month 1% the Purchase order value.
2 Between 1 to 2 months 2% Purchase order value
3 Beyond 2 months Up to 5% of the Purchase order value.
(iii) If the delay exceeds Two months from the scheduled date of completion of
assignment, MPCDF shall have the right to terminate the contract at the risk and
cost of the successful tenderer.
(iv) The amount of Liquidated damages will not be adjusted or set-off against any
sum payable to the successful tenderer under this or any other contract with
MPCDF.
11 Termination of Contract :
(v) The MPCDF may, without prejudice to any other contractual rights and remedies
available to it, by written notice of default sent to the Tenderer, terminate the
contract in whole or in part, if the tenderer fails to execute and complete the
work related to NABL accreditation and FSSAI recognition or fails to perform
any other contractual obligation(s) within the time period specified in the
contract under clause 5 of Section I.
(vi) Unless otherwise instructed by MPCDF, the tenderer shall continue to perform
the contract to the extent not terminated.
9. Miscellaneous other issues, not mentioned in the contract, shall be governed as per the tender.
10. DISPUTE ARBITRATION & FINAL AUTHORITY:
13.1 It should be clearly understood that in the event of a successful tenderer failing to accept
and execute the work order, then decision of the MD, MPCDF, in this respect will be
final and binding on the successful tenderer.
13.2 In any case of dispute between material / services supplier and MPCDF matter will be
presented to MD, MPCDF for resolution.
13.3 All disputes between renderers and MPCDF matter will be put to MD, MPCDF for
resolution. In case no resolution action will be taken as per Arbitration Act. 1996.
13.4 For all disputes, the venue for legal course shall be at Bhopal (M.P)
FIRST PARTY SECOND PARTY ( ) MD MPCDF, BHOPAL.MP
( )
M/s
(Sign & Stamp of Consultant)
Date:
Place:
26
Witness: Witness:
1.SIGN:
NAME:
ADDRESS
1.SIGN:
NAME:
ADDRESS
2.SIGN:
NAME: ADDRESS
2.SIGN:
NAME:
ADDRESS
3.SIGN:
NAME: ADDRESS
3 SIGN:
NAME:
ADDRESS
27
FORM – 4
CHECK LIST
S.No. Item Declaration
Page Number
in Bid 1. All columns are filled in Tender Form and
signed Yes /No
2. Proof of the Authorized Signatory for bid submission(Power of Attorney of firm / resolution of Board of Directors of company for person or persons authorized to sign the Tender, if applicable.
Attached
3. Technical and Price Bid as per given Proforma
Yes/No
4. Previous NABL consultancy work carried out as per scope
Yes/No
5. Training certificate in ISO17025 of all available experts .
Attached
6. Experiance certificates of key expert as conslutant/auditor
for minimum10 years.
Attached
7. 05 years experience in NABL certification for testing and calibration lab of chemical/food laboratories.
Yes/No
8. Total Number of laboratories for which NABL accreditation is completed /in process
Attached
9. Completion certificate of work of each laboratory mentioned above
Attached
10. Registration No, PAN card, GST No, Aadhaar number
Yes/No
11. Annual turnover Certificate certified by CA Yes/No 12. Whether MSME of MP registered, attach
certificate Yes/No
13. Methodology for carrying out this assignment Attached
14. Proposed team and it’s organization for present work
Attached
15. Sequence of activities Attached
16. Self-declaration of number of years of NABL experience
Attached
17. Declaration of number of personnel with NABL and without NABL certificate to be associated with present work
Attached
18. All documents attached are signed and stamped by authorised person.
Yes/No
Documents attached are self attested, clear and readable.