OFFICE OF THEDIVISIONAL FOREST OFFICER, SILVICULTURE SOUTH DIVISION, MICHEL MADUSUDAN NAGAR, MIDNAPUR, PASCHIM MIDNAPUR, 721101

E-Tender for Selection of bona fide Firm/Institution/Agencies/ Companies, including consortiums and partnership firms to conduct Biodiversity Research on “A Floristic and Associated Avian Survey of the Forest areas of South West and North Bengal to monitor the changes in their population to initiate suitable conservation measures”

NIT No. - WBFOR/SILVI SOUTH /NIT 27 (e)/2019-20 (1ST CALL)

OFFICE OF THE DIVISIONAL FOREST OFFICER, SILVICULTURE SOUTH DIVISION, MICHEL MADUSUDAN NAGAR, MIDNAPUR, PASCHIM MIDNAPUR, 721101

NOTICE INVITING e-TENDER NIT NO. - WBFOR/SILVI SOUTH /NIT 27 (e) /2019-20 (1ST CALL)

Memo No: 1218/DFO SILVI SOUTH/24-17 Dated -26/12/ 2019

DECLARATION OF INTENT:

The Principal Chief Conservator of Forest, Research, Monitoring and Development, WB on behalf of the Forest & Biodiversity Conservation Society, a registered society constituted under the aegis of Govt. of West Bengal intended to float an e-tender through The Divisional Forest Officer, Silviculture South Division, Midnapur vide his letter no 1161(3)/PCCF-RMD/2M-3 dt 10.12.2019 to conduct Biodiversity Research on the topic: “A Floristic and Associated Avian faunal Survey of the Forest areas of South West and North Bengal to monitor the changes in the population to initiate suitable conservation measures.” The said project has been approved for funding by the West Bengal Forest and Biodiversity Conservation Society, a registered society constituted under the aegis of Government of West Bengal.

E-tenders are therefore invited from bona fide Firm/Institution/Agencies/ Companies, including consortiums and partnership firms, hereinafter referred to as “Bidder”, having requisite credential and financial capability for execution of works of similar nature.

1. IMPORTANT POINTS OF REFERENCE: Tender Inviting Authority TheDivisional Forest Officer, Silviculture (S) Division, Midnapur Name of the Work To conduct Biodiversity Research on the topic: “A Floristic and Associated Avian faunal Survey of the Forest areas of South West and North Bengal to monitor the changes in the population to initiate suitable conservation measures”

Estimated Project Rs. 25,00,000/- Cost inclusive all taxes as applicable (Twenty five lakh) only

One year and six months from the date of issuing the work Period of study order. Tender Notice No. NIT NO. - WBFOR/SILVI SOUTH /NIT 27 (e) /2019-20 (1ST CALL) Publishing Date 28/12/2019

Start Date of Downloading Tender 28/12/2019 From 11.00 Hrs Documents and Bid submission Last date and time for submission of Bids 15/01/2020 up to 15.00 Hrs Opening of Technical Bids 20/01/2020 From 10.00 Hrs Onwards Place of Opening of Technical Bids At the office of The Divisional Forest Officer, Silviculture (S) Division, Midnapur Declaration of the results of Evaluation of To be notified later Technical Bids Opening of Financial Bids To be notified later

Physical Submission of Earnest Money Within 15.01.2020 Deposit submission Communication Appellate Authority Principal Chief Conservator of Forests (RMD), West Bengal, P-16, Exchange Place Extension, K.I.T Building, 3rd Floor, 700074 2. SCOPE OF WORK:

To conduct Biodiversity Research on the topic: “A Floristic and Associated Avian faunal Survey of the Forest areas of South West and North Bengal to monitor the changes in the population to initiate suitable conservation measures” by undertaking the following:

1. Identifying and demarcating representative monitoring plots through GPS 2. Preparing an inventory of trees, shrubs and herbs and associated bird species for each of the ‘monitoring plots’ for long term monitoring. 3. Elucidating various Indices from the inventory of the indigenous vegetation and bird species collected through the survey. 4. To compare this baseline/benchmark data with the available information to decipher the extent of changes taking place viz a vis the past.

The terms of reference (ToR) is provided in Annexure 1A and the bill of quantities (BOQ) in Annexure 1B. Its implementation is coordinated by the Office of the Conservator of Forests, Research Circle and the Principal Chief Conservator of Forests, RMD through the following Divisional Management Units: a. DMU, Silviculture (South) at Medinipur, b. DMU, Silviculture(North) and c. DMU, Silviculture(Hills) at . The background, objective, duration, tasks to be achieved, personnel requirement, expected outputs etc. are described in the Terms of Reference (Annexure 1A).

3. COVERAGE OF STUDY :

Forests are among the most important repositories of terrestrial biological diversity which indicates the resilience of forest ecosystems to various pressures. Changes in climate affect the distribution of plant species and result in changes in forest composition. Changes in species composition may therefore affect several ecosystem properties. There is a strong connection between vegetation of an area and its avifauna. The indigenous species play a vital role in the ecosystem because they have evolved to be in this specific ecosystem and have a well-established role in the food web and the recycling of materials. Reduction in populations of even common indigenous species reduces overall genetic diversity of ecosystems and the ability of ecosystems and functional landscapes to adapt to future change It has been observed that some of the indigenous forest plant and bird species show gradual decline in population, both in southern and northern parts of West Bengal due to possible climate change, anthropogenic activities and other factors like pressure caused by invasive alien species, diseases etc. However, due to absence of any scientific study, it is difficult to address this issue or to quantify and enlist those declining species, though it is obvious that some level of degradation and population decline had already taken place. Hence, there is necessity to undertake a floristic and avian survey in representative forest areas Hence this study is proposed to prepare an inventory of trees, shrubs and herbaceous vegetation and associated bird species in the established ‘sample monitoring plots’ of South West Bengal, North Bengal Plains and North Bengal Hills for long term monitoring. 3.1. Selection of Permanent Sample Monitoring plots:

It is intended to identify 38 Plots have been selected from representative forest areas of South West Bengal, North Bengal Plains and North Bengal Hills which are as follows.

South West Bengal No. Forest District Location plo Division ts 1 Jhargram Jhargram Kankrajhore 2 Gidni 2 W. Midnapore Arabari 1 3 Rupnarayan -do- Hoomgarh 1 4 -do- Chandabila- 1 Tapowan 5 Kansavati Banduan 1 (S) 6 Kansavati -do- Garh-Panchkot 1 (N) 7 Purulia -do- Matta 1 8 Burdwan Burdwan Kanksa 1 9 Durgapore West Tirat- 1 Burdwan 10 Birbhum Birbhum Mohd bazaar 1 11 (S) Bankura Sutan-Jhilimili 1 12 Bankura (N) -do- Suzunia 1 13 Panchet -do- Basudevpur 1 (Bishnupur) Total 14 NORTH BENGAL PLAINS 1 Jalpaiguri Moraghat 1 2 Baikuthap -do- Sealdoba- 1 ur Gazeldoba 3 Gorumara -do- Gorumara/Sur 2 (WL-II) suti Chapramari 4 Jaldapara Alipur Mendabari 2 (WL-III) Duar Lankapara 5 Buxa TR -do- Checko 2 (West) Adma 6 Buxa TR -do- NRVK 2 (East) Lepchakhawa Total 10 North Bengal Hills 1 Senchal Darjeeling Senchal 1 (WL-I) 2 Singalila( -do- Garibas 2 WL-I) Tonglu 3 Mahananda -do- Sukna 2 (WL-I) Latpanchar 4 -do- Panighata 2 Bagora 5 Darjeeling -do- Rimbik 2 Birik- Mangwa 6 Kalimpong Lava 3 Chunabhatti- Lolaygaon Jaldhaka 7 Neora -do- Upper Neora 2 Valley Lower Neora (WL-II) Total 14

The areas are selected in such a way as to have natural stands of miscellaneous tree vegetation. It is well known fact that lianas and miscellaneous trees vanishes first in the case of biotic disturbances of climate change related impacts. Vegetation tends to shift to uphill due to climate change related effects. Hence analysis will be done on the relative abundance of new recruits of the species in the sample plots viz-a-vis the previous records. Lack of regeneration of trees can be attributed to increased biotic disturbances such as grazing, climate change related effects or edaphic characters prevailing in the area. Sampling for quantitative analysis will be done by taking five subplots of size, one hectare (100m×100m) quadrats in each plot of ten hectare (1000m×100m) size. The plot area (1000m×100m) will be ‘virtually’ demarcated with GPS. However, it should be noted that in hilly terrain it will be difficult to take plots of size 10 ha and therefore, the survey will be conducted in five subplots of 1 hectare each which may or may not fall within a single stretch of ten hectare. As for the shrub and herbs species, we use the standard ecological principles by way of adopting nestled plotsof size 50m x 50 m for shrubs and 10m x10 m for herbs.

3.2. Analysis of Data: Compilation of data for each tour and identification of species may be done simultaneously along with the field tours. An interim report shall be presented and based on the suggestions by the evaluating committee, additional tours (if any) may be undertaken for data clarification if required, preparation of maps, statistical analysis etc. Preparation of final report should be done during last three months. Following analysis may be done: 1. Species of vegetation listing location wise habit wise 2. Species of birds encountered location wise and habitat wise 3. Abundance, 4. Frequency & Relative Frequency, 5. Density & Relative Density, 6. Importance Value 7. Biodiversity Indices such as Simpson Index, Shannon-Weiner Index, Species richness, Species evenness, β -diversity indices( Sorrenson’s, Whittaker’s, Jacard’s etc).

4. E-TENDERING—WEBSITE : Intending tenderers desirous of participating in the e-tender should log on to the website https://wbtenders.gov.in and submit the tender online.

5. REGISTRATION OF CONTRACTORS: Tenderers willing to take part in the process of e-tendering are required to obtain Digital Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Govt of India (viz. nCode Solution, Safescrypt, e-Mudhra, TCS, MTNL, IDRBT ). DSC is given as a USB e-Token. After obtaining the Class 3 Digital Signature Certificate (DSC) from the approved CA they are required to register the fact of possessing the Digital Signature Certificates through the registration system available in the website.

6. ELIGIBILITY FOR PARTICIPATION: Bona fide reputed / registered agencies including Consortiums and Partnership firms satisfying criteria set in para 9(i to iv) are eligible for participating in the tender.

7. COLLECTION OF TENDER DOCUMENTS: Tenders are to be submitted online and intending tenderers have to download the tender documents from the website given in clause 4 above, directly with the help of the e-Token provided. This is the only mode of collection of tender documents. Details of submission procedure are given below.

8. SUBMISSION OF TENDER 8.1 General process of submission Tenders are to be submitted online through the website stated in Clause 4. All the documents uploaded by the Tender Inviting Authority form an integral part of the contract. Intending bidders are required to upload all the tender documents along with the other documents, as asked for in the tender, through the designated website within the stipulated date and time as given in the tender notice. Tenders are to be submitted in two folders at a time – Technical Proposal and Financial Proposal. The intending bidder shall carefully go through the notice, prepare the required documents and upload the scanned documents in Portable Document Format (PDF) to the portal in the designated locations of Technical Bid. He needs to fill up the rates to conduct Biodiversity Research on“Floristic and Associated Avian faunal Survey of the Forest areas of South West and North Bengal to monitor the changes in the population to initiate suitable conservation measures” which should be indicated in % (percentage) including all taxes etc. in the designated Cell and upload the same in designated location of Financial Bid. The documents uploaded should be virus scanned and digitally signed using the Digital Signature Certificate (DSC). Intending bidders should specially take note of all the addendum/corrigendum related to the tender and upload the latest documents as part of the tender.

8.1.1. Site inspection before submission of tender Before submitting any tender, the intending tenderers should make themselves acquainted thoroughly with the local conditions prevailing at site by actual inspection of the site and taking into consideration all factors and difficulties likely to be involved and no claim, whatsoever, will be entertained on these accounts afterwards.

8.1.2. Clarifications on the Project: In addition to the inspection of site, if any intending bidder requires any clarification with regard to the tender clauses or the assignment, he may contact the Tender Inviting Authority in writing through e- mail within the date stipulated in the schedule under clause 19. The Tender Inviting Authority will send clarifications to the intending bidder(s) within 7 days through e-mail, if deemed fit. The non-response to any query / clarification sought will not be considered as be a ground for extension of the date of submission of tender.

8.2 Technical Proposal (Form folder/my documents) The Technical Proposal should contain scanned copies and/or declarations in the following sub- folders under Form folder.

A. Technical Sub-folder 1 containing, i. Receipted copy of Professional Tax Deposit Challan for March 2019. ii. Copy of Income Tax PAN Card valid up to the date of opening of the tenders. iii. IT Return Acknowledgement Receipt for Financial Year 2018-19 (A.Y 2019-20) iv. iv. Notice Inviting Tender (NIT) – The NIT as published is to be downloaded and then uploaded and digitally signed (to be submitted in “NIT” folder) v. Earnest Money Deposit (EMD) - Scanned copy of Demand Draft (DD) towards EMD as prescribed in the NIT, through Online. vi. Scanned copy of Trade Licence of Proprietorship firm, agency, company etc. vii. Scanned copy of Trade licence, Registered partnership deed of Partnership firm / Consortiums. Mere application for registration will not be considered. viii. Scanned copies of Registration Certificate under Company’s Act, Memorandum of Association and Articles of Association, Trade Licence for Limited Companies. ix. Scanned copy of Society Registration, Audited report, Registration Certificate of Society x. Certified audit report from registered Chartered Accountant for the Financial Years 2016-17, 2017-18, 2018-19. The report should reflect the Annual Turnover for these three Financial Years.

B. Technical Sub-folder 2 containing, i. Application for Tender - (Vide FORM-1) (to be submitted in “Forms” folder) ii. Average annual turnover from contracting business- Scanned copy of Summary statement of annual turnover from contracting business for a period of last three Financial Years, i.e; 2016-17, 2017-18, 2018-19 (Vide FORM-2). iii. Declaration of not having common interest in the same serial- (Vide FORM-3) iv. Experience Profile — List of completed projects of similar nature with 100% completion of work, showing the total value of works done in FORM 4. Annex the Work Orders also. Completion Certificate from the concerned authority of the projects / works, which is applicable for eligibility in this bid. v. Consultant’s Organization and Experience (FORM 5) vi. Description of Methodology and Work Plan for Performing the Assignment (FORM 6) (both work already executed in previous e tender project & work to be executed under this project). vii. Team Composition, Task Assignments and Summery of CV Information (Form-7) viii. Curriculum Vitae (CV) for Proposed Team (FORM 8)

ix. Assignment Schedule of Experts (FORM 9)

(Scanned copy of power of attorney by the competent authority is to be submitted, if the power is delegated for signing the bid to persons other than the applicant.)

Addenda/Corrigenda: if published.

Bidders are to keep track of all the Addendum/Corrigendum issued with a particular NIT and upload the downloaded copies of the above documents and merge the Addenda/Corrigenda with respective NIT in the NIT folder. Tenders submitted without the Addendum /Corrigendum may be rejected. Others: Any other documents considered necessary by the bidder

Others: Any other documents considered necessary by the tenderer

[Note : Failure of submission of any one of the above mentioned mandatory documents against paragraphs A and B above will render the tender liable for summary rejection]

8.3 Financial Proposal The financial proposal should contain the following document in one cover (folder).

Financial Rate Quote: The intending tenderer should quote the rate online in the space marked for quoting rate. The rate, i.e; rates to Conduct Biodiversity Research on the Floristic and Associated Avian faunal Survey of the Forest areas of South West and North Bengalshould be indicated in % (percentage) rate including all applicable taxes(for which Services is intended to be provided).

The rate should be quoted inclusive of Service tax, Royalty, Construction Workers' Welfare Cess and similar other statutory levy / cess, as may be applicable. (Only downloaded copies of the above documents are to be uploaded, virus scanned and digitally signed by the contractor)

8.4. Submission of Earnest Money Deposit Earnest Money Deposit (EMD) is Rs. 50,000/- (Rupees Fifty Thousand) only.

Mode of Payment: 8.4.1. Amount Rs.50, 000/- towards Earnest Money Deposit (EMD) should be submitted Through Online either through NEFT/RTGS or Net Banking.

8.4.3 ELIGIBILITY CRITERIA Eligibility Criteria i. The firm/company/institution should have completed at least two similar assignments in last 5 years. Similar assignment means studies on biodiversity study in protected forest area or conservation areas. ii. The Agency should have PAN and Income Tax Clearance Certificate for past Two years iii. The bidder or any of their constituent partners shall neither have abandoned any work nor have any of their contracts been rescinded during the last 5 years. Such abandonment or rescission will be considered as disqualification towards eligibility. A self-declaration to this effect must be submitted by the intending bidder. iv. The firm/company/institution should preferably have experience of working on similar assignment in externally aided projects.

Financial proposal of the bidders will come under the purview of consideration only if all the criteria – 9(i to iii) mentioned above are fulfilled.

10. DELIVERABLES:

The consultant shall provide the following reports to be submitted to The Principal Chief Conservator of Forests (RMD), West Bengal, P-16, India Exchange Place Extension, K.I.T Building, 3rd Floor, Kolkata 700074: a) An inception report including detailed methodology, sites selected, work plan, etc. shall be submitted to the client- within two months of commencement of the research project.

b) First Quarter progress report of research results

c) Third Quarter progress reports

d) Interim Report- at the end of the first year

e) Draft final report, to be submitted in print and soft copy and presented before a committee appointed by the client

f) Final report of the research project in a publishable form

The consultant will be required to make half-yearly and yearly presentation of progress reports with the aid of PowerPoint at a location to be specified by the client.

The final report is to be prepared after the approval of the draft report by the client, addressing the comments and suggestions provided. Ten copies of the reports in addition to electronic copy (pdf and MS word formats) have to be provided. All other data, photos, maps etc generated during the study shall also be submitted to the client.

11.OPENING OF BIDS

11.1 Opening of Technical Proposal

i. Technical proposals will be opened by the Tender Inviting Authority or his authorized representative electronically from the website stated in Clause 4. ii. Technical proposals for those tenders whose original copies of DD towards EMD have been received will only be opened. Proposals corresponding to which original DD is not received within the time limit will not be opened and will stand summarily rejected. iii. Intending tenderers may remain present if they so desire in the office of Divisional Forest Officer, Silviculture South Division. MM Nagar Midnapur, 721101 for opening of Technical proposal, to be held on the date and time declared in the Schedule of dates in clause 19, or any subsequent modifications announced through the website. iv. Cover (Folder) for Statutory Documents (vide Clause 8.2 A) will be opened first and if found in order, Cover (Folder) for Non-statutory Documents (vide Clause 8.2.B) will be opened. If there is any deficiency in the Statutory Documents, the tender will summarily be rejected. v. Decrypted (transformed into readable formats) documents of the Non-statutory Cover will be downloaded, by the Tender Accepting Authority and evaluated as per the norms laid down in clause 12.

vi. The technically qualified tenderers, i.e. tenderer who qualify in the assessment of the technical proposal shall be eligible for competing the financial bid. Accordingly, the financial bids of only those tenderers who pass the Technical Evaluation shall be opened on the scheduled date and time.

11.2. Provision for appeal and its disposal i. Intending tenderer not satisfied with the decision of the Tender Accepting Authority (TAA) may prefer an appeal to the Principal Chief Conservator of Forests (RMD ), K.I.T. bldg., 3rd floor, West Bengal, Kolkata 700073, in writing (through speed post) within two working days after the date of uploading of the summary list of the successful bidder. Copy of such appeal should also be sent to the Tender Inviting Authority.

ii. The Appellate Authority will dispose of such appeals by hearing the aggrieved tenderers as well as consulting with the Tender Accepting Authority within a reasonable time and the tenderer will be informed accordingly. 11.3 Opening and evaluation of Financial Proposal

i. Financial proposals of the tenderers declared technically eligible and shortlisted by the Tender Accepting Authority, will be opened electronically from the web portal stated in Clause 4 on the prescribed date. ii. The encrypted copies will be decrypted and the rates will be read out to the contractors present at that time.

iii. After evaluation of Financial Proposal, as laid out in clause 12, by the designated authority or Committee, the final summary result will be uploaded in the website, which inter- alia will contain, name of contractors and the rates quoted by them against the tender call.

iv. The Tender Accepting Authority, if required, may ask any of the tenderers to submit analysis to justify the rate quoted by that tenderer and the tenderer has to satisfy the Tender Accepting Authority within the time frame allowed. In case it is not received within the stipulated time, the tender will be liable for rejection. 12. BID EVALUATION PROCESS The Evaluation of the tender will be done by a Committee, based on the principle of Quality cum Cost Based Selection (QCBS). The detail of the process is described below: The evaluation of the proposal shall be carried out in two stages. In the first stage, evaluation of the technical proposal will be taken up. Proposals which are received unsigned, or are incomplete (i.e. when the required bid formats have not been submitted), or proposals not responding to the TOR fully and properly will be summarily rejected as non- responsive.

In the second stage, evaluation of the financial proposal of the technically qualified bidders will be taken up.

The weightage of the Technical bids : Financial Bids is kept at 80:20.

12.1 Evaluation of Technical bids The Technical Bid will be examined by a Technical Committee to be constituted by the Principal Chief Conservator of Forests, RMD, West Bengal on the basis of the evaluation criteria and the points system specified in clause 12.1.1 in the NIT.

12.1.1 Technical Bid Evaluation Criteria: Sl Criteria / Sub-criteria Max. marks

A Establishment of the Consultant firm relevant to the assignment

1 Date of establishment (< 2 yrs =0, 2-5 yrs= 1, 5 – 10 years =2, >10 years=3) 3

2 Office in West Bengal (4 marks)/ adjacent State (2 marks) 4

B Experience of the Consultant firm related to the assignments during the last 10 Years 1 Conducting related biodiversity research in West Bengal and/or nearby areas (2 mark for each assignment, maximum 6 marks) 6

2 Conducting related biodiversity research outside West Bengal (other than those considered above) (1 mark for each assignment, maximum 4marks) 4

3 Conducting studies on PA biodiversity study (3 mark for each assignment, maximum 9 marks) 9

C Adequacy of the proposed methodology and work plan corresponding to the

Terms of Reference

1 Methodology 20

2 Work plan 9

3 Adequacy of the assignment schedule of personnel 5

D Personnel (expert) qualifications and competence for the assignment 1 Team Leader (Ecologist)

(Highest educational qualification: PhD in relevant topic= 5 marks. Masters in relevant subject= 4 marks, Experience in PA habitat management studies= max 6 marks, with 1.5 marks for each study; Biodiversity studies in West Bengal and/or 20 nearby areas= max 3, with 1 mark for each. Publications in peer-reviewed journals= max 6 marks with 1 mark for each)

2 Botanist with specialization in Taxonomist

(Highest educational qualification: PhD in relevant topic= 5 marks. Masters in relevant subject= 4 marks, Experience in mammal/wildlife studies= max 6 marks, 20 with 1.5 marks for each study; Biodiversity studies in West Bengal and/or nearby areas= max 3, with 1 mark for each. Publications in peer-reviewed journals= max 6 marks with 1 mark for each)

Maximum technical score (St) 100 The minimum qualifying score for opening of the Financial Proposal shall be St = 60 Note: For

Consortiums,the experience of only the leading partner will be counted for A & B.

12.1.2 The Technical Committee may undertake clarifications from the bidders if necessary. The primary function of clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the bid documents. The Committee may seek inputs from professional, technical faculties in the evaluationprocess. However, no additional documents will be allowed to be submitted by the bidder after the formal submission of the bid and the clarifications, if any, have to be provided from documents already submitted. 12.1.3 Each Technical Bid will be evaluated on the basis of the points mentioned in Para 12.1.1 above, against a maximum achievable score of 100.

12.1.4 Bidders securing Technical score of 60 or above, will qualify for the evaluation in the financial bid.

12.2 Evaluation of Financial bids

The Financial Bids of the technically qualified bidders will be evaluated as per the evaluation criteria mentioned below: a. The total Financial score for evaluation of financial bids is 100. b. The list of Bidder will be ranked in ascending order (i.e.) the Bidder who quoted the lowest amount (L1) will be ranked first and so on. For the purpose of this tender the participating bidder who would quote the lowest gross amount of the project value as Financial quote, will be ranked L1 and will be assigned 100 points. Other bidders, viz: L2, L3 etc will be compared against the financial quote of the L1 and points assigned accordingly. For example, if the quote of L1 is 200 and that of L2 is 400, 200 then L1 will be awarded 100 points (maximum) and L2 will be awarded ( /400) x 100 = 50 points.

12.3 Ranking of the bidders Being QCBS, the ranking of bidders will be done on 80:20 = Technical: Financial as follows: Total Score Secured = 80% of Technical score + 20% of Financial score The bidder securing the highest total score will be ranked 1st and will be selected for the assignment. The summary result sheet will be published in the website mentioned in para 4 as well as in the web site— www.wbtenders.gov.in. The results of the Technical Evaluation will be published in wbtenders.gov.in .The websites will display the names of the technically qualified bidders. Since the format of publication of final results after Financial Evaluation in the wbtenders.gov.in is not supportive of the result format of QCBS system (80% Technical + 20% Financial scores) being followed for the purpose of this tender, results of the final evaluation, following the evaluation of the financial bids and ranking as per the procedure mentioned in para 12.2 and 12.3, be published in www.wbtenders.gov.in.

13 AWARD OF CONTRACT 13.1 Letter of Acceptance After selection of the successful bidder, a Letter of Acceptance of tender will be issued to the successful bidder by the Tender Inviting Authority.

13.2 Signing of Agreement a. The successful bidder should execute an agreement for the fulfilment of the contract with the Society at the time of execution, within one week from the date of receipt of the Letter of acceptance issued by competent authority. If the same is not executed within one week, the tender may be held as non-responsive. b. The expenses incidental to the execution of the agreement should be borne by the successful bidder.

13.3 Security Deposit The successful bidder shall deposit a refundable security in the form of Demand Draft in favour of “Head Silviculture (South) DMU” payable at Midnapur within one week from the date of receipt of the letter of acceptance issued by the Tender Inviting Authority or prior to signing of the contract, whichever is earlier, for the due performance and fulfilment of the contract by the bidder. a. This Security Deposit will be for an amount of Rs 250,000/- (Rupees Two Lakh fifty thousand) only in the form of Demand Draft drawn in favour of“Head Silviculture (South) DMU” payable at Midnapur. If the accepted Bidder fails to furnish theSecurity Deposit within the above said period, his tender will be held void. The Security Deposit furnished by the bidder in respect of his tender will be refunded to him at the end of the contract period subject to submission of all deliverables in required norms and subject to satisfactory performance. c. The Earnest Money Deposit may be adjusted with the Security Deposit of the successful tenderer, on specific request. d. Security Deposit will be released after 180 days (6 months) from the date of final payment to the successful tenderer. In case of any irregularity, or violation of the terms and conditions of the contract agreement, the Security Deposit will be forfeited in addition to any legal action as deem fit & required. e. If the Bidder fails to act according to the tender conditions or backs out when his tender is accepted, his Security Deposit mentioned above will also be forfeited to the West Bengal Forest and Biodiversity Conservation Society.

13.4 Issue of Work Order After the execution of the agreements and after receipt of the Security Deposit, the Tender Inviting Authority will issue the formal Work Order to the successful bidder.

13.5 Execution of Work Order The successful bidder should nominate and intimate to the Tender Inviting Authority the name of a Team Leader(s) specifically to handle the assignment. The successful bidder should ensure that the Team Leader(s) is/are fully familiarized with the terms and conditions of the Tender, Scope of Work and the guidelines.

13.6 Assigning of Tender whole or in part The successful bidder shall not assign or make over the contract, the benefit or burden thereof to any other person or persons, organization or firm. He shall not underlet or sublet to any person(s) or body corporate for the execution of the contract or any part thereof. 14. RETURN OF EARNEST MONEY TO UNSUCCESSFUL BIDDER(S): For return of the Earnest Money of the unsuccessful bidder(s), he/she/they is/are to apply for the same to The Divisional Forest Officer, Silviculture (S) Division, Midnapur giving the reference to the work, NIT No., date of tender, amount and mode of Earnest Money deposited – all in a complete form. The Earnest Money of all bidders other than the successful bidder in each case may be refunded, after expiry of seven days from the date of issue of work order to the successful bidder.

15. PAYMENT 15.1 Payment will be made after certification from concerned DMU mentioning the WMNB reference number with work completion certificate from concerned Silviculture DMU because the work under this project will be executed beyond the jurisdiction area of tender inviting authority and tender inviting authority invites such tender as per directive of PCCF RMD Vide hsi letter no 1161(3)-PCCF-RMD/2M-3 dt 10.12.2019.

15.2 After raising the bill by the work executing body to the tender inviting authority, he shall sent such bill to the PCCF, RMD through the CF, Research Circle for his approval.

15.3 All bills in case of purchasing of any stores articles should be supported with the GST Cash Memo, and in case of travelling expenses the ticket or fare receipt should be attached with bill as far as possible.

15.4 Schedule of payment The Tender Inviting Authority shall pay to the successful bidder as remuneration for the services in stages as follows: The schedule of payment shall be as follows:

Sl. No Deliverables Payment % of contract amount 1 Inception Report- within 2 months of commencement of the study 10 2 2 quarterly reports 30 3 interim report at the end of first year 20 4 Draft Final Report 20 5 Submission of the final report 20 15.5 Payment in case of termination In case the agreement is terminated earlier, fees shall be paid to the successful bidder for the actual services rendered and accepted by the Tender Inviting Authority as per stages referred to in para 15.4. Provided that in such case the Security Deposit will be forfeited in addition to any legal action as deem fit & required.

16. TERMINATION OF SERVICES: The Tender Inviting Authority reserves the right to terminate the services of the bidder, if it finds the work unsatisfactory at any stage during the contract period, by giving a notice of fifteen (15) days. The firm shall then be paid for the work completed, as per the fees quoted, till that stage of the assignment on pro-rata basis.

17. FORCE MAJEURE: The Bidder appointed for the work shall not be considered in default, if delay in delivery occurs due to causes beyond his control such as natural calamities, civil wars, fire, strike, frost, floods, riot and acts of unsurpassed power. In the event of delay due to such causes, the delivery schedule will be extended for a length of time equal to the period of force majeure or at the option of the Tender Inviting Authority, the order may be cancelled. Such cancellation would be without any liability whatsoever on the part of the Society. 18. OTHER IMPORTANT CONDITIONS: 1. The Bidder shall not make any deviation, alteration, addition or omission from the approved TOR without the prior written consent of the Tender Inviting Authority. 2. The Bidder shall not assign, sublet or transfer his interest in the work without the written consent of the Tender Inviting Authority. 3. Bid Validity: The work order will be issued within 180 days from the declaration of the final results during which the bid shall remain valid.

4. Penalty for suppression / distortion of facts: If any bidder fails to produce the original hard copies of the documents (especially Completion Certificates and audited balance sheets), or any other documents on demand of the Tender Accepting Authority (TAA) within a specified time frame or if any deviation is detected in the hard copies with the information submitted in electronic format, or if there is any suppression of relevant fact or facts, the bidder will be suspended from participating in the tenders on e-Tender platform of the Head Silviculture (South) DMU for a period of 3 (Three) years. In addition, his Earnest Money Deposit will stand forfeited. Besides, the Tender Inviting Authority may take appropriate legal action against such defaulting bidder. 5. Summary rejection of tender: Conditional and incomplete tender, and tenders received after due date are liable for summary rejection. 6. Power to accept or reject tenders: The Division Forest Officer, Silviculture (South) Division being the Tender Inviting Authority reserves the right to accept/reject any or all the offers or cancel the Tender without assigning any reason thereof, in the best interests of the Project in consultation 7. All expenses in preparation and submission of the offer and visit to the site, attending the tender procedure or otherwise shall be borne by the bidders. 8. Legal disputes –Jurisdiction: Disputes if any, arising out of the Tender / Project shall be within the jurisdiction of the District of Kolkata, West Bengal. 9. No mobilization / secured advance bill will be allowed. 10. In case any clarification is required, the interpretation of the PCCF, RMD, W.B or his authorized representative will be final.

19. Schedule of Dates for e-Tendering Sl no Activity Date & Time

1. Publishing Date 28/12/2019

2. Document Download start date 28/12/2019 From 11.00 Hrs

3. Document Download End date 15/01/2020 up to 15.00 Hrs

4. Bid submission start date 28/12/2019 From 11.00 Hrs

5. Bid submission end date 15/01/2020 up to 15.00 Hrs

6. EMD physical submission end date Within 15/01/2020

7. Technical Bid opening date 20/01/2020 From 10.00 Hrs Onwards 8. Uploading of Technical Bid Evaluation To be notified later sheet 9. Financial Bid opening date To be notified later

To be notified later 10. Uploading of Financial Bid evaluation sheet

To be notified later 11. Declaration of the Successful Bidder

Divisional Forest Officer Silviculture (South) Division

FORM-1

APPLICATION FOR TENDER

To Divisional Forest Officer, Silviculture (South) Division

NIT No:- WBFOR/SILVI SOUTH /NIT 27 (e) /2019-20 (1ST CALL)

Project Name- Biodiversity Research on “A Floristic and Associated Avian Survey of the Forest areas of South West and North Bengal to monitor the changes in their population to initiate suitable conservation measures”

Dear Sir,

Having examined the Statutory, Non statutory & NIT documents, I/we hereby like to state that I/we wilfully accept all your conditions and offer to execute the works as per NIT no and Serial no stated above. We also agree to remedy the defects after/during execution of the above work in conformity with the conditions of contract,

DatedT day of 201 F u ll n a m e o f app lica n t:

F o r & o n be half o f ( N am e of Firm): (In b l o ck ca p itals o r t y p ed ) specifications, bill of quantities and addenda.

Signature: In the capacity of: Duly authorized to sign bids

Office address:______

Telephone No (Office) : ______

Mobile No: ______

Fax No: ______

E Mail ID: ______

FORM-2: Certificate regarding Summary Statement of Yearly Turnover

This is to certify that the following statement is the summary of the audited Balance Sheet arrived from biodiversity research projects in favour of ...... for the past three years.

Financial

Sl. Turnover rounded up to Rs Remarks No Year in lakh (two digit after decimal)

1 2016-2017

2 2017-2018

3 2018-2019

Total

Average Turnover: In Rs

Note:

1. Average turnover is to be expressed in lakh of rupees, rounded up to two digits after decimal.

2. Average turnover for 3 years is to be obtained by dividing the total turnover by 3.0.

Signature of the bidder

FORM-3

Declaration against Common Interest

I/We,Shri/Smt. , the authorized Signatory on behalf...... do hereby affirm that I/W e/any of the member of ...... bidding againstNIT No:- WBFOR/SILVI SOUTH /NIT 27 (e) /2019-20 (1ST CALL)Sl. No...... do not have any common interest either as a partner on any partnership firm / joint venture as a Proprietor / Owner of any other firm in the same serial for the work I / We want to participate.

...... Date: Signature of bidder

FOORM- 4

STATEMENTOF COMPLETION OF SIMILAR WORKS

Note: The Work Order and Completion Certificate foor each of the similar works enlisted here should be annexed.

Signature of Bidder

FORM 5

Form 5: Consultant’s Organization and Experience A. Participating Bidder’s organization/firm 1 Name of firm 2 Permanent address 3 Name of the principal officer and designation 4 Date of establishment 5 Office in Kolkata (HQ / Regional Office, if any) 6 Numbers of Permanent staff (Management /Technical) 7. Legal status 8. Research infrastructure available with the firm 8. Financial position of the organisation in the past 3 years (attach copies of audited report of accounts of the past 3 years) Financial Year Total turnover 2016-17 Rs 2017-18 Rs 2018-19 Rs [Provide here a brief description (about 2 pages) of the organization of the Consultant and, if applicable, each joint venture partner for this assignment.) B. Participating Bidder’s Experience

[Using the format below, provide information on each assignment your firm has undertaken in the past that are relevant to the current topic of study.

Arrange assignments with the newest first. Use not more than 10 pages.]

1. Assignment name:

2. Name of Client/sponsor:

3. Location: (State/ District):

4. Duration of assignment (months):

5. Start date (month/year):

6. Completion date (month/year):

7. Approx. value of the contract (in INR):

8. Name of joint venture partner or sub-Participating Bidders, if any:

9. Name of senior regular full-time experts of the firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

10. Narrative description of the study conducted:

11. Publications/reports produced out of the study: Form -6

Description of the Methodology and Work Plan and Assignment Schedule of Experts for Performing the Assignment (both work already executed in previous e tender project & work to be executed under this project) (upto 20 pages, inclusive of charts and diagrams)

a) Methodology: In this part you should explain your understanding of the objectives of the assignment and escribe the methodology you will use to carry out the research study and to obtain the expected outputs, and the degree of detail of such outputs.

b) Work Plan: Propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones, and delivery dates of the reports in line with the TOR. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR, and informed by the conditions and seasonality of the study areas.

c) Personnel and assignment schedule: In this part you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support personnel, if any (FORMS 7-9). You shall also specify if you will be the lead firm in a joint venture or in an association with Sub- Participating Bidders. For joint ventures, you must attach a copy of the joint venture agreement. Form -7: Team Composition, Task Assignments and Summary of CV Information Position Assigned Family Name, Area of Task Education / No. of years of CV First Name Expertise Assigned Degree (Year / relevant project signature (by Institution) experience expert/by other)

Form -8

Curriculum Vitae (CV) for Proposed Team[arrange serially as given in Form 7] 1. Proposed Position:

2. Name of Firm [insert name of firm proposing the expert]:

3. Name of Expert

4. Date of Birth:

5. Education: mention university/year

6. Other Trainings [indicate significant training since degrees under 5 - Education were obtained]:

7. Work Experience: [in the last 15 years]:

From [Year]: To [Year]:

Employer:

Positions held:

Detailed Tasks Assigned

[List all tasks to be performed under this assignment as given in the ToR] Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned

[Among the assignments in which the expert has been involved, indicate the following information for those assignments that best illustrate the expert’s capability to handle the tasks listed]

Name of assignment or project: Year:

Location:Client:

Main project features:

Positions held:

Activities performed:

Reports Produced:

8. Certification:

I, the undersigned, certify to the best of my knowledge and belief that

(i) this CV correctly describes my qualifications and my experience;

(ii) I am committed to undertake the assignment within the validity of Proposal;

(iii) I am not part of the team who wrote the terms of reference for this consulting services assignment;

I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:

[Signature of expert or authorized representative of the firm]1

Full name of authorized representative:

1 This CV can be signed by an authorized representative of the Consultant provided that if the Consultant’s proposal is ranked first, a copy of the CV signed by the expert and/or specialist must be submitted to the Client prior to the commencement of contract negotiations. Form -9

Assignment Schedule of Experts Month-wise Professional Expert input for each year from the start of the project (in Total man-month

No Name of Expert the form of a bar chart) input /Position 1 2 3 4 5 6 7 8 9 10 11 12 Field* Home Total

Year One

[Field]

1 [Home]

2

Full time input Part time input Subtotal

Total

*Filed means the area of field study

Please add more rows for further years Declaration:

We hereby declare that all the information provided here are true and understand that any wrong information contained in it may lead to our disqualification.

We confirm that our personnel as proposed here will be available for the assignment and commit to work for the successful completion of the assignment, in the event of the assignment awarded to us.

We also declare that we have not been blacklisted or placed under funding restriction by any government agency.

Date: Name of the Signatory

Place: Designation

Company Seal Annexure-1A TERMS OF REFERENCE (TOR)

1. Introduction and background

The Research Project titled, “Floristic and Associated Avian Survey of the Forest areas of South West and North Bengal to monitor changes in the population structure for taking up suitable conservation measures” is coordinated by the Research Monitoring & Development Wing of the Forest Directorate through the Conservator of Forests, Research Circle. The financial assistance is provided by the the Japan International Cooperation Agency (JICA) through the West Bengal Forest and Biodiversity Conservation Project (WBFBCP). The project aims to improve the understanding on the population structure of various tree species in the forest ecosystem. Such a study is important in the wake of newer threat ie. climate change. Forests have always been subjected to various anthropogenic pressures such as grazing, illicit felling of trees for wood (to meet up the timber demand of the society), firewood, introduction of exotics etc. which together affects the regeneration of the species. Climate change related effects are more subtle and gradual and difficult to discern quickly. Such study would help us to devise strategies to stem the decline through artificial regeneration techniques, introducing these RETs in the plantation programme, protection through Joint Forest Management programme, institutional capacity development etc. thereby contributing to environmental conservation

3. Scope of the study

Lateritic South West Bengal , North Bengal Hills and Plains, mostly covering the districts of W. Medinipur, Jhargram, Purulia, Bankura, East & West Bardhman, Birbhum, Darjeeling, Kalimpong, Jalpaiguri, Alipur Duar and Coochbehar. Altogether 38 monitoring plots are to be taken , the sites of which have already mentioned.

4. Objective of the study

a. To establish permanent ‘monitoring plots in representative forest areas’ of South West Bengal, North Bengal Plains and North Bengal Hills for monitoring the population of the indigenous vegetation and bird species with GPS readings (Virtual demarcation). b. To prepare an inventory of trees, shrubs and herbs and associated bird species for each of the ‘monitoring plots’ for long term monitoring. c. To elucidate various Indices from the inventory of the indigenous vegetation and bird species collected through the survey. d. To compare this baseline/benchmark data with the available information to decipher the extent of changes taking place viz a vis the past. e. Revisiting the site every five/ten years to collect as the case may be to collect data

4. Period of the study: One year and six months from the date of issuing the work order.

5. Minimum requirement of research team

a. Engagement of ecologists and taxonomists: With PhD or Masters degree, having ten years relevant experience and having research publications, capable of conducting independent field research. A minimum average of 240 field-days (in the sites of study) per year is expected.

b. Engagement of minimum 4 Nos. of Research Associates having qualification of Masters degree in Botany or ornithology specialists with relevant experience.

6. Tasks to be achieved

The study shall undertake the following tasks:

a. Finalize the methodology, work plan and selection of study sites in consultation with the PCCF, RMD W.B. or his authorized representative. b. To prepare an inventory of trees, shrubs and herbs and associated bird species for each of the ‘monitoring plots’ for long term monitoring. c. To elucidate various Indices from the inventory of the indigenous vegetation and bird species collected through the survey. d. To compare this baseline/benchmark data with the available information to decipher the extent of changes taking place viz. a vis. the past. e. Incorporate the comments and suggestions of the PCCF,RMD, W.B and other field officers received through presentations, suggestions etc. f. To provide the final report in publishable form along with photograph of both plants and birds that are documented.

7. Deliverables

The consultant shall provide the following reports:

a) An inception report including detailed methodology, sites selected, work plan, etc shall be submitted to the PCCF, RMD, W.B. with a copy to the Tender Inviting authority within two months of commencement of the research project.

b) First and third Quarterly progress report of research results

c) Interim Report- at the end of the first year

d) Draft final report, to be submitted in print and soft copy and presented before a committee appointed by the PCCF, RMD, W.B. with a copy to the Tender Inviting authority

e) Final report of the research project in a publishable form along with photograph of both plants and birds that are documented.

The consultant will be required to make half-term& year end and interim report presentation of progress reports with the aid of PowerPoint at a location to be specified by the PCCF, RMD, W.B

The final report is to be prepared after the approval of the draft report by the PCCF, RMD, W.B, addressing the comments and suggestions provided. Six copies of the reports in addition to electronic copy (pdf and MS word formats) have to be provided. All other data, photos, maps etc. generated during the study shall also be submitted to the PCCF, RMD, W.B The consultant shall provide the following reports: f) An inception report including detailed methodology, sites selected, work plan, demarcation of the monitoring plots etc. shall be submitted to the PCCF, RMD, W.B within two months of commencement of the research project. g) First and third Quarterly progress report of research results h) Interim Report- at the end of one year i) Draft final report to be submitted in print and soft copy and presented before a committee appointed by the client j) Final report of the research project in a publishable form

The consultant will be required to make half-term and yearly presentation of progress reports with the aid of PowerPoint at a location to be specified by the PCCF, RMD, W.B

The final report is to be prepared after the approval of the draft report by the client, addressing the comments and suggestions provided. Ten copies of the reports in addition to electronic copy (pdf and MS word formats) have to be provided. All other data, photos, maps etc generated during the study shall also be submitted to the PCCF, RMD, W.B

8. Payment schedule

The schedule of payment shall be as follows: Sl. No. Deliverables Payment % of contract amount

1 Inception Report- within 2 months of commencement of the study 10

2 First and third Quarterly report 30

3 Interim report (after one year) 20 4 Draft Report 20

5 Submission of the final report 20

9. Services, facilities and data to be provided by the PCCF, RMD Office, Kolkata

The WPCCF, RMD Office shall provide the contracted consultants: a) access to past reports and documents of the Forest Department related to the research topic, b) necessary permits for conducting the study, and c) introduction of the research team to the field level officials d) conduct of annual seminars where the research findings are to be presented by the consultant, and

10. the publishable text for final publication of the final study report by the PCCF, RMD

11. Logistics

The consultant shall be responsible for all logistical arrangements related to travel, accommodation, office space etc for its work. The all Silviculture DMU shall endeavour to facilitate the provision of accommodation in forest guest houses whenever possible, at the applicable rates.

12. IPR

All the data, reports and visuals generated by the study shall remain the property of the Office of the Principal Chief Conservator of Forests, RMD; authorship of the researchers shall be acknowledged. No publication of the results of the study shall be made without the prior written consent of the Office of the Principal Chief Conservator of Forests, RMD

Divisional Forest Officer Silviculture (South) Division ANNEXURE 1B Tender Inviting Authority- The Divisional Forest Officer, Silviculture (South) Division on behalf of the Principal Chief Conservator of Forests, RMD Nature of Work- To conduct Biodiversity Research on the topic: “A Floristic and Associated Avian Survey of the Forest areas of South West and North Bengal to Monitor the changes in the population to initiate conservation measures” Contract No- NIT NO. – NIT NO. - WBFOR/SILVI SOUTH /NIT 27 (e) /2019-20 (1ST CALL)

Bidder Name:-

SL. Description of Work Area of Unit Estimated Rate in figures To be Total NO Study Rate entered by the Bidder Rate Amount quoted must be inclusive of (Rs) all taxes 1 2 Figures Word

A To conduct Biodiversity Research on the topic: “A Floristic and Lateritic SW Associated Avian Survey of the Forest areas of South West Bengal & North Bengal and North Bengal to Monitor the changes in the population to covering the initiate conservation measures” by undertaking the following: districts of W.Medinipur, Identifying and selecting representative monitoring plots (i) Jhargram, demarcated virtually through GPS Purulia, (ii) Preparing an inventory of trees, shrubs and herbs and Bankura, E & associated bird species for each of the ‘monitoring W.Bardhman, plots’ for long term monitoring. Birbhum, (iii) Elucidating various Indices from the inventory of the Darjeeling, indigenous vegetation and bird species collected Kalimpong, Jalpaiguri, through the survey. Alipur Duar (iv) To compare this baseline/benchmark data with the and available information to decipher the extent of changes Coochbehar taking place viz a vis the past.

1. Engagement of consultant ecologist botanist L.S 500000

2. Engagement of research associates -4 Nos. for entire project period. (excluding travel expenses) L.S 1200000

3. Travel expenses L.S 650000

4. Consumable stores L.S 75000

5. Overhead contingencies L.S 75000

Total Rs. 2500000 This BOQ template must not be modified /replaced by the bidder and the same should be uploaded after filing the relevant columns, else the Bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values o

Divisional Forest Officer Silviculture (South) Division