0% found this document useful (0 votes)
56 views43 pages

Tendernotice 1

The document is a Request for Proposal (RFP) issued by the West Bengal Forest Development Corporation Ltd. for the selection of an agency to operate and maintain the Darjeeling Rangeet Valley Ropeway for a period of five years. It outlines the tender process, submission guidelines, evaluation criteria, and terms of reference, including the scope of services and conditions of service. The RFP also includes a schedule of events, instructions for bidders, and various annexures for proposal submission.

Uploaded by

richaparvat
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
56 views43 pages

Tendernotice 1

The document is a Request for Proposal (RFP) issued by the West Bengal Forest Development Corporation Ltd. for the selection of an agency to operate and maintain the Darjeeling Rangeet Valley Ropeway for a period of five years. It outlines the tender process, submission guidelines, evaluation criteria, and terms of reference, including the scope of services and conditions of service. The RFP also includes a schedule of events, instructions for bidders, and various annexures for proposal submission.

Uploaded by

richaparvat
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Request For Proposal (RFP) for Selection

of Agency to Operate and Maintain


Darjeeling Rangeet Valley Ropeway
Location: Darjeeling District, West Bengal

JANUARY .., 2025


WEST BENGAL FOREST DEVELOPMENT CORPORATION LIMITED (A GOVT. OF WEST BENGAL UNDERTAKING
Aranya Bikash, KB-19, Sector-III, Salt Lake, Kolkata - 700106
Page 1 of 46

Contents
SCHEDULE OF TENDER PROCESS......................................................................................................... 3
INTERPRETATION ......................................................................................................................... 5
DISCLAIMER ........................................................................................................................................ 6
LETTER OF INVITATION............................................................................................................. 8
INSTRUCTIONS TO APPLICANTS/BIDDERS ......................................................................10
DATA SHEET ................................................................................................................................. 15
PREPARATION, SUBMISSION AND EVALUATION OF PROPOSALS ...........................18
1. GENERAL ............................................................................................................................... 18
2. PREPARATION AND SUBMISSION OF PROPOSALS ................................................................. 18
3. PROPOSAL FORMAT.............................................................................................................. 20
4. VERIFICATION OF SUBMITTED DOCUMENTS ........................................................................ 20
5. SIGNING OF PROPOSALS....................................................................................................... 20
6. OPENING OF PROPOSALS ..................................................................................................... 20
7. OPENING AND EVALUATION OF TECHNICAL PROPOSAL ....................................................... 20
8. TECHNICAL EVALUATION CRITERIA ....................................................................................... 21
9. FINANCIAL PROPOSAL........................................................................................................... 23
10. FINAL EVALUATION ........................................................................................................... 23
11. CONDITION ON APPLICANTs / BIDDERS ............................................................................ 23
12. ANNULMENT OF AWARD.................................................................................................. 23
13. AUTHORITY’S RIGHT TO ACCEPT OR REJECT ANY AND/OR ALL PROPOSALS..................... 23
TERMS OF REFERENCE ......................................................................................................... 25
1. BACKROUND ......................................................................................................................... 25
2. PROJECT DETAILS .................................................................................................................. 25
3. PASSENGER TRAFFIC ............................................................................................................. 26
4. SCOPE OF SERVICES .............................................................................................................. 26
5. TERMS AND CONDITIONS OF SERVICE.................................................................................. 27
6. DELIVERABLES, TIMELINES AND TERMS OF PAYMENT &SCHEDULE...................................... 31
7. MANPOWER TO BE DEPLOYED BY THE AGENCY ................................................................... 31
8. ENFORCING SAFETY AND SECURITY ...................................................................................... 31
9. TERMINATION OF THE CONTRACT ........................................................................................ 32
10. PENALTY............................................................................................................................ 32
11. EARNEST MONEY DEPOSIT (EMD) .................................................................................... 32
12. PERFORMANCE SECURITY ................................................................................................. 33
ANNEXURES ...................................................................................................................................... 34
Formats for Proposal Submission (Annexures).............................................................. 34

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 2 of 46
Annexure 1.................................................................................................................................... 35
CHECKLIST OF SUBMISSIONS IN ENVELOPES I & II ........................................... 35
Annexure 2.................................................................................................................................... 36
COVERING LETTER (LETTER OF PROPOSAL) .................................................................................. 36
Annexure 3.................................................................................................................................... 39
Format for APPLICANT’S EXPERIENCE ........................................................................................... 39
Annexure 4.................................................................................................................................... 40
Format for Financial Proposal ....................................................................................................... 40
Annexure 5.................................................................................................................................... 41
Format for FINANCIAL SUMMARY DATA....................................................................................... 41
TURNOVER RELATED DATA (All figures in INR (Rs. (`)) Crores) ................................................... 41
Annexure 6.................................................................................................................................... 42
POWER OF AUTHORITY TO BID SIGNATORY.................................................................................. 42
Annexure 7.................................................................................................................................... 44
AFFIDAVIT OF NON-BLACKLISTING BY ANY AUTHORITY / AUTHORITY IN INDIA ........................... 44
Annexure 8.................................................................................................................................... 45
DECLARATION ON MANPOWER TO BE DEPLOYED BY THE AGENCY .............................................. 45
Annexure 9.................................................................................................................................... 46
PROPOSAL FOR TAKING UP ASSIGNMENT OF “OPERATION AND MAINTENANCE OF DARJEELING
RANGEET VALLEY ROPEWY LOCATED IN DARJEELING DISTRICT, WEST BENGAL FOR A PERIOD OF
FIVE (05) YEARS ............................................................................................................................ 46

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 3 of 46

Memo No. 893/24-18(A) Date: 05-08.2025

NIeT No.: 01/DRV Ropeway/DFCD/2025-26 (2nd Call)

SCHEDULE OF TENDER PROCESS


The below schedule is tentative. WBFDCL reserves the right to modify the said
schedule of Selection Process at any time during the Selection Process at its
sole discretion without assigning any reason or being liable for the same in
any manner whatsoever.

Event Description Scheduled Date


Online Publication 06/08/2025 at 10 AM
Tender download start date and time 06/08/2025 at 11 AM
Pre bid meeting 11/08/2025 at 12 NOON
Last date for receiving queries 12/08/2025 at 5 PM
Last date for response to queries 13/08/2025 at 5 PM
Last date of submission of bids 27/08/2025 at 3 PM
Opening of technical bids 29/08/2025 at 3 PM
Date of Power Point Presentation by To be notified later.
the bidder
Date of opening Financial Bid To be notified later.

Any addendum / corrigendum to the RFP Document shall be intimidated


to all the Applicants / Bidders through wbtenders.gov.in platform only.

1. The dates scheduled for RECEIPT and OPENING of bids are fixed and shall not
be changed under any circumstances. However, the Tender Inviting Authority
i.e., The Divisional Manager, Darjeeling Forest Corporation Division, WBFDCL
(the “Authority”) reserves the right of postponement of the date of opening
of Technical Bids or date of opening of Financial Bids in the event of any
unforeseen reasons. The Authority reserves the right to modify the said
schedule of Selection Process at any time during the Selection Process at its
sole discretion without assigning any reason or being liable for the same in
any manner whatsoever.

2. The Authority shall not be responsible for any non-receipt of tenders or late
uploading of tenders online for any reason, whatsoever.

3. Failure to fill and sign the declaration and check slip shall make tender
invalid.

4. Interested bidders may obtain further information about this requirement


from the office of, Divisional Manager, Darjeeling Forest Corporation
Division, WBFDCL. RFP Documents can be downloaded online by the
participating bidders electronically at https://wbtenders.gov.in.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 4 of 46

5. All prospective bidders may attend the Pre-Bid meeting. The venue, date
and time are indicated in Schedule of Events as in schedule of tender
process above. The queries can also be sent to [email protected] (Email ID)
which must be received by the Tender Inviting Authority by last date / time for
clarification. Queries received after due date and time shall not be considered.

6. The Proposals shall be filled in English and all entries must be typed / written
in blue/black ink. Initials of the Authorized representative of the Bidder must
attest all erasures and alterations made while filing the proposal. Over writing
of figures in the Price Proposal is not permitted. Failure to comply with any of
these conditions may render the Proposal invalid.

7. The Authority shall not be responsible for any costs or expenses incurred
by the bidder(s) in connection with the preparation and delivery of Proposals,
including costs and expenses related to transport etc. The Authority reserves
the rights to cancel, terminate, change or modify this procurement / Bid
Process and /or requirements of proposal stated in the RFP, without assigning
any reason or providing any notice and without accepting any liability for the
same.

8. The Proposal / bid shall be valid for a period of not less than 120 days from the
date of opening Financial Bid. In exceptional circumstances, prior to the
expiry of the original proposal validity period, the authority may request the
Bidders to extend the period of validity for a specified additional period. The
request for the extension shall be made in writing. However, bidder will not be
permitted to modify their submitted bids after the last date of bid submission
(online).

9. In case of any unscheduled holiday or on days of Bandh or natural calamity


on the aforesaid dates, the next working day will be treated as scheduled /
prescribed date for the same purpose.

10. The Tender Inviting Authority may change the venue of opening the Technical
or Financial Bids in case of exigent circumstances like breakdown of
communications link or conditions of force majeure.

11. The Tender Inviting Authority reserves the right to defer the date of opening
of either Technical or Financial Proposal or both, if required.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 5 of 46

INTERPRETATION

In the interpretation of this RFP, unless the context otherwise requires:

a) The singular of any defined term includes the plural and vice versa, and any
word or expression defined in the singular has the corresponding meaning
used in the plural and vice versa.

b) A reference to any gender includes the other gender.

c) A reference to any agreement is a reference to that agreement and all


annexes, Attachments, exhibits, schedules, appendices and the like
incorporated therein, as the same may be amended, modified,
supplemented, waived, varied, added to, substituted, replaced, renewed or
extended, from time to time, in accordance with the terms thereof.

d) The terms "include" and "including" shall be deemed to be followed by the


words "without limitation", whether or not so followed.

e) Any reference to a person shall include such persons, successors and


assignees.

f) A reference to a "writing" or "written" includes printing, typing, lithography,


scanned and other means of reproducing words in a visible form.

g) Any date or period set forth in this RFP shall be such date or period as may be
extended pursuant to the terms of this RFP.

h) The terms "hereof, "herein", "hereto", "hereunder" or similar expressions used


in this RFP mean and refer to this RFP and not to any particular Article,

i) In case of any inconsistency between the terms mentioned in the RFP and
the literary term, the meaning best construed in furtherance of the
objectives of this RFP shall prevail.

j) Where there is a discrepancy between amount in figures and in words, the


latter shall prevail.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 6 of 46

DISCLAIMER

1. The information contained in this Request for Proposal document ("RFP


Document") or subsequently provided to Applicants (Bidders/ Applicants),
whether verbally or in documentary or any other form by or on behalf of
Divisional Manager, Darjeeling Forest Corporation Division, West Bengal
Forest Development Corporation Ltd. (WBFDCL), (herein after referred to as
“Authority”) or any of its employees/ officers/ representatives, is provided
to Applicants on the terms and conditions set out in this RFP and such
other terms and conditions subject to which such information is provided.

2. This RFP is neither an agreement nor an offer by the Authority to the


prospective Applicants or any other person. The purpose of this RFP is to
provide interested parties with the information that may be useful to them
in the formulation & submission of their Proposals pursuant to this RFP.

3. This RFP includes statements, which reflect various assumptions and


assessments arrived at by the Authority in relation to the Project /
assignment proposed to be awarded pursuant to this RFP. Such
assumptions, assessments and statements do not purport to contain all the
information that each Applicant may require.

4. This RFP may not be appropriate for all persons, and it is not possible for
the Authority and its employees to consider the objectives, technical expertise
and particular needs of each party who reads or uses this RFP. The
assumptions, assessments, statements and information contained in this
RFP, may not be complete, accurate, adequate or correct. Each Applicant
should, therefore, conduct its own investigations and analysis and should
check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this RFP and obtain
independent advice from appropriate sources. Information provided in this
RFP to the Applicants may be on a wide range of matters, some of which may
depend upon interpretation of law. The information given is not intended to be
an exhaustive account of statutory requirements and should not be regarded
as a complete or authoritative statement of law. The Authority accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion
on the law expressed herein.

5. The Authority and its employees/ officers/ advisors make no representation


or warranty and shall have no liability to any person including any Applicant
under any law, statute, rules or regulations or tort, principles of restitution or
unjust enrichment or otherwise for any loss, damages, cost or expense which
may arise from or be incurred or suffered on account of

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 7 of 46

anything contained in this RFP or otherwise, including the accuracy, adequacy,


correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way in this Selection Process / Tender Process
(hereinafter defined).

6. The possession or use of this RFP in any manner contrary to any applicable law
is expressly prohibited. The Applicants shall inform themselves concerning
and shall observe any applicable legal requirements. The information does not
purport to be comprehensive or to have been independently verified. Nothing
in this RFP shall be construed as legal, financial or tax advice.

7. The Authority also accepts no liability of any nature whether resulting from
negligence or otherwise however caused arising from reliance of any Applicant
upon the statements and information contained in this RFP

8. The Authority may in its absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information,
assessment or assumption contained in this RFP.

9. The issue of this RFP does not imply that Authority is bound to select an
Applicant or to appoint the Selected Applicant/ Selected Bidder, as the case
may be, for the subject assignment / project and the Authority reserves the
right to reject all or any of the Proposals without assigning any reasons
whatsoever.

10. Laws of the Republic of India and Govt. of West Bengal are applicable to
this RFP.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 8 of 46

Section-1
LETTER OF INVITATION
Dear Madam / Sir,

Sub: Letter of Invitation (LOI) - “Selection of agency for Operation & Maintenance of
Darjeeling Rangeet Valley Passenger Ropeway in Darjeeling District, West Bengal for
Period of Five (05) Years.”

The Divisional Manager, Darjeeling Forest Corporation Division, West


Bengal Forest Development Corporation Ltd. (“Authority”) intends to select
an Agency ("hereinafter referred to as the "Agency") and invites applications
from reputed, bona fide and resourceful contractors/firms towards
Operation & Maintenance of Darjeeling Rangeet Valley Passenger Ropeway
in Darjeeling District, West Bengal from citizens of India (Bharat) being
persons authorized by Indian Companies for Period of Five (05) Years
extendable up to another five (05) Years based on satisfactory performance Commented [KV1]: Demand for a longer period raised
by CRSPL during pre bid meeting
by the contractor and mutual consent of both parties (WBFDCL &
Contractor) .
1. The RFP is applicable to all such applicants eligible for providing such

similar services as mentioned in Data Sheet of this RFP. Details of the


services required to be provided by the Selected Applicant and the details
of the sites are provided in the Terms of Reference (TOR) of this Request for
Proposal (RFP).
2. Proposals must be uploaded online on https://wbtenders.gov.in no later
than the Bid Submission Last Date specified in the “Schedule of Tender
Process” in the manner specified in the RFP Document.
3. This RFP has following sections*:

Section – 1 Letter of Invitation


Section – 2 Instructions to Applicants
Section – 3 Data Sheet
Section – 4 Preparation, Submission and Evaluation of Proposals
Section – 5 Terms of Reference
Section – 6 Formats for Proposal Submission (Annexures)

4. The Agency for providing its services for the said Assignment / Project
will be selected on the basis of the Cost Based System

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 9 of 46

(CBS) method as described in this RFP. The Financial Proposals (Price


Proposals) of only those Applicants, who qualify the eligibility (technical &
financial capability) criteria as mentioned in this RFP will be opened and
evaluated.

5. The Proposals shall be filled in English and all entries must be typed and
written in blue/black ink. Initials of the Authorized representative of the
Applicant must attest all erasures and alterations made while filling the
Proposal. Over writing of figures in the Financial Proposal is not permitted.
Failure to comply with any of these conditions may render the Proposal
invalid.

6. The Authority shall not be responsible for any costs or expenses incurred
by the Applicant in connection with the preparation and delivery of
Proposals, including costs and expenses related to visit to the site. The
Authority reserves the right to cancel, terminate, change or modify this
procurement /Tender Process and /or requirements of proposal as
stated in the RFP at its sole discretion, without assigning any reason or
providing any notice and without being liable in any manner for the
same.

7. The Proposal shall be valid for a period of not less than One hundred
and eighty (180) days from the Date of opening Financial Bid. In exceptional
circumstances, prior to the expiry of the original proposal validity period,
the Authority may request the Applicants to extend the period of validity for
a specified additional period. The request for the extension shall be made in
writing. However, Applicants will not be permitted to modify their
submitted proposals.

Divisional Manager
Darjeeling Forest Corporation Division
West Bengal Forest Development Corporation Ltd. (WBFDCL)

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 10 of 46

Section-2
INSTRUCTIONS TO APPLICANTS/BIDDERS

1. The Authority has adopted a Single-stage Two-Part process (hereinafter


referred to as the “Selection Process/ Tender Process”) for selection of an
Agency, for award of the Assignment. The Proposal is envisaged in two
parts - Technical Proposal and Financial Proposal. The Applicants may
submit their Proposals in response to this RFP, in accordance with the
provisions of this RFP ("Applicants"). The Technical Proposals to be
submitted by Applicants shall comprise of technical and financial
capability documents and other requisite documents/clarifications as
per the terms of this RFP. The Financial Proposals of only those
Applicants whose Technical Proposal qualify the evaluation process, as
per terms hereof, shall be opened for further processing. Tenders have
to be submitted ONLINE in two parts in the prescribed proforma i.e.,
Technical Bid Part. I and Financial Bid Part II.

2. Applicants are encouraged to inform themselves fully about the Assignment


and the local conditions before submitting their Proposals.

3. Broad description of the objectives, scope of services, deliverables, and


other requirements relating to this Assignment are specified in this RFP. In
case, an Applicant possesses the requisite experience and capabilities
required for undertaking the Assignment, it is invited to participate in
the Selection Process. Applicants can be proprietorship firm/ partnership
firm/Company registered. Applicants shall be allowed to participate in the
job either in the capacity of individual or as a partner of a firm or Director
of a Company . If the prospective Tenderer is found to have applied
severally in a single job, all his applications will be rejected for that job.
Sub-contracting will not be allowed.

4. Joint Ventures not allowed. Commented [KV2]: Demand for allowing Joint venture
made by one participant during pre bid meeting
5. Proposals shall be prepared and submitted in the manner elaborated in
this RFP as per the formats/annexures provided.

6. No Applicant or its Associate shall submit more than one Proposal for
the Assignment.

7. Any entity which has been debarred by any agency of the Central
Government, by any agency of state of West Bengal, any Statutory
Authority or any public sector undertaking within state of West Bengal
or by West Bengal Forest Development Corporation Ltd. as the case may Commented [KV3]: Issue of debarment has been
be, from participating in any project, and the bar subsists as on the date of discussed in detail during pre bid meeting. Has been
modified accordingly
the Proposal, would not be eligible to submit a Proposal either by itself or
through its Associate.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 11 of 46
8. The Authority reserves the right to terminate an Applicant(s) participation
in the Tender Process at any time, should the Authority consider that an
Applicant has, without the prior consent, failed to comply with any of the
procedures and requirements prescribed in the RFP.

9. The applicant has to submit the following documents as proof of


eligibility for this RFP:
I. Incorporation Certificate, Memorandum of Association and
Article of Association (For Company)
II. Partnership Deed (For Partnership Firm)
III. Power of Attorney (For Company and Partnership Firm).
IV. Identity proof i.e. Aadhar card of authorized person
V. GST registration for the proposed assignment
VI. PAN registration
VII. EPF registration of the company
VIII. ESI registration of the company
IX. EPF Returns for last three years
X. ESI return for last three years
XI. ITR for last three years
XII. Auditor’s Note, Auditor’s Report, Audited balance sheet &
P&L Accounts for last three years.
XIII. Up to date P Tax Challan
XIV. Trade License
XV. Details of Work Experience with all supporting Documents
XVI. CV of Key Personnel along with required documents (i.e: Passing
Certificate, Appointment/Association Letter, Consent Letter and/or
Contract Letter etc.)
10. Each Applicant shall submit a Power of Attorney as per the format at
Annexure: 6, authorizing the signatory of the Proposal to commit and
bind the Applicant.

11. It shall be deemed that by submitting the Proposal, the Applicant has:
a) made a complete and careful examination of the RFP;
b) received all relevant information requested from the Authority
c) accepted the risk of inadequacy, error or mistake in the information
provided in the RFP or furnished by or on behalf of the Authority or
relating to any of the matters referred to in the RFP;
d) satisfied itself about all matters, things and information, including
matters referred herein, necessary and required for submitting an
informed Application and performance of all of its obligations there
under;
e) acknowledged that it does not have a Conflict of Interest
f) Agreed to be bound by the undertaking and all other documents
provided by it under and in terms hereof; And
g) Satisfied itself about the assignment & site conditions and made a
complete and careful examination of the same.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 12 of 46
10. The Authority shall not be liable for any omission, mistake or error in
respect of any of the above or on account of any matter or thing arising out
of or concerning or relating to RFP or the Selection Process, including any
error or mistake therein or in any information or data given by the
Authority.

11. The Proposal of an Applicant shall be liable for disqualification in the event
of the following:
a) If the Applicant refuses to accept the correction of errors in its Proposal,
(or)
b) at any time, a misrepresentation is made or uncovered or a suppressed
fact is uncovered, (or)
c) the Applicant does not provide, within the time specified by the
Authority, the supplemental information sought by the Authority for
evaluation of the Proposal or does not respond to any queries raised
by the Authority, (or)
d) If the applicant submits a conditional Proposal which would affect
unfairly the competitive provision of other firms who submitted
substantially responsive proposal and/or is not accepted by the
Authority
e) If the Applicant submits multiple proposals for the subject
Assignment.

12. QUERIES AND CLARIFICATIONS


The Bidders are requested to study this entire RFP document in detail.
If the Bidders have any queries related to the RFP or on the proposed
assignment, they may submit such queries to the Tender Inviting Authority
through e-mail to [email protected] on or before the Clarification(s) due
date specified in the “Data Sheet / Schedule of Tender”.

13. AMENDMENT TO RFP


a) At any time prior to the due date for submission of Proposal, the
Authority may, for any reason, whether at its own initiative or
otherwise, modify the RFP document by issuing Addendum /
Corrigendum.
b) In order to provide the Bidders with reasonable time for taking an
amendment into account, or for any other reason, Authority may, in
its sole discretion, extend the BDD
c) The above changes & amendments, if any, will be notified on
https://wbtenders.gov.in for the Assignment.

14. CONFLICT OF INTEREST

a) The Authority requires that the Bidders provide professional,


objective, and impartial advice and at all times hold Authority's interest’s
paramount, avoid conflicts with other assignments or its own interests, and
act without any consideration for future work. The Bidder(s) shall not accept
or engage in any assignment that would conflict with its prior or current
obligations to other Authority(s), or that may place it in a position of not being
able to carry out the assignment in the best interests of the Authority.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 13 of 46
b) A Bidder shall not have a conflict of interest that may affect the
Selection Process (the "Conflict of Interest"). Any Bidder found to have
a Conflict of Interest shall be disqualified.
c) A Bidder shall be deemed to have a Conflict of Interest affecting the
Selection Process, if:
I. a constituent of such Bidder is also a constituent of another Bidder;
(or)
II. such Bidder or its Associate receives or has received any direct
or indirect subsidy or grant from any other Bidder or its Associate;
(or)
III. such Bidder has the same legal representative for purposes of
this Application as any other Bidder; (or)
IV. if a Bidder is engaged by the Authority to provide goods or works
or services and if the Associate(s) of such firm is engaged for
providing services for the same project and vice versa
V. If a Bidder submits multiple Proposals either individually as
Proprietor or as Partner of a partnership firm or Director of a
company and vice versa all his applications will be rejected.

15. MODIFICATIONS/ SUBSTITUTION/ WITHDRAWAL OF PROPOSALS

a) No Proposal shall be modified, substituted, or withdrawn by the


Applicant on or after the Last Date of Bid Submission.
b) Any alteration/ modification in the Bid or additional information
supplied subsequent to the Last Date of Bid Submission, unless the same
has been expressly sought for by the Tender Inviting Authority shall be
disregarded.

16. REJECTION OF PROPOSALS

a) Notwithstanding anything contained in this RFP, the Tender Inviting


Authority reserves the right to reject any Proposals and to annul the
Tender Process and reject all Proposals at any time without any liability
or any obligation for such acceptance, rejection, or annulment, and
without assigning any reasons. In the event that the Authority rejects or
annuls all the Proposals, it may, in its discretion, invite all eligible
Applicants to submit fresh Proposals hereunder or may take such other
steps as it may deem fit in its sole discretion as per applicable laws
without being liable for the same in any manner.
b) The Tender Inviting Authority reserves the right not to proceed with the
Tender Process at any time, without notice or liability, and to reject any
Proposals without assigning any reasons and without being liable for
the same in any manner.
c) If the Applicant has submitted any documents, created or originating
from outside the Republic of India, such as work experience
certificate(s), financial detail(s), power of attorney(s), undertaking(s),
documentary evidence(s), qualifying document(s), etc. (collectively
“Foreign Documents”) then the Applicant, before any such Foreign
Document(s) are sent to India for the purpose of applying towards
this Project/ Assignment, shall be required to get each and every

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 14 of 46
page of such Foreign Document(s), duly authenticated/ embossed/
legalized/ notarized from the Indian Embassy/Indian High
Commission situated in the country from where such Foreign
Document(s) were created or are originating from. Such
authentication/ embossment/ legalization/ notarization from the
Indian Embassy/Indian High Commission shall also apply to all such
document(s) that are in a language other than English, which shall
compulsorily be required to be translated (as the true translated
copies of the original) by a duly certified/ authorized /qualified
translator, supported by the affidavit of the said translator, certifying
the correctness of the English translation. In case of any
inconsistency between the original Foreign Document and its English
translation, the latter shall prevail and be held binding on such
Applicant. However, in the case of Foreign Document(s) created or
originating from countries that have signed, ratified and have made
operational the Hague Convention abolishing the requirement of
legalization for foreign public documents, 5 October 1961 - "Hague
Legalization Convention, 1961", the Applicants may affix an 'Apostle"
sticker on each and every page of their Foreign Document(s)
[including all commercial document(s) duly notarized]. Thereafter,
the Applicant shall be compulsorily required to get all such
"Apostilled" Foreign Document(s) approved, certified and attested
from the Indian Embassy /Indian High Commission in that country
where the 'Foreign Document(s)' were created or are originated from
or the Ministry of External Affairs, Government of India, New Delhi
and the Bidder/s shall follow any other norms/guidelines laid by the
Ministry of External Affairs, Government of India.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 15 of 46

Section-3
DATA SHEET

Sl.No Key Information Details


RFP Details
1 Project/Assignment Selection of agency for Operation &
Maintenance of Darjeeling Rangeet Valley
Passenger Ropeway in Darjeeling District, West
Bengal for Period of Five (05) Years extendable
up to another five (05) Years based on
satisfactory performance by the contractor and
mutual consent of both parties (WBFDCL &
Contractor) .

2 Tender Inviting Divisional Manager, Darjeeling Forest


Authority Corporation Division, West Bengal Forest
Development Corporation Ltd.
3 Projects / Site Details Enclosed in the TOR
Proposal Conditions and Evaluation
4 Proposal Validity The Proposal shall be unconditional, firm and
irrevocable and shall be valid for a period of 120
(one hundred and twenty) days from the date of
opening of Financial Bid.
5 Minimum Eligibility The applicant must meet all the following
Criteria minimum eligibility criteria.
The Bidder should either have successfully
completed operation and maintenance of at least
one Ropeway project in the last 5 years as per
BIS/CEN Standards and submit an Commented [KV4]: Niti Ayog has notified that BIS is
undertaking equivalent to European CEN standards and should be
adopted in India. Modification done accordingly
along with tender that he/she/it will impart
training to the to his/her/its technical staff from
BIS/CEN manufactures/at BIS/CEN ropeway
installation
within two months from the date of issue of
award letter.
Bidder should have minimum average annual
Turnover of Rs. (INR) Three crore (Rs. 3.00
Cr.) in the last Three Financial Years i.e. FY
2021-22, 2022-2023, 2023-24 preceding the bid
due date (“Financial Capacity”) as per the
audited annual reports duly certified by
Statutory Auditor. The bidder should have
positive net worth in two of last three years.
Note:
For demonstrating the Technical Capacity, the

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 16 of 46

Applicant is required to submit copy of the


Ownership details/ Letters/Work
Orders/Agreements/completion certificates as
proof of their experience.
For demonstrating the Financial Capacity, the
Applicant is required to submit copy of the Audited
annual financial statements for the last
three financial years preceding the Bid Due Date.
8 EMD& Tender fees EMD of Rs. 6,00,000/- (Refundable)
Tender fees of Rs.10,000/- (non-refundable)

Payment modes (vide Finance Department


Memorandum no. 3975-F(Y) Dated
28/07/2016)
i) Net banking (any of the banks listed in the
ICICI Bank Payment gateway) in case of
payment through ICICI Bank Payment gateway.

Proposal Submissions
9 Online Submission The bidder shall submit his response through
bid submission to the tender on e-procurement
platform at https://wbtenders.gov.in . No offline
bids shall be entertained by the Tender Inviting
Authority

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 17 of 46

10 Technical Proposal for EMD through designated payment gateway of


Eligibility wbtenders.gov.in
Qualification Tender fees through designated payment
gateway of wbtenders.gov.in
Signed RFP Document
Checklist of Submissions ~ Annexure 1
Covering Letter ~ Annexure 2
Similar Experience towards minimum eligibility
~ Annexure 3 (All documents as mentioned in
clause no. 9 Section 2, Data Sheet of Section 3).
Financial Proposal by Bidder~ Annexure 4
Financial Experience towards minimum
eligibility ~ Annexure 5
Power of Attorney ~ Annexure 6
Affidavit of non-blacklisting (as per clause 7 of
section-2 i.e. Instruction to Applicants /
Bidders) ~ Annexure 7
11 Financial Proposal The Applicants shall be required to submit their
Financial Proposal in the format as provided in
the e-tendering platform.
12 Duration of The Assignment shall be valid for a period of five
Assignment (05) year from the date of signing of Agreement Commented [KV5]: Discussed earlier
and extendable up to another five (05) Years
based on satisfactory performance by the
contractor and mutual consent of both parties
(WBFDCL & Contractor).
The Tender Inviting Authority reserves the right to
terminate the contract at any time without any
prior notice and cause at their sole discretion.
13 Performance Security The selected Bidder shall have to furnish a
performance security of Rs. 30 Lakh which is equal
to 10% (ten per BIS/CEN) of average annual sale
Price (total revenue from sale of tickets i.e. 10% of
Rs. (`) 3.00 crore = Rs. (`) 30.00 lakh) The
Selected Bidder for this assignment shall furnish
the same within 30 days from the date of receipt of
Letter of Acceptance. The Selected bidder will
submit the performance security through RTGS to
the Bank Account of Divisional Manager,
Darjeeling Forest Corporation Division,
WBFDCL.
14 Signing of Agreement Within 10 days from the receipt of Performance
Security

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 18 of 46

Section-4
PREPARATION, SUBMISSION AND EVALUATION OF
PROPOSALS
1. GENERAL

a. The Applicants shall bear all costs associated with the preparation and
submission of its Proposal, including site visits, required data collection,
analysis, etc., as also any discussions/negotiations. The Authority shall
not be responsible or liable for any such costs incurred.

b. An Applicant shall be a Legal entity. An Applicant may be a natural


person born in India (Bharat) or a private entity, a Section 8 company, a
partnership firm, a body corporate or an LLP incorporated in India by
the above.

c. Adherence to formats, wherever prescribed, is required. Non-adherence to


formats might be a ground for declaring a proposal non-responsive.

d. All communication and information shall be provided in writing and in


English language only.

e. All communication and information provided should be legible, and


wherever the information is given in figures, the same should also be
mentioned in words. In case of conflict between amounts stated in
figures and words, the amount stated in words will be taken as correct
and final.

2. PREPARATION AND SUBMISSION OF PROPOSALS

Tenders have to be submitted ONLINE in two parts in the prescribed


proforma i.e., Technical Bid Part. I and Financial Bid Part II
a. Registration with e-Procurement platform: For registration and online
bid submission, bidders may visit https://wbtenders.gov.in . The bidder
shall authenticate the bid with his Digital Certificate for submitting the
bid electronically on e-Procurement platform and the bids not
authenticated by digital certificate of the bidder will not be accepted on
the e-Procurement platform.

b. The bidder is requested to download the tender document from website


at https://wbtenders.gov.in and read all the terms and conditions
mentioned in the tender Document. Clarifications can be sought from

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 19 of 46

the Tender Inviting Authority. Any offline bid submission shall not be
considered.

c. The bidder has to keep track of any changes by viewing the addendum
/ corrigendum are issued by the Tender Inviting Authority from time-to-
time in the e-Procurement platform. The Department calling for tenders
shall not be responsible for any claims/problems arising out of this.

d. The bidder shall submit his response through bid submission to the
tender on e- procurement platform at https://wbtenders.gov.in No
offline bids shall be entertained by the Tender Inviting Authority.

e. The bidders shall submit their eligibility and qualification documents,


technical bid, financial bid etc., in the standard formats prescribed in the
Tender documents, scanned and to be submitted in the e- procurement
web site. The bidders shall upload the scanned copies of all the relevant
certificates, documents etc., in support of their eligibility
criteria/technical bids except financial bid in the e-procurement web
site. The bidder shall sign on the statements, documents, certificates,
uploaded by him, owning responsibility for their correctness/
authenticity
Note: - All the required documents are to be arranged in the serial order,
(Serial Numbers and Page Numbers should be indicated on the right-
side top of the corner) and to be uploaded to the e-procurement web site
i.e., https://wbtenders.gov.in.
The following documents are to be uploaded:
• EMD
• Tender fees
• Signed RFP Document
• Checklist of Submissions ~ Annexure 1
• Covering Letter ~ Annexure 2
• Similar Experience towards minimum eligibility ~ Annexure 3 (All
documents as mentioned in S.No.3 of Data Sheet)
• Financial Proposal by Bidder ~ Annexure 4
• Financial Experience towards minimum eligibility ~ Annexure 5
• Power of Authority ~ Annexure 6
• Affidavit of non-blacklisting by any Authority / authority in India ~
Annexure 7
• Declaration on manpower to be deployed~ Annexure 8.
f. The bidder should complete all the processes and steps required for bid
submission. The successful bid submission can be ascertained once
acknowledgement is given by the system through bid submission number
after completing all the process and steps. WBFDCL and service provider
is not responsible for incomplete bid submission by bidders. Bidders may
also note that the incomplete bids will not be saved by the system and
are not available for the Tender Inviting

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 20 of 46

Authority for processing.

g. Bidders are encouraged to inform themselves fully about the assignment


and the local conditions before submitting the Proposal.

3. PROPOSAL FORMAT

The bidder shall submit a detailed Proposal which should include


following sections:
a. Letter of intent to take up the assignment
b. Company details
c. Financial status with audited balance sheet for last three years
d. Manpower to be deployed with qualifications
e. CV of Key Personnel along with required documents (i.e: Passing Certificate,
Appointment/Association Letter, Consent Letter and/or Contract Letter etc.)
f. Details of experience of projects with details and documents in
support of each of the project claimed as experience
g. Details of proposed plan of action for “Operation and Maintenance
of Darjeeling Rangeet Valley Ropeway for five years”

4. VERIFICATION OF SUBMITTED DOCUMENTS

a. Tender Inviting Authority reserves right to check/ verify the authenticity


of submitted documents by any applicant at any stage of tender after last
date of bid submission. If any document of any bidder is found to be
forged, manufactured/ manipulated his application will be rejected and
EMD will be forfeited by WBFDCL.

5. SIGNING OF PROPOSALS

The Authorized Signatory shall sign or initial each page of the proposal
documents along with the stamp of the Applicant. They should also sign &
stamp each page of the RFP. Each Applicant shall submit a Power of
Attorney as per the format at Annexure 6; authorizing the signatory of the
Proposal to commit and bind the Applicant.

6. OPENING OF PROPOSALS

Proposals received on or before the Bid Due Date (BDD) will only be considered
for opening and evaluation. Proposals other than the above will be summarily
rejected.

7. OPENING AND EVALUATION OF TECHNICAL PROPOSAL


a) The Technical Proposals shall be opened on the date as mentioned in the
schedule of tender and shall be evaluated for Minimum Eligibility
Criteria as per the Data Sheet stipulated in this RFP.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 21 of 46

b) Only those proposals meeting the Minimum Eligibility Criteria, will be


considered for further evaluation.

c) Applicants not meeting the minimum eligibility criteria will be deemed


to be disqualified and will not be considered for further evaluation. No
correspondence or representation will be entertained in this regard and the
Authority’s decision will be final in this regard.

d) The eligible Proposals will be checked for all the mandatory documents and
submissions (Mandatory Annexures and their supporting documents if
any) duly signed as per the list provided above and in the prescribed
formats. The Authority shall take a decision at its sole discretion with
regard to proposals without any of the said documents or documents
submitted in any other format other than the prescribed

8. FINANCIAL PROPOSAL

Bidders are required to submit their bid in terms of percentage of total revenue
collected from sale of tickets to be offered as royalty for WBFDCL to be paid
by the agency.

(Ticket booking mechanism will be decided by WBFDCL. Collected Revenue


will get deposited in WBFDCL’s account to be maintained by WBFDCL in
this regard. Bidder will get their portion of Revenue deducting WBFDCL’s
Royalty within 15th of next month)

9. CONDITION ON APPLICANTs / BIDDERS

Bidding shall be open to Applicants (which include companies,


partnerships, and proprietary concerns).

10. ANNULMENT OF AWARD


Failure of the Applicant to comply with the requirements set forth in this
RFP Document and / or the provisions of the Contract shall constitute sufficient
grounds for the annulment of the award.

11. AUTHORITY’S RIGHT TO ACCEPT OR REJECT ANY AND/OR ALL


PROPOSALS
Authority reserves the right to accept or reject any Proposal in its sole
discretion, and to annul the Tender Process or reject all proposals without
assigning any reason whatsoever at its sole discretion at any time before
issuance of a Letter of Award without incurring any liability.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 22 of 46

Section-5

TERMS OF REFERENCE

1. BACKROUND
West Bengal Forest Development Corporation Limited (WBFDCL) is a company
registered under Companies Act 1956, in the year 1974, on the
recommendation of National Commission of Agriculture. Thereafter, inception
of Indian Forest Conservation Act and Hon. Supreme Court's Judgement with
regard to T.N. Godavarman vs. Union of India & Others. in 1996 and subsequent
judgements, the State Forest Corporations have been entrusted upon the
responsibility of complete Timber Harvesting in the State as per central
Governments approved Working Plans.
During its evolution, Corporation has diversified its activities into e-
auctioning of Forest harvested Produce, Carpentry and Joinery works, Non-
Timber Forest Produce (NTFP) including Sundarban’s Honey Production
and Marketing and Eco-Tourism. WBFDCL's has its set up almost all over
the state of West Bengal. WBFDCL has been operating a Passenger Ropeway
in Darjeeling for years together as part of Eco-Tourism activity. West Bengal
Forest Development Corporation Limited (WBFDCL) intends to select
Agency for the subject assignment / project. "Tenders" are invited from
experienced Firms / Organizations in their capacities who are already
working in these similar areas with proven track record.

2. PROJECT DETAILS
The ropeway from Lebong Road near Darjeeling Zoo to Tukver Tea Estate,
owned by WBFDCL is being maintained for the purpose of tourists and is
one of the most popular destinations of Darjeeling. Darjeeling Rangeet
Valley Ropeway (DRV) was re-vamped and commissioned in the year 1998.
The Ropeway is located at North Point area of Darjeeling town and glides
through lush green Tea Garden and Valleys. While riding, passengers can view
the mighty and beautiful Kanchanjangha peak from inside their Cabin.
Technical Details:

System Mono-cable continuously


circulating Gondola
Upper Terminal (UTP) located at Lebong Road
Lower Terminal (LTP) located at Tukver Tea Estate
Horizontal length between UTP 2300 Mtr. approx.
and LTP
Level difference between UTP and 530 Mtr. approx.
LTP
Transport capacity 200 Passenger per hour
Cabin capacity 6 Passenger
No. of Cabins 12 , Manual Door Open

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 23 of 46

Line speed 0 – 3 Mtr. per Sec.


No. of towers 10
Drive Power 110 KW
Rope size 38 mm

3. PASSENGER TRAFFIC
Passenger Trend in last few years reveal an average of 1,25,000 tourist per
year at DRV Ropeway.

Currently ticket for adults and children is priced at Rs.260 and Rs.130
respectively.

4. SCOPE OF SERVICES

The detailed scope of services required to be undertaken under this


assignment is as below: The following is the scope of operation &
maintenance of Darjeeling Rangeet Valley Passenger ropeway for a
period of 05 (Five) years.

The contractor shall operate & maintain the Ropeway to ensure safety,
steady & smooth operation under the supervision of the WBFDCL. The
contractor shall abide by the prevailing laws and regulation of the
Government standards and the prevailing rules for safety and security as
laid down by the Government from time to time for entire operation &
maintenance period.

a. The Ropeway shall be under operation in a normal day for 10 hours (08
A.M.-06 P.M.), however on some festival days longer period of operation
may be required including round the clock operation tentatively.
b. The Daily/weekly/fortnightly/monthly/Quarterly/annually mainte-
nance of the Ropeway shall be carried out as per the Standard Operating
& Maintenance procedure and according to the Areal Ropeway Act of
West Bengal, all other relevant acts, rules & regulations and its
subsequent amendments.
c. Thorough technical examination of the whole infrastructure shall be
conducted by CMERI, Dhanbad or other reputed institution in this
regard and an Annual basis. No Objection Certificate shall have to be
obtained from PWD, Govt. of West Bengal. All this testing, checking and
obtaining NOC from PWD, WB shall be the responsibility of the agency.
d. The contractor shall engage his own personnel to carry out the maintenance
activity and shall provide contributory provident fund, ESI coverage,
minimum wages to them duly complying with the labor laws. List of
required manpower has been stated vide para 6 below.
e. The operation & maintenance of the main equipment is to be carried out

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 24 of 46

in conformity with BIS (Bureau of Indian Standards)/CEN Standards as


applicable.
f. The Contractor shall maintain necessary maintenance records, logbooks
and history sheets concerning the various equipment, change of spares
and consumables details etc.
g. The contractor agrees to comply with any reasonable suggestions or
instructions issued by the officials of the Corporation without fail duly
submitting a compliance report.
h. If any act such as earthquake, flood, land side, civil war, external
aggression etc. occurs, the obligation enjoined upon the parties under
agreement conditions get suspended except security of the premises and
installation.
i. WBFDCL reserve the right for advertisement at the space within the
ropeway premises including the cabins.
j. The contractor shall adhere to the SOP regarding ropeway safety
mechanism in order to prevent any accident and mishaps during
operation for entire Operation & Maintenance period. Accordingly, the
contractor shall train his technical staff as per the SOP for carrying out
evacuation and mock exercises.
k. The expenditure on account of fuel expenses for running of DG set in
the eventuality or power failure for evacuation of passengers shall be in the
scope of the contractor.
l. The bidder shall assist Daily/Weekly/Fortnightly/Monthly/Quarterly/
Annually during inspection of ropeway inspector or ropeway regulator
and maintain proper record of relevant documents.
m. The agency will cover insurance of ropeway equipment’s and passengers.
n. Electricity/Water/any other local area bills and taxes will be paid
directly by the agency.

5. TERMS AND CONDITIONS OF SERVICE

Following are tentative minimum Terms and Conditions of the proposed


services of Operation and Maintenance of Darjeeling Rangeet Valley
Ropeway to be acquired through this procurement procedure and the
Agency shall be required to agree to them before finalization of contract:
I. The Agency shall be solely responsible for Operation and Maintenance
of the Ropeway in all respects and ensure highest standards of safety
and insurance for the passengers and the workers throughout the validity
period of the agreement.
II. All operational expenses of the Ropeway including the cost of additional
manpower put in by the Agency for such operation shall be borne by the
Agency itself.
III. Ahe Agency shall arrange for quarterly inspection of the ropeway by
internal experts constituted from qualified mechanical and electrical

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 25 of 46

engineers with specialized knowledge and experience in erection and


operation of Ropeways. Inspection report will be given on quarterly basis
every year, ISO certification and Audit in such case will also be taken
into cognizance.
IV. The Agency will have to periodically submit a fitness certificate for
operation of the Ropeway to carry passenger traffic from appropriate
inspection authorities of the State / central Government on being vetted
by an approved Institution / Authority and will have to ensure highest
standards of safety measures through intensive inspection and
maintenance of the Ropeway. The Agency shall put on place an in-house
repair and maintenance mechanism for daily technical checking and
certification for operation of the said Ropeway under the charge of a site
based team headed by a senior technically qualified and experienced
executive with technically trained support manpower with him. The
details of names of the above mentioned team shall be communicated by
the Agency to the WBFDCL before assumption of Ropeway services.
Changes, if any, made in the team in future shall be communicated by the
Agency to the WBFDCL within one week from the date of effecting such
change.
V. The Agency shall be responsible for operating this ropeway at the level
of optimal efficiency. The words “optimal efficiency” shall mean operating
the requisite number of to & fro trips for passengers during shift of 08
(eight) working hours on working days. However, as optimal efficiency of
the ropeway will wholly depend on availability of tourists riding the
ropeway, any controversy regarding Agency not operating at optimal
efficiency can only be decided on a report in that regard called by any
technically competent and recognized agency. In case the operating Agency
fails to operate the Passenger Ropeway at the level of optimal efficiency for
a prolonged period due to any reason related to the operating Agency, it
will be treated as negligence on part of the operating Agency and in such
an event, the WBFDCL shall have the right to take over the operation of
this Passenger Ropeway after having served due notices in this regard to
the operating Agency. In case of such a take over, WBFDCL will have the
liability to operate this Passenger Ropeway through induction of a new
Agency in manner as deemed fit.
VI. No manual tickets would be sold by the Agency and Online ticketing
platform will be hosted and owned by WBFDCL. However, for spot booking,
online ticketing facility through WBFDCL hosted platform will have to be
established and managed by the Agency.
VII. WBFDCL shall encourage promotional activities to promote the ropeway in
Darjeeling and also take appropriate steps for providing passenger
amenities.
VIII. The Agency will have the right to increase the tariff @ 10% (ten percent)
per year without any consultation in view of the normal rate of inflation.
In case of increase of tariff more than 10% of normal rise, the Agency

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 26 of 46

will be under obligation to consult with WBFDCL in matter of fixation of


tariff for passenger. Such rates shall, however, require to be fixed taking into
account the cost of operation and a reasonable amount as return on
investment. WBFDCL will not also deny the increase of rate periodically
based on change of RBI index and agree for differential tariff as per seasonal
and non-seasonal demand.
IX. The Agency will have to take prior approval from WBFDCL to modify and
to improve the existing terminal stations and buildings attached to it in
the manner so as to make this particular ropeway attractive to passenger
traffic. Agency can’t undertake any temporary or permanent
construction without any prior approval from. Works under this contract is
solely for operation and maintenance of ropeway.
X. WBFDCL will have access to all records of the Agency maintained in
connection with operation and receipts of the passenger ropeway
XI. During the period of renovation, maintenance and operation by the Agency,
WBFDCL shall have the power to depute officers to oversee the renovation
and maintenance of the passenger ropeway as may be deemed necessary.
XII. The Agency hereby indemnifies WBFDCL and keeps WBFDCL indemnified
against any injury or loss of life to any passengers, workers or any other
person due to accident and/or any other reasons except natural / force
majeures causes. WBFDCL is absolved from the liabilities arising out of any
losses, injuries or loss of lives to any passengers, workers or any other
persons due to accidents or any other reasons. However, the above
stipulation is subject to the Judicial Mandate from appropriate authority.
XIII. The Agency will also have to arrange for insurance of travelling passengers
on this ropeway and such insurance cover should be for a minimum of Rs.
(`) 10,00,000 (Rupees Ten Lakh) only per passenger against any injury or
loss of life due to any accident. This insurance company should be IRDA
recognized. Before starting of operation, the Agency shall have to comply
the insurance requirements and to be placed before WBFDCL. The
insurance should be valid for the entire period of agreement.
XIV. In case of any act of God in form of natural calamities like flood, earthquake
etc. or agitation in the Hills during the operation of the passenger ropeway
leading to abandonment of the project or suspension of the operations for a
prolonged period, neither parties should be entitled to any compensation
or liable to pay any compensation. In case of sudden stop of operation of
passenger ropeway due to the case of any act of God in form of natural
calamities like flood, earthquake etc., or agitation in the Hills during the
operation of the passenger ropeway, the WBFDCL shall have the absolute
power to give relaxation of time to the Agency for such gap period occurred
due to any act of God or agitation.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 30 of 46

XV. WBFDCL will not interfere in day-to-day operation of the passenger


ropeway unless there is anything repugnant to public interest and safety
and terms and conditions of the agreement (service), and whenever
WBFDCL deems fit to interfere / advice.
XVI. WBFDCL shall deploy and/or depute its authorized representative to
inspect and examine any or all records of the Agency maintained in
connection with the operation and maintenance. The Agency shall extend
full cooperation to such representative and facilitate access to all such
records to them.
XVII. The Agency shall maintain a permanent public grievance register at the site
that shall be attended by the site-in charge and other visiting audit teams
for their comments on redressing actions taken on such grievances. The
same should be produced before the visiting representatives of WBFDCL
as and when such visits take place.
XVIII. The Agency will be solely responsible for the safe guard of the assets of
the ropeway like rope, buildings, transformers, land etc. belonging to
WBFDCL and will forthwith compensate WBFDCL for any loss or damage
occurred to the said assets, except damage caused by natural calamity
and acts of God, mob grievance, which fall under Force Majeure
conditions.
XIX. This contract is only for operation and maintenance of passenger ropeway.
WBFDCL reserves right to develop and operate any kind of tourist facility
and promotional activity at the ropeway stations. Agency shall have no right
to claim any revenue from those tourist facilities and promotional activities
of WBFDCL.
XX. In case the Agency intends to abandon this project during the period of
construction or operation such Agency shall be under obligation to give
WBFDCL at least 03 (three) months’ notice and in such a case, WBFDCL
will have the liberty to select a new Agency for the operation of the
project.
XXI. If the Agency intends to renew its right to operate this ropeway must apply
to WBFDCL 06 (six) months before expiry of this agreement showing its
satisfactory working of the ropeway, of the investment made by it and that
there is no hypothecation of its right to use the existing structures. Renewal
of the right to operate the ropeway can-not be claimed as a matter of right.
It will depend upon the discretion of WBFDCL on the facts and
circumstances of the case.
XXII. In case of any dispute between the Agency and WBFDCL, the matter will be
referred to an Arbitrator to be appointed by mutual consent of both the
parties to the agreement. The Arbitration procedure and appointment of
Arbitrator shall be guided by the Arbitration & Conciliation Act, 1996 and
amendments thereto for the time being in force. The jurisdiction shall be
the jurisdiction of Hon’ble High Court of Kolkata.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 28 of 46

XXIII. WBFDCL owns the whole premises and infrastructure and as such
reserves all rights of use of all land, premises and building and the
agency will be authorized to use only ropeway facilities. The agency shall
look after the premises, infrastructure and property during its
assignment period and shall be responsible for any damage(s) to any of
the premises and infrastructure and shall have to compensate any such
damaged as per assessment by WBFDCL.

6. DELIVERABLES, TIMELINES AND TERMS OF PAYMENT &SCHEDULE

a. The contractor will provide Training certificate of training imparted to


his/her/its technical staff from BIS/CEN manufactures/at BIS/CEN
ropeway installation within two months from the from the date of issue
of award letter.
b. The agreement period for the subject assignment shall be for a period
of five years from date of signing the Agreement by the Selected Agency and
the Authority. The amount (Quoted by the Selected agency) as per the
terms & conditions of this RFP exclusive of mandatory payments /
deductions as per applicable law.

7. MANPOWER TO BE DEPLOYED BY THE AGENCY

Sl Designation Manpower
N
o
A. Technical (Operation & Maintenance) Manpower)
1 Resident Manager-cum station in-charge 1
2 Site Engineer Civil 1
3 Safety Engineer 2
4 Operator 2
5 Mechanical Fitter 2
6 Electrician 1
7 Helpers 1
B. Administrative Manpower
1 Booking Clerks cum Cashier for Two Stations 4
2 Ushers 8
C. Unskilled Labourers for Various Activity
1 Plumber 2
1 Cleaning Staff: (Toilets and Generals) 4
2 Parking Staff 2
3 Security Staff 10
4 Gardener 2

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 29 of 46
8. ENFORCING SAFETY AND SECURITY
a. Operation of a CCTV surveillance (To be installed by the agency)
including maintaining of all records and safety program for the facility
and the users thereof and the personnel engaged in the provision of any
services under any of the Agreements/SOPs including correction of
safety violations and deficiencies and taking of all other actions
necessary to provide a safe environment in accordance with Applicable
Laws and Good Industry Practice.
b. Take all reasonable precautions for the prevention of accidents on or about
the Ropeway Facility and provide all reasonable assistance and emergency
medical aid to accident victim.
c. Be responsible for safety, soundness and durability of the Ropeway
Facility including all structures forming part thereof and their
compliance with the Specifications and Standards.
d. The number of passengers shall not exceed the design capacity of the
cabin.

9. TERMINATION OF THE CONTRACT

a. In case of deficiency or non-fulfilment of obligations as per the scope of


work, WBFDCL shall serve a notice to the concerned operator to
rectify/fulfil the obligations within a period 15 days to cure the defect,
failing which WBFDCL shall be at the liberty to execute the work through
any other agency at the cost of the operator, in addition to the right of
WBFDCL to cancel the contract.
b. WBFDCL reserves the right to terminate the agreement in case of deficiency
in services or poor performance of the operator at any point of time. In
this respect, the view of WBFDCL about the performance is final and
binding.

10. PENALTY

a. Failure in fulfillment of performance as indicated in Clause 4 and to adhere


to safety measures vide clause 8 above shall warrant the Forfeiture of
Performance Guarantee. In case of failure to successfully perform/
complete the deliverables as per the MSO a new PBG of same value shall be
submitted by the selected bidder for continuance of the agreement in such
event and/ or in case of any midway unilateral withdrawal from the
contract.
b. Bidder in case of committing repetitive offences mentioned above shall be
blacklisted from bidding for any Contract/ Tender/ EoI /RFP with WB
Govt. for a period of 5 years

11. EARNEST MONEY DEPOSIT (EMD)

a. The Bid shall be accompanied by Earnest Money Deposit (EMD)


Rs.6,00,000/- paid through designated payment gateway for
wbtenders.gov.in

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 30 of 46
b. The EMD of unsuccessful Bidder will be returned to them without any
interest, after conclusion of the resultant agreement and after receipt
of performance security as per the terms of agreement.
c. EMD of a bidder may be forfeited without prejudice to other rights of
the purchaser, if the bidder withdraws or amends its tender or impairs or
derogates from the tender in any respect within the period of validity of its
tender or if it comes to notice that the information /documents furnished
in its tender is incorrect, false, misleading, or forged. In addition to the
aforesaid grounds, the successful bidders' EMD will also be forfeited
without prejudice to other rights of purchaser, if it fails to furnish the
required performance security within the specified period.

12. PERFORMANCE SECURITY

a. The selected Bidder shall have to furnish a performance security of Rs. 30


Lakh which is equal to 10% (ten percent) of average annual sale Price
(total revenue from sale of tickets i.e. 10% of Rs. (`) 3.00 crore = Rs. (`)
30.00 lakh) The Selected Bidder for this assignment shall furnish the
same within 30 days from the date of receipt of Letter of Acceptance. The
Selected bidder will submit the performance security through RTGS to the
Bank Account of Divisional Manager, Darjeeling Forest Corporation
Division, WBFDCL.

Performance Security Shall be valid up to 60 days from completion of


operation and maintenance period. This Performance security to be
submitted within 30 day from receipt of LOA
b. For avoidance of any doubt, in case of failure of submission of Performance
Security, within the 15 days’ time period (from receipt of LOA), the award
shall be deemed to be cancelled/ withdrawn and the Bid Security shall
be encashed and the proceeds thereof appropriated by the Authority.
Thereupon all rights, privileges, claims and entitlements of the
Contractor under or arising out of the Award shall be deemed to have been
waived by, and to have ceased with the concurrence of the Contractor, and
the Award shall be deemed to have been withdrawn by the Authority

c. The agreement will be executed within 10 days of receipt of


Performance Security.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 31 of 46
Section – 6

ANNEXURES
Formats for Proposal Submission (Annexures)

Annexure 1
CHECKLIST OF SUBMISSIONS IN ENVELOPES I & II

S.N Enclosures Status Remarks


(Submitted/Not Submitted)
1 EMD
2 Tender fee
3 Signed RFP Document
4 Covering Letter (Annexure 2)
5 Experience Details (Annexure
3)
6 Financial Proposal by Bidder
(Annexure 4)
7 Financial Experience
towards minimum Eligibility
(Annexure 5)
8 Power of Authority (Annexure
6)
9 Affidavit of non-blacklisting
by any Authority / authority
in India (Annexure 7 )
10 Declaration on manpower to
be deployed (Annexure 8)

11 Proposal including details of


the company, audited
balance sheets for last three
years, proposed man power
and details of the project
quotes as experience

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 32 of 46

Annexure 2
Format for
COVERING LETTER (LETTER OF PROPOSAL)
(On Applicant’s Letter Head)

To

The Divisional Manager,


Darjeeling Forest Corporation Division,
West Bengal Forest Development Corporation Ltd. (WBFDCL)
Email: [email protected]

Sub: “Selection of agency for operation & maintenance of Darjeeling


Rangeet Valley Passenger Ropeway in Darjeeling District of West
Bengal for Period of five (05) Years.”

1. With reference to your RFP Document dated , I / We,


having examined all relevant documents and understood their contents,
hereby submit our Proposal for selection of agency for O&M (the "Agency")
of the subject assignment. The proposal is unconditional and unqualified.
2. I/We acknowledge that WBFDCL will be relying on the information
provided in the Proposal and the documents accompanying the Proposal for
selection of the Agency, and we certify that all information provided in the
Proposal and in the Annexures / Appendices are true and correct, nothing
has been omitted which renders such information misleading; and all
documents accompanying such Proposal are true copies of their respective
originals.
3. This statement is made for the express purpose of appointment as the Agency
for the aforesaid Project / Assignment.
4. I / We shall make available to WBFDCL any additional information it may
deem necessary or require for supplementing or authenticating the
Proposal.
5. I / We acknowledge the right of WBFDCL to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.
6. I / We certify that in the last three years, we have neither failed to perform
on any contract, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award against the
Applicant, nor been expelled from any contract by any public authority nor
have had any contract terminated by any public authority for breach on our
part.
7. I/We declare that:
a) We have examined and have no reservations to the RFP Document,
including any Addendum issued by WBFDCL.
b) I / We do not have any conflict of interest as mentioned in the RFP
Document;
c) I / We have not directly or indirectly or through an agent engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 33 of 46

undesirable practice or restrictive practice in respect of any tender or request


for proposal issued by or any agreement entered into with WBFDCL or any
other public sector enterprise or any government, central or State; and
d) I/We hereby certify that we have taken steps to ensure that in conformity with
the provisions of this RFP, no person acting for us or on our behalf will
engage in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice.
8. I / We understand that you may cancel the Selection Process at any time
and that you are neither bound to accept any Proposal that you may receive
nor to select the Agency, without incurring any liability to the Applicants in
accordance with the RFP Document.
9. I/We certify that in regard to matters other than security and
integrity of the country, we or any of our Associates have not been convicted
by a Court of Law or indicted or adverse orders passed by a regulatory
authority which would cast a doubt on our ability to undertake the subject
assignment or which relates 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 agency of the
Government or convicted by a Court of Law for any offence committed by
us or by any of our Associates.
11. 1/We hereby irrevocably waive any right or remedy which we may have at any
stage at law or howsoever otherwise arising to challenge or question any
decision taken by WBFDCL (and/ or the Government of India) in connection
with the selection of Agency or in connection with the Selection Process itself
in respect of the above-mentioned AMC.
12. I/We agree and understand that the proposal is subject to the provisions of the
RFP Document. In no case, shall I/we have any claim or right of whatsoever
nature if the work for the subject assignment is not awarded to me/us or our
proposal is not opened or rejected.
13. I / We agree to keep this offer valid for 120 (One hundred and twenty) days
from the date of opening of Financial Bid.
14. In the event of my/our firm being selected, I/we agree and undertake to
provide the services in accordance with the provisions of the RFP and that the
we shall be responsible for providing the agreed services and not through
any other person or Associate.
15. I/We have studied RFP and all other documents carefully. We understand that
we shall have no claim, right or title arising out of any documents or
information provided to us by WBFDCL or in respect of any matter arising out
of or concerning or relating to the Selection Process including the award of
subject assignment.
16. The Technical and Financial Proposals are being submitted in separate covers
along with Annexure-A to prove our financial details. The contents provided in
Envelopes I & II shall constitute the Application which shall be binding on us.

17. The BID Price has been quoted by me/us after taking into consideration all the
terms and conditions stated in the RFP, draft Agreement, our own estimates of
costs and after a careful assessment of the site and all the conditions that
may affect the Comprehensive Operation and Maintenance of
Ropeway System.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 34 of 46

18. I/We agree and undertake to abide by all the terms and conditions of the
RFP Document. In witness thereof, I/we submit this Proposal under and in
accordance with the terms of the RFP Document.

Yours faithfully,

(Signature)

(Name and designation of the authorized signatory)

(Name and seal of the Applicant)

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 35 of 46

Annexure 3

Format for APPLICANT’S EXPERIENCE

SN Name of Authority Project/ Project/ Project/ Document


work/ Details Work Work Work Cost Enclosed
Project Details implement (Rs. Cr) as Proof of
ed in last 5 Experienc
years e*
(Yes/No)
1
2
3
4
5
6
7

(Each project of experience to be supported by a detailed report to be


added by the bidder in detailed proposal)

(Signature of authorized person)

(Name) (Designation) (Company)

(Date)

Notes

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 40 of 46

Annexure 4
Format for Financial Proposal

The Divisional Manager, Darjeeling Forest Corporation Division, WBFDCL now


invites bids from eligible contractors for the “Operation & Maintenance of
Darjeeling Rangeet Valley Passenger Ropeway in Darjeeling District of West
Bengal for Period of five (05) Years”
I / We have studied the scope of work and understood the Terms of Reference
and willing to take up this assignment of Comprehensive Operation &
Maintenance of the said Ropeway as per BIS/CEN Standard for five years.
I / We offer to pay the WBFDCL a royalty as follows:

Name of Work Royalty to be paid to WBFDCL (Quoted


rate by bidder exclusive of all Taxes) as
percentage (%) of total sale value of
tickets (minimum Royalty to be paid to
WBFDCL as percentage of total sale value
is 25%. Bidders quoting Royalty to
WBFDCL less than 25% of total sale
value will be rejected)
Operation & Maintenance of
Darjeeling Rangeet Valley
Passenger Ropeway in
Darjeeling District of West
Bengal for Period of five (05)
Years

Signature of Authorized signatory

Name: Designation:

Name of Company:

Seal of Company:

Place :
Date :

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 41 of 46

Annexure 5

Format for FINANCIAL SUMMARY DATA


TURNOVER RELATED DATA (All figures in INR (Rs. (`)) Crores)

Description FY 2023-24 FY 2022-23 FY 2021-22


TURNOVER

Financial Year: 1st April to 31st March or the particular accounting year
followed and audited.

Note:
1. The applicant shall submit Audited Balance Sheets/ Annual Reports
2. The annual Turnover & Net worth data should be certified by a practicing
Charted Accountant.

Signature :

Name :

Designation:

Company :

Date : Company Seal

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 42 of 46

Annexure 6
Format for
POWER OF AUTHORITY TO BID SIGNATORY
(On a Non-Judicial Stamp Paper of Rs. (`) 100 duly registered
from competent authority)

Know all men by these presents, We, , a company /


firm registered under
and having its Registered Office at do
hereby constitute, nominate, appoint and authorize and
presently residing at as our
true and lawful attorney (hereinafter referred to as the “Authorized
Representative”) to do in our name and on our behalf, all such acts, deeds
and things as are necessary or required in connection with or incidental to
submission of our Proposal for
including but not limited to signing and submission
of all applications, proposals and other documents and writings,
participating in pre-bid and other conference and providing information/
responses to the Tender Inviting Authority (the “Authority”), representing us
in all matters before the Authority, signing and execution of all contracts and
undertakings consequent to acceptance of our proposal and generally dealing
with the Authority in all matters in connection with or relating to or arising
out of our Proposal for the said assignment and/or upon award thereof to us
till the entering into of the Agreement with the Authority. AND, we do hereby
agree to ratify and confirm all acts, deeds and things lawfully done or caused to
be done by our said Authorized Representative pursuant to and in exercise of
the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Authorized Representative in exercise of the powers
hereby conferred shall

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 43 of 46

and shall always be deemed to have been done by us.


IN WITNESS WHEREOF WE,........... THE ABOVE-NAMED PRINCIPAL
HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS ....................... DAY OF . , 2024.

Witnesses:
1.
2.
Accepted ……………………………
(Signature, name destination and address of the Attorney)

For…………………………..
(Signature, name, designation and address)

Notes: The mode of execution of the Power of Attorney should be in accordance


with the procedure, if any, laid down by the applicable law and the charter
documents of the executant(s) and when it is so required the same should be
under common seal affixed in accordance with the required procedure. The
Power of Attorney should be executed on a non- Judicial stamp paper of Rs
100/- (one hundred) and duly notarized by a notary public and registered
with the competent Authority.
Wherever required, the Applicant should submit for verification the extract of
the charter documents and other documents such as a resolution/power of
attorney in favor of the person executing this Power of Attorney for the
delegation of power hereunder on behalf of the Applicant.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 44 of 46

Annexure 7
Format for
AFFIDAVIT OF NON-BLACKLISTING ( vide Clause 7 of section 2 of ITB)

Name of Applicant:

1. PLEASE DESCRIBE:

Company’s history of litigation or arbitration / Debarment in WB from


contract executed in the last five years or currently under execution. Please
indicate for each case the year, name of employer, cause, matter in dispute,
disputed amount, and whether the award was for or against the company.
2. Please add any further information that you consider to be relevant to the
evaluation of your application. If you wish to attach other documents, please list
below:

SIGNATURE OF BIDDER

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 45 of 46

Annexure 8
Format for
DECLARATION ON MANPOWER TO BE DEPLOYED BY THE AGENCY

S Designation Manpower,
N Number
A. Technical (Operation & Maintenance) Manpower)
1 Resident Manager-cum station in-charge
2 Site Engineer Civil
3 Safety Engineer
4 Operator
5 Mechanical Fitter
6 Electrician
7 Helpers
B. Administrative Manpower
1 Booking Clerks cum Cashier for Two Stations
2 Ushers
C. Unskilled Labourers for Various Activity
1 Plumber
2 Cleaning Staff: (Toilets and Generals)
3 Parking Staff
4 Security Staff
5 Gardener

Signature :

Name :

Designation:

Company :

Date : Company Seal

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)
Page 46 of 46

Annexure 9
Format of
PROPOSAL FOR TAKING UP ASSIGNMENT OF “OPERATION AND MAINTENANCE OF
DARJEELING RANGEET VALLEY ROPEWY LOCATED IN DARJEELING DISTRICT, WEST
BENGAL FOR A PERIOD OF FIVE (05) YEARS

This is a self-contained separate document consisting of proposed plan of the


bidding agency consisting essentially of the following:

a. Letter of intent to take up the assignment


b. Company details
c. Financial status with audited balance sheet for last three years
d. Manpower to be deployed with qualifications
e. Details of experience of projects with details and documents in support of
each of the project claimed as experience
f. Details of proposed plan of action for “Operation and Maintenance of
Darjeeling Rangeet Valley Ropeway for five years”

The bidder should ensure that all documents as proof of its eligibility and
experience of projects undertaken by it are enclosed here. Special
attention is to be paid while compiling its experience of projects. Required
information for assessing each individual project shall be deduced from this
proposal.

West Bengal Forest Development Corporation Ltd. (A Govt. of West Bengal Undertaking)

Signature Not Verified


Digitally signed by SIDDHARTHA BABU
Date: 2025.08.05 17:31:14 IST
Location: West Bengal-WB

You might also like