Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

Similar documents
Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

TENDER DOCUMENT TIMELINER (ONE SHEET)

WEBSITE ADVERTISEMENT

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

STOCK HOLDING CORPORATION OF INDIA LTD.

THE INSTITUTE OF MATHEMATICAL SCIENCES

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

NOTICE FOR PREQUALIFICATION OF CONTRACTOR

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

ARMY WELFARE EDUCATION SOCIETY CAMPUS BANGALORE (AIHM&CT, AIFD) REQUEST FOR PROPOSAL (RFP)

Section A OFFICE OF THE DISTRICT INSPECTOR OF SCHOOLS (SECONDARY EDUCATION), KOLKATA BIDDING DOCUMENTS FOR FILING OF E-TDS CORRECTION RETURN

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi

Notice Inviting Tender (NIT) (Detailed)

ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata

RFP No. DDG(E)/GP2/TOKEN 04 of Serial Page No. 1

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee.

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

NTPC TAMILNADU ENERGY COMPANY LTD (A Joint Venture of NTPC Ltd. and TANGEDCO)

Tender for supply of spare parts use in RO Systems & Aquaguards

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2149/NIT-136 Dt:

CONTRACTOR EMPLOYER

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2271/NIT-137 Dt:

INVITATION FOR BIDS (IFB) Doc.No.:A IFB REV.A. _ Engineers India Ltd., RO, Chennai Sheet 1 of 6

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR

IFCI Infrastructure Development Ltd. (IIDL) IFCI Tower, 61, Nehru Place, New Delhi Phone(s): / , Fax:

TENDER CALL NOTICE (PRINTING AND SUPPLY OF PASSBOOKS)

Wanted office Premises on Lease.

Tender for Hiring of Commercial Office Space/Premises on long term Lease basis for Marketing Area Office in Kurukshetra.

THE REAL ESTATE (REGULATION AND DEVELOPMENT) ACT,

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking)

University of Delhi REVISED TENDER DOCUMENT. Purchase of ST-2613 and ST-2614 Digital Trainer Kits

IFCI Infrastructure Development Ltd. (IIDL) IFCI Tower, 61, Nehru Place, New Delhi Phone(s): / , Fax:

TENDER DOCUMENT FOR HIRING OF UNFURNISHED GUEST HOUSE ACCOMODATION

THE PLANTATION CORPORATION OF KERALA LTD KOTTAYAM - 4 PCK/SEC/

University of Delhi REVISED TENDER DOCUMENT. Purchase of Dyna-85 Microprocessor Kit

Kavoor Towers, Kavoor Junction, Kavoor, Mangalore , Ph: , ,

COEP s Bhau Institute of Innovation, Entrepreneurship and Leadership

NOTICE INVITING TENDER FOR PURCHASE OF PLOT AT GERUGAMBAKKAM, KANCHEEPURAM DISTRICT

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) SECTION - I. Ref. NTECL/C&M/OT/CS-3474 Dt:

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

C. A. No.03/CIDCO/SE(KHR-I)/EE(KHR-III)/ Sl.Pg.No.0

NOTICE INVITING BID. ` 5, (including 5% GST (Non-Refundable))

Request for Offer. for. Empanelment of Hotels for providing Boarding and Lodging Services

RESERVE BANK OF INDIA ESTATE DEPARTMENT CHENNAI Detailed Notice Inviting Application for Empanelment

Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs

RFP for Rented Printer and Services Document Control Sheet

H.O , Centre Point, Dr. Babasaheb Ambedkar Road, Parel, Mumbai

KENDRIYA VIDYALAYA, SINGRAULI` DISTT. SINGRAULI, M.P फ़ क सFax फ न न.Ph.No , (O) , (R)

Prescribed Date & Time for Uploading by upto A.M. To be downloaded/opened on at A.M.

TENDER NOTICE (ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT-185/ Date: 10/01/2019. Time for completion including monsoon

advertisements in newspapers

Ref. No. SCMF/ENG/ NIT-24/ Date: N O T I C E I N V I T I N G T E N D E R

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No

TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED

Tender Document for hiring of office space

Bharat Petroleum Corporation Limited (A Government of India Enterprise) SHORTLISTING OF INTERIOR ARCHITECTS

Jaipur Development Authority e-auction :Business Rules Document 2014

137/MD/NTESCL OF

Installation / maintenance of Lease line links for ERNET Delhi PoP

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

STATE BANK OF INDIA LOCAL HEAD OFFICE CHANDIGARH

TENDER FOR PURCHASE OF BUILDINGS/BUILT UP FLOOR(S)

NOTICE INVITING QUOTATIONS. Tech/RO-CNI/Flood/

Office of the General Manager B-5/101, Safdarjung Enclave, New Delhi Telephone No. (011) , Fax: (011)

Dated: Terms & Conditions:-

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A WHOLLY OWNED SUBSIDIARY OF SBI) INVITES OFFERS ON BEHALF OF STATE BANK OF INDIA FOR

क न द र य भ ड रण लनगम

Application for Empanelment of (a) Valuers and (b) Real Estate Consultants to monetize properties of IFCI by way of Sale and/or lease.

1.Mrs. J.Sankari, (Borrower) W/o.S.Janagarajan, No.3, 7 th Cross Street, Rajiv Gandhi Nagar, Dharapadavedu, Katpadi Taluk, Vellore

EMPANELMENT OF PROFESSIONAL REAL ESTATE CONSULTANTS TO ADVISE LIC OF INDIA ON VARIOUS REAL ESTATE MATTERS.

STATE BANK OF INDIA PREMISES DEPT., 9 TH FLOOR, STATE BANK BHAVAN, CORPORATE CENTRE, NARIMAN POINT, MUMBAI PREMISES REQUIRED ON LEASE

NLC INDIA LIMITED. Date & Time Description of work No. Tender value 16,76, ,000.00

Patna Divisional Office-2 Jeevan Ganga, Frazer Road, Patna Telephone No. (0612)

NOTICE INVITING TENDER FOR PURCHASE OF PLOT AT - BILHARI

Bid Processing Fee: Rs. 500

TERMS & CONDITIONS OF e-tender

Indira Gandhi National Open University Regional Centre, G.R.Complex, 3 rd Floor, No , Anna Salai, Nandanam, Chennai

BID DOCUMENT. Mr. R K Meena Chairman of Asset Sale Committee Contact No INDEX

SINGLE SHEET CALENDAR

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone :

No. CIDCO/EE(ULWE-I)/2015/ Date: 09/07/2015

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE RAJIV CHOWK

REQUEST FOR PROPOSAL (RFP) FOR DOCUMENT & DATA PROCESSING

ANNEXURE III TERMS & CONDITIONS OF SALE

Notice for Licensing of 97 Built-up Shops/Bare Spaces at 38 Metro Stations of Delhi Metro Network on Line 1, 2, 3, 5 & 6, through Open Auction

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING)

TECHNICAL BID (Details of documents to be furnished in technical bid)

NATIONAL HOUSING BANK. Quotation Call Letter for Providing Courier Services to the Bank

No.: GSIDC/ENGG./NIT-115/

Regional Office-Jaunpur Hotel River View Complex Sipah Road Jaunpur Uttar Pradesh UNION BANK OF INDIA REQUEST FOR PROPOSAL (RFP)

Transcription:

Agriculture Insurance Company of India Ltd. Head Office, New Delhi Tender Document Notice inviting tender for assessing losses reported under PMFBY/RWBCIS under individual and post-harvest covers with the Use of Mobile App Office of issue Agriculture Insurance Company of India Ltd., Head Office, 13 th Floor Ambadeep Building, 14 K. G. Marg, New Delhi -110001, Ph : 011-46869800 Tender No. Tender/UW/2016/03 Tender forms available at Website www.aicofindia.com Date of Issue / Publishing 20.12.2017 Last date of submission of bids 10.01.2018 by 3:00 pm Place of submission of bids 13 th Floor Ambadeep Building, 14 K. G. Marg, New Delhi -110001 Date & Time of opening of technical bid 11.01.2018, 3:00 pm Place of opening of technical bid 13 th Floor Ambadeep Building, 14 K. G. Marg, New Delhi -110001 Date and time of opening of Financial bid 18.01.2018, 3:00 pm Place of opening of Financial bid 13 th Floor Ambadeep Building, 14 K. G. Marg, New Delhi -110001 Tenders are invited from reputed and experienced agencies/firms/companies for hiring services assessing the losses under PMFBY on individual basis for localised calamity and post-harvest covers through the Use of Mobile App in various states of India for Agriculture Insurance Company of India Ltd. in the years 2018 & 2019. The tender is called for all the states however, the names of the districts would be intimated to the selected company after notification. Tender document can be downloaded from AIC website www.aicofindia.com 1. NATURE OF TENDER This tender is for seeking services to act as assessors for loss reported to AIC under individual and postharvest covers of PMFBY and additional covers of RWBICS. The contract shall be executed in the years 2018 &2019. Presently, services are required for districts allotted to AIC, under Rabi 2017-18 season, for implementing PMFBY and/or RWBCIS in India and may be extended to other areas depending upon the requirement of AIC. The performance of the firm awarded work will be reviewed periodically and their contract may be extended or terminated early based on their performance. 2. ELIGIBLE BIDDERS All agencies/firms/companies participating in the Bid for providing this service must have adequate infrastructure in terms of technically qualified manpower and requisite instruments for crop loss assessment / yield estimation using mobile app (to be reckoned on the last date for submission of bids) and fulfil the following conditions to be eligible for bidding: 1

a) The firm/agency/company must not have been blacklisted by any Government/Ministry/Department/PSU, nor should they have been debarred from dealing with any public Department for any service, assignment, activity the firm/agency/company was associated with them b) The firm must be registered with all Government/statutory authorities such as GST authority, Income Tax Department, etc. as required in the normal course of business to render similar services. The claims to such registration must be supported by furnishing documentary evidence in form of copies of certificate of registration and PAN/ TAN cards. c) The firm must not be engaged in insurance intermediation or any other activity related to agricultural finance including disbursing crop loans. d) The firm should have qualified in Technical Evaluation Process as per the evaluation criteria specified in 17.1 below. e) The firm should have technical ability to carry out assessment of the losses under PMFBY/RWBCIS on individual basis for localised calamity and post-harvest covers through the Use of Mobile App in various states of India. 3. The area of work would be confined mainly to districts allotted to AIC for implementing PMFBY and/or RWBCIS in the states of India. Other areas may also be included depending upon requirement of AIC 4. Duration of agreement and Period of work: The initial duration of work shall be two years which can be extended on mutually agreed terms. However, the period of present work will be from date of award of work-order till 31 st December 2019. 5. Period of validity of rate quoted: The quoted rates would remain valid for the period of operation of the contract. 6. Scope of Work: The broad scope of work shall be as under: I. Collect the details of Insured and intimations from AIC Regional Offices. II. To validate insurance data of the farmer from banks/ intermediaries, if desired by AIC. III. To coordinate with the offices/officials of the State Government from agriculture, statistics, revenue or cooperation department for loss assessment work. IV. To identify and mark the field from cadastral map or otherwise (identification method to be noted) as the field where the loss is reported. V. To visit fields for assessment of losses on individual basis as per requirements placed by Regional offices of AIC and providing report in the format provided by AIC. Following activities need to be done while assessing losses on individual approach: a. To collect proof of insurable interest in form of copy of land records or revenue receipt. b. To take good quality digital photographs of affected field with GPS tag (latitude & longitude up to 6 to 8 decimals each) and time stamp using mobile phone/cameras capturing (1) from North, South, West and East corners of the field and (2) one image each of surrounding two field/farm (3) if the field possess irrigation facility, 2-3 images certifying the facility. c. Around one minute video (at least 640 by 480 resolution) with GPS tag (latitude & longitude up to 6 to 8 decimals each) of the plot with close ups of the plants, produce (if visible), moving in most of the rows of the plot. All the video and still photographs should be digitally date and time stamped. d. May have to interact with local community to assess cause of loss. 2

e. To fill up the Claim Assessment Form and obtain the signatures of primary worker, farmer and any other functionaries. VI. The Reports will have to be filed online, if desired by AIC. VII. Assessment work has to be carried out in time bound manner with specific deadlines to each activities adhered to. The Agency shall also be required to: 1. Employ people who are qualified to carry out loss assessment as per guidelines of the PMFBY & RWBCIS schemes as well as IRDAI regulations in force. Such details are to be shared with AIC. 2. Deploy State and district coordinators supported with sufficient number of skilled and trained personnel and furnish their contact details to AIC. 3. Conduct Assessment of localised calamity using mobile app and provide server access to AIC to see and retrieve data. 4. Ensure compliance with prescribed procedure / formats and completeness of loss assessment report, as provided by AIC. 5. Submit the report along with duly filled prescribed formats to AIC within 48 hours after completion of loss assessment for the respective farmer/plot. 6. The successful bidder shall work within the scope of work of this tender. Any work / act outside the scope of work shall be sole responsibility of the bidder and AIC neither assumes responsibility for the same nor such act will bind AIC in any manner whatsoever. AIC does not warranty any or number of losses that would be assessed in the state/states allotted to the agency. 7. Specific Terms & Conditions a. All the data collected (raw and processed) in the entire exercise will be the sole property of AIC. b. No data will be shared for any publications, etc. with the outside personnel involved in the exercise. c. The owners of the company/agency will have to provide comprehensive insurance against accident/ damage/ disaster that may ensue during the period of observation. Insurance should be covering all usual risks to their personnel and equipment/s, if any, during the exercise. 8. INSTRUCTIONS TO BIDDERS The Bidder is expected to examine all instructions, forms, terms and specifications in the Tender Documents. Failure to furnish any of the information required as per the Tender Documents or submission of bids not substantially responsive to the Tender Documents in every respect will be at the bidder's risk and may result in rejection of the bid. 9. CLARIFICATION OF BID DOCUMENTS A prospective bidder, requiring any clarification of the Tender Document shall notify AIC through its official mail at shuvajitc@aicofindia.com. AIC shall respond through mail to any request for clarification of the Tender Document. Any clarification issued by AIC in response to query raised by prospective bidders shall form an integral part of Tender documents and it may amount to an amendment of relevant clauses of Tender document. 10. AMENDMENT OF TENDER DOCUMENT 3

At any time, prior to the date of submission of bids, AIC may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the Tender documents by amendments. The amendments shall be notified online only through corrigenda, if any. In order to provide prospective bidders reasonable time in which one has to take the amendments into account in preparing their bids, AIC may, at its discretion, extend the deadline for the submission of bids suitably. 11. MODE OF BID SUBMISSION Bids shall be submitted under two bid systems i.e. Technical and Financial Bids. Bidders are advised to go through the details thoroughly before bid submission as AIC will not be responsible for rejection of bids due to incorrect/faulty bid submission. Bid Documents will contain following in a large envelope: 1. Technical Bid 2. Financial Bid 3. EMD 12.EMD 12.1 Bidders, shall have to furnish, as part of bid, interest free EMD/bid security for an amount of ` 10,000 /- (Rupees Ten thousand only) in the form of an account payee Demand Draft or Banker s Cheque from any Scheduled Commercial Bank in favour of AIC of India, New Delhi, valid for a period of 45 days beyond the final bid validity period and shall be delivered physically to AIC, Head Office New Delhi, on or before the last date and time fixed for bid submission. A bid not accompanied by EMD security shall be rejected being non-responsive at the bid opening stage and returned to the bidder unopened. 12.2 The EMD of the unsuccessful bidder will be discharged /returned to the bidder without any interest whatsoever at the earliest after evaluation of the bid and latest on or before the 45th day after the award of the contract. 12.3 The successful bidder's EMD will be discharged upon the bidder's acceptance of the award of contract and furnishing the performance security. 12.4 The bid security may be forfeited: a) If a bidder withdraws his bid during the period of bid validity specified above. b) In the case of a successful bidder, if the bidder withdraws or amends the tender or impairs or derogates from the tender. 13. PERFORMANCE SECURITY The successful bidder shall be required to furnish performance security of Rs 1,00,000 (One Lakh) through Demand draft/ Performance Bank Guarantee valid for two years, which shall be forfeited in the event, successful bidder fails to perform its obligations as per this tender and contract. 14. TECHNICAL BID 4

The Technical Bid should be submitted in A SINGLE SEALED COVER super scribed AIC-Individual loss assessment 2018 & 2019 Technical Bid. 14.1 The technical bid shall be as per duly signed and stamped proforma enclosed and shall contain the properly signed and stamped copy of all the documents mentioned therein. Also submit the copy of this Tender Document duly signed with stamp on each page, implying acceptance of the terms and conditions of this tender. 15. BID PRICE / FINANCIAL BID The Financial Bid should be submitted in A SINGLE SEALED COVER super scribed AIC-Individual loss assessment 2018 & 2019 Financial Bid. 15.1 The financial bid shall contain the price schedule to be submitted as per the attached Proforma on their letter head with quoted rates. Bid price in any other format is not acceptable and will result in disqualification of tender at financial bid stage. Note: 1. Submit the price bid only in the sealed envelope super scribed AIC-Individual loss assessment 2018 & 2019 -Financial Bid. 2. AIC shall not pay any other amount on any account including mobilisation charges, office expenses, transport charges, phone charges, etc. 16. OPENING OF BIDS A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening process physically. Financial bids of the technically qualified bidders will be opened by a Committee on 18.01.2018 at 1500 Hrs. 17. EVALUATION CRITERIA 17.1 Evaluation of Technical Bids Technical bids of the bidders shall be evaluated by a Committee. The tender would be evaluated on the basis of technical qualification in each state. Firstly, all technical bids will be checked with respect to their completeness. Any bid not fulfilling the criteria mentioned above will be straightaway declared as technically disqualified. In second stage, weightage shall be given to various points of technical bids as described below:- S.No. Item Maximum score 1. Previous experience in conducting similar kind of exercise for crop loss assessment / yield estimation, marks to be given as under:- 1-2 yrs - 05 Marks 2-3 yrs - 10 Marks 20 3-4 yrs - 15 Marks > 4 yrs - 20 Marks 5

2. Number of Losses Assessed for which similar exercise conducted in one cropping season in one state by the firm (Completion certificate should be submitted):- 20 100 to 250 Losses Assessed 05 Marks 250 to 500 Losses Assessed 10 Marks 500 to 1000 Losses Assessed - 15 Marks Above 1000 Losses Assessed 20 Marks 3. Technical Qualification I. The firm/company/agency having 1 or more Agriculture Graduate/ retired bank/ govt. officials having experience in agriculture/ horticulture / extension personnel in a state. The firm employing 1 qualified personnel in 1 state will be given 1 mark. Thereafter the marks will be in proportion to personnel employed in a state. The firms employing 10 or more qualified personnel in a state will be awarded maximum of 10 marks. 40 II. Company having experience of surveying / assessing more than 100 farms using mobile using GPS coordinates The firm meeting highest number parameters will be given 10 marks and rest companies will be marked proportionately. III. Number of states, where the company has conducted similar exercise. The firm experienced in 1 state will be given 1 mark. Thereafter the marks will be in proportion to states experienced. The firms experienced in the 10 or more states will be awarded maximum of 10 marks. IV. Quality of the previously done work with respect to the current requirement (proof can be through video, photographs or approved documentary proof). The firm meeting highest number parameters will be given 10 marks and rest companies will be marked proportionately. N.B: Bidder to give proof of evaluation criteria in technical bid, else, 0 marks will be awarded. Financial bids of only those agencies will be opened, who get minimum 50% marks in technical evaluation. 18. Evaluation of Financial Bids Financial bid/bid price made only in price bid duly sealed cover will be accepted. Bid price will be evaluated by the Technical Committee on the basis of Minimum Cost per farm assessment. In case of tie between L-1 firms, the bidder with higher marks in Technical Bid Evaluation will be considered. 19. No bidder shall try to influence AIC (concerned officers dealing with the tender) on any matter relating to its bid, from the time of bid opening till the time the contract is awarded. Any effort by a bidder to influence the Purchaser in the Purchaser's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid. 20. AWARD OF WORK ORDER Regional Office of AIC will award the work order as per the tender terms and the successful bidder will be required to sign a separate agreement in the format provided by AIC. 6

21. AIC reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the AIC's action. 22. SIGNING OF CONTRACT The issue of Award Letter and Signing of Contract shall constitute the award of contract on the successful bidder. A contract shall be executed between AIC and the bidder to whom the contract has been awarded. Upon furnishing the performance security of rupees one lakh by the successful bidder, AIC shall discharge its bid security with the performance security. 23. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of the tender document shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event AIC may make the award to L2 on L1 rates, or to subsequent bidders in case L 2 does not agree at L1 rates, or call fresh bids. 24. PAYMENT TERMS Terms and Conditions: i. The Performance security shall be refundable to the Awardee Firm on expiry of validity of contract period as per, subject to satisfactory work performance. However, AIC shall have the sole discretion and authority to deduct or forfeit full amount of the Performance security in case of any deficiencies in the execution of the assignment in the opinion of AIC. ii. For payment and Performance security to be released, the agency must carry out all the loss assessment work allotted to them within time frame set by Operational guidelines of the scheme and/or IRDAI regulations. iii. 50% of the base rate will be paid for subsequent loss assessment in the same village on same day. iv. If the agency fails to comply with the work order, fully or partially, Performance security shall be forfeited and no payment shall be released for part work done and AIC reserves the right to take legal action against the Agency as deemed fit. v. Payment shall be released by AIC s Regional Office after obtaining the detailed report as specified above and compliance with the terms/ conditions/ requirements under Tender document/ Work Order. If the report is satisfactory the payment shall be released along with the Performance security amount deposited. Please note that: 1. Read all the terms and conditions of this tender carefully before submitting the bids. The prospective bidders should ensure itself that it qualifies as per the technical criteria. 2. All the relevant information pertaining to technical capacity should be provided. 3. The Financial bids should be duly signed by the authorized signatory of the Agency mentioning his/her Name, Designation, Address and Contact Number, with seal and date. 4. The Technical Bid should be submitted in A SINGLE SEALED COVER super scribed AIC- Individual loss assessment 2018& 2019 Technical Bid. 5. In case bidder fails to provide any required document as mentioned in technical bid proforma, then the bid will be rejected as technically unqualified. 6. The last date of submission of bids is 10 th January 2018 before 3:00 PM. 7

7. The Financial Bid should be submitted in A SINGLE SEALED COVER super scribed AIC- Individual loss assessment 2018 & 2019 Financial Bid. 8. The bid should be addressed to: Deputy General Manager, Underwriting, Agriculture Insurance Company of India Ltd, 13 th Floor, Ambadeep Building, 14 - KG Marg, New Delhi 110001. PROFORMA FOR TECHNICAL BID (On firm s letter head) (Use separate forms for different states) 1. Bidder Information: a) Name of the Company:. b) Registered Address:... c) Local Office Address:.. 2. Contact Person : a) Name : b) Designation : c) Mobile number : d) Landline number : S.No. Item Remarks 1. The state for which technical bid is submitted 2. Having mobile App and ability to provide server access Yes/No 3. Previous experience in conducting similar kind of exercise for crop loss assessment / yield estimation Years 4. Financial Status, turnover as per the audited accounts of the firm during each of the previous two financial years. Lakh Rs. 5. Number of farms for which similar exercise conducted in one cropping season in one state by the firm (Completion certificate should be farms submitted) 6. Technical Qualification I. Number of Agriculture Graduate personnel in state. II. Experience of surveying / assessing more than 100 farms using mobile Apps. Yes / No III. Experience of conducting similar exercise using GPS coordinates IV. Number of states, where the company has conducted similar exercise. Yes / No states V. Quality of the previously done work with respect to the current requirement 8

Note : Please submit documentary proof in respect of each item above failing which it shall be construed that the firm does not have requisite experience. Please enclose the following with this proforma: 1. A brief profile of firm mentioning address of its registered head office and addresses of all branch offices. 2. Certificate of Incorporation/ Registration of Firm/ Memorandum and Articles of Association/ Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc. as the case may be. 3. Bank account RTGS details (attach a cancelled cheque) 4. Copy of PAN/TAN numbers. 5. Copy of Income Tax Return for last two Financial Years i.e. FY 2015-16 and 2016-17. 6. Audited accounts (Balance Sheet and Profit and Loss Account etc.) for the last two years. 7. Any document which can be taken as proof of similar type of activity /assignment completed or doing presently with any organization. 8. Copy of GST Registration Certificate. 9. Certificate by the Bidder to the effect that the firm is not blacklisted by any Govt. Organization/ DGS&D/ NCCF / PSU. 10. Tender Acceptance Letter on firm s letter head which should be filled, signed and stamped/certified properly. 11. Copies of experience certificates/order for award of contract for related services. 12. Certificate that the company / agency have not been blacklisted by any Government/Ministry/Department/PSU, nor been debarred from dealing with any public Department. 13. Certificate that the company / agency is registered with all Government/statutory authorities such as Sales Tax Department, Income Tax Department, etc. as required in the normal course of business to render similar services. 14. Authorisation Letter for Authorised Signatory. Date: Place: Note: * Authorisation letter should be attached Signature of authorized person with seal Name of Authorised* Signatory 9

PROFORMA FOR FINANCIAL BID/RATE BID (On firm s letter head) RATE (Rates exclusive of all applicable taxes): State: S. No. Component 1 Item Description assessing losses reported under PMFBY/RWBCIS under individual and post-harvest covers with the Use of Mobile App 2 Rate in rupees for first loss to be assessed in a village in a day # agency to provide mobile app, instrument and server for data retrieval #50% will be paid for subsequent loss assessment in the same village on same day Date: Place: Note: * Authorisation letter should be attached Signature of authorized person with seal Name of Authorised* Signatory 10

TENDER ACCEPTANCE LETTER (To be given on Firm/Company Letter Head) To Deputy General Manager, Underwriting Agriculture Insurance Company of India Ltd, 13 th Floor, Ambadeep Building 14 Kasturba Gandhi Marg N. Delhi 110001 Date: Sub: Acceptance of Terms & Conditions of Tender for assessing losses reported under PMFBY/RWBCIS under individual and post-harvest covers with the Use of Mobile App Dear Sir, 1. I/ We have obtained the Tender document(s) for the above mentioned assessing losses reported under PMFBY/RWBCIS under individual and post-harvest covers with the Use of Mobile App from AIC portal. 2. I / We hereby certify that I / we have read the entire terms and conditions of the Tender document (including all documents like annexure(s), schedule(s), etc.), which form part of the contract agreement. 3. I / we shall abide hereby by the terms / conditions / clauses contained therein. 4. I / We hereby unconditionally accept the work conditions of above mentioned tender document in its totality / entirety. 5. In case any provisions of this tender are found violated, then your Company shall without prejudice to any other right or remedy be at liberty to reject this bid including the forfeiture of the full said security deposit absolutely. Yours Sincerely, (Signature of the Bidder, with Official Seal) 11