You are on page 1of 14

Inviting E-Gem bids for

Dynamic Portal Development for Promotion of non-ferrous metal


scrap recycling including stakeholders’ registration and
management with reference to National Non-Ferrous Metal Scrap
Recycling Framework-2020 for JNARDDC Nagpur.

JAWAHARLAL NEHRU ALUMINIUM RESEARCH


DEVELOPMENT AND DESIGN CENTRE
WADI, NAGPUR

1
BACKGROUND
Climate change, global warming and sustainable use of resources are some of the important
issues of the 21st century. To make this world a safer and healthier place we are constantly
searching for alternatives that’ll reduce harm to our environment. Hence in this regard, there
are so many reasons as to why it is important to recycle metals. The recycling of metal reduces
environmental pollution, it saves precious resources, it reduces the waste which occupies the
landfills, it saves from the destruction of the natural habitat of animals when the new ore is
mined and more importantly it reduces energy consumption. The scrap material is a continuous
resource. Recycled metal can be re-melted and reshaped as many times as we want.
However, India's recycling rate for all metals is significantly lower than the global benchmark.
In the wake of this, Ministry of Mines established the Promotion Council for encouraging non-
ferrous metal recycling in the country. The commitment behind the formation of the council is
to address the challenges of non-ferrous metal waste management and to promote a circular
economy in our nation.
The Ministry of Mines has nominated and authorized JNARDDC to carry out the functions
earmarked for Metal Recycling Authority, as stipulated in National Non-Ferrous Metal Scrap
Recycling Framework, 2020, except statutory functions. Furthermore, JNARDDC was
approved by the Special Governing Body for promotion and development of recycling industry
and transition to circular economy in the Metal sector. With a view to undertake the new
objectives, a Recycling Promotion Division was set up in JNARDDC with two sub-divisions
(i) technical and R&D; (ii) Development and promotion.

Roles and responsibilities


Technology/R&D Subdivision
 Providing necessary support to promote R&D in scrap recycling, outsourcing studies
related to recycling and product designing using recycled material.
 Stimulate the 9Rs through scientific handling, processing, and disposal of all metal
scrap through authorized centers/facilities.
 Support technological leadership in methodology, process know-how, facilities.
 Best practices for collection, processing & value-addition in recycling process
 Monitoring & 3rd-party inspection of recycling sector as and when required.
 Establishing Quality standards for scrap used for recycling.
 Publicizing process standards, like Recycling Industry Operating Standards established
by the Institute of Scrap Recycling Industries (ISRI) or similar.
 Assist/guide the recycling centers to expand the technological know-how for
segregation and recycling.
 Mechanism for treating metal scrap and residues produced from dismantling and
shredding facilities.
 Appropriate equipment & publish best available technology for recycling activities.
 Minimum infrastructure requirement with clear minimum standards and criteria for the
processing of recyclables.
 Classification, packaging, labeling and color scheme for dangerous substances and
proper coding of reusable component
 Dismantling information for product

2
Development & Promotion Subdivision
 Capacity building and promotion of good recycling practices for all stakeholders
 Stimulating continuous training and evaluation of human resources to make them
competent in handling metal scrap and thus minimize risks.
 Work towards creating consumer awareness on environment-friendly management of
wastes and inform them about special incentives on new products upon exchange or
scrapping of end-of-life products.
 Public awareness program about disposal, handling, and recycling schemes
 Develop framework for registration of collection, segregation, dismantling units.
 Develop performance indicators and a mechanism for ranking and evaluation of units.
 Create a digital platform/ portal for aggregating central and state level recycling
database.
 Develop framework for collection of data on recycled products from registered
recycling.
 Maintain record of flow of scrap and recycled metal including finished goods, energy
use, water use, material use and environmental emissions etc.
 Develop relevant indicators for monitoring and reporting mechanism.
 To coordinate and engage with stakeholders including Central and State Governments
and local agencies, Consumers, Collectors, Segregators, Recyclers, Industry, etc. by
organizing or associating with workshops, conferences, seminars, meetings, etc.
 Formal, well-organized & Energy Efficient recycling ecosystem
 Encouraging technically sound, safe, & SoP for handling and processing scraps
 Assist MoM in promoting the Non-Ferrous Metal Scrap Recycling Framework.
 Promotion and dissemination of Best available technologies for scrap dismantling and
recycling units.
 Organized collection and processing centers in the recycling sector.
 Start-ups in coordination with MSMEs to boost economic activity.
 Promotion of Minimum infrastructure requirements & Minimum Recycled Content
requirements
 Publicize the policies of MoM concerning the recycling of Non-Ferrous Metals
 Support data-based analysis and policymaking at all stages of the recycling chain to
assist MoM in policy decisions.
 To develop database for aggregating Central and State Level database
 To engage with state Government and local agencies in identifying and setting up Urban
Mines and metal recycling zones.
The Recycling Promotion Council at JNARDDC is initiating the bidding process for the
creation of a Dynamic Web Portal, outlining the roles and responsibilities associated with the
development project.
1. Invitation for Proposal
a) With reference to the National Non-Ferrous Metal Scrap Recycling Framework-
2020 published by the Ministry of Mines, Govt. of India, it is intended to invite
proposals through this tender/e-gem bid for the selection of agency/firm with a
good track record and sound technical and financial capabilities for Dynamic Portal
Development for Promotion of non-ferrous metal scrap recycling, including

3
stakeholders’ registration and management, as per the terms and conditions outlined
in the following paragraphs.
b) Bidders are advised to study the tender carefully. Submission of bids shall be
deemed to have been done after the careful study and examination of the tender
document with understanding of its implications.
c) JNARDDC may, at its own discretion, extend the date for submission of proposals.
In such a case all rights and obligations of the JNARDDC and bidders previously
subject to the deadline will thereafter be subject to the deadline as extended.
d) Initially for a period of two years, extendable further subject to satisfactory
compliance of terms and conditions of Contract and on mutual agreement.
JNARDDC reserve the right to extend/discontinue the maintenance contract for
web portal

2. Definitions
Unless the context otherwise requires, the following terms whenever used in this tender
have the following meanings:
o “Bidder” means firm/agency/company who submits bids/proposals in response
to this tender.
o “Committee” means committee constituted for evaluation of bids/proposals.
o “Agency” means the firm/company, selected through competitive tendering in
pursuance of this bid, for the design and development of dynamic web portal
o “Contract” means the Contract entered into by the parties for providing the said
services along with the entire documentation specified in the tender.
o “Proposals” means proposal submitted by the bidders in response to the tender
issued by JNARDDC.
o “Services” means the work to be performed by the Agency pursuant to this
tender and to the contract to be signed by the parties in pursuance of any specific
assignment awarded by JNARDDC.
o “JNARDDC” means Jawaharlal Nehru Aluminium Research Development and
Design Centre
3. Conflict of Interest
The agency should provide professional, objective and impartial advice and at all times
hold the interests of JNARDDC paramount, strictly avoid conflicts with other
assignments/jobs or their own corporate interests and act without any consideration for
future work.
4. Validity of Proposals
a) Proposals shall remain valid for a period of 180 (One Hundred and Eighty) days
from the date of opening of Proposal. JNARDDC reserves the right to reject a
proposal valid for a shorter period as non-responsive.
b) In exceptional circumstances, JNARDDC may solicit the bidder’s consent to an
extension of the period of validity. The request and the response thereto shall be
made in writing. Extension of validity period by the bidder should be unconditional.

4
A bidder granting the request will not be permitted to modify its Proposal.

5. Right to Accept or Reject Proposal(s)


JNARDDC reserves the right to annul the tendering process, or to accept or reject any
or all proposals in whole or part at any time without assigning any reason and without
incurring any liability to the affected bidder(s) or any obligation to inform the affected
bidder(s) of the grounds for such a decision.

6. Fraud and Corruption


It is required that the Bidders submitting Proposal and the agency selected through this
tendering must observe the highest standards of ethics during the process of selection
of agency and during the performance and execution of contract.
For this purpose, definitions of the terms are set forth as follows:
o “Corrupt practice” means the offering, giving, receiving, or soliciting of
anything of value to influence the action of JNARDDC or its personnel in
contract executions.
o “Fraudulent practice” means a misrepresentation of facts, in order to influence
a selection process or the execution of a contract and includes collusive practice
among bidders (prior to or after Proposal submission) designed to establish
Proposal prices at artificially high or non-competitive levels and to deprive the
Institute of the benefits of free and open competition.
o “Unfair trade practice” means supply of services different from what is
ordered on or change in the Indicative Scope of Work.
o “Coercive practice” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in the
selection process or execution of contract.
JNARDDC will reject a proposal for award if it determines that the Bidder
recommended for award has been determined to be having been engaged in corrupt,
fraudulent, or unfair trade practices.
JNARDDC will declare an agency ineligible, either indefinitely or for a stated period
of time, for awarding the contract, if it at any time determines that the agency has
engaged in corrupt, fraudulent, and unfair trade practice in competing for, or in
executing, the contract.

7. Clarifications and Amendments of tender


 During the process of evaluation of the Proposals, JNARDDC may, at its
discretion, ask Bidders for clarifications on their proposal. The Bidders are
required to respond within the prescribed time frame.

 JNARDDC may for any reason, within the deadline, modify the tender from
time to time. The amendment(s) to the tender would be clearly spelt out and the
bidders may be asked to amend their proposal due to such amendments.

5
8. Objective
This portal will be an independent portal developed for the promotion of non-ferrous
metal scrap recycling. It will be loosely coupled with the JNARDDC Website
(https://jnarddc.gov.in/) through some strategic links etc. also,
9. Technology Stack
The Portal will be developed on the latest Open-Source Dynamic Web Development
Technology like PHP 8.X, MySQL, CodeIgniter 4, HTML 5, CSS 3, and Bootstrap 5.
10. Indicative Scope of work
o Design and Development of an aesthetically pleasing and engaging Portal to deal
with a large user base to disseminate all related information regarding the National
Non-ferrous metal Scrap Recycling Framework-2020
o A robust search system with advanced search algorithms and indexing techniques
to improve the accuracy and relevance of search results, allowing JNARDDC to
access the most relevant information efficiently.
o Robust mechanisms to ensure data consistency and accuracy across databases to
enhance the reliability and integrity of search results.
o Scalability and Future-Readiness to add more functionality to the portal
o Most information will be shared with different stakeholders via several CMS
(Content Management System) pages. All inside pages are to be aesthetically
designed with proper use infographics, charts etc. Tentative site map is as below
(the authority is open to constructive suggestion. As the portal will be on WCMS
framework, navigation should be altered at any point of time)

1. About Us
a. From the desk of director
b. Vision
c. Mission
d. Objectives
e. Thrust areas
I. Identification, evaluation, and promotion of proven and emerging
technologies available for recycling sector nationally and
internationally.
II. Promoting efficiency and quality in recycling.
III. Creating an enabling eco-system for upscaling of technologies, know-
how acquisition, absorption, and dissemination.
IV. Field level application of locally available and emerging technologies
V. Formulation of Specifications, Schedules, Standards on proven
materials/technologies

6
VI. Documentation of benefits, durability and acceptability of cost effective
and innovative materials and technologies.
VII. Skill upgradation through capacity building programs, training
programs, seminars, conferences, workshops, exhibitions nationally as
well as internationally.
VIII. Appraisal, monitoring, and third-party inspection of recycling activities
IX. Publication of user manuals, guidelines, compendiums, directories,
brochures, techno-feasibility reports, video films, demonstration CDs,
interactive website, blogs including documentation of success stories.
f. Background
g. Major services offered.
I. Technical guidelines
II. Skill development
III. Laboratory testing
h. Organization chart
i. Citizen’s charter
j. Photo gallery

2. Areas of work
a. Skill & awareness
i. Upcoming courses
ii. Completed courses
b. Technical
i. Certification of products
ii. Rating of industry
iii. Green rating of products
iv. Minimum recycled content requirement (MRCR)
v. Minimum infrastructure requirements
vi. Process standards
c. Promotional
i. Event calendar
ii. Start-ups
iii. Policies
3. RTI
a. CPIO & ACPIO
b. Appellant Authority
c. Byelaws

7
4. Publications
a. Annual reports
b. Newsletter
c. Technical articles
d. Videos
5. Contact us
a. Feedback
b. FAQ
6. Tender
a. Active
b. Past
7. Stakeholder Register/Login
a. Existing user
b. Registration for Stakeholders (New users can register with Udyam
Registration and other details)
i. Recyclers
ii. Traders
iii. Aggregators
iv. Dismantlers
v. Collection Centres
vi. Others

o User Access and Identity Management: The portal facilitates user access control,
authentication, and authorization. Administrators can define user roles,
permissions, and access levels for different components and resources.
o Develop Highly intelligent registration forms for all Stakeholders so that data
validation and data integrity is well kept. Strong authentication through Email,
SMS, and AADHAR Verification will be maintained during Registration & Login.
o All registered stakeholders will be accepted by the system only after due inspection
and approval by the management via a Secured Admin Panel / Dashboard.
o Through some Admin Panel/Dashboard, promotional schemes will be announced,
and all details will be disseminated.
o Based on an intelligent match making algorithm, matched stakeholders will receive
notifications for several schemes announced by the authority, time to time.
o Incorporate communication capabilities with registered stakeholders.
o Various forms for ratings, evaluations, certifications etc. will be developed.
o Reporting and Analytics: The portal provides reporting and analytics capabilities to
generate insights through dashboards, charts, and customizable reports to aid in

8
decision-making, capacity planning, and troubleshooting.
o The Evaluation Matrix of the Admin Panel/Dashboard will be intelligent enough to
evaluate and rank several stakeholders according to their credentials for any
announced schemes.
o The admin of the postal can add a special set of users as Evaluators who can
compare several stakeholder’s credentials for any scheme and give their Qualitative
and Quantitative observation. We can take the help of blind forwarding of the
credentials for fairer evaluation.
o Automated ranking and Evaluator’s ranking will be finally compared by the
authority to decide on the winners for any scheme.
o Security and Compliance: The portal includes security features to ensure secure
access, data protection, and compliance with industry standards and regulations. It
may include features like role-based access control (RBAC), audit logs, and
encryption of sensitive data.
o Alerting and Notifications: The system can be configured to send notifications or
alerts based on predefined rules or thresholds. For example, it can notify
administrators when critical errors occur or security-related events are detected.
o The system facilitates regular backups of user data to protect against data loss and
facilitate disaster recovery. It may include features for scheduling backups,
managing backup storage, and performing recovery operations in case of system
failures.

11. Buyer Added Bid Specific Additional Terms and Conditions


Pre-qualification cum Technical Evaluation Criteria:
Experience: Bidder must submit verifiable documentary evidence of experience,
testimonials , turnover as follows for technical evaluation:
i. The bidder should have a valid GST, Trade License, Current Bank Solvency Certificate
of not less than the estimated Bid value issued within one year from the date of notice
& a Firm Registration Number. Scanned copies of these documents have to be
uploaded.
ii. The bidder should have a minimum of Ten years of experience from the last date of
submission of the bid in the design, development, and the provision maintenance and
management services of websites/portals/web applications.
iii. The bidder should have designed, developed, and maintained at least 03 (Three) web
portal of proposal management system in any Centrally Funded Technical Institute
(CFTI)/Institute of National Importance (INI) in the last five years. Copy of work
order, satisfactory performance certificate issued by respective buyer
organization to be submitted.
iv. The bidder should have designed, developed, and maintained at least 01 (One)
web portal of proposal management system in any Centrally Funded Technical Institute
(CFTI)/Institute of National Importance (INI) of order value of above 20 lakhs in last
five years. Copy of work order, satisfactory performance certificate issued by
respective buyer organization to be submitted.

9
v. The bidder should have designed, developed, and maintained at least 10 (Ten) CMS
based dynamic website for any Centrally Funded Technical Institute (CFTI)/Institute
of National Importance (INI) in last ten years. Copy of work order, satisfactory
performance certificate issued by respective buyer organization to be submitted.
vi. The bidder should be neither blacklisted nor debarred during the last five financial
years, by any Government Organization/ PSU etc. A self-declaration certificate has
to be provided.
vii. Human resource : The Bidder should have a proper set of human resource in its own
payroll comprises of the following professionals. Bidder has to submit documentary
evidence for the below mentioned details.
a) Dedicated Project Manager – 15 + years of experience
b) Dedicated Solution Architect - 5 + years of experience
c) Client Servicing Executive – 1
d) Graphics Designer – 2 with art college background
e) Web UI/UX Designer – 1
f) Web Developer – 1
g) Tester – 2
h) Content Developer – 2
i) Hindi Content Developer – 1
viii. Conditional Quotation not acceptable: All the terms and conditions mentioned
herein must be strictly adhered to by all the vendors. Conditional Quotations shall not
be accepted on any ground and shall be rejected straightway. Printed conditions
mentioned in the bids submitted by bidders will not be binding on JNARDDC.
ix. ISO 9001:2015: The bidder of the offered products must have ISO 9001
certification.
x. Escalation Matrix for Service Support: Bidder must provide Escalation Matrix of
Telephone Numbers for Service Support.

A. This Bid is based on Least Cost Method Based Evaluation (LCS). The technical
qualification parameters are: -
1. Tender Committee: The Tender will be evaluated by the Tender Committee
constituted by the Competent Authority, JNARDDC, Nagpur. Please note that the
Tender Committee is not bound to accept any quotation or to assign any reason for
rejecting any or all the quotations. The decision of the Committee is the matter shall
be final and binding.
2. Opening of bids: Provided all rules related to number of bidders etc. and all relevant
concerns are satisfied, the Tender Committee will open the Pre-Qualification Criteria
(above) cum technical bid.
Provided all rules related to the number of technically qualified bidders etc. and all
related concerns are satisfied, the Tender Committee will open the price bid for
those bidders who are awarded with minimum score 70 out of 100. (see below).

10
3. Technical qualification: This Bid is based on Least Cost Method Based
Evaluation (LCS).
The technical qualification parameters for the marking is as follows : -
Parameter /Qualification details Max Bidder
Score Document
Required
1 10 Yes
Company Profile & Resource Manpower
Technical Evaluation Criteria, please refer para 11
Point VII.( Human resource)
(i) Fully compliant to = 10 Marks,
(ii) Partially compliant = 5 Marks,
(iii) Not compliant = 0 Marks
2 10 Yes
Total annual average turnover of the previous three
financial years (2022-23, 2021-22, 2020-21)
1 cr. > 3 marks; 2 cr. > 5 marks & 3 cr. > 10 marks
3
Past experience of Similar Project as per eligibility
criteria. Supporting documentary proof to be enclosed 20 Yes
for evaluation.
(i) More than 15 projects = 20 Marks,
(iii) More than 10 and up to 15 projects = 15 Marks
(ii) More than 5 and up to 10 projects = 10 Marks,
(iii) More than 3 and up to 5 projects = 5 Marks
4 UI/UX design & concept of the proposed portal along 10 Yes
with Three (03) Page Layouts (PDF FILE TO BE
SUBMITTED WITH BID DOCUMENTS)
5 Technical Presentation focusing on the methodology,
understanding of scope of work and the business logic
along with semi functional prototype form (Wizard 50 Yes
driven) and a case study of similar nature.
Total 100
Technical qualification criteria: Bidders that secure at least 70 marks out of 100 marks in the
Technical Evaluation will be deemed to be technically qualified.
4. Financial Bid: The Financial bids of only technically qualified bidders will be
opened for further processing.
5. Winning bidder. L1 ( Least bidding amount, including all charges )

6. Splitting
Bid splitting / subcontracting not applied.
a) Turnover: The minimum average annual financial turnover of the bidder during the
last three financial years, ending on 31st March of the previous financial year,

11
should be one crore as indicated above in the bid document. Documentary evidence
in the form of certified Audited Balance Sheets of relevant periods or a certificate
from the Chartered Accountant / Cost Accountant indicating the turnover details for
the relevant period shall be uploaded with the bid. In case the date of constitution /
incorporation of the bidder is less than 3-year-old, the average turnover in respect of
the completed financial years after the date of constitution shall be considered for
this criterion.
b) Years of Past Experience required: The bidder must have experience for number
of years as indicated above in bid data sheet (ending month of March prior to the bid
opening) of providing similar type of services to any Central / State Govt
Organization / PSU / Public Listed Company. Copies of relevant contracts / orders
to be uploaded along with bid in support of having provided services during each of
the financial year.
7. Initiation and Phases
A detailed System Study on the process flow, different form structures, and business
logic has to be done by the Technology Solution Provider and deliver the formal
Software Requirement Specification (SRS). The SRS is to be fully agreed upon by the
Portal Owner and the Technology Solution Provider. Throughout the Portal
Development Lifecycle, the SRS document must be strictly followed. The Development
will be in a Phased manner, and in the very first phase CMS based Dynamic Website
will be developed with Stakeholder Registration, Login and Approval. Subsequent
phases will run in parallel after the site is made live to save on the overall development
cycle.
8. Hosting and Go Live
During the Development of the Portal the Technology Solution Provider will provide a
Staging Server and demonstrate the progress of the development. Once the User
Acceptance Test (UAT) and Security Audit is cleared and “Safe to Host” certificate is
obtained, the portal will be made live on the NIC server. Security Audit and
Certification shall be done via a CERT-IN Empanel Agency as per the hosting policy
on NIC Server.
9. Earnest Money Deposit (EMD) & Performance security deposit
Bidder have to deposit the EMD as per e-gem bid documents.
10. AMC ( Annual maintenance charges )
Bidder have to indicate the AMC charges for next 05 years (Comprehensive and Non -
Comprehensive) in percentage basis in his bid. JNARDDC reserve the rights to enter
the AMC contract after completion of contract.

12
Annexure -1

Turnover certificate

Financial year Amount

2020-21

2021-22

2022-23

Should be certified by Chartered accountant

Annexure -II

Experience certificate within last 10 years ( to be submitted on letter head)

Sl Name Govt or Purchase Description Amount of Completion


NO of the Pvt buyer order no and of project project date
buyer date

Contract copy to be submitted along with bid. Only Centrally Funded Technical Institute
(CFTI)/Institute of National Importance (INI)/ Central / State Govt Organization / PSU / Public
Listed Company and Private firms will be considered for the marking . Pvt firm orders more
than five lakhs will be considered for marking. However firm have to compliance the pre-
qualification criteria mentioned in para -11.

13
Annexure -III

AMC CHARGES

Financial year In percentage In percentage


( Comprehensive ) ( Non - Comprehensive )

Ist year

2nd year

3rd year

4th year

5th year

Percentage will be the total bidding amount. Bidders are to ensure that bidding amount
will not be mentioned in any documents except in price bid. JNARDDC reserve the
rights to enter the AMC contract after completion of contract period .

14

You might also like