Technical Support Agency Sought for Forest Value Chain Development in Tripura
This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.
Source ID: WB-OP00410720
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES– FIRMS SELECTION) COUNTRY: INDIA NAME OF PROJECT: Enhancing Landscape and Ecosystem Management Project (ELEMENT) WORLD BANK ASSISTED (P179935) LOAN NO.: 97360 IN Assignment Title: Engagement of Technical Support Agency (TSA) for Value Chain Development and Innovation Center (VCDIC) in Tripura under World Bank Funded Enhance Landscape and Ecosystem Management (ELEMENT) Project.
Reference No . (as per Procurement Plan): IN-SFDA TRIPURA-509813-CS-QCBS The “Enhancing Landscape and Ecosystem Management (ELEMENT)” Project has been prepared with an overarching objective to develop forests and landscapes by bringing in self-reliance among forest dependent communities and improving the livelihood of the tribal populations.
The project also aims to develop high value forest-based value chains with private sector participation and increase earnings from forestry sector with special emphasis on agar, bamboo and medicinal, aromatic plants and ecotourism.
The Government of India (hereinafter called “Borrower”) has received financing from the World Bank towards the cost of Enhancing Landscape & Ecosystem Management Project (ELEMENT) in Tripura, and intends to apply part of the proceeds for consulting services. State Forest Development Agency (SFDA), Tripura Forest Department is implementing ELEMENT project in 8 districts of Tripura.
Expand full description
The VCIDC will be established within upcoming Tripura Sustainable Forest Research Institute (TSFRI), Agartala, Govt. of Tripura. A TSA will be engaged to provide consulting services for VCDIC. Tripura State Forest Research Institute (TSFRI), to be developed under the ELEMENT project will lead the implementation of value chain development and enterprise incubation activities in Tripura.
VCDIC will inter alia work with the communities for developing systems and processes for sustainable resource harnessing, support the community groups for value chain development investment plans[1] and build partnerships of community groups with market actors. The total duration of the assignment will be till the Project closing date i.e., 30th June 2030.
TSFDA, State Project Management Unit (SPMU), ELEMENT Project now invites eligible consulting firms (“Consultants”) to indicate their interest in providing these services.
Interested consultants must provide information demonstrating that they have the required qualifications and relevant experience to perform the Services i.e., “Engagement of Technical Support Agency (TSA) for Value Chain Development and Innovation Center (VCDIC) in Tripura under World Bank Funded Enhance Landscape and Ecosystem Management Project”. SFDA reserves the right to update the TOR.
Final version of TOR shall be shared with the shortlisted firms as part of follow-on RFP process. The detailed Terms of Reference (TOR) for the assignment shall be available along with REOI published at https://tripuratenders.gov.in/nicgep/app.
Any changes to REOI or TOR shall also be published at https://tripuratenders.gov.in/nicgep/app Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: Part A: Mandatory Criteria: Documents Required 1.
The applicant (firm) should have minimum 10 years (ending on 31.3.2025) of experience of the organization in value chain development and landscape enterprise incubation centers. Experience in developing partnerships with private sector companies, paving the way to creation of new market opportunities in High Value Forest Product (HVFP)/ Non-Timber Forest Product (NTFP) e.g.
Bamboo, Gandhoki ( Homalomena aromatica) , Agar ( Aquilaria malaccensis ) , Broom Grass (Thysanolaena maxima) , Medicinal Plant etc. Registration certificate, Copies of PAN, TAN and GST registration Or an equivalent government issued document for foreign applicants and List of assignments completed with supporting documents. 2.
The applicant (firm) should have experience of having successfully executed at least one similar assignments minimum value of INR 2.00 Cr. (Rupees Two Crore) / 224719 USD during the last 3 (three) financial years i.e. 2021-22 to 2023-24. Similar assignment implies relevant assignment i.e.
value chain development including development value addition clusters and setting up incubation center in programs supported or implemented by Government of India, State Governments, World Bank, United Nation or other International Organization of repute. Work Orders/ Completion Certificates/ Agreements, Client Certificate clearly mentioning the contract scope, contract duration and contract amount. 3.
The applicant (firm) should have a minimum average annual turnover of INR 5.00 Cr. (Rupees Five crore)/ 562000 USD from consultancy fees only in any three financial years out of the last five financial years i.e. 2020-21 to 2024-25. Values should be duly certified by a statutory body like Chartered Accountants or Independent Auditors who are competent to do so as recognized by the State concerned.
Turnover Certificate for consulting assignments certified by a Chartered Accountant with Audited Financial Statements for the last five financial years i.e. 2020-21 to 2024-25. 4 Firm may associate with other firms in the form of a joint venture (JV) to enhance their qualification.
However, the name of lead bidder must be clearly mentioned in that case and lead bidder should satisfy at least 50% of annual turnover requirement and JV Partner should satisfy at least 20% of turnover requirement criteria. A copy of the agreement or intent to form an agreement mentioning the name of the assignment as per the tender document, tender id and lead bidders.
In case of currencies other than INR or USD, the applicable exchange rate as published by Financial Benchmarks India Pvt. Ltd. (FBIL) on EOI submission deadline shall be used for the purpose of evaluation.
The attention of interested Consultants is drawn to Section III, of the World Bank’s “Procurement Regulations for IPF Borrowers” Revised September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. Consultants may associate with other firms to enhance their qualifications in the form of Joint Venture only and no subcontract will be allowed.
In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. Total number of firms in an association (joint venture) shall not exceed three number of firms. Further following Eligibility Criteria as laid down by World Bank will be followed for shortlisting of Consultancy Firms for issue of RFP.
Eligibility The Bank permits consultants (individuals and firms, including Joint Ventures and their individual members) from all countries to offer consulting services for Bank-financed projects.
Furthermore, it is the Lead Consultant’s responsibility to ensure that its Experts, joint venture members, Sub-consultants, agents (declared or not), sub-contractors, service providers, suppliers and/or their employees meet the eligibility requirements as established by the Bank in the applicable Procurement Regulations. As an exception to the foregoing 1.1 and 1.2 above: a.
Sanctions A Consultant that has been sanctioned by the Bank, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework as described in Section VI, Fraud and Corruption, paragraph 2.2 d, shall be ineligible to be shortlisted for, submit proposals for, or be awarded a Bank-financed contract or benefit from a Bank-financed contract, financially or otherwise, during such period of time as the Bank shall have determined.
The list of debarred firms and individuals is available at https://www.worldbank.org/en/projects-operations/procurement/debarred-firms . b.
Prohibitions Firms and individuals of a country or goods manufactured in a country may be ineligible if so indicated in Section 5 (Eligible Countries) and: (a) as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the provision of Services required; or (b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that country or any payments to any country, person, or entity in that country.
c. Restrictions for State-Owned Enterprises State-owned enterprises or institutions in the Borrower’s country may be eligible to compete and be awarded a contract only if they can establish, in a manner acceptable to the Bank, that they: are legally and financially autonomous, operate under commercial law, and are not under supervision of the Client. d.
Restrictions for Public Employees Government officials and civil servants of the Borrower’s country are not eligible to be included as Experts, individuals, or members of a team of Experts in the Consultant’s Proposal unless: (i) the services of the government official or civil servant are of a unique and exceptional nature, or their participation is critical to project implementation; and (ii) their hiring would not create a conflict of interest, including any conflict with employment or other laws, regulations, or policies of the Borrower.
e. Borrower Debarment A firm that is under a sanction of debarment by the Borrower from being awarded a contract is eligible to participate in this procurement, unless the Bank, at the Borrower’s request, is satisfied that the debarment; (a) relates to fraud or corruption, and (b) followed a judicial or administrative proceeding that afforded the firm adequate due process.
A Consultant will be selected in accordance with the QCBS method set out in the Procurement Regulations. Interested Consultants may obtain further information from the undersigned address below between 1000 to 1700 hours Indian Standard Time (IST) on all working days. Interested Consultancy Firms may please submit their Expression of Interest on this REOI before XXXXXXXXXX, 2025 through Tripura e-tenders portal.
-Sd- Sanjib Das, IFS State Forest Development Agency (SFDA), Forest Department, Government of Tripura Director (Administration, Procurement & Finance), ELEMENT Project, Aranya Bhavan, Gurkhabasti, Pandit Nehru Complex, Agartala, West Tripura, India, 799006, Ph no: 7630049150 E-mail: elementtripuraforest@gmail.com REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES– FIRMS SELECTION) COUNTRY: INDIA NAME OF PROJECT: Enhancing Landscape and Ecosystem Management Project (ELEMENT) WORLD BANK ASSISTED (P179935) LOAN NO.: 97360 IN Assignment Title: Engagement of Technical Support Agency (TSA) for Value Chain Development and Innovation Center (VCDIC) in Tripura under World Bank Funded Enhance Landscape and Ecosystem Management (ELEMENT) Project.
Reference No . (as per Procurement Plan): IN-SFDA TRIPURA-509813-CS-QCBS The “Enhancing Landscape and Ecosystem Management (ELEMENT)” Project has been prepared with an overarching objective to develop forests and landscapes by bringing in self-reliance among forest dependent communities and improving the livelihood of the tribal populations.
The project also aims to develop high value forest-based value chains with private sector participation and increase earnings from forestry sector with special emphasis on agar, bamboo and medicinal, aromatic plants and ecotourism.
The Government of India (hereinafter called “Borrower”) has received financing from the World Bank towards the cost of Enhancing Landscape & Ecosystem Management Project (ELEMENT) in Tripura, and intends to apply part of the proceeds for consulting services. State Forest Development Agency (SFDA), Tripura Forest Department is implementing ELEMENT project in 8 districts of Tripura.
The VCIDC will be established within upcoming Tripura Sustainable Forest Research Institute (TSFRI), Agartala, Govt. of Tripura. A TSA will be engaged to provide consulting services for VCDIC. Tripura State Forest Research Institute (TSFRI), to be developed under the ELEMENT project will lead the implementation of value chain development and enterprise incubation activities in Tripura.
VCDIC will inter alia work with the communities for developing systems and processes for sustainable resource harnessing, support the community groups for value chain development investment plans[1] and build partnerships of community groups with market actors. The total duration of the assignment will be till the Project closing date i.e., 30th June 2030.
TSFDA, State Project Management Unit (SPMU), ELEMENT Project now invites eligible consulting firms (“Consultants”) to indicate their interest in providing these services.
Interested consultants must provide information demonstrating that they have the required qualifications and relevant experience to perform the Services i.e., “Engagement of Technical Support Agency (TSA) for Value Chain Development and Innovation Center (VCDIC) in Tripura under World Bank Funded Enhance Landscape and Ecosystem Management Project”. SFDA reserves the right to update the TOR.
Final version of TOR shall be shared with the shortlisted firms as part of follow-on RFP process. The detailed Terms of Reference (TOR) for the assignment shall be available along with REOI published at https://tripuratenders.gov.in/nicgep/app.
Any changes to REOI or TOR shall also be published at https://tripuratenders.gov.in/nicgep/app Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: Part A: Mandatory Criteria: Documents Required 1.
The applicant (firm) should have minimum 10 years (ending on 31.3.2025) of experience of the organization in value chain development and landscape enterprise incubation centers. Experience in developing partnerships with private sector companies, paving the way to creation of new market opportunities in High Value Forest Product (HVFP)/ Non-Timber Forest Product (NTFP) e.g.
Bamboo, Gandhoki ( Homalomena aromatica) , Agar ( Aquilaria malaccensis ) , Broom Grass (Thysanolaena maxima) , Medicinal Plant etc. Registration certificate, Copies of PAN, TAN and GST registration Or an equivalent government issued document for foreign applicants and List of assignments completed with supporting documents. 2.
The applicant (firm) should have experience of having successfully executed at least one similar assignments minimum value of INR 2.00 Cr. (Rupees Two Crore) / 224719 USD during the last 3 (three) financial years i.e. 2021-22 to 2023-24. Similar assignment implies relevant assignment i.e.
value chain development including development value addition clusters and setting up incubation center in programs supported or implemented by Government of India, State Governments, World Bank, United Nation or other International Organization of repute. Work Orders/ Completion Certificates/ Agreements, Client Certificate clearly mentioning the contract scope, contract duration and contract amount. 3.
The applicant (firm) should have a minimum average annual turnover of INR 5.00 Cr. (Rupees Five crore)/ 562000 USD from consultancy fees only in any three financial years out of the last five financial years i.e. 2020-21 to 2024-25. Values should be duly certified by a statutory body like Chartered Accountants or Independent Auditors who are competent to do so as recognized by the State concerned.
Turnover Certificate for consulting assignments certified by a Chartered Accountant with Audited Financial Statements for the last five financial years i.e. 2020-21 to 2024-25. 4 Firm may associate with other firms in the form of a joint venture (JV) to enhance their qualification.
However, the name of lead bidder must be clearly mentioned in that case and lead bidder should satisfy at least 50% of annual turnover requirement and JV Partner should satisfy at least 20% of turnover requirement criteria. A copy of the agreement or intent to form an agreement mentioning the name of the assignment as per the tender document, tender id and lead bidders.
In case of currencies other than INR or USD, the applicable exchange rate as published by Financial Benchmarks India Pvt. Ltd. (FBIL) on EOI submission deadline shall be used for the purpose of evaluation.
The attention of interested Consultants is drawn to Section III, of the World Bank’s “Procurement Regulations for IPF Borrowers” Revised September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. Consultants may associate with other firms to enhance their qualifications in the form of Joint Venture only and no subcontract will be allowed.
In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. Total number of firms in an association (joint venture) shall not exceed three number of firms. Further following Eligibility Criteria as laid down by World Bank will be followed for shortlisting of Consultancy Firms for issue of RFP.
Eligibility The Bank permits consultants (individuals and firms, including Joint Ventures and their individual members) from all countries to offer consulting services for Bank-financed projects.
Furthermore, it is the Lead Consultant’s responsibility to ensure that its Experts, joint venture members, Sub-consultants, agents (declared or not), sub-contractors, service providers, suppliers and/or their employees meet the eligibility requirements as established by the Bank in the applicable Procurement Regulations. As an exception to the foregoing 1.1 and 1.2 above: a.
Sanctions A Consultant that has been sanctioned by the Bank, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework as described in Section VI, Fraud and Corruption, paragraph 2.2 d, shall be ineligible to be shortlisted for, submit proposals for, or be awarded a Bank-financed contract or benefit from a Bank-financed contract, financially or otherwise, during such period of time as the Bank shall have determined.
The list of debarred firms and individuals is available at https://www.worldbank.org/en/projects-operations/procurement/debarred-firms . b.
Prohibitions Firms and individuals of a country or goods manufactured in a country may be ineligible if so indicated in Section 5 (Eligible Countries) and: (a) as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the provision of Services required; or (b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that country or any payments to any country, person, or entity in that country.
c. Restrictions for State-Owned Enterprises State-owned enterprises or institutions in the Borrower’s country may be eligible to compete and be awarded a contract only if they can establish, in a manner acceptable to the Bank, that they: are legally and financially autonomous, operate under commercial law, and are not under supervision of the Client. d.
Restrictions for Public Employees Government officials and civil servants of the Borrower’s country are not eligible to be included as Experts, individuals, or members of a team of Experts in the Consultant’s Proposal unless: (i) the services of the government official or civil servant are of a unique and exceptional nature, or their participation is critical to project implementation; and (ii) their hiring would not create a conflict of interest, including any conflict with employment or other laws, regulations, or policies of the Borrower.
e. Borrower Debarment A firm that is under a sanction of debarment by the Borrower from being awarded a contract is eligible to participate in this procurement, unless the Bank, at the Borrower’s request, is satisfied that the debarment; (a) relates to fraud or corruption, and (b) followed a judicial or administrative proceeding that afforded the firm adequate due process.
A Consultant will be selected in accordance with the QCBS method set out in the Procurement Regulations. Interested Consultants may obtain further information from the undersigned address below between 1000 to 1700 hours Indian Standard Time (IST) on all working days. Interested Consultancy Firms may please submit their Expression of Interest on this REOI before 15/12/2025 through Tripura e-tenders portal.
-Sd- Sanjib Das, IFS State Forest Development Agency (SFDA), Forest Department, Government of Tripura Director (Administration, Procurement & Finance), ELEMENT Project, Aranya Bhavan, Gurkhabasti, Pandit Nehru Complex, Agartala, West Tripura, India, 799006, Ph no: 7630049150 E-mail: elementtripuraforest@gmail.com Agency: State Forest Development Agency, Tripura Procurement method: Quality And Cost-Based Selection Notice type: Request for Expression of Interest Status: Published Value: 3685292.68 USD
Buyer & contacts
Tags & Signals
Similar tenders
Three-Year Framework Contract for SCBA Maintenance Services
This tender seeks a framework contract for the maintenance of Self-Contained Breathing Apparatus (SCBA) equipment over a three-year period. Services will be provided on an as-needed basis to ensure operational readiness. The contract establishes a long-term service arrangement for essential safety equipment maintenance.
Repair and Installation of Spare Parts for Chevrolet Impala Vehicle
This tender involves the repair, securing, and installation of spare parts for a 2018 Chevrolet Impala vehicle with license plate 8502, which was damaged in a traffic accident. The procurement covers necessary automotive components and repair services to restore the vehicle to operational condition. The work includes both mechanical repairs and installation of replacement parts.
Repair and Installation of Spare Parts for 2012 Toyota Hilux Vehicle
This tender involves the repair, securing, and installation of spare parts for a 2012 Toyota Hilux vehicle. The procurement covers necessary maintenance and component replacement services. The work aims to restore the vehicle to proper operational condition.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.