request for proposal foradjoining existing facilities of the international convention center...
Post on 25-Jan-2021
1 Views
Preview:
TRANSCRIPT
-
Request for Proposal
For
Appointment of Programme Management Consultant for
“Redevelopment of Gandhinagar Railway Station along with the
Development of 300-room Hotel at the Airspace above the Station and
Upgradation of Mahatma Mandir Convention Centre and Helipad
Exhibition Grounds at Gandhinagar”
Bid Document
Volume I – Request for Proposal
(RFP No. IRSDC/HQ/Tender/08/2017/PMC-GNC)
Indian Railway Stations Development Corporation Limited
4th Floor, Palika Bhawan, Sector -13, R.K. Puram, New Delhi – 110 066
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC i
Contents
Disclaimer ............................................................................................................... 1
1 Introduction ...................................................................................................... 3
1.1 Background ................................................................................................ 3
1.2 Overall Schedule for Completion of the Programme ................................ 4
1.3 Schedule of Bidding Process ..................................................................... 4
1.4 Accessing/ Purchasing of Bid Documents and Method of Submission .... 5
2 Instructions to Bidders .................................................................................... 8
A. General ....................................................................................................... 8
2.1 Scope of the RFP ....................................................................................... 8
2.2 Conditions of Eligibility of Bidders .......................................................... 8
2.3 Cost of preparing the Bid ........................................................................ 12
2.4 Site Visit and Verification of Information ............................................... 13
2.5 Acknowledgement by Bidder .................................................................. 13
2.6 Right to Reject Offers .............................................................................. 13
B. Documents ................................................................................................ 14
2.7 Contents of the RFP Document ............................................................... 14
2.8 Clarification on RFP Document .............................................................. 14
2.9 Amendment of RFP Document ............................................................... 15
C. Preparation and Submission of Bids ........................................................ 15
2.10 Language ................................................................................................. 15
2.11 Format and Signing of Bid ...................................................................... 16
2.12 Technical Proposal .................................................................................. 16
2.13 Financial Proposal ................................................................................... 18
2.14 Submission of Bid ................................................................................... 18
2.15 Bid Due Date (BDD) ............................................................................... 19
2.16 Late Bids .................................................................................................. 19
2.17 Modifications / Substitution & withdrawal of Tenders ........................... 19
2.18 Earnest Money Deposit (EMD) ............................................................... 19
D. Evaluation Process ................................................................................... 21
2.19 Opening and Evaluation of Tenders ........................................................ 21
2.20 Confidentiality ......................................................................................... 22
2.21 Tests of Responsiveness .......................................................................... 22
2.22 Clarification on Bids ................................................................................ 23
E. Appointment of Consultant ...................................................................... 23
2.23 Negotiations ............................................................................................. 23
2.24 Substitution of Key Personnel ................................................................. 23
2.25 Indemnity ................................................................................................. 23
2.26 Award of Consultancy ............................................................................. 23
2.27 Execution of Contract .............................................................................. 24
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page ii
2.28 Commencement of Assignment .............................................................. 24
2.29 Proprietary Data ....................................................................................... 24
2.30 Fraud and Corrupt Practices .................................................................... 24
2.31 Pre-Bid Conference ................................................................................. 26
2.32 Miscellaneous .......................................................................................... 26
3 Criteria for Evaluation of Proposals ............................................................ 28
3.1 Evaluation of Technical Proposals .......................................................... 28
3.2 Short-listing of Bidders ........................................................................... 31
3.3 Evaluation of Financial Offers ................................................................ 32
3.4 Final Selection ......................................................................................... 32
4 Technical Proposal – Standard Forms ......................................................... 33
4.1 TECH – 0: Technical Proposal Checklist ................................................ 33
4.2 TECH – 1: Technical Proposal Submission Form .................................. 34
4.3 TECH – 2A: Bidder’s Organization ........................................................ 39
4.4 TECH – 2B: Bidder’s Experience ........................................................... 41
4.5 TECH – 3: Comments and Suggestions on Terms of Reference ............ 43
4.6 TECH – 4: Description of the Approach, Methodology, and Work Plan
for Performing the Assignment ............................................................ 44
4.7 TECH – 5: Work Programme .................................................................. 45
4.8 TECH – 6: Staff Deployment Schedule .................................................. 46
4.9 TECH – 6: Team Composition ................................................................ 48
5 Financial Proposal – Standard Forms ......................................................... 51
5.1 FIN – 1: Financial Proposal Submission Form ....................................... 51
5.2 Form FIN – 2: Breakdown of Lump sum Price ....................................... 52
5.3 Form FIN – 3: Breakdown of Remuneration .......................................... 53
5.4 Form FIN – 3: Breakdown of Remuneration .......................................... 54
6 Terms of Reference ........................................................................................ 55
6.1 Project Background ................................................................................. 55
6.2 Scope of Programme Management Consultant’s (PMC) Services .......... 57
6.3 Objectives of the PMC Services .............................................................. 57
6.4 Detailed Scope of Work .......................................................................... 57
6.5 Requirement of Technical Personnel ....................................................... 72
6.6 Data and Facilities to be Provided by IRSDC ......................................... 75
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 1
Disclaimer
The information contained in this Request for Proposal document (the “RFP”) or
subsequently provided to Bidder(s), whether verbally or in documentary or any other
form by or on behalf of Indian Railway Stations Development Corporation Limited
(IRSDC) or Gandhinagar Railway & Urban Development Corporation Limited
(GARUD), a joint venture company (the ‘Authority’) incorporated by and between
Government of Gujarat (GoG) and Ministry of Railways/ IRSDC or any of its
employees or advisors, is provided to Bidder(s) on the terms and conditions set out
in this RFP and such other terms and conditions subject to which such information is
provided.
This RFP is not an agreement and is neither an offer nor invitation by IRSDC to the
prospective Bidders or any other person. The purpose of this RFP is to provide
interested parties with information that may be useful to them in making their Bids
pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by IRSDC in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the
information that each Bidder may require. This RFP may not be appropriate for all
persons, and it is not possible for IRSDC, its employees or advisors to consider the
investment objectives, financial situation and particular needs of each party who
reads or uses this RFP. The assumptions, assessments, statements and information
contained in the Bidding Documents, may not be complete, accurate, adequate or
correct. Each Bidder should, therefore, conduct its own investigations and analysis
and should check the accuracy, adequacy, correctness, reliability and completeness
of the assumptions, assessments, statements and information contained in this RFP
and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is 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 law
expressed herein.
The Authority, its employees and advisors make no representation or warranty and
shall have no liability to any person, including any Bidder or Bidder 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 anything contained in this RFP or otherwise,
including the accuracy, adequacy, correctness, completeness or reliability 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 for participation in this Bid
Stage.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 2
The Authority also accepts no liability of any nature whether resulting from
negligence or otherwise howsoever caused arising from reliance of any Bidder upon
the statements contained in this RFP.
The Authority may in its absolute discretion, but without being under any obligation
to do so, update, amend or supplement the information, assessment or assumptions
contained in this RFP.
The issue of this RFP does not imply that IRSDC is bound to select a Bidder or to
appoint the Selected Bidder for the Project and IRSDC reserves the right to reject all
or any of the Bidders or Bids without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which
may be required by IRSDC or any other costs incurred in connection with or relating
to its Bid. All such costs and expenses will remain with the Bidder and the Authority
shall not be liable in any manner whatsoever for the same or for any other costs or
other expenses incurred by a Bidder in preparation or submission of the Bid,
regardless of the conduct or outcome of the Bidding Process.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 3
1 Introduction
1.1 Background
Indian Railway Stations Development Corporation Ltd. (“IRSDC”), is inviting Bids
comprising of the Technical Proposals and Financial Proposals. IRSDC shall be
responsible for planning, designing and execution and operation of the Project.
1.1.1 The Ministry of Railways (MOR) has decided to develop/redevelop
certain identified railway stations across India through a Special Purpose
Company named as ‘Indian Railway Stations Development Corporation
Limited’ (hereinafter referred to as “IRSDC”) established under
Companies Act, 1956 with equity participation of IRCON International
Limited (IRCON) and Rail Land Development Authority (RLDA). The
main objectives of IRSDC is to develop/redevelop the existing/new
railway station(s); undertake projects development of real estate on
Railway/ Government land and its commercial utilization and to carry on
any Railway Infrastructure work including development of railway
stations.
1.1.2 In pursuance of the aforesaid objectives and as a part of its commitment
of providing better passenger amenities, a Joint Venture Company (“the
Authority”), Gandhinagar Railway & Urban Development Corporation
Limited (GARUD), has been incorporated by and between Government
of Gujarat (GoG) and Ministry of Railways/IRSDC. The Authority has
decided to undertake the Re-Development of Gandhinagar Railway
Station along with the Development of 300 Rooms Hotel Building (at the
airspace above railway track/platforms) Station at Gandhinagar, Gujarat.
The Authority will operate and manage the Railway Station, Hotel, and
adjoining existing facilities of the International Convention Center
(Mahatma Mandir) and Exhibition Center (Helipad Exhibition Grounds).
1.1.3 The Authority has decided to execute the Project through Engineering,
Procurement and Construction (EPC) mode. Accordingly, the EPC
Contract has been awarded. The scope of EPC Contract includes Re-
development of the Railway Station and Development of the 300-room
five-star hotel building. However, the EPC Contract does not cover
design, construction and commissioning of Hotel Furnishing, Finishing
and Equipment (‘F&FE’.) F&FE works will be procured through
separate Contract(s).
1.1.4 Description of the Project, including the existing situation and basic
details of the Project components, is provided as a part of this Request
for Proposal (VOLUME III.)
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 4
1.1.5 The Authority has undertaken the development Programme which
includes re-development of Railway Station and Hotel (EPC Contract),
Design, Construction, and Commissioning of F&FE for the five-star
hotel, and some upgradation and improvements to the existing Mahatma
Mandir and Helipad Exhibition Grounds.
IRSDC having been mandated to oversee management of the Programme on behalf
of the Authority, invites Bids for selection of a Programme Management Consultant
(the “PMC”) to assist the Authority in management of construction and
commissioning of the Programme. Scope of services to be provided by the PMC
shall be as specified in Section 6 and other requirements as specified in this RFP,
(collectively the “Consultancy”) for execution of the Programme.
1.2 Overall Schedule for Completion of the Programme
The Authority plans to complete all development works of this Programme by 31st
December 2018, so that the Railway Station, Hotel, and Convention Center /
Exhibition Center facilities are commissioned in time for the Vibrant Gujarat 2019
event.
1.3 Schedule of Bidding Process
IRSDC shall endeavour to adhere to the following schedule:
SN.
Events
Description Date
1 Issue of RFP Documents May 23, 2017 1 Last date of receiving queries for the
pre-bid meeting May 26, 2017
2 Pre-bid meeting May 29, 2017 (11:00 Hrs.) 3
Bid Due Date (BDD)
June 12, 2017
4
Opening of Bids
June 12, 2017
5
Presentation on Technical Proposal of Bidders who meet the Technical Capacity (All Key Staff required)
June 14 - 15, 2017 (tentative)
6
Opening of Financial Proposals
to be announced later
7
Letter of Award (LOA)
Within 7 (Seven) days of Opening of Financial Proposals
8
Validity of Bids
60 days of Bid Due Date
9
Signing of PMC Agreement and
Within 7 (Seven) days of
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 5
mobilization of PMC Team award of LOA
1.4 Accessing/ Purchasing of Bid Documents and Method of Submission
1.4.1 The complete RFP Document can be viewed / downloaded from the e-
Procurement portal i.e. https://www.tenderwizard.com/IRSDC, free of
cost which can also be accessed through link on Tender section of
IRSDC website i.e. www.irsdc.com.
1.4.2 A Vendor’s Manual containing the detailed guidelines for e-Procurement
system is also available on e-Procurement portal of IRSDC.
1.4.3 It is mandatory for all the bidders to have class-III Digital Signature
Certificate (in the name of person having power of attorney to sign the
Bid) from any of the licensed Certifying Agency (Bidders can see the list
of licensed CA’s from the link www.cca.gov.in) to participate in e-
Procurement of IRSDC.
1.4.4 It is mandatory for the bidders to get their firm/company registered with
e-procurement portal of IRSDC, i.e.
https://www.tenderwizard.com/IRSDC to have user ID & password by
submitting a non-refundable annual registration charge of Rs. 2,500/-
(exclusive of taxes, levies, etc.) which can be paid online through Debit/
Credit Card in favour of “M/s ITI Limited”, payable at New Delhi using
the payment gateway of Punjab National Bank. The registration so
obtained by the prospective bidder shall be valid for one year from the
date of its issue and shall be subsequently renewed.
1.4.5 RFP documents will be available online on website
https://www.tenderwizard.com/IRSDC from 23rd May 2017 which can
be downloaded free of cost till the last date and time of submission of
tender. However, to participate in the online bidding process, bidders are
required to pay a non-refundable fee of Rs. 10000/- (Rupees. Ten
Thousand Only) towards the cost of one set of tender document through
NEFT or RTGS only in IRSDC’s bank account no.: 040802000002256,
RTGS/IFSC code: IOBA0000408 at Indian Overseas Bank, R. K. Puram
Branch, New Delhi in favour of “IRSDC” payable at New Delhi/Project
HQ.
1.4.6 In addition to this, Bidder shall submit a non-refundable fee of
Rs.5,750/-(Rupees Five Thousand Seven Hundred and Fifty only)
inclusive of all taxes towards e-bid processing fee paid online through
Debit/ Credit Card in favour of “M/s ITI Limited” using the payment
gateway.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 6
1.4.7 Validity of Bidder’s Registration on the e-Procurement portal of IRSDC
Bidders may note the following:
a) It shall be the sole responsibility of the bidder(s) to keep the Registration
valid up to the original/extended date of submission of bid.
b) Bids can be submitted only during the validity of their registration.
1.4.8 IRSDC may issue addendum(s)/corrigendum(s) to the tender documents.
In such case, the addendum(s)/corrigendum(s) shall be issued and placed
on website https://www.tenderwizard.com/IRSDC at any time before the
closing time of tender. The tenderers who have downloaded the tender
documents from website must visit the website and ensure that such
addendum(s)/corrigendum(s) (if any) is also downloaded by them. This
shall be the responsibility of the prospective registered bidders to check
the web site for any such corrigendum/addendum at the time of closing
time of tender and ensure that bid submitted by them are in accordance
with all the corrigendums/addendums. Suitable time extension (not less
than 3 days beyond the date of last amendment) for submission of bids
will be granted.
1.4.9 Technical Proposals and Financial Proposals (the Bids) shall be
submitted online on or before 11.00 Hrs on 12th June 2017 in the
prescribed format given on the websites and technical bids received
online shall be opened at 11.30 Hrs on 12th June 2017. No other mode of
submission is acceptable. Detailed credentials as per the requirement of
eligibility criteria and all Technical Proposal papers except Financial
Proposal documents are to be submitted in “Technical Proposal”.
Financial Proposal forms duly filled in are to be submitted in the format
provided online in the name of “Financial Proposal”. Representative of
the bidder, who chooses to attend, may attend the online opening of
the Technical Proposals on 12th June, 2017 at 11:30 Hrs. in the office
of Managing Director & CEO, IRSDC, at 4th Floor, Palika Bhawan,
Sector XIII, R.K. Puram, New Delhi – 110 066. However, such
representatives shall be allowed to attend the opening of the Technical
Proposals, only if such person presents the letter of authority issued in
his name by the bidder on his letterhead.
1.4.10 Bidders cannot submit the Bid after the due date and time of e-bid
submission. Time being displayed on e-procurement portal of IRSDC
(“Standard Time”) shall be final and binding on the bidder. e-Bids are
required to be submitted by bidders, only as per the Indian Standard
Time (IST) and not the time as per their location/country.
1.4.11 Modification/Substitution/Withdrawal of Bids
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 7
a) In the event of modification/substitution/withdrawal of the Application, the
Applicant may modify, substitute or withdraw the documents of its
Application after submission prior to the prior to the Bid Due Date.
b) For withdrawal of the documents of the Application, the Applicant will have
to click on withdrawal icon at Tender Wizard and can withdraw its
Application. However, it may be noted that once the bid has been withdrawn,
applicant cannot participate again in the e-tender. The Applicant may modify
or substitute the documents of the Application after submission, provided that
the Applicant detach the old documents submitted in the electronic form from
the Tender Wizard and upload the modified or substituted documents.
c) Bidders are advised not to withdraw their Bid in case of any
modification/substitution of application. Withdrawal will not allow further
participation/modification/ substitution of applications.
d) Any alteration / modification in the Bid or additional information material
supplied subsequent to the Bid Due Date, unless the same has been expressly
sought for by the Authority, shall be disregarded.
1.4.12 The bidders are advised to submit their e-bids well before the e-bid due
date. IRSDC shall not be responsible for any delay in submission of e-
bids for any reason including server and technical problems.
1.4.13 The Technical and Financial Proposals shall be digitally signed by the
Authorized Signatory of the bidder & submitted “on-line” only. The
authorised signatory of the bidder must be in possession of Power of
Attorney before submitting the digitally signed bid. Scanned copies of
various documents can be prepared in different file format (PDF, JPEG).
Bidders can upload a single file of size 5 MB only but they can upload
multiple files.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 8
2 Instructions to Bidders
A. General
2.1 Scope of the RFP
Detailed description of the objectives, scope of services, deliverables and other
requirements relating to this Consultancy are specified in this RFP Document. A
private, public or government owned legal entity possessing the requisite experience
and capabilities required for undertaking the Consultancy may participate in the
Selection Process individually as a single entity tenderer (the “Singly Entity
Bidder”). A combination of entities is not allowed to bid as a Joint Venture of
Consortium. Single entity Bidders may, however, employ Independent Consultants
or Sub-Consultant staff, subject to limitation specified in Section 6. The Selected
Bidder shall be solely liable for performance of PMC Services, including the
performance of any Independent Consultants or Sub-Consultant staff proposed by
them. The manner in which the Bid is required to be submitted, evaluated and
accepted is mentioned in this RFP Document.
2.1.1 Bidders are advised that the selection of Consultant shall be on the basis
of evaluation by ISRDC through the Selection Process specified in this
RFP Document. Bidders shall be deemed to have understood and agreed
that no explanation or justification for any aspect of the Selection
Process will be extended and that ISRDC’s decisions thereof are without
any right of appeal whatsoever.
2.1.2 Key Personnel: The Consultancy Team shall consist of Key Personnel
(the “Key Personnel”), specified in Clause 6.5, who shall discharge their
respective specified responsibilities. The Consultancy team shall be also
supported by other technical and support Personnel proposed by the
Bidder.
2.2 Conditions of Eligibility of Bidders
2.2.1 Bidders must read carefully the minimum conditions of eligibility (the
“Conditions of Eligibility”) provided herein. Bids of only those Bidders
who satisfy the following Conditions of Eligibility will be considered for
evaluation:
2.2.1.1 Financial Capacity
To be eligible for evaluation of its Bid, a Bidder shall have achieved average annual
turnover of Rs. 20 Crores or more over the previous 3 (three) financial years
preceding the BDD. Further, the Bidder should have been in Profit at least during the
two of the three years preceding the BDD.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 9
2.2.1.2 Technical Capacity
Definitions:
“Eligible Projects” mean projects having capital cost (excluding land value) of Rs.
300 Crore of more, in development of:
(a) Five Star Hotels, or
(b) public building facilities for transport projects (i.e. airports, railway stations,
Metro / LRT stations, bus depots / terminals on PPP, Multimodal Transport Hubs, or
(c) Integrated townships, institutional / commercial buildings, convention centers,
sports stadium, hospitals, industrial townships, industrial complexes etc., provided
such projects involve provision of all integrated services like building information
management systems, interior design, finishing and furnishing, mechanical
ventilation, lighting, fire fighting, plumbing and drainage, fenestration, façade etc.
“Eligible Contracts” mean, consultancy contracts on “Eligible Projects” defined
above covering any of the following services:
a) Basic Engineering / Tender Stage Design Development, Bid Process
Management, and Engineering Reviews
b) Construction Supervision
c) Project Management including project schedule and cost control, EVM analysis,
change management, schedule and cost trend analysis & reporting, and contract
management.
2.2.2 To be eligible for evaluation of its Bid, a Bidder must have successfully
completed a total of at least two “Eligible Contracts” for “Eligible
Projects” as defined above in the last 7 (Seven) years, out of which at
least one “Eligible Contract” must be a Five Star Hotel. Ongoing
assignments shall be considered “Eligible Contracts” provided the
Bidder has received fee payments of at least Rs.100 Lakh against such
ongoing assignments. The Bidder shall submit details of work experience
on Eligible Contracts in its Technical Proposal in the formats specified at
Section 4 for demonstrating its Technical Capacity and claiming
Technical Score. The Bidder shall enclose with its Bid, certificate(s)
from its Statutory Auditors or independent chartered accountant or its
chartered accountant that normally audits the annual accounts of the
Bidder, stating its turnover from professional fees during the past three
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 10
years and the payments received in respect of each of the Eligible
Contracts.
2.2.3 The Bidder should submit a Power of Attorney for the Authorised
Signatory as per the format provided in Section 4.
2.2.4 Any entity which has been barred by the Central/ State Government in
India, (or any entity controlled by such barred entity), from participating
in any project, and the bar subsists as on the date of Bid, would not be
eligible to submit a Bid.
2.2.5 A Bidder should have, during the last one year, neither failed to perform
on any Contract, as evidenced by imposition of a penalty by a judicial
authority or a judicial pronouncement, nor been expelled from any
project or Contract nor have had any Contract terminated for breach by
such Bidder.
2.2.6 Where the Bidder is a single entity and registered or incorporated in a
country other than India, it shall be required to form an appropriate
subsidiary company in India under the Indian Companies Act 2013, to
execute the Contract and implement the Consultancy.
2.2.7 Conflict of Interest:
i. A Bidder shall not have a conflict of interest that may affect the
Selection Process or the Consultancy (the “Conflict of Interest”). Any
Bidder found to have a Conflict of Interest shall be disqualified. In the
event of disqualification, IRSDC shall forfeit and appropriate the EMD in
full, without prejudice to any other right or remedy that may be
available to IRSDC hereunder or otherwise.
ii. IRSDC requires that the Consultant provide professional, objective, and
impartial advice and at all times, hold IRSDC’s interests paramount,
avoid conflicts with other assignments or their own corporate interests,
and act without any consideration for future work. The Consultant shall
not accept or engage in any assignment that would be in conflict with
its prior or current obligations to other Authorities, or that may place it
in a position of not being able to carry out the assignment in the best
interests of IRSDC.
iii. Without limiting the generality of the above, a Bidder shall be
considered to have a Conflict of Interest that affects the Selection
Process, if such Bidder has a relationship with another Bidder, directly
or through common third parties, that puts them in a position to have
access to each others’ information about, or to influence the Tender of
either or each other, and if:
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 11
a) a Bidder or its constituent/Member and any other Bidder or its
constituent/Member have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply
in cases where the direct or indirect shareholding of a Bidder or its
constituent/Member (or any shareholder thereof having a
shareholding of more than 5% (five percent) of the paid up and
subscribed share capital of the Bidder or its constituent/Member, as
the case may be) in the other Bidder or its constituent/Member is less
than 5% (five percent) of the paid up and subscribed share capital of
such Bidder or its constituent/Member; provided further that this
disqualification shall not apply to a bank, insurance company, pension
fund, mutual fund or any financial institution that is included under the
FEMA (notification No. FEMA.131/2005-RB dated 17th March, 2005)
(for avoidance of doubt the indirect shareholding shall be reckoned by
multiplying the percentage shareholding in each successive layer); or
b) a Single Entity Bidder is a constituent/Member of another Bidder;
c) a constituent/Member of such Bidder is also a constituent /Member of
another Bidder; or
d) such Bidder has the same legal representative for purposes of this Bid
as any other Bidder; or
e) such Bidder or its constituent/Member has provided or is providing
directly or indirectly services on the same Project(s) in detailed design
and tender planning such as FLS, geotechnical studies, soil testing,
design/drawing, BOQ etc.; conversely the Consultant shall be
disqualified for providing above services on the Project(s); or
f) such Bidder or its constituent/Member has provided or is providing
directly or indirectly any form of services to the Contractor(s),
conversely the Consultant shall be disqualified for providing above
services to the Contractor(s); or
g) a firm which has been engaged by IRSDC or the Authority to provide
goods or works for a project will be disqualified from providing
consulting services for the same project; conversely, a firm hired to
provide consulting services for the preparation of implementation of a
project, and its constituent/Members, will be disqualified from
subsequently providing goods or works or services related to the same
project; or
h) the Bidder or its constituent/Member and the Contractor(s) or its
constituent/Member have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply
in cases where the direct or indirect shareholding of a Bidder or its
constituent/Member (or any shareholder thereof having a
shareholding of more than 5% (five percent) of the paid up and
subscribed share capital of the Bidder or its constituent/Member, as
the case may be) in the Contractor(s) or its constituent/Member is less
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 12
than 5% (five percent) of the paid up and subscribed share capital of
such Contractor(s) or its constituent/Member; provided further that
this disqualification shall not apply to a bank, insurance company,
pension fund, mutual fund or any financial institution that is included
under the FEMA (notification No. FEMA.131/2005-RB dated 17th
March, 2005), provided further that its direct or indirect shareholding
doesn’t exceed 26% of the paid up and subscribed share capital of the
Bidder or its constituent/Member, as the case may be (for avoidance of
doubt the indirect shareholding shall be reckoned by multiplying the
percentage shareholding in each successive layer).
2.2.8 DELETED
2.2.9 While submitting a Proposal online, the Bidder should attach clearly
marked and referenced continuation sheets in the event that the space
provided in the specified forms is insufficient. Alternatively, Bidders
may format the specified forms making due provision for incorporation
of the requested information.
2.2.10 A Bidder who is under a declaration of ineligibility by the Authority or
IRSDC in terms of Clause 2.2.6, on the BDD or thereafter, shall be
disqualified. IRSDC maintains a list of Firms and Individuals that have
been debarred/blacklisted, and are not eligible to participate in tenders
and the list is regularly updated.
2.2.11 Serving Government employees are not permitted to undertake any
assignment except when the Consultant or any of its Members is a Public
Sector Unit (PSU) and such employees being on deputation to the PSU
are deployed by them to undertake an assignment in the Services. In case
of retired Government employees, they should be proposed by the
Bidder only after the mandatory period for re-employment in related area
of work has been completed by the employee. If a retired Government
employee is proposed to be engaged in the Consultancy, such Employees
shall declare that:
i. they superannuated from the Government in the normal process;
ii. they were not removed or dismissed from Government service;
iii. they are not undergoing any D&AR action; and
iv. they are not undergoing any court cases or prosecution cases.
2.3 Cost of preparing the Bid
The Bidders shall be responsible for all of the costs associated with the preparation
of their Bid and their participation in the Selection Process. The Authority will not
be responsible or in any way liable for such costs, regardless of the conduct or
outcome of the Selection Process.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 13
2.4 Site Visit and Verification of Information
2.4.1 Bidders are encouraged to submit their respective Bids after visiting the
Project site and ascertaining for themselves the site conditions, traffic,
location, surroundings, climate, access to the site, availability of
drawings and other data with the IRSDC / Authority, applicable laws and
regulations or any other matter considered relevant by them.
2.4.2 IRSDC shall not be liable for any omission, mistake or error on the part
of the Bidder in respect of any of the above or on account of any matter
or thing arising out of or concerning or relating to RFP Document or the
Selection Process, including any error or mistake therein or in any
information or data given by IRSDC.
2.5 Acknowledgement by Bidder
It shall be deemed that by submitting the Bid, the Bidder has:
a) made a complete and careful examination of the RFP Document;
b) received all relevant information requested from the Authority;
c) acknowledged and accepted the risk of inadequacy, error or mistake in the
information provided in the RFP Document or furnished by or on behalf of
IRSDC or relating to any of the matters referred to in Clause 2.4 above;
d) satisfied itself about all matters, things and information including matters
referred to in Clause 2.4 hereinabove necessary and required for submitting
an informed Tender and performance of all of its obligations thereunder;
e) acknowledged and agreed that inadequacy, lack of completeness or
incorrectness of information provided in the RFP Document or ignorance of
any of the matters referred to in Clause 2.4 hereinabove shall not form a basis
for any claim for compensation, damages, extension of time for performance
of its obligations, loss of profits etc. from the Authority, or a ground for
termination of the Contract;
f) acknowledged that it does not have a Conflict of Interest; and
g) agreed to be bound by the undertaking provided by it under and in terms
hereof.
2.6 Right to Reject Offers
2.6.1 Notwithstanding anything contained in this RFP Document, IRSDC
reserves the right to accept, or reject any or all Bid(s) and to annul the
Selection Process, at any time without any liability or any obligation for
such acceptance, rejection or annulment, and without assigning any
reasons thereof.
2.6.2 the Authority reserves the right to reject any Bid if:
a) at any time, a material misrepresentation is made or uncovered, or
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 14
b) the Bidder does not provide, within the time specified by IRSDC, the
supplemental information sought by IRSDC for evaluation of the Bid.
Such misrepresentation/ improper response may lead to the disqualification of the
Bidder. If such disqualification / rejection occurs after the Bids have been opened
and the highest ranking Bidder gets disqualified / rejected, then IRSDC reserves the
right to:
a) consider the next best Tenderer, or
b) take any other measure as may be deemed fit in the sole discretion of the
Authority, including annulment of the Selection Process.
B. Documents
2.7 Contents of the RFP Document
2.7.1 This RFP Document comprises following and will additionally include
any Addendum/ Amendment issued in accordance with Clause 2.9:
a) Volume – I : Request for Proposal (Introduction, Instruction to Bidders, Bid
Proposal Evaluation Criteria, Proposal Submission Forms, and Terms of
Reference.)
b) Volume – II : Form of Contract
c) Volume – III : Project Information Memorandum (For reference only)
2.8 Clarification on RFP Document
2.8.1 Any queries or request for additional information concerning this RFP
shall be submitted in writing or by fax or e-mail to the officer designated
in Clause 2.8.3. The envelopes shall clearly bear the following
identification:
"Queries/Request for Additional Information concerning RFP for Appointment of
Programme Management Consultant - IRSDC"
IRSDC shall endeavour to respond to the queries within 7 (seven) days after the Pre-
bid Meeting to be held on the date specified in Clause 1.3 at the address
mentioned in clause 2.31, but not later than 7 days prior to the Bid Due Date. The
responses will be sent by fax or e-mail. IRSDC will post the reply to all such queries
on the Official Website and copies thereof will also be circulated to all Bidders who
have purchased the RFP Document without identifying the source of queries.
2.8.2 IRSDC reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this clause shall be
taken or read as compelling or requiring IRSDC to respond to any
question or to provide any clarification.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 15
2.8.3 In case of any clarification, the person to be contacted is as under
: Address:
The Managing Director & Chief Executive Officer
Indian Railway Stations Development Corporation Limited
(IRSDC),
4th Floor, Palika Bhawan,
Sector 13, R.K. Puram, New Delhi-110066.
Tel No. :+91-11-24672718
Fax No :+91-11-24672720
Email Address:info@irsdc.co.in
2.9 Amendment of RFP Document
2.9.1 At any time prior to the deadline for submission of Bid, IRSDC may, for
any reason, whether at its own initiative or in response to clarifications
requested by a Bidder, modify the RFP Document by the issuance of
Addendum/ Amendment.
2.9.2 All such amendments will be notified in writing through fax or e-mail to
all Bidders who have purchased the RFP Document. The amendments
will also be posted on the Official Website along with the revised RFP
Document containing the amendments and will be binding on all
Bidders.
2.9.3 In order to afford the Bidders a reasonable time for taking an amendment
into account, or for any other reason, the Authority may, in its sole
discretion, extend the Bid Due Date.
C. Preparation and Submission of Bids
2.10 Language
2.10.1 The Bid with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the Selection Process shall
be in English Language and strictly on the forms provided in this RFP
Document. No supporting document or printed literature shall be
submitted with the Bid unless specifically asked for and in case any of
these documents is in another language, it must be accompanied by an
accurate translation of the relevant passages in English, in which case,
for all purposes of interpretation of the Bid, the translation in English
shall prevail. However, Bidders from countries that have signed the
Hague Legislation Convention 1961 need not get their documents
mailto:info@irsdc.co.in
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 16
legalized by Indian embassy if it carries a conforming Appostille
certificate.
2.11 Format and Signing of Bid
2.11.1 The Bidder shall provide all the information sought under this RFP
Document. IRSDC would evaluate only those Bids that are received in
the specified forms and complete in all respects.
2.11.2 The Bids must be properly signed as detailed below:
a) by the proprietor, in case of a proprietary firm;
b) by the partner holding the Power of Attorney, in case of a partnership firm;
c) by a duly authorised person holding the Power of Attorney (the “Authorised
Signatory”), in case of a Limited Company or a corporation.
A copy of the Power of Attorney certified under the hands of a partner or director of
the Bidder or a notary public on the specified form shall accompany the Bid.
2.11.3 Bidders should note the Bid Due Date, as specified in Clause 1.3, for
submission of Bids. Bidders are reminded that evaluation will be carried
out only on the basis of Documents received by the closing time of Bid
Due Date as specified in Clause 1.3. Bidders will ordinarily not be asked
to provide additional material information or documents subsequent to
the date of submission, and unsolicited material if submitted will be
rejected.
2.12 Technical Proposal
2.12.1 Bidders shall submit the Technical Proposal in the formats at Section 4
(the “Technical Proposal”).
2.12.2 While submitting the Technical Proposal, the Bidder shall, in particular,
ensure that:
a) CVs of all Professional Personnel have been submitted;
b) Key Personnel have been proposed only if they meet the Conditions of
Eligibility laid down in the RFP Document;
c) no alternative Bid for any Key Personnel is being made and only one CV for
each position has been furnished;
d) the CVs have been recently signed in blue ink by the respective Personnel and
countersigned by the Authorised Signatory of the Tenderer;
e) the CVs shall contain an undertaking from the respective Key Personnel about
his/her availability for the duration specified in the RFP Document; and
f) Professional Personnel proposed have good working knowledge of English
language.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 17
2.12.3 Failure to comply with the requirements spelt out in this Clause 2.12
shall make the Bid liable to be rejected.
2.12.4 If an individual Key Personnel makes an averment regarding his
qualification, experience or other particulars and it turns out to be false,
or his commitment regarding availability for the Project is not fulfilled at
any stage after signing of the Contract, he shall be debarred for any
future assignment of IRSDC and the Authority. The award of this
Consultancy to the Bidder shall also be liable to cancellation in such an
event.
2.12.5 The Technical Proposal shall not include any financial information.
2.12.6 The Bidder shall propose a consultancy team (the “Consultancy Team”)
for the implementation of this Consultancy. The Consultancy Team shall
be composed of Key Personnel, experts and specialists in their respective
areas of expertise and Support Technical Staff as specified in Clause 6.5
(collectively the “Professional Personnel”).
2.12.7 The Selected Bidder shall neither be allowed to sub-let any part of the
Services to any sub-consultant nor any member of the Consultancy Team
be allowed to be replaced with any sub-consultant, other than those
proposed in the Bidder’s Technical Proposal.
2.12.8 IRSDC reserves the right to verify all statements, information and
documents, submitted by the Bidder in response to the RFP Document.
Failure of IRSDC to undertake such verification shall not relieve the
Bidder of its obligations or liabilities hereunder nor will it affect any
rights of IRSDC thereunder.
2.12.9 In case it is found during the evaluation or at any time before signing of
the Contract or after its execution and during the period of subsistence
thereof, that one or more of the eligibility conditions have not been met
by the Bidder or the Bidder has made material misrepresentation or has
given any materially incorrect or false information, the Bidder shall be
disqualified forthwith if not yet appointed as the Consultant either by
issue of the LOA or entering into of the Contract, and if the Bidder has
already been issued the LOA or has entered into the Contract, as the case
may be, the same shall, notwithstanding anything to the contrary
contained therein or in this RFP Document, be liable to be terminated, by
a communication in writing, without IRSDC being liable in any manner
whatsoever to the Bidder or Consultant, as the case may be. In such an
event IRSDC shall forfeit and appropriate the EMD, Security deposit and
encash the Performance Guarantee in full, without prejudice to any other
right or remedy that may be available to the Authority.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 18
2.12.10This submission is as a token of acknowledgement and agreement by the
Tenderer of all the terms and conditions of the Tender Document
together with the contents of Schedules and Appendices.
2.13 Financial Proposal
2.13.1 The Financial Proposal shall be submitted in the format at Section 5 (the
“Financial Proposal”) clearly indicating the total cost of the Consultancy
in both figures and words, in Indian Rupees, and signed by the Bidder’s
Authorised Signatory. In the event of any difference between figures and
words, the amount indicated in words shall be taken into account. In the
event of a difference between the arithmetic total and the total shown in
the Financial Proposal, the lower of the two shall be taken into account.
2.13.2 While submitting the Financial Proposal, the Bidder shall ensure the
following:
a) All the costs associated with the assignment, except for the equipment and
services, if any, to be provided to the Consultant by IRSDC either directly or
through a Contractor, shall be included in the Financial Proposal. These shall
normally cover remuneration for all Personnel, accommodation, equipment,
printing of documents, transport, office consumables etc. The total amount
indicated in the Financial Proposal shall be without any condition attached or
subject to any assumption, and shall be final and binding. In case any
assumption or condition is indicated in the Financial Proposal, it shall be
considered non-responsive and liable to be rejected.
b) The Financial Proposal shall take into account all expenses and tax liabilities
c) Costs (including break down of costs) shall be expressed in INR.
d) Facilities to be provided by IRSDC shall be as specified at Clause 6.6
2.14 Submission of Bid
2.14.1 The Bidder shall submit the Bid online in form and manner described in
this RFP including Section 1.4 with all pages numbered serially and by
giving an index of submissions. Each page of the submission shall be
signed by the Authorized Signatory of the Tenderer.
2.14.2 The Bidders must ensure that the original Power of Attorney in hard
copy and Demand Draft for EMD (or a copy of confirmation of online
transfer of EMD, as the case may be) are submitted before BDD in a
sealed envelope marked “EMD and Power of Attorney for Technical
Proposal – PMC for IRSDC” addressed to Managing Director & CEO,
IRSDC, at 4th Floor, Palika Bhawan, Sector XIII, R.K. Puram, New
Delhi – 110 066.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 19
2.14.3 The completed Bid must be submitted online on or before the specified
time on BDD. Bids submitted by fax, telex, telegram or e-mail shall not
be entertained.
2.14.4 The Bid shall be made in the Forms specified in this RFP Document.
Any attachment to such Forms must be provided on separate sheets of
paper and only information that is directly relevant should be provided.
This may include photocopies of the relevant pages of printed
documents, experience certificates etc. No separate documents like
printed annual statements, company brochures, copy of contracts etc.
will be entertained.
2.14.5 The rates quoted shall be firm, except as specified in the Contract,
throughout the period of performance of the assignment up to and
including acceptance of the Completion Report by IRSDC and discharge
of all obligations of the Consultant under the Contract.
2.15 Bid Due Date (BDD)
2.15.1 Bid should be submitted before the Bid Due Date specified at Clause 1.3
in the manner and form as detailed in this RFP Document.
2.15.2 IRSDC, in sole discretion, extend the Bid Due Date by issuing an
Addendum/Amendment in accordance with Clause 2.9 uniformly for all
Bidders.
2.16 Late Bids
Bids received by IRSDC after the specified time on Bid Due Date shall not be
eligible for consideration and shall be summarily rejected.
2.17 Modifications / Substitution & withdrawal of Tenders
2.17.1 A Bidder may, only in exceptional circumstances, modify, substitute, or
withdraw its Bid after submission, provided that written notice of the
modification, substitution, or withdrawal is received by IRSDC prior to
Bid Due Date. No Bid shall be modified, substituted, or withdrawn by
the Bidder on or after the Bid Due Date.
2.17.2 The modification, substitution, or withdrawal notice shall be submitted
online in accordance with Clause 1.14.11.
2.18 Earnest Money Deposit (EMD)
2.18.1 The Bidder shall furnish as part of its Proposal, EMD of Rs.2,00,000
(Rupees Two Lakh Only) through NEFT or RTGS only in IRSDC’s
bank account no.: 040802000002256, RTGS/IFSC code: IOBA0000408
at Indian Overseas Bank, R. K. Puram Branch, New Delhi in favour of
“Indian Railway Stations Development Corporation” payable at New
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 20
Delhi/Project HQ. It is mandatory for bidders to provide their Banker's
details (Name of Bank & Branch) along with their own bank details
(Account No., Name of Account Holder, NEFT/RTGS details).
2.18.2 Any Bid not accompanied by the EMD shall be summarily rejected by
IRSDC as non-responsive.
2.18.3 IRSDC shall not pay any interest on the EMD.
2.18.4 The Bidder, by submitting its Bid pursuant to this RFP Document, shall
be deemed to have acknowledged that without prejudice to IRSDC’s any
other right or remedy hereunder or in law or otherwise, the EMD shall be
forfeited and appropriated in full by IRSDC under the following
conditions:
a) If a Bidder engages in a corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice as specified in Clause
2.30 of this RFP Document;
b) If a Bidder withdraws its Bid during the period of its validity as specified in
this RFP Document and as extended by the Bidder from time to time;
c) In the case of the Selected Bidder, if the Bidder fails to reconfirm its
commitments during negotiation as required vide Clause 2.23;
d) In the case of a Selected Bidder, if the Bidder fails to sign the Contract or
commence the assignment as specified in Clause 2.27 and 2.28 respectively;
or
e) If the Bidder is found to have a Conflict of Interest as specified in Clause
2.2.8.
2.18.5 The Consultant shall deposit a performance guarantee/ security (the
“Performance Guarantee”) for an amount not less than 5% of the
Contract Value in the form of a Bank Guarantee in the Format at
Annexure-7 of Form of Contract prior to or at the time of execution of
the Contract. Performance Guarantee shall be returned after the expiry of
2 months from the date of completion of the work. The EMD shall be
returned after the commencement of work.
2.18.6 EMD of the unsuccessful Bidders, if otherwise not forfeited by IRSDC
in terms of the Clause 2.18.4, will be returned to respective Bidder, after
signing Contract with the successful Bidder.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 21
D. Evaluation Process
2.19 Opening and Evaluation of Tenders
2.19.1 IRSDC shall open the Bids at the specified time on the Bid Due Date
soon after the closing time of the Bid submission and in the presence of
the Bidders who choose to attend the online E-tendering process
physically. Only the “Technical Proposal” shall be opened online. The
“Financial Proposal” shall be opened online at a later date.
2.19.2 Bids for which a notice of withdrawal has been submitted in accordance
with Clause 2.17 shall not be opened.
2.19.3 IRSDC shall examine the Bids in the sequence specified hereunder.
IRSDC shall first examine the Bids for responsiveness in terms of Clause
2.21. Only the Bids found to be responsive, will be examined further for
completeness and adequacy of all legal documents submitted as part of
the Bid. Only the Bids that pass this stage of examination will be
examined further for Technical Capacity and Financial Capacity as
specified at Clause 2.2.2. Thereafter other Eligibility requirements such
as Conflict of Interest etc shall be checked for compliance. Bidders not
qualifying at any of the stages specified above shall be rejected at that
stage itself. IRSDC will subsequently carry out evaluation of the
Technical Proposals and the Financial Proposals, in that order, in
accordance with the provisions set out in Section 3.
2.19.4 After the evaluation of the Technical Proposals, IRSDC shall short list
the Bidders in terms of Clause 3.2 for opening of their Financial
Proposals. Date, time and venue will be notified to all Bidders for
announcing the result of Technical evaluation and opening of Financial
Proposals. The opening of Financial Proposals shall be done online in
presence of the respective representatives of Bidders who choose to be
physically present. IRSDC will not entertain any query or clarification
from Bidders who fail to qualify at any stage of the Selection Process.
The evaluation of Financial Proposals and Final Selection of the Bidders
would be carried out in terms of Clauses 3.3 and 3.4.
2.19.5 Bidders are advised that selection of Bidders will be entirely at the
discretion of IRSDC. Bidders will be deemed to have understood and
agreed that no explanation or justification on any aspect of the Selection
Process or the selection will be given.
2.19.6 Any information contained in the RFP Document shall not in anyway be construed
as binding on IRSDC, its agents, successors or assigns, but shall be binding against
the Bidder if the Consultancy work is subsequently awarded to that Bidder under
the Selection Process on the basis of such information.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 22
2.19.7 IRSDC reserves the right not to proceed with the Selection Process at
any time without notice or liability and to reject any Bid without
assigning any reasons.
2.20 Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the selection of Bidders shall not be disclosed to any
person who is not officially concerned with the process or is not a retained
professional adviser advising IRSDC in relation to or matters arising out of, or
concerning the Selection Process. IRSDC will treat all information, submitted as
part of the Bid, in confidence and will require all those who have access to such
material to treat the same in confidence. IRSDC may not divulge any such
information unless it is directed to do so by any statutory entity that has the
power under law to require its disclosure or is to enforce or assert any right or
privilege of the statutory entity and/or IRSDC.
2.21 Tests of Responsiveness
2.21.1 As the first stage of evaluation process, IRSDC shall determine whether
each Bid is responsive to the requirements of the RFP Document. A Bid
shall be considered responsive only if:
a) it is received as per Form- TECH 1 (Section 3) and Form – FIN – 1 (Section
4);
b) it is received on or before the Bid Submission Time and Date including any
extension thereof pursuant to Clause 2.15;
c) it is accompanied by the EMD as specified in Clause 2.18.
d) it is submitted online as specified in Clause 1.4;
e) it is accompanied by the Power of Attorney as specified in Clause 2.2.5 with
clear evidence of authority for the person(s) executing the Power of Attorney;
f) It is accompanied by Statutory Auditor’s Certificate as specified in Clause
2.2.4;
g) it contains all the information as requested in formats specified in this RFP
Document; and
h) it does not contain any condition or qualification.
i) It does not contain any information pertaining to Financial Proposal.
2.21.2 IRSDC reserves the right to reject any Bid which is non-responsive and
no request for alteration, modification, substitution or withdrawal shall
be entertained by the IRSDC in respect of such Bid.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 23
2.22 Clarification on Bids
2.22.1 To facilitate evaluation of Bids, IRSDC may, at its sole discretion, seek
clarifications from any Bidder regarding its Bid. Such clarification(s)
shall be provided within the time specified by IRSDC for this purpose.
Any request for clarification(s) and all clarification(s) in response thereto
shall be in writing.
2.22.2 If a Bidder does not provide clarifications sought under Sub-Clause
2.22.1 above within the specified time, its Bid shall be liable to be
rejected. In case the Bidder is not rejected, IRSDC may proceed to
evaluate the Bid by construing the particulars requiring clarification to
the best of its understanding, and the Bidder shall be barred from
subsequently questioning such interpretation of IRSDC.
E. Appointment of Consultant
2.23 Negotiations
The first ranked Bidder (the “Selected Bidder”) may, if necessary, be invited for
negotiations. The negotiations shall be either for reducing the price of the Bid, or
for re-confirming the obligations of the Consultant, and discussing the
deployment of Key Personnel, proposed methodology and work plan. The
Authority will also examine the CVs of all Other Professional Personnel and those
not found suitable shall have to be replaced by the Bidder to the satisfaction of
IRSDC. If the negotiation with the Selected Bidder fails, the Bid shall be cancelled
and the IRSDC will re-invite Bids if required.
2.24 Substitution of Key Personnel
DELETED
2.25 Indemnity
The Consultant shall, subject to the provisions of the Contract, indemnify the
Authority for any direct loss or damage that is caused due to any deficiency in
services. It shall take professional insurance for the amount specified in the Contract
towards this end. This shall be over and above the Performance Guarantee specified
therein.
2.26 Award of Consultancy
After selection, a Letter of Acceptance (the “LOA”) shall be issued, in duplicate, by
IRSDC to the selected Bidder and the Selected Bidder shall, within 7 (seven) days of
the receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly signed
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 24
by the Selected Bidder is not received by the stipulated date, IRSDC may, unless it
consents to extension of time for submission thereof, forfeit and appropriate the
EMD of such Bidder in full on account of failure of the Selected Bidder to
acknowledge the LOA, and cancel the LOA.
2.27 Execution of Contract
After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall
execute the Contract within the period specified in the LOA, subject to such date not
being earlier than one week after the date of issue of LOA. The Selected Bidder shall
not be entitled to seek any deviation in the Contract.
2.28 Commencement of Assignment
The Consultant shall commence the Services at the Project site within the
period specified in LOA or such other date to be specified by IRSDC through a
notice to proceed (the “Notice to Proceed” or “NTP”) subject to such date not
being earlier than one week after the date of issue of the LOA. If the Consultant
fails to either execute the Contract as specified in Clause 2.27 or commence the
assignment as specified herein, IRSDC may cancel the LOA or terminate the
contract, as the case may be. In such an event, the EMD, and Performance Guarantee
of the Selected Bidder shall be forfeited/ encashed and appropriated in full. Besides
any other penal action as deemed fit by IRSDC will also be initiated.
2.29 Proprietary Data
All documents and other information provided by IRSDC or submitted by a Bidder
to IRSDC shall remain or become the property of IRSDC. Bidders and the
Consultant, as the case may be, are to treat all information as strictly confidential.
IRSDC will not return any Bid or any information related thereto. All information
collected, analysed, processed or in whatever manner, provided by the consultant to
IRSDC in relation to the Consultancy shall remain or become the property of
IRSDC.
2.30 Fraud and Corrupt Practices
2.30.1 The Bidders and their respective officers, employees, agents and advisers
shall observe the highest standard of ethics during the Selection Process.
Notwithstanding anything to the contrary contained in this RFP
Document, IRSDC shall reject a Bid without being liable in any manner
whatsoever to the Bidder, if it determines that the Bidder has, directly or
indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in
the Selection Process. In such an event, IRSDC shall, without prejudice
to its any other rights or remedies, forfeit and appropriate the EMD, as
the case may be, as mutually agreed genuine pre-estimated compensation
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 25
and damages payable to IRSDC for, inter alia, time, cost and effort of
IRSDC, in regard to the Bid Document, including consideration and
evaluation of such Bidder’s Bid.
2.30.2 Without prejudice to the rights of IRSDC under Clause 2.29.1
hereinabove and the rights and remedies which IRSDC may have under
the LOA or the Contract, if an Bidder or Consultant, as the case may be,
is found by IRSDC to have directly or indirectly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice during the Selection
Process, or after the issue of the LOA or the execution of the Contract,
such Bidder or Consultant shall not be eligible to participate in any
tender invited by IRSDC during a period of 2 (two) years from the date
such Bidder or Consultant, as the case may be, is found by IRSDC to
have directly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practices, as the case may be.
2.30.3 For the purposes of this Clause, the following terms shall have the
meaning hereinafter respectively assigned to them:
a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of any
person connected with the Selection Process (for avoidance of doubt, offering
of employment to or employing or engaging in any manner whatsoever,
directly or indirectly, any official of IRSDC who is or has been associated in
any manner, directly or indirectly with the Selection Process or the LOA or
has dealt with matters concerning the Contract or arising therefrom, before or
after the execution thereof, at any time prior to the expiry of one year from
the date such official resigns or retires from or otherwise ceases to be in the
service of IRSDC, shall be deemed to constitute influencing the actions of a
person connected with the Selection Process; or (ii) engaging in any manner
whatsoever, whether during the Selection Process or after the issue of the
LOA or after the execution of the Contract, as the case may be, any person in
respect of any matter relating to the Project(s) or the LOA or the Contract,
who at any time has been or is a Developer or design consultant of IRSDC in
relation to any matter concerning the Project(s);
b) “fraudulent practice” means a misrepresentation or omission of facts or
disclosure of incomplete facts, in order to influence the Selection Process;
c) “coercive practice” means impairing or harming or threatening to impair or
harm, directly or indirectly, any persons or property to influence any person’s
participation or action in the Selection Process;
d) “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by IRSDC with the objective of
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 26
canvassing, lobbying or in any manner influencing or attempting to influence
the Selection Process; or (ii) having a Conflict of Interest; and
e) “restrictive practice” means forming a cartel or arriving at any understanding
or arrangement among Bidders with the objective of restricting or
manipulating a full and fair competition in the Selection Process.
2.31 Pre-Bid Conference
2.31.1 Pre-Bid Conference of the Bidders shall be convened at the designated
date, time and place as mentioned below. Only those Bidders who have
purchased the RFP Document shall be allowed to participate in the Pre-
Bid Conference. A maximum of two representatives of each Bidder shall
be allowed to participate on production of an authority letter from the
Bidder.
Date 29.05.2017, Time : 11:00 Hours
Venue Address:
Conference Hall, Mahatma Mandir Convention Centre Sector 13 C Gandhinagar, Gujarat-382017
The pre-bid meeting shall be followed by a Site visit.
2.31.2 During the course of Pre-Bid Conference, the Bidders will be free to
seek clarifications and make suggestions for consideration of IRSDC.
IRSDC shall endeavour to provide clarifications and such further
information as it may, in its sole discretion, consider appropriate for
facilitating a fair, transparent and competitive Selection Process.
2.32 Miscellaneous
2.32.1 The Selection Process shall be governed by and construed in accordance
with the laws of India, and the Courts at New Delhi shall have exclusive
jurisdiction over all disputes arising under, pursuant to and/or in
connection with the Selection Process or the Contract.
2.32.2 IRSDC, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to:
a) suspend and/or cancel the Selection Process and/or amend and/or supplement
the Selection Process or modify the dates or other terms and conditions
relating thereto;
b) consult with any Bidder in order to receive clarification or further
information;
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 27
c) retain any information and/or evidence submitted to IRSDC by, on behalf of
and/or in relation to any Bidder; and/or
d) independently verify, disqualify, reject and/or accept any and all submissions
or other information and/or evidence submitted by or on behalf of any Bidder.
2.32.3 It shall be deemed that by submitting the Bid, the Bidder agrees and
releases IRSDC, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims,
losses, damages, costs, expenses or liabilities in any way related to or
arising from the exercise of any rights and/or performance of any
obligations hereunder, pursuant hereto and/or in connection herewith and
waives any and all rights and/or claims it may have in this respect,
whether actual or contingent, whether present or future.
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 28
3 Criteria for Evaluation of Proposals
3.1 Evaluation of Technical Proposals
3.1.1 Only those Bidders whose Bids are found responsive in terms of Clause
2.21 and who meet the eligibility criteria specified in Clause 2.2
determined in the sequence specified in Clause 2.19.3 shall qualify for
evaluation under this Section 3. Bids not meeting with the requirements
at any stage as specified in Clause 2.19.3 shall be rejected. Bidders will
be evaluated on the basis of Bidder’s experience, its understanding of
TOR, proposed methodology and Work Plan, and the experience of Key
Personnel. Only those Bidders whose Technical Proposals score 70
points or more out of 100 shall qualify for further consideration, and
shall be ranked from highest to the lowest on the basis of their technical
score (ST).
3.1.2 The scoring criteria to be used for evaluation shall be as follows.
3.1.3 Evaluation of Bidder’s Experience
Experience of the bidders will be evaluated considering the experience of providing
services relevant to the present assignment on Programmes comparable to IRSDC’s
Programme for GARUD.
The programme involves redevelopment of Gandhinagar Capital Railway Station,
and development of a 300-room 5 star hotel including some upgradation and
No Parameter Maximum Score Evaluation Criteria
1 Relevant experience of the
firm
15 Please refer to Clause 3.1.3
2 Qualification and Experience
of Proposed Key Staff
(Total 60 Marks)
Please refer to Clause 3.1.4
Programme Manager 25
Programme Controls Manager 10
Procurement/ Contracts
Manager
10
Engineering Manager 7.5
Senior Construction Manager
7.5
3 Quality of proposed technical
approach, methodology, and
Work Plan
25 Please refer to Clause 3.1.5
TOTAL 100
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 29
improvement of Mahatma Mandir Convention Centre & Helipad Exhibition
Ground. As such programmes / development projects of similar size (capital cost,
excluding land value, of Rs. 300 Crore or more) covering the following are
considered relevant:
(a) Five Star Hotels, or
(b) public building facilities for transport projects (i.e. airports, railway stations,
Metro / LRT stations, bus depots / terminals on PPP, Multimodal Transport Hubs,
or
(c) Integrated townships, institutional / commercial buildings, convention centers,
sports stadium, hospitals, industrial townships, industrial complexes etc., provided
such projects involve provision of all integrated services like building information
management systems, interior design, finishing and furnishing, mechanical
ventilation, lighting, fire fighting, plumbing and drainage, fenestration, façade etc.
The Services required from the Consultant include overall Programme Management
with emphasis on the following elements:
i) Basic Engineering / Tender Stage Design Development, Bid Process
Management, and Engineering Reviews
ii) Construction Supervision
iii) Project Management including project schedule and cost control, EVM analysis,
change management, schedule and cost trend analysis & reporting, and contract
management.
The evaluation of the Bidder’s experience is, therefore, based on assessment of the
coverage of relevant Projects and Services defined above, and relevant Services
provided by the bidders as demonstrated by the “Eligible Contracts” submitted by
them.
The overall score of 15 marks has been divided as follows:
No Parameter Marks Awarded
1 Coverage of Relevant Projects among the Eligible Contracts presented by the Bidder
(A) Five Star Hotels
3
(B) Public building facilities for transport project (i.e. railway stations, Metro / LRT stations, airports, bus
depots / terminals on PPP, multimodal transport hubs)
3
(C) Institutional / Commercial Buildings etc as per para 3.1.3 (c) above 1.5
2 Coverage of relevant SERVICES among the Eligible Contracts presented by the Bidder.
(A) Basic Engineering / Tender Stage Design Development, Bid Process Management, and
Engineering Reviews.
3
(B) Construction Supervision. 1.5
(C) Project Management including project schedule and cost control, EVM analysis, change
management, schedule and cost trend analysis & reporting, and contract management.
3
TOTAL 15
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 30
3.1.4 Evaluation of Key Staff
Evaluation of key staff is based on (a) the strength of their experience in roles
similar to the proposed role on the team, on relevant projects, and (b) quality of
interaction to be assessed at the time of Bidder’s presentation during the evaluation
process.
For each key person, 80% of marks allotted for strength of relevant experience and
20% marks are allotted for quality of interaction. Accordingly, following evaluation
matrix will be used.
No Parameter Maximum Score Allotted for the Parameter
Programme Manager
Programme Controls Manager
Procurement/ Contracts Manager
Engineering Manager
Senior Construction
Manager
Marks will be awarded against each of the above two parameters 1(A) and 1(B) as
follows:
1(A)
• Experience of providing relevant services on two eligible contract – 50% of the
marks allotted for the parameter
• Experience of providing relevant services on three eligible contracts – 75% of
the marks allotted for the parameter
• Experience of providing relevant services on four or more eligible contracts –
100% of the marks allotted for the parameter
1(B)
Marks to be assessed based on evaluation of the interaction with the Key Staff
during presentation. The evaluation will not attempt to assess presentation or oratory
skills. The objective is assessment of the individual’s understanding of the present
project and its key challenges and their ability to meet those challenges.
3.1.5 Quality of proposed technical approach, methodology, and Work Plan
1 (A) Strength of relevant
experience
demonstrated by
Eligible Contracts on
which the proposed
staff has performed
services similar to
those proposed for
the present
Programme.
20 8 8 6 6
1 (B) Quality of Interaction
to be assessed during
Presentation.
5 2 2 1.5 1.5
1 Total Marks
25 10 10 7.5 7.5
-
Indian Railway Stations Development Corporation Limited Request for Proposal
Programme Management Consultant for IRSDC Page 31
Approach and methodology proposed by each bidder will be evaluated based on a
review of the Technical Proposal Documents and a presentation by the Bidder’s Key
Staff team. Bidders who qualify for evaluation of their Technical Proposals will be
invited to make a presentation to IRSDC. The Bidder’s proposed Key Staff team (as
listed in Form TECH – 7, Section 4) will make the presentation. It is mandatory that
all Key Staff members attend and participate in the presentation / interaction. The
presentations will be arranged on 14th or 15th June 2017. The exact date, time, and
venue of the Presentations will be announced later.
The objective is to assess (a) whether the Bidder has demonstrated a clear
understanding of the project and its key challenges, (b) whether the proposed
approach and methodology addresses the requirements of ToR, proposes realistic
execution strategies that reflect the collective strength of the firm’s credentials and
the expertise of the proposed Key Personnel, and (c) whether the proposed
deployment of Key Staff and Support Technical Staff is adequate for, and consistent
with, the proposed methodology and work plan.
Marks will be allotted as follows:
• Project Appreciation (5 marks)
�
top related