Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Government of India
Ministry of Shipping Directorate General of Lighthouses & Lightships
Deep Bhawan, A-13, Sector-24, Noida - 201301 (U.P.)
Request for Proposal
for
Consultancy Services for preparation of architectural drawings, revisiting the
approved Bid Documents (RFQ, RFP and Concession Agreement) for suitable
modifications and obtaining all required clearances except CRZ for promotion
of Tourism at 8 Lighthouses on Public Private Partnership (PPP) mode
e- Bid document
1
2
Table of Contents
Section Description Page No.
1. Letter of Invitation 6
2. Instructions to Applicants 9
3. Data Sheet 15
4. Preparation, Submission and Evaluation of Proposals 18
5. Terms of Reference 30
6. Formats for Proposal Submission (Annexures) 38
7. Instructions to bidders for submission of bid online 49
3
Ministry of Shipping
Directorate General of Lighthouses and LightshipsA-13, Tulsi Marg, Deep
Bhawan, Noida
No- 8-TC( 2)/2015 Dated 08.08.2016
Directorate General of Lighthouses and Lightships invites online Request For Proposal
under two stage bidding from intended consultancy agencies having requisite
qualifications for Consultancy Services for preparation of architectural drawings,
revisiting the approved bid documents (RFQ, RFP and Concession Agreement) for
suitable modifications and obtaining all required clearances except CRZ for promotion of
Tourism at 8 Lighthouses on Public Private Partnership (PPP) mode
SCHEDULE OF TENDER PROCESS
EVENT DESCRIPTION SCHEDULED DATE
Period of Download of Bid Document 08 /08 /2016 to 09/09 /2016
(03:00 PM)
Date of pre-bid meeting 24/08/2016 at 1130 hrs
Last date for online submission of bid 09/09/2016
(03:00 PM)
Last date for hard Copy submission of
Technical Proposal at DGLL Office,
Noida
09/09 /2016
(03:00 PM)
Last date for hard Copy submission of
Price Proposal at DGLL Office, Noida
09/09 /2016
(03:00 PM)
Date of Opening of Technical Bids
( online)
09 / 09/2016 on 04:00 PM
EMD & Tender Fee (in original)
submission period
09/ 09/2016 upto 03:00 PM
Opening of financial
Will be intimated after
evaluation of technical bid.
Period of completion of work 52 weeks commencing from
date of agreement.
For details log on Central Public Procurement (CPP)
Portal:http://eprocure.gov.in/eprocure/app
www.dgll.nic.in
4
DISCLAIMER
1. The information contained in this Request for Proposal document ("RFP") or subsequently
provided to Applicants (Firms), whether verbally or in documentary or any other form by or on
behalf of Directorate General of Lighthouses & Lightships (herein after referred to as DGLL) or
any of its employees, is provided to Applicants on the terms and conditions set out in this RFP and
such other terms and conditions subject to which such information is provided.
2. This RFP is not an agreement or an offer by the DGLL to the prospective Applicants or any other
person. The purpose of this RFP is to provide interested parties with information that may be useful
to them in the formulation & submission of their Proposals pursuant to this RFP.
3. This RFP includes statements, which reflect various assumptions and assessments arrived at by the
DGLL in relation to the Consultancy. Such assumptions, assessments and statements do not
purport to contain all the information that each Applicant may require.
4. This RFP may not be appropriate for all persons, and it is not possible for the DGLL and its
employees to consider the objectives, technical expertise and particular needs of each party who
reads or uses this RFP. The assumptions, assessments, statements and information contained in this
RFP, may not be complete, accurate, adequate or correct. Each Applicant should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments and information contained in this RFP
and obtain independent advice from appropriate sources. Information provided in this RFP to the
Applicants may be on a wide range of matters, some of which may depend upon interpretation of
law. The information given is not intended to be an exhaustive account of statutory requirements
and should not be regarded as a complete or authoritative statement of law. The DGLL accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed
herein.
5. The DGLL and its employees make no representation or warranty and shall have no liability to any
person including any Applicant under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may
arise from or be incurred or suffered on account of anything contained in this RFP or otherwise,
including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any
assessment, assumption, statement or information contained therein or deemed to form part of this
RFP or arising in any way in this Selection Process.
6. The DGLL also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Applicant upon the statements contained in this RFP.
7. The DGLL may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this RFP.
5
8. The issue of this RFP does not imply that the DGLL is bound to select an Applicant or to appoint
the Selected Applicant, as the case may be, for the Consultancy and the DGLL reserves the right to
reject all or any of the Proposals without assigning any reasons whatsoever.
6
SECTION-1
LETTER OF INVITATION
7
Ministry of Shipping
Directorate General of Lighthouses and LightshipsA-13, Tulsi Marg, Deep
Bhawan, Noida
1. LETTER OF INVITATION
1.1 The Directorate General of Lighthouses & Lightships (DGLL), Ministry of Shipping,
Government of India (MoS) intends to take up the development of “Tourism at Lighthouses”,
where the preferred option for development would be Public Private Partnership (PPP) mode.
1.2 The main objectives of the DGLL include, enhancing the overall environment of the area and
developing Tourism facilities with a focus on Edutainment, Culture, recreational and hospitality.
1.3 In this regard DGLL intends to procure a Project Development Advisory Consultant to assist
DGLL for procurement of Private Sector partners on a transparent & competitive basis and for
taking up the process for taking up the development at the envisaged Lighthouse sites situated
across the Country on the Public Private Partnership (PPP) mode. More details on the services
required are provided in the Terms of Reference (TOR) of this Request for Proposal (RFP).
1.4 Proposal submissions will be received not later than the due date specified in the “Schedule of
Tender Process” in the manner specified in the RFP document at the address given below.
Directorate General of Lighthouses & Lightships,
A-13, Sector-24,
Noida-201301 (U.P.)
Fax No : 0120-2411345
E-mail – [email protected]
1.5 This RFP has following sections:
Section – 1 Letter of Invitation
Section – 2 Instructions to Applicants
Section – 3 Data Sheet
Section – 4 Preparation, Submission and Evaluation of Proposals
Section – 5 Terms of Reference
Section – 6 Formats for Proposal Submission (Annexures)
8
1.6 The consultant firm for providing its services will be selected under Quality & Cost Based
Selection (QCBS) method as described in this RFP. The Technical Proposals would be evaluated
based on the qualification criteria set forth in the RFP. Financial Proposals (Price Bids) of only
those firms, who’s Technical Proposals would qualify, will be opened and evaluated.
1.7 The physical copies of proposals shall be filled in English and all the entries must be typed and
written in blue/black ink. Initials of the Authorised representative of the applicant must attest all
erasures and alterations made while filing the proposal. Failure to comply with any of these
conditions may render the Proposal invalid.
1.8 DGLL shall not be responsible for any costs or expenses incurred by the applicant in connection
with the preparation and delivery of Proposals, including costs and expenses related to site visits,
etc. DGLL reserves the rights to cancel, terminate, change or modify this procurement /Proposal
Process and /or requirements of proposal stated in the RFP, without assigning any reason or
providing any notice and without accepting any liability for the same.
1.9 The Proposal shall be valid for a period of not less than 180 days from the Proposal Due Date
(the "PDD"). In exceptional circumstances, prior to the expiry of the original proposal validity
period, the DGLL may request the firms to extend the period of validity for a specified additional
period. The request for the extension shall be made in writing. However, Firms will not be
permitted to modify their submitted proposals.
9
SECTION-2
INSTRUCTIONS TO APPLICANTS
10
2. INSTRUCTIONS TO APPLICANTS
2.1
(a) “Employer” means the Ministry of Shipping, Government of India/ Directorate General of Lighthouses
& Lightships (DGLL) which has invited the bids for consultancy services and with which the selected
Consultant signs the Contract for the Services and to which the selected consultant shall provide
services as pert the terms and conditions and TOR of the contract.
(b) “Consultant” means any interested firms/companies/agencies who submit their proposals that may
provide or provides the Services to the Employer under the Contract.
(c) “Contract” means the Contract signed by the Parties and all the attached documents listed in Para
4.7(m).
(d) “Project specific information”, means such part of the Instructions to Consultants used to reflect specific
project and assignment conditions.
(e) “Day” means calendar day.
(f) “Government” means the government of India.
(g) “Instructions to Applicants” (Section 2 of the RFP) means the document, which provides Consultants
with all information needed to prepare their proposals.
(h) “Personnel” means professionals and support staff provided by the Consultant or by any Sub-consultant
and assigned to perform the Services or any part thereof.
(i) “Proposal” means the Technical Proposal and the Financial Proposal.
(j) “RFP” means the Request for Proposal prepared by the Employer for the selection of Consultants.
(k) “Assignment/Job” means the work to be performed by the Consultant pursuant to the Contract.
(l) “Sub-Consultant” means any person or entity with whom the Consultant subcontracts any part of the
Assignment/job.
(m) “Terms of Reference”(TOR) means the document included in the section-5 of RFP which explains the
objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Employer
and the Consultant, and expected results and deliverables of the Assignment/job.
2.2 Applicants are encouraged to inform themselves fully about the assignment and the local
conditions of sites before submitting the Proposal.
2.3 Broad description of the objectives, scope of services, deliverables, and other requirements relating
to this Consultancy are specified in this RFP. The applicant firm possessing the requisite
experience and capabilities required for undertaking the Consultancy are invited to participate in
11
the Selection Process either individually (the "Sole Firm") or as consortium or Joint Venture
(J.V.).
(i) If the consultant has formed Joint Venture/Consortium, the agreement should be legally
valid and should have been entered between the parties well before the submission of the
bid and shall be legally valid.
(ii) Joint Venture/Consortium shall be evaluated as per the qualification/eligibility criteria set
forth in para 4.7(l), 4.7 (m), 4.8 & 4.9. The combined score of each member of the Joint
Venture/Consortium shall be taken into account for evaluation purpose. However, the
lead member of the Joint Venture/Consortium shall have to fulfil minimum eligibility
criteria as per the condition in Section 3 at sl. No. 10.. The lead member of the Joint
Venture/Consortium who has submitted the proposal shall be the consultant; however
each member shall be severally and jointly responsible and liable to the Employer for
every aspect of their proposal, contract, etc. The contract shall be signed by all the
members of the Joint Venture/Consortium, but for the sake of convenience, the employer
shall deal with only the lead member for the purpose of this assignment.
2.4 Proposals shall be prepared and submitted strictly in the manner elaborated in this RFP as per the
formats/annexures provided.
2.5 No Applicant or its Associate shall submit more than one Application for the Consultancy.
2.6 Any entity which has been barred by any agency of the Central Government, any State
Government, any Statutory Authority or any public sector undertaking, as the case may be, from
participating in any project, and the bar subsists as on the date of the Proposal, would not be
eligible to submit a Proposal either by itself or through its Associate.
2.7 DGLL reserves the right to terminate a firm’s participation in the tender process at any time,
should DGLL consider that a firm has, without the prior consent, failed to comply with any of the
procedures and requirements prescribed in the RFP.
2.8 It shall be deemed that by submitting the Proposal, the Applicant has:
a. made a complete and careful examination of the RFP;
b. received all relevant information requested from the DGLL
c. accepted the risk of inadequacy, error or mistake in the information provided in the RFP or
furnished by or on behalf of the Authority or relating to any of the matters referred in the
RFP;
d. satisfied itself about all matters, things and information, including matters referred herein,
necessary and required for submitting an informed Application and performance of all of its
obligations there under;
e. acknowledged that it does not have a Conflict of Interest; and
f. agreed to be bound by the undertaking provided by it under and in terms hereof.
12
2.9 The DGLL shall not be liable for any omission, mistake or error in respect of any of the above or
on account of any matter or thing arising out of or concerning or relating to RFP or the Selection
Process, including any error or mistake therein or in any information or data given by the DGLL.
2.10 The Proposal of a firm shall be liable for disqualification in the event of the following:
a. If the firm refuses to accept the correction of errors in its proposal, (or)
b. If the Firm submits a conditional Proposal which would affect unfairly the competitive
provision of other firms who submitted substantially responsive proposal and/or is not
accepted by DGLL.
2.11 Tender Fee and EMD
i) Tender Fee in the form of Demand Draft (in original) amounting to Rs 1000/- (Rupees one
thousand only) drawn in favour of “Pay & Accounts Officer, Lighthouses & Lightships, Noida”,
Payable at Noida from any nationalized/scheduled Bank of India.
ii) Earnest Money Deposit for amounting to Rs.1,00,000/- (Rupees One lakhs only) shall be
furnished in the form of Demand Draft / Pay Order (in original) from any Nationalized Bank /
Scheduled Bank, in favour of “Pay & Accounts Officer of Lighthouses & Lightships, Noida”,
Payable at Noida from any nationalized/scheduled Bank of India. The Earnest Money Deposit shall
be refunded on submission of Performance Bank Guarantee by the successful bidders. The Earnest
Money shall stand forfeited in the case of any of the following events:
a) If the tenderer withdraws his tender before expiry of the validity period or before issue of the
letter of acceptance whichever is earlier or makes any modification in the terms and conditions
of the tender which is not acceptable to the department.
b) If the Consultant fails to furnish the prescribed performance bank guarantee within the
prescribed period.
c) In case of forfeiture of earnest money as prescribed in a) & b) above, the tenderer shall not be
allowed to participate in the retendering process for the Assignment.
The bids submitted without requisite tender fees and Earnest Money Deposit in original will
be summarily rejected.
2.12 Performance Bank Guarantee:
The successful bidder chosen for award of the work shall furnish a performance bank guarantee
equivalent to the value of 10% of quoted amount in the form an irrevocable bank guarantee bond
of any scheduled bank or the State Bank of India which shall remain valid upto stipulated date of
completion plus 60 days beyond the same. In case the time of completion of work gets extended,
the Consultant shall get the validity of Performance Guarantee extended to cover such extended
time of completion of the work. The Performance Bank Guarantee shall stand forfeited and
absolutely at the disposal of the president of India, without prejudice to any other provisions in the
contract agreement, in either of the following events:
a) Failure by Consultant to extend the validity of the Performance Guarantee as described
herein above.
13
b) The contract being determined or rescinded upon provision of any of the clause/condition
of the agreement.
c) Failure by Consultant to pay President of India any amount due, either as agreed by the
consultant or determined under any of the clauses/conditions of the agreement.
2.13 AMENDMENT TO RFP
a. At any time prior to the due date for submission of Proposal, the DGLL may, for any reason,
whether at its own initiative or otherwise, modify the RFP document by issuing Addendum/
Amendment.
b. In order to provide the Applicants with reasonable time for taking an amendment into account,
or for any other reason, the DGLL may, in its sole discretion, extend the Proposal Due Date
(PDD).
2.14 CONFLICT OF INTEREST
a. The DGLL expects that the Consultant provides professional, objective, and impartial
advice and at all times hold the DGLL's interests paramount, avoid conflicts with other
assignments or its own 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 clients, or that may place it in a position of not being
able to carry out the assignment in the best interests of the DGLL.
b. An Applicant shall not have a conflict of interest that may affect the Selection Process or
the Consultancy. Any Applicant found to have a Conflict of Interest shall be disqualified.
c. An Applicant shall be deemed to have a Conflict of Interest affecting the Selection Process,
if:
i. a constituent of such Applicant is also a constituent of another Applicant; (or)
ii. such Applicant or its Associate receives or has received any direct or indirect
subsidy or grant from any other Applicant or its Associate; (or)
iii. such Applicant has the same legal representative for purposes of this
Application as any other Applicant.
d. Conflicting activities: A firm that has been engaged by the Employer to provide goods,
works or Assignment other than consulting Assignment/job for a project and any of its
affiliates, shall be disqualified from providing consulting Assignment/job related to those
goods, works or assignment/job. Conversely, a firm hired to provide consulting
Assignment/job for the preparation or implementation of a project, and any of its affiliates
shall be disqualified from subsequently providing goods or work or Assignment /job other
than consulting Assignment/job resulting from or directly related to the firm’s consulting
14
Assignment/job for such preparation or implementation. For the purpose of this paragraph,
Assignment/job other than consulting Assignment/job are defined as those leading to a
measurable physical output, for example surveys, exploratory drilling, aerial photography
and satellite imagery.
e. Conflicting Assignment/job: A Consultant (including its Personnel and Sub-Consultants)
or any of its affiliates shall not be hired for any Assignment/job that by its nature, may be in
conflict with another Assignment/job of the Consultant to be executed for the same or for
another Employer.
f. Conflicting relationships: A consultant (including its Personnel and Sub-Consultants) that
has a business or family relationship with a member of the Employer’s staff who is directly
or indirectly involved in any part of (i) the preparation of Terms of Reference of the
Assignment/job, (ii) the selection process for such Assignment/job, or (iii) supervision of
the Contract, may not be awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to the Employer throughout the
selection process and the execution of the Contract.
g. Consultants have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of their Employer, or that may reasonably be
perceived as having this effect. Any such disclosure shall be made as per the Standard
forms of technical proposal provided herewith. If the consultant fails to disclose said
situations and if the Employer comes to know about any such situation at any time, it may
lead to the disqualification of the Consultant during bidding process or the termination of its
Contract during execution of assignment.
h. No agency or current employees of the Employer shall work as Consultants under their own
ministries, departments or agencies.
2.15 PRE BID MEETING
The pre bid meeting is scheduled to be held on 24/08/2016 at 11.30 hrs at the office of
Directorate General of Lighthouses and Lightships, A-13, Sector- 24, Noida-201301. The
queries of the bidder should reach this office in writing or by e mail at least 2 days before the
date of scheduled pre bid meeting.
15
SECTION-3
DATA SHEET
16
.10 DATA SHEET
S.No. Key Information Details
RFP Details
1. Project Consultancy Services for preparation of architectural drawing,
revisiting the approved bid documents ( RFQ,RFP and Concession
Agreement) for suitable modifications and obtaining all clearances
except CRZ for Promotion of Tourism at 8 Lighthouses on Public
Private Partnership Mode
2. Authority
inviting the RFP
Directorate General of Lighthouses & Lightships (DGLL), Ministry
of Shipping, Government of India (MoS)
3. Tender fees Rs 1000/- ( Rupees one thousand only) to be submitted online and
in original offline along with offline bid submission
4. Earnest Money
Deposit
Rs 1,00,000/- ( Rupees one lakhs only) to be submitted online and in
original offline along with offline bid submission
5. Base Currency INR
6. Consortium Allowed
7. Mode of
submission of
bid
To be submitted online. Documents to be submitted offline also.
8. Bidding
Evaluation
Two stage ( Technical and financial)
Proposal Conditions and Evaluation
9. Proposal
Validity
180 days from the Proposal Due Date (PDD)
10. Minimum
Eligibility
Criteria
Average annual turnover of Rs.10.00 Crores (Rupees Ten crore only)
from Consultancy services in the past three financial years as per the
audited balance sheets and as Certified by Chartered Accountant.
(Annexure A)
17
S.No. Key Information Details
11. Proposal
Evaluation
Technical Evaluation of applicants that meets the minimum
eligibility criteria will only be undertaken. Applicants not meeting
the minimum eligibility criteria are deemed to be disqualified from
further tender evaluation process.
Technical Evaluation: Minimum score required for technical
qualification is 70 marks (max. marks = 100).
Financial Evaluation: Price bids of technically qualified firms will
only be opened.
Combined evaluation (Technical & Financial): Quality & Cost
Based System (QCBS) evaluation criteria in the ratio of 70:30 (70%
technical and 30% financial weightage) as detailed in RFP.
12. Criteria for
selection of
Consultant
The sole criterion for selection of consultant is the combined highest
score of technical and financial proposals in the ratio of 70:30.
Proposal Submissions
13. Outer Envelope Covering letter – Annexure-1
Minimum Eligibility Criteria ~ Annexure A, Section 3 of S.No.(10)
Tender fee & EMD in original
Envelope 1 & Envelope 2 as detailed in section 4
14. Envelope 1:
Technical Proposal
( Both online and
offline)
Signed RFP document
Checklist of Submissions ~ Annexure 2
Experience in PPP mode ~ Annexure 3
Team Composition as required by RFP ~ Annexure 4
15. Envelope 2:
Price Proposal
( Both online and
offline)
The Applicants shall be required to submit their Price Proposals in the
format (Annexure 5) as provided in the RFP duly filled and signed (
both online and offline). In case of discrepancy between online and
offline submitted financial bid, amount quoted online shall be taken into
consideration.
18
SECTION-4
PREPARATION, SUBMISSION AND
EVALUATION OF PROPOSALS
19
4.0 PREPARATION, SUBMISSION AND EVALUATION OF PROPOSALS
4.1 GENERAL
a. The firms shall bear all costs associated with the preparation and submission of its
proposal, including any site visits, field investigations, data collection, analysis, etc. as
also any clarifications/negotiations. The DGLL shall not be responsible or liable for any
such costs incurred.
b. The firms should submit their proposals either individually or as consortium of Joint
Venture.
c. Adherence to formats, wherever prescribed, is required. Non-adherence to formats
might be a ground for declaring a proposal non-responsive.
d. All communication and information shall be provided in writing and in English
language only.
e. All communication and information provided should be legible, and wherever the
information is given in figures, the same should also be mentioned in words. In case of
conflict between amounts stated in figures and words, the amount stated in words will
be taken as correct and final.
4.2 PREPARATION AND SUBMISSION OF PROPOSALS
a. In addition to the online submission, the Proposals shall be prepared in separate
envelopes as under.
i. OUTER ENVELOPE: Covering letter-Annexure 1, Annexure A, Envelope I and
Envelope II, Tender Fee & EMD in original
ii. ENVELOPE I: Technical Proposal
iii. ENVELOPE II: Price Proposal
b. Annexure-A, Envelopes I and II shall be sealed, signed and placed in the Outer
Envelope. The Outer Envelope, containing the said two envelopes (envelopes I & II)
along with Annexure A as per Data Sheet shall be properly signed, stamped, sealed and
submitted.
Outer Envelope shall be sealed, labelled as “Proposal for Consultancy Services for preparation
of architectural drawings, preparing/revisiting the approved Bid Documents (RFQ, RFP and
Concession Agreement) for suitable modifications and obtaining all required clearances except
CRZ for promotion of Tourism at 8 Lighthouses on Public Private Partnership (PPP) mode
20
4.3 SUBMISSIONS IN ENVELOPE I (TECHNICAL PROPOSAL)
The Envelope-I shall contain the following documents.
a. Signed RFP document
b. Checklist of Submissions as per Annexure 1
c. Covering Letter as per Annexure 2
d. Project Development or Transaction Advisory (TA) Experience of the Applicant:
Details of experience of the firm shall be submitted in the format enclosed as Annexure
3. The experience is categorized into two sectors as below:
i. Project Development (including Market Assessment and Financial Viability /
Project Structuring) for Projects or TA Services for Tourism Projects across
India i.e. Hotels, Resorts, Amusement Parks, MICE Centers, Museums, Way
Side amenities, Golf Courses and Water Front Developments.
ii. TA Services for Development of PPP Projects in India.
Experience of completed or ongoing Government projects will only be considered.
e. Team Composition: Details of key personnel for engagement in this assignment in the
format enclosed as Annexure 4. The proposed team shall be the existing employees of
bidding firm since atleast two year prior to the date of proposal submission.
Envelope I (Technical Proposal) shall be sealed, labelled as “Consultancy services for preparation
of architectural drawings, revisiting the approved Bid Documents( RFQ,RFP and Concession
Agreement) for suitable modifications and obtaining all required clearances except CRZ for
Promotion of Tourism at 8 Lighthouse on Public Private Partnership (PPP) mode.”
4.4 SUBMISSIONS IN ENVELOPE II (FINANCIAL PROPOSAL)
The financial proposal shall contain the professional fee (price quote) of the firm in Indian Rupees
that is inclusive of travel & transport, printing and stationery and all other expenses including
service tax. The financial proposal shall be submitted in the format enclosed as Annexure 5.
Envelope II (Financial Proposal) shall be sealed, labelled as “ Consultancy services for
preparation of architectural drawings, revisiting the approved Bid Documents( RFQ,RFP and
Concession Agreement) for suitable modifications and obtaining all required clearances except
CRZ for Promotion of Tourism at 8 Lighthouse on Public Private Partnership (PPP) mode
21
4.5 SIGNING OF PROPOSALS
The Authorized Signatory shall sign or initial each page of the proposal documents along with the
stamp of the firm. They should also sign & stamp each page of the RFP & return the same along
with proposal to DGLL. Power of Attorney shall be enclosed as proof of Authorization.
4.6 OPENING OF PROPOSALS
a. Proposals received by the due date and time (online and offline) and in sealed condition will
only be considered for opening online and evaluation. Proposals other than the above will be
summarily rejected.
b. Authorised representatives of the participating firms are requested to be present during the
proposal opening online.
c. The details of the authorised representatives (who choose to attend) present will be recorded.
d. Name of the firms that submitted the proposals will be read aloud in the presence of firm’s
representatives and will be recorded.
e. Each proposal will be given a number in the ascending order and will be recorded against
total number of proposals. For instance, if the total number of proposals received is five, the
first proposal will be recorded as 1/5, the second as 2/5 and so on.
4.7 OPENING AND EVALUATION OF OUTER ENVELOPE
a. Outer Envelope shall be opened and checked for the following and will be recorded
accordingly.
i. Covering letter Annexure-I, Tender fee & EMD in original.
ii. Annexure A as per Data Sheet (Minimum Eligibility Criteria) along with
supporting documents.
iii. Sealed Envelope I (Technical Cover).
iv. Sealed Envelope II (Financial Cover) ~ sealed and stamped
b. Evaluation of Outer Envelope shall be undertaken only if all the documents are
submitted as above.
c. Annexure A and supporting documents will be evaluated for Minimum Eligibility
Criteria as per the Data Sheet (Average Annual Turnover of Rs.10 Crores from
Consultancy Services in the past three years as per the audited balance sheets) in terms
with this RFP.
22
d. Proposals meeting the minimum pre-qualification criteria will only be considered for
further evaluation of the Proposals.
e. Applicants not meeting the minimum eligibility criteria as above are deemed to be
disqualified and will be barred from further evaluation of their tender. No
correspondence or representation will be entertained and DGLL’s decision will be final
in this regard.
f. The bidders are required to make a presentation of their credentials and the proposed
methodology for conducting the study, before Evaluation Committee at the office of
DGLL, Noida and duration of presentation will be of twenty minutes tentatively. The
date, time and venue of the presentation will be intimated separately. The committee
will assess the presentation broadly on the experience and capability of handling similar
projects as consultant, team qualification and commitment to the project, research
capabilities and global expertise. The hard copy and soft copy of the presentation shall
be handed over to the evaluation committee at the time of making the presentation.
g. Conditions under which the RFP is issued:
1. This RFP is not an offer and is issued with no commitment. DGLL reserves the
right to withdraw the RFP and change or vary any part thereof at any stage.
DGLL also reserves the right to disqualify any bidder, should it be so necessary
at any stage. Information provided in this RFP to the applicants is on a wide
range of matters, some of which depends upon interpretation of law. The
information given is not a complete or authoritative statement of law. The
Authority accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.
2. DGLL may in its absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information, assessment or assumption
contained in this RFP.
3. The Applicant shall bear all its cost associated with or relating to the preparation
and submission of its proposal including but not limited to preparation, copying
postage, delivery fees, expenses associated with any demonstration or
presentations which may be required by DGLL or any other costs incurred in
connection with or relating to its proposal. All such cost and expenses will
remain with the Applicant and DGLL shall not be liable in any manner
whatsoever for the same or for any other expenses incurred by an Applicant in
preparation or submission of the proposal.
4. DGLL reserves the right to withdraw this RFP, if it is in the best interest of the
Government of India.
5. Timing and sequence of events resulting from this RFP shall ultimately be
determined by DGLL.
23
6. No oral conversations or agreements with any official, agent or employee of
DGLL shall affect or modify any terms of this RFP and any alleged oral
agreement or arrangement made by a bidder with any department, agency,
official or employee of DGLL shall be superseded by the definitive agreement
that results from the RFP process. Oral communications by DGLL to bidders
shall not be considered binding on DGLL, nor shall any written materials
provided by any person other than DGLL.
7. Neither the bidder nor any of the bidder’s representative shall have any claims
whatsoever against DGLL or any of their respective officials, agents, or
employees arising out of, or relating to this RFP or these procedure (other than
those arising under a definitive service agreement with the bidder in accordance
with the terms thereof).
8. Applicants who are found to canvass, influence or attempt to influence in any
manner the qualification or selection process, including without limitation, by
offering bribes or other illegal gratification, shall be disqualified from the
process at any stage.
h. Rights to the Contents of the Proposal
For all the bids received before the last date and time of bid submission, the proposals
and accompanying documentation of the qualification proposal will become the
property of DGLL and will not be returned after opening of the qualification proposal.
DGLL is not restricted in its rights to use or disclose any or all of the information
contained in the proposal and can do so without compensation to the bidders. DGLL
shall not be bound by any language in the proposal indicating the confidentiality of the
proposal or any other restriction on its use or disclosure.
i. Acknowledgment of Understanding of Terms
By submitting a proposal, each bidder shall be deemed to acknowledge that it has
carefully read all sections of this RFP, including all forms, schedules and annexure
hereto, and has fully informed itself as to all existing conditions and limitations.
j. Evaluation of Proposals
The bidders’ proposals in the bid document will be evaluated as per the requirements
specified in the RFP and adopting the qualification criteria spelt out in this RFP. The
Bidders are required to submit all required documentation in support of the qualification
criteria specified in RFP. DGLL will constitute a Committee to evaluate the proposal
and monitor the progress/completion of assignment.
k. Language of Proposals
The proposal and all correspondence and documents shall be written in English.
24
l. Pre-qualification Criteria
The bidder shall fulfill all of the following pre-qualification criteria independently on
date of submission of bid:
S.No Criteria Supporting documents
to be submitted
PQ1 Size and Financial Solvency:
Bidder to be an organization with a minimum
turnover of more than INR 10Crore on an average
of last 3 years from consulting revenues in India
Net worth of the immediate financial year must be
positive as per the audited balance sheet.
CA certified statement
showing revenues for 3
financial years FY 13-
14 FY 14-15 and
FY15-16.
PQ2 Tourism experience:
The bidder should have experience in advisory or
consultancy services to atleast 5 tourism projects
under PPP mode undertaken for Central
Government/State Government/ public sector
entities in India in the last 5 years
Details of work and
confirmation by the
authorized signatory of
bidder
The bidder is required to submit documentary evidence in support of pre-qualifying
criteria as a part of its techno-commercial bid. The firm, which meets the above criteria,
shall only be considered for evaluation and the price bid of such party(s) shall only be
opened for further evaluation.
m. Documentary Evidence to be submitted in support of Eligibility with Technical Proposal
(The scan copy of all the documents should be uploaded on CPP portal )
i. Copy of Contract/work orders along with completion certificate indicating the
details of previous assignment completed, client, value of assignment/proportionate
value in use of projects/ assignment in process date and year of award. The
Managing Director of the Consulting firm shall self-certify if the firm has done
assignments on non-disclosure agreements. In such cases, broad details of the
assignment have to be provided to ascertain relevance. Further, in case of ongoing
works, the Work Orders / Agreements in the name of the bidder will be accepted.
However, for completed Projects, submission of completion certificate with final
Project Cost is necessary. However the bidders shall be permitted to submit the
Statutory Auditors Certificate/registered CA firm, stating the final payment received
for the completed project for evaluation purpose only. However if the agency is
found to be successful bidder they must submit the work completion certificate
25
before issuing Letter of Intent failing which the DGLL reserves the right to reject
the bid.
ii. Registration Certificate.
iii. Detailed resume of the team leader and team members indicating the details of
qualifications and professional experience.
iv. Gross Annual Revenue (audited annual account) from consultancy during last three
years.
v. An undertaking stating that firm/organization is not blacklisted by Government or
its agencies including Central/State Level Public Enterprises.
vi. A Certificate regarding non-disclosure/sharing of confidential information with third
parties.
vii. Duly filled check list as given in Annexure of the RFP.
4.8 OPENING AND EVALUATION OF ENVELOPE I (TECHNICAL PROPOSAL)
Each Proposal, which pre-qualifies in, shall be evaluated accordingly to the following criteria
and granted a score. If the score is less than 70 as per the scoring criteria mentioned below, then
the bidder will not qualify for financial evaluation. The bidder shall be disqualified and financial
bid of those disqualified bidders shall not be opened.
Sl No Criteria Marks
1. Size and reputation of consulting firms in India 05
1a Revenue of consulting firm in India (only Project consulting
division revenues (including from Project Transaction
Advisory), excluding revenues from audit, taxation, financial
transaction advisory, property transaction advisory, and other
non consulting division).
=> Rs 10Crores – 1 marks
=> Rs 15 Crores – 2 marks
=> Rs20 Crores – 3 marks
=> Rs 25 Crores – 4 Marks
=> Rs 30 Crores – 5 marks
05
2. Experience of the firm relevant to the engagement 45
2a Experience in advisory or consultancy services to tourism
projects undertaken by the consultant for central government/
state government/ public sector enterprises in India in the last 5
20
26
years with value of each project being greater than Rs 10 crore.
Note : Marks will be given based on quality of the project
which will be defined as ‘A’, ‘B’, or ‘C’ and marks are as
follows: A-3; B-2; C-1.
20% marks would be for number of assignments and 80% for
quality of work.
Quality – who secure maximum grade marks will get 16 marks
Number of project – who has maximum projects will get 4
marks.
Other bidder based on normalization.
2b Experience in advisory or consultancy services to tourism
projects under PPP mode undertaken by the consultant for
central government/ state government/ public sector enterprises
in India in the last 5 years with value of each project being
greater than Rs 10 crore.
Marks will be given based on quality of the project which will
be defined as ‘A’, ‘B’, or ‘C’ and marks are as follows: A-3; B-
2; C-1.
20% marks would be for number of assignments and 80% for
quality of work.
Quality – who secure maximum grade marks will get 12 marks
Number of project – who has maximum projects will get 3
marks.
Other bidder based on normalization.
15
2c Consultants Experience in carrying out EIA / REIA study etc
for central government/ state government/ public sector
enterprises in India in the last 5 years.
20% marks would be for number of assignments and 80% for quality
of work
Marks will be given based on quality of the project which will
be defined as ‘A’, ‘B’, or ‘C’ and marks are as follows: A-3; B-
2; C-1.
Quality – who secure maximum grade marks will get 8 marks
Number of project – who has maximum projects will get 2 marks
Other bidder based on normalization
10
3. Key personnel to be engaged in assignment 25
27
3a Bidder to select a team of 3 experts (In addition to Team Leader
cum Tourism Expert) in the field of environmental, financial
and PPP who will be deployed on this assignment. Experts will
be evaluated on the basis of years of experience and minimum
qualification criteria specified in para 5.9.
Expert in respective field having maximum years of experience
shall secure maximum 5 marks and other bidders based on
normalization.
(by virtue of the submissions made, the professional team
committed for the assignment will have to be working on the
assignment)
15
3b Proposed Team Leader cum Tourism Expert to be evaluated
on the basis of the years of experience and minimum
qualification specified in para 5.9.
The Team Leader cum Tourism Expert having maximum
years of experience shall secure maximum 10 marks and other
bidders based on normalization.
10
4. Approach and methodology 25
4a Coverage of scope and understanding the needs of the
assignment
05
4b Suggested approach for the execution of the assignment 05
4c Assessment of consulting tools/methodology to enhance the
prospect of tourism potential
05
4d Presentation : to assess experience and capabilities of handling
similar projects as consultant, team qualification and
commitment to the project , research capabilities.
10
Experience from Government Projects will only be considered. No project shall be
repeated under different categories of marking. Marks will not be provided to a
repeated project under any category.
Marking methodology to include normalization of technical and commercial scores:
28
Technical Score: (X)
The bidder who secures maximum marks shall be given a technical score of 100. The
technical scores of other Bidders for the project shall be computed as follows.
[‘Technical’ Score of Bidder for
the Project (X)] = 100 X
[Marks secured by the respective Bidder]
Highest Marks secured
The score secured based on evaluation of the Technical Proposal as above shall be the
Technical Score of the Bidder for the project being considered for evaluation (X).
4.9 OPENING AND EVALUATION OF ENVELOPE II (FINANCIAL PROPOSAL)
Only those Bidders who have secured Technical Score of 70 or above shall be declared as qualified
for evaluation of their ‘Financial Bid’ (Envelope-II). Bidders who have secured less than 70 for
Technical Score shall be rejected.
The price proposals shall be checked for substantial compliance. If the submission is in substantial
compliance with the Price Proposal, then, the review and evaluation of the same would be
undertaken. If the submission does not satisfy the criteria, the submission will be rejected and such
firm will be eliminated from further evaluation process.
Financial Score: (Y)
The bidders shall submit their quote as per the format provided in Annexure-5. The Financial
proposals shall be evaluated on the basis of total lump sum charges offered by the bidder valid for a
period of 180 days. Any monetary figure in decimal shall be rounded off to the nearest INR.
In cases of discrepancy between the prices quoted in words and in figures, lower of the two shall be
considered. For any other calculation/ summation error etc. the bid may be rejected. The financial
scores of other bidders for the project shall be computed as follows:
[The ‘financial
score’ of Bidder for
the project(Y)]
= 100 X [Lowest offer quoted by the qualified bidder (Rs.)]
[Offer quoted by the respective Bidder (Rs.)]
The marks secured as above shall be the Financial Score of the bidder for the project (Y).
29
Composite Score of the Bidders
Composite score of the Bidders for the bid shall be worked out as under:
Bidder Technical
Score (X)
Financial
Score (Y)
Weighted
Technical Score
(70% of X)
Weighted
Financial Score
(30% of Y)
Composite Score
(F=D+E)
A B C D E F
The agency who secured highest composite score shall be declared as selected Bidder.
30
SECTION-5
TERMS OF REFERENCE
31
5. TERMS OF REFERENCE
5.1 BACKROUND
Globally, Lighthouses have not only been aid to navigation but have also been perceived as a
symbol of history & icons of maritime heritage and are being developed into unique tourism
destinations. While the presence of historic lighthouses act as a driver to attract tourists across the
globe, the spectacular panoramic vistas available from these tall structures along the coastline
add on to the attractiveness of the locations. Majority of these structures are remotely located
away from urban areas offering a serene atmosphere and ambience to visitors.
Having duly recognised the above and the untapped potential that lies along the coastline of
India, the Ministry of Shipping (MoS) through the Directorate General of Lighthouses &
Lightships (DGLL) has decided to open up the opportunities in Tourism at its assets that vest
with it, i.e. Lighthouses.
Accordingly, as a Pilot initiative, initially as Phase-I, the DGLL has carried out the Techno-
Economic Feasibility Study for select 15 Lighthouses across the Country. DGLL intends taking
forward selection of implementing agencies on PPP basis through a transparent and competitive
bid process for 08 lighthouses viz. Kanhoji Angre and Sunk Rock(Maharashtra), Aguada(Goa),
Mahabalipuram and Muttom Point(Tamil Nadu), Kadalur Point(Kerala), Minicoy(UT of
Lakshadweep) and Chandrabhagha(Odisha).
DGLL now intends to appoint a Consultant to assist the DGLL for procurement of Private Sector
partners on a transparent & competitive basis and for taking up the process for taking up the
development of 08 lighthouses sites situated across the Country on the Public Private Partnership
(PPP) mode.
5.2 Main objectives of the DGLL are:
To enhance & develop the existing lighthouses & its surrounding areas into a unique
tourism destination and a Maritime Landmark.
To identify and develop possible tourism infrastructure components to facilitate promotion
of tourism at lighthouse premises.
To explore the possibilities of developing these projects under Public Private Partnership
(PPP) by integrating commercially viable interventions at the feasible locations in order to
make the project viable.
To help boost the Socio Economic Development of the local regions by creation of
employment opportunities
32
5.3 OBJECTIVE OF THIS RFP
The objective of this Consultancy is handholding the DGLL for preparation of architectural plan
layout, preparing/revisiting the approved Bid Documents (RFQ, RFP and Concession Agreement)
for suitable modifications and assisting in coordination with different agencies for obtaining all
statutory clearances except CRZ and carrying out a transparent & competitive process for
selection of Developers/Operators for developing and maintaining the respective
projects/facilities.
SCOPE OF SERVICES
The Broad scope of this consultancy is;
a. Preparation of architectural drawing comprising layout plan , building/structure plan
,elevation and section of the envisaged project component as per requirement of statutory
bodies like MoEF & CC/ASI/local bodies.
b. Computation of relating datas as per requirement of statutory bodies like MoEF &
CC/ASI/local bodies.
c. Identifying the clearances / approval required to be obtained for each site.
d. Develop general and standard Templates of terms and conditions for the Lighthouse Sites
including RFQ/RFP, Project Information Memorandums, Concession Agreements and render
assistance to the DGLL in seeking the requisite approvals for the same.
e. Evaluating the Development Proposals received by the DGLL and develop specific terms and
conditions and Bid Documents including Agreements applicable to each of the identified tourism
projects.
f. Assist the DGLL in following a transparent and competitive bid process for the identified
projects.
g. Rendering assistance to DGLL upto signing of Concession Agreement(s) for each Site
h. Co-ordination with EIA consultant and other statutory bodies for obtaining requisite
clearances.
a. Due Diligence and Independent Assessment of Lighthouse Sites
Consultant shall carry out a Due Diligence / Independent Assessment for each 08
Lighthouse Site, comprising of, but not limited to the following:
o Due diligence on Land
33
o Identification of Clearances / Approvals required for the Land (Ownership, Land
use, local development bye-laws) / Project / Security related clearances, if any
required
o Assessment of potential for development of facilities vis-s-vis the envisaged project
component.
o Recommendation on the proposed components alongwith a pre-feasibility
assessment for development of the Project on PPP
b. Documentation for Project Clearances
As a parallel process, the Consultant shall assist the DGLL in drafting application letters /
Applications to various statutory authorities (State / Central) as may be required for
obtaining the desired clearances.
The Consultant shall assist / handhold the DGLL in pursuing for the needful clearances
including attending meetings called for on the matter at respective State / regional level as
well as with the Ministries.
The Consultants shall on a continuous basis review and co-ordinate with DGLL on the
status of the same, including reporting the same to DGLL on a regular basis. The Primary
Responsibility of obtaining the Clearances would however be that of DGLL.
The consultant shall be co-ordinating with EIA consultant for obtaining CRZ clearance of
project component and provide all necessary information required as per MoEF & CC
stipulation
c. Evaluation of the Development Proposals & Bid Documentation
i. Evaluation of Development Proposals
The Consultant will review and evaluate all the Development Proposals perceived by the
DGLL and advise the DGLL in obtaining any clarifications, addition/supplementary
information from the entity making the respective Development Proposal (if required), so
as to ensure a complete proposal. Consultant shall carry out a due diligence/independent
assessment for each 08 lighthouse site.
ii. Development of standard terms & conditions for the identified projects
The Consultant shall undertake the development of standard terms & conditions and formats
for the identified projects on PPP basis under various categories. The Consultant shall assist the
DGLL in seeking the requisite approvals for the standards terms and conditions which would
be the basis for development of the draft bid documents for each of the identified projects.
34
iii. Finalization of bid documents
Based on the above mentioned steps, the Consultant shall assist the DGLL to finalize the draft
bid documents for the finalized list of projects including:
Request for Qualification (RFQ)
Request for Proposal (RFP)
Project Information Memorandum (PIM)
Draft Agreements (lease-cum-development / Concession / Authorization)
d. Selection of Implementing Agencies
Bid process management
The Consultant shall be required to assist and advise the DGLL during the Bid Process for the
identified projects for ensuring a transparent and competitive process, including facilitating:
issuance of bid documents
Marketing of Projects to prospective bidders
conducting pre-bid meeting(s)
issue of clarifications, if required
Receipt and evaluation of bids received and submission of bid evaluation report
Assisting DGLL in obtaining the approvals
The Consultant shall draft and facilitate the issue of Letter of Award to the selected
Developer(s) and signing of the agreement.
e. Deployment of Nodal person at the office of DGLL
The consultant shall deploy a Nodal person at the office of DGLL, Noida for co-ordinating with
DGLL on day to day basis, the cost of which shall be built in inclusively in the Consultants Fee
proposal.
5.4 CONSULTANCY PERIOD:
The period of consultancy is initially for 52 weeks and may be extended based on the
performance of the consultants and requirement of DGLL, on mutually agreed terms and
conditions.
5.5 KEY DELIVERBLE AND TIMELINE
Sl No Deliverable Time frame (from
signing of
agreement)
1. Preparation of architectural drawing 8 weeks (8 )
35
2. Preparation of standard template for RFQ/RFP bidding
document and concession agreement
12 Weeks (8+)
3. Approval of RFQ/RFP and DCA by Competent Authority 16weeks (12+4)
4. Approval of land use permission /ASI/local body clearances 32 Weeks (16+16)
5. Invitation of RFQ and submission of evaluation report 38Weeks (32+6)
6. Invitation of RFP and DCA to selected bidders 39 weeks (38+1)
7. Submission of Bid evaluation report 45weeks (39+6)
8. Signing of agreement 52(45+7) weeks
5.6 LIQUIDATED DAMAGES
If the Consultant fails to comply with Sub-Clause 5.5 i.e. “CONSULTANCY PERIOD”, the
Consultant shall pay liquidated damages to the Employer for this default. These liquidated
damages shall be the sum stated in the Tender documents, which shall be paid @ 1% of the
Contract Value per month which shall elapse between the relevant Time for Completion and
actual time for completion of project. However, the total amount due under this Sub-Clause
shall not exceed the maximum amount of 10% of the Contract Value.
5.7 ARBITRATION
In the event of any question, dispute or difference arising under these conditions or in
connection with this contract (except as to any matters the decision of which is specially
provided for by these conditions) the same shall be referred to the Arbitration that shall be
carried out as per the Arbitration and Conciliation Act 1996. The award of the arbitrator shall
be final and binding on the parties to this contract. The arbitrator may with the consent of the
parties enlarge the time from time to time for making and publishing award.
Subject as aforesaid the Arbitration Act, 1940 and the rules there under and the statutory
modifications thereof for the time being in force shall be deemed to apply to the arbitration
proceedings under this clause.
36
5.8 TEAM COMPOSITION
The consultant’s team engaged in this assignment shall comprise of the following key personnel.
Each of the key personnel shall have prior experience delivering the expected output.
Sl.
No. Key Personnel
Minimum
Experience
(number of years)
Educational qualifications
1 Team Leader cum
Tourism Expert
15 Post-Graduation in Management or
Equivalent
2 Environment Expert 10 MSc/M Tech –Environmental
Studies
3 Financial Expert 10 MBA (Finance) or C.A. or CFA
4 PPP Expert 10 Post-Graduation in Management or
Equivalent
37
5.9 PAYMENTS TO CONSULTANT
A. Milestone Linked Professional Fee:
A Milestone Linked Professional Fee shall be paid to Consultant as per the payment schedule, in
respect of rate quoted under Sl no 1 of financial proposal as below:
Note:
5.9.1 In case of addition / reduction in actual number sites, proportionate additional fee shall
be paid / reduction shall be applicable.
5.9.2 The milestones may vary as per requirement and consequent payment shall be made as
per actual work done.
5.9.3 The selection of milestones shall be at the discretion of DGLL. No payment shall be
released for the non-executable and /or non executed milestones and this will not be
constraint for releasing payment for other executed milestones.
Sl.
No.
Milestone Fee in %
1. Preparation of architectural drawings( 08 sites ) 20%
2. Approval of project for all clearances except CRZ ( 08 sites) 20%
3. Approval of RFQ /RFP and DCA by the Competent Authority(
08 sites)
30%
4. Issue of RFQ document and submission of evaluation report(08
sites)
10%
5. Issue of RFP document and submission of bid evaluation report
(08 sites)
10%
6. Facilitation in agreement signing (08 sites) 10%
38
SECTION-6
FORMATS FOR SUBMISSION OF PROPOSAL
(Annexures)
ANNEXURE A (OUTER ENVELOPE)
FORMAT FOR FINANCIAL SUMMARY DATA
TURNOVER RELATED DATA (All figures in INR Crore)
Financial Year: 1st April to 31st March or the particular accounting year followed and audited.
Note:
1. The applicant shall submit Audited Balance Sheets/ Annual Reports.
2. The annual Turnover & Net worth data should be certified by a practising Chartered
Accountant.
SIGNATURE ___________________
NAME _________________________
DESIGNATION ___________________
COMPANY SEAL COMPANY ___________________
DATE ___________________
Authorised Signatory
-41-
Description Past Three Financial Years
2013-14 2014-15 2015-16
Revenue from Consultancy
40
Annexure 1
Format for
COVERING LETTER (LETTER OF PROPOSAL)
(on Applicant’s Letter Head)
To Date:
The Director General of Lighthouses & Lightships,
Directorate General of Lighthouses & Lightships,
A-13, Sector-24,
Noida-201301 (U.P.)
Sub: Consultancy services for preparation of architectural drawings, revisiting the approved
Bid Documents( RFQ,RFP and Concession Agreement) for suitable modifications and
obtaining all required clearances except CRZ for Promotion of Tourism at 8 Lighthouse
on Public Private Partnership (PPP) mode
With reference to your RFP Document dated ---------------------------, I / We, having examined all
relevant documents and understood their contents, hereby submit our Proposal for selection as
Consultant (the "Consultant") for the subject project. The proposal is unconditional and
unqualified.
2. I/We acknowledge that the DGLL will be relying on the information provided in the Proposal
and the documents accompanying the Proposal for selection of the Consultant, and we certify
that all information provided in the Proposal and in the Annexes are true and correct, nothing has
been omitted which renders such information misleading; and all documents accompanying such
Proposal are true copies of their respective originals.
3. This statement is made for the express purpose of appointment as the Consultant for the
aforesaid Project.
4. I / We shall make available to the DGLL any additional information it may deem necessary
or require for supplementing or authenticating the Proposal.
5. I / We acknowledge the right of the DGLL to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
6. I / We certify that in the last five years, we have neither failed to perform on any contract, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Applicant, nor been expelled from any project or
41
contract by any public authority nor have had any contract terminated by any public authority for
breach on our part.
7. I/We declare that:
(a) We have examined and have no reservations to the RFP Documents, including any
Addendum issued by the DGLL;
(b) I / We do not have any conflict of interest as mentioned in the RFP Document;
(c) I / We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in
respect of any tender or request for proposal issued by or any agreement entered into with the
DGLL or any other public sector enterprise or any Government, Central or State; and
(d) I/We hereby certify that we have taken steps to ensure that in conformity with the provisions
of this RFP, no person acting for us or on our behalf will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice.
8. I / We understand that you may cancel the Selection Process at any time and that you are
neither bound to accept any Proposal that you may receive nor to select the Consultant, without
incurring any liability to the Applicants in accordance with the RFP document.
9. I/We certify that in regard to matters other than security and integrity of the country, we or any
of our Associates have not been convicted by a Court of Law or indicted or adverse orders
passed by a regulatory authority which would cast a doubt on our ability to undertake the
Consultancy for the Project or which relates to a grave offence that outrages the moral sense of
the community.
10. I / We further certify that in regard to matters relating to security and integrity of the country,
we have not been charge-sheeted by any agency of the Government or convicted by a Court of
Law for any offence committed by us or by any of our Associates.
11. 1/We hereby irrevocably waive any right or remedy which we may have at any stage at law
or howsoever otherwise arising to challenge or question any decision taken by the DGLL(and/
or the Government of India) in connection with the selection of Consultant or in connection with
the Selection Process itself in respect of the above mentioned Project.
12. I/We agree and understand that the proposal is subject to the provisions of the RFP
document. In no case, shall I/we have any claim or right of whatsoever nature if the Consultancy
for the Project is not awarded to me/us or our proposal is not opened or rejected.
42
13. I / We agree to keep this offer valid for 180 (One hundred and eighty) days from the PDD
specified in the RFP.
14. In the event of my/our firm being selected as the Consultant, I/we agree and undertake to
provide the services of the Consultant in accordance with the provisions of the RFP and that the
Team Leader shall be responsible for providing the agreed services himself and not through any
other person or Associate.
15. I/We have studied RFP and all other documents carefully. We understand that we shall have
no claim, right or title arising out of any documents or information provided to us by the DGLL
or in respect of any matter arising out of or concerning or relating to the Selection Process
including the award of Consultancy.
16. The Technical and Financial Proposals are being submitted in separate covers along with
Annexure-A to prove our financial details. The contents provided in Annexure-A, Envelopes I &
II shall constitute the Application which shall be binding on us.
17. I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In
witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFP
Document.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant)
43
Annexure 2
CHECKLIST OF SUBMISSIONS IN ENVELOPE I(The scan copy of all the documents
should be uploaded on CPP portal )
S No. Enclosures to the Proposal ( both online and off
line)
Status
(Submitted /
Not Submitted)
Remarks
1. Signed RFP document
2. Covering Letter (Annexure 1)
3. Experience Details (Annexure 3)
4. Team Composition (Annexure 4)
5. DD/Pay Order towards EMD for Rs.1,00,000/-)
6. DD for Rs.1000/-towards Tender Fees
7. Firm Registration Certificate
8. Copy of Work Orders
9. Copy of Completion Certificates alongwith value and
completion period
10. Undertaking that the firm/Institution is not
blacklisted by any Government Body
11. Authority Letter, if any
12. Duly Audited copy of Annual Accounts of last 3
years
13. Undertaking regarding Non-Disclosure
14. Undertaking regarding Non-failure to perform
15. Duly filled formats (as given in Technical &
Financial bids)
44
Annexure 3
Format for Applicant’s Experience in PPP Projects
Project Development or TA Services for Tourism Projects across India
Project Development or TA Services for Tourism Projects in PPP mode across India
Experience in obtaining environmental clearances for tourism projects in India
Signature ______________________
Name ______________________
Designation_____________________
Company ______________________
Date _________________________
Note:
* The claimed experience shall be supported by projects completion or ongoing certificates
issued by the clients towards documentary evidence. Only Government projects will be
considered for evaluation.
S# Name
of
Project
Client Details Project Location Project
Components
Project Cost
(Rs, Mn)
Document
Enclosed as
Proof of
Experience*
1
S# Name of
Project
Client Details Project Location
(State / U.T.)
Project Cost
(Rs. Mn)
Document
Enclosed as
Proof of
Experience*
1
S# Name
of
Project
Client Details Project Location Project
Components
Project Cost
(Rs, Mn)
Document
Enclosed as
Proof of
Experience*
1
45
Annexure 4
Format for
TEAM COMPOSITION ~ Project Director/Environment Expert/Financial Expert/PPP
Expert
1 Proposed Designation of Key Expert:
2 Name :
3 Contact details: (mobile phone, email)
4 Date of Birth:
5 Nationality:
6 Key Expertise:
7 Proposed Role/ Responsibilities:
8 Educational Qualifications (including Year of Completion):
9 No. of Years of Professional Experience:
Organisation Designation Period
starting from
(dd/mm/yyyy)
Ending date
(dd/mm/yyyy)
Duration of
Experience
(Years Months)
10 Experience in Tourism Projects anywhere in India:
Year of
Completion
Project
Name
Project Cost
(Rs. Mn)
Project
Components
Client Role of Key
Expert
11 Experience in PPP projects anywhere in India:
Year of
Completion
Project
Name
Project Cost
(Rs. Mn)
Client Role of Key Expert
12 Experience in Environmental Clearances:
46
Year of
Completion
Project
Name
Project Cost
(Rs. Mn)
Client Role of Key Expert
13 Experience in Finance:
Year of
Completion
Project
Name
Project Cost
(Rs. Mn)
Client Role of Key Expert
Certification:
1. I am willing to work on the Project and I will be available for entire duration of the Project
assignment as required.
2. I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes my qualifications, my experience and me.
(Signature of the Key Expert /Authorised Signatory)
Place---------------------------
Note:
1. The Key personnel’s profile shall be restricted to above details only.
2. Use separate form for each Key Personnel
47
Annexure 5
Format for
FINANCIAL PROPOSAL
[on the Letter head of the Firm]
Date:
To
The Director General of Lighthouses & Lightships,
Directorate General of Lighthouses & Lightships,
A-13, Sector-24,
Noida-201301 (U.P.)
Sub: Consultancy services for preparation of architectural drawings, revisiting the approved
Bid Documents( RFQ,RFP and Concession Agreement) for suitable modifications and
obtaining all required clearances except CRZ for Promotion of Tourism at 8 Lighthouse
on Public Private Partnership (PPP) mode
Sir:
As a part of the Proposal for providing consultancy services for the subject Project, we hereby
submit the following Professional Fee quotation to the DGLL.
We quote the following Fee:
Sl. No. Description Amount in Rs. Inclusive of
Applicable Service Tax
1. Milestone Linked Professional Fee, payable as per
Milestone at clause 5.9 of the RFP
________(Rupees in words
followed by Rs. in figures in
brackets) inclusive of
applicable Service Tax
Total ________(Rupees in words
followed by Rs. in figures in
brackets) inclusive of
applicable Service Tax
We abide by the above quote, terms and conditions of the RFP, if DGLL selects us as the
consultant for this particular project.
We also understand that, in case any difference between the quoted amount in words and figures,
the quote in words will be taken as final.
We agree that this offer shall remain valid for a period of one hundred and eighty (180 days)
from the Proposal Due Date or such further period as may be mutually agreed upon.
Yours faithfully,
48
__________________
(Signature of Authorised Signatory)
(Name, Title, Address, Date)
Note: The financial proposal to be submitted strictly as per the above format
Non-compliance to the above format shall disqualify the firm’s proposal.
49
SECTION-7
INSTRUCTION TO BIDDERS FOR
SUBMISSION OF ONLINE BIDS
50
INSTRUCTIONS FOR ONLINE BID SUBMISSION:
7.1 The bidders are required to submit soft copies of their bids electronically on the Central
Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions
given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.
7.2 REGISTRATION:
(i) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal by using the “Online bidder enrollment” option available on the home
page. Enrolment on the CPP Portal is free of charge.
(ii) During enrolment / registration, the bidders should provide the correct/true information
including valid email-id & mobile no. All the correspondence shall be made directly with
the contractors/bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III
Certificates with signing key usage) is mandatory which can be obtained from
SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/
Smartcard.
(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital
Signature Certificate with their profile.
(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that
they do not lend their DSCs to others which may lead to misuse and should ensure safety of
the same.
(vii) Bidders can then log into the site through the secured login by entering their user ID /
password and the password of the DSC / eToken.
7.3 PREPARATION OF BIDS
(i) For preparation of bid, Bidders shall search the tender from published tender list available
on site and download the complete tender document and should take into account
corrigendum, if any published, before submitting their bids. After selecting the tender
document same shall be moved to the ‘My favourite’ folder of bidders account from where
bidder can view all the details of the tender document.
51
(ii) Bidder shall go through the tender document carefully to understand the documents required
to be submitted as part of the bid. Bidder shall note the number of covers in which the bid
documents have to be submitted, the number of documents - including the names and
content of each of the document that need to be submitted. Any deviations from these may
lead to rejection of the bid.
(iii) Any clarifications, if required, the same may be obtained online through the tender site, or
through the contact details given in the tender document.
(iv) Bidder should get ready in advance the bid documents to be submitted as indicated in the
tender document/schedule in PDF/xls/rar/zip/dwf/jpg formats. If there is more than one
document, they can be clubbed together using zip format.
(v) Bidder can update well in advance, the documents such as experience certificates, annual
report, PAN, TIN, EPF, service tax, other details etc., under “My Space” option, which can
be submitted as per tender requirements. This will facilitate the bid submission process
faster by reducing upload time of bids.
7.4 SUBMISSION OF BIDS
(i) Bidder should log into the site well in advance for bid submission so that he/ she upload the
bid in time i.e. on or before the bid submission time.
(ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified in the NIT/
tender document. The originals of Tender Fee and EMD should be submitted to the DGLL,
on or before the last date & time of bid submission. Bidder should send the EMD & Tender
fee through Indian postal/Courier Service. DGLL shall not be responsible for any delay or
loss, due to postal/Courier Services. The details of the Demand Draft/Bank Guarantee,
physically sent, should tally with the details available in the scanned copy and the data
entered during bid submission time, otherwise the uploaded bid shall liable to be rejected.
(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP
portal) and accepts the same in order to proceed further to submit their bid.
(iv) Bidder shall select the payment option as offline to pay the Tender Fee/ EMD and enter
details of the Demand Draft/Bank Guarantee.
(v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in
the tender document.
(vi) Bidders shall note that the very act of using DSC (Digital Signature Certificate) for
downloading the tender document and uploading their offers is deemed to be a confirmation
that they have read all sections and pages of the tender document without any exception and
have understood the complete tender document and are clear about the requirements of the
tender document.
(vii) Bidder shall note that each document to be uploaded for the tender should be less than 2
MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can
be uploaded. For the file size of less than 1 MB, the transaction uploading time will be very
fast.
52
(viii) Utmost care shall be taken for uploading Schedule of rates and any change/ modification
of the price schedule shall render it unfit for bidding.
Bidders shall download the Schedule of Rates i.e. Section VII, in XLS format and save it
without changing the name of the file. Bidder shall quote their rates in figures in green
background cells, thereafter save and upload the file in financial bid (Price bid in .xls
format) only. If the Schedule of Rate file is found to be modified by the bidder, the bid will
be rejected.
(ix) Bidders shall submit their bids through online e-tendering system to the Tender Inviting
Authority (TIA) well before the bid submission end date & time (as per Server System
Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced
during the submission of bids online by the bidders at the eleventh hour.
(x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the
bidders shall take print out of system generated acknowledgement number, and keep it as a
record of evidence for online submission of bid, which will also act as an entry pass to
participate in the bid opening.
(xi) Bidder should follow the server time being displayed on bidder’s dashboard at the top of the
tender site, which shall be considered valid for all actions of requesting, bid submission, bid
opening etc., in the e-tender system.
(xii) All the documents being submitted by the bidders would be encrypted using PKI (Public
Key Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered
cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality
of the bids is maintained using the secured Socket Layer 128 bit encryption technology.
(xiii) The bidder should ensure/see that the bid documents submitted should be free from virus
and if the documents could not be opened due to virus during tender opening, the bid is
likely/liable to be rejected.
(xiv) The time settings fixed in the server side and displayed at the top of the tender site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system.
The bidders should follow this time during bid submission.
(xv) Any bid document that is uploaded to the server is subjected to symmetric encryption using
a system generated symmetric key. Further this key is subjected to asymmetric encryption
using buyers/bid openers public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized bid openers.
(xvi) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.
(xvii) The bidder should logout of the tendering system using the normal logout option available
at the top right hand corner and not by selecting the (X) exit option in the browser.
53
(xviii) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contact person indicated in the tender.
(xix) Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number
for the helpdesk is 1800 3070 2232.