56
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 Deployment of Project Development Consultant (PDC) for Promotion of Tourism at Lighthouse on Public Private Partnership (PPP) mode e- Bid document 1

Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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

Deployment of Project Development Consultant (PDC) for Promotion of Tourism at Lighthouse

on Public Private Partnership (PPP) mode

e- Bid document

1

Page 2: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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 31

6. Formats for Proposal Submission (Annexures) 41

7. Instructions to bidders for submission of bid online 52

Page 3: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

3

Ministry of Shipping Directorate General of Lighthouses and LightshipsA-13, Tulsi Marg, Deep

Bhawan, Noida

No- 8-MS ( 1)/11-V Dated 25.06.2015

Directorate General of Lighthouses and Lightships invited online Request For Proposal

under two stage bidding from intended consultancy agencies having requisite

qualifications for “Deployment of Project Development Consultant for Promotion of

Tourism at Lighthouses on PPP mode”.

SCHEDULE OF TENDER PROCESS

EVENT DESCRIPTION SCHEDULED DATE

Period of Download of Bid Document

03 /07 /2015 to 31 / 07 /2015 (03:00 PM)

Date of pre-bid meeting 20/07/2015 at 1130 hrs

Last date of submission of bid

31/07 /2015 (03:00 PM)

Date of Opening of Technical Bids ( online)

31/ 07 /2015 on 04:00 PM

EMD & Tender Fee (in original) submission period

31/ 07/2015 upto 03:00 PM)

Period of completion of work 48 weeks commencing from date of agreement.

Opening of financial bid Will be intimated after evaluation of technical bid.

For details log on Central Public Procurement (CPP) Portal:http://eprocure.gov.in/eprocure/app

Page 4: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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.

Page 5: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

5

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.

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.

Page 6: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

6

SECTION-1

LETTER OF INVITATION

Page 7: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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 on the 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 support

DGLL in conceptualizing and development of Lighthouse sites situated across the Country. 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]/[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)

Page 8: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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.

Page 9: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

9

SECTION-2

INSTRUCTIONS TO APPLICANTS

Page 10: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 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(g)(10).

(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 before submitting the Proposal.

Page 11: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

11

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 only invited to

participate in the Selection Process individually (the "Sole Firm") and no consortium or Joint

Venture (J.V.) is allowed.

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.

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 .

Page 12: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

12

2.11 Tender Fee And EMD

i) Tender Fee in the form of Demand Draft (in original) amounting to Rs 1500/- ( Rupees one thousand five hundred only) drawn in favour of “Pay & Accounts Officer, Lighthouses & Lightships, Noida”, Payable at Noida.

ii) Earnest Money Deposit for amounting to Rs. 20,00,000/-( Rupees Twenty lakhs only) shall be furnished in the form of Demand Draft ( in original) from any Nationalized Bank, in favour of “Pay & Accounts Officer of Lighthouses & Lightships, Noida”, Payable at Noida. 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 contractor 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 of the work. The bids submitted without requisite tender fees and Earnest Monet 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 that . In case the time of completion of work gets extended , the contractor 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 contractor to extend the validity of the Performance Guarantee as described herein above.

b) The contract being determined or rescinded upon provision of any of the clause/condition of the agreement.

c) Failure by contractor to pay President of India any amount due , either as agreed by the contractor or determined under any of the clauses/conditions of the agreement.

Page 13: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

13

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

Assignment/job for such preparation or implementation . For the purpose of this

paragraph, Assignment/job other than consulting Assignment/job are defined as those

Page 14: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

14

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 20/07/2015 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.

Page 15: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

15

SECTION-3

DATA SHEET

Page 16: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

16

3.10 DATA SHEET

S.No. Key Information Details

RFP Details

1. Project Deployment of Project Development Consultant (PDC) for Promotion

of Tourism at Lighthouse on Public Private Partnership (PPP) mode

2. Authority inviting

the RFP

Directorate General of Lighthouses & Lightships (DGLL), Ministry of

Shipping, Government of India (MoS)

3. Tender fees Rs 1500/- ( Rupees one thousand five hundred only) to be submitted

online and in original offline

4. Earnest Money

Deposit

Rs 20,00,000/- ( Rupees Twenty lakhs only) to be submitted online

and in original offline

5. Base Currency INR

6. Consortium Not 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.30.00 Crores ( Rupees thirty 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)

11. Proposal Technical Evaluation of applicants that meets the minimum

Page 17: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

17

S.No. Key Information Details

Evaluation 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 Envelope 1 & Envelope 2 as detailed in section 4

Minimum Eligibility Criteria ~ Annexure A

14. Envelope 1:

Technical Proposal (

Both online and

offline)

Signed RFP document

Checklist of Submissions ~ Annexure 1

Covering Letter ~ Annexure 2

Similar Experience ~ 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.

Page 18: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

18

SECTION-4

PREPARATION, SUBMISSION AND EVALUATION

OF PROPOSALS

Page 19: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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 individually and consortium is not allowed.

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. The Proposals shall be prepared in separate envelopes as under.

i. OUTER ENVELOPE: Annexure A, Envelope I and Envelope II

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 Deployment of Project Development

Consultant (PDC) for Promotion of Tourism at Lighthouse on Public Private Partnership (PPP)

mode.”

Page 20: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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. Experience of Associates and JVs are not allowed. 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 one year prior to the date of proposal submission.

Envelope I (Technical Proposal) shall be sealed, labelled as “Technical proposal for Deployment of

Project Development Consultant (PDC) for Promotion of Tourism at 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.

Page 21: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

21

Envelope II (Financial Proposal) shall be sealed, labelled as “Financial proposal for Deployment of

Project Development Consultant (PDC) for Promotion of Tourism at Lighthouse on Public Private

Partnership (PPP) mode.”

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 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. Annexure A as per Data Sheet (Minimum Eligibility Criteria) along with supporting documents.

ii. Sealed Envelope I (Technical Cover).

iii. 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.

Page 22: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

22

c. Annexure A and supporting documents will be evaluated for Minimum Eligibility

Criteria as per the Data Sheet (Average Annual Turnover of Rs.30 Crores from

Consultancy Services in the past three years as per the audited balance sheets) in

terms with this RFP.

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.

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

Page 23: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

23

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.

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.

Page 24: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

24

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.

9.0 Pre-qualification Criteria

The bidder shall fulfil 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 30 Crore 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 12-13, FY

13-14 and FY14-15.

PQ2 International experience on promotion of tourism:

The bidder should have worked with at least one

companies internationally in the last 5 years on

promotion of tourism

Details of the work and

confirmation by the authorized

signatory of bidder

PQ3 Tourism experience:

The bidder should have experience in advisory or

consultancy services to 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

Page 25: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

25

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.

10. 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 has to be provided to ascertain

relevance

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

Page 26: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

26

1a Revenue of consulting firm in India ( only consulting division

revenues, excluding revenues from audit, taxation, financial

/transaction advisory and other non consulting division)

=> Rs 30 Crores – 1 marks

=> Rs 40 Crores – 2 marks

=> Rs 50 Crores – 3 marks

=> Rs 60 Crores – 4 Marks

=> Rs 70 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 years with value of each project being greater than Rs 8.0

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 12 marks Number of project – who has maximum projects will get 3 marks. Other bidder based on normalization.

15

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 5.0 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 8 marks Number of project – who has maximum projects will get 2 marks.

10

Page 27: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

27

Other bidder based on normalization.

2c Experience in assisting in obtaining environmental clearance

for the tourism related projects including preparation of

design, drawing, DPR , conduction REIA study etc undertaken

by the consultant 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

2d Global/international assignments done by the consulting firm on

promotion of tourism with total value exceeding USD 8,00,000 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 4 marks

Number of project – who has maximum projects will get 1 marks

Other bidder based on normalization

05

2e Experience in Contract management including monitoring of contract performance parameters , MIS on contracts with Central government / State Governments/ 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;

05

Page 28: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

28

C-1.

Quality – who secure maximum grade marks will get 4 marks

Number of project – who has maximum projects will get 1 marks

Other bidder based on normalization

3. Key personnel to be engaged in assignment 25

3a Bidder to select a team of 3 experts ( excluding project

director) 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.

15

3b Propose Project Director to be evaluated on the basis of the

years of experience and minimum qualification specified in

para 5.9.

The Project Director 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 proprietary 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

Page 29: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

29

project under any category.

Marking methodology to include normalization of technical and commercial scores:

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:

Page 30: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

30

[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).

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

Note : Consultant shall submitted the self evaluation sheet as per above criteria along with Technical Proposal

with proper page numbering for supporting documents.

The agency who secured highest composite score shall be declared as selected Bidder.

Page 31: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

31

SECTION-5

TERMS OF REFERENCE

Page 32: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

32

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. In view of the above, the MoS & DGLL intends to promote the Lighthouses across India as tourism destinations & means of promoting Lighthouse Tourism in India. Accordingly, the DGLL proposes to open development opportunities for the Lighthouses Sites under its purview and situated across the Country. 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, which would be taken forward for selection of implementing agencies on PPP basis shortly. Further DGLL intends to identify more lighthouses for development under PPP mode in order to boost the tourism potential in that locations which in turn will help in improvement of socio economic status of that region.

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

Page 33: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

33

5.3 OBJECTIVE OF THIS RFP

The objective of this Project Development Advisory Consultancy is handholding DGLL for

taking up the Phase-II of the objectives of DGLL which shall include testing the market

response through EOI and Investors Meet for 53 identified Lighthouses, carrying out the Pre-

feasibility Study for each of the Lighthouses where sufficient response have been received

through EOI, obtaining the requisite clearances, exploration of funding sources (preferably

through PPP) and in carrying out a transparent & competitive process for selection of

Developers / Operators for developing and maintaining the respective projects/facilities.

5.4 SCOPE OF SERVICES

The Broad scope of this consultancy is;

a. Carrying out an Expression of Interest (EOI) process for the shortlisted Lighthouse Sites,

situated across the Country.

b. Assisting DGLL in conducting an Investor’s meet (tentatively in Mumbai) and road Shows

in Select Locations across the Country.

c. Carrying out Pre-Feasibility Studies for the Lighthouses having the potential for

development on PPP basis, identified based on the response to the EOI process.

d. Identifying the clearances / approval required to be obtained for each site and assistance to

DGLL in obtaining the same.

e. Develop general and standard Templates of terms and conditions for the Lighthouse Sites

including RFQ, RFP, Concession Agreements and assistance to the DGLL in seeking the

needful approvals required for the same.

f. Develop specific terms and conditions and Bid Documents including Agreements applicable

to each of the identified tourism projects.

g. Assist the DGLL in following a transparent and competitive bid process for the identified

projects.

h. Assistance to DGLL upto signing of Concession Agreement(s) for each Site

i. Contract Management assistance to DGLL including the selection and appointment of

Independent Engineer(s), monitoring of conditions precedent, monitoring of contract

performance parameters, MIS, assisting DGLL in resolving issues, if any, including

identifying the defaulters, if any, assistance in taking due actions, etc until commissioning

of the project(s).

Page 34: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

34

The detailed Scope of Services to be rendered by the Consultant shall comprise of the following:

a. Expression of Interest and segregation of Lighthouse Sites

i. Preparation of Expression of Interest (EOI) Document and draft advertisement for 53

lighthouse sites

Preparation of the Information Memorandum (IM) for the shortlisted sites, for which the

response from Potential Investors is to be tested through a non-binding Expression of

Interest (EOI) process. The Scope of Services shall comprise of, but not be limited to the

following:

Preparation of the Information Memorandum on the basis of desk based study (

secondary data)

Deployment of Nodal Person and support resources as contact person(s) for co-

ordinating with interested parties for providing clarifications on query raised on EOI

Document, registration of Interests, Registration for Investor’s meet and for screening

of interests received.

ii. Investor’s Meet and Road Show(s)

The project being a National Level initiative, the DGLL proposes to conduct an Investors Meet

(tentatively in Mumbai). In discussions with the DGLL / MoS, the Consultant shall assist the

DGLL in conducting the Investor’s meet, including finalisation of banners, brochure(s), print /

digital media, venue, etc. (the cost of the venue(s), printing of banners, brochures, print /

digital media, etc would be borne by the DGLL/ reimbursed separately).

The Consultant shall assist DGLL in conducting the investor’s meeting including preparation

of the presentation(s), conducting b2b meetings with the interested parties, conducting an

interactive session with the interested parties, registration of the parties attending the

meeting, collating, compiling and documenting the same.

Similarly, considering that the Lighthouses are spread across the coastline of the Country, it

may be necessary for the DGLL to conduct similar road show(s) in select cities such as

Hyderabad, Chennai, New Delhi, Bangalore, Bhubaneshwar and Kolkota. The Consultant shall

assist the DGLL in finalizing the no. of Road Shows and locations and conducting the same, in

the manner similar to the Investor’s meet.

iii. Receipt of EOI applications, processing and documentation

The Consultant shall sort, screen and process the EOI applications received. The response

received from the interested parties shall be evaluated by the Consultant based on which

the Consultant shall prioritise the projects.

Page 35: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

35

After due processing of the applications received, the Consultant shall compile the

response received and submit a report alongwith recommendations on shortlisted

Lighthouses for proceeding with the Pre-feasibility Study.

The Consultant shall assist the DGLL in taking up the same with the MoS for needful

approvals.

b. Pre-feasibility Studies for shortlisted Lighthouse Sites

Based on the approval of DGLL / MoS, the Consultant shall carry out a pre-feasibility study

for each shortlisted Lighthouse Site, comprising of, but not limited to the following:

o Due diligence on Land

o Identification of Clearances / Approvals required for the Land / Project

o Security related clearances

o Assessment of potential for development of facilities vis-s-vis the investors

response received at the EOI Stage

o Recommendation on the proposed components alongwith a pre-feasibility

assessment for development of the Project on PPP

c. 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 co-ordinate with DGLL on the status of the

same, including reporting the same to DGLL on a regular basis.

d. Project Structuring & Bid Documentation

i. “Projectisation” on selected Lighthouse Sites

Based on the Pre-feasibility carried out, the Consultant shall in discussions with make its

recommendations for the project mix (envisaged developments, minimum development

obligations, estimated block capital cost, etc) as well as the project structure, for each of the

locations.

ii. Categorisation of Projects

Page 36: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

36

Based on the scope of development / size of investment, the consultant shall categorize the

identified projects as indicated below. This would be with the objective of development of

standard terms and conditions as well as the general guiding principles for the bid process

management and selection of the PPP partner(s).

No Project Category Investment envisaged

1. Category A Up to Rs. 5 crore

2. Category B Rs. 6- 25 crore

3. Category C Rs. 26 -50 crore

4. Category D Above Rs. 50 crore

iii. 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.

iv. 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)

e. 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.

Page 37: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

37

f. The consultant shall deploy a Nodal person at the office of DGLL or at any office of the

consultant located either at Noida or Delhi for co-ordinating with DGLL on day to day basis

without charging any additional cost for the same.

g. Assistance to DGLL for monitoring the implementation of the Projects until commissioning

The Consultant shall be required to assist the DGLL in monitoring the fulfillment of minimum

development obligations by the respective developer(s) and addressing the issues, if any. The

Consultant shall also assist DGLL in selection and appointment of Independent Engineer(s) for

the Project(s), Contract Management assistance to DGLL, monitoring of conditions precedent,

monitoring of contract performance parameters, MIS, assisting DGLL in resolving issues, if any,

including identifying the defaulters, if any, assistance in taking due actions, etc until

commissioning of the project(s).

5.5 CONSULTANCY PERIOD:

The period of consultancy is initially for 48 weeks and may be extended based on the

performance of the consultants and requirement of DGLL, on mutually agreed terms and

conditions.

5.6 KEY DELIVERBLE AND TIMELINE

Sl No

Deliverable Time frame ( from signing of agreement)

1 Preparation of draft EOI, issue of EOI, conducting investors meet 4weeks

2. Processing , evaluation and submission of evaluation report of EOI response along with recommendations on shortlisted lighthouses for conducting pre feasibility study and approval of DGLL

6weeks ( 4+2)

3. Conducting prefeasibility study and submission of report for selected lighthouses

14weeks (6+8)

4. Submission of applications for environmental and other clearances as per requirement

18weeks (14+4)

5. Preparation of standard template for RFQ /RFP bidding document and concession agreement

22 weeks (18+4)

6. Issue of RFQ document and response time 26weeks (22+4)

Page 38: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

38

7. Evaluation of RFQ Bids and submission of evaluation report. 28 weeks (26+2)

8. Issue of RFP document to the qualified bidders and response time 32 weeks(28+4)

9. Evaluation of RFP document and submission of report 38weeks (32+6)

10. Selection of bidders 42 weeks (38+4)

11. Signing of Agreement 48week (42+6)

5.7 LIQUIDATED DAMAGES

If the Contractor 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.

5.8 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 sole arbitration of the Director General or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with the matters to which the contract relates or that in the course of duties as a Government servant he has expressed views on all or any of the matters in dispute or difference. 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.

Page 39: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

39

5.9 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

5.10 TEAM COMPOSITION DURING RETAINING STAGE

Sl. No.

Key Personnel Minimum Experience

(number of years) Educational qualifications

1. Civil Engineer 10 yrs Degree in civil engineering

2. Contract

Management Expert 10 years

Degree in Law having expertise in Contract Management

3. Management

Information System ( MIS) Expert

5 years Degree in IT and communication

system

Page 40: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

40

5.11 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:

5.11.1 For milestone 3, incase of addition in number of Road Shows, proportionate additional fee shall be paid.

5.11.2 For milestones 4, 6, 7 & 8, incase of addition / reduction in actual number sites, proportionate additional fee shall be paid / reduction shall be applicable.

5.11.3 The milestones may vary as per requirement and consequent payment shall be made as per actual work done.

5.11.4 The selection of milestones shall be at the discretion of DGLL. No payment shall be released for the non-executable milestones and this will not be constraint for releasing payment for other executed milestones.

B. Retainer Fee: As mentioned in the Terms of Reference, the Consultant shall be required to deploy Minimum 3 experts at the office of the DGLL, for the duration of the assignment. The Fees for the same shall be paid on Monthly Retainer Fee basis. The retainer fee quoted shall be inclusive of all costs associated with the assignment and no reimbursement are accepted in addition to the fee, except the travel or stay involved, which will be reimbursed based on the actual, subject to prior approval by DGLL. The Monthly retainer Fee shall be payable for the period of deployment and DGLL reserves the right to curtail the period of deployment, upon prior intimation of minimum 3 months.

Sl. No.

Milestone Fee in %

1. On segregation of Lighthouse Sites, preparation of Information Memorandum, Expression of Interest Document, draft Advertisement, etc. and release Expression of Interest Advertisement & Document

5%

2. On Conclusion of the Investor’s Meet 10%

3. On conclusion of minimum three road shows 10%

4. On submission of Pre-feasibility Studies for shortlisted Lighthouse Sites, Documentation of Project clearances and Projectisation, Structuring and obtaining environmental clearances of each Site –( up to 30 sites)

20%

5. Preparation of Standard Templates for bidding Documents- minimum 3 or above and approval from competent authority

10%

6. Issue of RFQ and RFP (Including Project information Memorandum and draft Concession Agreement) to the short listed developers (up to 30 sites)

20%

7. On Submission of Bid Evaluation Report ( up to 30 sites) 15%

8. Facilitation in Agreement Signing (up to 30 sites) 10%

Page 41: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

41

SECTION-6

FORMATS FOR SUBMISSION OF PROPOSAL

(Annexures)

Page 42: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

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

42

Description Past Three Financial Years

2012-13 2013-14 2014-15

Revenue from Consultancy

Page 43: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

43

Annexure 1

CHECKLIST OF SUBMISSIONS IN ENVELOPES 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 2)

3. Experience Details (Annexure 3)

4. Team Composition (Annexure 4)

5. DD/Pay Order towards EMD for Rs.20,00,000/-)

6. DD for Rs.1500/-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)

Page 44: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

44

Annexure 2

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: Appointment for Deployment of Project Development Consultant (PDC) for Promotion of

Tourism at Lighthouse on Public Private Partnership (PPP) mode – Reg.

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 Appendices 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

Page 45: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

45

or 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.

Page 46: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

46

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.

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)

Page 47: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

47

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

Page 48: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

48

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

Page 49: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

49

12 Experience in Environmental Clearances:

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

Page 50: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

50

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: Financial Proposal for Deployment of Project Development Consultant (PDC) for Promotion of Tourism at Lighthouse on Public Private Partnership (PPP) mode – Reg.

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 5.11 (A) of the RFP

________(Rupees in words followed by Rs. in figures in brackets) inclusive of applicable Service Tax

2. Monthly Retainer Fee, payable as per Milestone at clause 5.11 (B) of the RFP

Note: The Fee quoted shall be paid in 24 monthly equal installments.

________ (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.

Page 51: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

51

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,

__________________

(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.

Page 52: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

52

SECTION-7

INSTRUCTION TO BIDDERS FOR SUBMISSION

OF ONLINE BIDS

Page 53: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

53

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.

(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

Page 54: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

54

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.

Page 55: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

55

(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.

Page 56: Government of India Ministry of Shipping Directorate General of …dgll.nic.in/WriteReadData/CMS/PDC_Tender.pdf · 2017. 4. 13. · 1. Letter of Invitation 6 2. Instructions to Applicants

56

(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.