request for proposal foradjoining existing facilities of the international convention center...

78
Request for Proposal For Appointment of Programme Management Consultant for “Redevelopment of Gandhinagar Railway Station along with the Development of 300-room Hotel at the Airspace above the Station and Upgradation of Mahatma Mandir Convention Centre and Helipad Exhibition Grounds at Gandhinagar” Bid Document Volume I Request for Proposal (RFP No. IRSDC/HQ/Tender/08/2017/PMC-GNC) Indian Railway Stations Development Corporation Limited 4 th Floor, Palika Bhawan, Sector -13, R.K. Puram, New Delhi 110 066

Upload: others

Post on 25-Jan-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

  • Request for Proposal

    For

    Appointment of Programme Management Consultant for

    “Redevelopment of Gandhinagar Railway Station along with the

    Development of 300-room Hotel at the Airspace above the Station and

    Upgradation of Mahatma Mandir Convention Centre and Helipad

    Exhibition Grounds at Gandhinagar”

    Bid Document

    Volume I – Request for Proposal

    (RFP No. IRSDC/HQ/Tender/08/2017/PMC-GNC)

    Indian Railway Stations Development Corporation Limited

    4th Floor, Palika Bhawan, Sector -13, R.K. Puram, New Delhi – 110 066

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC i

    Contents

    Disclaimer ............................................................................................................... 1

    1 Introduction ...................................................................................................... 3

    1.1 Background ................................................................................................ 3

    1.2 Overall Schedule for Completion of the Programme ................................ 4

    1.3 Schedule of Bidding Process ..................................................................... 4

    1.4 Accessing/ Purchasing of Bid Documents and Method of Submission .... 5

    2 Instructions to Bidders .................................................................................... 8

    A. General ....................................................................................................... 8

    2.1 Scope of the RFP ....................................................................................... 8

    2.2 Conditions of Eligibility of Bidders .......................................................... 8

    2.3 Cost of preparing the Bid ........................................................................ 12

    2.4 Site Visit and Verification of Information ............................................... 13

    2.5 Acknowledgement by Bidder .................................................................. 13

    2.6 Right to Reject Offers .............................................................................. 13

    B. Documents ................................................................................................ 14

    2.7 Contents of the RFP Document ............................................................... 14

    2.8 Clarification on RFP Document .............................................................. 14

    2.9 Amendment of RFP Document ............................................................... 15

    C. Preparation and Submission of Bids ........................................................ 15

    2.10 Language ................................................................................................. 15

    2.11 Format and Signing of Bid ...................................................................... 16

    2.12 Technical Proposal .................................................................................. 16

    2.13 Financial Proposal ................................................................................... 18

    2.14 Submission of Bid ................................................................................... 18

    2.15 Bid Due Date (BDD) ............................................................................... 19

    2.16 Late Bids .................................................................................................. 19

    2.17 Modifications / Substitution & withdrawal of Tenders ........................... 19

    2.18 Earnest Money Deposit (EMD) ............................................................... 19

    D. Evaluation Process ................................................................................... 21

    2.19 Opening and Evaluation of Tenders ........................................................ 21

    2.20 Confidentiality ......................................................................................... 22

    2.21 Tests of Responsiveness .......................................................................... 22

    2.22 Clarification on Bids ................................................................................ 23

    E. Appointment of Consultant ...................................................................... 23

    2.23 Negotiations ............................................................................................. 23

    2.24 Substitution of Key Personnel ................................................................. 23

    2.25 Indemnity ................................................................................................. 23

    2.26 Award of Consultancy ............................................................................. 23

    2.27 Execution of Contract .............................................................................. 24

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page ii

    2.28 Commencement of Assignment .............................................................. 24

    2.29 Proprietary Data ....................................................................................... 24

    2.30 Fraud and Corrupt Practices .................................................................... 24

    2.31 Pre-Bid Conference ................................................................................. 26

    2.32 Miscellaneous .......................................................................................... 26

    3 Criteria for Evaluation of Proposals ............................................................ 28

    3.1 Evaluation of Technical Proposals .......................................................... 28

    3.2 Short-listing of Bidders ........................................................................... 31

    3.3 Evaluation of Financial Offers ................................................................ 32

    3.4 Final Selection ......................................................................................... 32

    4 Technical Proposal – Standard Forms ......................................................... 33

    4.1 TECH – 0: Technical Proposal Checklist ................................................ 33

    4.2 TECH – 1: Technical Proposal Submission Form .................................. 34

    4.3 TECH – 2A: Bidder’s Organization ........................................................ 39

    4.4 TECH – 2B: Bidder’s Experience ........................................................... 41

    4.5 TECH – 3: Comments and Suggestions on Terms of Reference ............ 43

    4.6 TECH – 4: Description of the Approach, Methodology, and Work Plan

    for Performing the Assignment ............................................................ 44

    4.7 TECH – 5: Work Programme .................................................................. 45

    4.8 TECH – 6: Staff Deployment Schedule .................................................. 46

    4.9 TECH – 6: Team Composition ................................................................ 48

    5 Financial Proposal – Standard Forms ......................................................... 51

    5.1 FIN – 1: Financial Proposal Submission Form ....................................... 51

    5.2 Form FIN – 2: Breakdown of Lump sum Price ....................................... 52

    5.3 Form FIN – 3: Breakdown of Remuneration .......................................... 53

    5.4 Form FIN – 3: Breakdown of Remuneration .......................................... 54

    6 Terms of Reference ........................................................................................ 55

    6.1 Project Background ................................................................................. 55

    6.2 Scope of Programme Management Consultant’s (PMC) Services .......... 57

    6.3 Objectives of the PMC Services .............................................................. 57

    6.4 Detailed Scope of Work .......................................................................... 57

    6.5 Requirement of Technical Personnel ....................................................... 72

    6.6 Data and Facilities to be Provided by IRSDC ......................................... 75

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 1

    Disclaimer

    The information contained in this Request for Proposal document (the “RFP”) or

    subsequently provided to Bidder(s), whether verbally or in documentary or any other

    form by or on behalf of Indian Railway Stations Development Corporation Limited

    (IRSDC) or Gandhinagar Railway & Urban Development Corporation Limited

    (GARUD), a joint venture company (the ‘Authority’) incorporated by and between

    Government of Gujarat (GoG) and Ministry of Railways/ IRSDC or any of its

    employees or advisors, is provided to Bidder(s) on the terms and conditions set out

    in this RFP and such other terms and conditions subject to which such information is

    provided.

    This RFP is not an agreement and is neither an offer nor invitation by IRSDC to the

    prospective Bidders or any other person. The purpose of this RFP is to provide

    interested parties with information that may be useful to them in making their Bids

    pursuant to this RFP. This RFP includes statements, which reflect various

    assumptions and assessments arrived at by IRSDC in relation to the Project. Such

    assumptions, assessments and statements do not purport to contain all the

    information that each Bidder may require. This RFP may not be appropriate for all

    persons, and it is not possible for IRSDC, its employees or advisors to consider the

    investment objectives, financial situation and particular needs of each party who

    reads or uses this RFP. The assumptions, assessments, statements and information

    contained in the Bidding Documents, may not be complete, accurate, adequate or

    correct. Each Bidder should, therefore, conduct its own investigations and analysis

    and should check the accuracy, adequacy, correctness, reliability and completeness

    of the assumptions, assessments, statements and information contained in this RFP

    and obtain independent advice from appropriate sources.

    Information provided in this RFP to the Bidder(s) is on a wide range of matters,

    some of which may depend upon interpretation of law. The information given is not

    intended to be an exhaustive account of statutory requirements and should not be

    regarded as a complete or authoritative statement of law. The Authority accepts no

    responsibility for the accuracy or otherwise for any interpretation or opinion on law

    expressed herein.

    The Authority, its employees and advisors make no representation or warranty and

    shall have no liability to any person, including any Bidder or Bidder under any law,

    statute, rules or regulations or tort, principles of restitution or unjust enrichment or

    otherwise for any loss, damages, cost or expense which may arise from or be

    incurred or suffered on account of anything contained in this RFP or otherwise,

    including the accuracy, adequacy, correctness, completeness or reliability of the RFP

    and any assessment, assumption, statement or information contained therein or

    deemed to form part of this RFP or arising in any way for participation in this Bid

    Stage.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 2

    The Authority also accepts no liability of any nature whether resulting from

    negligence or otherwise howsoever caused arising from reliance of any Bidder upon

    the statements contained in this RFP.

    The Authority may in its absolute discretion, but without being under any obligation

    to do so, update, amend or supplement the information, assessment or assumptions

    contained in this RFP.

    The issue of this RFP does not imply that IRSDC is bound to select a Bidder or to

    appoint the Selected Bidder for the Project and IRSDC reserves the right to reject all

    or any of the Bidders or Bids without assigning any reason whatsoever.

    The Bidder shall bear all its costs associated with or relating to the preparation and

    submission of its Bid including but not limited to preparation, copying, postage,

    delivery fees, expenses associated with any demonstrations or presentations which

    may be required by IRSDC or any other costs incurred in connection with or relating

    to its Bid. All such costs and expenses will remain with the Bidder and the Authority

    shall not be liable in any manner whatsoever for the same or for any other costs or

    other expenses incurred by a Bidder in preparation or submission of the Bid,

    regardless of the conduct or outcome of the Bidding Process.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 3

    1 Introduction

    1.1 Background

    Indian Railway Stations Development Corporation Ltd. (“IRSDC”), is inviting Bids

    comprising of the Technical Proposals and Financial Proposals. IRSDC shall be

    responsible for planning, designing and execution and operation of the Project.

    1.1.1 The Ministry of Railways (MOR) has decided to develop/redevelop

    certain identified railway stations across India through a Special Purpose

    Company named as ‘Indian Railway Stations Development Corporation

    Limited’ (hereinafter referred to as “IRSDC”) established under

    Companies Act, 1956 with equity participation of IRCON International

    Limited (IRCON) and Rail Land Development Authority (RLDA). The

    main objectives of IRSDC is to develop/redevelop the existing/new

    railway station(s); undertake projects development of real estate on

    Railway/ Government land and its commercial utilization and to carry on

    any Railway Infrastructure work including development of railway

    stations.

    1.1.2 In pursuance of the aforesaid objectives and as a part of its commitment

    of providing better passenger amenities, a Joint Venture Company (“the

    Authority”), Gandhinagar Railway & Urban Development Corporation

    Limited (GARUD), has been incorporated by and between Government

    of Gujarat (GoG) and Ministry of Railways/IRSDC. The Authority has

    decided to undertake the Re-Development of Gandhinagar Railway

    Station along with the Development of 300 Rooms Hotel Building (at the

    airspace above railway track/platforms) Station at Gandhinagar, Gujarat.

    The Authority will operate and manage the Railway Station, Hotel, and

    adjoining existing facilities of the International Convention Center

    (Mahatma Mandir) and Exhibition Center (Helipad Exhibition Grounds).

    1.1.3 The Authority has decided to execute the Project through Engineering,

    Procurement and Construction (EPC) mode. Accordingly, the EPC

    Contract has been awarded. The scope of EPC Contract includes Re-

    development of the Railway Station and Development of the 300-room

    five-star hotel building. However, the EPC Contract does not cover

    design, construction and commissioning of Hotel Furnishing, Finishing

    and Equipment (‘F&FE’.) F&FE works will be procured through

    separate Contract(s).

    1.1.4 Description of the Project, including the existing situation and basic

    details of the Project components, is provided as a part of this Request

    for Proposal (VOLUME III.)

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 4

    1.1.5 The Authority has undertaken the development Programme which

    includes re-development of Railway Station and Hotel (EPC Contract),

    Design, Construction, and Commissioning of F&FE for the five-star

    hotel, and some upgradation and improvements to the existing Mahatma

    Mandir and Helipad Exhibition Grounds.

    IRSDC having been mandated to oversee management of the Programme on behalf

    of the Authority, invites Bids for selection of a Programme Management Consultant

    (the “PMC”) to assist the Authority in management of construction and

    commissioning of the Programme. Scope of services to be provided by the PMC

    shall be as specified in Section 6 and other requirements as specified in this RFP,

    (collectively the “Consultancy”) for execution of the Programme.

    1.2 Overall Schedule for Completion of the Programme

    The Authority plans to complete all development works of this Programme by 31st

    December 2018, so that the Railway Station, Hotel, and Convention Center /

    Exhibition Center facilities are commissioned in time for the Vibrant Gujarat 2019

    event.

    1.3 Schedule of Bidding Process

    IRSDC shall endeavour to adhere to the following schedule:

    SN.

    Events

    Description Date

    1 Issue of RFP Documents May 23, 2017 1 Last date of receiving queries for the

    pre-bid meeting May 26, 2017

    2 Pre-bid meeting May 29, 2017 (11:00 Hrs.) 3

    Bid Due Date (BDD)

    June 12, 2017

    4

    Opening of Bids

    June 12, 2017

    5

    Presentation on Technical Proposal of Bidders who meet the Technical Capacity (All Key Staff required)

    June 14 - 15, 2017 (tentative)

    6

    Opening of Financial Proposals

    to be announced later

    7

    Letter of Award (LOA)

    Within 7 (Seven) days of Opening of Financial Proposals

    8

    Validity of Bids

    60 days of Bid Due Date

    9

    Signing of PMC Agreement and

    Within 7 (Seven) days of

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 5

    mobilization of PMC Team award of LOA

    1.4 Accessing/ Purchasing of Bid Documents and Method of Submission

    1.4.1 The complete RFP Document can be viewed / downloaded from the e-

    Procurement portal i.e. https://www.tenderwizard.com/IRSDC, free of

    cost which can also be accessed through link on Tender section of

    IRSDC website i.e. www.irsdc.com.

    1.4.2 A Vendor’s Manual containing the detailed guidelines for e-Procurement

    system is also available on e-Procurement portal of IRSDC.

    1.4.3 It is mandatory for all the bidders to have class-III Digital Signature

    Certificate (in the name of person having power of attorney to sign the

    Bid) from any of the licensed Certifying Agency (Bidders can see the list

    of licensed CA’s from the link www.cca.gov.in) to participate in e-

    Procurement of IRSDC.

    1.4.4 It is mandatory for the bidders to get their firm/company registered with

    e-procurement portal of IRSDC, i.e.

    https://www.tenderwizard.com/IRSDC to have user ID & password by

    submitting a non-refundable annual registration charge of Rs. 2,500/-

    (exclusive of taxes, levies, etc.) which can be paid online through Debit/

    Credit Card in favour of “M/s ITI Limited”, payable at New Delhi using

    the payment gateway of Punjab National Bank. The registration so

    obtained by the prospective bidder shall be valid for one year from the

    date of its issue and shall be subsequently renewed.

    1.4.5 RFP documents will be available online on website

    https://www.tenderwizard.com/IRSDC from 23rd May 2017 which can

    be downloaded free of cost till the last date and time of submission of

    tender. However, to participate in the online bidding process, bidders are

    required to pay a non-refundable fee of Rs. 10000/- (Rupees. Ten

    Thousand Only) towards the cost of one set of tender document through

    NEFT or RTGS only in IRSDC’s bank account no.: 040802000002256,

    RTGS/IFSC code: IOBA0000408 at Indian Overseas Bank, R. K. Puram

    Branch, New Delhi in favour of “IRSDC” payable at New Delhi/Project

    HQ.

    1.4.6 In addition to this, Bidder shall submit a non-refundable fee of

    Rs.5,750/-(Rupees Five Thousand Seven Hundred and Fifty only)

    inclusive of all taxes towards e-bid processing fee paid online through

    Debit/ Credit Card in favour of “M/s ITI Limited” using the payment

    gateway.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 6

    1.4.7 Validity of Bidder’s Registration on the e-Procurement portal of IRSDC

    Bidders may note the following:

    a) It shall be the sole responsibility of the bidder(s) to keep the Registration

    valid up to the original/extended date of submission of bid.

    b) Bids can be submitted only during the validity of their registration.

    1.4.8 IRSDC may issue addendum(s)/corrigendum(s) to the tender documents.

    In such case, the addendum(s)/corrigendum(s) shall be issued and placed

    on website https://www.tenderwizard.com/IRSDC at any time before the

    closing time of tender. The tenderers who have downloaded the tender

    documents from website must visit the website and ensure that such

    addendum(s)/corrigendum(s) (if any) is also downloaded by them. This

    shall be the responsibility of the prospective registered bidders to check

    the web site for any such corrigendum/addendum at the time of closing

    time of tender and ensure that bid submitted by them are in accordance

    with all the corrigendums/addendums. Suitable time extension (not less

    than 3 days beyond the date of last amendment) for submission of bids

    will be granted.

    1.4.9 Technical Proposals and Financial Proposals (the Bids) shall be

    submitted online on or before 11.00 Hrs on 12th June 2017 in the

    prescribed format given on the websites and technical bids received

    online shall be opened at 11.30 Hrs on 12th June 2017. No other mode of

    submission is acceptable. Detailed credentials as per the requirement of

    eligibility criteria and all Technical Proposal papers except Financial

    Proposal documents are to be submitted in “Technical Proposal”.

    Financial Proposal forms duly filled in are to be submitted in the format

    provided online in the name of “Financial Proposal”. Representative of

    the bidder, who chooses to attend, may attend the online opening of

    the Technical Proposals on 12th June, 2017 at 11:30 Hrs. in the office

    of Managing Director & CEO, IRSDC, at 4th Floor, Palika Bhawan,

    Sector XIII, R.K. Puram, New Delhi – 110 066. However, such

    representatives shall be allowed to attend the opening of the Technical

    Proposals, only if such person presents the letter of authority issued in

    his name by the bidder on his letterhead.

    1.4.10 Bidders cannot submit the Bid after the due date and time of e-bid

    submission. Time being displayed on e-procurement portal of IRSDC

    (“Standard Time”) shall be final and binding on the bidder. e-Bids are

    required to be submitted by bidders, only as per the Indian Standard

    Time (IST) and not the time as per their location/country.

    1.4.11 Modification/Substitution/Withdrawal of Bids

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 7

    a) In the event of modification/substitution/withdrawal of the Application, the

    Applicant may modify, substitute or withdraw the documents of its

    Application after submission prior to the prior to the Bid Due Date.

    b) For withdrawal of the documents of the Application, the Applicant will have

    to click on withdrawal icon at Tender Wizard and can withdraw its

    Application. However, it may be noted that once the bid has been withdrawn,

    applicant cannot participate again in the e-tender. The Applicant may modify

    or substitute the documents of the Application after submission, provided that

    the Applicant detach the old documents submitted in the electronic form from

    the Tender Wizard and upload the modified or substituted documents.

    c) Bidders are advised not to withdraw their Bid in case of any

    modification/substitution of application. Withdrawal will not allow further

    participation/modification/ substitution of applications.

    d) Any alteration / modification in the Bid or additional information material

    supplied subsequent to the Bid Due Date, unless the same has been expressly

    sought for by the Authority, shall be disregarded.

    1.4.12 The bidders are advised to submit their e-bids well before the e-bid due

    date. IRSDC shall not be responsible for any delay in submission of e-

    bids for any reason including server and technical problems.

    1.4.13 The Technical and Financial Proposals shall be digitally signed by the

    Authorized Signatory of the bidder & submitted “on-line” only. The

    authorised signatory of the bidder must be in possession of Power of

    Attorney before submitting the digitally signed bid. Scanned copies of

    various documents can be prepared in different file format (PDF, JPEG).

    Bidders can upload a single file of size 5 MB only but they can upload

    multiple files.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 8

    2 Instructions to Bidders

    A. General

    2.1 Scope of the RFP

    Detailed description of the objectives, scope of services, deliverables and other

    requirements relating to this Consultancy are specified in this RFP Document. A

    private, public or government owned legal entity possessing the requisite experience

    and capabilities required for undertaking the Consultancy may participate in the

    Selection Process individually as a single entity tenderer (the “Singly Entity

    Bidder”). A combination of entities is not allowed to bid as a Joint Venture of

    Consortium. Single entity Bidders may, however, employ Independent Consultants

    or Sub-Consultant staff, subject to limitation specified in Section 6. The Selected

    Bidder shall be solely liable for performance of PMC Services, including the

    performance of any Independent Consultants or Sub-Consultant staff proposed by

    them. The manner in which the Bid is required to be submitted, evaluated and

    accepted is mentioned in this RFP Document.

    2.1.1 Bidders are advised that the selection of Consultant shall be on the basis

    of evaluation by ISRDC through the Selection Process specified in this

    RFP Document. Bidders shall be deemed to have understood and agreed

    that no explanation or justification for any aspect of the Selection

    Process will be extended and that ISRDC’s decisions thereof are without

    any right of appeal whatsoever.

    2.1.2 Key Personnel: The Consultancy Team shall consist of Key Personnel

    (the “Key Personnel”), specified in Clause 6.5, who shall discharge their

    respective specified responsibilities. The Consultancy team shall be also

    supported by other technical and support Personnel proposed by the

    Bidder.

    2.2 Conditions of Eligibility of Bidders

    2.2.1 Bidders must read carefully the minimum conditions of eligibility (the

    “Conditions of Eligibility”) provided herein. Bids of only those Bidders

    who satisfy the following Conditions of Eligibility will be considered for

    evaluation:

    2.2.1.1 Financial Capacity

    To be eligible for evaluation of its Bid, a Bidder shall have achieved average annual

    turnover of Rs. 20 Crores or more over the previous 3 (three) financial years

    preceding the BDD. Further, the Bidder should have been in Profit at least during the

    two of the three years preceding the BDD.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 9

    2.2.1.2 Technical Capacity

    Definitions:

    “Eligible Projects” mean projects having capital cost (excluding land value) of Rs.

    300 Crore of more, in development of:

    (a) Five Star Hotels, or

    (b) public building facilities for transport projects (i.e. airports, railway stations,

    Metro / LRT stations, bus depots / terminals on PPP, Multimodal Transport Hubs, or

    (c) Integrated townships, institutional / commercial buildings, convention centers,

    sports stadium, hospitals, industrial townships, industrial complexes etc., provided

    such projects involve provision of all integrated services like building information

    management systems, interior design, finishing and furnishing, mechanical

    ventilation, lighting, fire fighting, plumbing and drainage, fenestration, façade etc.

    “Eligible Contracts” mean, consultancy contracts on “Eligible Projects” defined

    above covering any of the following services:

    a) Basic Engineering / Tender Stage Design Development, Bid Process

    Management, and Engineering Reviews

    b) Construction Supervision

    c) Project Management including project schedule and cost control, EVM analysis,

    change management, schedule and cost trend analysis & reporting, and contract

    management.

    2.2.2 To be eligible for evaluation of its Bid, a Bidder must have successfully

    completed a total of at least two “Eligible Contracts” for “Eligible

    Projects” as defined above in the last 7 (Seven) years, out of which at

    least one “Eligible Contract” must be a Five Star Hotel. Ongoing

    assignments shall be considered “Eligible Contracts” provided the

    Bidder has received fee payments of at least Rs.100 Lakh against such

    ongoing assignments. The Bidder shall submit details of work experience

    on Eligible Contracts in its Technical Proposal in the formats specified at

    Section 4 for demonstrating its Technical Capacity and claiming

    Technical Score. The Bidder shall enclose with its Bid, certificate(s)

    from its Statutory Auditors or independent chartered accountant or its

    chartered accountant that normally audits the annual accounts of the

    Bidder, stating its turnover from professional fees during the past three

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 10

    years and the payments received in respect of each of the Eligible

    Contracts.

    2.2.3 The Bidder should submit a Power of Attorney for the Authorised

    Signatory as per the format provided in Section 4.

    2.2.4 Any entity which has been barred by the Central/ State Government in

    India, (or any entity controlled by such barred entity), from participating

    in any project, and the bar subsists as on the date of Bid, would not be

    eligible to submit a Bid.

    2.2.5 A Bidder should have, during the last one year, neither failed to perform

    on any Contract, as evidenced by imposition of a penalty by a judicial

    authority or a judicial pronouncement, nor been expelled from any

    project or Contract nor have had any Contract terminated for breach by

    such Bidder.

    2.2.6 Where the Bidder is a single entity and registered or incorporated in a

    country other than India, it shall be required to form an appropriate

    subsidiary company in India under the Indian Companies Act 2013, to

    execute the Contract and implement the Consultancy.

    2.2.7 Conflict of Interest:

    i. A Bidder shall not have a conflict of interest that may affect the

    Selection Process or the Consultancy (the “Conflict of Interest”). Any

    Bidder found to have a Conflict of Interest shall be disqualified. In the

    event of disqualification, IRSDC shall forfeit and appropriate the EMD in

    full, without prejudice to any other right or remedy that may be

    available to IRSDC hereunder or otherwise.

    ii. IRSDC requires that the Consultant provide professional, objective, and

    impartial advice and at all times, hold IRSDC’s interests paramount,

    avoid conflicts with other assignments or their own corporate interests,

    and act without any consideration for future work. The Consultant shall

    not accept or engage in any assignment that would be in conflict with

    its prior or current obligations to other Authorities, or that may place it

    in a position of not being able to carry out the assignment in the best

    interests of IRSDC.

    iii. Without limiting the generality of the above, a Bidder shall be

    considered to have a Conflict of Interest that affects the Selection

    Process, if such Bidder has a relationship with another Bidder, directly

    or through common third parties, that puts them in a position to have

    access to each others’ information about, or to influence the Tender of

    either or each other, and if:

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 11

    a) a Bidder or its constituent/Member and any other Bidder or its

    constituent/Member have common controlling shareholders or other

    ownership interest; provided that this disqualification shall not apply

    in cases where the direct or indirect shareholding of a Bidder or its

    constituent/Member (or any shareholder thereof having a

    shareholding of more than 5% (five percent) of the paid up and

    subscribed share capital of the Bidder or its constituent/Member, as

    the case may be) in the other Bidder or its constituent/Member is less

    than 5% (five percent) of the paid up and subscribed share capital of

    such Bidder or its constituent/Member; provided further that this

    disqualification shall not apply to a bank, insurance company, pension

    fund, mutual fund or any financial institution that is included under the

    FEMA (notification No. FEMA.131/2005-RB dated 17th March, 2005)

    (for avoidance of doubt the indirect shareholding shall be reckoned by

    multiplying the percentage shareholding in each successive layer); or

    b) a Single Entity Bidder is a constituent/Member of another Bidder;

    c) a constituent/Member of such Bidder is also a constituent /Member of

    another Bidder; or

    d) such Bidder has the same legal representative for purposes of this Bid

    as any other Bidder; or

    e) such Bidder or its constituent/Member has provided or is providing

    directly or indirectly services on the same Project(s) in detailed design

    and tender planning such as FLS, geotechnical studies, soil testing,

    design/drawing, BOQ etc.; conversely the Consultant shall be

    disqualified for providing above services on the Project(s); or

    f) such Bidder or its constituent/Member has provided or is providing

    directly or indirectly any form of services to the Contractor(s),

    conversely the Consultant shall be disqualified for providing above

    services to the Contractor(s); or

    g) a firm which has been engaged by IRSDC or the Authority to provide

    goods or works for a project will be disqualified from providing

    consulting services for the same project; conversely, a firm hired to

    provide consulting services for the preparation of implementation of a

    project, and its constituent/Members, will be disqualified from

    subsequently providing goods or works or services related to the same

    project; or

    h) the Bidder or its constituent/Member and the Contractor(s) or its

    constituent/Member have common controlling shareholders or other

    ownership interest; provided that this disqualification shall not apply

    in cases where the direct or indirect shareholding of a Bidder or its

    constituent/Member (or any shareholder thereof having a

    shareholding of more than 5% (five percent) of the paid up and

    subscribed share capital of the Bidder or its constituent/Member, as

    the case may be) in the Contractor(s) or its constituent/Member is less

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 12

    than 5% (five percent) of the paid up and subscribed share capital of

    such Contractor(s) or its constituent/Member; provided further that

    this disqualification shall not apply to a bank, insurance company,

    pension fund, mutual fund or any financial institution that is included

    under the FEMA (notification No. FEMA.131/2005-RB dated 17th

    March, 2005), provided further that its direct or indirect shareholding

    doesn’t exceed 26% of the paid up and subscribed share capital of the

    Bidder or its constituent/Member, as the case may be (for avoidance of

    doubt the indirect shareholding shall be reckoned by multiplying the

    percentage shareholding in each successive layer).

    2.2.8 DELETED

    2.2.9 While submitting a Proposal online, the Bidder should attach clearly

    marked and referenced continuation sheets in the event that the space

    provided in the specified forms is insufficient. Alternatively, Bidders

    may format the specified forms making due provision for incorporation

    of the requested information.

    2.2.10 A Bidder who is under a declaration of ineligibility by the Authority or

    IRSDC in terms of Clause 2.2.6, on the BDD or thereafter, shall be

    disqualified. IRSDC maintains a list of Firms and Individuals that have

    been debarred/blacklisted, and are not eligible to participate in tenders

    and the list is regularly updated.

    2.2.11 Serving Government employees are not permitted to undertake any

    assignment except when the Consultant or any of its Members is a Public

    Sector Unit (PSU) and such employees being on deputation to the PSU

    are deployed by them to undertake an assignment in the Services. In case

    of retired Government employees, they should be proposed by the

    Bidder only after the mandatory period for re-employment in related area

    of work has been completed by the employee. If a retired Government

    employee is proposed to be engaged in the Consultancy, such Employees

    shall declare that:

    i. they superannuated from the Government in the normal process;

    ii. they were not removed or dismissed from Government service;

    iii. they are not undergoing any D&AR action; and

    iv. they are not undergoing any court cases or prosecution cases.

    2.3 Cost of preparing the Bid

    The Bidders shall be responsible for all of the costs associated with the preparation

    of their Bid and their participation in the Selection Process. The Authority will not

    be responsible or in any way liable for such costs, regardless of the conduct or

    outcome of the Selection Process.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 13

    2.4 Site Visit and Verification of Information

    2.4.1 Bidders are encouraged to submit their respective Bids after visiting the

    Project site and ascertaining for themselves the site conditions, traffic,

    location, surroundings, climate, access to the site, availability of

    drawings and other data with the IRSDC / Authority, applicable laws and

    regulations or any other matter considered relevant by them.

    2.4.2 IRSDC shall not be liable for any omission, mistake or error on the part

    of the Bidder in respect of any of the above or on account of any matter

    or thing arising out of or concerning or relating to RFP Document or the

    Selection Process, including any error or mistake therein or in any

    information or data given by IRSDC.

    2.5 Acknowledgement by Bidder

    It shall be deemed that by submitting the Bid, the Bidder has:

    a) made a complete and careful examination of the RFP Document;

    b) received all relevant information requested from the Authority;

    c) acknowledged and accepted the risk of inadequacy, error or mistake in the

    information provided in the RFP Document or furnished by or on behalf of

    IRSDC or relating to any of the matters referred to in Clause 2.4 above;

    d) satisfied itself about all matters, things and information including matters

    referred to in Clause 2.4 hereinabove necessary and required for submitting

    an informed Tender and performance of all of its obligations thereunder;

    e) acknowledged and agreed that inadequacy, lack of completeness or

    incorrectness of information provided in the RFP Document or ignorance of

    any of the matters referred to in Clause 2.4 hereinabove shall not form a basis

    for any claim for compensation, damages, extension of time for performance

    of its obligations, loss of profits etc. from the Authority, or a ground for

    termination of the Contract;

    f) acknowledged that it does not have a Conflict of Interest; and

    g) agreed to be bound by the undertaking provided by it under and in terms

    hereof.

    2.6 Right to Reject Offers

    2.6.1 Notwithstanding anything contained in this RFP Document, IRSDC

    reserves the right to accept, or reject any or all Bid(s) and to annul the

    Selection Process, at any time without any liability or any obligation for

    such acceptance, rejection or annulment, and without assigning any

    reasons thereof.

    2.6.2 the Authority reserves the right to reject any Bid if:

    a) at any time, a material misrepresentation is made or uncovered, or

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 14

    b) the Bidder does not provide, within the time specified by IRSDC, the

    supplemental information sought by IRSDC for evaluation of the Bid.

    Such misrepresentation/ improper response may lead to the disqualification of the

    Bidder. If such disqualification / rejection occurs after the Bids have been opened

    and the highest ranking Bidder gets disqualified / rejected, then IRSDC reserves the

    right to:

    a) consider the next best Tenderer, or

    b) take any other measure as may be deemed fit in the sole discretion of the

    Authority, including annulment of the Selection Process.

    B. Documents

    2.7 Contents of the RFP Document

    2.7.1 This RFP Document comprises following and will additionally include

    any Addendum/ Amendment issued in accordance with Clause 2.9:

    a) Volume – I : Request for Proposal (Introduction, Instruction to Bidders, Bid

    Proposal Evaluation Criteria, Proposal Submission Forms, and Terms of

    Reference.)

    b) Volume – II : Form of Contract

    c) Volume – III : Project Information Memorandum (For reference only)

    2.8 Clarification on RFP Document

    2.8.1 Any queries or request for additional information concerning this RFP

    shall be submitted in writing or by fax or e-mail to the officer designated

    in Clause 2.8.3. The envelopes shall clearly bear the following

    identification:

    "Queries/Request for Additional Information concerning RFP for Appointment of

    Programme Management Consultant - IRSDC"

    IRSDC shall endeavour to respond to the queries within 7 (seven) days after the Pre-

    bid Meeting to be held on the date specified in Clause 1.3 at the address

    mentioned in clause 2.31, but not later than 7 days prior to the Bid Due Date. The

    responses will be sent by fax or e-mail. IRSDC will post the reply to all such queries

    on the Official Website and copies thereof will also be circulated to all Bidders who

    have purchased the RFP Document without identifying the source of queries.

    2.8.2 IRSDC reserves the right not to respond to any questions or provide any

    clarifications, in its sole discretion, and nothing in this clause shall be

    taken or read as compelling or requiring IRSDC to respond to any

    question or to provide any clarification.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 15

    2.8.3 In case of any clarification, the person to be contacted is as under

    : Address:

    The Managing Director & Chief Executive Officer

    Indian Railway Stations Development Corporation Limited

    (IRSDC),

    4th Floor, Palika Bhawan,

    Sector 13, R.K. Puram, New Delhi-110066.

    Tel No. :+91-11-24672718

    Fax No :+91-11-24672720

    Email Address:[email protected]

    2.9 Amendment of RFP Document

    2.9.1 At any time prior to the deadline for submission of Bid, IRSDC may, for

    any reason, whether at its own initiative or in response to clarifications

    requested by a Bidder, modify the RFP Document by the issuance of

    Addendum/ Amendment.

    2.9.2 All such amendments will be notified in writing through fax or e-mail to

    all Bidders who have purchased the RFP Document. The amendments

    will also be posted on the Official Website along with the revised RFP

    Document containing the amendments and will be binding on all

    Bidders.

    2.9.3 In order to afford the Bidders a reasonable time for taking an amendment

    into account, or for any other reason, the Authority may, in its sole

    discretion, extend the Bid Due Date.

    C. Preparation and Submission of Bids

    2.10 Language

    2.10.1 The Bid with all accompanying documents (the “Documents”) and all

    communications in relation to or concerning the Selection Process shall

    be in English Language and strictly on the forms provided in this RFP

    Document. No supporting document or printed literature shall be

    submitted with the Bid unless specifically asked for and in case any of

    these documents is in another language, it must be accompanied by an

    accurate translation of the relevant passages in English, in which case,

    for all purposes of interpretation of the Bid, the translation in English

    shall prevail. However, Bidders from countries that have signed the

    Hague Legislation Convention 1961 need not get their documents

    mailto:[email protected]

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 16

    legalized by Indian embassy if it carries a conforming Appostille

    certificate.

    2.11 Format and Signing of Bid

    2.11.1 The Bidder shall provide all the information sought under this RFP

    Document. IRSDC would evaluate only those Bids that are received in

    the specified forms and complete in all respects.

    2.11.2 The Bids must be properly signed as detailed below:

    a) by the proprietor, in case of a proprietary firm;

    b) by the partner holding the Power of Attorney, in case of a partnership firm;

    c) by a duly authorised person holding the Power of Attorney (the “Authorised

    Signatory”), in case of a Limited Company or a corporation.

    A copy of the Power of Attorney certified under the hands of a partner or director of

    the Bidder or a notary public on the specified form shall accompany the Bid.

    2.11.3 Bidders should note the Bid Due Date, as specified in Clause 1.3, for

    submission of Bids. Bidders are reminded that evaluation will be carried

    out only on the basis of Documents received by the closing time of Bid

    Due Date as specified in Clause 1.3. Bidders will ordinarily not be asked

    to provide additional material information or documents subsequent to

    the date of submission, and unsolicited material if submitted will be

    rejected.

    2.12 Technical Proposal

    2.12.1 Bidders shall submit the Technical Proposal in the formats at Section 4

    (the “Technical Proposal”).

    2.12.2 While submitting the Technical Proposal, the Bidder shall, in particular,

    ensure that:

    a) CVs of all Professional Personnel have been submitted;

    b) Key Personnel have been proposed only if they meet the Conditions of

    Eligibility laid down in the RFP Document;

    c) no alternative Bid for any Key Personnel is being made and only one CV for

    each position has been furnished;

    d) the CVs have been recently signed in blue ink by the respective Personnel and

    countersigned by the Authorised Signatory of the Tenderer;

    e) the CVs shall contain an undertaking from the respective Key Personnel about

    his/her availability for the duration specified in the RFP Document; and

    f) Professional Personnel proposed have good working knowledge of English

    language.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 17

    2.12.3 Failure to comply with the requirements spelt out in this Clause 2.12

    shall make the Bid liable to be rejected.

    2.12.4 If an individual Key Personnel makes an averment regarding his

    qualification, experience or other particulars and it turns out to be false,

    or his commitment regarding availability for the Project is not fulfilled at

    any stage after signing of the Contract, he shall be debarred for any

    future assignment of IRSDC and the Authority. The award of this

    Consultancy to the Bidder shall also be liable to cancellation in such an

    event.

    2.12.5 The Technical Proposal shall not include any financial information.

    2.12.6 The Bidder shall propose a consultancy team (the “Consultancy Team”)

    for the implementation of this Consultancy. The Consultancy Team shall

    be composed of Key Personnel, experts and specialists in their respective

    areas of expertise and Support Technical Staff as specified in Clause 6.5

    (collectively the “Professional Personnel”).

    2.12.7 The Selected Bidder shall neither be allowed to sub-let any part of the

    Services to any sub-consultant nor any member of the Consultancy Team

    be allowed to be replaced with any sub-consultant, other than those

    proposed in the Bidder’s Technical Proposal.

    2.12.8 IRSDC reserves the right to verify all statements, information and

    documents, submitted by the Bidder in response to the RFP Document.

    Failure of IRSDC to undertake such verification shall not relieve the

    Bidder of its obligations or liabilities hereunder nor will it affect any

    rights of IRSDC thereunder.

    2.12.9 In case it is found during the evaluation or at any time before signing of

    the Contract or after its execution and during the period of subsistence

    thereof, that one or more of the eligibility conditions have not been met

    by the Bidder or the Bidder has made material misrepresentation or has

    given any materially incorrect or false information, the Bidder shall be

    disqualified forthwith if not yet appointed as the Consultant either by

    issue of the LOA or entering into of the Contract, and if the Bidder has

    already been issued the LOA or has entered into the Contract, as the case

    may be, the same shall, notwithstanding anything to the contrary

    contained therein or in this RFP Document, be liable to be terminated, by

    a communication in writing, without IRSDC being liable in any manner

    whatsoever to the Bidder or Consultant, as the case may be. In such an

    event IRSDC shall forfeit and appropriate the EMD, Security deposit and

    encash the Performance Guarantee in full, without prejudice to any other

    right or remedy that may be available to the Authority.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 18

    2.12.10This submission is as a token of acknowledgement and agreement by the

    Tenderer of all the terms and conditions of the Tender Document

    together with the contents of Schedules and Appendices.

    2.13 Financial Proposal

    2.13.1 The Financial Proposal shall be submitted in the format at Section 5 (the

    “Financial Proposal”) clearly indicating the total cost of the Consultancy

    in both figures and words, in Indian Rupees, and signed by the Bidder’s

    Authorised Signatory. In the event of any difference between figures and

    words, the amount indicated in words shall be taken into account. In the

    event of a difference between the arithmetic total and the total shown in

    the Financial Proposal, the lower of the two shall be taken into account.

    2.13.2 While submitting the Financial Proposal, the Bidder shall ensure the

    following:

    a) All the costs associated with the assignment, except for the equipment and

    services, if any, to be provided to the Consultant by IRSDC either directly or

    through a Contractor, shall be included in the Financial Proposal. These shall

    normally cover remuneration for all Personnel, accommodation, equipment,

    printing of documents, transport, office consumables etc. The total amount

    indicated in the Financial Proposal shall be without any condition attached or

    subject to any assumption, and shall be final and binding. In case any

    assumption or condition is indicated in the Financial Proposal, it shall be

    considered non-responsive and liable to be rejected.

    b) The Financial Proposal shall take into account all expenses and tax liabilities

    c) Costs (including break down of costs) shall be expressed in INR.

    d) Facilities to be provided by IRSDC shall be as specified at Clause 6.6

    2.14 Submission of Bid

    2.14.1 The Bidder shall submit the Bid online in form and manner described in

    this RFP including Section 1.4 with all pages numbered serially and by

    giving an index of submissions. Each page of the submission shall be

    signed by the Authorized Signatory of the Tenderer.

    2.14.2 The Bidders must ensure that the original Power of Attorney in hard

    copy and Demand Draft for EMD (or a copy of confirmation of online

    transfer of EMD, as the case may be) are submitted before BDD in a

    sealed envelope marked “EMD and Power of Attorney for Technical

    Proposal – PMC for IRSDC” addressed to Managing Director & CEO,

    IRSDC, at 4th Floor, Palika Bhawan, Sector XIII, R.K. Puram, New

    Delhi – 110 066.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 19

    2.14.3 The completed Bid must be submitted online on or before the specified

    time on BDD. Bids submitted by fax, telex, telegram or e-mail shall not

    be entertained.

    2.14.4 The Bid shall be made in the Forms specified in this RFP Document.

    Any attachment to such Forms must be provided on separate sheets of

    paper and only information that is directly relevant should be provided.

    This may include photocopies of the relevant pages of printed

    documents, experience certificates etc. No separate documents like

    printed annual statements, company brochures, copy of contracts etc.

    will be entertained.

    2.14.5 The rates quoted shall be firm, except as specified in the Contract,

    throughout the period of performance of the assignment up to and

    including acceptance of the Completion Report by IRSDC and discharge

    of all obligations of the Consultant under the Contract.

    2.15 Bid Due Date (BDD)

    2.15.1 Bid should be submitted before the Bid Due Date specified at Clause 1.3

    in the manner and form as detailed in this RFP Document.

    2.15.2 IRSDC, in sole discretion, extend the Bid Due Date by issuing an

    Addendum/Amendment in accordance with Clause 2.9 uniformly for all

    Bidders.

    2.16 Late Bids

    Bids received by IRSDC after the specified time on Bid Due Date shall not be

    eligible for consideration and shall be summarily rejected.

    2.17 Modifications / Substitution & withdrawal of Tenders

    2.17.1 A Bidder may, only in exceptional circumstances, modify, substitute, or

    withdraw its Bid after submission, provided that written notice of the

    modification, substitution, or withdrawal is received by IRSDC prior to

    Bid Due Date. No Bid shall be modified, substituted, or withdrawn by

    the Bidder on or after the Bid Due Date.

    2.17.2 The modification, substitution, or withdrawal notice shall be submitted

    online in accordance with Clause 1.14.11.

    2.18 Earnest Money Deposit (EMD)

    2.18.1 The Bidder shall furnish as part of its Proposal, EMD of Rs.2,00,000

    (Rupees Two Lakh Only) through NEFT or RTGS only in IRSDC’s

    bank account no.: 040802000002256, RTGS/IFSC code: IOBA0000408

    at Indian Overseas Bank, R. K. Puram Branch, New Delhi in favour of

    “Indian Railway Stations Development Corporation” payable at New

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 20

    Delhi/Project HQ. It is mandatory for bidders to provide their Banker's

    details (Name of Bank & Branch) along with their own bank details

    (Account No., Name of Account Holder, NEFT/RTGS details).

    2.18.2 Any Bid not accompanied by the EMD shall be summarily rejected by

    IRSDC as non-responsive.

    2.18.3 IRSDC shall not pay any interest on the EMD.

    2.18.4 The Bidder, by submitting its Bid pursuant to this RFP Document, shall

    be deemed to have acknowledged that without prejudice to IRSDC’s any

    other right or remedy hereunder or in law or otherwise, the EMD shall be

    forfeited and appropriated in full by IRSDC under the following

    conditions:

    a) If a Bidder engages in a corrupt practice, fraudulent practice, coercive

    practice, undesirable practice or restrictive practice as specified in Clause

    2.30 of this RFP Document;

    b) If a Bidder withdraws its Bid during the period of its validity as specified in

    this RFP Document and as extended by the Bidder from time to time;

    c) In the case of the Selected Bidder, if the Bidder fails to reconfirm its

    commitments during negotiation as required vide Clause 2.23;

    d) In the case of a Selected Bidder, if the Bidder fails to sign the Contract or

    commence the assignment as specified in Clause 2.27 and 2.28 respectively;

    or

    e) If the Bidder is found to have a Conflict of Interest as specified in Clause

    2.2.8.

    2.18.5 The Consultant shall deposit a performance guarantee/ security (the

    “Performance Guarantee”) for an amount not less than 5% of the

    Contract Value in the form of a Bank Guarantee in the Format at

    Annexure-7 of Form of Contract prior to or at the time of execution of

    the Contract. Performance Guarantee shall be returned after the expiry of

    2 months from the date of completion of the work. The EMD shall be

    returned after the commencement of work.

    2.18.6 EMD of the unsuccessful Bidders, if otherwise not forfeited by IRSDC

    in terms of the Clause 2.18.4, will be returned to respective Bidder, after

    signing Contract with the successful Bidder.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 21

    D. Evaluation Process

    2.19 Opening and Evaluation of Tenders

    2.19.1 IRSDC shall open the Bids at the specified time on the Bid Due Date

    soon after the closing time of the Bid submission and in the presence of

    the Bidders who choose to attend the online E-tendering process

    physically. Only the “Technical Proposal” shall be opened online. The

    “Financial Proposal” shall be opened online at a later date.

    2.19.2 Bids for which a notice of withdrawal has been submitted in accordance

    with Clause 2.17 shall not be opened.

    2.19.3 IRSDC shall examine the Bids in the sequence specified hereunder.

    IRSDC shall first examine the Bids for responsiveness in terms of Clause

    2.21. Only the Bids found to be responsive, will be examined further for

    completeness and adequacy of all legal documents submitted as part of

    the Bid. Only the Bids that pass this stage of examination will be

    examined further for Technical Capacity and Financial Capacity as

    specified at Clause 2.2.2. Thereafter other Eligibility requirements such

    as Conflict of Interest etc shall be checked for compliance. Bidders not

    qualifying at any of the stages specified above shall be rejected at that

    stage itself. IRSDC will subsequently carry out evaluation of the

    Technical Proposals and the Financial Proposals, in that order, in

    accordance with the provisions set out in Section 3.

    2.19.4 After the evaluation of the Technical Proposals, IRSDC shall short list

    the Bidders in terms of Clause 3.2 for opening of their Financial

    Proposals. Date, time and venue will be notified to all Bidders for

    announcing the result of Technical evaluation and opening of Financial

    Proposals. The opening of Financial Proposals shall be done online in

    presence of the respective representatives of Bidders who choose to be

    physically present. IRSDC will not entertain any query or clarification

    from Bidders who fail to qualify at any stage of the Selection Process.

    The evaluation of Financial Proposals and Final Selection of the Bidders

    would be carried out in terms of Clauses 3.3 and 3.4.

    2.19.5 Bidders are advised that selection of Bidders will be entirely at the

    discretion of IRSDC. Bidders will be deemed to have understood and

    agreed that no explanation or justification on any aspect of the Selection

    Process or the selection will be given.

    2.19.6 Any information contained in the RFP Document shall not in anyway be construed

    as binding on IRSDC, its agents, successors or assigns, but shall be binding against

    the Bidder if the Consultancy work is subsequently awarded to that Bidder under

    the Selection Process on the basis of such information.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 22

    2.19.7 IRSDC reserves the right not to proceed with the Selection Process at

    any time without notice or liability and to reject any Bid without

    assigning any reasons.

    2.20 Confidentiality

    Information relating to the examination, clarification, evaluation, and

    recommendation for the selection of Bidders shall not be disclosed to any

    person who is not officially concerned with the process or is not a retained

    professional adviser advising IRSDC in relation to or matters arising out of, or

    concerning the Selection Process. IRSDC will treat all information, submitted as

    part of the Bid, in confidence and will require all those who have access to such

    material to treat the same in confidence. IRSDC may not divulge any such

    information unless it is directed to do so by any statutory entity that has the

    power under law to require its disclosure or is to enforce or assert any right or

    privilege of the statutory entity and/or IRSDC.

    2.21 Tests of Responsiveness

    2.21.1 As the first stage of evaluation process, IRSDC shall determine whether

    each Bid is responsive to the requirements of the RFP Document. A Bid

    shall be considered responsive only if:

    a) it is received as per Form- TECH 1 (Section 3) and Form – FIN – 1 (Section

    4);

    b) it is received on or before the Bid Submission Time and Date including any

    extension thereof pursuant to Clause 2.15;

    c) it is accompanied by the EMD as specified in Clause 2.18.

    d) it is submitted online as specified in Clause 1.4;

    e) it is accompanied by the Power of Attorney as specified in Clause 2.2.5 with

    clear evidence of authority for the person(s) executing the Power of Attorney;

    f) It is accompanied by Statutory Auditor’s Certificate as specified in Clause

    2.2.4;

    g) it contains all the information as requested in formats specified in this RFP

    Document; and

    h) it does not contain any condition or qualification.

    i) It does not contain any information pertaining to Financial Proposal.

    2.21.2 IRSDC reserves the right to reject any Bid which is non-responsive and

    no request for alteration, modification, substitution or withdrawal shall

    be entertained by the IRSDC in respect of such Bid.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 23

    2.22 Clarification on Bids

    2.22.1 To facilitate evaluation of Bids, IRSDC may, at its sole discretion, seek

    clarifications from any Bidder regarding its Bid. Such clarification(s)

    shall be provided within the time specified by IRSDC for this purpose.

    Any request for clarification(s) and all clarification(s) in response thereto

    shall be in writing.

    2.22.2 If a Bidder does not provide clarifications sought under Sub-Clause

    2.22.1 above within the specified time, its Bid shall be liable to be

    rejected. In case the Bidder is not rejected, IRSDC may proceed to

    evaluate the Bid by construing the particulars requiring clarification to

    the best of its understanding, and the Bidder shall be barred from

    subsequently questioning such interpretation of IRSDC.

    E. Appointment of Consultant

    2.23 Negotiations

    The first ranked Bidder (the “Selected Bidder”) may, if necessary, be invited for

    negotiations. The negotiations shall be either for reducing the price of the Bid, or

    for re-confirming the obligations of the Consultant, and discussing the

    deployment of Key Personnel, proposed methodology and work plan. The

    Authority will also examine the CVs of all Other Professional Personnel and those

    not found suitable shall have to be replaced by the Bidder to the satisfaction of

    IRSDC. If the negotiation with the Selected Bidder fails, the Bid shall be cancelled

    and the IRSDC will re-invite Bids if required.

    2.24 Substitution of Key Personnel

    DELETED

    2.25 Indemnity

    The Consultant shall, subject to the provisions of the Contract, indemnify the

    Authority for any direct loss or damage that is caused due to any deficiency in

    services. It shall take professional insurance for the amount specified in the Contract

    towards this end. This shall be over and above the Performance Guarantee specified

    therein.

    2.26 Award of Consultancy

    After selection, a Letter of Acceptance (the “LOA”) shall be issued, in duplicate, by

    IRSDC to the selected Bidder and the Selected Bidder shall, within 7 (seven) days of

    the receipt of the LOA, sign and return the duplicate copy of the LOA in

    acknowledgement thereof. In the event the duplicate copy of the LOA duly signed

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 24

    by the Selected Bidder is not received by the stipulated date, IRSDC may, unless it

    consents to extension of time for submission thereof, forfeit and appropriate the

    EMD of such Bidder in full on account of failure of the Selected Bidder to

    acknowledge the LOA, and cancel the LOA.

    2.27 Execution of Contract

    After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall

    execute the Contract within the period specified in the LOA, subject to such date not

    being earlier than one week after the date of issue of LOA. The Selected Bidder shall

    not be entitled to seek any deviation in the Contract.

    2.28 Commencement of Assignment

    The Consultant shall commence the Services at the Project site within the

    period specified in LOA or such other date to be specified by IRSDC through a

    notice to proceed (the “Notice to Proceed” or “NTP”) subject to such date not

    being earlier than one week after the date of issue of the LOA. If the Consultant

    fails to either execute the Contract as specified in Clause 2.27 or commence the

    assignment as specified herein, IRSDC may cancel the LOA or terminate the

    contract, as the case may be. In such an event, the EMD, and Performance Guarantee

    of the Selected Bidder shall be forfeited/ encashed and appropriated in full. Besides

    any other penal action as deemed fit by IRSDC will also be initiated.

    2.29 Proprietary Data

    All documents and other information provided by IRSDC or submitted by a Bidder

    to IRSDC shall remain or become the property of IRSDC. Bidders and the

    Consultant, as the case may be, are to treat all information as strictly confidential.

    IRSDC will not return any Bid or any information related thereto. All information

    collected, analysed, processed or in whatever manner, provided by the consultant to

    IRSDC in relation to the Consultancy shall remain or become the property of

    IRSDC.

    2.30 Fraud and Corrupt Practices

    2.30.1 The Bidders and their respective officers, employees, agents and advisers

    shall observe the highest standard of ethics during the Selection Process.

    Notwithstanding anything to the contrary contained in this RFP

    Document, IRSDC shall reject a Bid without being liable in any manner

    whatsoever to the Bidder, if it determines that the Bidder has, directly or

    indirectly or through an agent, engaged in corrupt practice, fraudulent

    practice, coercive practice, undesirable practice or restrictive practice in

    the Selection Process. In such an event, IRSDC shall, without prejudice

    to its any other rights or remedies, forfeit and appropriate the EMD, as

    the case may be, as mutually agreed genuine pre-estimated compensation

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 25

    and damages payable to IRSDC for, inter alia, time, cost and effort of

    IRSDC, in regard to the Bid Document, including consideration and

    evaluation of such Bidder’s Bid.

    2.30.2 Without prejudice to the rights of IRSDC under Clause 2.29.1

    hereinabove and the rights and remedies which IRSDC may have under

    the LOA or the Contract, if an Bidder or Consultant, as the case may be,

    is found by IRSDC to have directly or indirectly or through an agent,

    engaged or indulged in any corrupt practice, fraudulent practice, coercive

    practice, undesirable practice or restrictive practice during the Selection

    Process, or after the issue of the LOA or the execution of the Contract,

    such Bidder or Consultant shall not be eligible to participate in any

    tender invited by IRSDC during a period of 2 (two) years from the date

    such Bidder or Consultant, as the case may be, is found by IRSDC to

    have directly or through an agent, engaged or indulged in any corrupt

    practice, fraudulent practice, coercive practice, undesirable practice or

    restrictive practices, as the case may be.

    2.30.3 For the purposes of this Clause, the following terms shall have the

    meaning hereinafter respectively assigned to them:

    a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting,

    directly or indirectly, of anything of value to influence the action of any

    person connected with the Selection Process (for avoidance of doubt, offering

    of employment to or employing or engaging in any manner whatsoever,

    directly or indirectly, any official of IRSDC who is or has been associated in

    any manner, directly or indirectly with the Selection Process or the LOA or

    has dealt with matters concerning the Contract or arising therefrom, before or

    after the execution thereof, at any time prior to the expiry of one year from

    the date such official resigns or retires from or otherwise ceases to be in the

    service of IRSDC, shall be deemed to constitute influencing the actions of a

    person connected with the Selection Process; or (ii) engaging in any manner

    whatsoever, whether during the Selection Process or after the issue of the

    LOA or after the execution of the Contract, as the case may be, any person in

    respect of any matter relating to the Project(s) or the LOA or the Contract,

    who at any time has been or is a Developer or design consultant of IRSDC in

    relation to any matter concerning the Project(s);

    b) “fraudulent practice” means a misrepresentation or omission of facts or

    disclosure of incomplete facts, in order to influence the Selection Process;

    c) “coercive practice” means impairing or harming or threatening to impair or

    harm, directly or indirectly, any persons or property to influence any person’s

    participation or action in the Selection Process;

    d) “undesirable practice” means (i) establishing contact with any person

    connected with or employed or engaged by IRSDC with the objective of

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 26

    canvassing, lobbying or in any manner influencing or attempting to influence

    the Selection Process; or (ii) having a Conflict of Interest; and

    e) “restrictive practice” means forming a cartel or arriving at any understanding

    or arrangement among Bidders with the objective of restricting or

    manipulating a full and fair competition in the Selection Process.

    2.31 Pre-Bid Conference

    2.31.1 Pre-Bid Conference of the Bidders shall be convened at the designated

    date, time and place as mentioned below. Only those Bidders who have

    purchased the RFP Document shall be allowed to participate in the Pre-

    Bid Conference. A maximum of two representatives of each Bidder shall

    be allowed to participate on production of an authority letter from the

    Bidder.

    Date 29.05.2017, Time : 11:00 Hours

    Venue Address:

    Conference Hall, Mahatma Mandir Convention Centre Sector 13 C Gandhinagar, Gujarat-382017

    The pre-bid meeting shall be followed by a Site visit.

    2.31.2 During the course of Pre-Bid Conference, the Bidders will be free to

    seek clarifications and make suggestions for consideration of IRSDC.

    IRSDC shall endeavour to provide clarifications and such further

    information as it may, in its sole discretion, consider appropriate for

    facilitating a fair, transparent and competitive Selection Process.

    2.32 Miscellaneous

    2.32.1 The Selection Process shall be governed by and construed in accordance

    with the laws of India, and the Courts at New Delhi shall have exclusive

    jurisdiction over all disputes arising under, pursuant to and/or in

    connection with the Selection Process or the Contract.

    2.32.2 IRSDC, in its sole discretion and without incurring any obligation or

    liability, reserves the right, at any time, to:

    a) suspend and/or cancel the Selection Process and/or amend and/or supplement

    the Selection Process or modify the dates or other terms and conditions

    relating thereto;

    b) consult with any Bidder in order to receive clarification or further

    information;

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 27

    c) retain any information and/or evidence submitted to IRSDC by, on behalf of

    and/or in relation to any Bidder; and/or

    d) independently verify, disqualify, reject and/or accept any and all submissions

    or other information and/or evidence submitted by or on behalf of any Bidder.

    2.32.3 It shall be deemed that by submitting the Bid, the Bidder agrees and

    releases IRSDC, its employees, agents and advisers, irrevocably,

    unconditionally, fully and finally from any and all liability for claims,

    losses, damages, costs, expenses or liabilities in any way related to or

    arising from the exercise of any rights and/or performance of any

    obligations hereunder, pursuant hereto and/or in connection herewith and

    waives any and all rights and/or claims it may have in this respect,

    whether actual or contingent, whether present or future.

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 28

    3 Criteria for Evaluation of Proposals

    3.1 Evaluation of Technical Proposals

    3.1.1 Only those Bidders whose Bids are found responsive in terms of Clause

    2.21 and who meet the eligibility criteria specified in Clause 2.2

    determined in the sequence specified in Clause 2.19.3 shall qualify for

    evaluation under this Section 3. Bids not meeting with the requirements

    at any stage as specified in Clause 2.19.3 shall be rejected. Bidders will

    be evaluated on the basis of Bidder’s experience, its understanding of

    TOR, proposed methodology and Work Plan, and the experience of Key

    Personnel. Only those Bidders whose Technical Proposals score 70

    points or more out of 100 shall qualify for further consideration, and

    shall be ranked from highest to the lowest on the basis of their technical

    score (ST).

    3.1.2 The scoring criteria to be used for evaluation shall be as follows.

    3.1.3 Evaluation of Bidder’s Experience

    Experience of the bidders will be evaluated considering the experience of providing

    services relevant to the present assignment on Programmes comparable to IRSDC’s

    Programme for GARUD.

    The programme involves redevelopment of Gandhinagar Capital Railway Station,

    and development of a 300-room 5 star hotel including some upgradation and

    No Parameter Maximum Score Evaluation Criteria

    1 Relevant experience of the

    firm

    15 Please refer to Clause 3.1.3

    2 Qualification and Experience

    of Proposed Key Staff

    (Total 60 Marks)

    Please refer to Clause 3.1.4

    Programme Manager 25

    Programme Controls Manager 10

    Procurement/ Contracts

    Manager

    10

    Engineering Manager 7.5

    Senior Construction Manager

    7.5

    3 Quality of proposed technical

    approach, methodology, and

    Work Plan

    25 Please refer to Clause 3.1.5

    TOTAL 100

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 29

    improvement of Mahatma Mandir Convention Centre & Helipad Exhibition

    Ground. As such programmes / development projects of similar size (capital cost,

    excluding land value, of Rs. 300 Crore or more) covering the following are

    considered relevant:

    (a) Five Star Hotels, or

    (b) public building facilities for transport projects (i.e. airports, railway stations,

    Metro / LRT stations, bus depots / terminals on PPP, Multimodal Transport Hubs,

    or

    (c) Integrated townships, institutional / commercial buildings, convention centers,

    sports stadium, hospitals, industrial townships, industrial complexes etc., provided

    such projects involve provision of all integrated services like building information

    management systems, interior design, finishing and furnishing, mechanical

    ventilation, lighting, fire fighting, plumbing and drainage, fenestration, façade etc.

    The Services required from the Consultant include overall Programme Management

    with emphasis on the following elements:

    i) Basic Engineering / Tender Stage Design Development, Bid Process

    Management, and Engineering Reviews

    ii) Construction Supervision

    iii) Project Management including project schedule and cost control, EVM analysis,

    change management, schedule and cost trend analysis & reporting, and contract

    management.

    The evaluation of the Bidder’s experience is, therefore, based on assessment of the

    coverage of relevant Projects and Services defined above, and relevant Services

    provided by the bidders as demonstrated by the “Eligible Contracts” submitted by

    them.

    The overall score of 15 marks has been divided as follows:

    No Parameter Marks Awarded

    1 Coverage of Relevant Projects among the Eligible Contracts presented by the Bidder

    (A) Five Star Hotels

    3

    (B) Public building facilities for transport project (i.e. railway stations, Metro / LRT stations, airports, bus

    depots / terminals on PPP, multimodal transport hubs)

    3

    (C) Institutional / Commercial Buildings etc as per para 3.1.3 (c) above 1.5

    2 Coverage of relevant SERVICES among the Eligible Contracts presented by the Bidder.

    (A) Basic Engineering / Tender Stage Design Development, Bid Process Management, and

    Engineering Reviews.

    3

    (B) Construction Supervision. 1.5

    (C) Project Management including project schedule and cost control, EVM analysis, change

    management, schedule and cost trend analysis & reporting, and contract management.

    3

    TOTAL 15

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 30

    3.1.4 Evaluation of Key Staff

    Evaluation of key staff is based on (a) the strength of their experience in roles

    similar to the proposed role on the team, on relevant projects, and (b) quality of

    interaction to be assessed at the time of Bidder’s presentation during the evaluation

    process.

    For each key person, 80% of marks allotted for strength of relevant experience and

    20% marks are allotted for quality of interaction. Accordingly, following evaluation

    matrix will be used.

    No Parameter Maximum Score Allotted for the Parameter

    Programme Manager

    Programme Controls Manager

    Procurement/ Contracts Manager

    Engineering Manager

    Senior Construction

    Manager

    Marks will be awarded against each of the above two parameters 1(A) and 1(B) as

    follows:

    1(A)

    • Experience of providing relevant services on two eligible contract – 50% of the

    marks allotted for the parameter

    • Experience of providing relevant services on three eligible contracts – 75% of

    the marks allotted for the parameter

    • Experience of providing relevant services on four or more eligible contracts –

    100% of the marks allotted for the parameter

    1(B)

    Marks to be assessed based on evaluation of the interaction with the Key Staff

    during presentation. The evaluation will not attempt to assess presentation or oratory

    skills. The objective is assessment of the individual’s understanding of the present

    project and its key challenges and their ability to meet those challenges.

    3.1.5 Quality of proposed technical approach, methodology, and Work Plan

    1 (A) Strength of relevant

    experience

    demonstrated by

    Eligible Contracts on

    which the proposed

    staff has performed

    services similar to

    those proposed for

    the present

    Programme.

    20 8 8 6 6

    1 (B) Quality of Interaction

    to be assessed during

    Presentation.

    5 2 2 1.5 1.5

    1 Total Marks

    25 10 10 7.5 7.5

  • Indian Railway Stations Development Corporation Limited Request for Proposal

    Programme Management Consultant for IRSDC Page 31

    Approach and methodology proposed by each bidder will be evaluated based on a

    review of the Technical Proposal Documents and a presentation by the Bidder’s Key

    Staff team. Bidders who qualify for evaluation of their Technical Proposals will be

    invited to make a presentation to IRSDC. The Bidder’s proposed Key Staff team (as

    listed in Form TECH – 7, Section 4) will make the presentation. It is mandatory that

    all Key Staff members attend and participate in the presentation / interaction. The

    presentations will be arranged on 14th or 15th June 2017. The exact date, time, and

    venue of the Presentations will be announced later.

    The objective is to assess (a) whether the Bidder has demonstrated a clear

    understanding of the project and its key challenges, (b) whether the proposed

    approach and methodology addresses the requirements of ToR, proposes realistic

    execution strategies that reflect the collective strength of the firm’s credentials and

    the expertise of the proposed Key Personnel, and (c) whether the proposed

    deployment of Key Staff and Support Technical Staff is adequate for, and consistent

    with, the proposed methodology and work plan.

    Marks will be allotted as follows:

    • Project Appreciation (5 marks)