View
4
Download
0
Category
Preview:
Citation preview
Government of India Ministry of Tourism
(Swadesh Darshan Division)
Transport Bhawan, 1, Parliament Street,
New Delhi
Minutes of the Pre-bid Meeting held on 13.04.2018, 1500 hrs. at the Ministry of Tourism for ‘Selection of Consultants for Development of Iconic Tourism Sites in India’
A pre-bid meeting in respect of ‘Selection of Consultants for Development of Iconic Tourism Sites in India’ was held on 13.04.2018, 1500 hrs. at the Ministry of Tourism which was chaired by Shri Suman Billa, Joint Secretary (Tourism). Queries are received from the following agencies during aforesaid meeting/ through Email:
a. HCP Design, Planning and Management Pvt. Ltd b. Alia Consulting Solutions Pvt. Ltd. c. KPMG Advisory Services Pvt. Ltd. d. Mukesh & Associates e. Ingenious Studio Pvt. Ltd. f. IPE Global g. Deloitte Touche Tohmatsu India LLP h. Infrastructure Development Corporation (Karnataka) Ltd. (iDeCK) i. Jones Lang LaSalle Property Consultants (India) Pvt. Ltd. j. INI Design Studio (Formerly Stantec Consulting) k. C.P. Kukreja Architects l. Darashaw m. Studio POD n. Colliers International o. AS Design Consultants p. KPSG Infra Solution Pvt. Ltd. q. Aga Khan Trust For Culture r. ANB Consultants s. LEA Associates
The queries raised by the participants in the meeting were discussed and noted. The representatives were informed that revised RFP along with replies to the pre-bid queries received by the Ministry of Tourism would be uploaded on the website www.tourism.gov.in and www.eprocure.gov.in as mentioned in the RFP document.
******
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
2
Replies to the Pre-bid Queries SN. Tender Description List of Clarifications &
Requests Clarification From MoT
Company
1. The Applicant / Lead member (in case of a consortium) shall have undertaken consultancy work or in operations, over the past 10 (ten) years preceding the PDD.
Kindly allow joint venture/ consortium as whole to satisfy this criteria instead of lead member.
No change in RFP Alia Consulting Solutions
2. Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.
Kindly allow joint venture/ consortium as whole to satisfy this criteria instead of lead member.
No change in RFP Alia Consulting Solutions
3. The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD.
Kindly allow joint venture/ consortium as whole to satisfy this criteria instead of lead member.
No change in RFP Alia Consulting Solutions
4. “Technical Capacity: The Applicant / Lead member (in case of a consortium) shall have undertaken consultancy work or in operations, over the past 10 (ten) years preceding the PDD.
Technical Capacity: The Applicant / Lead member (in case of a consortium) shall have undertaken consultancy work or in operations, over the past 10 (ten) years preceding the PDD. Relevant experience of lead member in undertaking projects of Tourism Master
Revised to 2 Cr each project for 2 projects.
CP Kukreja
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
3
Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.”
Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 1 project.
5. Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD.
Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore (Average) as turnover from Design Consultancy Fee during each of the three (2014-15, 2015-16, 2016-17) financial years preceding the PDD.
Revised to: Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore (Average) as turnover from Consultancy in Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2016-17) financial years.
CP Kukreja
6. Change in evaluation criteria No change in RFP CP Kukreja
7. “Ministry of Tourism, Government of India (hereafter mentioned as “Authority”) under the Swadesh Darshan scheme has launched “Development of Iconic Tourism Sites in India” project. 17 tourism sites in 12 clusters of international acclaim have been identified to be developed in
We request the Authority to inform tender applicants how 17 Iconic Tourism Sites are proposed to be distributed among 12 clusters. Kindly elaborate more on cluster approach proposed for the development of Iconic tourism sites, and if the selected consultant shall be expected to work on one or more Iconic Tourism Sites, irrespective of Cluster they fall-in, for Phase-I
The bidding is to be site specific, the clusters are for the branding and promotion by the ministry. Bids are invited for all 17 sites separately.
Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
4
comprehensive manner.
scope of work, and later for Phase-II scope of work. This will help prospective tender applicants, to identify & prioritize those Iconic Sites, which have proximity to Applicants Main Offices/Project Offices.
8. “In pursuance of the above, the Authority has decided to carry out the process for selection of Consultant(s) of international repute in accordance with the Terms of Reference specified at Schedule-1”
We request the Authority to elaborate “selection of Consultant(s) of international repute” with respect to following aspects – 1. Is this EoI cum RfP is open for International competitive bidding? 2. Does the Authority expects/invites Eligible Foreign Consulting Firms who are not registered in India as Legal Business Entity, as on date of bidding? 3. Does the Authority expects Eligible Foreign Consulting Firm to register themselves in India as Legal Business Entity, before signing of consulting services agreement, either for Phase-I scope of work or later for Phase-II scope of Work? Or, 1. Does the Authority expects/invites Eligible Consulting Firms, having International Project Experience, and which are registered in India, as on date of bidding?
Clause to be added under 2.2 as follows: – The Applicant/ lead applicant (in case of a consortium) may be an independent private legal entity, partnership firm, limited liability partnership or a private limited company as defined under the provisions of the companies act 2013.
Darashaw
9. “Schedule of Selection Process Proposal Due Date or PDD: 26th April 2018” “In order to afford the Applicants a reasonable time for taking an amendment into account, or for any other reason, the Authority may, in its sole discretion, extend the PDD. If date
We request the Authority to extend the bid submission date suitably so that 15 working days from the date the Pre-bid Conference minutes/replies to clarification, along with any corrigendum/addendum/CSD, is available to with interested tender applicants.
The PDD is extended to 01/05/2018; till 4:00 PM
Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
5
extended, it will be notified on the website”
10. The consultant shall not be entitled to submit another application either individually or as a member of any consortium (allowed up to 3 members), as the case may be.
1. We request the Authority to allow one of the consortium member, to undertake the initial cost of bidding, like submit the document fees and EMD, on behalf of Foreign consulting firm/the Lead Bidder. The Foreign Consulting Firms who are not registered in India as Legal Business Entity, from the “ease of doing business in India”, expects a good hand-holding support from its Indian Consortium Members. 2. Provide a bid submittal format for executing Memorandum of Understanding (MoU) between the 3-member consortium allowed.
Point 1 is taken into consideration and in consortium any member can submit the bid on behalf of the consortium as long as the member has a written authority from the consortium members to submit the same. This authority will be part of the submitted proposal. 2. The MoU between the consortium partners is their internal document and they may use a document which fits to their arrangement.
Darashaw
11. List of Documents to be submitted within the period of tender submission: i. PAN card/TAN ii. GST Registration; iii. The Applicant should submit a Power of Attorney as per the format at Form - 4 of Appendix- I; provided, however, that such Power of Attorney would not be required if the bid submission is signed by a partner or Director (on the Board of Directors) of the Applicant.
We request the Authority to clarify that in case of any eligible Foreign Consulting Firm, which is not yet registered in India as a Legal Business Entity, what equivalent document they are expected to submit for PAN/TAN and GSTN? Since such eligible Foreign Consulting Firm, which is not yet registered in India as a Legal Business, cannot get the their Power of Attorney notarized as per the Indian Stamp Act, what should be the equivalent procedure that Authority want such eligible foreign firm, to undertake, as a part of bid submission.
Any legal document of their country of registry signifying registration of the entity shall suffice. Additionally on the clause of Power of Attorney please refer: "Such Power of Attorney would not be required if the bid submission is signed by a partner or Director (on the Board of Directors) of the Applicant."
Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
6
12. “The top 5 (H1- H5) of the technical score shall also form the limited empanelled pool of consultants to be invited for the Financial Bidding, for Phase-2 of the scope of work, mentioned in Schedule-1 TOR, Scope of Work: PHASE TWO: Preparation Architectural/ execution Detailed Project Report (DPR) for the selected components.” “Technical presentation should have indicated team members in the presentation. Only proposed team members are allowed to present the concept in front of the authority.
We understand that bidding for Phase-II by 5 (H1- H5) of the technical scorer from empanelled pool of consultants, shall be expected to submit only the ‘financial quotation’, as per below information to be provided by the Authority – • Development Plan • Total Cost of Project as per Development Plan • Detailed Scope of Work • Any other technical details pertaining to execution of projects Since all competent and successful bidders will consider bidding based on the understanding about the scope of work both, under Phase-I and Phase-II, we request the Authority to confirm the following as a part of information made available under present EoI-cum-RfP – 1. Minimum Staffing expected both, Phase-I and Phase-II, needs to be specified by the Authority 2. Period of Monitoring (T+N), where N, the number of days, needs to be specified by the Authority. 3. In order to attract foreign consulting in as Lead Bidder, it may be noted that remuneration scheme for Project Supervision period should be a combination of both, mile-stone based and time-charge based payment scheme. The above information is critical especially for eligible Foreign Consulting Firms, not having any operational Office in India, as on date of bidding
Yes, only the financial quotation shall be asked by the authority from the "empanelled pool". 1)The Authority doesn’t have a standard expectation of the staffing and expects the bidder to propose the team according to their interpretation of scope of work and deliverables. 2) The N shall be the project completion which cannot be ascertained before the DPR is prepared in Phase-2. 3) Project Supervision period payment shall be mile-stone based which shall be elaborated during Phase-2 bidding cycle.
Darashaw
13. “The bidders shall submit an amount of INR 5,00,000 (Rupees
For the bidders, who get selected through the competition based on QCBS
Yes, the EMD shall be refunded on receipt of
Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
7
Five Lakhs only) as EMD in favor of Ministry of Tourism as a part of bid submission.”
method, their 5 Lakh EMD amount shall be refunded after the completion of Phase-I, and on submission of performance security amounting 10% of price accepted by the Authority for Phase-1 work ?
performance security
14. “40% of the maximum marks shall of the Applicant be awarded for the number of Eligible Assignments undertaken by the Applicant. The remaining 60% shall be awarded for the comparative size and quality of Eligible Assignment. While awarding marks for the number of Eligible Assignments, as the case may be, that has undertaken the highest number of Eligible Assignments (in both quantity and quality) shall be entitled to the maximum score for the respective category and all other competing Applicants, as the case may be, shall be entitled to a proportionate score.”
We request the Authority to take a note on the fact that clause 3.1.3 eligible assignment description under categories (a); (b); (c) & (d), mentions technical marks scoring that can be achieved for each number (marks per assignment) of eligible project submitted, undertaken in India or in any foreign country/ region. Thus, if project qualify under respective categories, then qualitative marking, and especially proportionate marking based on maximum number of assignments submitted, does have any meaning. Such provision indicates lots of subjectivity in the bid evaluation/marking system. The Authority has already allocated 30 marks for Presentation on the bid submitted, and this more than sufficient for evaluating qualitative aspect of bidder’s project experience, including Approach & Methodology. So, we request Authority to keep a more objective based technical marking system, remove the (40%:60%) and proportionate method of marking.
No change in RFP Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
8
15. “Technical Capacity: The Applicant / Lead member (in case of a consortium) shall have undertaken consultancy work or in operations, over the past 10 (ten) years preceding the PDD. Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.”
We request the Authority to consider the following points – 1. Apart from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design, DPR preparation experience for physical infrastructure works/engineering works, also, for last 15 years. It may be noted that DPR experience is being considered for meeting the financial capability. 2. We request the Authority to consider the project experience of the Individual Applicant/all Consortium members, for meeting the Technical Capacity criteria. 3. Most of the consultancy mandates for DPR preparation and Works Supervision under Swadesh Darshan/MoT schemes are now under supervision stage. Thus, we request the Authority to relax the Technical Capacity, and reduce the minimum earned consultancy fees value to 50 Lakhs, for which Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design / DPR has been completed and approved.
Revised to 2 Cr each project for 2 projects.
Darashaw
16. For the purposes of satisfying the Conditions of Eligibility and for evaluating the Proposals under this RFP, consultancy assignments in respect to Tourism Master Planning/ /Community based planning/ Feasibility Study/ Architectural & Urban Design/ DPR preparation for the following projects shall be deemed as eligible
We request the Authority to consider the following points – 1. Eligible project experience in past 15 years to be considered under the category 2. Experience in undertaking projects in India or abroad for preparation of Comprehensive development vision and master plan for tourism sites/ destinations/ regions preferably with heritage/eco-tourism sites or destinations with consultancy fees of at least 1 Crore for International Project (each project), and 25
Eligible project experience in past 10 years to be considered under the category.
Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
9
assignments (the “Eligible Assignments”) The eligible assignments shall have been undertaken in the last seven years preceding the PDD: a) Experience in undertaking projects in India or abroad for preparation of Comprehensive development vision and master plan for tourism sites/ destinations/ regions preferably with heritage/eco-tourism sites or destinations with consultancy fees of at least 1 Crore (each project) (3 marks each project undertaken in India & 5 marks for each international Project. Maximum marks 15)
Lakh for Indian Project (each project) (3 marks each project undertaken in India & 5 marks for each international Project. Maximum marks 15)
17. Eligible Assignments: For the purposes of satisfying the Conditions of Eligibility and for evaluating the Proposals under this RFP, consultancy assignments in respect to Tourism Master Planning/ /Community based planning/ Feasibility Study/ Architectural & Urban Design/ DPR preparation for the following projects shall be deemed as eligible assignments (the “Eligible Assignments”) The eligible assignments shall have been undertaken in the last seven years preceding the PDD:
We request the Authority to consider the following points – 1. Eligible project experience in past 15 years to be considered under the category 2. Experience in undertaking projects that demonstrate consultant’s capacity to undertake carrying capacity & gap assessment studies pertinent to infrastructure, ecological and social development at a tourism site/ destination in India or Abroad. The applicant should highlight cutting edge solutions provided by them in proposals. The projects should have consultancy fees of at least INR 50 lacs for International Project and 10 Lakh for Indian Project (each project) (3 marks each project undertaken in India & 5 marks
Eligible projects of past 10 years to be considered
Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
10
b) Experience in undertaking projects that demonstrate consultant’s capacity to undertake carrying capacity & gap assessment studies pertinent to infrastructure, ecological and social development at a tourism site/ destination in India or Abroad. The applicant should highlight cutting edge solutions provided by them in proposals. The projects should have consultancy fees of at least INR 50 lacs (each project) (3 marks each project undertaken in India & 5 marks for each international Project. Maximum marks 15)
for each international Project. Maximum marks 15)
18. Eligible Assignments: For the purposes of satisfying the Conditions of Eligibility and for evaluating the Proposals under this RFP, consultancy assignments in respect to Tourism Master Planning/ /Community based planning/ Feasibility Study/ Architectural & Urban Design/ DPR preparation for the following projects shall be deemed as eligible assignments (the “Eligible Assignments”) The eligible assignments shall have been undertaken in the last seven years preceding the PDD:
We request the Authority to consider the following points – 1. Eligible project experience in past 15 years to be considered under the category 2. Experiences in providing Architectural & Design Consultancy Services for developing tourism projects of more than INR 200 Cr. with fees more than INR 3 Cr for (each project) International Project, and INR 90 Cr. with fees more than INR 90 Lakh for (each project) Project in India, (each project) (5 marks for each project undertaken. Max Marks = 15)
Eligible projects of past 10 years to be considered
Darashaw
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
11
c) Experiences in providing Architectural & Design Consultancy Services for developing tourism projects of more than INR 200 Cr. with fees more than INR 3 Cr (each project) in India or Internationally. (5 marks for each project undertaken. Max Marks = 15)
19. “Schedule of Selection Process Proposal Due Date or PDD: 26th April 2018” “In order to afford the Applicants a reasonable time for taking an amendment into account, or for any other reason, the Authority may, in its sole discretion, extend the PDD. If date extended, it will be notified on the website”
We request the Authority to extend the bid submission date suitably so that 15 working days from the date the Pre-bid Conference minutes/replies to clarification, along with any corrigendum/addendum/CSD, is available to with interested tender applicants.
The PDD is extended to 01/05/2018; till 4:00 PM
Darashaw
20. “Ministry of Tourism, Government of India (hereafter mentioned as “Authority”) under the Swadesh Darshan scheme has launched “Development of Iconic Tourism Sites in India” project. 17 tourism sites in 12 clusters of international acclaim have been identified to be developed in comprehensive manner.
It is requested to kindly specify the 12 clusters
The bidding is to be site specific, the clusters are for the branding and promotion by the ministry. Bids are invited for all 17 sites separately.
Deloitte
21. To synergise with other line Ministries / Departments
Is coordinating with other line Ministries / Departments for approval of recommended components also in role of selected Consultant? Please clarify.
The consultant is expected to assist the ministry in co-ordination
Deloitte
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
12
22. First Ranked Applicant Will the ranking be done taking into consideration sum totals of Technical Scores and sum total of Financial scores or would it be done Tourism Site wise? Please clarify
The first ranked applicant will be post QCBS
Deloitte
23. “Technical Capacity: The Applicant /Lead member (in case of a consortium) shall have undertaken consultancy work or in operations, over the past 10 (ten) years preceding the PDD. Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.”
This condition contradicts the evaluation of experience clause as in clause 3.1.4 (page 59).
Further, it is requested to kindly reconsider the condition of Consultancy Fee of INR 4 Cr or even 1 Cr, as these fees are substantially high for Projects in the Tourism sector at large. We hence request you to kindly consider fee of no more than INR 50 lakhs for the same.
Revised to 2 Cr each project for 2 projects, clause 3.1.4 will read as “The eligible assignments shall have been undertaken in the last ten years preceding the PDD”
Deloitte
24. Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD.
It is requested to kindly reconsider this condition as “annual turnover of the applicant” instead of specifying to be only from Tourism Master Planning / Community based planning / Feasibility Studies / Architectural Designs, which is highly restrictive.
Revised to: Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore (Average) as turnover from Consultancy in Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16,
Deloitte
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
13
2016-17) financial years.
25. Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD.
It is requested not to restrict this clause only the Lead Member to fulfill the Financial Criteria. Instead it is requested to permit any or collectively all the Consortium members to fulfill the Criteria.
Revised to: Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore (Average) as turnover from Consultancy in Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2016-17) financial years.
Deloitte
26. Statutory Auditor / C.A. Statutory Audit / Audit is not a common practice outside India and self-declaration / self-filing process is followed. It is also a time & cost consuming practice. Hence, it is requested to accept self declarations by authorized signatories. The same could however be subject to scrutiny in detail for the selected Consultant(s) at the contracting stage.
Authorised Signatory shall be allowed.
Deloitte
27. Conflict of Interest It is understood that this condition shall apply to the Consultant assisting MoT in preparation of this RFP / preparation of RFP for development of interstate tourism circuits / PMU Consultant of MoT. Please Confirm.
The national level consultant (PMC) involved in the evaluation of Iconic Sites Development Program and implementation is not exempt from conflict of interest. State level consultants of Swadesh Darshan/ other tourism schemes don’t have
Deloitte
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
14
a direct conflict of interest.
28. Approach & Methodology for each site and bringing site specific details
It is requested to kindly clarify “bringing site specific details”
The A&M has to be site specific and not a generic document. It has to bring out details of approach and likely interventions to make the site iconic.
Deloitte
29. “However the authority reserves the right to award each consultant/consortium a maximum of 4 sites out of 17”
Since evaluation is on a cumulative basis, this could result in neither the best technical nor the best financial proposal (for a Particular Tourism Site) being awarded the Project It is requested to kindly clarify this condition, as it would have financial implications in case a Consultant is submitting a competitive proposal, duly considering the multiple locations. The methodology of allocation that would be followed by MoT may kindly be clarified.
Evaluation of all 17 sites will be done separately, thereby giving plenty of option of all consultants to showcase their strength for all sites. The selection will be on QCBS, in case one consultant is selected, in more than 4 sites, the allocation will be as per priority specified by the consultant.
Deloitte
30. Presentation of Concept
The Concepts for each Tourism Site would differ. Hence, would evaluation be done site wise?
Evaluation of all 17 sites will be done separately
Deloitte
31. Shortlisted / Empanelled Consultants would be invited to submit Financial Proposals for Phase-II
At which stage would these Financial Proposal (for Stage-II) be invited? It is our understanding that the same would be after completion of Phase-I.
It is requested to consider providing First Right of Refusal to Consultant who has prepared the Phase-I report for the Project. This would also mitigate issues that may arise due to non-continuity of Consultant (impracticalities faced for implementation, unidentified risks / site issues (during phase-I), etc)
No First Right of Refusal shall be given, the Phase-2 bidding will be invited close to finalization of Phase 1
Deloitte
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
15
32. Shortlisted/ Empanelled Consultants would be invited to submit Financial Proposals for Phase-II
Would these bids (Phase-II) be Site wise or again for all 17 Sites. Please clarify.
Yes, the bid shall be called for all eligible bidders for all 17 sites.
Deloitte
33. Scoring criteria The scoring criteria is not clear as to whether no financial information will be taken into consideration for the bid evaluation. also, if it is considered, it is unclear as to whether phase I prices will be taken into consideration or phase II. Please clarify
Phase 1 pricing shall have no bearing on Phase 2 pricing and evaluation. Only the Technical score will be carried over. The evaluation matrix is mentioned in clause 3.1.3
Deloitte
34. Team* There is no mention of the team structure and or any likely team members required. This would lead to wide variation in the bids as the financials will be contingent upon the size each consultant may propose.
The Authority doesn’t have a standard expectation of the staffing and expects the bidder to propose the team according to their interpretation of scope of work and deliverables.
Deloitte
35. *40% marks shall be for no. of Eligible Assignments undertaken. Remaining 60% for comparative size & quality of Eligible Assignments.
As per our understanding of this clause and clause 3.1.4, this would not be relative marking. Please confirm.
In case of assignments delivered in Consortium (other consortium partners not involved in this bid), it would be difficult to assess the role of consortium partner performed in the assignment whose experience is claimed.
Relative Marking is for A&M only. Else, no change.
Deloitte
36. Expertise in providing Architectural and Design Consultancy Services for Developing Tourism Projects of more than Rs 200 Cr
Architectural and design services for tourism projects may or may not be specifically available. Further, architectural services may be sub-contracted to an agency that may or may not undertake the full scope of work as they are specialized agencies. In this regard, the condition may be limited to
No Change in RFP Deloitte
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
16
only “Expertise in providing Architectural and Design Consultancy Services”
37. Expertise…with fees more than Rs 3 Cr for each project…”
The fee charged by an architect or architectural firm is generally a fixed percent of the overall project fee and may not be very high. Hence, securing fee of over 3 Cr for each project may be very difficult. It is requested that this may be lowered to no more than INR 50 lakhs
No Change in RFP Deloitte
38. Completion Certificate / Auditor Certificate
Providing Completion Certificate is not a common practice internationally. As such, it is requested to consider Work Order and any proof (viz: either of Letter / email forwarding last deliverable / last invoice / payment proof for receiving last payment, etc).
Work completed by the applicant as fee received equivalent to that and certified by Statutory Auditor/ Authorized Signatory shall be considered
Deloitte
39. All requisite logistics support…… will be facilitated by the client in order to organise these site visits
Please clarify the logistics support that would be provided by client
All the costs associated with the assignment shall be included in the Financial Proposal. These shall cover remuneration for all the Personnel (Expatriate and Resident, in the field, office etc.), accommodation, air fare, surveys, equipment, printing of documents, etc.
Deloitte
40. Primary Data Please clarify the no. of min. samples in case of Primary surveys
Please clarify in cases where Primary Data is not recorded / improper / inadequately recorded
Please clarify if cost towards conducting Stakeholder Conferences would be borne by MoT
Limited primary surveys shall be required; any cost in this regard shall be borne by the consultant.
Deloitte
41. Terms of Reference It is requested to kindly clarify the roles of ASI / respective
The consultant will be expected to help
Deloitte
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
17
State Governments, in terms of approvals, existing / ongoing proposals of ASI / CRZ / State Govt / other Ministries.
in liasoning with relevant regulatory authorities. MOT will facilitate wherever required
42. Terms of Reference Please clarify regarding the availability of lands at respective sites and role of ASI / State Governments for the same.
The ministry doesn’t have land details of all sites at this point of time, it is expected that the consultant for Phase 1 finds all available land banks for development.
Deloitte
43. Proposal Due Date or PDD: 26/04/2018 by 04:00 PM
We request you to provide us 15 days’ time from the date of publication of Response/ Clarification to Pre-bid Queries, to provide reasonable time for us to take into account in our Proposal, amendments (if any) to the RFP document.
The PDD is extended to 01/05/2018; till 4:00 PM
Ideck
44. Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.
Please clarify if on-going projects can be considered for experience.
On-going assignments for which 60% of work has been completed by the applicant as fee received equivalent to that and certified by Statutory Auditor/ Authorized Signatory shall be considered
Ideck
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
18
45. (a) Experience in undertaking projects in India or abroad for preparation of Comprehensive development vision and master plan for tourism sites/ destinations/ regions preferably with heritage/eco-tourism sites or destinations with consultancy fees of at least 1 Crore (each project) (b) Experience in undertaking projects that demonstrate consultant’s capacity to undertake carrying capacity & gap assessment studies pertinent to infrastructure, ecological and social development at a tourism site/ destination in India or Abroad. The applicant should highlight cutting edge solutions provided by them in proposals. The projects should have consultancy fees of at least INR 50 lacs (each project) (c) Experiences in providing Architectural & Design Consultancy Services for developing tourism projects of more than INR 200 Cr. with fees more than INR 3 Cr (each project) in India or Internationally.
We Request you to consider On-Going Projects
On-going assignments for which 60% of work which has been completed by the applicant as fee received and certified by Statutory Auditor/Authorised Signatory shall be considered
Ideck
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
19
(d) Experience of undertaking international tourism assessments / studies/ destination development. Should have consultancy fees of at least INR 50 Lacs (each project).“Completion Certificate: Completion of assignments should be certified by completion certificates/ auditor certification of receipt of full payment of the assignment/ self-attestation by the authorized signatory”
46. Eligible assignments We request you to please consider ongoing/substantially completed projects as eligible assignments.
On-going assignments for which 60% of work which has been completed by the applicant as fee received and certified by Statutory Auditor/ Authorised Signatory shall be considered
Ideck
47. The bidders shall submit an amount of INR 5, 00,000 (Rupees Five Lakhs only) as EMD in favor of Ministry of Tourism as a part of bid submission.
We request you to modify it to “The bidders shall submit an amount of INR 2, 00,000 (Rupees Two Lakhs only) as EMD in favor of Ministry of Tourism as a part of bid submission.
No Change in RFP Ideck
48. Change in Payment Schedule
No Change in RFP Ideck
49. Will the fee be paid to the local representative office in India or directly in the name of the International Consultant (located abroad)?
Payment shall be made in INR to the lead consultant
Ingenious studio
50. i. Likewise to above query, which office makes the bid submission? Locally based or
Lead member Ingenious studio
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
20
internationally based. In the case of a consortium, it is stated that the "Lead member" should have the required experience and turnover (2.2.2) which makes the International Consultant as the "Lead member". ii. Above point (ii) would be related to payments in name of, as well.
51. It is important to know about the documents available with the Authority in advance, as this will form the basis of the proposal. Is this possible only from a visit to the authorities (for all sites) or is there any listed written information available?
No such list is currently available
Ingenious studio
52. i. The terms and percentages in point a,b,c,d are quite extensive. ii. Who will be responsible for producing and managing the timeline schedule and overall project management?
Consultant shall be responsible for ensuring the compliance to timeline
Ingenious studio
53. What are the payment terms for release of payments?
As per clause 2 of TOR
Ingenious studio
54. Monitoring Is it a PMC to any specific requirement of personal deployment
There shall be implementation PMC in Phase-2
INI Design
55. Proposal Due Date or PDD: 26/04/2018 by 04:00 PM
Since Approach & Methodology for each site needs to be written separately, we request an extension of 10 days to enable a comprehensive submission.
The PDD is extended to 01/05/2018; till 4:00 PM
INI Design
56. Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR
There are very few Architecture/Design firms in India which have a turnover of 25 crores and above from eligible project types namely “Tourism Master Planning/ /Community based planning/ Feasibility Study/ Architectural & Urban
Revised to: Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore (Average) as turnover from Consultancy in Tourism Master
INI Design
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
21
preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD.
Design/ DPR preparation”. We request you to reduce the minimum turnover from 25 Crores to 12/15 Crores. The turnover of all firms in the consortium can be required as 25 Cr.
Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2016-17) financial years.
57. (a) Experience in undertaking projects in India or abroad for preparation of Comprehensive development vision and master plan for tourism sites/ destinations/ regions preferably with heritage/eco-tourism sites or destinations with consultancy fees of at least 1 Crore (each project)
We would request to revise the consultancy fees up to 50 lakhs.
No change in RFP INI Design
58. Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD.
Request a change as follows: (Average) as turnover for 3 years Lead Consultant : 15 Crs Second Consortium Member: - 10 Crs Total = 25 Crs
Reduced for lead consultant to 15 Cr
INI Design
59. Completion of assignments should be certified by completion certificates/ auditor certification of receipt of full payment of the assignment/ self-
We request that we should include on-going assignments or 50% of work which has been completed by the applicant.
On-going assignments for which 60% of work which has been completed by the applicant as fee received and
INI Design
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
22
attestation by the authorized signatory
certified by Statutory Auditor/Authorised Signatory shall be considered
60. c) Experiences in providing Architectural & Design Consultancy Services for developing tourism projects of more than INR 200 Cr. with fees more than INR 3 Cr (each project) in India or Internationally. (5 marks for each project undertaken. Max Marks = 15)
We request you to also include other projects that is comprehensive architectural projects
Only projects related to tourism shall be considered
INI Design
61. Experience of undertaking international tourism assessments / studies/ destination development. Should have consultancy fees of at least INR 50 Lacs (each project) (5 marks for each project undertaken. Max Marks = 10)
We request you to also include national tourism assessments / studies/ destination development
Agreed INI Design
62. The Applicant / Lead member (in case of a consortium) shall be eligible to bid for all 17 sites. The Appendix -1 submission shall be common for all sites, the Appendix-2 will have to be submitted separately for all sites applied for, detailing the Approach & Methodology for each site and bringing site specific details. The financial proposal listed in Appendix-3 Form -2 can be used to provide Financial Quote for all 17 or the number of sites applied for as per format.
As given in the tender document, And Appendix II is shown as financial proposal please confirm.(on Page 53 ) Appendix III is shown as BANK GUARANTEE FORMAT (on Page 55 ) Please check for error.
The Correction is made.
INI Design
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
23
63. We request you to please reduce the Performance Security to 5%
No change in RFP INI Design
64. Please confirm if there will be separate technical presentation for all the sites mentioned that a firm applies for or they would be clubbed?
Separate presentation for each site shall have to be made. However, the authority reserves the right to have these presentations back to back from the same bidder.
INI Design
65. In case it is noticed that agency has been unable to deliver any work enumerated in the work order in part as enumerated under each item of work, penalty @ 15% would be imposed equivalent to the cost of that unit of work.
We request the penalty be reduced to maximum 10%
No change in RFP INI Design
66. Change in Payment Schedule
No change in RFP INI Design
67. ..and the tender portal of the Government of India www.eprocure.gov.in
Kindly confirm if the tender has to be submitted online as well.
The submission is only a physical submission
IPE Global
68. i). EMD in favor of Pay and Accounts Officer Ministry of Tourism in form of BG(Bank Guarantee)/ Bank draft issued by nationalized/scheduled bank payable at Delhi..
Nowadays, while preparing a Bank guarantee, the scheduled banks require Bank details of the employer. Request you to please share bank details of Accounts Officer Ministry of Tourism (Account no., IFSC Code, branch) for the purpose of preparation of Bank Guarantee.
The bidders are requested to follow the standard format followed by their bank.
IPE Global
69. PHASE TWO: Preparation Architectural/ execution Detailed Project Report (DPR) for the selected components The top 5 (H1-H5) consultants in technical score for each site shall be
Kindly confirm if any priority would be given to winning consultant of phase I.
No. However, the marks obtained in getting technical score in Phase-1 shall be used as the basis of Phase-2 QCBS as well.
IPE Global
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
24
eligible to submit a financial bid for the Phase-2 of the work
70. Consultant(s) is expected to come out with a Development Plan for the region.
Definition of “region” is not clear as the project scope mentions - development plan of region. The delineation of region should come from the respective authority or the consultants can have the liberty to define it ? (as it has cost implications. Please confirm.
Since, the 17 sites are very varied, it is at this time difficult to limit the area definition to a certain parameter. The consultants are allowed to assume the area of the planning region by their discretion at this stage. However, the final decision of the "region" definition will be on the mutual agreement of the authority and selected bidder
IPE Global
71. Preparation of project shelf along with basic costing for each component. The consultants also needs to calculate the broad based costing for all interventions identified in the development plan
Meaning of basic cost/board cost for priority projects is not clear. It is also stated that “the consultants also need to calculate the broad based costing for all interventions”. Does it imply block costs? What is the scope of “all interventions” as the proposals will be for immediate medium and long term development. Kindly clarify.
The meaning of broad cost implies block cost of scheduled items and a standard RA of non scheduled items. The term all interventions signifies the "Shelf of Projects" identified as per the master planning exercise.
IPE Global
72. Identify priority projects and areas for potential development for specific economic drivers and supporting infrastructure.
Scale of priority projects is not clear– hospitality/public utilities/large scale infrastructure or any other. If the projects are land based, who (authority/ MoT/ Consultants) will own the land identification process. There should be a maximum capping to the number of priority projects. Kindly clarify.
The scale and priority of the project shall be identified by the consultant based on the master planning activity and the inputs from stakeholders and MoT. The land identification for such projects shall remain the
IPE Global
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
25
responsibility of the consultant.
73. Projects should have agreement from various stakeholders and expert committee.
Several stakeholders / review committees etc. in the scope of work hence, time of 2 months is not sufficient. Moreover this does not account for time taken for approval, data collection etc.
No Extension on the time limit, however, the stakeholder consultation is envisaged at 2 times once at the inception stage and second after submission of Draft Master Plan
IPE Global
74. Approach & Methodology
Please confirm the page limit for Approach & Methodology.
The A&M shouldn’t exceed 5 A4 sized pages.
IPE Global
75. We would request you to clarify if the 2 months’ timeline for phase 1 and phase 2 each is for each site or all sites together.
2 Months Timeline is for Phase-1 for each site.
JLL
76. We would request you to clarify the desired key personnel team in terms of qualification and experience for us to arrive at the suitable financial quote
The Authority doesn’t have a standard expectation of the staffing and expects the bidder to propose the team according to their interpretation of scope of work and deliverables.
JLL
77. We request you to kindly extend the date of submission by 2 weeks
The PDD is extended to 01/05/2018; till 4:00 PM
JLL
78. Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.
We would request to revise the eligibility based on project cost of up to 100 Cr and consultancy fees up to 50 lakhs.
Eligibility Criteria: Revised to 2 Cr each project for 2 projects. Evaluation Criteria: Consider Section 3
JLL
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
26
79. The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD.
We would request to revise the turnover from consultancy fee more than INR 25 crores in the last three years.
Revised to: Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore (Average) as turnover from Design Consultancy Fee during each of the three (2014-15, 2015-16, 2016-17) financial years.
JLL
80. (a) Experience in undertaking projects in India or abroad for preparation of Comprehensive development vision and master plan for tourism sites/ destinations/ regions preferably with heritage/eco-tourism sites or destinations with consultancy fees of at least 1 Crore (each project) (b) Experience in undertaking projects that demonstrate consultant’s capacity to undertake carrying capacity & gap assessment studies pertinent to infrastructure, ecological and social development at a tourism site/ destination in India or Abroad. The applicant should highlight cutting edge
We would request to revise the eligibility based on project cost of up to 100 Cr and consultancy fees up to 50 lakhs. We would request to consider inclusion of on-going projects / assignments along with projects already completed by the consultant
Eligible Assignments under Evaluation Criteria (3.1.4) remains same in RFP. On-going assignments for which 60% of work has been completed by the applicant as fee received equivalent to that and certified by Statutory Auditor/Authorised Signatory shall be considered
JLL
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
27
solutions provided by them in proposals. The projects should have consultancy fees of at least INR 50 lacs (each project) (c) Experiences in providing Architectural & Design Consultancy Services for developing tourism projects of more than INR 200 Cr. with fees more than INR 3 Cr (each project) in India or Internationally. (d) Experience of undertaking international tourism assessments / studies/ destination development. Should have consultancy fees of at least INR 50 Lacs (each project).
81. Certain Wildlife areas might be closed during the monsoon season to visitors. Will the Authority facilitate the visit during this period if required.
MOT will facilitate the permissions to heritage/Wildlife sites as may be required for preparation of the master plan
KPSG
82. The quantitative analysis should be backed by both primary and secondary data; while the qualitative data involves the views/ opinions of tourists, tour operators/travel agents, tourism departments, experts etc. The discussions/ interactions should be aimed at validating all the preliminary analysis done based on the information/ data collected.
We would request the committee to clarify on the type of data collections to be carried out at the site. If the ask is primary surveys, the activity would be time consuming and this should be suitably adjusted in the overall milestone timelines.
Limited primary surveys shall be required.
KPMG
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
28
83. This is to certify that the information contained in Column 5 above is correct as per the accounts of the Applicant and/ or the clients.
We would request you to consider the WO copies as an adequate proof of the project work and the consultancy fee.
Work completed by the applicant as fee received equivalent to that and certified by Statutory Auditor/Authorised Signatory shall be considered
KPMG
84. 4. Proposal Due Date or PDD- 26th April 2018
We would request you to extend the last date of submission by 2 weeks post issuance of formal query clarifications.
The PDD is extended to 01/05/2018; till 4:00 PM
KPMG
85. “Technical Capacity: The Applicant / Lead member (in case of a consortium) shall have undertaken consultancy work or in operations, over the past 10 (ten) years preceding the PDD. Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.”
We would request the committee to consider relevant experience criteria for a consortium instead of lead member partner. We would request for the following criteria therefore to be read as: Relevant experience of consortium in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.
Revised to 2 Cr each project for 2 projects
KPMG
86. Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18)
We request to clarify whether the criteria of Average turnover of 25 Crores is for overall consulting assignments or these are to be restricted to Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation only. In the interest of leveraging the experience of each of the consortium partners undertaking different aspects of the program, we would
Revised to: Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore (Average) as turnover from Consultancy in Tourism Master Planning/ Community based planning/
KPMG
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
29
financial years preceding the PDD. “Completion Certificate: Completion of assignments should be certified by completion certificates/ auditor certification of receipt of full payment of the assignment/ self-attestation by the authorized signatory”
request to allow the average turnover from the combined assignments furnished by the consortium instead of from only the lead member of the consortium.
Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2016-17) financial years.
87. Consultant(s) is expected to come out with a Development Plan for the region.
Definition of “region” is not clear as the project scope mentions - development plan of region. The delineation of region should come from the respective authority or the consultants can have the liberty to define it ? (as it has cost implications. Please confirm.
Since, the 17 sites are very varied, it is at this time difficult to limit the area definition to a certain parameter. The consultants are allowed to assume the area of the planning region by their discretion at this stage. However, the final decision of the "region" definition will be on the mutual agreement of the authority and selected bidder
KPMG
88. Approach & Methodology
Please confirm the page limit for Approach & Methodology.
The A&M shouldn’t exceed 5 A4 sized pages.
KPMG
89. We would request you to clarify the desired key personnel team in terms of qualification and experience for us to arrive at the suitable financial quote
The Authority doesn’t have a standard expectation of the staffing and expects the bidder to propose the team according to their interpretation of scope of work and deliverables.
KPMG
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
30
90. “40% of the maximum marks shall of the Applicant be awarded for the number of Eligible Assignments undertaken by the Applicant. The remaining 60% shall be awarded for the comparative size and quality of Eligible Assignment. While awarding marks for the number of Eligible Assignments, as the case may be, that has undertaken the highest number of Eligible Assignments (in both quantity and quality) shall be entitled to the maximum score for the respective category and all other competing Applicants, as the case may be, shall be entitled to a proportionate score.”
We would request to provide further parameters for evaluations to mark the remaining 60% score to be awarded for comparative size And quality of Eligible Assignments.
No change in RFP KPMG
91. Considering the variety of activities to be covered as part of the scope, we foresee the overall timelines for completion of master plan may be increased to 3 months from 2 months. And another 2 months may be provided for DPR preparation.
2 Months Timeline is for Phase-1 for each site.
KPMG
92. "1.7.1 All payments to the consultants shall be made in INR in accordance with the provisions of this RFP. The Consultant may convert INR into any Foreign currency as per Applicable laws and the exchange risk, if any, shall be borne by the Consultant. The fee
Since it is international Competitive Bidding (ICB), we request to allow the consultants to quote the financial proposal in two currencies (i.e. United States dollars (USD) and Indian Rupees (INR). You will appreciate, International consultants are reluctant to quote in INR.
No change in RFP Mukesh & Associates consultants & engineers
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
31
shall be quoted in INR only."
93. "The agency would have to submit Performance guarantee for amount equivalent to 10% of the value of the contract……."
We respectfully state that the Performance Guarantee money of 10% appears high. We request you to revise it to 5%.
No change in RFP Mukesh & Associates consultants & engineers
94. Deliverables and Payment Schedule,
We request mobilization advance of 10% (against Bank Guarantee) of total consultancy fee payable to the consultants.
No change in RFP Mukesh & Associates consultants & engineers
95. "a) In case it is noted that agency has been unable to deliver any work enumerated in the work order in part as enumerated under each item of work, penalty @ 15% would be imposed equivalent to the cost of that unit of work. B) In case it is noticed that agency has been unable to deliver one or two items of work as a whole, penalty @ 10% would be imposed equivalent to the cost of that unit of work. c) If the delivery of any item(s) is delayed from the delivery schedule approved by the Ministry of Tourism, a penalty @ 1% of the total cost of that item, per week would be imposed.
Kindly not the above penalty clauses appears not fair to the appointed consultants. There should be some maximum limit for penalty clause. Therefore, we respectfully request you to revise or mention maximum limit for the penalty clause.
No change in RFP Mukesh & Associates consultants & engineers
96. Deliverables and Payment Schedule,
Please let us know the tentative time period required by Ministry of Tourism for according approval for the deliverables.
As per schedule Mukesh & Associates consultants & engineers
97. Deliverables and Payment Schedule,
Please let us know the tentative time period required by Ministry of Tourism for
As per schedule Mukesh & Associates consultants
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
32
processing an invoice for releasing payment.
& engineers
98. We respectfully request your goodself to extend the due date of submission atleast by 15 days from the date of providing clarifications.
The PDD is extended to 01/05/2018; till 4:00 PM
Mukesh & Associates consultants & engineers
99. Whether any mobilisation advance will be paid to the consultants
Not agreed. The payment terms in the RFP document shall prevail
Mukesh & Associates consultants & engineers
100. The bidders shall submit an amount of INR 5,00,000 (Rupees Five Lakhs only) as EMD in favour of Ministry of Tourism as a part of bid submission
Could you clarify when will EMD be returned? At the end of stage 1?
For the bidders, who get selected through the competition based on QCBS method, their 5 Lakh EMD amount shall be refunded after the completion of Phase-I, and on submission of performance security amounting 10% of price accepted by the Authority for Phase-1 work. The performance security shall be refunded after successful completion of Phase-1.
StudioPOD
101. Technical Proposal We request you to indicate a list of key professionals you would require to work on the project and the estimated man months. This will assist in ensuring the bids received are on a level footing.
The Authority doesn’t have a standard expectation of the staffing and expects the bidder to propse the team according to their reading of scope of work and deliverables.
StudioPOD
102. PAN card/TAN and GST registration
Foreign firms not registered in India will not have GST, PAN and TAN card. We request you to confirm the requirements for foreign firms.
Any legal document of their country of registration signifying registration of the
StudioPOD
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
33
Further can you kindly provide details regarding the MoU and POA formats and requirements for foreign firms not registered in India.
entity shall suffice. Additionally on the clause of Power of Attorney please refer: "Such Power of Attorney would not be required if the bid submission is signed by a partner or Director (on the Board of Directors) of the Applicant."
103. Proposal Due Date or PDD 26th April 2018
We request you to kindly extend the submission date to 14th May 2018 as the development of a thorough methodology will require additional time
The PDD is extended to 01/05/2018; till 4:00 PM
StudioPOD
104. Technical Capacity: The Applicant / Lead member (in case of a consortium) shall have undertaken consultancy work or in operations, over the past 10 (ten) years preceding the PDD. Relevant experience of lead member in undertaking projects of Tourism Master Planning/ Community based planning/ Feasibility Studies/ Architectural Design. Should have consultancy fees of at least INR 4 Cr each from 2 projects of similar experience.
As described in the terms of reference the development of a tourism site has many facets and requires many different specializations. To achieve a truly holistic plan a consortium of firms with specializations in planning, architecture, engineering and finance is required. We request you to relax the condition to allow for the consortium as a whole to meet this criterion not the lead member alone. We request you to kindly consider reducing the consultancy fee to Rs 50 lakhs and include preparation of tourism related DPRs and project supervision of tourism projects.
Revised to 2 Cr each project for 2 projects
StudioPOD
105. The Applicant / Lead member (in case of a consortium) shall have minimum of INR 25 Crore (Average) as turnover from Tourism Master Planning/ Community based
As mentioned above, a consortium of firms with different specializations is required to carry out such a complex and multi-faceted assignment. We request you to kindly relax the condition to allow for the consortium as a
Revised to: Financial Capacity: The Applicant / Lead member (in case of a consortium) shall have minimum of INR 15 Crore
StudioPOD
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
34
planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2017-18) financial years preceding the PDD
whole to meet this criterion not the lead member alone.
(Average) as turnover from Consultancy in Tourism Master Planning/ Community based planning/ Feasibility Study/ Architectural Design/ DPR preparation during each of the three (2014-15, 2015-16, 2016-17) financial years.
106. The consultant shall not be entitled to submit another application either individually or as a member of any consortium (allowed up to 3 members), as the case may be.
We request you to kindly provide the formats for the MoU and POA required for the submission.
The MoU between the consortium partners is their internal document and they may use a document which fits to their arrangement.
StudioPOD
107. Preparation of Development Plan for Iconic Sites in India. Preparation of project shelf along with basic costing for each component. – Time Line 2 months
Is topographic surveys part of the scope of the consultant or are they available with the Client?
We don’t expect requirement of topographic surveys at this stage and may be required in Phase II. Topographic surveys not available with Ministry.
StudioPOD
108. We understand that area for Development Plan for various sites would vary. However it is import to understand approx. area for preparing the Development Plan under Phase 1 & Preparing Architectural DPR under Phase 2. Therefore we request you to provide, 1) Approx. Area for Development Plan under Phase 1 2) Area under government ownership where Architectural DPR has to be prepared under Phase 2.
It is upto the interpretation of the consultant to identify the size of the influence area of the Iconic site. Identification of suitable land and projects is included in the scope of the Phase 1 as part of the master plan The detail shall be done as part of Phase 2 during the DPR preparation
HCP
109. Who will pay the charges for procure the data form govt. Client or Consultant?
Limited primary surveys shall be required; Any cost
HCP
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
35
for procurement of data shall be borne by the consultant.
110. Please Clarify quantity of stakeholder consultation
The stakeholder consultation is envisaged at 2 times once at the inception stage and second after submission of Draft Master Plan
HCP
111. Please consider providing same Marks for both project undertaking in India and international projects.
No Change in RFP HCP
112. Please also include City Development plan and Local Area Plan under this clause.
No Change in RFP HCP
113. Is there any overall budget sanctioned for the identified projects?
Depends on the recommendations of the Master Plan of the site.
HCP
114. Will there be any Total station Survey and Land ownership map available for the identified sites?
Identification of land parcels for development is part of the master plan scope. Total Station survey is not required at this stage. This may be required during Phase 2 and shall have to be done by the consultants if its not available with the government agencies
HCP
115. Please explain : Draft Report (Master-Plan, including shelf of projects and presentation to the stakeholders @ T+45)
The draft report shall be shared with the stakeholders at T+30 and presentation shall be held 2 weeks after this where the consultant will present the master plan
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
36
SELECTION OF
CONSULTANTS FOR DEVELOPMENT
OF ICONIC TOURISM SITES IN INDIA
REVISED EXPRESSION OF INTEREST
CUM
REQUEST FOR PROPOSAL
DOCUMENT
17th APRIL 2018
(Quality and Cost Based Selection)
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
37
Disclaimer
The information contained in this Request for Proposal document (“RFP”)
or subsequently provided to Applicants, whether verbally or in documentary or any
other form by or on behalf of the Authority or any of its employees or advisers, 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.
This RFP is not an agreement or an offer by the Authority 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 of their Proposals
pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Authority in relation to the
Consultancy. Such assumptions, assessments and statements do not purport to contain
all the information that each Applicant may require. This RFP may not be appropriate
for all persons, and it is not possible for the Authority, its employees or advisers 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 Authority accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein.
The Authority, its employees and advisers 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
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
38
RFP or arising in any way in this Selection Process.
The Authority 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.
The Authority 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.
The issue of this RFP does not imply that the Authority is bound to select an
Applicant or to appoint the Selected Applicant, as the case may be, for the Consultancy
and the Authority reserves the right to reject all or any of the Proposals without assigning
any reasons whatsoever.
The Applicant shall bear all its costs 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 demonstrations or
presentations which may be required by the Authority or any other costs incurred in
connection with or relating to its Proposal. All such costs and expenses will remain with
the Applicant and the Authority shall not be liable in any manner whatsoever for the
same or for any other costs or other expenses incurred by an Applicant in preparation
or submission of the Proposal, regardless of the conduct or outcome of the Selection
Process.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
39
1. INTRODUCTION
1.1 Background
1.1.1 Ministry of Tourism, Government of India (hereafter mentioned as “Authority”)
under the Swadesh Darshan scheme has launched “Development of Iconic
Tourism Sites in India” project. 17 tourism sites in 12 clusters of international
acclaim have been identified to be developed in comprehensive manner.
Following are identified 17 Iconic Tourism sites:-
1. Kaziranga (Assam)
2. Maha Bodhi (Bihar)
3. Humayun’s Tomb (Delhi)
4. Qutub Minar (Delhi)
5. Red Fort (Delhi)
6. Colva Beach (Goa)
7. Dholavira (Gujarat)
8. Somnath (Gujarat)
9. Hampi (Karnataka)
10. Kumarkom (Kerala)
11. Khajuraho (Madhya Pradesh)
12. Ajanta (Maharashtra)
13. Ellora (Maharashtra)
14. Amer Fort (Rajasthan)
15. Mahablipuram (Tamil Nadu)
16. Fatehpur Sikri (Uttar Pradesh)
17. Taj Mahal (Uttar Pradesh)
1.1.2 The project is envisioned to synergize with other line ministries/ departments of
Government of India and their various schemes/projects/grants etc. to bring
harmony in efforts to develop these sites.
1.1.3 In pursuance of the above, the Authority has decided to carry out the process for
selection of Consultant(s) of international repute in accordance with the Terms of
Reference specified at Schedule-1 (the “TOR”).
1.2 Request for Proposal
The Authority – Ministry of Tourism, Government of India invites proposals
from interested firms (the “Proposals”) for selection of a Master-planning-Design
& Supervision Consultant (the “Consultant”) who shall assist the Authority
as per the scope of work specified in the TOR (collectively the “Consultancy”).
The Authority intends to select the Consultant through an open competitive
bidding in accordance with the procedure set out herein.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
40
1.3 Due diligence by Applicants
Applicants are encouraged to inform themselves fully about the assignment
before submitting the Proposal and attending a Pre-Proposal Conference on the
date and time specified in Clause 1.10.
1.4 Download of RFP Document
RFP document can be downloaded from the official website of the Ministry of
Tourism www.tourism.gov.in and the tender portal of the Government of India
www.eprocure.gov.in . The bidders shall submit an amount of INR 5,00,000
(Rupees Five Lakhs only) as EMD in favor of Ministry of Tourism as a part of
bid submission.
1.5 Validity of the Proposal
The Proposal shall be valid for a period of not less than 180 days from the Proposal
Due Date (the “PDD”).
1.6 Brief description of the Selection Process
The Authority has adopted a two stage selection process (collectively the
“Selection Process”) in evaluating the Proposals comprising technical and
financial bids to be submitted. In the first stage, a technical evaluation will be
carried out as specified in Clause 3.1. Based on this technical evaluation, a list of
short-listed applicants shall be prepared as specified in Clause 3.2. In the second
stage, a financial evaluation will be carried out as specified in Clause 3.3. Proposals
will finally be ranked according to their combined technical and financial scores as
specified in Clause 3.4. The first ranked Applicant (the “Selected Applicant”)
shall be called for negotiation.
1.7 Payment to Consultants
1.7.1 All payments to the Consultant shall be made in INR in accordance with the
provisions of this RFP. The Consultant may convert INR into any foreign
currency as per Applicable Laws and the exchange risk, if any, shall be borne by
the Consultant. The fee shall be quoted in INR only.
1.8 Schedule of Selection Process
The Authority would endeavor to adhere to the following schedule:
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
41
Event Description Date
1. Last date for receiving queries/
clarifications
11th April 2018
2. Pre-Bid Conference 13th April 2018
3. Authority response to queries 17th April 2018
4. Proposal Due Date or PDD 1st May 2018
5. Opening of Proposals 1st May 2018
6. Letter of Award (LOA) To be declared later on the
website
7. Signing of Agreement To be declared later on the
website
8. Validity of Applications 180 days from PDD
1.9 Pre-Bid Queries
Prospective applicants may submit the queries/ clarification regarding the
document as per the Clause 1.8. The contact person for this purpose shall be:
Assistant Director General, Swadesh Darshan Scheme, and Email –
rfpswadesh@gmail.com
1.10 Pre-Bid Conference
The date, time and venue of Pre-Bid Conference shall be:
Date: 13th April 2018
Time: 15:00 hrs
Venue: Manthan, Conference Room,
Ministry of Tourism,
Transport Bhawan, 1 Parliament Street
New Delhi 110001
1.11 Communications
1.11.1 All communications including the submission of Proposal should be addressed to the
nodal officer mentioned in section 1.9.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
42
1.11.2 All communications, including the envelopes, should contain the following
information, to be marked at the top in bold letters:
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER-
PLANNING-DESIGN & SUPERVISION CONSULTANT FOR DEVELOPMENT
OF ICONIC SITES PROJECTS
2. INSTRUCTIONS TO APPLICANTS
A. GENERAL
2.1 Scope of Proposal
2.1.1 Detailed description of the objectives, scope of services, Deliverables and
other requirements relating to this Consultancy are specified in this RFP.
2.1.2 Applicants are advised that the selection of Consultant shall be on the basis
of an evaluation by the Authority through the Selection Process specified in this
RFP. Applicants shall be deemed to have understood and agreed that no
explanation or justification for any aspect of the Selection Process will be
given and that the Authority’s decisions are without any right of appeal
whatsoever.
2.1.3 The Applicant shall submit its Proposal in the form and manner specified in
this Section of the RFP. The Technical proposal shall be submitted in the
form at Appendix-I and the Financial Proposal shall be submitted in the form
at Appendix-III.
2.2 Conditions of Eligibility of Applicants
2.2.1 Applicants must read carefully the minimum conditions of eligibility (the
“Conditions of Eligibility”) provided herein. Proposals of only those Applicants
who satisfy the Conditions of Eligibility will be considered for evaluation.
2.2.2 To be eligible for evaluation of its Proposal, the Applicant shall fulfil the following:
(A) Legal Entity: The Applicant/ lead applicant (in case of a consortium) may
be an independent private legal entity, partnership firm, limited liability
partnership or a private limited company as defined under the provisions
of the companies act 2013.
(B) Technical Capacity: The Applicant / Lead member (in case of a
consortium) shall have undertaken consultancy work or in operations,
over the past 10 (ten) years preceding the PDD.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
43
Relevant experience of lead member in undertaking projects of Tourism
Master Planning/ Community based planning/ Feasibility Studies/
Architectural Design. Should have consultancy fees of at least INR 2 Cr
each from 2 projects of similar experience.
(C) Financial Capacity: The Applicant / Lead member (in case of a
consortium) shall have minimum of INR 15 Crore (Average) as turnover
from Tourism Master Planning/ Community based planning/ Feasibility
Study/ Architectural Design/ DPR preparation during each of the three
(2014-15, 2015-16, 2016-17) financial years.
2.2.3 The Applicant shall enclose with its Proposal, certificate(s) from its Statutory
Auditors$ stating its total revenues from professional fees during each of the past
three financial years and the fee received in respect of each of the Eligible
Assignments specified in the Proposal. In the event that the Applicant does not
have a statutory auditor, it shall provide the requisite certificate(s) from the
firm of Chartered Accountants that ordinarily audits the annual accounts of the
Applicant.
2.2.4 The Applicant should submit a Power of Attorney as per the format at Form - 4 of
Appendix- I; provided, however, that such Power of Attorney would not be required
if the bid submission is signed by a partner or Director (on the Board of Directors)
of the Applicant.
2.2.5 While submitting a Proposal, the Applicant should attach clearly marked and
referenced continuation sheets in the event that the space provided in the
specified forms in the Appendices is insufficient. Alternatively, Applicants may
format the specified forms as per requirement, making due provision for
incorporation of the requested information.
2.3 Conflict of Interest
2.3.1 An Applicant shall not have a conflict of interest that may affect the Selection
Process or the Consultancy (the “Conflict of Interest”). Any Applicant found to
have a Conflict of Interest shall be disqualified. In the event of disqualification, the
Authority shall forfeit and appropriate the Performance Security/EMD, if
available, as mutually agreed, genuine pre-estimated compensation and damages
payable to the Authority for, inter alia, the time, cost and effort of the Authority
including consideration of such Applicant’s Proposal, without prejudice to any
$ No separate annual financial statements should be submitted
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
44
other right or remedy that may be available to the Authority hereunder or
otherwise.
2.3.2 The Authority requires that the Consultant provides professional, objective, and
impartial advice and at all times hold the Authority’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 Authority.
2.3.3 In the event that the Consultant, its Associates or affiliates are auditors or
financial advisers to any of the bidders for the Project, they shall make a
disclosure to the Authority as soon as any potential conflict comes to their notice
but in no case later than 7 (seven) days from the opening of the RFP
applications for the Project and any breach of this obligation of disclosure
shall be construed as Conflict of Interest. The Authority shall, upon being
notified by the Consultant under this Clause, decide whether it wishes to
terminate this Consultancy or otherwise, and convey its decision to the
Consultant within a period not exceeding 15 (fifteen) days.
2.4 Number of Proposals
The Applicant / Lead member (in case of a consortium) shall be eligible to bid for
all 17 sites. The Appendix -1 submission shall be common for all sites, the
Appendix-2 will have to be submitted separately for all sites applied for,
detailing the Approach & Methodology for each site and bringing site specific
details. The financial proposal listed in Appendix-3 Form -2 can be used to
provide Financial Quote for all 17 or the number of sites applied for as per
format. However, the authority reserves the right to award each
Consultant/Consortium a maximum of 4 sites out of 17. The consultants shall
be eligible to give their priority in ranking to the sites bid for. The consultant
with the highest score (Technical + Financial) shall be awarded the sites
according to the priority, submitted by the Consultant/Consortium in Form –
8 of the proposal (in-case of being H1 in more than 4 sites). In case there is a
tie on scoring and on priority of 2 or more consultants, then the award shall
be decided by draw of lots, in the presence of the eligible bidders.
The consultant shall not be entitled to submit another application either
individually or as a member of any consortium (allowed up to 3 members), as the
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
45
case may be.
2.5 Cost of Proposal
The Applicants shall be responsible for all of the costs associated with the
preparation of their Proposals and their participation in the Selection Process
including subsequent negotiation, visits to the Authority, Project site etc. The
Authority will not be responsible or in any way liable for such costs, regardless
of the conduct or outcome of the Selection Process.
2.6 Visit to the Authority and verification of information
Applicants are encouraged to submit their respective Proposals after visiting
the office of the Authority and ascertaining for themselves the availability of
documents and other data with the Authority, Applicable Laws and regulations
or any other matter considered relevant by them.
2.7 Acknowledgement by Applicant
2.7.1 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 Authority;
(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 to in Clause 2.6 above;
(d) Satisfied itself about all matters, things and information, including matters
referred to in Clause 2.6 herein above, necessary and required for
submitting an informed Application and performance of all of its
obligations thereunder;
(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.
2.7.2 The Authority 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 Authority.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
46
2.8 Right to reject any or all Proposals
2.8.1 Notwithstanding anything contained in this RFP, the Authority reserves the
right to accept or reject any Proposal and to annul the Selection Process and
reject any or all Proposals, at any time without any liability or any obligation
for such acceptance, rejection or annulment, and without assigning any reasons
therefor.
2.8.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves the
right to reject any Proposal if:
(a) At any time, a material misrepresentation is made or discovered, or
(b) The Applicant does not provide, within the time specified by the
Authority, the supplemental information sought by the Authority for
evaluation of the Proposal.
Misrepresentation/ improper response by the Applicant may lead to the
disqualification of the Applicant. If such disqualification / rejection occurs after
the Proposals have been opened and the highest ranking Applicant gets
disqualified / rejected, then the Authority reserves the right to consider the next
best Applicant, or take any other measure as may be deemed fit in the sole
discretion of the Authority, including annulment of the Selection Process.
B. DOCUMENTS
2.9 Contents of the RFP
2.9.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as
listed below and will additionally include any Addendum / Amendment issued
in accordance with Clause 2.11:
Request for Proposal
1 Introduction 2 Instructions to Applicants 3 Criteria for Evaluation 4 Fraud and corrupt practices 5 Pre-Proposal Conference 6 Miscellaneous
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
47
Schedules
1 Terms of Reference
2 Guidance Note on Conflict of Interest 3 Appendices
Appendix – I: Technical Proposal
Form 1 : Letter of Proposal
Form 2 : Particulars of the Applicant
Form 3 : Statement of Legal Capacity
Form 4 : Power of Attorney
Form 5 : Financial Capacity of the Applicant
Form 6 : Abstract of Eligible Assignments of the Applicant
Form 6A : Abstract of other relevant experience of the Applicant
Form 7 : Eligible Assignments of Applicant
Form 7A : Other relevant assignments of Applicant
Form 8 : Priority list for Proposal
Appendix – II: Approach & Methodology
Appendix – III: Financial Proposal
Form 1 : Covering Letter Form 2 : Financial Proposal Form 3 : Bank Guarantee
2.10 Clarifications
2.10.1 Applicants requiring any clarification on the RFP may send their queries to the
Authority in writing through email before the date mentioned in the Schedule
of Selection Process at Clause 1.8 with subject titled:
“Queries/Request for Additional Information concerning Request for Proposal
(RFP) for Selection of Consultant for Development of Iconic Tourism Sites in
India project”
2.10.2 The Authority reserves the right not to respond to any queries or provide any
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
48
clarifications, in its sole discretion, and nothing in this Clause 2.10 shall be
construed as obliging the Authority to respond to any question or to provide
any clarification.
2.11 Amendment of RFP
2.11.1 At any time prior to the deadline for submission of Proposal, the Authority
may, for any reason, whether at its own initiative or in response to
clarifications requested by an Applicant, modify the RFP document by
the issuance of Addendum/ Amendment/Corrigendum and posting it on
the Official Website.
2.11.2 All such Addendum/ Amendment/Corrigendum will be notified on the Official
Website along with the revised RFP containing the amendments and will be
binding on all Applicants.
2.11.3 In order to afford the Applicants a reasonable time for taking an
amendment into account, or for any other reason, the Authority may, in its
sole discretion, extend the PDD$. If date extended, it will be notified on the
website.
C. PREPARATION AND SUBMISSION OF PROPOSAL
2.12 Language
The Proposal 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. No supporting
document or printed literature shall be submitted with the Proposal unless
specifically asked for and in case any of these Documents is in another language,
it must be accompanied by an accurate translation of all the relevant passages
in English, in which case, for all purposes of interpretation of the Proposal, the
translation in English shall prevail.
2.13 Format and signing of Proposal
2.13.1 The Applicant shall provide all the information sought under this RFP. The
Authority would evaluate only those Proposals that are received in the
specified forms and complete in all respects and by due date and time.
$ Proposal Due Date
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
49
2.13.2 The Proposal shall be typed or written in indelible ink and signed by the
authorized signatory of the Applicant who shall initial each page. All
the alterations, omissions, additions, or any other amendments made to the
Proposal shall be initialed by the person(s) signing the Proposal.
2.13.3 The Proposals must be properly signed by the authorized representative (of
lead member in case of consortium), (the “Authorized Representative”) as
detailed below:
(a) By the proprietor, in case of a proprietary firm; or
(b) By a partner, in case of a partnership firm and/or a limited liability
partnership; or
(c) By a duly authorized person holding the Power of Attorney, in case of a
Limited Company or a corporation; or
A copy of the Power of Attorney certified by a notary public in the form specified in
Appendix-I (Form-4) shall accompany the Proposal (if required). Ministry would
deem that the person signing is the authorized representative of the bidder.
2.13.4 Applicants should note the PDD, as specified in Clause 1.8, for submission of
Proposals. Except as specifically provided in this RFP, no supplementary material
will be entertained by the Authority, and that evaluation will be carried out only on
the basis of Documents received by the closing time of PDD as specified in Clause
2.17.1. Applicants will ordinarily not be asked to provide additional material
information or documents subsequent to the date of submission. Unsolicited
material if submitted will be summarily rejected.
2.14 Technical Proposal
2.14.1 Applicants shall submit the technical proposal in the formats at Appendix-I (the
“Technical Proposal”).
2.14.2 While submitting the Technical Proposal, the Applicant shall, in particular, ensure
that:
(a) All forms are submitted in the prescribed formats and signed by the
authorized signatories;
(b) Power of attorney, if applicable, is executed as per Applicable Laws;
(c) The proposal is responsive in terms of Clause 2.21.3.
2.14.3 Failure to comply with the requirements spelt out in this Clause 2.14 shall make
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
50
the Proposal liable to be rejected. The Technical Proposal shall not include any
financial information relating to the Financial Proposal.
2.14.4 The Authority reserves the right to verify all statements, information and
documents, submitted by the Applicant in response to the RFP. Any such
verification or the lack of such verification by the Authority to undertake such
verification shall not relieve the Applicant of its obligations or liabilities
hereunder nor will it affect any rights of the Authority thereunder.
2.14.5 In case it is found during the evaluation or at any time before signing of the
Agreement 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 Applicant
or the Applicant has made material misrepresentation or has given any
materially incorrect or false information, the Applicant shall be disqualified
forthwith if not yet appointed as the Consultant either by issue of the LOA or
entering into of the Agreement, and if the Selected Applicant has already been
issued the LOA or has entered into the Agreement, as the case may be, the same
shall, notwithstanding anything to the contrary contained therein or in this RFP,
be liable to be terminated, by a communication in writing by the Authority
without the Authority being liable in any manner whatsoever to the Selected
Applicant or Consultant, as the case may be.
In such an event, the Authority shall forfeit and appropriate the Performance
Security, if available, as mutually agreed pre-estimated compensation and
damages payable to the Authority for, inter alia, time, cost and effort of the
Authority, without prejudice to any other right or remedy that may be available
to the Authority.
2.15 Financial Proposal
2.15.1 Applicants shall submit the financial proposal in the formats at Appendix-III (the
“Financial Proposal”) clearly indicating the total cost of the Consultancy for
Phase -1 of scope of work (Item F of Form-2 of Appendix III) in both figures and
words, in Indian Rupees INR, and signed by the Applicant’s Authorized
Representative. In the event of any difference between figures and words, the
amount indicated in words shall prevail. In the event of a difference between the
arithmetic total and the total shown in the Financial Proposal, the lower of the
two shall prevail.
2.15.2 While submitting the Financial Proposal, the Applicant shall ensure the following:
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
51
(i) All the costs associated with the assignment shall be included in the
Financial Proposal. These shall cover remuneration for all the
Personnel (Expatriate and Resident, in the field, office etc.),
accommodation, air fare, surveys, equipment, printing of documents, etc.
The total figure 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.
(ii) The Financial Proposal shall take into account professional fees and all out
of pocket expenses. Further, all payments shall be subject to deduction of
taxes at source as per Applicable Laws.
2.16 Submission of Proposal
2.16.1 All the scanned documents as mentioned at clause no. 2.14 be submitted.
2.16.2 List of Documents to be submitted within the period of tender submission:
i. EMD in favor of Pay and Accounts Officer Ministry of Tourism in
form of BG(Bank Guarantee)/Bank draft issued by
nationalized/scheduled bank payable at Delhi (these instruments
issued by a cooperative bank will NOT BE ACCEPTED under any
circumstances};
ii. PAN card/TAN
iii. Income Tax Returns for last 3 (three) years(2014-15, 2015 -16,
2016-17)/Audited Balance Sheet for the period of last 3 years
certified by the CA
iv. Letter Comprising the Bid in the prescribed format (Appendix –
I) along with Annexes and supporting Documents;
v. GST Registration;
vi. Documentary evidence of experience of completed eligible
projects.
vii. Documentary evidence of ongoing eligible projects being claimed
by the bidder.
2.16.5 The completed Proposal must be submitted ONLY in hard copy on or before the
specified time on PDD. Proposals submitted by fax, telex, telegram or e-mail shall
not be entertained.
2.16.6 The Proposal shall be made in the Forms specified in this RFP. 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. No separate documents
like printed annual statements, firm profiles, copy of contracts etc. will be
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
52
entertained.
2.16.7 The rates quoted shall be firm throughout the period of performance of the
assignment up to and including discharge of all obligations of the Consultant
under the Agreement.
2.17 Proposal Due Date
2.17.1 Proposal should be submitted before 1600 hrs on the PDD specified at Clause
1.8 at the address provided in Clause 1.11 in the manner and form as detailed
in this RFP. A receipt thereof may-be obtained from the person specified therein.
2.17.2 The Authority may, in its sole discretion, extend the PDD by issuing an Addendum
in accordance with Clause 2.11 uniformly for all Applicants
2.18 Modification/ substitution of Proposals
Modifications to submission can be done by over-riding the earlier submission,
prior to the PDD.
2.19 Performance Security/BID Security
The Applicant, by submitting its Application pursuant to this RFP, shall be
deemed to have acknowledged that without prejudice to the Authority’s any other
right or remedy hereunder or in law or otherwise, the Performance Security of 10%
shall be forfeited and appropriated by the Authority as the mutually agreed pre-
estimated compensation and damage payable to the Authority for, inter alia, the
time, cost and effort of the Authority in regard to the RFP including the
consideration and evaluation of the Proposal under the following conditions:
(a) If an Applicant engages in any of the Prohibited Practices specified in
Clause 4.1 of this RFP;
(b) If the Applicant is found to have a Conflict of Interest as specified in
Clause 2.3; and
(c) If the selected Applicant commits a breach of the Agreement.
D. EVALUATION PROCESS
2.21 Evaluation of Proposals
2.21.1 The Authority shall open the Proposals at 1630 hours on the PDD, at the place
specified in Clause 1.11.1 and in the presence of the Applicants who choose to
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
53
attend.
2.21.2 The Technical Proposal shall be opened first.
2.21.3 Prior to evaluation of Proposals, the Authority will determine whether each
Proposal is responsive to the requirements of the RFP. A Proposal shall be
considered responsive only if:
(a) The Technical Proposal is received in the form specified at Appendix-I
& Approach & Methodology as per Appendix-II;
(b) It is received by the PDD including any extension thereof pursuant to
Clause 2.17;
(c) It is signed, sealed & marked as stipulated in Clauses 2.13 and 2.16;
(d) It is accompanied by the Power of Attorney as specified in Clause 2.2.4;
(e) It contains all the information (complete in all respects) as requested in
the RFP;
(f) It does not contain any condition or qualification; and
(g) it is not non-responsive in terms hereof.
2.21.4 The Authority reserves the right to reject any Proposal which is non-
responsive and no request for alteration, modification, substitution or
withdrawal shall be entertained by the Authority in respect of such Proposals.
2.21.5 The Authority shall subsequently examine and evaluate Proposals in
accordance with the Selection Process specified at Clause 1.6 and the criteria
set out in Section 3 of this RFP.
2.21.6 After the technical evaluation, the Authority shall prepare a list of pre-
qualified Applicants in terms of Clause 3.2 for opening of their Financial
Proposals. A date, time and venue will be notified to all Applicants for
announcing the result of evaluation and opening of Financial Proposals.
Before opening of the Financial Proposals, the list of pre- qualified Applicants
along with their Technical Scores will be read out. The opening of Financial
Proposals shall be done in presence of respective representatives of
Applicants who choose to be present. The Authority will not entertain any
query or clarification from Applicants who fail to qualify at any stage of the
Selection Process. The financial evaluation and final ranking of the
Proposals shall be carried out in terms of Clauses 3.3 and 3.4.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
54
2.21.7 Applicants are advised that Selection shall be entirely at the discretion of the
Authority.
Applicants shall be deemed to have understood and agreed that the Authority
shall not be required to provide any explanation or justification in respect of any
aspect of the Selection Process or Selection.
2.21.8 Any information contained in the Proposal shall not in any way be construed as
binding on the Authority, its agents, successors or assigns, but shall be binding
against the Applicant if the Consultancy is subsequently awarded to it.
2.22 Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the selection of Applicants shall not be disclosed to any
person who is not officially concerned with the process or is not a retained
professional adviser advising the Authority in relation to matters arising out of,
or concerning the Selection Process. The Authority shall treat all information,
submitted as part of the Proposal, in confidence and shall require all those who
have access to such material to treat the same in confidence. The Authority 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 to enforce or
assert any right or privilege of the statutory entity and/or the Authority or as may
be required by law or in connection with any legal process.
2.23 Clarifications
2.23.1 To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek
clarifications from any Applicant regarding its Proposal. Such clarification(s) shall
be provided within the time specified by the Authority for this purpose. Any
request for clarification(s) and all clarification(s) in response thereto shall be in
writing.
2.23.2 If an Applicant does not provide clarifications sought under Clause 2.23.1 above
within the specified time, its Proposal shall be liable to be rejected. In case the
Proposal is not rejected, the Authority may proceed to evaluate the Proposal by
construing the particulars requiring clarification to the best of its
understanding, and the Applicant shall be barred from subsequently questioning
such interpretation of the Authority.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
55
E. APPOINTMENT OF CONSULTANT
2.24 Negotiations
2.24.1 The Selected Applicant may, if necessary, be invited for negotiations. The
negotiations shall generally not be for reducing the price of the Proposal, but
will be for re-confirming the obligations of the Consultant under this RFP.
Issues such as deployment of Key Personnel, understanding of the RFP,
methodology and quality of the work plan shall be discussed during
negotiations. In case the Selected Applicant fails to reconfirm its commitment,
the Authority will scrap the bid for that site and call for Re-bid. The Authority
may also declare the Selected Applicant (including all members in case of
consortium) as unfit/blacklisted for future bidding.
2.24.2 The Authority may examine the CVs of all other Professional Personnel and those
not found suitable shall be replaced by the Applicant to the satisfaction of the
Authority.
2.24.3 The Authority may examine the credentials of all Sub-Consultants/ Consortium
Members proposed for this Consultancy and those not found suitable shall be
replaced by the Selected Applicant to the satisfaction of the Authority.
2.25 Award of Consultancy
After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the
Authority to the Selected Applicant and the Selected Applicant 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
by the Selected Applicant is not received by the stipulated date, the Authority may,
unless it consents to extension of time for submission thereof, cancel the LOA and
the next highest ranking Applicant may be considered.
2.26 Execution of Agreement
After acknowledgement of the LOA as aforesaid by the Selected Applicant, it shall
execute the Agreement within the period prescribed in Clause 1.8. The Selected
Applicant shall not be entitled to seek any deviation in the Agreement.
2.27 Commencement of Assignment
The Consultant shall commence the Consultancy within seven days of the date of
the Agreement, or such other date as may be mutually agreed. If the Consultant
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
56
fails to either sign the Agreement as specified in Clause 2.26 or commence the
assignment as specified herein, in such an event, the LOA or the Agreement, as
the case may be, may be cancelled / terminated.
2.28 Proprietary data
Subject to the provisions of Clause 2.22, all documents and other information
provided by the Authority or submitted by an Applicant to the Authority shall
remain or become the property of the Authority. Applicants and the Consultant,
as the case may be, are to treat all information as strictly confidential. The
Authority will not return any Proposal or any information related thereto. All
information collected, analyzed, processed or in whatever manner pro- vided by
the Consultant to the Authority in relation to the Consultancy shall be the property
of the Authority.
2.29 Penalty Clause
The agency would have to submit Performance Guarantee for amount
equivalent to 10% of the value of the contract after the contract is awarded to
it. The same shall be liable to be forfeited in full or part in case of
underperformance by the agency, besides other action, including blacklisting
of the agency as may be deemed fit by the Ministry of Tourism, Govt. of India
as per details given below:
a) In case it is noticed that agency has been unable to deliver any work
enumerated in the work order in part as enumerated under each item
of work, penalty @ 15% would be imposed equivalent to the cost of that
unit of work.
b) In case it is noticed that agency has been unable to deliver one or two
items of work as a whole, penalty @ 10% would be imposed equivalent
to the cost of those items of work. In case agency has been unable to
deliver three or more items as a whole, as enumerated in the scope of
work, the performance bank guarantee submitted by the agency shall
be forfeited in full.
c) If the delivery of any item(s) is delayed from the delivery schedule
approved by the Ministry of Tourism, a penalty @ 1% of the total cost
of that item, per week would be imposed.
d) The Ministry reserves the right to deduct the penalty either from
Performance Bank Guarantee or from pending bills submitted for the
work already performed by the agency.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
57
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
58
3. CRITERIA FOR EVALUATION
3.1 Evaluation of Technical Proposals
3.1.1 In the first stage, the Technical Proposal will be evaluated on the basis of
Applicant’s experience, its understanding of TOR, presentation of concept,
proposed methodology and Work Plan. Only those Applicants whose Technical
Proposals score 70 points or more out of 100 shall be ranked as per score
achieved by them, from highest to the lowest technical score (S). Scope of
Work: PHASE TWO: Preparation Architectural/ execution Detailed
Project Report (DPR) for the selected components.
3.1.3 The scoring criteria to be used for evaluation shall be as follows.
S. N. Criteria Marks
1. Relevant Experience of the Applicant 55*
i. Experience in 3.1.4 (a) 15
ii. Experience in 3.1.4 (b) 15
iii. Experience in 3.1.4 (c) 15
Iv Experience in 3.1.4 (d) 10
2. Approach & Methodology 15$
I Conceptual clarity/ Understanding of the context 5
Ii Approach to the project 5
Iii Work Plan 5
3 Technical Presentation** 30
Grand Total 100
* 40% of the maximum marks shall of the Applicant be awarded for the number
of Eligible Assignments undertaken by the Applicant. The remaining 60% shall
be awarded for the comparative size and quality of Eligible Assignment.
$ Relative marking across bidders based on their understanding the project,
proposed approach & methodology, and commitment to timeline etc.
While awarding marks for the number of Eligible Assignments, as the case may
be, that has undertaken the highest number of Eligible Assignments (in both
quantity and quality) shall be entitled to the maximum score for the respective
category and all other competing Applicants, as the case may be, shall be entitled
to a proportionate score.
** Technical presentation should have indicated team members in the
presentation. Only proposed team members are allowed to present the concept in
front of the authority.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
59
3.1.4 Eligible Assignments
For the purposes of satisfying the Conditions of Eligibility and for evaluating the
Proposals under this RFP, consultancy assignments in respect to Tourism
Master Planning/ /Community based planning/ Feasibility Study/
Architectural & Urban Design/ DPR preparation for the following projects
shall be deemed as eligible assignments (the “Eligible Assignments”) The
eligible assignments shall have been undertaken in the last ten years preceding
the PDD:
(a) Experience in undertaking projects in India or abroad for preparation of
Comprehensive development vision and master plan for tourism sites/
destinations/ regions preferably with heritage/eco-tourism sites or
destinations with consultancy fees of at least 1 Crore (each project) (3
marks each project undertaken in India & 5 marks for each
international Project. Maximum marks 15)
(b) Experience in undertaking projects that demonstrate consultant’s capacity
to undertake carrying capacity & gap assessment studies pertinent to
infrastructure, ecological and social development at a tourism site/
destination in India or Abroad. The applicant should highlight cutting edge
solutions provided by them in proposals. The projects should have
consultancy fees of at least INR 50 lacs (each project) (3 marks each
project undertaken in India & 5 marks for each international
Project. Maximum marks 15)
(c) Experiences in providing Architectural & Design Consultancy Services
for developing tourism projects of more than INR 200 Cr. with fees more
than INR 3 Cr (each project) in India or Internationally. (5 marks for
each project undertaken. Max Marks = 15)
(d) Experience of undertaking national/international tourism assessments /
studies/ destination development. Should have consultancy fees of at least
INR 50 Lacs (each project) (5 marks for each project undertaken. Max
Marks = 10)
3.1.5 Completion Certificate
Completion of assignments should be certified by completion certificates/ auditor
certification of receipt of full payment of the assignment/ self-attestation by the
authorized signatory. On-going assignments for which 60% of work which has been
completed by the applicant as fee received and certified by Statutory
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
60
Auditor/Authorized Signatory shall be considered.
3.2 Short-listing of Applicants
All the Applicants ranked as aforesaid, shall be pre-qualified for financial
evaluation in the second stage. However, if the number of such pre- qualified
Applicants is less than 2 (two), the Authority may, in its sole discretion, pre-qualify
the Applicant(s) whose Technical Score is less than the score specified in Clauses
3.1.1; provided that in such an event, the total number of pre-qualified Applicants
shall not exceed 2 (two) and the technical scores shall be considered as per actual
for further calculations.
3.3 Evaluation of Financial Proposal
3.3.1 For financial evaluation, the total cost indicated in the Financial Proposal,
excluding Additional Costs, will be considered. Additional Costs shall include
items specified as such in Form -2 & 3 of Appendix-II.
3.4 Combined and Final Evaluation
3.4.1 Proposals will finally be ranked according to their combined technical (Tb) and
financial (Cb) scores as follows:
Bb = (0.8) * Tb + (0.2) x (Cmin / Cb *100)
Where,
Bb = overall combined score of bidder under consideration (calculated up to two
decimal points)
Tb = Technical score of the bidder under consideration
Cb = Financial bid value of the bidder under consideration
Cmin = Lowest financial bid value among the financial proposals under
consideration
3.4.2 The Selected Applicant shall be the Applicant having the highest combined score
(H1).
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
61
4. FRAUD AND CORRUPT PRACTICES
4.1 The Applicants 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, the Authority
shall reject a Proposal without being liable in any manner whatsoever to the
Applicant, if it determines that the Applicant has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the Selection Process. In such an event, the
Authority shall, without prejudice to its any other rights or remedies, forfeit and
appropriate the Performance Security, if available, as mutually agreed genuine
pre-estimated compensation and damages payable to the Authority for, inter
alia, time, cost and effort of the Authority, in regard to the RFP, including
consideration and evaluation of such Applicant’s Proposal.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove
and the rights and remedies which the Authority may have under the LOA or the
Agreement, if an Applicant or Consultant, as the case may be, is found by the
Authority 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 Agreement, such Applicant or Consultant shall
not be eligible to participate in any tender or RFP issued by the Authority during a
period of 2 (two) years from the date such Applicant or Consultant, as the case
may be, is found by the Authority to have directly or through an agent, engaged
or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.
4. 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 the Authority 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
Agreement or arising therefrom, before or after the execution thereof,
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
62
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 the
Authority, shall be deemed to constitute influencing the actions of a
person connected with the Selection Process; or (ii) save as provided
herein, engaging in any manner whatsoever, whether during the
Selection Process or after the issue of the LOA or after the execution of
the Agreement, as the case may be, any person in respect of any matter
relating to the Project or the LOA or the Agreement, who at any time
has been or is a legal, financial or technical consultant/ adviser of the
Authority in relation to any matter concerning the Project;
(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 the Authority with the
objective of 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 Applicants with the objective of
restricting or manipulating a full and fair competition in the Selection
Process.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
63
5. MISCELLANEOUS
5.1 The Selection Process shall be governed by, and construed in accordance with,
the laws of India and the Courts at Delhi shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/or in connection with the Selection
Process.
5.2 The Authority, 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 Applicant in order to receive clarification or further
information;
(c) Retain any information and/or evidence submitted to the Authority by, on
behalf of and/or in relation to any Applicant; 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 Applicant.
5.3 It shall be deemed that by submitting the Proposal, the Applicant agrees and
releases the Authority, 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.
5.4 All documents and other information supplied by the Authority or submitted by
an Applicant shall remain or become, as the case may be, the property of the
Authority. The Authority will not return any submissions made hereunder.
Applicants are required to treat all such documents and information as strictly
confidential.
5.5 The Authority reserves the right to make inquiries with any of the clients listed
by the Applicants in their previous experience record.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
64
Schedules
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
65
SCHEDULE – 1
(See Clause 1.1.3)
Terms of Reference ( TOR)
1. SCOPE OF SERVICES
PHASE ONE
Preparation of Development Plan for Iconic Sites in India. Preparation of
project shelf along with basic costing for each component.
– Time Line 2 months
Ministry of Tourism, Government of India has been entrusted to develop key
tourism sites as Iconic Sites in India under Swadesh Darshan scheme. A study
needs to be conducted to assess the existing scenario and suggest project bucket for
development of these sites. The overarching objective is to promote and implement
holistic development, branding and marketing of selected sites based on
convergence of various efforts of line ministries of Government of India and other
departments & agencies of both state and central governments.
Following Sites have been chosen for development:-
1. Kaziranga (Assam)
2. Maha Bodhi (Bihar)
3. Humayun’s Tomb (Delhi)
4. Qutub Minar (Delhi)
5. Red Fort (Delhi)
6. Colva Beach (Goa)
7. Dholavira (Gujarat)
8. Somnath (Gujarat)
9. Hampi (Karnataka)
10. Kumarkom (Kerala)
11. Khajuraho (Madhya Pradesh)
12. Ajanta (Maharashtra)
13. Ellora (Maharashtra)
14. Amer Fort (Rajasthan)
15. Mahablipuram (Tamil Nadu)
16. Fatehpur Sikri (Uttar Pradesh)
17. Taj Mahal (Uttar Pradesh)
The objectives for Development Plan are:-
1. Develop a vision for development of Iconic Site.
2. To design a framework for holistic development of sites including both soft
and hard interventions.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
66
3. Facilitate the long –term growth and development of the tourism industry
in a sustainable manner and creating a vehicle to ensure adherence to
sustainable tourism planning principle.
4. Identify priority projects and areas for potential development for specific
economic drivers and supporting infrastructure.
Stage One: - Data collection, identification and consultation with various
stakeholders. 1 Month Duration
A study needs to be conducted to assess the existing scenario of the chosen site(s).
The consultant shall have to procure all necessary data including primary and
secondary information required. This will include but not limited to:-
• Global tourism Scenario
• National tourism Scenario
• Site Scenario
• Benchmarking – Case Studies
• Infrastructure Gap Assessment
• Current tourism product
• Tourism experience
• Market development
• Institutional Framework
• Stakeholder identification & consultation
• Viability assessment
• Job creation and employment potential
• Skill Development & Capacity building
• Environmental sustainability
• Heritage Impact Assessment( wherever applicable)
• Wildlife Impact Assessment ( wherever applicable)
Site visits would need to be conducted to understand the nature of activities
happening at each site. All the requisite logistics support, permits, approvals etc.
will be facilitated by the client in order to organize these site visits. The consultant
shall identify, visit and document all existing/ potential tourism sites. The sites may
include heritage structure, spiritual features, water features, scenic sites, beaches,
forests, landscapes etc. and any other similar tourism products.
The consultant at this stage is required to conduct both qualitative and quantitative
analysis. The quantitative analysis should be backed by both primary and
secondary data; while the qualitative data involves the views/ opinions of tourists,
tour operators/travel agents, tourism departments, experts etc. The discussions/
interactions should be aimed at validating all the preliminary analysis done based
on the information/ data collected.
Stage Two: 1 Month Duration - Preparation of Development Plans for Iconic
Site(s) and project shelf
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
67
Following analysis of existing situation, gap assessment needs to be developed into
a Development Plan for Site(s). Carrying capacity of each site needs to be
understood and incorporated into the plan. New innovative tourism products and
tourism related Stakeholder consultations: - the consultant is required to conduct
interactions/ discussions with all relevant departments/ stakeholders for the
concerned sites. The draft plan/ plan shall be discussed with all stakeholders to
discuss and should incorporate their views and suggestions. It should also be aimed
at validating all the preliminary analysis done based on the information/ data
collected.
The consultant is expected to conduct a detailed stakeholder assessment/ workshop
at this stage to understand the various requirements of various stakeholders.
Consultant(s) is expected to come out with a Development Plan for the region. The
Development Plan is expected to bring out various projects for soft and hard
interventions required to bring the site up to the level; with short – term, medium
term and long term project buckets. This shall have agreement from various
stakeholders and expert committee. The consultant also needs to calculate the broad
based costing for all the interventions identified in the development plan.
PHASE TWO: Preparation Architectural/ execution Detailed Project
Report (DPR) for the selected components (2 Months & Ongoing
Supervision)
All consultants which will be technically qualified in Phase-1 for each site
shall be eligible to submit a financial bid for the Phase-2 of the work. The
selection shall be again on QCBS, with a detailed bidding document being
issued to technically qualified consultants. The authority reserves the right
to ask for bids from the minimum 2 bidders qualified for Phase-1 of the
bidding process.
For the Phase -2 bid, the authority shall share a further document,
including but not limited to:
Development Plan
Total Cost of Project as per Development Plan
Detailed Scope of Work
Any other technical details pertaining to execution of projects
Selected projects from the given buckets will have to be taken up for preparation of
DPR – Detailed Project Report for execution of such projects. This part would
include:-
1. Architectural Drawings
2. Structural Drawings
3. Bill of Quantities/ Estimates
4. Supervision of the project execution as per COA guidelines
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
68
NOTE: The consultant is supposed to provide financial quote only for Phase 1 at
this time. Phase 1 would be quoted/ evaluated on Lump-Sum basis. Phase 2 will
have to be quoted as a percentage of Project Cost, at a later stage as enumerated
above.
2. DELIVERABLES AND PAYMENT SCHEDULE
Phase 1
S.
No.
Timelines No. of
Days
1 Inception Report T+10
2 Data Collection and identification of Stakeholders T+25
3 Draft Report (Master-Plan, including shelf of projects and
presentation to the stakeholders @ T+45)
T+30
4 Final Report (Master Plan, including shelf of projects) T+60
Phase 2
S.
No.
Timelines No. of
Days
1 Draft DPR T+75
2 Final DPR with GFT drawings, BOQ & Tender document T+90
3 Monitoring T+N
PAYMENT SCHEDULE
Phase 1
S.
No.
Stages of payment for consultant Consultancy fees to be
quoted on percentage of
the total estimated cost of
the project in figures and
words
1. Inception Report 5% of the total project fee
2. Data Collection and identification of
Stakeholders
10% of the total project fee
3. Draft Report (Master-Plan, including
shelf of projects)
35% of the total project fee
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
69
4. Final Report (Master Plan, including
shelf of projects)
50% of the total project fee
Phase 2
S.
No.
Stages of payment for consultant Consultancy fees to be
quoted on percentage of
the total estimated cost of
the project in figures and
words
5. Draft DPR 25% of the total project fee
6. Final DPR with GFT drawings, BOQ &
Tender documents
45% of the total project fee
7. Monitoring 30% of the total project fee
(linked to milestones set by
MoT for fund disbursement)
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
70
SCHEDULE-2
(See Clause 2.3.3)
Guidance Note on Conflict of Interest (for Consultant) 1. This Note further explains and illustrates the provisions of Clause 2.3 of the
RFP and shall be read together therewith in dealing with specific cases.
2. Consultants should be deemed to be in a conflict of interest situation if it can
be reasonably concluded that their position in a business or their personal
interest could improperly influence their judgment in the exercise of their
duties. The process for selection of consultants should avoid both actual and
perceived conflict of interest.
3. Conflict of interest may arise between the Authority and a consultant or
between consultants and present or future concessionaries/ contractors. Some
of the situations that would involve conflict of interest are identified below:
(a) Authority and consultants:
(i) Potential consultant should not be privy to information from the
Authority which is not available to others.
(ii) Potential consultant should not have defined the project
when earlier working for the Authority.
(iii) Potential consultant should not have recently worked for the
Authority overseeing the project.
(b) Consultants and concessionaires/contractors:
(i) No consultant should have an ownership interest or a
continuing business interest or an on-going relationship with a
potential concessionaire/ contractor save and except
relationships restricted to project-specific and short-term
assignments.
(ii) No consultant should be involved in owning or operating entities
resulting from the project.
(iii) No consultant should bid for works arising from the project.
The participation of companies that may be involved as investors or
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
71
consumers and officials of the Authority who have current or recent
connections to the companies involved, there- fore, needs to be avoided.
4. The normal way to identify conflicts of interest is through self-declaration by
consultants. Where a conflict exists, which has not been declared,
competing companies are likely to bring this to the notice of the Authority.
All conflicts must be declared as and when the consultants become aware
of them.
5. Another approach towards avoiding a conflict of interest is through the use
of “Chinese walls” to avoid the flow of commercially sensitive information from
one part of the consultant’s company to another. This could help overcome the
problem of availability of limited numbers of experts for the project. However,
in reality effective operation of “Chinese walls” may be a difficult proposition.
As a general rule, larger companies will be more capable of adopting Chinese
walls approach than smaller companies. Although, “Chinese walls” have been
relatively common for many years, they are an increasingly discredited
means of avoiding conflicts of interest and should be considered with caution.
As a rule, “Chinese walls” should be considered as unacceptable and may be
accepted only in exceptional cases upon full disclosure by a consultant coupled
with provision of safeguards to the satisfaction of the Authority.
6. Another way to avoid conflicts of interest is through the appropriate
grouping of tasks. For example, conflicts may arise if consultants drawing
up the terms of reference or the pro- posed documentation are also eligible
for the consequent assignment or project.
7. Another form of conflict of interest called “scope–creep” arises when
consultants advocate either an unnecessary broadening of the terms of
reference or make recommendations which are not in the best interests of the
Authority but which will generate further work for the consultants. Some
forms of contractual arrangements are more likely to lead to scope-creep. For
example, lump-sum contracts provide fewer incentives for this, while time and
material contracts provide built in incentives for consultants to extend the
length of their assignment.
8. Every project contains potential conflicts of interest. Consultants should not
only avoid any conflict of interest, they should report any present/ potential
conflict of interest to the Authority at the earliest. Officials of the Authority
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
72
involved in development of a project shall be responsible for identifying and
resolving any conflicts of interest. It should be ensured that safeguards are
in place to preserve fair and open competition and measures should be taken
to eliminate any conflict of interest arising at any stage in the process.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
73
Appendices
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
74
APPENDIX-I
(See Clause 2.1.3)
TECHNICAL PROPOSAL
Form-1
Letter of Proposal
(On Applicant’s letter head)
(Date and Reference)
To,
Secretary Tourism,
Government of India
Sub: Request for Proposal (RFP) for Selection of Consultant for Development
of Iconic Tourism Sites in India
Dear Ma’am,
With reference to your RFP Document dated ……………, I/We, having examined all
relevant documents and understood their contents, hereby submit our Proposal for
selection of Market Research Consultants for Development of Inter - State Tourism
Circuits
1. The proposal is unconditional and unqualified.
2. I/We acknowledge that the Authority 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 is 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 Authority any additional information it
may deem necessary or require for supplementing or authenticating the
Proposal.
5. I/We acknowledge the right of the Authority to reject our application
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
75
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 three years, we or any of our Associates have
neither failed to perform on any contract, as evidenced by imposition of a
penalty by an arbitral or judicial authority or a judicial pronouncement
or arbitration award against the Applicant, nor been expelled from any
project or 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) I/We have examined and have no reservations to the RFP Documents,
including any Addendum issued by the Authority;
(b) I/We do not have any conflict of interest in accordance with Clause 2.3
of 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, as defined in Clause 4.3 of
the RFP document, in respect of any tender or request for proposal
issued by or any agreement entered into with the Authority 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 Section 4 of the 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 Clause 2.8 of the RFP document.
10. 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.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
76
11. 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.
12. I/We further certify that no investigation by a regulatory authority is
pending either against us or against our Associates or against our CEO or
any of our Directors / Managers / employees.
13. I/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 Authority [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.
14. 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.
15. I/We agree to keep this offer valid for 90 (ninety) days from the PDD
specified in the RFP.
16. A Power of Attorney in favor of the authorized signatory to sign and
submit this Proposal and documents is attached herewith in Form 4.
17. In the event of my/our firm being selected as the Consultant, I/we agree
to enter into an Agreement in accordance with the form at Schedule–2 of
the RFP. We agree not to seek any changes in the aforesaid form and agree
to abide by the same.
18. I/We have studied RFP and all other documents carefully. We understand
that except to the extent as expressly set forth in the Agreement, we shall
have no claim, right or title arising out of any documents or information
provided to us by the Authority or in respect of any matter arising out of
or concerning or relating to the Selection Process including the award
of Consultancy.
19. The Financial Proposal is being submitted in a separate cover. This
Technical Proposal read with the Financial Proposal shall constitute the
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
77
Application which shall be binding on us.
20. 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/ Lead Member)
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
78
APPENDIX-I
Form-2
Particulars of the Applicant 1.1
Title of Consultancy:
Transaction Advisory Services 1.2
Title of Project: Request for Proposal (RFP) for selection of consultant for
development of Iconic Tourism Sites Tourism Circuits projects
1.3
Name of the Sole Firm
1.4
State the following: Name of Firm:
Legal status (e.g. sole proprietorship or partnership):
Country of incorporation:
Registered address:
Year of Incorporation:
Year of commencement of business:
Principal place of business:
Name, designation, address and phone numbers of authorized signatory of the
Applicant:
Name:
Designation:
Company: Address:
Phone No.:
Fax No. :
E-mail address:
(Signature, name and designation of the authorized signatory)
For and on behalf of ………………..................
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
79
APPENDIX-I
Form - 3
Statement of Legal Capacity
(To be forwarded on the letterhead of the Bidder/ Lead Member of Consortium)
Ref. Date:
To,
Secretary Tourism
Government of India
Dear Ma’am,
We hereby confirm that we/ our members in the Consortium (constitution of which has
been described in the Bid) satisfy the terms and conditions laid out in the RFP
document.
We have agreed that …………………… (insert member’s name) will act as the Lead
Member of ourconsortium.*
We have agreed that ………………….. (insert individual’s name) will act as our
representative/ will act as the representative of the consortium on its behalf* and has
been duly authorized to submit the RFP. Further, the authorised signatory is vested
with requisite powers to furnish such letter and authenticate the same.
Thanking you,
Yours faithfully,
Authorised Signatory
For and on
behalf of
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
80
APPENDIX-I
Form-4
Power of Attorney
Know all men by these presents, We,......................................... (name of Firm and address of
the registered office) do hereby constitute, nominate, appoint and authorize
Mr/Ms........................................ son/daughter/wife and presently residing at
..............................., who is presently employed with/ retained by us and holding the
position of .................... as our true and lawful attorney (hereinafter referred to as the
“Authorized Representative”) to do in our name and on our behalf, all such acts, deeds and
things as are necessary or required in connection with or incidental to submission of our
Proposal for and selection as the Consultant for development of Iconic Tourism Sites,
proposed by the Ministry of Tourism, Government of India, (the “Authority”) including but
not limited to signing and submission of all applications, proposals and other documents
and writings, participating in pre-bid and other conferences and providing information/
responses to the Authority, representing us in all matters before the Authority, signing and
execution of all contracts and undertakings consequent to acceptance of our proposal and
generally dealing with the Authority in all matters in connection with or relating to or
arising out of our Proposal for the said Project and/or upon award thereof to us till the
entering into of the Agreement with the Authority.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or
caused to be done by our said Authorized Representative pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Authorized Representative in exercise of the powers hereby conferred shall and shall
always be deemed to have been done by us.
IN WITNESS WHEREOF WE,.................... THE ABOVE NAMED PRINCIPAL
HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS............ DAY OF
...................., 20**
For .......................................
(Signature, name, designation and
address)
Witnesses:
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
81
1
2
Notarized Accepted
......................................
(Signature, name, designation and address of the
Attorney)
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
82
APPENDIX-I
Form-5
Financial Capacity of the Applicant
(Refer Clause 2.2.2 (B))
S. No.
Financial Year
Annual
Revenue
(Rs./US $ in
million)£
1.
2.
3.
Certificate from the Statutory Auditor$
This is to certify that.................... (Name of the Applicant) has received the payments
shown above against the respective years on account of professional fees.
(Signature, name and designation of the authorized
signatory) Date: Name and seal of the audit firm:
$ In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual accounts
of the Applicant.
£ In the event that the Applicant does not wish to disclose its Annual Revenue, it may
state that it has received more than the amount specified in the aforesaid certificate.
Note:
1. Please do not attach any printed Annual Financial Statement.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
83
APPENDIX-I
Form-6
Abstract of Eligible Assignments of the Applicant#
(Refer Clause 3.1)
S.No Name of
Project Name of Client Estimated
capital
cost of
Project (in
Rs. crore/
US$
million)
Professional
Fees##
received by
the Applicant
(in Rs.
crore)£
(1)* (2) (3) (4) (5)
1
2
3
4
5
# The Applicant should provide details of only those assignments that have been
undertaken by it under its own name. ## Exchange rate should be taken as Rs. 60 per US $ for conversion to Rupees.
£ In the event that the Applicant does not wish to disclose the actual fee received for any
particular assignment, it may state that it has received more than the amount
specified for eligibility under this RFP. For example, it may state: “Above Rs. 30
thirty lakh” in respect of a particular project.
Certificate from the Statutory Auditor$
This is to certify that the information contained in Column 5 above is correct as per the
accounts of the Applicant and/ or the clients.
(Signature, name and designation of the authorized signatory)
Date: Name and seal of the audit firm:
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
84
$ In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual accounts
of the Applicant
APPENDIX-I
Form-7
Eligible Assignments of Applicant
(Refer Clause 3.1.4)
Name of Applicant:
Name of the Project:
Project particulars:
Description of services
performed by the Applicant
firm:
Name of client and Address:
Name, telephone no. and fax no. of
client’s representative:
Estimated capital cost of Project
(in Rs crore or US$ million):
Payment received by the
Applicant as professional fees (in
Rs. crore)£:
Start date and finish date of the services
(month/ year):
Brief description of the Project:
Notes:
1. Use separate sheet for each Eligible Assignment.
2. Exchange rate should be taken as Rs. 60 per US $ for converting to Rupees.
£ In the event that the Applicant does not wish to disclose the payment received by it as
professional fees for any particular assignment, it may state that it has received more
than the amount specified in this statement.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
2
APPENDIX-I
Form-8
Priority list for Proposal
S.No. Name of Site Applied For Priority
1 Taj Mahal (Uttar Pradesh)
2 Fatehpur Sikri (Uttar Pradesh)
3 Ajanta (Maharashtra)
4 Ellora (Maharashtra)
5 Humayun’s Tomb (Delhi)
6 Qutub Minar (Delhi)
7 Red Fort (Delhi)
8 Colva Beach (Goa)
9 Amer Fort (Rajasthan)
10 Somnath (Gujarat)
11 Dholavira (Gujarat)
12 Khajuraho (Madhya Pradesh)
13 Hampi (Karnataka)
14 Mahablipuram (Tamil Nadu)
15 Kaziranga (Assam)
16 Bodhgaya (Bihar)
17 Kumarakom (Kerala)
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
3
APPENDIX-II
Approach & Methodology:
The A&M shouldn’t exceed 5 A4 sized pages.
Should include but not limited to:
1. Conceptual clarity/ Understanding of the Context & Site
2. Approach to the project
3. Work Plan
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
4
APPENDIX-III
FINANCIAL PROPOSAL
Form-1
Covering Letter
(On Applicant’s letter head)
(Date and Reference)
To,
The Secretary Tourism,
Government of India
Sub: Request for Proposal (RFP) for selection of consultant for Development of Iconic Sites
Dear Ma’am,
I/We, (Applicant’s name) herewith enclose the Financial Proposal for selection of my/our
firm as Consultant for Development of Iconic Sites.
I/We agree that this offer shall remain valid for a period of 90 (ninety) days from the
Proposal Due Date or such further period as may be mutually agreed upon.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
Note: The Financial Proposal is to be submitted strictly as per forms given in the RFP.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
5
APPENDIX-III
(See Clause 2.1.3)
Form-2
Financial Proposal for PHASE 1 (Lump-Sum)
S.No. Name of Site Proffesional Fee For The Services
In Words In Number
1 Taj Mahal (Uttar Pradesh)
2 Fatehpur Sikri (Uttar Pradesh)
3 Ajanta (Maharashtra)
4 Ellora (Maharashtra)
5 Humayun’s Tomb (Delhi)
6 Qutub Minar (Delhi)
7 Red Fort (Delhi)
8 Colva Beach (Goa)
9 Amer Fort (Rajasthan)
10 Somnath (Gujarat)
11 Dholavira (Gujarat)
12 Khajuraho (Madhya Pradesh)
13 Hampi (Karnataka)
14 Mahablipuram (Tamil Nadu)
15 Kaziranga (Assam)
16 Bodhgaya (Bihar)
17 Kumarakom (Kerala)
All applicable taxes as per law would be extra.
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
6
Appendix III
Form - 3
BANK GUARANTEE FORMAT
Ref: Name of the Work
TCN No: ………………… Date:
WHEREAS …………………….. (Hereinafter called “the Bidder”) has/have submitted
his/their bid dated ……………………. For ………. (Hereinafter called “the Bid”)
KNOWN ALL MEN by these presents that we ……………….of……………….having our
registered office at ………………(hereinafter called “the Bank”) are bound onto XXXX
(hereinafter called XXXX) in the sum of Rs …………….(Rupees……………..) only for
which payment will and truly to be made to the said purchaser, the bank binds itself,
its successors and assigns by these presents, sealed with common seal of the Bank this
……….day of ………..20…..
THE CONDITIONS under which the BG shall be invoked are under
1.
2.
3.
We undertake to pay to XXX the above amount according to and upon receipt of their
first written demand without XXXX having to substantiate their demand, provided
that in their demand XXXX will note that the amount claimed by them is due to them
owing to the occurrence of any or all of the above stated conditions specifying the
occurred conditions or conditions.
This Bank Guarantee shall be payable at (Detail Postal Address of the Branch with
code nowhere payable).
THIS GUARANTEE will remain in force up to and including dated…………. And any
demand in respect thereof should reach the Bank not later than such date.
The above reference (TCN No.) must be used for all correspondences on this bank
Guarantee.
Name of the Bank
By………………..
Title
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
7
Authorized Representation
Signature of Witness
Name & Address of Witness
Selection of Consultant for Development of Iconic Tourism Sites in India
Ministry of Tourism, Government. Of India
8
CHECKLIST FOR BID PREPARATION
Bid should have One Envelope containing Two Envelopes Duly marked “Technical
Proposal” & “Financial Proposal”.
Technical Proposal should have following Forms
1. Form 1 : Letter of Proposal
2. Form 2 : Particulars of the Applicant
3. Form 3 : Statement of Legal Capacity
4. Form 4 : Power of Attorney
5. Form 5 : Financial Capacity of the Applicant
6. Form 6 : Abstract of Eligible Assignments of the Applicant
7. Form 7 : Eligible Assignments of Applicant
8. Form 8 : Priority list for Proposal
Appendix – II: Approach & Methodology
Appendix – III: Financial Proposal
9. Form 1 : Covering Letter
10. Form 2 : Financial Proposal
11. EMD
Please note that
The bid should be spiral bound.
The index of the bid should clearly reflect the list of documents requested in
the technical bid and financial bid.
All pages in the bid should be numbered and indexing should reflect relevant
page numbers where the requested documents are placed.
Recommended