Upload
vunga
View
219
Download
2
Embed Size (px)
Citation preview
1
ANDHRA PRADESH INDUSTRIAL INFRASTRUCTURE
CORPORATION LIMITED
(A Govt. of Andhra Pradesh Undertaking)
Request for Proposal
for
Selection of Consultant
for
Preparation of Master Plan & Detailed Feasibility Report (DFR) for
Development of Model Industrial Park at Sirasanambedu, CN Peta and
Nandimalla(V), Pellakur(M), SPSR Nellore District, Andhra Pradesh
February 2016
(Proposal due date:29-02-2016)
Mode of Selection: Quality cum Cost based Selection (QCBS)
Andhra Pradesh Industrial Infrastructure Corporation Limited (APIIC)
Parisrama Bhavanam, 4th Floor, 5-9-58/B, Fateh Maidan Road, Basheerbagh, Hyderabad – 500004
2
Disclaimer
Information contained in this Request for Proposal (“RFP”) document and/or subsequently
provided to Bidders, whether verbally and/or in documentary form by or on behalf of Andhra
Pradesh Industrial Infrastructure Corporation (APIIC) or any of its employees or advisors
(collectively referred to as “APIIC Representatives”), is provided to the Bidders on the terms and
conditions set out in this RFP document and any other terms and conditions subject to which
such information is provided. This RFP document is not an agreement and is not an offer or
invitation by APIIC to any other party. The purpose of this RFP document is to provide interested
parties with information to enable formulation of their proposal.
This RFP document does not purport to contain all the information each Bidder may require. The
Bidders should conduct their own due diligence, investigations and analysis and should check
the accuracy, reliability and completeness of the information in this RFP document and obtain
independent advice from appropriate sources. APIIC Representatives make no representation or
warranty and shall incur no liability under any law, statute, rules or regulations as to the
accuracy, reliability or completeness of the RFP document and concerned with any matter
deemed to form part of the RFP document, award of the assignment, the information and any
other information supplied by or on behalf of APIIC or otherwise arising in any way from
selection process. The prospective Bidder will be responsible for all obligations to its staff, their
payments, complying with the labour laws, minimum wages Act and any other Act relevant for
the working of the Bidder’s staff. Under no circumstances, APIIC will be responsible for any non-
compliance with statutory requirements of the bidder’s staff.
APIIC may in their absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this RFP document from time-to-time. APIIC reserves
the right to accept or reject any or all proposals without giving any reasons. Bidding process
shall be governed by Laws of India and Courts at the State of Andhra Pradesh will have
jurisdiction over matter concerning and arising out of this RFP document.
3
TABLE OF CONTENTS
REQUEST FOR PROPOSAL DOCUMENT 06
INVITATION OF BID FOR ENGAGEMENT OF CONSULTANT 07
LETTER OF INVITATION 08
1. INTRODUCTION 09
1.1 Background 09
1.2 Requests for Proposal 09
1.3 Due diligence by Applicants 09
1.4 RFP Document, Processing Fee and Proposal Security 09
1.5 Validity of the Proposal 09
1.6 Brief description of the Selection Process 10
1.7 Currency conversion rate and payment 10
1.8 Schedule of Selection Process 10
1.9 Pre-Proposal visit and inspection of data 10
1.10 Communications 11
2. INFORMATION TO CONSULTANTS 12
2.1 Scope of Proposal 12
2.2 Conditions of Eligibility of Applicants 14
2.3 Conflict of Interest 15
2.4 Number of Proposals 15
2.5 Cost of Proposal 15
2.6 Visit to APIIC and verification of information 15
2.7 Acknowledgement by Applicant 15
2.8 Right to reject any or all Proposals 16
B. DOCUMENTS
2.9 Contents of the RFP 16
2.10 Clarifications 16
2.11 Amendment of RFP 17
C. PREPARATION AND SUBMISSION OF PROPOSAL
2.12 Language 17
2.13 Format and signing of Proposal 17
2.14 Technical Proposal 18
4
2.15 Financial Proposal 19
2.16 Submission of Proposal 20
2.17 Proposal Due Date 21
2.18 Late Proposals 21
2.19 Modification / Substitution / Withdrawal of Proposals 21
2.20 Performance Security 21
D. EVALUATION PROCESS
2.21 Evaluation of Proposals 22
2.22 Confidentiality 23
2.23 Clarifications 23
E. APPOINTMENT OF CONSULTANT
2.24 Negotiations 23
2.25 Substitution of Key Personnel 23
2.26 Indemnity 24
2.27 Award of Consultancy 24
2.28 Execution of Agreement 24
2.29 Commencement of Assignment 24
2.30 Proprietary data 24
2.31 Fraud and Corrupt Practices 25
2.32 Miscellaneous 25
3. CRITERIA FOR EVALUATION 26
3.1 General 26
3.2 Evaluation of Financial Proposal 27
3.3 Combined and Final Evaluation 27
4. TECHNICAL PROPOSAL – STANDARD FORMS 28
LETTER OF SUBMISSION 29
FINANCIAL CAPACITY OF CONSULTANT 30
FIRM’S REFERENCES 31
DESCRIPTION OF METHODOLOGY AND
WORK PLAN FOR PERFORMING THE ASSIGNMENT 32
TEAM COMPOSITION AND TASK ASSIGNMENTS 33
FORMAT OF CURRICULUM VITAE (CV) 34
ACTIVITY (WORK) SCHEDULE 35
FORMAT OF BANK GUATANTEE FOR PERFORMANCE SECURITY 36
5
5. FINANCIAL PROPOSAL -
LETTER OF SUBMISSION 37
6. TERMS OF REFERENCE 38
6.1 Preamble 38
6.2 Objective 38
6.3 Scope of Services 38
6.4 Detailed Scope of Work 38
6.5 PROPOSED DELIVERABLES, TIME FRAME AND TERMS OF PAYMENT 45
7. COMBINED PLAN OF SRIKALAHASTHI & THOTTAMBEDU MANDALS 49
6
ANDHRA PRADESH INDUSTRIAL INFRASTRUCTURE
CORPORATION LIMITED
Office of the Chief Engineer-II, 4th floor, Parisrama Bhavanam, Basheerbagh, Hyderabad-4
Tender Notice No. 17/CE-I/APIIC/2015-16 Dt. 03.02.2016
REQUEST FOR PROPOSAL DOCUMENT
DATA SHEET
1 Name of the Consultancy
assignment
Preparation of Master Plan & Detailed
Feasibility Report (DFR) for
Development of Model Industrial Park
at Sirasanambedu, CN Peta and
Nandimalla(V), Pellakur(M), SPSR
Nellore District, Andhra Pradesh
2 Date of uploading of RFP in
APIIC Website
03.02.2016
3 Last Date for receiving Queries 12.02.2016 up to 5.00 PM
4 Authority’s response to queries 17.02.2016
5 Last date & time for submission
of Proposal (Proposal Due Date)
(PDD)
29-02-2016 up to 3.00 PM
6 Date & time for opening of Part I
Technical Proposal
29-02-2016 at 3.30 PM
7 Date and Time of opening of
Part II-Financial proposal
To be Notified to Technically Qualified
Bidders
8 Proposal Processing Fee
(Non Refundable)
Rs. 10,000/- (Rupees Ten Thousand
Only) in the form of a Demand Draft
issued by one of the Nationalised/
Scheduled Banks in India in favour of
the APIIC Ltd payable at Hyderabad.
9 Proposal Security (Refundable) The Bidder has to pay Rs. 1,00,000/- in
the shape of DD drawn in the name of
APIIC Ltd, payable at Hyderabad
towards Bid Security fee (which is
refundable for unsuccessful bidder).
Note: Validity of Proposal shall be 90 days from the Proposal Due Date
7
ANDHRA PRADESH INDUSTRIAL INFRASTRUCTURE CORPORATION LTD. (An undertaking of A.P. Govt.)
O/o Chief Engineer-I, 4th Floor, Parisrama Bhavanam, Basheerbagh, Hyderabad – 500 004 Ph. No: 040-23233126
INVITATION OF BID FOR ENGAGEMENT OF CONSULTANT FOR
Preparation of Master Plan & Detailed Feasibility Report (DFR) for Development of Model
Industrial Park at Sirasanambedu, CN Peta and Nandimalla(V), Pellakur(M), SPSR Nellore
District, Andhra Pradesh.
Tender Notice No. 17/CE-I/APIIC/2015-16 Dt. 03.02.2016
Andhra Pradesh Industrial Infrastructure Corporation Ltd., (APIIC) intends to appoint a technical
consultant for “Preparation of Master Plan & Detailed Feasibility Report (DPR) for
Development of Model Industrial Park at Sirasanambedu, CN Peta and Nandimalla(V),
Pellakur(M), SPSR Nellore District, Andhra Pradesh”.
The RFP can be downloaded at www.apiic.in, Andhra Pradesh Division from 01.02.2016. The
bidders shall submit their bids on or before 09.02.2016 by 3:00 PM
For any clarification please contact:
G. Nagabhushanam, Deputy General Manager (Engg.)
Phone No. : 8499876662
Fax No. : 040-23233251/23231459
Email : [email protected]
Date: 03.02.2016 CHIEF ENGINEER-I
8
SECTION 1.
LETTER OF INVITATION
………. .2016
[Name and address of Consultants]
Dear Sir,
Andhra Pradesh Industrial Infrastructure Corporation Limited (APIIC) (a Govt. of A.P
undertaking) desires for development of Industrial node in Srikalahasthi & Thottambedu Mandal,
Chittoor District in an extent around 9631.35 acres under VCIC (Vizag Chennai Industrial
Corridor) with ADB assistance. This needs preparation of Masterplan and Detailed Feasibility
Report.
APIIC is therefore invites proposals (the “Proposals”) for selection of Consultant, who will be
responsible for providing the required consulting services for preparing Master Plan and Detailed
Feasibility Report ( for Internal Infrastructure). APIIC intends to select the Consultant through an
Open Competitive Bidding Process in accordance to the procedure set out herein
The Request for Proposal (RFP) includes the following documents:
Section 1 - Introduction
Section 2 - Information to Consultants
Section 3 - Criteria for Evaluation
Section 4 - Technical Proposal - Standard Forms
Section 5 - Financial Proposal - Standard Forms
Section 6 - Terms of Reference
We request you to kindly submit the bids duly completed as per this RFP on or before 3.00 P.M
on 29th February 2016
Yours faithfully,
For Andhra Pradesh Industrial Infrastructure Corporation
9
INTRODUCTION
1.1 Background
1.1.1 Andhra Pradesh is one of the most progressive forward-looking and advanced states in
the country when it comes to infrastructure development and employment generation
efforts. Andhra Pradesh Industrial Infrastructure Corporation Limited (the “APIIC”), fully
owned by the GoAP, is a progressive organization responsible for development of
Industrial Infrastructure in the state of Andhra Pradesh. APIIC is known for creating
landmark infrastructure projects in the state, which are fuelling the economic growth in the
state. APIIC has so far developed more than 250 industrial parks/estates and created land
banks for the future industrial development.
1.1.2 Government of Andhra Pradesh (GoAP) in its endeavour of development of the industrial
infrastructure in the state, has identified land to an extent, around 1750 acres in
Sirasambedu, Pellakur (M), SPSR Nellore Dist for development of Model Industrial Park.
This requires preparation of Masterplan with zoning of industries, Detailed Feasibility
Report covering Industrial and Social infrastructure needed in the industrial node.
1.2 Requests for Proposal
1.2.1 APIIC intends to select the Consultant through an open Competitive bidding in accordance
with the procedure set out herein.
1.3 Due diligence by Applicants
Applicants are encouraged to inform themselves fully about the assignment and the local
conditions before submitting the Proposal by paying a visit to APIIC and the Project site,
sending written queries to APIIC by the date and time specified in Clause 1.8.
1.4 RFP Document, Processing Fee and Proposal Security
RFP document can be downloaded from the official website of APIIC (www.apiic.in) from
03-02-2016 onwards. The proposal should be accompanied with a Non-Refundable
Processing Fee of Rs 10,000/-(Rupees ten thousand only) and a refundable Proposal
Security of Rs 1,00,000 (Rupees one lakh only). The Processing Fee and Proposal
Security shall be in the form of a Demand Draft issued by one of the
Nationalized/Scheduled Banks in India in favour of the Andhra Pradesh Industrial
Infrastructure Corporation Limited payable at Hyderabad. Proposals without the aforesaid
Processing Fee and Proposal Security shall be summarily rejected.
1.5 Validity of the Proposal
The Proposal shall be valid for a period of not less than 90 days from the Proposal Due
Date (the “PDD”).
10
1.6 Brief description of the Selection Process
APIIC has adopted a two stage selection process (collectively the “Selection Process”) in
evaluating the Proposals comprising technical and financial bids to be submitted in two
separate sealed envelopes. 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, if necessary, while the
second ranked Applicant will be kept in reserve.
1.7 Currency conversion rate and payment
1.7.1 For the purposes of technical evaluation of Applicants, Rs. 66 per US$ shall be considered
as the applicable currency conversion rate. In case of any other currency, the same shall
first be converted to US$ as on the date 28 (Twenty Eight) days prior to the PDD, and the
amount so derived in US$ shall be converted into INR at the aforesaid rate. The
conversion rate of such currencies shall be the daily representative exchange rates
published by the International Monetary Fund for the relevant date.
1.7.2 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.
1.8 Schedule of Selection Process
APIIC would endeavour to adhere to the following schedule:
Refer to Data Sheet in Page No: 06 of RFP.
1.9 Pre-Proposal visit and inspection of data
Prospective applicants may visit APIIC office at Hyderabad and the Project site any time
prior to PDD. For this purpose, they will provide at least two days’ notice to the nodal
officer specified below:
G. Nagabhushanam
Deputy General Manager (Engineering)
Phone No. : 8499876662
Fax No. : 040-23233251/23231459
Email : [email protected]
11
1.10 Communications
1.10.1 All communications including the submission of Proposal should be addressed to:
Address : Chief Engineer - I
Andhra Pradesh Industrial Infrastructure Corporation Ltd.,
Parisrama Bhavanam, 4th Floor, 5-9-58/B,
Fateh Maidan Road, Basheerbagh, Hyderabad – 500004
Phone No. : 040-23215120
Fax No. : 040-23233251, 040-23231459
Email : [email protected]
1.10.2 The Official Website of APIIC is: htpp://www.apiic.in
1.10.3 All communications, including the envelopes, should contain the following information, to
be marked at the top in bold letters:
“RFP FOR SELECTION OF CONSULTANT FOR Preparation of Master Plan & Feasibility Report
for Development of Model Industrial Park at Sirasanambedu, CN Peta and Nandimalla(V),
Pellakur(M), SPSR Nellore District, Andhra Pradesh”.
12
SECTION 2
INFORMATION TO CONSULTANTS
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. In case an applicant
firm possesses the requisite experience and capabilities required for undertaking the
Consultancy, it may participate in the Selection Process either individually (the “Sole
Firm”) in response to this invitation. The term applicant (the “Applicant”) means the
Sole Firm. The manner in which the Proposal is required to be submitted, evaluated and
accepted is explained in this RFP.
2.1.2 Applicants are advised that the selection of Consultant shall be on the basis of an
evaluation by APIIC 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 APIIC’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. Upon selection, the Applicant shall be required to enter into an agreement
with APIIC.
2.1.4 Key Personne l
The Consultant’s team (the “Consultancy Team”) shall consist of the following key
personnel (the “Key Personnel”) who shall discharge their respective responsibilities as
specified below:
2.1.4.1 Role and Responsibility:
S.No Position Desired Responsibility
1 Team Leader Team Leader will co-ordinate and supervise the consultancy
team for delivering the entire scope of work as defined in the
RFP.
2 Real Estate
Expert
Real Estate expert shall be responsible for assessing the
market demand and suggest the best product mix
3 Urban
Planner
Urban Planner will be responsible for preparation of the
conceptual design for the project confirming to the local
byelaws and development control rules and preparation of
master plan
4 Infrastructure
Engineer
Engineering specialist will be responsible for carrying out
preliminary engineering and cost estimation for the
infrastructure components
13
5 Financial
Analyst
Financial Analyst will establish the Project Viability and
Bankability and suggest the revenue model.
2.1.4.2 Conditions of Eligibility for Key Personal
S.No Position Educational Qualifications
Minimum Desired Experience
1 Team Leader Post Graduate in urban Planning/ Engineering /Science / MBA
Minimum 15 years of professional experience. He / she Should demonstrate the experience leading the projects in the capacity of Team Leader / Project Manager / Project Director for large area development projects. He / she should have worked / working as Team Leader for one integrated infrastructure (roads / drains / utilities / buildings/ master plans.)
2 Real Estate Expert
MBA (finance/urban planning/ Real Estate)/ or equivalent
Minimum 10 years of professional experience. He/she Should demonstrate the experience in carrying out demand assessment studies for area Industrial projects having minimum area of 1000 acres.
3 Urban Planner 2 numbers
Bachelors in Urban planning / Bachelors in Architect/ Masters in infrastructure Planning
Minimum 10 Years of professional experience. He /she should have experience preparation of conceptual master plans /CDP/ layout plans for Industrial Parks / SEZ Investment Regions of Minimum area of 1000 acres
4 Infrastructure Engineer
B.Tech. in civil Engineering
Minimum 10 Years of professional experience. He /she Should have experience in carrying out engineering designs for area development projects.
5 Financial Analyst
MBA Finance / CA
Minimum 8 years of experience in Financial Analysis for Infrastructure and Real Estate Projects in the capacity of Financial Analyst during the last five years preceding the PDD
14
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 fulfill the following:
(A) Technical Capacity: The Applicant shall have, over the past 10 (Ten) years
preceding the PDD, undertaken a minimum of 5 (five)] Eligible Assignments as specified
in Clause 3.1.3.
(B) Financial Capacity: The Applicant shall have received a minimum of Rs.20 crore (Rs.
Twenty crore) per annum as professional fees during each of the three financial years
preceding the PDD. For the avoidance of doubt, professional fees hereunder refer to
fees received by the Applicant for providing advisory or consultancy services to its
clients.
(C) Availability of Key Personnel: The Applicant shall offer and make available all Key
Personnel meeting the requirements specified in Sub-clause (D) & (E) below.
(D) Conditions of Eligibility for Key Personnel: Each of the Key Personnel must fulfill
the Conditions of e specified in sub clause 2.1.4
(E) The proposed team shall include experts and specialist (the @Professional Personnel@)
in their respective areas of expertise and managerial / support staff (the @Support
Personnel@) such that the consultant should be able to complete the Consultancy within
the specified time schedule. The Team Leader specified in Clause 2.1.4 shall be on the
roes of the firm for a minimum period of 2(Two) years. The team shall comprise other
competent and experienced professional personnel in the relevant areas of expertise
(Where applicable) as required for successful completion of this Consultancy. The CV of
each such professional personnel should be submitted.
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 ac-
counts of the Applicant.
2.2.4 The Applicant should submit a Power of Attorney as per the format at Section - 4 of
Appendix- I; provided, however, that such Power of Attorney would not be required if the
Application is signed by a partner or Director (on the Board of Directors) of the Applicant
2.2.5 An Applicant or its Associate should have, during the last three years, neither failed to per-
form on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial
APIIC or a judicial pronouncement or arbitration award against the Applicant or its Associate,
15
nor been expelled from any project or agreement nor have had any agreement terminated
for breach by such Applicant or its Associate.
2.2.6 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.
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, APIIC shall forfeit and appropriate the
Performance Security, if available, as mutually agreed genuine pre-estimated compensation
and damages payable to APIIC for, inter alia, the time, cost and effort of APIIC including
consideration of such Applicant’s Proposal, without prejudice to any other right or remedy
that may be available to APIIC hereunder or otherwise.
2.4 Number of Proposals
No Applicant or its Associate shall submit more than one Application for the Consultancy. An
Applicant applying individually or as an Associate shall not be entitled to submit another
application either individually or as a member of any consortium, as the 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 APIIC, Project site etc. APIIC 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 APIIC and verification of information
Applicants are encouraged to submit their respective Proposals after visiting the office of
APIIC and ascertaining for themselves the availability of documents and other data with
APIIC, 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 APIIC;
c) accepted the risk of inadequacy, error or mistake in the information provided in the
RFP or furnished by or on behalf of APIIC or relating to any of the matters referred
to in Clause 2.6 above;
16
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 there under;
e) acknowledged that it does not have a Conflict of Interest; and
f) Agreed to be bound by the undertaking provided by it under and in terms hereof.
2.7.2 APIIC 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 APIIC.
2.8 Right to reject any or all Proposals
2.8.1 Notwithstanding anything contained in this RFP, APIIC reserves the right to accept or
reject any Proposal and to annul the Selection Process and reject all Proposals, at
any time without any liability or any obligation for such acceptance, rejection or annulment,
and without assigning any reasons thereof;
2.8.2 Without prejudice to the generality of Clause 2.8.1, APIIC 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 APIIC, the supplemental
information sought by APIIC for evaluation of the Proposal.
Misrepresentation/ improper response by the Applicant may lead to the disqualification of
the Applicant. If the Applicant is the Lead Member of a consortium, then the entire
consortium may be disqualified / rejected. If such disqualification / rejection occurs after the
Proposals have been opened and the highest ranking Applicant gets disqualified / rejected,
then APIIC reserves the right to consider the next best Applicant, or take any other mea-
sure as may be deemed fit in the sole discretion of APIIC, 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:
2.10 Clarifications
2.10.1 Applicants requiring any clarification on the RFP may send their queries to APIIC in
writing. “Queries/Request for Additional Information concerning RFP for ..........”
17
APIIC shall endeavor to respond to the queries. The responses will be sent by e-mail
to the applicants. APIIC will post the reply to all such queries on the Official Website.
2.10.2 APIIC reserves the right not to respond to any queries or provide any clarifications, in its
sole discretion, and nothing in this Clause 2.10 shall be construed as obliging APIIC 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, APIIC 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 and posting it on the Official
Website and by conveying the same to the prospective Applicants who have sought
clarifications on the RFP by e-mail.
2.11.2 In order to afford the Applicants a reasonable time for taking an amendment into
account, or for any other reason, APIIC may, in its sole discretion, extend the
proposal date. While extending the Proposal Due Date on account of an
addendum, the APIIC shall have due regard for the time required by bidders to
address the amendments specified therein.
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. APIIC would evaluate
only those Proposals that are received in the specified forms and complete in all
respects.
2.13.2 The Applicant shall prepare one original set of the Proposal (together with originals/ copies
of Documents required to be submitted along therewith pursuant to this RFP) and clearly
marked “ORIGINAL”. In addition, the Applicant shall submit 1 (one) copy of the
Proposal, along with Documents, marked “COPY”. In the event of any discrepancy
between the original and its copies, the original shall prevail.
18
2.13.3 The Proposal, and its copy, shall be typed or written in indelible ink and signed by the
authorized signatory of the Applicant who shall initial each page, in blue ink. In case
of printed and published Documents, only the cover shall be initialed. 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 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 APIIC, 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, and 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 prescribed signatories;
b) power of attorney, if applicable, is executed as per Applicable Laws; c) CVs of all Key Personnel have been included; d) key Personnel have been proposed only if they meet the Conditions of Eligibility laid
down at Clause 2.2.2 (D) of the RFP; e) no alternative proposal for any Key Personnel is being made and only one CV for
each position has been furnished; f) the CVs have been recently signed and dated, in blue ink by the respective
Personnel and countersigned by the Applicant. Photocopy or unsigned / countersigned CVs shall be rejected;
g) the CVs shall contain an undertaking from the respective Key Personnel about his/her availability for the duration specified in the RFP;
h) Key Personnel proposed have good working knowledge of English language; i) Key Personnel would be available for the period indicated in the TOR;
(j) no Key Personnel should have attained the age of 65 years at the time of
submitting the proposal; and
(k) 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 the Proposal
liable to be rejected.
2.14.4 If an individual Key Personnel makes a false averment regarding his qualification,
experience or other particulars, he shall be liable to be debarred for any future assignment
19
of APIIC for a period of 3 (three) years. The award of this Consultancy to the Applicant
may also be liable to cancellation in such an event.
2.14.5 The Technical Proposal shall not include any financial information relating to the
Financial Proposal.
2.14.6 The proposed team shall include experts and specialists (the “Professional Personnel”) in
their respective areas of expertise and managerial/support staff (the “Support
Personnel”) such that the Consultant should be able to complete the Consultancy within
the specified time schedule. The Key Personnel specified in Clause 2.1.4 shall be
included in the proposed team of Professional Personnel. The team shall comprise other
competent and experienced professional personnel in the relevant areas of expertise
(where applicable) as required for successful completion of this Consultancy. The CV of
each such professional personnel, if any, should also be submitted in the format as given in
the RFP.
2.14.7 APIIC reserves the right to verify all statements, information and documents, submit- ted by
the Applicant in response to the RFP. Any such verification or the lack of such
verification by APIIC to undertake such verification shall not relieve the Applicant of its
obligations or liabilities hereunder nor will it affect any rights of APIIC there under.
2.14.8 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 APIIC without APIIC being liable in any
manner whatsoever to the Selected Applicant or Consultant, as the case may be.
In such an event, APIIC shall forfeit and appropriate the Performance Security, if
available, as mutually agreed pre-estimated compensation and damages payable to APIIC
for, inter alia, time, cost and effort of APIIC, without prejudice to any other right or remedy
that may be available to APIIC.
2.15 Financial Proposal
2.15.1 Applicants shall submit the financial proposal in the formats as give n in the RFP (the “Financial
Proposal”) clearly indicating the total cost of the Consultancy in both figures and words, in
Indian Rupees, and signed by the Applicant’s Authorised Representative. In the event of
any difference between figures and words, the amount indicated in words shall prevail. In
20
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:
I. All the costs associated with the assignment shall be included in the Financial Proposal.
These shall normally cover remuneration for all the, accommodation, air fare,
equipment, printing of documents, etc. The total amount indicated in the Financial
Proposal shall be without any condition attached or subject to any assumption, and
shall be final and binding. In case any assumption or condition is indicated in the
Financial Proposal, it shall be considered non-responsive and liable to be rejected.
II. The Financial Proposal shall take into account all expenses and tax liabilities. For the
avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the
costs shown under different items of the Financial Proposal. Further, all payments shall
be subject to deduction of taxes at source as per Applicable Laws.
2.16 Submission of Proposal
2.16.1 The Applicants shall submit the Proposal in Hard bound with all pages numbered
serially and by giving an index of submissions. Each page of the submission shall be
initialled by the Authorized Representative of the Applicant as per the terms of this RFP.
The Applicant shall be responsible for its accuracy and correctness as per the RFP
uploaded by APIIC and shall ensure that there are no changes caused in the content of
the downloaded document.
2.16.2 The Proposal will be sealed in an outer envelope which will bear the address of APIIC, RFP
Notice number, Consultancy name and the name and address of the Applicant. It shall
bear on top, the following:
“Do not open, except in presence of the Authorized Person of APIIC”
If the envelope is not sealed and marked as instructed above, APIIC assumes no
responsibility for the misplacement or premature opening of the contents of the Proposal
submitted and consequent losses, if any, suffered by the Applicant.
2.16.3 The aforesaid outer envelope will contain two separate sealed envelopes; one clearly
marked ‘Technical Proposal’ and the other clearly marked ‘Financial Proposal’. The
envelope marked “Technical Proposal” shall contain the Application in the prescribed
format and supporting documents.
The envelope marked “Financial Proposal” shall contain the financial proposal in the pre-
scribed format
2.16.4 The Technical Proposal and Financial Proposal shall be typed or written in indelible ink and
signed by the Authorized Representative of the Applicant. All pages of the original Technical
21
Proposal and Financial Proposal must be numbered and initialled by the person or
persons signing the Proposal.
2.16.5 The completed Proposal must be delivered 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 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 on or before specified date mentioned in Data Sheet at the
address provided as provide in the bid invitation. A receipt thereof should be obtained from
the person specified therein.
2.17.2 APIIC may, in its sole discretion, extend the PDD by issuing an Addendum in accordance
with Clause 2.11 uniformly for all Applicants.
2.18 Late Proposals
Proposals received by APIIC after the specified time on PDD shall not be eligible for
consideration and shall be summarily rejected.
2.19 Modification/ substitution/ withdrawal of Proposals
2.19.1 The Applicant may modify, substitute, or withdraw its Proposal after submission, provided
that written notice of the modification, substitution, or withdrawal is received by the Authority
prior to PDD. No Proposal shall be modified, substituted, or withdrawn by the Applicant on or
after the PDD.
2.19.2 The modification, substitution, or withdrawal notice shall be prepared, sealed, marked, and
delivered in accordance with Clause 2.16, with the envelopes being additionally marked
“MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL”, as appropriate.
2.19.3 Any alteration / modification in the Proposal or additional information or material supplied
subsequent to the PDD, unless the same has been expressly sought for by APIIC, shall
be disregarded.
2.20 Performance Security
The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to APIIC’s any other right or remedy hereunder or in law
22
or otherwise, the Performance Security, if available, shall be forfeited and appropriated by
APIIC as the mutually agreed pre-estimated compensation and damage payable to APIIC
for, inter alia, the time, cost and effort of APIIC 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 APIIC shall open the Proposals at 15:30 hours on the PDD, in the presence of the
Applicants who choose to attend. The envelopes marked “Technical Proposal” shall be
opened first. The envelopes marked “Financial Proposal” shall be kept sealed for opening
at a later date.
2.21.2 Proposals for which a notice of withdrawal has been submitted in accordance with
Clause 2.19 shall not be opened.
2.21.3 prior to evaluation of Proposals, APIIC 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 as per the forms in Section 4 b) it is received by the PDD including any extension thereof pursuant to Clause 2.17; c) it is signed, sealed, bound together and marked as stipulated in Clauses 2.13 and
2.16; d) it contains all the information (complete in all respects) as requested in the RFP; e) it does not contain any condition or qualification; and f) it is not non-responsive in terms hereof.
2.21.4 APIIC reserves the right to reject any Proposal which is non-responsive and no request
for alteration, modification, substitution or withdrawal shall be entertained by APIIC in
respect of such Proposals.
2.21.5 APIIC shall subsequently examine and evaluate Proposals in accordance with the
criteria set out in Section 3 of this RFP.
2.21.6 After the technical evaluation, APIIC 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. The financial evaluation and final ranking of the Proposals shall
be carried out in terms of Clauses 3.3 and 3.4.
23
2.21.7 Applicants are advised that Selection shall be entirely at the discretion of APIIC.
Applicants shall be deemed to have understood and agreed that APIIC 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
APIIC, 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 APIIC in
relation to matters arising out of, or concerning the Selection Process. APIIC 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. APIIC 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 APIIC 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, APIIC may, at its sole discretion, seek clarifications
from any Applicant regarding its Proposal. Such clarification(s) shall be provided within the
time specified by APIIC 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, APIIC 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 APIIC.
E. APPOINTMENT OF CONSULTANT
2.24 Negotiations
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.
24
2.25 Substitution of Key Personnel
2.25.1 APIIC expects the Key Personnel to be available during implementation of the Agreement.
APIIC will not consider substitution of the Key Personnel except for reasons of any
incapacity or due to health. Such substitution shall ordinarily be limited to one Key
Personnel subject to equally or better qualified and experienced personnel being provided to
the satisfaction of APIIC. Without prejudice to the foregoing, substitution of the Key Personnel
shall only be permitted subject to reduction of remuneration equal to 10% (ten per cent) of the
total remuneration quoted by the Applicant for delivering the consulting services.
2.25.3 Notwithstanding Clauses 2.25.1 and 2.25.2, Applicants should specifically note that
substitution of the Key Personnel will not normally be considered during the implementation of
the Agreement and may lead to disqualification of the Applicant or termination of the
Agreement. Applicants are expected to propose only such Personnel who will be in a
position to commit the time required for and be available for delivering the Consultancy in
accordance with the Key Dates specified herein and in the Agreement.
2.26 Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify APIIC, for an
amount not exceeding 1 (one) times the value of the Agreement, for any direct loss or
damage that is caused due to any deficiency in Services.
2.27 Award of Consultancy
After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by APIIC 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.
2.28 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.
2.29 Commencement of Assignment
The start date for the assignment is considered from the date of acceptance of LoA provided by the successful Applicant. If the Consultant fails to either sign the Agreement as specified in Clause 2.28 or commence the assignment as specified herein, APIIC may invite the second ranked Applicant for negotiations. In such an event, the LOA or the
Agreement, as the case may be, may be cancelled /terminated.
2.30 Proprietary data
Subject to the provisions of Clause 2.22, all documents and other information provided by APIIC or submitted by an Applicant to APIIC shall remain or become the property of APIIC. Applicants and the Consultant, as the case may be, are to treat all information as strictly confidential. APIIC will not return any Proposal or any information related thereto.
25
All information collected, analysed, processed or in whatever manner provided by the
Consultant to APIIC in relation to the Consultancy shall be the property of APIIC
2.31 Fraud and Corrupt Practices
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, APIIC 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, APIIC 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 APIIC, in regard to the RFP, including consideration and evaluation of such
Applicant’s Proposal.
2.32 Miscellaneous
The Selection Process shall be governed by, and construed in accordance with, the laws of India and the Courts at Hyderabad shall have exclusive jurisdiction over all disputes arising under, pursuant to and/or in connection with the Selection Process.
APIIC, 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 APIIC 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.
It shall be deemed that by submitting the Proposal, the Applicant agrees and releases APIIC, 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.
All documents and other information supplied by APIIC or submitted by an Applicant
shall remain or become, as the case may be, the property of APIIC. APIIC will not return any submissions made hereunder. Applicants are required to treat all such documents
and information as strictly confidential.
APIIC reserves the right to make inquiries with any of the clients listed by the
Applicants n their previous experience record
26
T
Section 3
Criteria for Evaluation
3.1 General
3.1.1 In the first stage, the Technical Proposal will be evaluated on the basis of Applicant’s
experience, its understanding of TOR, proposed methodology and Work Plan, and the
experience of Key Personnel. 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 ).
3.1.2 The scoring criteria to be used for evaluation shall be as follows.
Item
Code Criteria
Max
Marks
1 Relevant Experience of the applicant 30
1 (one) Eligible Assignments = 5 (Five) marks
2 (two) Eligible Assignments = 10 (ten) marks
3 (three) Eligible Assignments = 15 (Fifteen) marks
4 (four) Eligible Assignments = 20 (Twenty) marks
5 (five) Eligible Assignments = 25 (Twenty five) marks
6 (six) or more Eligible Assignments = 30 (thirty) marks
2 Experience of the Key Personnel 50
Team Leader 20
Real Estate/ Market Expert 10
Urban Planner two members –(Each 5 marks) 10
Infrastructure Engineer 5
Financial Analyst 5
3 Work Plan and Methodology 20
Technical Approach and methodology 5
Understanding of TOR and Scope of work 5
Work Plan 5
Organization and Staffing 5
Grand Total 100
27
F
3.1.3 Eligible Assignments
For the purposes of satisfying the Conditions of Eligibility and for evaluating the Proposals
under this RFP, advisory/ consultancy assignments granted by the government,
regulatory commission, tribunal, statutory , public sector / private entity in preparation of
Master Plans / Development Plans or -TEFS/PDR for SEZ / Industrial park /
investment region / industrial growth center having a project area of at least 500
acres during the last ten years preceding the PDD shall be deemed as eligible
assignment (the “Eligible Assignment”).
3.2 Evaluation of Financial Proposal
3.2.1 In the second stage, the financial evaluation will be carried out as per this Clause 3.3.
Each Financial Proposal will be assigned a financial score (S) as specified in Clause 3.2.3.
3.2.2 For financial evaluation, the total cost indicated in the Financial Proposal shall be
considered.
3.2.3 APIIC will determine whether the Financial Proposals are complete, unqualified and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and
reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle
the Consultant to be compensated and the liability to fulfil its obligations as per the TOR
within total quoted price shall be that of the Consultant. The lowest Financial
Proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of
other proposals will be computed as follows:
SF = 100 × FM /F
(F = Amount of Financial Proposal)
3.3 Combined and Final Evaluation
3.3.1 Proposals will finally be ranked according to their combined technical score (S) and
financial (S) score as follows:
S = ST x TW + SF x FW
Where TW and FW are weightage assigned to Technical and Financial Score that shall be 0.8 and 0.2
The applicant has to score minimum 70 Marks to be eligible for combined evaluation.
3.3.2 The Selected Applicant shall be the Applicant having the highest combined score. The
second highest Applicant shall be kept in reserve and may be invited in its discretion for
negotiations in case the first-ranked Applicant withdraws, or fails to comply with the
requirements specified in Clauses 2.24, 2.28 and 2.29, as the case may be.
28
SECTION 4.
TECHNICAL PROPOSAL - STANDARD FORMS
29
LETTER OF SUBMISION
[Location, Date]
From: (Name of Firm) TO: (Name and Address of APIIC)
______________________
______________________
______________________
Gentlemen:
Subject: Preparation of Master Plan & Detailed Feasibility Report (DFR) for
Development of Model Industrial Park at Sirasanambedu, CN Peta and
Nandimalla(V), Pellakur(M), SPSR Nellore District, Andhra Pradesh.
– Appointment of Consultants.
Being duly authorized to represent and act on behalf of ……………………. (hereinafter referred
to as “the Bidder”), and having reviewed and fully understood all of the Proposal requirements
and information provided and collected, the undersigned hereby submits the Proposal on behalf
of _________ (Name of Bidder) for the captioned Project in one (1) original and one (1) copy,
with the details as per the requirements of the RFP, for your evaluation. We confirm that our
Proposal is valid for a period of 90 days from ______ (insert Proposal Due Date).
We also hereby agree and undertake as under:
Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our
Proposal we hereby represent and confirm that our Proposal is unqualified and unconditional in
all respects and we agree to the terms of the proposed Agreement, a draft of which also forms a
part of the RFP document provided to us.
We hereby certify and confirm that in the preparation and submission of our Proposal, we have
not acted in concert or in collusion with any other Bidder or other person(s) and also not done
any act, deed or thing which is or could be regarded as anti-competitive.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
30
FINANCIAL CAPACITY OF CONSULTANT
Sl No. Financial Year Annual Revenue (Rs in Crores)
1. 2012 – 2013
2. 2013 – 2014
3. 2014 - 2015
31
FIRM’S REFERENCES
Relevant Services Carried Out in the Last Ten Years
That Best Illustrate Qualifications
(Using the format below, provide information on each reference assignment for which your
Firm/entity, either individually as a corporate entity or as one of the major companies within
an association, was legally contracted.)
Assignment Name: Country:
Location within Country: Professional Staff Provided by
Your Firm/entity (Profiles):
Name of Client: No. of Staff:
Address:
No. of Staff-Months;
Duration of Assignment:
Start Date
(Month/Year):
Completion Date
(Month/Year):
Approx. Value of Services (In Rs/
US$):
Name of Associated Consultants, if any:
No. of Months of Professional Staff,
provided by Associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and
functions performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Note: Completion Certificates along with Work Orders shall be submitted along with the
reference.
32
DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE
ASSIGNMENT
33
TEAM COMPOSITION AND TASK ASSIGNMENTS
1. Technical/ Managerial Staff
S.
No
Name Position Task
1.
2.
3.
4.
5.
6.
7.
2. Support Staff
S.
No
Name Position Task
1.
2.
3.
4.
5.
6.
7.
34
FORMAT OF CURRICULUM VITAE (CV)
FOR PROPOSED PROFESSIONAL STAFF
1. Proposed Position:
2. Name of Firm:
3. Name of Staff:
4. Profession:
5. Date of Birth:
6. Years with Firm/Entity: Nationality:
7. Membership in Professional Societies:
8. Detailed Tasks Assigned:
9. Key Qualifications:
[Give an outline of staff member’s in-depth and successful experience and training most
pertinent to tasks on assignment. Describe degree of responsibility held by staff member on
relevant previous assignments and give dates and locations, Reference projects, Client’s
acknowledgments of successful completion of projects. Use about half a page.]
10. Education:
[Summarize college/university and other specialized/management/ professional education of
staff member, giving names of schools, dates attended, and degrees obtained. Use about one
quarter of a page.]
11. Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held
by staff member since graduation, giving dates, names of employing organizations, titles of
positions held, and locations of assignments. For experience in last ten years, also give types of
activities performed and Client references, where appropriate. Use about three quarters of a
page.]
12. Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and
writing]
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.
Date:
[Signature of staff member and authorized representative of the Firm]Day/Month/Year
Full name of staff member:______________________________________
Full name of authorized representative: ___________________________
35
ACTIVITY (WORK) SCHEDULE
A. Activity Schedule:
Week wise Program (in form
of Bar Chart)
[1st, 2nd, etc. are weeks from
the start of assignment]
Total
S. No Item of
Activity
(work)
1st
2nd
3rd
4th
5th
Months
B. Completion and Submission of Reports:
S.No Reports Program: (Date)
Inception Report
Demand Assessment Report
Draft Feasibility Report
Feasibility Report
36
FORMAT OF BANK GUARANTEE FOR PERFORMANCE SECURITY
(To be stamped in accordance with Stamp Act)
(Name of Bank) ........................... hereby agree unequivocally and unconditionally to pay at
Hyderabad within 48 hours on demand in writing from Andhra Pradesh Industrial Infrastructure
Corporation (APIIC) or any Officer authorized by it in this behalf, of any amount up to and not
exceeding Rs. ...... (Rupees................only) (an amount equivalent to 2.5 % of the awarded
Lump sum Fees) to the said Andhra Pradesh Industrial Infrastructure Corporation Limited on
behalf of ......................, (hereinafter referred to as Bidder) who have undertaken to APIIC to
provide Consultancy Services for preparation of Master plan & Detailed Feasibility Report (DFR)
for the proposed model industrial park at Sirasambedu, Pellakur, SPSR Nellore, Andhra
Pradesh.
This guarantee is irrevocable and shall be valid and binding on this Bank up to and including
(date corresponding to ...... months from the date of execution of the Agreement) and shall not
be terminable by notice or any change in the constitution of the Bank or the form of contract or
by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged
by any extension of time or variations or alterations made, given, concerned or agreed with or
without our knowledge or consent, by or between parties to the said within written contract.
In case any dispute arising out of or in connection with the encashment of Bank Guarantee, the
courts in Chennai will have jurisdiction.
We .........................(name of the Bank) do hereby irrevocably undertake to, without any
reference to the consultant or any other person and irrespective of the fact whether any dispute
is pending between APIIC and the consultant before any court or tribunal or arbitrator relating
thereto, pay the amount due and payable under this guarantee without any demur, merely on a
demand from APIIC stating that the amount claimed is due by way of loss suffered by reason of
any breach by the said consultant of any the terms and conditions contained in the said RFP and
other communications or by reason of the said consultants failure to perform the covenants of
the same. Any such demand made on the Bank shall be conclusive, absolute and unequivocal
as regards the amount due and payable by the Bank under this guarantee.
Place:
Date:
Signature
-----------------------
For
-----------------------
Banker’s Rubber Seal and Full Address
37
SECTION 5
FINANCIAL PROPOSAL - LETTER OF SUBMISSION
[Location, Date]
From: (Name of Firm) To: (Address of APIIC)
_____________________
______________________
Sir,
Subject Preparation of Master Plan & Detailed Feasibility Report (DFR) for
Development of Model Industrial Park at Sirasanambedu, CN Peta and
Nandimalla(V), Pellakur(M), SPSR Nellore District, Andhra Pradesh.
We, the undersigned offer to provide the consulting services for the above in accordance with
your Request for proposal dated xxxxx and our proposal (technical and financial proposal)
dated xxxxx. Our attached financial proposal is for the sum of Rs. ……….. (Figs) (Rupees.
Words only/-). This amount includes all applicable taxes including local which we have
estimated at Rs. (Figs xxx) (Rupees. words only/-) and is inclusive of the Applicable Taxes
and exclusive Service Taxes.
Our financial proposal is binding upon us up to expiring of validity period of the proposal, i.e.
date xxx.
We undertake that, in competing for and if the award is made to us, in executing the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We understand that you are not bound to accept any proposal you receive.
Lump sum fee for providing services
including out of pocket expenses and all
other expenses, taxes complete but
excluding service tax.
Fee in Rs. figure. (Rupees in words)
Yours sincerely,
Authorized Signature:
Name and Title of Signatory: Name of the Firm:
Address:
38
SECTION 6
TERMS OF REFERENCE
6.1 PREAMBLE
This proposal of APIIC is on establishing a Preparation of Master Plan & Feasibility
Report for Development of Model Industrial Park at Sirasanambedu, CN Peta and
Nandimalla(V), Pellakur(M), SPSR Nellore District, Andhra Pradesh, which will be an
Integrated Industrial Infrastructure with the aim to attract the investments on account of
the proposed Vizag Chennai Industrial Corridor in manufacturing and service industry.
APIIC has identified 9631.35 acres land near Yerpedu, Chittoor district.
6.2 OBJECTIVE
The objective of this consultancy is to prepare a Master Plan with suitable zoning and
Feasibility Report for the purpose of firming up the APIIC’s requirements in respect of
development of the proposed industrial Cluster.
6.3 BROAD SCOPE OF SERVIVES
The scope of services envisaged for the preparation of Master Plan is as follows:
Collection and Review of Available Data
Site Analysis
Boundary Survey
Market Study and Demand Assessment
Planning the Development Needs
Preparation of Master Plan with suitable zoning
Study of Internal & External Infrastructure (Roads, Water, Sewerage, Storm Water,
Power, Solid Waste Management)
Preliminary Engineering
Block Cost estimates
Financial analysis and Project Structuring
Initial Environmental and Social Impact Assessment
Project Implementation Plan
6.4 DETAILED SCOPE OF WORK
6.4.1 Collection and review of available data
On award of work, consultant shall collect the available data with APIIC and also from
other sources relevant to the project. The consultant shall also identify the additional data
and collect the same from the concerned authorities.
39
6.4.2 Site Analysis
The consultant shall carry out an analysis of the identified site and its surroundings. The
site analysis shall include
Location Study
Hinterland Connectivity ( Road, Rail, Port and Airport )
Condition of existing roads and traffic pattern
Socio-economic profile
Available social infrastructure
Existing and proposed developments in the region
Land use pattern , Catchment study
Existing visible utilities
Details of nearby water sources, power and status of availability for the project
Identification of environmentally/ecologically sensitive areas
The above information shall be supported with the data reference and maps of relevant scale
(wherever applicable).
6.4.3 Market Study and Demand Assessment
The Consultant shall review the findings of the perspective plan and information related to
economic sectors and industry types to carry out a focused market survey and demand
assessment specific to the proposed Industrial Node for the next 30 years. The tasks
expected to be carried out as part of the study include:
Market Study
A macroeconomic review of the region to assess regional and locational strengths
and constraints and analysing the investment climate with respect to existing
resources and potential sectors that would influence the successful development of
the proposed project;
Competitor analysis for similar developments in the project area and South India
sub-region and Demand Assessment to analyse future development prospects,
identify target sectors / markets based on the competitive and comparative
advantage to enhance the pace of economic development, and ensure balanced
development.
This detailed overview includes the details of existing clusters, classification of
existing heavy engineering industry, backward linkages for raw material and
technology, forward linkages (markets and marketing channels), share in national
production / exports, segment wise number of units, turnover, exports,
employment, etc.
Developing the estimate for the likely space demand from the identified target
industries for space within the project.
40
Special infrastructure requirements to market the project to targeted companies.
Identify services that could help the project, such as retail, community level
facilities and so on, or that could exploit location-specific resources;
An analysis of the regulatory and policy scenario and institutional mechanism
along with the incentives offered by the Central/State Government. In addition the
consultant will identify policy incentives available as per Central and State
Government policies for applicable industries to promote industrialization (sector
specific policies / support programmes, support under a policy for MSME or pro-
industries etc.)
Inventory of existing, on-going and proposed land use, industry and infrastructure
development initiatives in the vicinity of the proposed project area;
Development of a product mix to be used as a basis for master planning of the
project which will include among other things, a list of industries and activities with
land requirements, estimate of land and building area for commercial, retail,
institutional and supporting amenity developments along with an estimate of
housing demand by housing type, with number of resident population, and
employment estimates.
Study of Economic and Investments Scenario in Andhra Pradesh including the
trends in economy, investment attractiveness, comparison with other states and
regions, leading destinations of investments, attractiveness of proposed hub from
the view of foreign investor etc., shall be studied.
Study the upcoming and proposed major infrastructure developments in the
hinterland.
Carry out SWOT analysis
Carry out one to one interactions with segment wise key players in the and elicit
their expansion plans and their requirements.
Organize stakeholder consultations and extract the view of the prospective tenants
into the proposed industrial region.
Competition Scan
Consultant shall examine similar hubs / estates being planned elsewhere and
benchmark the proposed industrial region in terms of
Land usage mix with the area under commercial, residential, recreational, public
and semi-public amenities
Support infrastructure such as truck terminals, warehouses, service units, parking,
testing labs, training and research centers etc.
Business facilities such as convention Centre, conference halls, exhibition centers.
41
Social infrastructure such as medical facilities, community centers, post office,
banks, educational institutions etc.
Current sale/ lease terms, Current occupancy levels ,Absorption Periods, Target
market tapped
Demand Assessment
The Demand for the proposed industrial region shall be assessed taking into account
the trends in industrial growth, macro-economic and demographic indicators and the
location’s potential to attract end users. The assessment shall include demand
projections for each of the development components over the project period. The
phasing of the development would be based on the demand potential identified.
Target Groups Perceptions & Requirements
Perception about the location
Relocation / Expansion / Investment plans
Preferred space profile sale / lease terms and utility pricing policies
Regulatory framework and Government support requirement related
inputs.
Choosing appropriate Activities / Products
The consultant shall adopt the following approach in selecting the products /
activities after successive rounds of elimination:
List all major products and activities that may possibly be considered based on
market studies and value addition / economic impact criteria.
Determine sectors where the proposed location / region exhibit competitive
strengths- skilled manpower, resource base, cost advantage and large
domestic markets.
Understand global trends in various sectors especially - outsourcing and
contract manufacturing.
Determine the broad domestic and international market potential of the selected
activities and shortlist those worth considering.
Identify constraints in entering select sectors based on user perception /
attitudes; infrastructure and government policy dictate.
Finalize on industries within each sector in which the local area holds clear
advantage-like local skill availability, market access, raw material availability,
external infrastructure quality and linkages, foreign FDI interests etc.
Based on market studies, the consultant shall prepare a implementable marketing
strategy
42
6.4. 5 Infrastructure Demand
Based on the product mix and the industrial / social facilities defined in the demand
assessment, the consultant shall quantity the following infrastructure requirements for
proposed industrial region
o Road network along with capacity by assessing the traffic expected from the
proposed facilities.
o Estimate the water demand for Industrial and domestic demand based on the
defined product mix. Identify the water source and assess it capacity to meet the
required demand.
o Estimate the wastewater demand from the proposed facilities. Identify the disposal
point for the waste water
o Estimate the power demand for the Industrial, commercial, social and other
supporting infrastructure facilities. Identify nearest source for drawing the power.
6.4. 6 Master Plan
The preparation of a Detailed Master Plan with suitable zoning will be preceded by the
formulation key design and development principles for the Master Plan. Among other
things these will include KPIs for sustainable development. These principles and KPIs will
also become the basis of evaluation for three master plan options to be developed and
presented to the client for their consideration. Each of the concepts will at a minimum
include the following:
Overall illustrative master plan at a scale of 1:2500 illustrating general delineation of
proposed land uses, building massing, vehicular and pedestrian circulation, open
space relationships, and development character
Circulation plan at the level of arterial, sub-arterial and collector street network,
including site ingress/egress, vehicular circulation patterns, pedestrian circulation and
vehicular parking
Broad location, demand and plots identified for various infrastructure components
including but not limited to water, sewerage, drainage, power, gas and
telecommunication infrastructure
Preliminary open space plan
Land and building area statement with ground coverage, FSI, building mass and bulk
metrics.
In consultation with the client, carry out an assessment of the three concept master
plans using the KPIs and assessment criteria and provide recommendation on the
preferred master plan.
Develop the Client approved master plan option with the following:
Overall illustrative master plan at a scale of 1:2500 illustrating final delineation of
proposed land uses, building massing, vehicular and pedestrian circulation, open
space relationships, and development character
43
Circulation plan at the level of arterial, sub-arterial and collector street network,
including site ingress/egress, vehicular circulation patterns, pedestrian circulation and
vehicular parking
Firm location and plots identified for various infrastructure components including but
not limited to water, sewerage, drainage, power, gas and telecommunication
infrastructure.
Final open space plan and landscape development strategy.
Up to 5 final high quality 3D aerial or eye-level renderings for design theme and
character of the development.
Final land and building area statement with ground coverage, FSI, building mass and
bulk metrics.
Detailing of the final Master plan shall include the following:
Land use mix and land area allocation for various uses in a form of land use map with
illustrative building footprints and tabulation of land areas.
Identification of Right-of-Way for all major utility corridors, transportation networks etc.
Urban Design guidelines to supplement statutory development control regulations to
bring about a cohesive development pattern and design element in to the
development.
Numbered plot plan with sizing for each developable parcel within the proposed
development.
Schematic representation of key design features within the development like
gateways, key nodes, junctions, plazas etc., as a guidance for development by the
clients in the future.
Open space and landscape strategy with typical details for three typologies of
landscape – maintained parks and gardens with hardscape, softscape and street/park
furniture; basic ground covered landscape areas with shrubs and planting; natural
areas with native vegetation and managed landscapes.
Prepare a 4 minute 3D aerial fly-through video (with background score and narration)
of the Detailed Master Plan, highlighting the thematic elements, the quality of the built
environment including scale and massing of the buildings, landscape in order to
convey the economic context and business advantages of the proposed development.
6.4.7 Study of External Infrastructure
Road Connectivity- Consultant should study the present condition of the access road
leading to the project site. Traffic studies need to be carried out to assess the existing
traffic density. Generated traffic and induced traffic shall be estimated and the condition
of the existing access road to be provided along with suggestions for improvement.
Water – Based on the identified source of water, the consultant shall design the facilities
required for drawing the water from the source to the proposed facility.
44
Power – Consultant shall provide the details for drawing the power from the identified
substation to the proposed facility.
6.4.7 Preliminary Engineering Design and Block Cost Estimates
The consultant should carry out preliminary engineering for the identified internal and
external infrastructure components and shall prepare cost estimates for the components
required for developing the project. Standard schedule of rates of Government of Andhra
Pradesh shall be used for estimating the cost.
6.4.11 Financial Viability Analysis
Develop a financial feasibility model by taking into account the proposed development
mix, broad costs for development, broad project structuring, technical data and Demand
assessment made by the consultant and conducting a sensitivity analysis by taking in to
account various factors that could impact the development including pricing, income and
cost assumptions, EBIDTA cash flows over the project period, and assessment of project
returns (NPV, Pay back method and IRR) and would touch the following areas:
Estimate project revenues by assessing space absorption pattern and determining
lease rent / User fee
Estimate Project Cape, periodic asset replacement/ maintenance expenditure
Estimate operating expenses.
Project cash flow considering project execution period, phasing and funding mix
Assessing financial viability with a horizon of 20 year period with IRR, NPV, Pay Back
period
Understanding the lender’s comfort by using Debt service coverage ratios
Sensitivity analysis based on variations in absorption pattern, revenue streams,
project cost, debt cost and O&M assumptions.
6.4.12 Project Structuring for Implementation the Project
Different implementation options shall be analyzed based on the viability and sensitivity
analysis. The following details shall be captured under this section.
Identify all income streams, financially structure the project and to work out the
financial viability indicators of the project by considering different revenue models.
Examine and establish the feasibility of financing the project on various modes with
least support / no support from APIIC including the PPP route
Examine and suggest suitable legal and institutional framework for the project
development.
The consultant shall examine the advantages and disadvantages of different modes/
method by which the project could be implemented
45
Draw the implementation strategy for the project where the details regarding the
responsibilities involved in the project development and operation stage shall be
identified and listed.
6.4.13 Initial Environmental and Social Impact Assessment
Consultant shall carry Initial Environment and Social Impact assessment study. The
assessment should flag the environmental and social issues that are expected due to the
proposed project. The consultant is also expected to study the compatibility of the
present project with respect to the EIA notification and suggest plan of action for
undertaking environmental clearance.
6.5 PROPOSED DELIVERABLES, TIME FRAME AND TERMS OF PAYMENT
S. No Deliverable Timeframe ( from the date of signing of
agreement with APIIC)
(% of agreed fee) Payment
1. On completion of Stage-I services
Two weeks 5%
2. Stage-2 Services One Month 35%
3. Draft Detailed Feasibility Report and DRAFT MASTER PLAN(Stage-3 Services)
Three Months 25%
4. Detailed Feasibility Report and MASTER PLAN with BROAD ESTIMATE(Stage-4 Services)
Four Months 25%
5. On acceptance of Detailed Feasibility Report by APIIC(Stage-5 Services)
10%
All the documents, drawings as per the deliverables described below should be submitted both
in hard copies 3 Sets and in soft copies (both in PDF and editable formats).
1. INCEPTION REPORT (STAGE-1)
The Consultants shall submit a report on the approach and methodology to be adopted for
the study, action plan and key activities to be undertaken as part of the study. Site inspection
report with all local aspects with Base plan (prepared on basis of primary Data from APIIC
and other sources).
2. INTERIM REPORT (STAGE-2)
(Pre-Draft Master Plan and Pre-feasibility Report)
Site Analysis
46
The survey and analysis of hinterland connectivity (Rail, Road etc.), existing
Infrastructures like water sources, drainage, power, to analyze the site surroundings to
design conforming existing environmental and social issues and surrounding features.
Boundary Survey (ETS Survey)
Catchment Profile Analysis:
Socio-economic profile of the catchment area (existing and expected in near future) Key
industrial, commercial, residential, institutional, landmarks in the catchment area and their
potential impact local expertise of the people should be examined.
Availability of social infrastructure in terms of proximity to existing and proposed
educational facilities, healthcare facilities, entertainment and recreational facilities.
Availability of minerals and raw materials and existing ancillary facilities and power and
water availability proximity to the major industrial cities should be explored.
Market Assessment:
Market assessment should comprise of the following but not limited to:
It should consist of detailed market assessment of the catchment areas and identify the
existing and emerging opportunities with reference to the proposed development on the
subject land parcel.
Based on the detailed market assessment undertaken the consultant shall indicate the
scale of development of Industrial Park.
Based on the analysis conducted the consultant shall determine the project components
for development of Industrial Park assessing the land requirements for individual
Development components keeping in mind the specialized common facilities, zoning of
the project components and preferred land allocation for the identified facilities.
Based on the above inputs the consultant should prepare draft master plan clearly
indicating the zoning.
The pre-feasibility report should discuss the potential of identified sectors and services
required for the identified sectors and corresponding broad bifurcation into zones.
3. Draft Feasibility Report and DRAFT MASTER PLAN (STAGE-3)
Draft Master Plan
The master plan layout with relevant social and physical infrastructure should be finalized after
the initial discussions with the authority, and the incorporation of appropriate recommendations.
The Draft Master Plan and Feasibility Report shall include following:
Concept of development;
Proposed land use: Residential, Commercial (formal and informal), Industrial, Public and
semi-public, Roads/transportation, etc.
Social infrastructure (socio-cultural, education, health, recreation, skill development etc.);
47
Physical Infrastructure (water supply, sewerage, drainage, power and solid waste
management)
Financial Viability Analysis
A detailed Financial Analysis shall be undertaken in order to assess the viability of
the Project. The financial viability analysis would be based on the technical data
and Demand assessment made by the consultant. The viability assessment shall
be carried out by using IRRs, NPVs and Pay back method and would touch the
following areas:
Estimate project revenues by assessing space absorption pattern and determining
lease rent / User fee
Estimate Project Cape, periodic asset replacement/ maintenance expenditure
Estimate operating expenses.
Project cash flow considering project execution period, phasing and funding mix
Assessing financial viability with a horizon of 20 year period with IRR, NPV, Pay
Back period
Understanding the lender’s comfort by using Debt service coverage ratios
Financial modelling.
Sensitivity analysis based on variations in absorption pattern, revenue streams,
project cost, debt cost and O&M assumptions
4. Feasibility Report and MASTER PLAN with BROAD ESTIMATE (STAGE-4)
The consultant shall prepare the Master Plan Layout taking into account all applicable
development control regulations, norms & standards, bye-laws and best practices keeping in
view all the required Clearances, Sanctions and Approvals required from respective
organizations/ agencies for execution of this project.
TECHNICAL SPECIFICATIONS AND BROADESTIMATES
Ground Arrangement Drawing, Technical Specifications and Broad Estimates
containing all infrastructure components including but not limited to Road Network,
Drainage System, (including Storm Water Drains, etc.), Water Supply System, Power
Supply (Sub-station, Under Ground Cables, Street lights, etc.), Solid Waste Handling
System, Sewage System (including STP, etc), Open Area Landscaping etc., planned
for the Industrial Cluster shall be prepared.
A comprehensive road network is to be planned considering the site contours and
layout options. Planning of the road should be done as per the prevailing IRC
standards. The carriageway and ROW of the roads should be designed keeping in
mind the traffic projections and services to be provided. The consultant shall prepare
GAD drawings CD works and typical cross sections of the proposed roads. The road
layout clearly indicating various typical cross-sections should be prepared by the
consultant.
48
The consultant would have to systematically assess the requirement for utilities
including but not limited to water supply, power requirement, sewage, storm water
drainage, municipal solid waste etc.
A comprehensive water supply system should be planned to cater to the requirements
of the proposed Industrial Cluster. The water supply lay out should be designed
following existing topography of the site. The proposed scheme should clearly indicate
source, pumping main, water supply distribution network, UGR, OHR and other
necessary water supply components.
A comprehensive drainage system should be indicated with Position of outlet etc.,
after discussion with concerned authorities.
Suitable sewerage system should be planned with STP facility. The schematic
drawing shall include the sewage network and the necessary components as per
requirement.
Suitable power supply system including substations other switching and transmission
arrangements should be indicated.
49
7. COMBINED PLAN
50