Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
म.�.वेअरहाउसगंए�डलॉिजि�ट�सकॉरपोरेशन
�धान काया�लय – ऑफस कॉ��ले�स, �लॉक‘अ’, गौतम नगर, भोपाल – 462023
website : www.mpwarehousing.com; e-mail : [email protected]
MPWLC/Const./2019-20/2551 Bhopal, Dt08-Sept, 2020
NOTICE INVITING TENDER
For
Appointment of Transaction Advisor for Establishment of World Class Multi-Modal
Logistics Parks (MMLPs) in the State of Madhya Pradesh
MPWLC intends to establish world class multi-modal logistics hubs in M.P. State for maximizing
its unique locational advantage, well connected road, rail and air connectivity and a booming
agro, forestry, mining and manufacturing industry.
MPWLC therefore invites online proposals from competent and experienced Consulting
Companies to provide feasibility studies, techno-economic reports, transaction advisory and
assist in bid process management for establishing MMLPs in the State.
The bid documents can be viewed from the website of MPWLC (www.mpwarehousing.com) and
downloadable from e-procurement portal http://mptenders.gov.infor a fee of Rs 10,000.00 (Rs
Ten Thousand only) from 08-Sept.-2020.All further details / revisions / amendments in context
of this Bid Document will be available only thru above portals.
Bidders are requested to note the following important dates:
1 Pre-Bid Meeting
18-Sept.-2020 (Friday), 11.00 hrs, thru video
conferencing only. (VC details shall be uploaded at
www.mpwarehousing.com and
http://mptenders.com)
2 Bid with EMD Submission On or before 29-Sept.-2020(Tuesday), 11.00 hrs
3 Opening of Eligibility Criteria
documents On 29-Sept.-2020 (Tuesday), 14.00 hrs
4 Opening of Financial Bid On 03-Oct.-2020 (Saturday),14.00 hrs
Managing Director
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 2 of 31
Madhya Pradesh Warehousing and Logistics Corporation
(Department of Food, Civil Supplies and Consumer Protection,
Government of Madhya Pradesh)
Request for Proposal
for
Appointment of Transaction Advisor for establishment of Multi-
Modal Logistics Parks in M.P. State
RFP Document No : NIT No. 2551/08.09.2020
Managing Director
Madhya Pradesh Warehousing and Logistics Corporation
Office Complex, Block 'A' Gautam Nagar, Bhopal- 462023
Phone: +91-755-2600509, 510 Fax: +91-755-2600384
Website: http//: www.mpwarehousing.com
Email: [email protected], [email protected]
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 3 of 31
Table of Contents
S.No. Description Page No
1.0 Executive Summary 5
2.0 Instructions to the Bidders 6
2.1 Availability of RFP Document 6
2.2 Preparation and Submission of Proposal 6
2.3 Bid Data Sheet 8
2.4 Communication 9
3.0 Qualification Criteria and Bid Evaluation 9
3.1 Evaluation Methodology 9
3.2 Pre-Qualification Criteria 10
3.3 Financial Bid Evaluation 10
3.4 Selection of The Bidder 11
3.5 Award ofContract 11
3.6 Confidentiality 11
4.0 Scope of Work 11
4.1 Feasibility Study 11
4.2 Techno-Economic Study 12
4.3 Final Report 12
4.4 Policy Formulation 12
4.5 Bid Process Management 12
4.6 Exit Management 13
5.0 Deliverables 13
6.0 Payment Schedules and Penalties 13
6.1 Payment Milestones 13
6.2 Penalties 14
7.0 Terms and Conditions Governing the Contract 14
7.1 Signing of Contract 14
7.2 Contract Period 14
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 4 of 31
S.No. Description Page No
7.3 Contract Agreement 14
7.4 Performance Bank Guarantee (PBG) 14
7.5 Transfer / Sub-Contracting 15
7.6 Termination of Bidder 15
7.7 Liquidated Damages 15
7.8 Amendment 16
7.9 Corrupt / Fraudulent Practices 16
7,10 Resolution of Disputes 16
7.11 Legal Jurisdiction 16
7.12 Indemnity 17
7.13 Publicity 17
7.14 Performance Obligations 17
7.15 Force Majeure 17
7.16 Right to Terminate the Process 18
8.0 Annexures 19
8.1 Annexure I: Covering Letter for Eligibility Criteria 19
8.2 Format of Project Details 21
8.3 Self-Declaration for not being Blacklisted by any Government Entity 22
8.4 Format for Queries 23
8.5 Annexure II: Financial Proposal Format 24
8.6 Statement of No Deviation from the RFP Requirements 26
8.7 Annexure III: Format of Performance Bank Guarantee (PBG) 27
End of Document 30
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 5 of 31
LIST OF ABBREVIATIONS USED IN THIS DOCUMENT
Abbreviation Full Form of Abbreviation
AoA Articles of Association
EMD Earnest Money Deposit
Govt. Government
GST Goods & Service Tax
IT Income Tax
LOI Letter of Intent
M.P. Madhya Pradesh
MMLP Multi Modal Logistics Park
MoA Memorandum of Agreement
MPWLC Madhya Pradesh Warehousing and Logistics Corporation
PAN Permanent Account Number
PBG Performance Bank Guarantee
PPP Public Private Partnership
PSU Public Sector Undertaking
RFP Request for Proposal
Rs Indian National Rupees
SEZ Special Economic Zone
SWOT Strengths-Weakness-Opportunities-Threats
VC Video Conferencing
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 6 of 31
1.0 EXECUTIVE SUMMARY
Madhya Pradesh State is the 2nd largest state in the Country with unique location advantage
of being centrally located in the country with 18 national highways passing across it, 7
railway divisions (highest in the country), 20 major railway junctions and 5 operational
airports. The State shares borders with 5 major states, is in close proximity to 9 states and
well connected to both sea-coasts of the Country. The State plays a very important and vital
link connecting East-West and North-South corridors.
The State is doing extremely well in Agriculture, Horticulture and Forest Produce; is rich in
Mineral Resources (home to largest reserves of diamond and copper in India) and has a well-
established Tourism Industry. The State is not only home to 5 big Industrial Hubs at
Mandideep, Pithampur, Dewas, Jabalpur and Gwalior but also has 6 Ordnance Factories
manufacturing variety of products for the Indian Armed Forces.
With the above inherent advantages, the State now intends to set up Multi-Modal Logistics
Parks across various strategic locations on a PPP mode that shall be a stimulus to the growth
of the economy of the State.
MPWLC, hereby invites Bids from qualified entities having adequate experience in preparing and
providing feasibility studies, techno-economic reports, advisory services, transaction
management services, master development plans, etc. as indicated in the pre-bid eligibility
criteria of this Bid Document. The details regarding submission of the Bids along with date of pre-
bid meeting has been highlighted in the Section 2.3, Bid Data Sheet.
AtmaNirbhar Madhya Pradesh
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 7 of 31
2.0 INSTRUCTIONS TO THE BIDDERS
While every effort has been made to provide comprehensive and accurate background
information, requirements and specifications, Bidders must form their own conclusions about
thesolutionneededtomeettherequirements.BiddersandrecipientsofthisRFPmaywishto consult
their own legal advisers in relation to thisRFP.
AllinformationsuppliedbyBiddersmaybetreatedascontractuallybindingontheBidders,on
successful award of the transaction advisory assignment by MPWLCon the basis of thisRFP.
No commitment of any kind, contractual or otherwise shall exist unless and until a formal written
contract has been executed by or on behalf of
MPWLC.AnynotificationofpreferredBidderstatusbyMPWLCshallnotgive rise to any enforceable
rights by the Bidder. MPWLCmay cancel this RFP at any time prior to a formal written contract
agreement being executed by or on behalf of MPWLC.
This RFP supersedes and replaces any previous public documentation & communications, and
Bidders should place no reliance on such communications.
This section specifies the procedures to be followed by Bidders in the preparation and
submission of their bids. Information is also provided on the submission, opening, and evaluation
of bids and on the award of contract. It is important that the bidder carefully reads and examines
the RFP document.
2.1 Availability of RFP Document
Intimation of RFP Document will be available on the website of
MPWLC(www.mpwarehousing.com) and downloadable from e-procurement portal
http://www.mptenders.gov.in
2.2 Preparation and Submission of Proposal
2.2.1 Completeness of Bids
Bidders are advised to study all instructions, forms, terms, requirements and other information
in the RFP document carefully. Submission of bid shall be deemed to have been done after careful
study and examination of the RFP document with full understanding of its implications. The
response to this RFP should be full and complete in all respects. Failure to furnish the information
required by the RFP documents or submission of a proposal not substantially responsive to the
RFP documents in every aspect will be at the Bidder's risk and may result in rejection of its
proposal. The RFP document is not transferable to any other Bidder.
2.2.2 Language
The bid as well as all correspondence and documents relating to the bid exchanged by the bidder
and MPWLC, shall be in English language only.
2.2.3 Submission of Bid on e-procurement portal
The bidder is responsible for registration on the e-procurement portal at their own cost. The
Bidders are advised to go through the e-procurement guidelines and instructions, as provided on
the e-procurement website, and in case of any difficulty related to e-procurement process, may
contact the helpline number mentioned on their website. The Bidder shall submit the proposals
online and are requested to not the following:
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 8 of 31
a. Proposal that are incomplete or not in prescribed format will be rejected.
b. The Eligibility Criteria and Financial Proposal should be submitted only through the e-
procurement Portal.
c. Eligibility Criteria - Scanned copy in pdf file format, signed on each page, with file name
clearly mentioning: “Eligibility Criteria Documents for MPWLC Tender No __________________.
The proposal should be as per the format provided in Sections 8.1 and 8.2.
d. Financial Proposal – Financial Proposals would be filled on e-procurement portal.
e. The Financial Bid would cover all that is required to meet and deliver successfully the scope
of work as mentioned in this RFP and should be inclusive of all the expenses/costs including
applicable levies, duties, cess, fees etc.
f. Conditional proposals shall not be accepted on any ground and shall be rejected straightway.
If any clarification is required, the same should be obtained before submission of the bids.
g. Bidders are advised to upload the proposals well before time to avoid last minute issues.
h. The bid has to be submitted only online through www.mptenders.gov.inwebsite. No physical
submission of bids would be acceptable.
2.2.4 Late Bids
Proposal after due date and time shall not be accepted.
2.2.5 Bid Validity
The RFP offer must be valid for a period of 180 days from the due date of submission of proposal
as mentioned in this RFP or subsequent corrigendum (if any).
2.2.6 Cost and Currency
The offer must be given in Indian Rupees only. The price will remain fixed for the period of the
contract and no changes for any reason whatsoever will be allowed. The bidder shall bear all the
costs associated with the preparation and submission of its bid, and MPWLC will in no case be
responsible or liable for these costs, regardless of conduct or outcome of bidding process.
2.2.7 Interpretation of the clauses in the Bid Document
In case of any ambiguity in the interpretation of any of the clauses in the RFP, by signing this RFP
document, the Bidder agrees to abide by the interpretation of the clauses by Managing Director,
MPWLCandwhich shall be final and binding on the bidder.The decision taken by MPWLC in the
process of bid evaluation will be full and final.
2.2.8 Amendment of Bid Document
At any time prior to the deadline for submission of bids, MPWLC for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Bidder, may modify /
amend the bid documents. Any such communication shall be posted on website and bidders are
requested to visit the e-procurement website for updates, modification and withdrawal of Offers.
2.2.9 Deviations
The bidder shall not be allowed to make any deviation whatsoever from the terms and condition
and technical specifications specified in the RFP. All the bidders should submit “No Deviation
Form” as per the format given in Section 8.6
2.2.10 Earnest Money Deposit (EMD)
a) The Bidder shall furnish a Earnest Money Deposit (EMD)as detailed in Bid Data Sheet
b) No interest shall be payable on EMD under any circumstances.
c) Unsuccessful Bidder’s EMD shall be discharged or returned within 60 (Sixty) days of
expiration of the period of proposal validity or after awarding tender to successful Bidder.
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 9 of 31
d) In case of successful Bidder, the EMD shall be returned upon signing of agreement and
submission of performance bank guarantee.
e) The EMD shall be forfeited by MPWLC, on account of one or more the following reasons-
i. If a bidder withdraws its bid during the period of bid validity
ii. If the bidder fails to sign the agreement in accordance with terms and conditions
(Only in case of a successful bidder)
iii. Fails to furnish performance bank guarantee as specified in annexure
iv. Information given in the proposal is found inaccurate/incomplete
2.3 Bid Data Sheet
Particular Details
Tender Number NIT No. 2551/08.09.2020
Client M.P.Warehousing and Logistics Corporation, Government
of Madhya Pradesh
Address and Concerned Person for
Correspondence
Managing Director
Madhya Pradesh Warehousing and Logistics
Corporation; Office Complex, Block 'A' Gautam Nagar,
Bhopal- 462023
Phone: +91-755-2600509, 510
Point of Contact related to this Bid
Document
• Mr Mukesh Kushwaha, Superintendent Engineer;
+91-9406 542927; [email protected]
• Mr Bhanu Bitra, Consultant – PMU, Directorate of
Food, Civil Supplies & Consumer Protection;
+91-9713 003522; [email protected]
Cost of Bid Document
Non-refundable fee of Rs 10,000.00(Rs Ten Thousand
only) &Processing Fee along-with taxes to be paid online
through the e- procurement portal.
EMD / Bid Security Amount
Rs. 5.00 (Five)Lakhs to be paid online through e-
procurement portal valid for a minimum period of 210
days.
Method of submission of Proposal Only through e-Procurement portal
Pre-Bid Meeting
18-Sep-2020 (Friday), 11.00 hrs, thru videoconferencing
only. (VC details shall be uploaded at
www.mpwarehousing.com and http://mptenders.com)
Bid and EMD Submission On or before 29-Sep-2020 (Tuesday), 11.00 hrs
Date and time for opening of
Eligibility Criteria Documents On 29-Sep-2020 (Tuesday), 14.00 hrs
Date and time for opening of
Financial Proposal On 03-Oct-2020 (Saturday),14.00 hrs
Performance Bank Guarantee
Amount equivalent to 10% of the total contract amount
within 7 days of issue of LOI. The PBG should be issued by
a Scheduled / Nationalized Bank in India, in favour of
Managing Director, M.P.Warehousing and Logistics
Corporation at Bhopal
Bid Validity
Minimum 180 days from the due date of submission of
proposal as mentioned in this RFP or the subsequent
corrigendum (if any)
Technical Presentation If Required
Note: All further corrigendum/ addendum shall be uploaded on the e-procurement portal
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 10 of 31
2.4 Communication
• Only written communication with / from / between MPWLC and Bidder prior or post award
of Contract will be valid. All oral / verbal instructions have to be recorded and approval taken
to be considered as a valid instruction.
• All communication shall be addressed to Managing Director, Madhya Pradesh Warehousing
and Logistics Corporation.
3.0 QUALIFICATION CRITERIA AND BID EVALUATION
3.1 Evaluation Methodology
3.1.1 Bid Opening
a. Bid Opening shall take place through the e-Procurement Portal. Online Proposals submitted
along with the EMD and Tender Fee shall be considered for Bid opening as per the timelines
mentioned in the Bid Data Sheet.
b. In case of EMD not received as per the timeline mentioned in Bid Data Sheet, the bid
submitted in e-Procurement Portal would be rejected.
c. A maximum of two representatives from each Participating Organization would be allowed
to attend the Tender Opening. The Bidder’s representatives, who may choose to attend the
session, should attend the Tender opening on the date and time mentioned in the Bid Data
Sheet or as per the Date and Time revised in the subsequent communication given through
the e-procurement portal.
d. During bid opening, preliminary scrutiny of the bid documents will be made to determine
whether they are complete, whether required bid security has been furnished and whether
the bids are generally in order. Bids not conforming to such preliminary requirements will
be prima facie rejected.
e. To assist in the scrutiny, evaluation and comparison of offers, the Bidders may be asked for
clarification of their offers on any of the points mentioned therein and the same may be sent
through email. No change in the prices or substance of the bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors discovered in the evaluation
of the bids.
3.1.2 Bid Evaluation
Bids will be evaluated as per the following process:
a) Evaluate and compare the bids that have been determined to be substantially responsive.
b) Review the Eligibility Criteria. To assist in the examination, evaluation, comparison of the
bids and qualification of the Bidders, the Bidder maybe asked for a clarification of its bid.
c) Bidders meeting the minimum eligibility criteria shall be shortlisted for opening of financial
bids.
d) The Financial Bids of only those Bidders who meet the minimum eligibility criteria norms
will be opened in the presence of their representatives (not more than 2), who may choose
to attend the session on the specified date, time and address mentioned in the Bid Data Sheet
or in the e-procurement portal.
3.1.3 Failure to Agree with the Terms and Conditions of the RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute
sufficient grounds for the annulment of the proposal or the award, in such event MPWLC would
reject the proposal and forfeit the EMD as specified in the document.
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 11 of 31
3.2 Pre-Qualification Criteria
S.No. Criteria Minimum Qualifying Criteria
1 Legal Entity
• Company should be registered under the Companies Act1956
/2013 or Partnership Firm and must have been in operation for a
period of at least 5 (Five) years as of March 31, 2020.
• Registered with requisite Statutory Authorities
Bidder to submit following documents :
• Certificate of Incorporation/MoA – AoA of the Company
• GST Registrationcertificate
• PANCard
• IT returns for the previous five financial years
• Other tax certificates (as applicable)
2 Joint Ventures • Joint Ventures are not allowed to participate in this Bid
3 Annual Turnover
• Minimum Rs. 20 (Twenty) Crores as an average turnover of
preceding 3 years as on 31-March 2020
• Bidder to submit extracts from the audited Balance sheet and
Profit & Loss;orCertificate from the Statutory Auditor
4 Performance
The bidder must not have any record of poor performance or
abandoned work and should not have been blacklisted or their contract
terminated by Central Govt. / any State Govt. / any Govt. Organization
or Department in India at the time of Bid submission. The applicants
should be required to submit an affidavit certifying this. If this is later
found to be false, the application fees and any performance guarantees
would be forfeited.
6 Fees The Bidder should have made a payment of Bid document fee and
should have submitted Bid Security as per Bid Data Sheet
7
Advisory /
Consultancy /
Feasibility
Services
Bidder should have provided advisory / consultancy / feasibility
services in past 7 years for setting up of at least 5 projects, with project
size more than 200 Cr or project to be built on more than 100 acres, in
any of the following domains:
• Transportation / Logistics
• SEZs / Industrial Parks
• Smart Cities / Large-scale mixed-use development projects
• Integrated Development Projects
(Refer Clause 8.2.1)
8 PPP Projects
Experience
Bidder to have experience of providing at-least 3 project proposal in
last 7 year on PPP mode
(Refer Clause 8.2.2)
• MPWLC reserves right to visit (or conduct telephonic verification) bidder’s customers where
such a similar project execution has taken place.
3.3 Financial Bid Evaluation
The financial bids of qualified bidders will be opened. Financial bids, not substantially responsive
or incomplete in any manner, are liable to be disqualified. The bidder with lowest financial bid
will be declared as Lowest Bidder (L1).
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 12 of 31
3.4 Selection of the Bidder
MPWLC intends to allot this bid in the following manner:
a. Bidder meeting eligibility criteria with L1 rate shall be the successful bidder.
b. In an event wherein two or more Bidders have Bid at the same price and having met
minimum eligibility criteria, a computer assisted lottery system shall be utilised to determine
the lowest bidder.
c. In the event the successful bidder (L1) withdraws or is not ready for engagement for any
reason after opening financial bids, their EMD will be forfeited, can be blacklisted and not
allowed to participate in any future tenders of the Department whether as a stand-alone
entity or as a consortium / Joint Venturepartner.
d. MPWLCwill then invite the bidder with next lowest rate for engagement with same
conditions as detailed above.
e. Accepted financial bid between MPWLC and lowest Bidder following above process “c” and
“d” shall be considered as the Lowest Bid (L1)
3.5 Award ofContract
3.5.1 Right to Accept Any Proposal and To Reject Any or AllProposal(s)
a. MPWLC reserves the right to accept or reject any proposal, and to annul the bid process and
reject all proposals at any time prior to award of contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for MPWLCaction.
3.6 Confidentiality
a. Any attempt by a Bidder to influence MPWLC in the evaluation of the bids or contract award
decisions may result in the rejection of its bid.
b. If any Bidder wishes to contact MPWLC during/after opening of the Bid to award of contract.
they may do so only in writing.
4.0 SCOPE OF WORK
4.1 Feasibility Study
The aims of this feasibility study are:
• Provide viability study of setting up MMLPs in the State.
• Assist in taking Go / No Go decision on setting up MMLPs in the State
• Assist in short-listing the quantities, types, and locations of MMLPs in the State
• Assist in understanding the risks associated while setting up MMLPs in the State
It is therefore required that the Transaction Advisor shall provide a comprehensive feasibility
study report that shall address the following at the minimum, and not limited to:
1. Identify the Departments that shall play vital role in establishment of MMLPs and sustain
them further.
2. Coordinate with major Departments of the State such as Agriculture, Horticulture, Animal
Husbandry, Fisheries, Food & Civil Supplies, etc. to gather the produce data and their
requirements so as to create a requirement of MMLP.
3. Coordinate with other Departments such as Mining, Forest, Transport, Railways, etc to assess
their integration with proposed MMLPs.
4. Provide detailed viability analysis of setting up MMLPs.
5. Identify the best PPP option that makes the setting up of MMLPs viable.
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 13 of 31
6. Include relevant data sources in the study report for determining whether setting up of
MMLPs in the State are ideal, achievable, affordable, and sustainable while considering the
scope, cost, location and/or overall socio-economic impact.
7. Detail important issues such as where (and how) the business will operate, suggested
locations and area requirement of MMLPs with a SWOT analysis of each location and
particular emphasis on identifying potential operational challenges.
8. Identify and list out Coordination, Co-operation, Approvals and Tie-ups required by other
Central / State Govt. Departments / PSU’s to make MMLPs viable and successful.
9. Discuss with Companies involved in Logistics Operations or other Entities to get a
preliminary feedback on their interest in setting up MMLPs in the State. The report shall
include details of the same.
10. Include high level development components within MMLPs and high side infrastructure
support for MMLPs.
11. Provide preliminary figures on employment creation and revenue generation to the State.
12. Include current performance report of existing SEZ’s and Industrial Hubs and the learning
outcomes of these projects.
4.2 Techno-Economic Study
Based on approval of the Feasibility Report, the Transaction Advisor shall prepare a Techno-
Economic Study of short-listed MMLP locations that shall address the following at the minimum,
and not limited to:
1. PPP model for each location
2. Current and proposed infrastructure of each location to make them viable along-with
development timelines and expenditure required.
3. Components of MMLPs using location advantage.
4. Ancillary developments required outside of MMLPs to make the MMLPs viable
5. Financial and Revenue models of the MMLPs including IRR.
6. Include and further refine the feasibility study reports to be a basis for Final Report
4.3 Final Report
On approval of Techno-Economic Study Report, Final Report on MMLPs shall be submitted that
shall serve as a decision point on MMLP locations. The Final Report for each MMLP shall consist
of the following:
1. Location and Area requirement.
2. Mode of Land pooling – by State Govt. / Concessionaire / any other means. This part shall
also detail out the process to be followed for Land Acquisition.
3. Current and Proposed Infrastructure for the selected location.
4. Mode of Concessionaire Selection along-with Cash Out-Flow and Revenue Models.
5. Timelines of Bid Process Management.
6. Support required by State / Central Govt. / PSU’s to make the project successful.
7. List of statutory approvals required for the project to go-live.
8. Potential risks that can delay project implementation or impact overall project.
4.4 Policy Formulation
On approval of the Feasibility Report, the Transaction Advisormay be required to provide
necessary documents to the Department for drafting the Policy Document for setting up MMLPs
in the State.
4.5 Bid Process Management
Bids for selection of Concessionaire shall be prepared for each MMLP post approval of Policy
Document on MMLP. The bid process management shall cover the following:
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 14 of 31
1. Bid Document preparation.
2. Drafting of Concessionaire Agreement.
3. Assist Department in Bid Process.
4.6 Exit Management
The Transaction Advisor shall provide an Exit Management Plan that shall outline overall process
followed with all necessary documentation.
5.0 Deliverables:
The Transaction Advisorwill provide deliverables against each Project Stage as given below:
Stage Deliverables Time frame
Project Initiation
• Approach & Methodology to
complete the Scope of Work
• Support required from the MPWLC
3 days from the date of issue of
LOI
Stage-I
Feasibility Study
Submit acceptable draft feasibility
report
45 days from the date of Issue of
LOI
Submit acceptable final feasibility
report
60 days from the date of Issue of
LOI
Stage-II
Techno-Economic
Study
Submit acceptable draft techno-
economic study report
60 days from the date of approval
of feasibility report
Submit acceptable final techno-
economic study report
80 days from the date of approval
of feasibility report
Stage-III
Final Study Submit acceptable final study report
15 days from the date of approval
of techno-economic report
Stage-IV
Bid Process
Management
Prepare acceptable final bid
documents
75 days from the date of approval
of policy document
Completion of contract agreement
with concessionaire
180 days from date of approval of
policy document
6.0 PAYMENT SCHEDULES AND PENALTIES
6.1 Payment Milestones
Payments shall be disbursed to the Transaction Advisor within 7 days of acceptance of invoice
based on the following milestones:
Stage Deliverables for Payment Payment as % of
Contract Amount
Stage-I
Feasibility Study
Submission of acceptable draft feasibility report 18%
Approval of final feasibility report 12%
Stage-II
Techno-
Economic Study
Submission of acceptable draft techno-economic
report 18%
Approval of final techno-economic report 12%
Stage-III
Final Study Approval of final report 10%
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 15 of 31
Stage-IV
Bid Process
Management
Approval of acceptable final bid document 10%
On completion of signing of contract agreement
between MPWLC and Concessionaire 20%
The Transaction Advisor shall submit 3 Hardbound copies and 1 soft copy of all post Approval
reports.
6.2 Penalties
Penalty amounting to 5% of each deliverable will be deducted from each payment milestone for
delays attributable to the Transaction Advisor.
7.0 TERMS AND CONDITIONS GOVERNING THE CONTRACT
7.1 Signing of Contract
a. The Successful Bidder shall execute an agreement within 7 days of issue of LOI from MPWLC.
In exceptional circumstances, on request of the successful bidder in writing for extension,
MPWLC reserves the right to grant an extension for appropriate period after getting satisfied
with the reasons given.
b. In addition to terms and conditions being mentioned hereunder, all terms and conditions of
the RFP and corrigenda issued will also be applicable for the contract.
c. There shall be agreement between MPWLC and Successful bidder. On failure of execution of
the agreement by the successful bidder, the PBG furnished will be forfeited.
7.2 Contract Period
a. The contract period will be for a period of 21 months from the Agreement Date or Completion
of Stage IV deliverables as mentioned in Clause 5.0, whichever is later.
b. The Contract shall be initially made for a period of 21 months from the date of signing of
Agreement.
c. If the Completion of Stage IV deliverables is extended beyond 21 months, the Contract
Agreement will be extended for the time required to complete Stage IV deliverables.
7.3 Contract Agreement
This RFP, in totality will be constituted as part of the Contract Agreement between MPWLC and
Successful Bidder.
7.4 Performance Bank Guarantee (PBG)
a. The Bidder shall be required to submit PBG as specified in Bid Data Sheet within 7 days of
issue of LOI in the format detailed in Section 8.7
b. The PBG shall be denominated in the currency of the contract and will be for an amount as
mentioned in Bid Data Sheet. All charges with respect to the PBG shall be borne by the Bidder.
c. The PBG shall be remaining valid six months beyond the life of the contract.
d. The PBG will be discharged / returned by MPWLC upon being satisfied that there has been
due performance of the obligations of the bidder under the contract. However, no interest
shall be payable on the performance bank guarantee
e. In the event of the Bidder being unable to service the contract for whatever reason,
MPWLCwill invoke the PBG. MPWLC shall notify the Bidder in writing of the exercise of its
right to receive such compensation within 14 days, indicating the contractual obligation(s)
for which the Bidder is in default.
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 16 of 31
7.5 Transfer / Sub-Contracting
a. The bidder has no right to give, bargain, sell, assign or sublet or otherwise dispose of the
Contract or any part thereof, as well as to give or to let a third party take benefit or advantage
of the present Contract or any part thereof.
7.6 Termination of Bidder
a. If the bidder fails to carry out the scope of work in terms of this document within the
stipulated period or any extension thereof, as may be allowed by MPWLC, without any valid
reasons acceptable to MPWLC, MPWLC may terminate the contract after giving 1 months’
notice, and the decision of MPWLC on the matter shall be final and binding on the bidder and
the bidder agrees to not challenge the decision of MPWLC in any court of law or appellate
tribunals or any other competent authority. Upon termination of the contract, MPWLC shall
be at liberty to get the work done at the risk and expense of the Successful Bidder through
any other agency, and to recover from the Successful Bidder compensation or damages.
b. Subject to the provisions mentioned here-under this Agreement shall terminate at the expiry
of the agreement term.
c. Either party may terminate this Agreement if the other party breaches the terms of this
Agreement and fails to rectify it within 30 days of receiving notice of breach.
d. Either party with the consent of the other party can terminate this Agreement by giving 30
days written notice.
e. MPWLC reserves the right to terminate the contract in case Bidder is or gets blacklisted by
the Government of Madhya Pradesh, or any other Department / Ministry of Government of
India during the course of Project or if the Bidder is convicted in a legal/tax evasion case or
on account of any other legal misconduct of the Bidder.
f. In the event MPWLC terminates this Agreement due to the breach of the Bidder as per the
conditions of this agreement, the MPWLC shall be entitled to invoke the Performance Bank
Guarantee.
g. MPWLC may, at any time, terminate the engagement by giving 30 days written notice to the
Bidder without any compensation(if the Bidder becomes bankrupt or otherwise insolvent),
provided that such termination will not prejudice or affect any right of action or remedy
which has accrued or will accrue thereafter to MPWLC
h. The engagement of the Bidder shall be suspended and the Bidder may be blacklisted
forthwith by the MPWLC under following circumstances/reasons:
i. Violation of any condition of the tender/ contract or part of any condition of the tender
contract of engagement, or
ii. On finding software being used is pirated, or
iii. If it is found that during the process of award of contract, fraudulence was made by the
Bidder or the Bidder if found to resort to the fraudulent practice in getting supply order
like offering incentive in terms of free product or money.
i. Before taking final decision on the matter, all concerned will be given reasonable
opportunities to explain their stand. After enquiry, if the Bidder is found guilty, the
engagement of the concerned Bidder for the services in question can be cancelled and other
appropriate legal action shall also be initiated against all concerned. In case of any dispute,
the decision of the Managing Director, MPWLCshall be final and binding.
7.7 Liquidated Damages
In the event of delay or any gross negligence in implementation of the project, for causes solely
attributable to the Successful Bidder, in meeting the deliverables, MPWLC shall be entitled at its
option to recover from the Successful Bidder as agreed, liquidated damages, a sum of 0.5% of the
value of the deliverable which suffered delay or gross negligence for each completed week or part
thereof, subject to a limit of 10% of the total contract value. This right to claim any Liquidated
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 17 of 31
Damages shall be without prejudice to other rights and remedies available to MPWLC under the
contract and law.
7.8 Amendment
No provision of Contract shall be changed or modified in any way (including this provision) either
in whole or in part except by an instrument in writing made after the date of this Contract and
signed on behalf of all the parties and which expressly states to amend the present Contract.
7.9 Corrupt / Fraudulent Practices
a. MPWLC requires that the Bidders under this tender should observe the highest standards of
ethics during the procurement and execution of such contracts. In pursuance of this policy,
MPWLC defines the terms set forth as follows:
b. “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of the public official in the award of the contract, procurement process
or in contract execution;
c. In the event of corrupt practice and fraudulence in addition to penal action as per the terms
and conditions of the contract, legal action shall also be initiated against the concerned.
d. “Fraudulent practice” means a misrepresentation of facts in order to influence award of
contract or a procurement process or an execution of a contract to the detriment of MPWLC,
and includes collusive practice among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to deprive MPWLC of the benefits
of the free and open competition;
e. MPWLC will suspend the award of contract if prima-facie it is established that the bidder had
engaged in corrupt or fraudulent practices in competing for the contract in question.
f. MPWLC will declare a Bidder ineligible after giving opportunity of being heard, either
indefinitely or for a stated period of time, to be awarded a contract if at any time it is found
that the Bidder has engaged in corrupt and fraudulent practices in competing for, or in
executing, this contract.
7.10 Resolution of Disputes
a. MPWLC and the successful bidders shall make every effort to resolve amicably by direct
informal negotiation, any disagreement or dispute, arising between them under or in
connection with the contract.
b. Any dispute or difference whatsoever arising between the parties to this Contract out of or
relating to the meaning, scope, operation or effect of this Contract or the validity of the breach
thereof, which cannot be resolved, shall be referred to a sole Arbitrator to be appointed by
mutual consent of both the parties herein. If the parties cannot agree on the appointment of
the Arbitrator within a period of one month from the notification by one party to the other
of existence of such dispute, then the Arbitrator shall be nominated by the Secretary, Law
Department, Government of Madhya Pradesh (“Law Secretary”). The provisions of the
Arbitration and Conciliation Act, 1996 will be applicable and the award made there under
shall be final and binding upon the parties hereto, subject to legal remedies available under
the law. Such differences shall be deemed to be a submission to arbitration under the Indian
Arbitration and Conciliation Act, 1996, or of any modifications, Rules or re-enactments
thereof. The Arbitration proceedings will be held at Bhopal, Madhya Pradesh, India and the
Bidder unconditionally shall abide by this clause.
c. The Successful Bidder shall have to continue execution of the project with due diligence
notwithstanding pendency of a dispute before any authority or forum
7.11 Legal Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity, execution,
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 18 of 31
interpretation and legal effect shall be subjected to the exclusive jurisdiction of the courts in
Bhopal. No other jurisdiction shall be applicable
7.12 Indemnity
The Successful Bidders/Bidder shall indemnify, protect and save MPWLC (including all its
employees and associated departments) against all claims, losses, costs, damages, expenses,
action suits and other proceeding, resulting from infringement of any patent, trademarks,
copyrights etc. or such other statutory infringements in respect of all components (like system
software, software tools, hardware, use of pirated software, etc.) and the services rendered under
this tender.
7.13 Publicity
Any publicity by the bidder in which the name of the Indenter/buyer is to be used should be done
only with the explicit written permission of the Indenter/buyer.
7.14 Performance Obligations
While providing services as per Scope of Work, the Successful Bidder shall ensure that there is no
infringement of any patent or design rights or violate any intellectual property or other right of
anyperson or entity and shall comply with all applicable Laws, Statute, regulations and
Governmental requirements and he/she shall be solely and fully responsible for consequence /
any actions due to any such infringement.
7.15 Force Majeure
Force Majeure would include natural and unavoidable catastrophe that interrupts the expected
course of events.
a. For purposes of this clause, “Force Majeure” means an event beyond the control of both the
parties (Govt. &Bidder) and not involving the both the parties and not involving the fault of
both the parties or negligence and not foreseeable. Such events may include, but are not
restricted to, instances of, wars or revolutions, fires, floods, epidemics, quarantine
restrictions and freight embargoes which would have an impact on both the parties.
b. If a Force Majeure situation arises, the any of the parties shall promptly notify the other in
writing of such conditions and the cause thereof. Unless otherwise directed by, the bidder
shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
c. MPWLC may also discuss the issue with the Bidder and revise the existing timelines for the
Project. If the Bidder does not complete the Project Implementation in accordance with the
revised timelines, MPWLC will have the option to invoke the Performance Guarantee and/or
terminate this Agreement.
d. If an event of Force Majeure continues for a period of sixty (60) days or more, the parties
may, by mutual agreement, terminate the Contract without either party incurring any further
liabilities towards the other with respect to the Contract, other than to effect payment for
services already delivered or performed.
e. The Force Majeure circumstances and events shall include the following events to the extent
that such events or their consequences (it being understood that if a causing event is within
the reasonable control of the affected party, the direct consequences shall also be deemed to
be within such party's reasonable control) satisfy the appropriate definition as per this
agreement. Without limitation to the generality of the foregoing, Force Majeure Event shall
include the following classes of events and circumstances and their effects:
i. Natural events (“Natural Events”) to the extent they satisfy the foregoing
requirements including:
• Any material effect on the natural elements, including lightning, fire,
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 19 of 31
earthquake, cyclone, flood, storm, tornado, or typhoon;
• Explosion or chemical contamination (other than resulting from an act of
war);
• Epidemic such as plague;
• Any event or circumstance of a nature analogous to any of the foregoing
ii. Other Events (Political Events) to the extent that they satisfy the foregoing
requirements including:
• Act of war (whether declared or undeclared), invasion, armed conflict or act
of foreign enemy, blockade, embargo, revolution, riot, insurrection, civil
commotion, act of terrorism or sabotage;
• Any act of Government
• Strikes, work to rules, go-slows which are either widespread, nation-wide,
or state-wide and are of political nature;
• Any event or circumstance of a nature analogous to any of the foregoing
7.16 Right to terminate the process
a. MPWLC, reserves the right to accept or reject any tender offer, and to annul the tendering
process and reject all tenders at any time prior to award of control, without thereby incurring
any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the
grounds for such action.
b. MPWLC makes no commitments, explicit or implicit, that this process will result in a business
transaction with anyone. Further, this RFP does not constitute an offer by MPWLC.
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 20 of 31
8.0 ANNEXURES
8.1 Annexure I: Covering Letter for Pre-Qualification Criteria
To
Managing Director,
Madhya Pradesh Warehousing and Logistics Corporation
Office Complex, Block 'A', Gautam Nagar,
Bhopal- 462023. Madhya Pradesh
Sub: Submission of Eligibility Criteria requirements
Ref: RFP forAppointment of Transaction Advisor for establishment of Multi-Modal Logistics
Parks in M.P. State (Tender No: __________ Dated: __/__/____)
Dear Sir,
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the scope of services, as required and outlined in the RFP.
We attach hereto our responses to Eligibility Criteria requirements.
We confirm that the information contained in these responses or any part thereof, including the
exhibits, and other documents and instruments delivered or to be delivered to MPWLC is true,
accurate, verifiable and complete. This response includes all information necessary to ensure that
the statements therein do not in whole or in part mislead the department in its short-listing
process.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the selection process, we are liable to be dismissed from the
selection process or termination of the contract during the project, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document and also agree to abide by this tender response for a period of 180 days from the due
date of submission of proposal.
We hereby declare that in case we are chosen as the Successful Bidder, we shall submit the PBG
in the form prescribed in the RFP.
We agree that you are not bound to accept any tender response you may receive. We also agree
that you reserve the right in absolute sense to reject all or any of the products/ services specified
in the tender response.
Following are the particulars of our organization:
S.No, Description Details (to be filled by the
bidder)
1 Name of the Company
2 Official Address with Phone No., Fax No., E-Mail id
3 Corporate Headquarters Addresswith Phone No., Fax
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 21 of 31
No., E-Mail id
4 Website Address
5 Details of Company’s Registration (Pleaseenclose
copy of the company registrationdocument)
6 Name of Registration Authority
7 Registration Number and Year of Registration
8 GST registration No.
9 Permanent Account Number (PAN)
Contact Details of officials for future correspondence regarding the bid process:
Details Authorised Signatory Secondary Contact
Name
Title
Company Address
Phone Number
Mobile Number
E-Mail id
It is hereby confirmed that I/We are entitled to act on behalf of our company and empowered to sign
this document as well as such other documents, which may be required in this connection.
Yours Faithfully
[Authorized signatory]
[Designation]
[Place]
[Date and Time]
[Seal &sign]
[Business Address]
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 22 of 31
8.2 Format of Project Details
Bidder to provide project details as required in # 7 &8 of Clause 3.2.1, Eligibility Criteria in the
below given formats:
8.2.1 Advisory / Consultancy / Feasibility Services
S.No. Details Required Description
1 Assignment Name& Location
2 Client Details
3 Assignment Timelines
4 Contract Amount (in Rs Cr)
5 Detailed description of the Assignment
6 Current Status of Project as a result of Assignment
Completion
8.2.2 PPP Project Experience
S.No. Details Required Description
1 Assignment Name & Location
2 Client Details
3 Assignment Timelines
4 Contract Amount (in Rs Cr)
5 Detailed description of the Assignment
6 Current Status of Project as a result of Assignment
Completion
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 23 of 31
8.3 Self-declaration for not being blacklisted by any Government Entity
(On Bidder’s Letterhead)
To
Managing Director,
Madhya Pradesh Warehousing and Logistics Corporation
Office Complex, Block 'A', Gautam Nagar,
Bhopal- 462023. Madhya Pradesh
Sub: Declaration for not being blacklisted by any Government Entity
Ref: RFP forAppointment of Transaction Advisor for establishment of Multi-Modal Logistics
Parks in M.P. State (Tender No: __________ Dated: __/__/____)
Dear Sir,
In response to the above mentioned RFP I/We, _______________, as ________
<Designation>______ of M/s_____________, hereby declare that our Company / Firm __________is
having unblemished past record and is not declared blacklisted or had our contract terminated
or ineligible to participate for bidding by any State/Central Govt., Semi-government or PSU due
to unsatisfactory performance, breach of general or specific instructions, corrupt / fraudulent
or any other unethical business practices..
Yours Faithfully
[Authorized Signatory]
[Designation]
[Place]
[Date and Time]
[Seal &sign]
[Business Address]
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 24 of 31
8.4 Format for Queries
To
Managing Director,
Madhya Pradesh Warehousing and Logistics Corporation
Office Complex, Block 'A', Gautam Nagar,
Bhopal- 462023. Madhya Pradesh
Sub: Submission of Queries
Ref : RFP forAppointment of Transaction Advisor for establishment of Multi-Modal Logistics
Parks in M.P. State (Tender No: __________ Dated: __/__/____)
Dear Sir,
We have gone through the bid document and have following queries:-
S. No.
Clause No in RFP
Page Number
Query
Request your kind response of the same.
Yours Faithfully
(Authorized Signatory)
Designation
(Place)
(Date and Time)
(Seal and Sign)
(Business Address)
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 25 of 31
8.5 Annexure II: Financial Proposal Format
8.5.1 Covering Letter for Financial Proposal
To
Managing Director,
Madhya Pradesh Warehousing and Logistics Corporation
Office Complex, Block 'A', Gautam Nagar,
Bhopal- 462023. Madhya Pradesh
Sub: Submission of Financial Proposal
Ref: RFP forAppointment of Transaction Advisor for establishment of Multi-Modal Logistics
Parks in M.P. State (Tender No: __________ Dated: __/__/____)
Dear Sir,
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the professional services for scope of work as required and outlined
in the RFP.
We confirm that the information contained in these responses or any part thereof, including the
exhibits and other documents delivered or to be delivered to MPWLC is true, accurate, verifiable
and complete. This response includes all information necessary to ensure that the statements
therein do not in whole or in part mislead the department in its short-listing process.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the selection process, we are liable to be dismissed from the
selection process or contract terminated during the engagement period, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document and also agree to abide by this tender response for a period of 180 days from the date
fixed for bid opening.
We agree that you are not bound to accept any tender response you may receive. We also agree
thatyou reserve the right in absolute sense to reject all or any of the products/ services specified
in thetender response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/
firm/organization and empowered to sign this document as well as such other documents, which
may berequired in this connection.
Thanking you,
Yours faithfully
(Authorized Signatory)
Designation
(Place) / (Date and Time) / (Seal and sign) / (Business Address)
RFP for appointment of Transaction Advisor for
establishment of Multi-Modal Logistics Parks in M.P.State
Page 26 of 31
8.5.2 Financial Proposal
(to be submitted online only on e-procurement portal)
Ref: RFP forAppointment of Transaction Advisor for establishment of Multi-Modal Logistics
Parks in M.P. State (Tender No: __________ Dated: __/__/____)
(Tender No: __________ Dated: __/__/____)
S.No. Particulars Rate in Rs (in figures and
words)
1
Providing following Transaction Advisory Services
and as detailed in the Scope of Work of the RFP:
• Feasibility Study Report
• Techno-Economic Study Report
• Final Report
• Policy Formulation
• Bid Process Management
• Exit Management
1a Basic Cost
1b Taxes (please detail)
2 Amount
2a Total Amount in words:
2b Total Amount in figures:
Note:-
a. Bidder to fill # 1a,1b,2a and 2b in the above table.
b. In the event of mismatch in figures and words, prices in words shall prevail. In the event of
spelling mistakes in words, figures would be considered.
c. In the event of mismatch in total amount mentioned and as calculated as basic cost plus taxes,
total amount shall be calculated by adding basic cost plus taxes.
d. Fee quoted shall remain fixed for the entire contract period
I/we agree that this offer will be subject to the terms and conditions mentioned in the RFP
document.
Yours faithfully
(Authorized Signatory)
Designation
(Place)
(Date and Time)
(Seal and Sign)
(Business Address)
8.6 Statement of No Deviation from the RFP Requirements
(Letter on the bidder’s Letterhead)
To
Managing Director,
Madhya Pradesh Warehousing and Logistics Corporation
Office Complex, Block 'A', Gautam Nagar,
Bhopal- 462023. Madhya Pradesh
Sub: Undertaking of No deviation from RFP terms and conditions
Ref: RFP forAppointment of Transaction Advisor for establishment of Multi-Modal Logistics Parks
in M.P. State (Tender No: __________ Dated: __/__/____)
Dear Sir,
I would like to state that in the proposal submitted by us, there are no deviations from the RFP
Eligibility Criteria, Scope of Work, Terms & Conditions and proposed for this engagement.
Thanking you,
Yours Faithfully
[Authorized Signatory]
[Designation]
[Place]
[Date and Time]
[Seal &sign]
[Business Address]
Page 28 of 31
8.7 Annexure III: Format of PBG
Format of Performance Bank Guarantee (PBG)
[Date]
To
Managing Director,
Madhya Pradesh Warehousing and Logistics Corporation
Office Complex, Block 'A', Gautam Nagar,
Bhopal- 462023. Madhya Pradesh
Sub: Submission of Performance Bank Guarantee (PBG)
Ref: RFP forAppointment of Transaction Advisor for establishment of Multi-Modal Logistics Parks
in M.P. State (Tender No: __________ Dated: __/__/____)
Dear Sir,
WHEREAS
M/s. (name of successful bidder), a company registered under the Companies Act, 1956 / 2013 OR
Partnership Firm, having its registered office at (address of the successful bidder), (hereinafter
referred to as “our constituent”, which expression, unless excluded or repugnant to the context or
meaning thereof, includes its successors and assignees), agreed to enter into a contract dated ……..
(Herein after, referred to as “Contract”) with you (Madhya Pradesh Warehousing and Logistics
Corporation(MPWLC)) for Selection of Transaction Advisorfor providing services as detailed in the
Scope of Work for the establishment of Multi-Modal Logistics Parks in M.P. State.
We are aware of the fact that as per the terms of the contract, M/s. (name of successful bidder) is
required to furnish an unconditional and irrevocable bank guarantee of amount of 10% of Contract
Amountin favour of MPWLC for an amount <<....>> and guarantee the due performance by our
constituent as per the contract and do hereby agree and undertake to pay the amount due and
payable under this bank guarantee, as security against breach/ default of the said contract by our
constituent.
In consideration of the fact that our constituent is our valued customer and the fact that he has
entered into the said contract with you, we, (name and address of the bank), have agreed to issue
thisPerformance Bank Guarantee. Therefore, we (name and address of the bank) hereby
unconditionally and irrevocably guarantee you as under:
In the event of our constituent committing any breach/default of the said contract, and which has
not been rectified by him, we hereby agree to pay you forthwith on demand such sum/s not
exceeding the sum of amount <<....>>), without any demur.
Notwithstanding anything to the contrary, as contained in the said contract, we agree that your
decision as to whether our constituent has made any such default(s) / breach(es), as aforesaid and
Page 29 of 31
the amount or amounts to which you are entitled by reasons thereof, subject to the terms and
conditions of the said contract, will be binding on us and we shall not be entitled to ask you to
establish your claim or claims under this Performance Bank Guarantee, but will pay the same
forthwith on your demand without any protest or demur.
We further agree that the termination of the said agreement, for reasons solely attributable to our
constituent, virtually empowers you to demand for the payment of the above said amount under
this guarantee and we would honor the same without demur.
We hereby expressly waive all our rights to pursue legal remedies against MPWLC and other
Concerned Government Departments of Madhya Pradesh.
We the guarantor, as primary obligor and not merely surety or guarantor of collection, do hereby
irrevocably and unconditionally give our guarantee and undertake to pay any amount you may
claim (by one or more claims) up to but not exceeding the amount mentioned aforesaid during the
period from and including the date of issue of this guarantee through the period.
We specifically confirm that no proof of any amount due to you under the contract is required to be
provided to us in connection with any demand by you for payment under this guarantee other than
your written demand.
Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,
registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be
deemed to have been provided to us after the expiry of 48 hours from the time it is posted.
If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to
extend the period of this guarantee on the request of our constituent upon intimation to you.
This Performance Bank Guarantee shall not be affected by any change in the constitution of our
constituent nor shall it be affected by any change in our constitution or by any amalgamation or
absorption thereof or therewith or reconstruction or winding up, but will ensure to your benefit
and be available to and be enforceable by you during the period from and including the date of issue
of this guarantee through the period.
Notwithstanding anything contained hereinabove, our liability under this Performance Guarantee
is restricted to amount <<....>>), and shall continue to exist, subject to the terms and conditions
contained herein, unless a written claim is lodged on us on or before the aforesaid date of expiry of
this guarantee.
We hereby confirm that we have the power/s to issue this Guarantee in your favor under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the
recipient of authority by express delegation of power/s and has/have full power/s to execute this
guarantee under the Power of Attorney issued by the bank in your favor.
We further agree that the exercise of any of your rights against our constituent to enforce or forbear
to enforce or any other indulgence or facility, extended to our constituent to carry out the
contractual obligations as per the said Contract, would not release our liability under this guarantee
and that your right against us shall remain in full force and effect, notwithstanding any arrangement
Page 30 of 31
that may be entered into between you and our constituent, during the entire currency of this
guarantee.
Notwithstanding anything contained herein, our liability under this Performance Bank Guarantee
shall not exceed amount INR <<....>>
The PBG shall be remain valid during the entire contract period of21 months from date of contract
agreement and any extensions thereof plus additional 6 Months; and We are liable to pay the
guaranteed amount or part thereof under this Performance Bank Guarantee only if we receive a
written claim or demand on or before …. (Date).
Any payment made hereunder shall be free and clear of and without deduction for or on account of
taxes, levies, imports, charges, duties, fees, deductions or withholding of any nature imposts.
This Performance Bank Guarantee must be returned to the bank upon its expiry. If the bank does
not receive the Performance Bank Guarantee within the above-mentioned period, subject to the
terms and conditions contained herein, it shall be deemed to be automatically cancelled.
This guarantee shall be governed by and construed in accordance with the Indian Laws and we
hereby submit to the exclusive jurisdiction of Courts of Justice in Bhopal (M.P) for the purpose of
any suit or action or other proceedings arising out of this guarantee or the subject matter hereof
brought by you may not be enforced in or by such count.
Dated ……………………. this ……….. Day …………. 2020
Yours faithfully,
For and on behalf of the ……………
Bank,
(Signature)
Designation
(Address of the Bank)
Note:
This guarantee will attract stamp duty as a security bond.
A duly certified copy of the requisite authority conferred on the official/s to execute the guarantee
on behalf of the bank should be annexed to this guarantee for verification and retention thereof as
documentary evidence.
Page 31 of 31
END OF DOCUMENT