OFICE OF THE HARYANA STATE AGRICULTUIRAL
MARKETING BAORD (HSAMB), C-6, SECTOR-6, PANCHKULA
“Corrigendum”
This is with reference to the advertisement published regarding the
Expression of Interest (EOI) for appointment of transaction advisor (TA) for bid
process management for selection of a consultant/project management agency
(PMA) for planning & development of India International Horticulture Market
(IIHM) at Ganaur (Sonepat). The EOI has been amended by incorporating
suggestion/queries raised by various firms in the pre-bid meeting held on
20.08.2015 at HSAMB (HQ), Panchkula. The Revised EOI can be downloaded
from (www.hsamb.gov.in).
CHIEF ADMINISTRATOR
Haryana State Agricultural Marketing Board
Panchkula
----------------------------------------------------------------------------------------------- Phone: 0172-2585106, 0172-2585156, 09646830699, 09416284151.
(Notice)
OFICE OF THE HARYANA STATE AGRICULTUIRAL
MARKETING BAORD (HSAMB), C-6, SECTOR-6, PANCHKULA
INVITING
“EXPRESSION OF INTEREST”
FOR APPOINTMENT OF TRANSACTION ADVISOR (TA) FOR BID
PROCESS MANAGEMENT FOR SELECTION OF A
CONSULTANT/PROJECT MANAGEMENT AGENCY (PMA) FOR
PLANNING & DEVELOPMENT OF INDIA INTERNATIONAL
HORTICULTURE MARKET (IIHM) AT GANAUR (SONEPAT).
The HSAM Board a wholly owned Haryana State Govt. Organization
inviting Expression of Interest (EOI) for appointment of a Transaction Advisor
(TA) for Bid Process Management for Selection of a Consultant / Project
Management Agency (PMA) for Planning, Development, Marketing and
Management of India International Horticulture Market (IIHM) at Ganaur
(Sonepat) to be developed in an area of 537 Acres on National Highway No.- 1.
The details of EOI can be downloaded from (www.hsamb.gov.in). The last date
of submission of bids is 28.08.2015 by 4.00 P.M. A pre-bid meeting will be
held on 20.08.2015 at 11.30 A.M. in the Conference Hall of HSAMB, C-6, Sec-
6, Panchkula (Haryana).
CHIEF ADMINISTRATOR
Haryana State Agricultural Marketing Board
Panchkula
----------------------------------------------------------------------------------------------- Phone: 0172-2585106, 0172-2585156, 09646830699, 09416284151.
Note: - Details of EOI shall be uploaded on 04.08.2015.
1 Expression of Interest (EOI)
EXPRESSION OF INTEREST
FOR
APPOINTMENT OF
TRANSACTION ADVISOR (TA)
FOR
BID PROCESS MANAGEMENT
FOR SELECTION OF
CONSULTANT / PROJECT MANAGEMENT AGENCY (PMA)
FOR PLANNING & DEVELOPMENT
OF
INDIA INTERNATIONAL HORTICULTURE MARKET (IIHM)
GANAUR, DIST.-SONEPAT, HARYANA (INDIA)
HARYANA STATE AGRICULTURAL MARKETING BOARD
MANDI BHAWAN, C-6, SEC-6,
PANCHKULA, HARYANA- 134109
www.hsamb.gov.in
Email Id: [email protected]
Contact No: 0172-2585106, 0172-2585156
2 Expression of Interest (EOI)
DISCLAIMER
The information contained in this Expression of Interest (EOI) or subsequently provided to Bidder(s),
whether verbally or in documentary or any other form by or on behalf of the Haryana State
Agricultural Marketing Board (HSAMB), hereinafter referred to as Client or any of their employees is
provided to Bidder(s) on the terms and conditions set out in this EOI and such other terms and
conditions subject to which such information is provided. This EOI is not an agreement and is neither
an offer nor invitation by the Client to the Prospective Bidders or any other person. The purpose of
this EOI is to provide interested parties with information that may be useful to them in making their
technical & financial offers pursuant to this EOI (“Bid”). This EOI includes statements, which reflect
various assumptions and assessments arrived at by the Client in relation to the Assignment/Project.
Such assumptions, assessments and statements do not purport to contain all the information that each
Bidder may require. This EOI may not be appropriate for all persons, and it is not possible for the
Client or its employees to consider the investment objectives, financial situation and particular needs
of each party who reads or uses this EOI. The assumptions, assessments, statements and information
contained in this EOI, especially the [Assignment Information], may not be complete, accurate,
adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and
should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments, statements and information contained in this EOI and obtain independent advice from
appropriate sources. Information provided in this EOI to the Bidder(s) is on a wide range of matters,
some of which depends upon interpretation of law. The information given is not an exhaustive account
of statutory requirements and should not be regarded as a complete or authoritative statement of law.
The Client accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on
law expressed herein. The Client and its employees make no representation or warranty and shall
have no liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages
cost or expense which may arise from or be incurred or suffered on account of anything contained in
this EOI or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of
the EOI and any assessment, assumption, statement or information contained therein or deemed to
form part of this EOI or arising in any way in this Bid Stage. The Awarder also accepts no liability of
any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of
any Bidder upon the statements contained in this EOI. The Client may in its absolute discretion, but
without being under any obligation to do so, update, amend or supplement the information, assessment
or assumptions contained in this EOI. The issue of this EOI does not imply that the Client is bound to
select a Bidder or to appoint the Selected Bidder or Concessionaire, as the case may be, for the
Project and the Client reserves the right to reject all or any of the Bidders or Bids without assigning
any reason whatsoever. The Bidder shall bear all its costs associated with or relating to the
preparation and submission or its Bid including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentation which may be required by
the Client or any other costs incurred in connection with or relating to its Bid. All such costs and
expenses will remain with the Bidder and the Client shall not be liable in any manner whatsoever for
the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of
the Bid, regardless of the conduct or outcome of the Bidding Process.
3 Expression of Interest (EOI)
ABBREVIATIONS:
Client Haryana State Agricultural Marketing Board (HSAMB) which
has invited the Expression of Interest (EOI) for appointment of
Transaction Advisor (TA) for Bid Process Management for
Selection of Consultant / Project Management Agency (PMA).
Transaction Advisor (TA)
/Advisory Firm
A company, firm or consortium selected by HSAMB to
perform this Assignment.
Assignment Services rendered by Transaction Advisor (TA)/Advisory Firm
to HSAMB for Bid Process Management for Selection of a
Consultant or a Project Management Agency (PMA).
Consultant/Project Management
Agency (PMA)
A company, firm or consortium selected by HSAMB with
assistance of Transaction Advisor (TA) to provide Project
Management Consultancy to HSAMB in planning designing
(including preparation of architectural drawings, structural/
engineering drawings, validation/ certifications arrangements
from Accredited Institutions), revisiting layout, revising
business plan, development initiation, marketing of market,
attract private investments, mobilization of farmers and
development of backward forward linkages, operationalisation
of collection centers, propose feasible market management
structure, technological interventions with respect to most
modern systems/procedures for price discovery mechanism
(auction systems), payment settlement systems, weighment
systems linked ICT enabled information to farmers, automated
arrival capturing systems, improve value addition
infrastructure and primary processing, promote exports,
linkages with National Agricultural Markets, development of
capacity building, management of market (Handholding for
two years) as an extended arm of Government of Haryana for
India International Horticulture Market (IIHM) at Ganaur
(Sonepat).
4 Expression of Interest (EOI)
Wholesale Market Terminal. It means the Wholesale Market of fruit, vegetable, flower,
dairy & poultry products etc.
Selection Committee It means a committee of the officers constituted by Chief
Administrator for evaluation and selection of Bid/TA.
Chief Administrator Overall Head of the Haryana State Agricultural Marketing
Board (HSAMB).
5 Expression of Interest (EOI)
1. INTRODUCTION
1.1 ABOUT HSAMB
Haryana State Agricultural Marketing Board (herein after called the ―HSAMB‖) is a wholly owned
organization of Haryana State Govt. The core activities of HSAM Board is to regulate the agricultural
marketing (grains/fruits/vegetables) and to provide the infrastructure for handling / sale / purchase of
agricultural produces. A wide network of 500 marketing yards has been created covering the entire
state to facilitate the farmers. The HSAMB has strong financial backup, it collects Rs. 750 to 850 crore
as market fee, sale of plots and as a rental from the warehouses. Apart from this a sum of approx. Rs.
500 crore is collected towards Haryana Rural Development Fund (HRDF). The organization handles
about 38,000 commission agents/traders and is having 4000 employees for management of Agricultural
marketing in the state.
1.2 AIMS AND OBJECTIVES OF HSAM BOARD
a. Profit maximization for farmers by ensuring best-possible prices for their produce at the various
market yards, sub yards and purchase centers.
b. Regulation and administration of sale/purchase of agricultural produce through Market
Yards/Market Committees all across the State as per the Punjab Agricultural Produce Markets Act,
1961.
c. Creation of efficient marketing infrastructure for sale /purchase of agricultural produce i.e. market
yards, purchase centers, link roads etc.
d. Collection of Market Fee and other levies from the purchasers on various transactions taking place
at the Markey Yards for development of Marketing Infrastructure.
e. Facilitating the procurement activities to the organizations such as FCI, Warehousing Corporation,
HAFED etc. at various Markets Yards.
1.3 PROJECT OBJECTIVES
For holistic growth of the horticulture and dairy sector through post harvest management, processing
and marketing both in domestic and export, the HSAM Board is developing India International
Horticulture Market [IIHM] for fruits, vegetables, flowers and dairy products at Ganaur, District—
Sonepat (Haryana) with an estimated cost of Rs. 1350 Crores in an area of 537.6 acres on National
Highway No.-1 near Delhi Border in National Capital Region (NCR).
The IIHM at Ganaur would be the largest Hub for the marketing of horticultural produces in the
Country & one of largest Wholesale Market in the World. A central player in National and International
food industry sectors, it would provide added value at every stage i.e. from producer end to consumer.
It is being developed into a destination, where produce is terminated from producer end for its
6 Expression of Interest (EOI)
distribution after value addition to domestic, countrywide & export markets. This market would have
world level infrastructure i.e. technical, mechanical, informative; marketing facilities like Processing
Centers, Import/ Export House, Electronic/Remote Auction System, Grading/ Packaging &
Mechanized lines, Cold Storages/ Controlled Atmosphere Chambers, Ripening Chambers, Parking and
Transport Areas, Shops for Wholesalers, Organic Food Section, Farmer‘s Retail Market, Business Park,
Agri. Business Information Centre, Food Testing Lab, Commodity Exchange Centre, National
Agricultural Trade Centre (NATC) and logistic Hub etc.
1.4 The HSAMB wants to appoint a transaction advisor (TA) to assist HSAMB for bid process
management for selection of a Consultant / Project Management Agency (PMA) who will provide
Project Consultancy Services for planning, development, marketing & management of IIHM at Ganaur.
1.5 Therefore, HSAMB now intends to hire advisory services of a Transaction Advisor (TA)
/Advisory firm for performing bid process management for selection of a Consultant/PMA.
Accordingly, notice and details EOI is issued to select a Transaction Advisor (TA).
1.6 The Transaction Advisor (TA) or any of its affiliates will not be allowed to participate in the
downstream opportunities of the Project strictly.
1.7 DOCUMENTATION FEE: The requisite documentation fee of Rs. 5000 /- (non-refundable) in
form of Demand Draft in favor of “Haryana Marketing Development Fund” payable at Panchkula
should be submitted along with bid by interested firms/agencies. Bid without DD shall not be accepted
by HSAMB.
1.8 SCHEDULE OF EVENTS:-
RELEASE OF EOI ON HSAMB WEBSITE
04.08.2015
DEADLINE FOR SUBMISSION OF QUERIES REGARDING THIS EOI IN
HARD COPY FORMAT AT OFFICE OF CHIEF ENGINEER-II, HSAMB
(HQ), PANCHKULA
13.08.2015
PRE-BID MEETING AT THE CONFERENCE HALL, HSAMB (HQ),
PANCHKULA
20.08.2015
DEADLINE FOR SUBMISSION OF EOI / BID IN HARD COPY FORMAT IN
THE OFFICE OF:
CHIEF ENGINEER-II,
HARYANA STATE AGRICULTURAL MARKETING BOARD,
C-6, SEC-6, MANDI BHAWAN, PANCHKULA, (HARYANA).
28.08.2015
OPENING OF TECHNICAL BID AT THE CONFERENCE HALL,
HSAMB (HQ), PANCHKULA
02.09.2015
OPENING OF FINANCIAL BID OF QUALIFIED BIDDERS AT THE
CONFERENCE HALL, HSAMB (HQ), PANCHKULA
08.09.2015
7 Expression of Interest (EOI)
Section 2: ELIGIBILITY CRITERIA OF TECHNICAL BID
To be eligible for evaluation of its proposal, the applicants should fulfill the following conditions:-
2.1 TECHNICAL CRITERIA
The applicant should have an experience of providing transaction / advisory services to the Government
/ Public/ Private Sector Organization in at least 3 projects, leading to the appointment of a Consultant /
PMA in last five years, one being in agri-business/ agri-wholesale markets. The applicant should provide
documentary proof of each completed project in the form of a certificate from the client (s). / Chartered
Accountant / Statutory Auditor.
For the purpose of evaluation, the transaction / advisory services shall mean: experience of completing
multi-dimensional advisory projects to a client, assisting in Bid Process Management for selection of
Consultant / PMA which could inter alia include the following:-
i. Undertaking bid process management for project structuring of Wholesale Market Terminal.
ii. Assisting the client in pre-bid meetings with Bidders/Project Management Consultants.
iii. Wide Experience of Bid Process Management for selection of Consultant / PMA i.e. Preparation of
bidding documents – Request for Qualification (RFQ), Request for Proposal (RFP), Draft
Concession Agreement and any other related document etc.
iv. Responses/ Clarification to the queries raised by the Bidders / Project Management Consultant.
v. Drafting and Evaluation of RPQ and RFP applications.
vi. Assisting the client in contract negotiations and signing of contract with the Consultant / PMA as per
law.
The applicant should demonstrate a resource pool of full time/ staff equivalent for considering
experience in transaction advisory of planning & structuring, financial modeling, feasibility analysis,
contract/ tender design & documentation, project marketing & management, tender/bid evaluations and
closure of transactions across the following specialized sectors::-
a. Physical Infrastructure (in Power, Water, Sewerage, Drainage, Solid Waste Management, Solar
System etc.)
b. Housing / Townships / Commercial Development
c. Social Infrastructure (Health, Education, Skill Development)
d. Public Transport / Urban Transport
e. Roads, Bridges & Highways
f. Industrial parks/ SEZs/Horticulture market development/Marketing of Perishables
g. Logistics parks/ Warehousing Zones/ Food Processing Parks
h. Exhibition cum Conventional Centre, Hotels
8 Expression of Interest (EOI)
i. Logistics hubs etc.
2.2 FINANCIAL CRITERIA
The applicant shall have received a minimum average of Rs. 1 Crore (Rs. One Crore) per annum as
professional fees from Transaction / Advisory business in last three financial years. For avoidance of
doubt, the professional fees (hereinafter refer to fees) received by the applicant for providing advisory
services of full time/ equivalent sector as above to its clients will be counted. In the case of a
Consortium, the Lead member for the Consortium is required to meet the above condition.
2.3 KEY PROFESSIONALS
SN Key Expert Qualification Minimum Experience
1. Team Leader /
Transaction
Specialist
Graduate with
MBA
Minimum 5 years of experience in planning &
management of team resources, structuring of project
transactions, advisory services for appointment of
Project Consultants through Bid Process Management
etc.
The candidate should have a sound commercial
knowledge to communicate to Bidders/ Project
Consultants in India.
2. Financial
Expert
Chartered
Accountant/MBA-
Finance
Minimum 5 years advisory experience in financial
modeling of such Projects.
3. Infrastructure/
Architect
Expert
Civil /Architecture
Graduate
Minimum 5 years experience in Planning of
land/Infrastructure development.
4. Agri Business
Expert
Agriculture
Graduate/Graduate
with
MBA-
Agri-Business
Management.
Minimum 5 years experience in bid process
management of Agri Business Projects.
Understanding of current concepts, priorities, and
issues in Agri-business. Project monitoring, data
collection and evaluation of primary & secondary data
etc.
5. Legal Expert Graduate in Law Minimum 5 years experience in legal documentations
of such projects, services contract conditions, policy
frame work review, public policy and legal aspects of
Service Agreement.
9 Expression of Interest (EOI)
2.4 EVALUATION OF BIDS
The evaluation of the bid would be carried out in two stages;
STAGE-1 TECHNICAL EVALUATION
Technical evaluation of the bid shall be carried out after applying the evaluation criteria specified
below. Combined Quality and Cost Based Selection method (CQCBS) shall be followed during the
evaluation stage. Each technical bid shall be attributed a technical score as per following breakup:
SN Description Weightage
1. Financial capability of the applicant/Firms 20
2. Specific experience of the firm in equivalent/ relevant Sectors –
experience in carrying out similar assignments of eligible
projects in the last three years.
30
3. Understanding of Assignment, approach & methodology,
realization of objectives/deliverables etc.
20
4. Key professional experience of the personnel engaged in the
Firm
30
Based on the evaluation of technical bids, the bidders shall be ranked highest to lowest technical score
(St) in accordance with the total marks obtained. Only those Bidders who have secured Technical Score
of 60 or above shall be declared as qualified for evaluation of their ‗Financial Bid‘. On the basis of
technical score, top five ranked applicants shall be pre-qualified & shortlisted for financial evaluation
for the second stage.
STAGE-2 FINANCIAL EVALUATION
The financial proposals of the firms which are not pre-qualified and shortlisted shall not be opened. The
financial evaluation shall be carried out to individual firm by assigning a financial score (Sf).
The lowest financial proposal (Fm) will be given
a financial score (Sf) of 100 Points. The financial scores (Sf) of the other financial proposals will be
determined using the following formula: - (Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the
lowest price, and F is the price of the proposal (in INR) under consideration.
Proposals will be finally ranked in accordance with their combined Technical (St) and Financial (Sf)
scores:-
S = St x Tw + Sf x Fw
Where S is the combined score and Tw and Fw are the weights assigned to technical proposal and
financial proposal that shall be 0.80 and 0.20 respectively.
10 Expression of Interest (EOI)
2.4.1 EVALUATION AND SCORING
S.N. PARAMETER SCORE (MARKS)
A FINANCIAL CAPABILITY (MAX. 20 MARKS)
Annual Average Turnover of the Lead Member in Transaction/
Advisory Services in last 3 financial years of such projects
i) INR 1 crore 10
ii) Above INA 1 crore & up to 1.5 crore 15
iii) INR above 1.5 crore 20
B TECHNICAL CAPABILITY (MAX. 30 MARKS)
Successful completion of Transaction / Advisory services of
eligible assignments in last 5 years
i) Successful completion of transaction advisory for 3 Assignments 20
ii)
Successful completion of transaction advisory from 4 to
6 Assignments. 25
iii)
Successful completion of transaction advisory of 7 & above
Assignments. 30
C.
APPROACH METHODOLGY, WORK PROGRAMME AND
MANPOWER RESOURCE BASED ON PRESENTATION 20
(MAX 20 MARKS)
D. KEY PROFESSIONALS (MAX. 30 MARKS)
BREAKUP OF MARKS
a) Team Leader 8
b) Financial Expert 5
c) Infrastructure/Architect Expert 7
d) Agri Business Expert 6
f) Legal Expert 4
11 Expression of Interest (EOI)
SECTION 3: INSTRUCTIONS TO BIDDERS
3.1 SCOPE OF WORK
The scope of work of Technical Advisor (TA) shall broadly involve the preparation of Bidding
Documents (RFQ & RFP, ToR), participation in pre-bid and post-bid conferences, evaluation of Bids
(Technical & Financial Proposals) & selection of best Bidder/Consultant and assisting in finalizing the
agreement with successful Bidder /Consultant etc.
The Transaction Advisor (TA) shall provide all services required by HSAMB in selection of a
Consultant / PMA, which shall includes the following:
BID PROCESS MANAGEMENT
Preparation of Detailed Bidding Documents i.e. ToR, RFQ & RFP and General Information etc.
Preparation of notice/ advertisement for bid
Conducting pre-bid meeting with prospective Bidders/Consultant
Compilation and drafting response to pre-bid queries
Suggesting corrigendum to bid documents
Assistance in receiving and opening of technical bids
Examining test of responsiveness
Preparation and submission of technical evaluation report
Compilation of list of bidders/Consultant for technical presentation
Compilation of final combined technical and financial scores
Financial closure with successful Bidders/Consultant
Drafting letter of award/Intent
Compilation of consultancy agreement to be signed between the HSAMB and a Consultant/ PMA
etc.
3.2 The transaction Advisor (TA) is supposed to provide the above mentioned services. The broader
outline of scope of work of the selected consultant/PMA is hereby described as under for assistance
of TA for bid process management:-
A.
DRAFTING OF DETAILED TERMS OF REFERENCE (TOR)/DPR
This shall contain detailed scope of work which shall include but not be limited to the following:
a) PLANNING & DEVELOPMENT
1. Reassessing of planning and designing parameters of IIHM, Ganaur, Revisiting layout & Reframing
of construction cost estimates.
2. Preparation of architectural drawings, structural engineering drawings, validation/ certifications
12 Expression of Interest (EOI)
arrangements from Accredited Institutions.
3. Detailed zone wise infrastructure requirements comprising of wholesale, retail, roads, parking,
power, waste, sewerage, solid waste of market etc.
4. Setting up zone wise priorities and facility mapping with structural drawings.
5. Requirements of deliverables and preparing Log-frame towards entire activity framework
highlighting goals, indicators, baseline and milestones.
6. Environmental considerations, external electrification, removal of high tension line, relocation of
canals, intersection at NH-1, railway siding etc. to be followed.
b) MARKETING & MANAGEMENT
7. Preparing a vision document for the desired scope of work by drawing upon the best of Expertise of
technologies used in planning & development of wholesale market terminal around the world and
relevant to the IIHM at Ganaur (Sonepat).
8. Exploring ways and options of commercial consideration and land exploitation with private
participation in a long term sustainable manner.
9. Development initiation, marketing of market (shifting of trade and inviting traders from NCR
/Nationwide), attract private investments in core infrastructure.
10. Mobilization of farmers and development of backward & forward linkages by forming FPO/
Producers Company and by ensuring operationalisation of collection centers in the state.
11. Propose feasible market management structure for efficient and effective management of market.
12. Identify Technological interventions and attract private service providers with respect to most
modern systems/procedures for price discovery mechanism (e-auction systems), payment settlement
systems, weighment systems linked ICT enabled information to farmers, automated arrival capturing
systems and inventory management system.
13. Ensure improvement in value addition infrastructure like primary processing facilities, quality
improvement and food safety by public and private initiatives.
14. Promote exports of Fruits and Vegetables and establish linkages with National Agricultural Markets.
15. Development of capacity building of IIHM, Ganaur.
16. Management and operationalisation of Market (Handholding for two years) as an extended arm of
Government of Haryana.
17. Other issues raised during subsequent meetings to be incorporated.
B.
PREPARATION OF BID/ TENDOR DOCUMENT
This will include finalization of the following documents in discussion with HSAMB:
13 Expression of Interest (EOI)
Tables of Contents, Disclaimer, Invitation for Proposals
Introduction
Details for the Proposals
Bid submission procedure and schedule
Pre-qualification Criteria
Prescribed Format
Earnest money deposit requirement
Performance security requirement
Consortium and sub-contract conditions
Evaluation / Selection basis of Bids
Technical evaluation parameters and format
Financial bid evaluation parameter and format etc.
C.
PREPARATION OF DRAFT SERVICE AGREEMENT
This will include General Conditions of Contractor/and Special Conditions of Contract etc.
SECTION 4: OTHER BIDDING TERMS
4.1 GENERAL TERMS & CONDITIONS
4.1.1 The offers should be made strictly as per the formats enclosed.
4.1.2 The TA/ advisory firm should bear all the costs associated with the preparation and submission of
its proposal and HSAMB will in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
4.1.3 The advisory firm is expected to examine all instructions, forms, terms and conditions and
technical specifications in the bidding documents.
4.1.4 Submissions with insufficient information and which do not strictly comply with the stipulations
given above, are liable for rejection.
4.1.5 At any time, prior to the deadline for submission of proposals, HSAMB may modify the document/
issue addenda. These addenda shall be posted at the website of HSAMB and shall be treated as a
part of the documents.
4.1.6 HSAMB may, at its discretion, extend the deadline for the submission of proposals.
4.1.7 HSAMB may, at its discretion, abandon the process of the selection associated with this document
anytime.
4.1.8 The template for Transaction/ advisory agreement between HSAMB and the advisory firm is
14 Expression of Interest (EOI)
enclosed.
4.2 PREPARATION AND SUBMISSION OF PROPOSAL
The information on the outer sealed envelope should clearly mention:
"Expression of Interest (EOI) for selection of Transaction Advisor (TA)".
Two inner sealed envelopes should clearly mention
Technical proposal
Financial proposal
4.3 CORRUPT OR FRAUDULENT PRACTICES
HSAMB requires that bidders under this contract observe the highest standard of ethics. In
pursuance of this policy, HSAMB defines, for the purpose of these provisions, the terms set forth
below as follows:
"Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public servant.
"Fraudulent practice" means a misrepresentation of facts in order to influence the decision to
award the Assignment contract to the detriment of HSAMB and include collusive practice among
bidders (prior to or after the proposal submission) designed to establish bid prices at artificial non-
competitive levels and to deprive HSAMB and targeted stake holders of the benefits of free and
open competition.
HSAMB will reject a proposal for award of advisory work if it is determined that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in competing for the
contract in question.
HSAMB will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be
awarded a contract/ contracts, if it at any time determines that the Bidder has engaged in corrupt or
fraudulent practices in competing for, or in executing the advisory contract/assignment.
4.3 PERFORMANCE SECURITY
The Successful Bidder, for due and faithful performance of its obligations and as a pre-condition
for signing of the advisory agreement with HSAMB, shall be required to submit ‗Performance
Security‘ of 5% of its total fee (as mentioned in Section 6). This security shall be in the form of a
Bank Guarantee valid upto the signing of the consultancy agreement between HSAMB and the
prospective Consultant/ PMC or 6 months, whichever is later.
15 Expression of Interest (EOI)
SECTION 5: TECHNICAL PROPOSAL – STANDARD FORMS
FORM 5A: GENERAL INFORMATION AND FINANCIALS
FORM 5B: BIDDER'S EXPERIENCE
FORM 5C: EMPLOYEE STRENGTH
FORM 5D: DESCRIPTION OF APPROACH, METHODOLOGY AND
WORK PLAN FOR PERFORMING THE ASSIGNMENT.
16 Expression of Interest (EOI)
FORM 5A
GENERAL INFORMATION AND FINANCIALS OF THE FIRM
(To be submitted on firm‘s letter head)
[Using the format below, provide information about your firm.]
General information form
1. State whether applying as sole Firm or Lead member of a Consortium:
2. Name of the Company/ Firm: ..................................................................
(Attach an attested photocopy of Certificate of Registration.)
3. Legal status of the Firm:
4. If the applicant is a Lead Member of a consortium, furnish the details of each of the other
member firms.
5. Registered Address, Telephone, Tele-fax:
………………………………………………………………….…..
………………………………………………………………….…..
6. Contact Person, Designation and Address including email ID
………………………………………………………………….…..
………………………………………………………….………..
Signature of the Consultant/Authorized Representative
17 Expression of Interest (EOI)
FINANCIAL –ANNUAL TURNOVERS
To be submitted on auditor‘s letter head
SN Financial Year Annual Turnover from Transaction/Advisory
Business of Bidder in India (INR)
1. 2012-13
2. 2013-14
3. 2014-15
Certificate from the Statutory Auditor
This is to certify that ………………. [Name of the applicant] has received the payments shown
above against the respective years on account of professional fees.
Name of Authorized Signatory:
Designation:
Name of the firm:
(Signature of the Statutory Auditor)
Seal of the Firm
18 Expression of Interest (EOI)
FORM 5B
BIDDER'S EXPERIENCE
(To be submitted on firm‘s letter head)
[Using the format below, provide information on each assignment for which your firm, and each
Affiliate for this assignment, was legally contracted either individually as a corporate entity or as one
of the major companies within an JV for carrying out consulting services similar to the ones requested
under this assignment.]
Assignment name and project cost: Approx. value of the contract (in INR )
Country:
Location within country:
Duration of assignment (months) :
Name of Client:
Total No. of staff-months of the assignment:
Address:
Approx. value of the services provided by your
firm under the contract (in INR):
Start Date (Month/Year):
Completion Date (Month/Year):
No. of professional staff/months provided by
associated Consultants.
Name of Lead Partner:
Name of senior professional staff of your firm
involved and functions performed (indicate most
significant profiles such as Project
Director/Coordinator, Team Leader):
Name of Associated Consultants, If any:
Narrative Description of Project:
(Highlight project capital cost in the narration)
Description of actual services provided by your staff within the assignment:
Note: For the purpose of evaluation of Bidders INR 64.0 (INR Sixty four only) per USD shall be
considered as the applicable currency conversion rate. In case of any other currency the same shall first
be converted to USD as on the date 30 (thirty) days prior to the proposal due date and the amount so
derived in USD shall be converted in to INR at the aforesaid rate. The conversion rate of such currency
shall be the daily representative exchange rates published by the IMF for the relevant date.
19 Expression of Interest (EOI)
FORM 5C
EMPLOYEE STRENGTH
(To be submitted on firm‘s letter head)
We, …………………… [Name of the Firm}, confirm that we have at least 80 (Eighty)
fulltime resources on our permanent payroll in India as on 31 March, 2015.
(Signature of Authorized signatory)
Name of Authorized signatory:
20 Expression of Interest (EOI)
FORM 5D
DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT/JOB
(To be submitted on firm‘s letter head)
Technical approach, methodology and work plan are key components of the Technical Proposal. You
are suggested to present your Technical Proposal divided into the following three chapters:
a. Technical Approach and Methodology:
In this chapter you should explain your understanding of the objectives of the assignment,
approach to the assignment, methodology for carrying out the activities and obtaining the expected
output. You should highlight the problems and their importance and explain the technical approach you
would adopt to address them.
b. Work Plan:
The consultant should propose and justify the main activities of the assignment, their content and
duration, phasing and interrelations, milestones (including interim approvals by the client), and delivery
dates of the reports. The proposed work plan should be consistent with the technical approach and
methodology, showing understanding of the TOR and ability to translate them into a feasible working
plan.
c. Organization and staffing:
The consultant should propose and justify the structure and composition of your team. You
should list the main disciplines of the assignment, key expert responsible and proposed support technical
staff.
21 Expression of Interest (EOI)
SECTION 6: FINANCIAL PROPOSAL FORMAT
Our professional fee for providing transaction/advisory services to HSAMB under this assignment
shall be a lump sum fee of INR ………………….. [Amount in figures and words] including
service taxes and all other applicable taxes, if any as per government instruction from time to time.
The term of this assignment shall be valid for a period of six months i.e. two months for preparation
& finalization of Bid Documents and additional four months for participation with the process of
appointment of a Consultant/ PMA for the Project of IIHM at Ganaur (calling of RFP, Pre-Bid
Meeting, Finalization of rates & Signing of service agreement etc.).
The timeline of transaction advisor shall start soon after issuance of the Letter of Intent (LOI). During
the concurrency of this contract there shall be no change in overall fee. The advisory services shall be
completed within the given time frame, still under any exigency one month time extension may be
considered as deemed fit by the HSAMB.
We will provide a team of professionals having requisite skill, experience and qualifications for
carrying out the scope of work and which team shall not, unless unavoidable, be changed/withdrawn
during the entire duration of the scope of work, unless agreed by HSAMB.
Our offer shall be valid for 90 days.
We understand that our fee will be paid in accordance with the following milestones:
Payment Milestone Percentage of total
(Professional Fee)
Tentative
Timelines
Signing of service agreement between HSAMB and
Advisory Firm (TA)
10 % T
Submission of draft Bid Documents 20% T+ 4 weeks
Submission & approval of final Bid Documents
incorporating all suggestions of HSAMB.
30% T+8 weeks
Invitation of Bid/ RFP & its Finalization as per Bid
Meetings
15% T+16 weeks
Appointment of a Consultant/ PMA 25% T+ 24 weeks
(Signature of Authorized signatory)
Name of Authorized Signatory: