Maharashtra Road Development RFP 2025-2026
Maharashtra Road Development RFP 2025-2026
Employer
Office of Executive Engineer
Public Works Division,
Panvel, Raigad
[Link]
Section No. Description
i Disclaimer
2
DISCLAIMER
The information contained in this Request for Proposals document (“RFP”) or subsequently
provided to Applicants, whether verbally or in documentary or any other form by or on behalf of
the Public Works Department, Government of Maharashtra (PWD) or any of its employees or
advisers, is provided to Applicants on the terms and conditions set out in this RFP and such other
terms and conditions subject to which such information is provided.
This RFP is not an agreement and is neither an offer nor invitation by the PWD to the prospective
Applicants or any other person. The purpose of this RFP is to provide interested parties with
information that may be useful to them in the formulation of their Proposals pursuant to this RFP.
This RFP includes statements, which reflect various assumptions and assessments arrived at by the
PWD in relation to the Consultancy. Such assumptions, assessments and statements do not purport
to contain all the information that each Applicant may require. This RFP may not be appropriate
for all persons, and it is not possible for the PWD, its employees or advisers to consider the
objectives, technical expertise and particular needs of each party who reads or uses this RFP. The
assumptions, assessments, statements and information contained in this RFP, may not be complete,
accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and
analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this RFP and obtain independent advice
from appropriate sources.
Information provided in this RFP to the Applicants 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 PWD
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein.
The PWD, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Applicant under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP
and any assessment, assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way in this Selection Process.
The PWD also accepts no liability of any nature whether resulting from negligence or otherwise,
howsoever caused, arising from reliance of any Applicant upon the statements contained in this
RFP. The PWD may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in this RFP.
The issue of this RFP does not imply that the PWD is bound to select an Applicant or to appoint
the Selected Applicant, as the case may be, for the Consultancy and the PWD reserves the right to
reject all or any of the Proposals without assigning any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation and submission
of its Proposal including cost which are not limited to preparation such as copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be required
by the PWD or any other costs incurred in connection with or relating to its Proposal. All such
costs and expenses will remain with the Applicant and the PWD shall not be liable in any manner
whatsoever for the same or for any other costs or other expenses incurred by an Applicant in
preparation or submission of the Proposal, regardless of the conduct or outcome of the Selection
3
Process.
4
Section No. Description
II Glossary
5
GLOSSARY
A Glossary of the different acronyms & terms used in the document is given below with the
reference of individual acronyms/terms. The words and expressions beginning with capital letters
and defined in this document shall, unless repugnant to the context, have the meaning ascribed
thereto herein. These are to be used in relation to the interpretation of the acronyms/terms
mentioned in the RFP.
16 CV Curriculum Vitae
6
Sr. No. ACRONYM REFERENCE TO
7
Sr. No. ACRONYM REFERENCE TO
8
Section No. Description
9
NOTICE INVITING PROPOSAL
GOVERNMENT OF MAHARASHTRA
Public Works Division, Panvel.
NOTICE FOR Request for Proposal (RFP)
Tenders Executive Engineer, Public Work Division, Panvel. Dist. Raigad.
email –[Link]@[Link] (Phone No. XXXXXX-XXXXXXX)
E-TENDER NOTICE/ 11/ FOR 2025-26
INVITATION of Request for Proposal (RFP) for Consultancy Services for “Appointment of
Consultant for Preparation of District Level महाराष्ट्र अमृ तकाल रस्ते विकास योजना 2025-2047”. Public
Works Department Maharashtra (PWD) prepared महाराष्ट्र अमृ तकाल रस्ते विकास योजना (2025-
2047) comprising state level Road Sector Policy, Road Network Master Plan (RNMP) and Core
Road Network (CRN) Maharashtra 2047. In alignment with the State-level plan, MPWD is
planning to prepare “District Level महाराष्ट्र अमृ तकाल रस्ते विकास योजना 2025-2047” which covers
“District level Road Network Plan (RNMP) and Core Road Network (CRN) of Maharashtra 2047”
which will be useful for all stakeholders for effective planning, execution and monitoring of Road
Network Plan (RNMP) and Core Road Network (CRN) of Maharashtra 2047. PWD has decided
to carry out the bidding process for selection of the Consultant for “Preparation of District Level
महाराष्ट्र अमृ तकाल रस्ते विकास योजना 2025-2047”.
Brief particulars of the Project are as follows:
Duration of Cost of Tender Fee (RFP)
State Project
the project Document.
Maharashtra Appointment of Consultant for Preparation of District 120 Days Rs. 1, 180 /- Online
Level महाराष्ट्र अमृतकाल रस्ते विकास योजना 2025-2047 payment through NEFT/
RTGS per package
10
e-tender Time Table
4 Dead line Date, Time & Place of 02.07.2025 upto 17.00 Hrs. (IST) in the
submission of Hard copy of Original office of the concerned Superintending
documents as per Clause 2.16 of Part- Engineer/ Executive Engineer as
I (2). mentioned in Bid Document.
5 Technical Bid Opening Date and 02.07.2025 upto 17.30 Hrs. (IST) in the
venue Office of the Superintending Engineer,
[Link], Raigad.
Note:
1. All the payment towards cost of Tender forms will be done online only through RTGS/NEFT. It
should be noted that one should complete these activities at least one day in advance.
2. All eligible/interested consultants who want to participate in tendering process should
compulsory get enrolled on e-tendering portal "[Link] and further need to
empanel online on sub portal "[Link] in the appropriate
category applicable to them.
3. Contact below for difficulties in online submission of tenders, -.support-eproc@[Link].
4. Other terms and conditions are detailed in online e-tender form. Right to reject any or all online
bid of work, without assigning any reasons thereof, is reserved with department.
Outward No. 2468 Dt. 18.06.2025 Executive Engineer,
Office of the Executive Engineer, Public Works Division,
Public Works Division, Panvel. Panvel.
11
Public Works Department
Government of Maharashtra
Request for Proposal (RFP)
e-Tender Notice No. 11/for 2025-26
NOTICE INVITING TENDER (NIT)
1. Proposals are hereby invited from eligible Consultants for “Preparation of District Level महाराष्ट्र
अमृ तकाल रस्ते विकास योजना 2025-2047” set out in Schedule – 4 of the RFP. The RFP including
without limitation the Terms of Reference (TOR), the Agreement to be entered into for
“Preparation of District Level महाराष्ट्र अमृ तकाल रस्ते विकास योजना 2025-2047” by the Consultant
and the Guidance Note on Conflict of Interest are available online on the e–tender portal of the
Government of Maharashtra i.e. [Link] The RFP can be downloaded from
Dt. 23.06.2025 at 11.30 hrs. to Dt. 30.06.2025 at 17.00 hrs. hours on payment of a non –
refundable fee of Rs.1,180/- (Rupees One Thousand One Hundred Eighty Only) including GST
at the time of download of the RFP.
2. The Proposals must be submitted online at the e – tender portal of the Public Works
Department, Government of Maharashtra i.e. [Link] on or before Dt.
30.06.2025 at 17.00 p.m.
3. Before submitting the proposal, the bidders shall mandatorily register and enlist themselves
(the firm and all key personnel), on [Link] Further, the bidders shall follow
the operating procedure as may be prescribed on the said website.
4. All the bidders registered on [Link] shall form a Team on
[Link] and which would be assigned unique Team ID. Bidders while
submitting the proposal shall quote the Team ID.
5. The following schedule is to be followed for this assignment:
(I) Deadline for downloading of bid: 17:00 hours of dt 30.06.2025
(II) Last date for submission of queries: 11:00 hours of dt 25.06.2025
(III) Pre – Bid Meeting: 11:00 hours of dt. 25.06.2025
(IV) Deadline for Submission of bids: 17:00 hours of dt 30.06.2025
Yours sincerely,
Office of The Engineer–In–Charge,
EXECUTIVE ENGINEER,
PUBLIC WORKS DIVISION,
Panvel
Ph. No.: xxxx-xxxx,
Email: [Link]@[Link]
Website: [Link]
12
Section No. Description
IV Index
13
INDEX
Page
Sr. No. Particulars
No.
i Disclaimer 2
ii Glossary 4
iii Notice Inviting Proposal 8
iv Index 12
Part I Invitation of Proposal
1 Introduction 17
1.1 Background 18
1.2 Request for Proposal 18
1.3 Due Diligence 20
1.4 Sale of RFP Document 20
1.5 Validity of Proposal 20
1.6 Brief description of selection procedure 20
1.7 currency provisions 21
1.8 Schedule of Selection Process 21
1.9 Pre proposal visit and inspection data 21
1.10 pre proposal conference 21
1.11 Communication 22
2 Instructions to the Applicant 23
(A) General 24
2.1 Scope of Proposal 24
2.2 Eligibility Conditions 25
2.3 Conflict of Interest 32
2.4 Number of Proposal 35
2.5 Cost of Proposal 36
2.6 Site Visit and Verification of Information 36
2.7 Acknowledgement by Applicant 36
2.8 Right to reject any or all proposals 37
(B) Document 37
2.9 Contents of RFP 37
2.10 Clarification 38
2.11 Amendment of RFP 38
(C) Preparation and Submission of Proposal 39
2.12 Language 39
2.13 Format and signing of proposal 39
2.14 technical proposal 40
2.15 financial proposal 42
2.16 submission of proposal 43
2.17 proposal due date 44
2.18 late proposal 44
14
Page
Sr. No. Particulars
No.
2.19 modification/ substitution/ withdrawal of proposal 44
2.20 bid security 44
2.21 performance security 46
(D) Evaluation Process 45
2.22 Evaluation of Proposal 46
2.23 Confidentiality 48
2.24 Clarification 48
(E) Appointment of Consultant 48
2.25 Negotiation 48
2.26 Substitution of key personnel 49
2.27 Indemnity 49
2.28 Award of consultancy 49
2.29 execution of agreement 50
2.30 Commencement of assignment 50
2.31 Proprietary data 51
3 Criteria for evaluation 52
3.1 Evaluation of technical proposal 53
3.2 shortlisting of applicant 70
3.3 evaluation of financial proposal 70
3.4 combined and final evaluation 71
4 Fraud and corrupt practices 78
5 Pre proposal conference 81
6 Miscellaneous 83
Part II Schedules
Schedule I Terms of Reference 84
1 GENERAL 85
2 OBJECTIVE 85
3 SCOPE OF SERVICES 86
4 SPECIFIC REQUIREMENTS 89
5 Estimation of quantities and Project Costs 120
6 Viability and Financing Options 120
7 Economic Analysis 120
8 Financial Analysis - Deleted 120
9 Time period for the service 121
10 Project Team and Project Office of the Consultant 122
11 Reports to be submitted by the Consultant to PWD 123
12 Reports and Documents to be submitted by the Consultant to PWD 123
13 Interaction with PWD 133
14 Payment Schedule 133
Supplement I- Additional Points to be considered in Road 135
Supplement II- Additional Points to be considered in Bridge 142
15
Page
Sr. No. Particulars
No.
Supplement III- Additional Requirement for Safety Audit 145
Appendix A for TOR- Detailed Specifications for Social Assessment
151
and Action Plan
Appendix B for TOR- Environment Assessment and Preparation of
157
Environmental Management Plan
Enclosure I (TOR) - Manning Schedule 166
Enclosure II (TOR)- QUALIFICATION AND EXPERIENCE
167
REQUIREMENT OF KEY PERSONNEL
Enclosure III (TOR)- Activity Schedule 171
Enclosure IV (TOR) – Details of Packages 173
Schedule II Agreement 179
1 General 179
2 Commencement, Completion and Termination
184
of Agreement
3 Obligations of the Consultant 189
4 Consultant’s Personnel and Sub-Consultant 197
5 Obligations of the Authority 199
6 Payment to the Consultant 200
7 Liquidated damages and penalties 202
8 Fairness and Good Faith 204
9 Settlement of Disputes 205
ANNEXES
Annex I Terms of Reference 207
Annex II Deployment of Personnel 208
Annex III Estimate of Personnel Costs 209
Annex IV Approved Sub-Consultant(s) 210
Annex V Cost of Services 211
Annex VI Payment Schedule 215
Annex VII Bank Guarantee for Performance Security 217
Schedule III Conflict of Interest 221
Schedule IV Details of Projects 224
Part III Appendices
Appendix I Technical Proposal 226
Form 1 Letter of Proposal 226
Form 2 Particulars of applicant 229
Form 3 statement of legal capacity 232
Form 4 Power of attorney 234
Form 5 financial capacity 236
Form 6 Particulars of key personnel 237
Form 7 Proposed methodology and work plan 238
Form 8 abstract of eligibility assignment of applicant 239
16
Page
Sr. No. Particulars
No.
Form 9 Abstract of eligibility assignment of key personnel 240
Form 10 eligible Assignment of applicant 241
Form 11 Descriptive eligibility of kay personnel 242
Form 12 CV of key personnel 243
Form 13 deployment of key personnel 244
Form 14 work schedule 245
Form 15 proposal of sub-contractor 246
Form 16 FIRM’S REFERENCES 247
Form 17 Details of projects for which Technical and Financial Proposals have
248
been submitted
Form 18 Site Appreciation 249
Form 19 COMMENTS/ SUGGESTIONS OF CONSULTANT ON THE
250
TERMS OF REFERENCE
Form 20 Composition of the Team Personnel and the task Which would be
251
assigned to each Team Member
Form 21 APPROACH PAPER ON METHODOLOGY PROPOSED FOR
252
PERFORMING THE ASSIGNMENT
Form 22 Details of Material Testing Facility 253
Form 23 Facility for Field investigation and Testing 254
Form 24 AFFIDAVIT ON RS. 500/- STAMP PAPER 255
Appendix II Financial Proposal 256
form 1 Covering Letter 257
Form 2 Financial Proposal 258
Form 3 Estimation of personnel cost 260
Appendix III LIST OF BID-SPECIFIC CLAUSES 263
Appendix IV LIST OF PROJECT-SPECIFIC CLAUSES 265
Appendix V Assumptions to be made regarding Similar Capacity for various
268
positions
Appendix VI E-tendering Procedure 271
17
Section No. Description
1 Introduction
18
Invitation of Proposal
1 Introduction
1.1 Background
1.1.1. The Governor of the State of Maharashtra, represented by the ‘Executive
engineer, Public Works Division, Panvel (the “Authority” or “Engineer – in –
charge”) prepared महाराष्ट्र अमृतकाल रस्ते विकास योजना (2025-2047) comprising
Road Sector Policy, Road Network Master Plan (RNMP) and Core Road Network
(CRN) Maharashtra 2047. In alignment with the State-level plan, MPWD is
planning to prepare “District Level महाराष्ट्र अमृ तकाल रस्ते विकास योजना 2025-
2047” which covers “District level Road Network Plan (RNMP) and Core Road
Network (CRN) of Maharashtra 2047” which will be useful for all stakeholders
for effective planning, execution and monitoring of Road Network Plan (RNMP)
and Core Road Network (CRN) of Maharashtra 2047.
1.1.2. With a view to inviting bids for “Preparation of District Level महाराष्ट्र अमृ तकाल रस्ते
विकास योजना 2025-2047”, from eligible bidders, the Authority has decided to
invite the Consultants, as set out in Schedule – 4 hereto, under consideration.
1.1.3. In pursuance of the above, the Authority has decided to carry out the process for
selection of a technical consultant (the “Consultant”), for “Preparation of District
Level महाराष्ट्र अमृ तकाल रस्ते विकास योजना 2025-2047”. The Consultant shall
prepare the maps and reports/ documents in accordance with the Terms of
Reference specified at Schedule – 1 hereto (the “TOR”).
1.2 Request of Proposal
1.2.1. The Authority invites Proposals (the “Proposals”) for selection of the Consultant
who shall prepare a District Level महाराष्ट्र अमृ तकाल रस्ते विकास योजना 2025-2047.
The Study shall include without limitation preparation of plans at region/ district/
taluka level in English and Marathi languages, preparation of report at district
level covering the RNMP and CRN for Maharashtra 2047 details, etc. in
conformity with the TOR (collectively the “Consultancy”).
1.2.2. The Authority intends to select the Consultant through an open competitive
bidding in accordance with the procedure set out herein.
1.2.3. Bidders individually (“Bidder” or “Applicant”) may individually or in joint
venture apply for the Project under this RFP.
1.2.4. The Government of Maharashtra through Public Works Department has issued this
RFP for selection of the Consultants for Preparation of District Level महाराष्ट्र
अमृ तकाल रस्ते विकास योजना 2025-2047.
1.2.5. Detailed procedure relating to the aforesaid provisions has been laid down in clause
3.5.1 of this RFP.
1.2.6. Any entity which has been barred by the Ministry of Road Transport and Highways
(MORTH), National Highway Authority of India (NHAI), PWD or its
implementing agencies for the works of Expressways, National Highways, State
Highways, ISC and EI Works and the bar subsists as on the date of application,
19
would not be eligible to submit the bid, either individually or as a member of a
Joint Venture
1.2.7. Please note that
i. costs of preparing the proposal and of negotiating the contract, including visits
to the department, etc., are not reimbursable as a direct cost of the assignment;
and
ii. Department is not bound to accept any of the proposals submitted and reserve
the right to reject any or all proposals without assigning any reasons.
1.2.8. In case of Joint venture, one of the firms which preferably have relatively higher
experience, will act as the lead firm representing the Joint Venture. For a JV to be
eligible for bidding, the experience of lead partner and other partner should be as
indicated in data sheet.
1.3 Due diligence by Applicants
Applicants are encouraged to inform themselves fully about the assignment and the local
conditions before submitting the Proposal by paying a visit to the Authority and the Project
site(s), sending written queries to the Authority, and attending a Pre-Proposal Conference
on the date and time specified in Clause 1.8. They must fully inform themselves of local
and site conditions and take them into account in preparing the proposal.
1.4 Sale of RFP document
The RFP including without limitation the Terms of Reference (TOR), the Agreement to
be entered into for the preparation of the District Level महाराष्ट्र अमृ तकाल रस्ते विकास
योजना 2025-2047 by the Consultant, the Guidance Note on Conflict of Interest and the
List of Projects are available online on the e – tender portal of the Government of
Maharashtra i.e., [Link] The RFP can be downloaded up to 17:00 hours
of 30.06.2025, on payment of a non – refundable fee of Rs. 1,180/- (Rupees One Thousand
One Hundred Eighty Only) at the time of download of the RFP.
1.5 Validity of Proposal
The Proposal shall be valid for a period of not less than 120 days from the Proposal Due
Date (the “PDD”). Validity of bid shall be extended for a specified additional period at
the sole discretion of the Authority, without being required to ascribe any reasons thereof.
For the avoidance of any doubt, it is hereby clarified that the bid validity period of the
selected Consultant shall be extended automatically, till the date of execution of the
Agreement, as set out in Schedule – II hereto.
1.6 Brief description of the Selection Process
The Authority has adopted a two – step selection process (collectively the “Selection
Process”) in evaluating the Proposals comprising technical and financial bids are to be
submitted in two separate submissions, which shall be submitted online. In the first step,
a technical evaluation will be carried out as specified in Clause 3.1. Based on this technical
evaluation, a list of technically qualified applicants shall be prepared as specified in Clause
3.2. In the second stage, a financial evaluation will be carried out as specified in Clause
3.3. Proposals will finally be ranked on Quality – Cost Based Selection (“QCBS”) method
as more particularly set out in clause 3 of this RFP.
20
1.7 Currency
1.7.1 For the purposes of technical evaluation of Applicants, in the event the amounts
of any of the past experiences used by the Applicant is any currency other INR,
the same shall be converted into INR at the official exchange rate prevailing on 7
(seven) days prior to the PDD. “Official Exchange Rate” is the reference rate
published by the Reserve Bank of India.
1.7.2 All payments to the Consultant shall be made in INR in accordance with the
provisions of this RFP. The Consultant may convert INR into any foreign
currency as per Applicable Laws and the exchange risk, if any, shall be borne by
the Consultant.
1.8 Schedule of Selection Process
Sl. No. Event Description Date
1. Last date for receiving queries/ As per schedule mentioned
clarifications in Tender Notice
2. Pre-proposal conference As per schedule mentioned
in Tender Notice
3. Authority response to queries As per schedule mentioned
in Tender Notice
4. Last date for Downloading As per schedule mentioned
in Tender Notice
5. Proposal Due Date or PDD As per schedule mentioned
in Tender Notice
6. Opening of Proposals As per schedule mentioned
in Tender Notice
7. Letter of Award (LOA) Within 15 days of PDD
8. Last Date for submission of the Within 10 days of LOA
Performance Security by the selected
Bidder
9. Signing of Agreement Within 10 days of LOA
10. Validity of Applications 120 days of Proposal Due
Date
21
1.10 Pre-Proposal Conference
The date, time and venue of Pre-Proposal Conference shall be:
Date: 25.06.2025
Day & Time: Wednesday at 17:00 PM
Venue: The office of the Chief Engineer (Konkan) and Project Director (EAP), Public
Works Region
Address: Bandhkam Bhawan, Mumbai
1.11 Communication
Office of The Engineer–In–Charge,
EXECUTIVE ENGINEER,
PUBLIC WORKS DIVISION,
PANVEL
Ph. No.: xxxx-xxxx,
Email: [Link]@[Link]
Website: [Link]
All communications, including the envelopes, should contain the following information,
to be marked at the top in bold letters:
RFP Notice No. 11 of 2025
Consultancy services for “Preparation of District Level महाराष्ट्र अमृ तकाल रस्ते विकास योजना
2025-2047”.
22
Section No. Description
23
2 Instructions to the Applicant
(A) General
2.1 Scope of the proposal
2.1.1 Detailed description of the objectives, scope of services, Deliverables and other
requirements relating to this Consultancy are specified in this RFP. In case an applicant
firm possesses the requisite experience and capabilities required for undertaking the
Consultancy, it may participate in the Selection Process either individually (the “Sole
Firm”) or as lead member of a consortium of firms (the “Lead Member”) in response
to this invitation. The term applicant (the “Applicant”) means the Sole Firm or the Lead
Member, as the case may be. The manner in which the Proposal is required to be
submitted, evaluated and accepted is explained in this RFP.
2.1.2 Applicants are advised that the selection of consultant shall be on the basis of an
evaluation by the Authority through the Selection Process specified in this RFP.
Applicants shall be deemed to have understood and agreed that no explanation or
justification for any aspect of the Selection Process will be given and that the Authority’s
decisions are without any right of appeal whatsoever.
2.1.3 The Applicant shall submit its Proposal in the form and manner specified in this Part-2
of the RFP. The Technical proposal shall be submitted in the form at Appendix-I and
the Financial Proposal shall be submitted in the form at Appendix-II. Upon selection,
the Applicant shall be required to enter into an agreement with the Authority in the form
specified at Schedule-II.
2.1.4 Key Personnel
(a) The availability of Key Personnel must be ensured for the duration of the
Consultancy. If a Bidder claims that a Key Personnel proposed by such Bidder
is a permanent employee of the Bidder (the personnel should have worked with
the Bidder continuously for a period of at least one (1) year), a certificate to the
effect along with pay slips are required to be submitted. An undertaking from
the Key Personnel must be furnished that he/she will be available for entire
duration of the Consultancy and will not engage himself/herself in any other
assignment during the currency of his/her assignment in relation to the
Consultancy. After the award of the work, in case of non – availability of Key
Personnel in spite of his/her declaration, he/she shall be debarred for a period of
two years for all projects of the Public Works Department, the Government of
Maharashtra.
(b) A good working knowledge of English Language is essential for key professional
staff on this assignment. Study reports must be in English Language. Photo,
contact address and phone/mobile number of key personnel should be furnished
in the CV.
(c) It may please be noted that in case the requirement of the experience of the joint
venture / consortium is met by any foreign entity, their real involvement for the
Consultancy shall be mandatory. This can be achieved either by including certain
24
man – months input of Key Personnel belonging to the parent foreign entity, or
by submitting at least the Draft Final Report duly reviewed by the parent entity
and their paying visit to the Project site(s) and interacting with the Authority. In
case of Key Personnel proposed by the foreign entity, they should be on its pay
roll for at least the last six months (from the date of submission).
(d) The Consultancy Team shall consist and deploy key personnel (the “Key
Personnel”) as mentioned in Clause 2.2 who shall discharge their respective
responsibilities Form 7 in Appendix I.
2.2 Conditions of Eligibility of Applicants
2.2.1 Applicants must read carefully the minimum conditions of eligibility (the “Conditions
of Eligibility”) provided herein. Proposals of only those Applicants who satisfy the
Conditions of Eligibility will be considered for evaluation.
2.2.2 To be eligible for evaluation of its Proposal, the Applicant shall fulfil the following:
(A) Technical Capacity
25
Sr. No. Description Documents to be submitted as a proof
4 Shall have on its roll for a List of employees along with appointment
period of at least 1 year letter, PF list, Form 26AS
minimum 20 technical In case of joint venture / association, each
employees (B.E / D.C.E. or member shall have on its roll for a period
equivalent field in civil of at least 1 year minimum 10 technical
engineering/ urban employees (B.E / D.C.E. or equivalent
planning/ Geography and field in civil engineering/ urban planning/
Remote sensing) Geography and Remote sensing)
Sr. Documents to be
Description
No. submitted as a proof
Documents to be
Sr. No. Description
submitted as a proof
Minimum
Educational Experience on
Sr. Minimum
Key Personnel Qualification and Eligible
No. Experience
Professional Assignments
Experience
29
2.2.3 The Applicant shall enclose with its Proposal, certificate(s) from its Statutory Auditors
stating its total revenues from professional fees during each of the 5 (five) financial years
preceding the PDD and the fee received in respect of each of the Eligible Assignments
specified in the Proposal. In this regard, the work orders should also be submitted by
the Applicant for the purpose of verification of the type of assignments towards which
the professional fees have been paid to the said Applicant. In the event that the
Applicant does not have a statutory auditor, it shall provide the requisite certificate(s)
from the firm of Chartered Accountants that ordinarily audits the annual accounts of the
Applicant.
2.2.4 The Applicant should submit a Power of Attorney as per the format at Form-4 of
Appendix-I; provided, however, that such Power of Attorney would not be required if
the Application is signed by a partner of the Applicant, in case the Applicant is a
partnership firm or limited liability partnership. In the event that the Applicant is a
company within the meaning of the Companies Act, 2013, the Applicant shall also
provide the resolution of the Board of Directors regarding the delegation of such
authority to the constituted attorney. In the event that the Applicant, is a partnership
firm or a limited liability partnership, the partnership deed shall be submitted for the
purpose of verification of the veracity of such application by the purported partner in
such partnership firm or a limited liability partnership.
2.2.5 Any entity which has been barred by the Central Government, any State Government, a
statutory authority or a public sector undertaking, as the case may be, from participating
in any project, and the bar subsists as on the date of Proposal, would not be eligible to
submit a Proposal either by itself or through its Associate.
2.2.6 An Applicant or its Associate should have, during the last three years, neither failed to
perform on any agreement, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award against the Applicant
or its Associate, nor been expelled from any project or agreement nor have had any
agreement terminated for breach by such Applicant or its Associate.
2.2.7 While submitting a Proposal, the Applicant should attach clearly marked and referenced
continuation sheets in the event that the space provided in the specified forms in the
Appendices is insufficient. Alternatively, Applicants may format the specified forms
making due provision for incorporation of the requested information.
2.3 Conflict of Interest
2.3.1 An Applicant shall not have a conflict of interest, in the opinion of the Authority, which
is final and binding on the Consultant, which may affect the Selection Process or the
Consultancy (the “Conflict of Interest”). Any Applicant found to have a Conflict of
Interest shall be disqualified. In the event of disqualification, the Authority shall forfeit
and appropriate the Bid Security as mutually agreed genuine pre-estimated
compensation and damages payable to the Authority for, inter alia, the time, cost and
effort of the Authority including consideration of such Applicant’s Proposal, without
prejudice to any other right or remedy that may be available to the Authority hereunder
or otherwise.
30
2.3.2 The Authority requires that the Consultant provides professional, objective, and
impartial advice and at all times hold the Authority’s interest paramount, avoid conflicts
with other assignments or its own interests, and act without any consideration for future
work. The Consultant shall not accept or engage in any assignment that would be in
conflict with its prior or current obligations to other clients, or that may place it in a
position of not being able to carry out the assignment in the best interests of the
Authority.
2.3.3 Some guiding principles for identifying and addressing Conflicts of Interest have been
illustrated in the Guidance Note at Schedule-3. Without limiting the generality of the
above, an Applicant shall be deemed to have a Conflict of Interest affecting the Selection
Process, if:
(i) the Applicant, its consortium member (the “Member”) or Associate (or any
constituent thereof) and any other Applicant, its consortium member or
Associate (or any constituent thereof) have common shareholders or other
ownership interest; provided that this disqualification shall not apply in
cases where the direct or indirect shareholding or ownership interest of an
Applicant, its Member or Associate (or any shareholder thereof having a
shareholding of more than 5% (five per cent) of the paid up and subscribed
share capital of such Applicant, Member or Associate, as the case may be)
in the other Applicant, its consortium member or Associate is less than 5 % of
the subscribed and paid up equity share capital thereof; provided further that
this disqualification shall not apply to any ownership by a bank, insurance
company, pension fund or a public financial institution referred to in section
4A of the Companies Act, 1956 or relevant section in Companies Act, 2013 .
For the purposes of this Clause 2.3.3(i), indirect shareholding held through
one or more intermediate persons shall be computed as follows: (aa) where
any intermediary is controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary in any
other person (the “Subject Person”) shall be taken into account for
computing the shareholding of such controlling person in the Subject Person;
and (bb) subject always to sub-clause (aa) above, where a person does not
exercise control over an intermediary, which has shareholding in the Subject
Person, the computation of indirect shareholding of such person in the Subject
Person shall be undertaken on a proportionate basis; provided, however, that
no such shareholding shall be reckoned under this sub-clause (bb) if the
shareholding of such person in the intermediary is less than 26% (twenty six
per cent) of the subscribed and paid up equity shareholding of such
intermediary; or
(ii) a constituent of such Applicant is also a constituent of another Applicant; or
(iii) such Applicant or its Associate receives or has received any direct or indirect
subsidy or grant from any other Applicant or its Associate; or
31
(iv) such Applicant has the same legal representative for purposes of this
Application as any other Applicant; or
(v) such Applicant has a relationship with another Applicant, directly or through
common third parties, that puts them in a position to have access to each
other’s information about, or to influence the Application of either or each
of the other Applicant; or
(vi) there is a conflict among this and other consulting assignments of the
Applicant (including its personnel and Sub-consultant) and any subsidiaries
or entities controlled by such Applicant or having common controlling
shareholders. The duties of the Consultant will depend on the circumstances
of each case. While providing consultancy services to the Authority for this
particular assignment, the Consultant shall not take up any assignment that
by its nature will result in conflict with the present assignment; or
(vii) a firm which has been engaged by the Authority to provide goods or works
or services for a project, and its Associates, will be disqualified from
providing consulting services for the same project save and except as
provided in Clause 2.3.4; conversely, a firm hired to provide consulting
services for the preparation or implementation of a project, and its Members
or Associates, will be disqualified from subsequently providing goods or
works or services related to the same project; or
(viii) the Applicant, its Member or Associate (or any constituent thereof), and the
bidder or Concessionaire, if any, for the Project, its contractor(s) or sub-
contractor(s) (or any constituent thereof) have common controlling
shareholders or other ownership interest; provided that this disqualification
shall not apply in cases where the direct or indirect shareholding or ownership
interest of an Applicant, its Member or Associate (or any shareholder thereof
having a shareholding of more than 5% (five per cent) of the paid up and
subscribed share capital of such Applicant, Member or Associate, as the case
may be,) in the bidder or Concessionaire, if any, or its contractor(s) or sub-
contractor(s) is less than 5% (five per cent) of the paid up and subscribed share
capital of such Concessionaire or its contractor(s) or sub-contractor(s);
provided further that this disqualification shall not apply to ownership by a
bank, insurance company, pension fund or a Public Financial Institution
referred to in the Companies Act, 2013. For the purposes of this sub-clause
(h), indirect shareholding shall be computed in accordance with the provisions
of sub-clause (a) above.
For purposes of this RFP, Associate means, in relation to the Applicant, a
person who controls, is controlled by, or is under the common control with
such Applicant (the “Associate”). As used in this definition, the expression
“control” means, with respect to a person which is a company or corporation,
the ownership, directly or indirectly, of more than 50% (fifty per cent) of the
voting shares of such person, and with respect to a person which is not a
company or corporation, the power to direct the management and policies of
32
such person by operation of law or by contract.
2.3.4 An Applicant eventually appointed to provide Consultancy for this Project, the members
of the joint venture / consortium if any, its Associates and / or the Associates of the such
members of the joint venture / consortium if any, shall be disqualified from subsequently
providing goods or works or services related to the construction and operation of the
same Project and any breach of this obligation shall be construed as Conflict of Interest;
provided that the restriction herein shall not apply after a period of 5 (five) years from
the completion of this assignment or to consulting assignments granted by banks/ lenders
at any time; provided further that this restriction shall not apply to consultancy/ advisory
services performed for the Authority in continuation of this Consultancy or to any
subsequent consultancy/ advisory services performed for the Authority in accordance
with the rules of the Authority. For the avoidance of doubt, an entity affiliated with the
Consultant shall include a partner in the Consultant’s firm or a person who holds more
than 5% (five per cent) of the subscribed and paid-up share capital of the Consultant, as
the case may be, and any Associate thereof.
2.4 Number of Proposals
No Applicant or its Associate shall submit more than one Application for the
Consultancy. An Applicant applying individually or as an Associate shall not be entitled
to submit another application either individually or as a member of any consortium, as
the case may be.
2.5 Cost of Proposal
Bidders are required to pay Cost of Blank Proposal Document of Rs. _15,075/-
(including 18% GST (Non-Refundable)) via online Payment Gateway mode only. The
information of E-Payment Gateway available on E-Tendering Website
[Link] The Applicants shall be responsible for all of the costs
associated with the preparation of their Proposals and their participation in the Selection
Process including subsequent negotiation, visits to the Authority, Project site etc. The
Authority will not be responsible or in any way liable for such costs, regardless of the
conduct or outcome of the Selection Process.
2.6 Site visit and verification of information
Applicants are encouraged to submit their respective Proposals after visiting the Project
site and ascertaining for themselves the site conditions, traffic, location, surroundings,
climate, access to the site, availability of drawings and other data with the Authority,
Applicable Laws and regulations or any other matter considered relevant by them.
Applicants may visit the Project site(s) and review the available data at any time prior
to PDD. For this purpose, they will provide at least two days’ notice to the nodal officer
specified below:
Office of The Engineer–In–Charge,
EXECUTIVE ENGINEER,
PUBLIC WORKS DIVISION,
Panvel
Ph. No.: xxxx-xxxx,
33
Email: [Link]@[Link]
Website: [Link]
2.7 Acknowledgement by Applicant
2.7.1 It shall be deemed that by submitting the Proposal, the Applicant has:
a. made a complete and careful examination of the RFP;
b. received all relevant information requested from the Authority;
c. acknowledged and accepted the risk of inadequacy, error or mistake in the
information provided in the RFP or furnished by or on behalf of the Authority
or relating to any of the matters referred to in Clause 2.6 above;
d. satisfied itself about all matters, things and information, including matters
referred to in Clause 2.6 herein above, necessary and required for submitting
an informed Application and performance of all of its obligations thereunder;
e. acknowledged that it does not have a Conflict of Interest; and
f. agreed to be bound by the undertaking provided by it under and in terms
hereof.
2.7.2 The Authority shall not be liable for any omission, mistake or error on the part of
the Applicant in respect of any of the above or on account of any matter or thing
arising out of or concerning or relating to RFP or the Selection Process, including
any error or mistake therein or in any information or data given by the Authority.
2.8 Right to reject any or all Proposals
2.8.1 Notwithstanding anything contained in this RFP, the Authority reserves the right
to accept or reject any Proposal and to annul the Selection Process and reject all
Proposals, at any time without any liability or any obligation for such acceptance,
rejection or annulment, and without assigning any reasons thereof.
2.8.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves the
right to reject any Proposal if:
a) at any time, a material misrepresentation is made or discovered, or
b) the Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the
Proposal.
Misrepresentation/ improper response by the Applicant may lead to the disqualification of the
Applicant. If the Applicant is the Lead Member of a consortium, then the entire consortium may
be disqualified / rejected. If such disqualification / rejection occurs after the Proposals have been
opened and the highest-ranking Applicant gets disqualified / rejected, then the Authority
reserves the right to consider the next best Applicant, or take any other measure as may be
deemed fit in the sole discretion of the Authority, including annulment of the Selection Process
(B) Document
2.9 Contents of the RFP
This RFP comprises the Disclaimer set forth hereinabove, the contents as listed
34
below and will additionally include any Addendum / Amendment issued in
accordance with Clause 2.11:
Part I Invitation of Proposal
1. Introduction
2. Instruction to the Applicant
3. Criteria for Evaluation
4. Fraud and Corrupt Practices
5. Pre-proposal Conference
6. Miscellaneous
Part II Schedules
Schedule I TOR
Schedule II Agreement Annexes
Schedule III Conflict of Interest
Part III Appendices
Appendix I
Appendix II
2.10 Clarification
2.10.1 Applicants requiring any clarification on the RFP may send their queries
to the Authority in writing by speed post/ courier/ special messenger or by
e-mail so as to reach before the date mentioned in the Schedule of
Selection Process at Clause 1.8. The envelopes shall clearly bear the
following identification: "Appointment of Consultant for Preparation
of District Level महाराष्ट्र अमृतकाल रस्ते विकास योजना 2025-2047”
2.10.2 The Authority shall endeavor to respond to the queries within the period
specified therein but not later than 7 (seven) days prior to the Proposal
Due Date. The responses will be sent by e-mail. The Authority will post
the reply to all such queries on the Official Website and copies thereof
will also be circulated to all Applicants who have purchased the RFP
document without identifying the source of queries.
The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause 2.10 shall be
construed as obliging the Authority to respond to any question or to provide any
clarification.
35
2.11.1 At any time prior to the deadline for submission of Proposal, the Authority
may, for any reason, whether at its own initiative or in response to clarifications
requested by an Applicant, modify the RFP document by the issuance of
Addendum/ Amendment and posting it on the Official Website and by
conveying the same to the prospective Applicants (who have purchased the RFP
document) by fax or e- mail.
2.11.2 All such amendments will be notified in writing through fax or e-mail to all
Applicants who have purchased the RFP document. The amendments will also
be posted on the Official Website along with the revised RFP containing the
amendments and will be binding on all Applicants.
2.11.3 In order to afford the Applicants a reasonable time for taking an amendment
into account, or for any other reason, the Authority may, in its sole discretion,
extend the Proposal Due Date.
36
(b) by a partner, in case of a partnership firm and/or a limited liability
partnership; or
(c) by a duly authorized person holding the Power of Attorney, in case of
a Limited Company or a corporation; or
(d) by the authorized Representative of the Lead Member, in case of
consortium.
A copy of the Power of Attorney certified under the hands of a partner or
director of the Applicant and notarized by a notary public in the form
specified in Appendix-I (Form-4) shall accompany the Proposal.
2.13.3 Applicants should note the Proposal Due Date, as specified in Clause 1.9,
for submission of Proposals. Except as specifically provided in this RFP,
no supplementary material will be entertained by the Authority, and that
evaluation will be carried out only on the basis of Documents received by
the closing time of Proposal Due Date as specified in Clause 2.17.1.
Applicants will ordinarily not be asked to provide additional material
information or documents subsequent to the date of submission, and
unsolicited material if submitted will be summarily rejected. For the
avoidance of doubt, the Authority reserves the right to seek clarifications
under and in accordance with the provisions of Clause 2.24.
2.14 Technical Proposal
2.14.1 Applicants shall submit the technical proposal in the formats at
Appendix-I (the “Technical Proposal”).
2.14.2 While submitting the Technical Proposal, the Applicant shall, in
particular, ensure that:
a) The Bid Security is provided;
b) all forms are submitted in the prescribed formats and signed by the
prescribed signatories;
c) CVs of all Professional Personnel have been included;
d) Key Personnel have been proposed only if they meet the Conditions
of Eligibility laid down at Clause 2.2.3 of the RFP;
e) no alternative proposal for any Key Personnel is being made and
only one CV for each position has been furnished;
f) the CVs have been recently signed and dated in blue ink by the
respective Personnel and countersigned by the Applicant. Photocopy
or unsigned / countersigned CVs shall be rejected;
g) the CVs shall contain an undertaking from the respective Key
Personnel about his/her availability for the duration specified in the
RFP;
h) Professional Personnel proposed have good working knowledge of
English language;
i) Key Personnel would be available for the period indicated in the
37
TOR;
j) no Key Personnel should have attained the age of 70 (seventy) years
at the time of submitting the proposal; and
k) the proposal is responsive in terms of Clause 2.22.3
l) Each bidder shall submit only one Technical proposal and
separate financial proposal for each package he is applying for.
Bidder should clearly mention packages applying in Form -1 of
Appendix-I.
2.14.3 Failure to comply with the requirements spelt out in this Clause 2.14 shall
make the Proposal liable to be rejected.
2.14.4 If an individual Key Personnel makes a false averment regarding his
qualification, experience or other particulars, or his commitment
regarding availability for the Project is not fulfilled at any stage after
signing of the Agreement, he shall be liable to be debarred for any future
assignment of the Authority for a period of 5 (five) years. The award of
this Consultancy to the Applicant may also be liable to cancellation in
such an event.
2.14.5 The Technical Proposal shall not include any financial information
relating to the Financial Proposal.
2.14.6 The proposed team shall be composed of experts and specialists (the
“Professional Personnel”) in their respective areas of expertise and
managerial/support staff (the “Support Personnel”) such that the
Consultant should be able to complete the Consultancy within the
specified time schedule. The Key Personnel specified in Clause 2.1.4
shall be included in the proposed team of Professional Personnel. Other
competent and experienced Professional Personnel in the relevant areas
of expertise must be added as required for successful completion of this
Consultancy. The CV of each such Professional Personnel, if any, should
also be submitted in the format at Form-12 of Appendix-I.
2.14.7 An Applicant may, if it considers necessary, propose suitable Sub-
Consultants in specific areas of expertise. Credentials of such Sub-
Consultants should be submitted in Form-16 of Appendix-I. A Sub-
Consultant, however, shall not be a substitute for any Key Personnel.
2.14.8 The Authority reserves the right to verify all statements, information and
documents, submitted by the Applicant in response to the RFP. Any such
verification or the lack of such verification by the Authority to undertake
such verification shall not relieve the Applicant of its obligations or
liabilities hereunder nor will it affect any rights of the Authority
thereunder.
2.14.9 In case it is found during the evaluation or at any time before signing of
the Agreement or after its execution and during the period of subsistence
thereof, that one or more of the eligibility conditions have not been met
by the Applicant or the Applicant has made material misrepresentation
38
or has given any materially incorrect or false information, the Applicant
shall be disqualified forthwith if not yet appointed as the Consultant
either by issue of the LOA or entering into of the Agreement, and if the
Selected Applicant has already been issued the LOA or has entered into
the Agreement, as the case may be, the same shall, notwithstanding
anything to the contrary contained therein or in this RFP, be liable to be
terminated, by a communication in writing by the Authority without the
Authority being liable in any manner whatsoever to the Applicant or
Consultant, as the case may be.
In such an event, the Authority shall forfeit and appropriate the Bid Security as
mutually agreed pre-estimated compensation and damages payable to the
Authority for, inter alia, time, cost and effort of the Authority, without prejudice
to any other right or remedy that may be available to the Authority.
2.15 Financial Proposal
2.15.1 Applicants shall submit the financial proposal in the formats at Appendix-
II (the “Financial Proposal”) clearly indicating the total cost of the
Consultancy (Form-2 of Appendix-II) in both figures and words, in
Indian Rupees, and signed by the Applicant’s authorized Representative.
In the event of any difference between figures and words, the amount
indicated in words shall prevail. In the event of a difference between the
arithmetic total and the total shown in the Financial Proposal, the lower of
the two shall prevail.
Applicant shall submit separate financial proposal for each package he
is applying for.
2.15.2 While submitting the Financial Proposal, the Applicant shall ensure the
following:
i) All the costs associated with the assignment shall be included in the
Financial Proposal. These shall normally cover remuneration for all
the Personnel (Expatriate and Resident, in the field, office etc.),
accommodation, air fare, equipment, printing of documents, surveys,
geo-technical investigations etc. The total amount indicated in the
Financial Proposal shall be without any condition attached or subject
to any assumption, and shall be final and binding. In case any
assumption or condition is indicated in the Financial Proposal, it shall
be considered non-responsive and liable to be rejected.
ii) The Financial Proposal shall take into account all expenses and tax
liabilities. For the avoidance of doubt, it is clarified that all taxes shall
be deemed to be included in the costs shown under different items of
the Financial Proposal. Further, all payments shall be subject to
deduction of taxes at source as per Applicable Laws.
iii) Costs (including break down of costs) shall be expressed in INR.
iv) In addition to above, bidder shall ensure that project wise break up in
each package has been taken into consideration.
39
2.16 Submission of Proposal
• The complete Proposal submission, “ON-LINE” on the website
[Link] can be made only after payment of Cost of Blank
Proposal Document, EMD and processing fees through payment gateway of the
service provider by Bidders.
• Proposal should be submitted through website [Link]
• Sealed hard copy of the EMD (in case Bank Guarantee) shall be submitted at
office of Superintending Engineer/ Executive Engineer for the purpose of ease
in evaluation.
2.17 Proposal Due Date (PDD)
2.17.1 Proposal should be submitted at or before 1100 hours on the Proposal
Due Date specified in Clause 1.9 at the address provided in Clause 1.12
in the manner and form as detailed in this RFP. A receipt thereof should
be obtained from the person specified therein.
2.17.2 The Authority may, in its sole discretion, extend the Proposal Due Date
by issuing an Addendum in accordance with Clause 2.11 uniformly for
all Applicants.
2.18 Late Proposals Late Proposal offers or non-submission of Proposals
Bidder’s grievance/ complaint on account of late submission of proposal/ non-
submission of Proposal due to problem in internet, electricity or any other reason
will not be considered. Bidder shall responsible for the same cause.
Bidder’s grievance/ complaint on account of late submission of proposal/ non-
submission of Proposal due to problem in internet, electricity or any other reason
will not be considered. Bidder shall responsible for the same cause.
2.19 Amendments to the proposal Document
• At any time prior to the last date and time for complete technical & financial
proposal preparation for online submission, the AUTHORITY, may, for any
reason, whether at its own initiative or in response to a clarification requested
by a prospective Bidder, modify the Proposal Document by issuing
Corrigendum.
• The same shall be notified online to all prospective Bidders who have
received the Proposal Document and will be binding on them.
• In order to provide Bidders reasonable time in which to take the amendment
into account in preparing their proposals, the AUTHORITY may, at its
discretion, extend the last date for complete technical and financial proposal
preparation for online submission of Proposals.
2.20 Earnest Money Deposit (EMD)
40
2.20.1 The Bidder shall deposit and keep deposited (for the period specified
hereafter) with AUTHORITY a sum of Rs. 1.50 Lakhs as the Earnest
money. The Earnest Money shall be deposited in one of the following
forms.
(i) By way of online Payment Gateway Mode.
(ii) By an irrevocable and unconditional Bank Guarantee executed by a
Nationalized / Scheduled Bank in the form prescribed and valid for
180 days from the last date prescribed for submission of Proposal.
2.20.2 E.M.D. in the form of irrevocable, unconditional Bank Guarantee will be
accepted.
2.20.3 The failure or omission to deposit or keep deposited the Earnest Money
shall disqualify the Bidder for that Proposal.
2.20.4 No interest shall be payable by AUTHORITY in respect of such deposited
Earnest Money.
2.20.5 The Earnest Money of an unsuccessful Bidder shall be refunded after the
final decision on the Proposals or on expiry of the validity period
whichever is earlier on request.
a) The Bidder shall not revoke his Proposal or vary its terms and
conditions without the consent of AUTHORITY during the period of
120 days counted from the last day appointed by AUTHORITY for e-
handover of the prepared document. If the Bidder shall revoke the
Proposal or vary its terms or condition contrary to his promise to abide
by this condition, the Earnest Money Deposited by him shall stand
forfeited to AUTHORITY without prejudice to its other rights and
remedies. Without prejudice to the foregoing clause, the Bidder shall
be disentitled to submit a Proposal to AUTHORITY for execution of
any work for the period of one year effective from the date of such
revocation or variations of the terms and conditions of the Proposal.
b) The authorized signatory of the Selected Bidder shall duly sign with
their company seal on each page of the hard copy of the Proposal
documents prepared, within 15 (Fifteen) working days after issue of
Letter of Acceptance (LOA).
2.20.6 In case of the successful Bidder, on payment of the required amount of the
Performance Security, the Earnest Money Deposited in the form of online
Payment shall be refundable without any interest to the successful Bidder
in the event of AUTHORITY deciding the award of the contract.
2.20.7 The E.M.D. of the successful Bidders shall be forfeited if:
• The E.M.D. of the successful Bidder shall be forfeited if bidder
withdraws/revokes his offer or modifies/changes the same during the
validity of the Proposal, or if after the acceptance of his Proposal, the
contractor fails or neglects to furnish the balance Contract Deposit or
Performance Security within 15 days from the date of issue of letter of
acceptance.
41
• The E.M.D. of the successful Bidder shall be entitled for forfeiture if
bidder fails to execute contract agreement within 30 days from the date
of issue of Letter of Acceptance.
• The E.M.D. of the successful Bidder shall be entitled for forfeiture if
bidder fails to commence the consultancy work within 15 days from the
date of issue of Work Order.
2.21 Performance Security
The Consultant will furnish an unconditional Bank Guarantee (“BG”) from any
Scheduled Commercial Bank approved by RBI as Performance Security towards
performance of its obligations under the Agreement for an amount equivalent to 3
% of the Agreement Value valid for a period of One year beyond the date of
completion of Consultancy. The BG shall be submitted substantially in the form
and format as set out in Annex – 7 of the Agreement.
(D) Evaluation Process
2.22 Evaluation of Proposal
2.22.1 The Authority shall open the Proposals at [1130] hours on the Proposal
Due Date, at the place specified in Clause 1.12 and in the presence of the
Applicants who choose to attend. The envelopes marked “Technical
Proposal” shall be opened first. The envelopes marked “Financial
Proposal” shall be kept sealed for opening at a later date.
2.22.2 Proposals for which a notice of withdrawal has been submitted in
accordance with Clause 2.19 shall not be opened.
2.22.3 Prior to evaluation of Proposals, the Authority will determine whether
each Proposal is responsive to the requirements of the RFP. The
Authority may, in its sole discretion, reject any Proposal that is not
responsive hereunder. A Proposal shall be considered responsive only if:
a) the Technical Proposal is received in the form specified at
Appendix-I;
b) it is received by the Proposal Due Date including any extension
thereof pursuant to Clause 2.17;
c) it is accompanied by the Bid Security as specified in Clause 2.20.1.
d) it is signed, sealed, bound together in hard cover and marked as
stipulated in Clauses 2.13 and 2.16;
e) it is accompanied by the Power of Attorney as specified in Clause
2.2.4;
f) it contains all the information (complete in all respects) as
requested in the RFP;
g) it does not contain any condition or qualification; and
h) it is not non-responsive in terms hereof.
42
2.22.4 The Authority reserves the right to reject any Proposal which is non-
responsive and no request for alteration, modification, substitution or
withdrawal shall be entertained by the Authority in respect of such
Proposals.
2.22.5 The Authority shall subsequently examine and evaluate Proposals in
accordance with the Selection Process specified at Clause 1.6 and the
criteria set out in Section 3 of this RFP.
2.22.6 After the technical evaluation, the Authority shall prepare a list of pre-
qualified and shortlisted Applicants in terms of Clause 3.2 for opening of
their Financial Proposals. A date, time and venue will be notified to all
Applicants for announcing the result of evaluation and opening of
Financial Proposals. Before opening of the Financial Proposals, the list
of pre-qualified and shortlisted Applicants along with their Technical
Score will be read out. The opening of Financial Proposals shall be done
in presence of respective representatives of Applicants who choose to be
present. The Authority will not entertain any query or clarification from
Applicants who fail to qualify at any stage of the Selection Process. The
financial evaluation and final ranking of the Proposals shall be carried
out in terms of Clauses 3.3 and 3.4.
2.22.7 Applicants are advised that Selection shall be entirely at the discretion of
the Authority. Applicants shall be deemed to have understood and agreed
that the Authority shall not be required to provide any explanation or
justification in respect of any aspect of the Selection Process or Selection.
2.22.8 Any information contained in the Proposal shall not in any way be
construed as binding on the Authority, its agents, successors or assigns,
but shall be binding against the Applicant if the Consultancy is
subsequently awarded to it.
2.23 Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the selection of Applicants shall not be disclosed to any
person who is not officially concerned with the process or is not a retained
professional adviser advising the Authority in relation to matters arising out of,
or concerning the Selection Process. The Authority shall treat all information,
submitted as part of the Proposal, in confidence and shall require all those who
have access to such material to treat the same in confidence. The Authority may
not divulge any such information unless it is directed to do so by any statutory
entity that has the power under law to require its disclosure or is to enforce or
assert any right or privilege of the statutory entity and/or the Authority or as may
be required by law or in connection with any legal process.
2.24 Clarifications
43
2.24.1 To facilitate evaluation of Proposals, the Authority may, at its sole
discretion, seek clarifications from any Applicant regarding its Proposal.
Such clarification(s) shall be provided within the time specified by the
Authority for this purpose. Any request for clarification(s) and all
clarification(s) in response thereto shall be in writing.
2.24.2 If an Applicant does not provide clarifications sought under Clause 2.24.1
above within the specified time, its Proposal shall be liable to be rejected.
In case the Proposal is not rejected, the Authority may proceed to evaluate
the Proposal by construing the particulars requiring clarification to the
best of its understanding, and the Applicant shall be barred from
subsequently questioning such interpretation of the Authority.
44
the ranking. Substitution will, however, be permitted if the Key Personnel is
not available for reasons of any incapacity or due to health, subject to equally
or better qualified and experienced personnel being provided to the
satisfaction of the Authority.
The Authority expects all the Key Personnel to be available during
implementation of the Agreement. The Authority will not consider
substitution of Key Personnel except for reasons of any incapacity or due to
health. Such substitution shall ordinarily be limited to one Key Personnel
subject to equally or better qualified and experienced personnel being
provided to the satisfaction of the Authority.
Substitution of the Team Leader will not normally be considered. Substitution
will, however, be permitted if the Key Personnel is not available for reasons
of any incapacity or due to health.
2.27 Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify the
Authority for an amount not exceeding 100% (one hundred percent) of the
Agreement Value for any loss or damage that is caused due to any deficiency
in services. Notwithstanding the aforesaid, the liability of the Consultant shall
not be limited in the event the liability arises out of fraud, gross negligence,
willful misconduct, infringement of Intellectual Property Rights of a third party
by the Consultant
2.28 Award of Consultancy
i. Award of contract and its execution shall be subject to the following
provisions and stipulations:
ii. As far as possible selection of Consultant/Consultants will be done within a
timeframe of 120 days from the last date of submission as specified in the
Notice inviting Proposal.
iii. AUTHORITY may ask to extend the validity of offer beyond 120 days for
specific period and bidder may extend the validity of his offer beyond 120
days by desired period.
iv. AUTHORITY may seek clarifications/additional documents from the
Bidder/Consultants/s/Agency/Agencies. The Bidder/ Consultant/s /Agency/
Agencies is bound to furnish the same within the specified time limit.
v. The cost incurred by bidder in preparing their proposal, or providing
clarifications or attending discussions in connection with this document
shall be borne by the Bidder. AUTHORITY in no case will be responsible
or liable for these costs, regardless of the conduct or outcome of the process.
vi. It is to be noted that, through the outcome of the above proposal process the
individual Professional Assignment for respective field may get awarded to
a single Consultant. AUTHORITY reserves the right to accept any proposal
and to annul the Proposal process at any time prior to award of the contract
or reject any or all proposals without assigning any reason therefore and
without thereby incurring any liability towards the affected Bidder or
45
Bidders / AUTHORITY shall inform the affected Bidder or Bidders.
vii. On completion of the selection process and the relevant procedural
formalities, the selected Bidder /Consultant / Consultants/Agency/Agencies
shall be awarded the contract by AUTHORITY issuing it a Letter of
Acceptance (LOA) for the particular Professional Assignment
/Assignments. The deemed date of commencement of the assignment shall
be from the 21 days from the date of issue of LOA.
viii. The person to sign the contract agreement shall be the person duly
authorized.
2.29 Execution of Agreement
After acknowledgement of the LOA as aforesaid by the Selected Applicant, it
shall execute the Agreement within the period prescribed in Clause 1.8. The
Selected Applicant shall not be entitled to seek any deviation in the Agreement.
2.30 Commencement of assignment
The Consultant shall commence the Services at the Project site within 7 (seven)
days of the date of the Agreement, or such other date as may be mutually agreed.
If the Consultant fails to either sign the Agreement as specified in Clause 2.29 or
commence the assignment as specified herein, the Authority may invite the
second ranked Applicant for negotiations. In such an event, the EMD of the first
ranked Applicant shall be forfeited and appropriated in accordance with the
provisions of Clause 2.20.
2.31 Proprietary data
Subject to the provisions of Clause 2.23, all documents and other information
provided by the Authority or submitted by an Applicant to the Authority shall
remain or become the property of the Authority. Applicants and the Consultant,
as the case may be, are to treat all information as strictly confidential. The
Authority will not return any Proposal or any information related thereto. All
information collected, analyzed, processed or in whatever manner provided by
the Consultant to the Authority in relation to the Consultancy shall be the property
of the Authority.
2.32 Affidavit on Rs. 500/- Stamp Paper:
In case the documents submitted by the bidder to the department during the
process of tender at any stage / in Envelope No. 1 / at the time of acceptance of
tender / while executing the contract & thereafter up to the defect liability period
is/are found false/forged then bidder shall be held solely responsible. Officers /
employees of the Public Works Department will not be held responsible for such
act of the bidder.
46
Section No. Description
47
3. Criteria for Evaluation
The evaluation shall be conducted in two (2) steps as follows:
3.1 Evaluation of Technical Proposal
3.1.1. In the first stage, the Technical Proposal will be evaluated on the basis of
Applicant’s experience, its understanding of TOR, proposed methodology and
Work Plan, and the experience of Key Personnel. Only those Applicants whose
Technical Proposals get a score of 75 marks or more out of 100 shall qualify for
further consideration, and shall be ranked from highest to the lowest on the basis
of their technical score (ST).
3.1.2. Each Key Personnel must score a minimum of 75 percentage marks except as
provided herein. A Proposal shall be rejected if the Team Leader scores less than
75 percentage marks or any two of the remaining Key Personnel score less than
75 percentage marks. In case the Selected Applicant has one Key Personnel, other
than the Team Leader, who scores less than 75marks, he would have to be replaced
during negotiations, with a better candidate who, in the opinion of the Authority,
would score 75 percentage or above.
TECHNICAL EVALUATION
3.1.3. Technical evaluation shall be based on marks obtained in each parameter with
respect to predefined criteria as per following table
Sr. Maximum
Evaluation Criteria
No. Marks
A Relevant Experience of the Applicant 25
B Proposed Methodology and Work Plan 25
C Qualification and Experience of the Key Personnel 50
Total 100
Detailed break up of each criterion has been detailed out below in point 3.1.5
The Financial Bids of only those Bidders who qualify technically and who score
minimum seventy-five (75) percentage out of a maximum of hundred (100) percentage
will be declared as qualified in STEP 1 of the tender evaluation process.
3.1.4. Eligible Assignments
For the purposes of determining Conditions of Eligibility and for evaluating the
Proposals under this RFP, advisory/ consultancy assignments in respect of
preparation of Road Network Master Plans, Comprehensive Transportation
Studies, Comprehensive Mobility Plans, Regional Mobility Plans, Master Plans
and Development Plans shall be deemed as eligible assignments (the “Eligible
Assignments”):
Provided that the Applicant firm claiming credit for an Eligible Assignment shall
have, prior to PDD, received professional fees of at least 90% of total fees for such
assignment, and where credit is being claimed by a Key Personnel, she/he should
have completed the relevant assignment prior to PDD.
The Applicants are therefore advised to see carefully the evaluation criteria for
Technical Proposal and submit the experience certificates accordingly.
48
In case of assignments completed in joint venture, experience shall be
considered to the proportion of share of the bidder. In case of assignments
completed in association, experience shall be considered to the tune of 25% of
claimed assignment.
Sl. Maximum
Description Sub-Points
No. Points
2 Deleted
Sr. Maximum
Parameter Criteria Points
No.
Sr. Maximum
Key Personnel
No. Marks
2. Transportation Planner 10
1 General Qualification 25
3.1.6. Detailed evaluation criteria which are to be used for evaluation of technical
bids is as follows.
Qualification and competence of the key staff for adequacy of the assignment
[Link]. ROAD NETWORK MASTER PLANNING EXPERT
53
Sl. Maximum Sub-
Description
No. Points Points
II Relevant Experience & Adequacy for the
70
Project
a Total Professional Experience (15)
<10 years 0
11-12 years 11
13-15 years 13
>15 years 15
b Experience in Preparation of RNMP for the
(20)
States
<7 years 0
7-10 years 13
10-15 years 17
>15 years 20
c Experience of CTS/ CMP/ RMP studies (25)
2 projects 0
3- 4 projects 21
More than 4 projects 25
d Experience in working on similar assignments
(5)
in Maharashtra
1 project 2
2 projects 3
More than 3 projects 5
e Work Experience in Externally Aided Projects (5)
1 project 2
2 projects 3
More than 3 projects 5
III Employment with Firm 5
Less than 1 Year 0
1-2 years 3
more than 2 years 5
Total 100
55
Sl. Maximum Sub-
Description
No. Points Points
1 project 0
2 projects 15
More than 3 projects 20
c Experience of CTS/ CMP/ RMP studies and
(25)
Master Plans/ Development Plans
1 project 0
2 projects 21
More than 3 projects 25
d Experience in working on similar
(5)
assignments in Maharashtra
1 project 2
2 projects 3
More than 3 projects 5
e Work Experience in Externally Aided
(5)
Projects
1 project 2
2 projects 3
More than 3 projects 5
III Employment with Firm 5
Less than 1 Year 0
1-2 years 3
more than 2 years 5
Total 100
3.2 Short-listing of Applicants
The Applicant should score at least 75 percentage in technical proposal to be considered
responsive for financial evaluation. If the number of such prequalified Applicants is less
than two, the Authority may, in its sole discretion, pre-qualify the Applicant(s) whose
technical score is less than 75 percentage even if such Applicant(s) do(es) not qualify in
terms of Clause 3.1.2; provided that in such an event, the total number of pre-qualified
and short- listed Applicants shall not exceed two .
3.3 Evaluation of Financial Proposal
3.3.1. In the STEP-2, the financial evaluation will be carried out as per this Clause 3.3.
3.3.2. For financial evaluation, the total cost indicated in the Financial Proposal will be
considered.
3.3.3. The Authority will determine whether the Financial Proposals are complete,
unqualified and unconditional. The cost indicated in the Financial Proposal shall be
deemed as final and reflecting the total cost of services. Omissions, if any, in costing
any item shall not entitle the firm to be compensated and the liability to fulfil its
obligations as per the TOR within the total quoted price shall be that of the Consultant.
56
3.3.4. The Bid with the lowest Financial Bid may be given a score of hundred (100) marks
out of maximum of hundred (100) marks and the other Bids shall be given scores that
are inversely proportionate to their financial bids.
The financial Bid shall be allocated a weightage of twenty (20%) percent out of the
Aggregate Marks.
Where,
T (w) stands for weight of the Technical Bid which is 80 % in this RFP
F (w) stands for weight of the Financial Bid which is 20% in this RFP
The Bids will be ranked in terms of Aggregate Marks scored by each bidder. The Bid
with the highest aggregate Marks may be considered for award of the LoA and shall
be called for negotiations, if required.
The bid having maximum score as calculated above shall rank first for award of
contract and the selected Applicant (“Selected Applicant”) shall be the first ranked
Applicant. The second ranked Applicant shall be kept in reserve and may be invited
for negotiations in case the first ranked Applicant withdraws, or fails to comply with
the requirements specified in Clauses 2.24, 2.28 and 2.29, as the case may be.
*****************
57
Section No. Description
60
Section No. Description
5 Pre-Proposal Conference
61
5. Pre-Proposal Conference
Pre-Proposal Conference of the Applicants shall be convened at the designated date, time
and place. Only those Applicants, who have purchased the RFP document or downloaded
the same from the Official Website of the Authority, shall be allowed to participate in the
Pre-Proposal Conference. A maximum of two representatives of each Applicant shall be
allowed to participate on production of an authority letter from the Applicant.
During the course of Pre-Proposal Conference, the Applicants will be free to seek
clarifications and make suggestions for consideration of the Authority. The Authority shall
endeavor to provide clarifications and such further information as it may, in its sole
discretion, consider appropriate for facilitating a fair, transparent and competitive Selection
Process.
62
Section No. Description
6 Miscellaneous
63
6 Miscellaneous
6.1 General
The Selection Process shall be governed by, and construed in accordance with, the laws
of India and the Courts at the relevant district headquarter of the Authority in the State
of Maharashtra shall have exclusive jurisdiction over all disputes arising under,
pursuant to and/or in connection with the Selection Process or any matter arising out of
or in connection with this RFP.
The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to:
suspend and/or cancel the Selection Process and/or amend and/or
supplement the Selection Process or modify the dates or other terms and
conditions relating thereto;
consult with any Applicant in order to receive clarification or further
information;
retain any information and/or evidence submitted to the Authority by, on
behalf of and/or in relation to any Applicant; and/or
It shall be deemed that by submitting the Proposal, the Applicant agrees and releases
the Authority, its employees, agents and advisers, irrevocably, unconditionally, fully
and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/or
performance of any obligations hereunder pursuant hereto and/or in connection
herewith and waives any and all rights and/or claims it may have in this respect, whether
actual or contingent, whether present or future.
All documents and other information supplied by the Authority or sub mitted by an
Applicant shall remain or become, as the case may be, the property of the Authority.
The Authority will not return any submissions made hereunder. Applicants are required
to treat all such documents and information as strictly confidential.
The Authority reserves the right to make inquiries with any of the clients listed by the
Applicants in their previous experience record.
Cost of tender document is for one tender. Bidder is expected to pay only one time for
RFP. However, bidder is expected to pay bid security for each financial bid for each
package.
64
Section No. Description
Part II Schedules
65