RFP: Urban, Transport & Environment Planners for MDDA
RFP: Urban, Transport & Environment Planners for MDDA
for
Selection of Consultant
for providing Urban Planner, Transport Planner
and Environment Planner
to MDDA,
Dehradun, Uttarakhand
Employer: MDDA
1
DISCLAIMER
The information contained in this Request for Proposals document (“RFP”) or subsequently provided to
Bidders, whether verbally or in documentary or any other form by or on behalf of the employer or any
of its employees or advisers, is provided to Bidders on the terms and conditions set out in this RFP and
such other terms and conditions subject to which such information is provided.
This RFP is not an agreement or an offer by the employer to the prospective Bidders 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 in relation to the Consultancy. Such assumptions, assessments and
statements do not purport to contain all the information that each Bidder may require. This RFP may not
be appropriate for all persons, and it is not possible for the employer, 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 Bidder 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 Bidders may be on a wide range of matters, some of which may
depend upon interpretation of law. The information given is not intended to be an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of law. The
employer accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the
law expressed herein.
The employer, 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 anyway in
this Selection Process.
The employer 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 RFP.
The employer 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 Employer is bound to select a Bidder or to appoint the
Selected Bidder, as the case may be, for the Consultancy and the Employer reserves the right to reject
all or any of the Proposals without assigning any reasons whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the employer or any other costs
incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the
Bidder and the Employer shall not be liable in any manner whatsoever for the same or for any other costs
or other expenses incurred by an Bidder in preparation or submission of the Proposal, regardless of the
conduct or outcome of the Selection Process.
2
CONTENTS
TABLE OF CLAUSES
3
Reference No.: 02/UTEP/2019
3. The above Expert Personnels shall work under the exclusive direction of MDDA.
4. MDDA is now inviting proposals (Technical and Financial) to provide MDDA Expert
Personnels for various projects under MDDA jurisdiction area.
6. A firm will be selected under “Quality Cum Cost Based System (QCBS)” and procedures
4
described in this RFP.
8. The Technical Proposal shall be submitted in Hard Copy to the employer Address & in
Soft Copy Online through www.uktenders.gov.in Portal and Financial Proposal shall be
submitted Online only through www.uktenders.gov.in Portal. In case of any discrepancy
between the Hard Copy and Soft Copy, the Soft Copy shall prevail. The Consultants will
submit the proposal by the date & time indicated in Data Sheet and instructions to the
Consultants.
9. The detail tender notice and RFP documents can be downloaded from
www.uktenders.gov.in
Yours sincerely,
VICE CHAIRMAN
Email: [email protected]
[email protected]
5
Section 2: Instructions to Consultants
Part I
Standard
1. Definitions
(a) “Employer” means the Agency who have invited the bids for consultancy services and/
or with which the selected Consultant signs the Contract for the Services and to which
the selected consultant shall provide services as per the terms and conditions of the TOR.
(b) “Consultant” means any entity who have been requested to submit their proposals that
may provide or provides the Services to the Employer.
(c) “Day” means calendar day.
(d) “Government” means the Government of Uttarakhand.
(e) “Instructions to Consultants” (Section 2 of the RFP) means the document which
provides Consultants with information needed to prepare their proposals.
(f) “LOI” (Section 1 of the RFP) means the Letter of Invitation being sent by the Employer
to the consultants.
(g) “Personnel” means professionals provided by the Consultant assigned to perform the
Services or any part thereof.
(h) “Proposal” means the Technical Proposal and the Financial Proposal.
(i) “RFP” means the Request for Proposal prepared by the Employer for the Selection of
Consultant.
(j) “Assignment / job” means the work to be performed by the Consultant pursuant to the
TOR.
(k) “Terms of Reference” (TOR) means the document included in the RFP as Section 5
which explains the objectives, scope of work, activities to be performed and
responsibilities of Expert Personnels.
(l) “Consortium/JV” means an association with or without a legal personality distinct from
that of its members, of more than one consultant where one member has the authority to
conduct all business for and on behalf of any and all the members of the JV, and Where
all the members of Consortium/JV are jointly and severally liable to the employer for the
performance of the contract.
(m) “Positive Net Worth” means the amount by which a company's assets are greater than
its liabilities.
6
(n) “MDDA” mean Mussoorie Dehradun Development Authority.
(o) “Services” means the work to be performed by the consultant pursuant to the TOR.
(p) “Similar Assignments” refers to the assignments taken up in urban areas in the field of
Urban Planning, Transportation Planning & Environment Planning.
2. Introduction
2.1 The Employer named in the Part II Data Sheet will select consulting firm/organization (the
Consultant) meeting basic eligibility criteria as mentioned in Part II Data Sheet and in
accordance with the method of selection specified in the Part II Data Sheet.
2.2 The name of the assignment/Job has been mentioned in Part II Data Sheet. Detailed scope
of the assignment/ job has been described in the Terms of Reference in Section 5.
2.3 The date, time and address for submission of the proposals have been given in Part II Data
Sheet.
2.4 The Consultants are invited to submit their Proposal, for consulting Assignment/job named
in the Part II Data Sheet. The Proposal will be the basis for contract negotiations and
ultimately for a signed Contract with the selected Consultant.
2.5 Consultants should familiarize themselves with Local conditions and take them into account
in preparing their Proposals. To obtain first-hand information on the Assignment/job and
Local conditions, Consultants are encouraged to meet the Employer’s representative named
in Part II Data Sheet before submitting a proposal and to attend a Pre-proposal Meeting. If
one is specified in the Part II Data Sheet. Attending the pre-proposal meeting is optional.
Consultants should contact the Employer’s representative to arrange for their visit or to
obtain additional information on the pre-proposal meeting. Consultants should ensure that
these representatives are advised of the visit in adequate time to allow them to make
appropriate arrangements.
2.6 The Employer will provide at no cost to the Consultants the inputs and facilities specified in
the Part II Data Sheet.
2.7 Consultants shall bear all costs associated with the preparation and submission of their
proposals and contract negotiation. The Employer is not bound to accept any proposal, and
reserves the right to annul the selection process at any time prior to Contract award, without
thereby incurring any liability to the Consultants.
7
2.8 Schedule of Selection Process
The following shall be the schedule of Selection Process:
18/02/2019
4 Opening of Technical Proposals
At 16:00 Hrs.
3.2. A consultant may associate with consultants and/or individual expert at the time of
submission of proposal with. Under such circumstances each member of the association of
consultant shall be evaluated as per the qualification/eligibility criteria set forth in Part II
Data Sheet. The combined score of each member of the association of consultant shall be
taken into account for evaluation purpose. However, the Employer shall deal with only the
lead member for the purpose of this assignment. Although the contract shall be signed by all
the members of the associations of the consultants, the lead member of the association of the
consultant shall be responsible and liable to the Employer for every aspects of their proposal,
contract etc.
8
4. Clarification and Amendment of RFP Documents
4.1 Consultants may request a clarification on any clause of the RFP documents up to the number
of days indicated in the Part II Data Sheet before the proposal submission date. Any request
for clarification must be sent in writing, or by standard electronic means to the Employer’s
address indicated in the Part II Data Sheet. The Employer shall at its sole discretion may
respond to any or all queries received and will respond in writing, or by standard electronic
mean and upload the response (including an explanation of the query but without identifying
the source of inquiry) on the website www.uktenders.gov.in. Should the Employer deem it
necessary to amend the RFP as a result of a clarification, it shall do so following the
procedure under Para. 4.2 below.
4.2 At any time before the submission of Proposals, the Employer may amend the RFP by
issuing an addendum in writing or by standard electronic means. The addendum shall be
uploaded on the website www.uktenders.gov.in, www.mddaonline.in and will be binding on
all of them. Consultants shall update themselves by visiting the website regularly, for not
being updated by the consultants themselves, employer bears no responsibility. Consultants
shall acknowledge receipt of all amendments. To give Consultants reasonable time in which
to take an amendment into account in their Proposals the Employer may, if the amendment
is substantial, extend the deadline for the submission of Proposals.
5. Conflict of Interest
5.1 Employer requires that Consultants provide professional, objective, and impartial advice and
at all times hold the Employer’s interests paramount, strictly avoid conflicts with other
Assignment/jobs or their own corporate interests and act without any consideration for future
work.
5.2 The consultant has an obligation to disclose to the employer any situation of actual or
potential conflict that impacts its capacity to serve the best interest of its employer failure to
disclose such situation may lead to the disqualification of consultant or termination of its
contract and /or sanctions by the employer.
5.3 Without limitation on the generality of the foregoing, Consultants, and any of their affiliates,
shall be considered to have a conflict of interest and shall not be recruited, under any of the
circumstances set forth below:
• Conflicting activities: (i) a firm that has been engaged by the Employer to provide goods,
works or Assignment/job other than consulting Assignment/job for a project, and any of
its affiliates, shall be disqualified from providing consulting Assignment/job related to
those goods, works or Assignment/job. Conversely, a firm hired to provide consulting
Assignment/job for the preparation or implementation of a project, and any of its
9
affiliates, shall be disqualified from subsequently providing goods or works or
Assignment/job other than consulting Assignment/job resulting from or directly related
to the firm’s consulting Assignment/job for such preparation or implementation. For the
purpose of this paragraph, Assignment/job other than consulting Assignment/job are
defined as those leading to a measurable physical output, for example surveys,
exploratory drilling, aerial photography, and satellite imagery.
5.4 Consultants have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of their Employer, or that may reasonably be
perceived as having this effect. Any such disclosure shall be made as per the Standard forms
of technical proposal provided herewith. If the consultant fails to disclose said situations and
if the Employer comes to know about any such situation at any time, it may lead to the
disqualification of the Consultant during bidding process or the termination of its Contract
during execution of assignment.
5.5 No agency or current employees of the Employer shall work as Consultants under their own
ministries, departments or agencies.
6. Unfair Advantage
6.1 If a Consultant could derive a competitive advantage from having provided consulting
10
Assignment/job related to the Assignment/job in question and which is not defined as
conflict of interest as per Para 5 above, the Employer shall make available together with this
RFP all information that would in that respect give such Consultant any competitive
advantage over competing Consultants.
7. Proposal
7.1 No Bidder or its Associate shall submit more than one Proposal for the Consultancy. A
Bidder applying individually or as an Associate shall not be entitled to submit another
application either individually or as a member of any other consortium, as the case maybe.
If a Consultant submits or participates in more than one proposal, such proposals shall be
disqualified. However, this does not limit the participation of the individual experts, to more
than one proposal.
8. Proposal Validity
8.1 The Part II Data Sheet to consultant indicates how long Consultants’ Proposals must remain
valid after the submission date. During this period, Consultants shall maintain the availability
of Professional staff nominated in the Proposal and also the financial proposal unchanged.
The Employer will make its best effort to complete negotiations within this period. Should
the need arise, however, the Employer may request Consultants to extend the validity period
of their proposals. Consultants who agree to such extension shall confirm that they maintain
the availability of the Professional staff nominated in the Proposal and their financial
proposal remain unchanged, or in their confirmation of extension of validity of the Proposal,
Consultants could submit new staff in replacement, who would be considered in the final
evaluation for contract award. Consultants who do not agree have the right to refuse to extend
the validity of their Proposals, under such circumstance the Employer shall not consider such
proposal for further evaluation.
9. Preparation of Proposals
9.1 The Proposal as well as all related correspondence exchanged by the Consultants and the
Employer shall be written in English language, unless specified otherwise.
9.2 In preparing their Proposal, Consultants are expected to examine in detail the documents
comprising the RFP. Material deficiencies in providing the information requested may result
in rejection of a Proposal.
9.3 While preparing the Technical Proposal, Consultants must give particular attention to the
following:
(a) The estimated number of Professional for the Assignment/job is shown in the RFP.
11
While making the proposal, the consultant must ensure that the Consultant shall
provide the CVs proposes the minimum number and type of experts as sought by
the Employer, failing which the proposal shall be considered as non-responsive.
(b) Alternative professional staff shall not be proposed.
9.4 Depending on the nature of the Assignment/job, Consultants are required to submit a
Technical Proposal (TP) in forms provided in Section-III. The Part II Data sheet in Section-
II indicates the formats of the Technical Proposal to be submitted. Submission of the wrong
type of Technical Proposal will result in the Proposal being deemed non-responsive.
The Technical Proposal shall provide the information indicated in the following paras from
(a) to (g) using the attached Standard Forms (Section 3). Form Tech-1 in Section-III is a
sample letter of technical proposal which is to be submitted along with the technical
proposal.
(a) A brief description of the consultant’s organization will be provided in Form
Tech-2. In the same Form, the consultant will provide details of experience of
assignments which are similar to the proposed assignment/ job as per the terms of
reference. For each Assignment/job, the outline should indicate the names of Sub-
Consultants/ Professional staff who participated, duration of the Assignment/job,
contract amount, and Consultant’s involvement. Information should be provided
only for those Assignment/jobs for which the Consultant was legally contracted by
the Employer as a corporation or as one of the major firms within a joint venture.
Assignment/jobs completed by individual Professional staff working privately or
through other consulting firms cannot be claimed as the experience of the
Consultant, or that of the Consultant’s associates, but can be claimed by the
Professional staff themselves in their CVs. Consultants should be prepared to
substantiate the claimed experience along with the proposal and must submit letter
of award / copy of contract for all the assignments mentioned in the proposal.
(c) A description of the approach, methodology and work plan for performing the
Assignment/job covering the following subjects: technical approach and
methodology, work plan, and organization and staffing schedule. Guidance on the
content of this section of the Technical Proposals is provided under Form TECH-4
of Section 3.
12
(d) CVs of the Professional staff shall be signed by the Professional staff themselves in
Form TECH-5 of Section 3.
(e) A detailed description of the proposed methodology and staffing for training needs
to be given, if the Part II Data sheet specifies training as a specific component of
the Assignment/job.
9.5 The Technical Proposal shall not include any financial information. A Technical Proposal
containing financial information may be declared non-responsive.
9.6 Financial Proposals: The Financial Proposal shall be prepared using the attached Forms in
Section 4. It shall list all costs associated with the Assignment/job. All taxes must be
included by the consultant in the financial proposal, except Goods & Service Tax (GST).The
financial proposal shall not include any conditions attached to it and in case of such
conditional financial proposal shall be rejected summarily.
10. Taxes
10.1 The Consultant shall fully familiarize themselves about the applicable to Domestic taxes
(such as: Goods & Service Tax (GST), Income Tax, duties, fees, levies) on amounts payable
by the Employer under the Contract. All taxes must be included by the consultant in the
financial proposal, except Goods & Service Tax (GST).
11. Currency
11.1 Consultants shall express the price of their Assignment/job in Indian Rupees (INR).
13
12.2 The EMD shall be forfeited by the Employer in the following events:
I. If Proposal is withdrawn during the validity period or any extension agreed by the
consultant thereof.
II. If the Proposal is varied or modified in a manner not acceptable to the Employer
after opening of Proposal during the validity period or any extension thereof.
III. If the consultant tries to influence the evaluation process.
IV. If the First ranked consultant withdraws his proposal during negotiations (failure to
arrive at consensus by both the parties shall not be construed as withdrawal of
proposal by the consultant).
All the consultants are required to pay the Bid Document Fee of Rs. 5,000/- (including GST)
in form of Demand Draft in favour of Secretary, MDDA and payable at Dehradun. The Bid
Document Fee is non-refundable. Non-submission of Bid Document Fee along with the
technical proposal will be treated as non-responsive bid.
14.1 The Consultants shall submit their Technical and Financial Proposals Online and one copy
of Technical Proposal Physically (Hard Copy) as per the clause 14.3.
The original proposal, both technical and Financial Proposals shall contain no interlineations
or overwriting, except as necessary to correct errors made by the Consultants themselves.
The person who signed the proposal must initial such corrections. Submission letters for both
Technical and Financial Proposals should respectively be in the format of TECH-1 of
Section 3 and FIN-1 of Section 4.
14.2 An authorized representative of the Consultants shall initial all pages of the original
Technical and Financial Proposals. The authorization shall be in the form of a written power
of attorney accompanying the Proposal or in any other form demonstrating that the
representative has been duly authorized to sign. The signed Technical and Financial
Proposals shall be marked “ORIGINAL”. The financial proposal shall be submitted
online only.
14.3 A copy of Technical Proposal shall be placed in a sealed envelope clearly marked
“TECHNICAL PROPOSAL” followed by the name of the Assignment/job. The envelope
containing the Technical Proposal in one envelope and EMD, Bid Document Fee, Power of
Attorney shall be placed into other envelope, both to be placed in an outer envelope and
14
sealed. This outer envelope shall bear the submission address, reference number
“02/UTEP/2019” be clearly marked “DO NOT OPEN, BEFORE 16:00 Hrs. on 18/02/2019”.
The Employer shall not be responsible for misplacement, losing or premature opening if the
outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for
Proposal rejection. The Financial Proposal shall be submitted online only and shall be
sealed digitally. If the Financial Proposal is not submitted online digitally sealed, this
will constitute grounds for declaring the Proposal non-responsive.
14.4 A copy of Technical Proposal must be sent to the address/addresses indicated in the Data
sheet and received by the Employer no later than the time and the date indicated in the Data
sheet, or any extension to this date in accordance with Para 4.2 above. Any proposal received
by the Employer after the deadline for submission shall be returned unopened.
14.5 The Bidders shall submit the Technical Proposal online as well as in physical form as per
date and time mentioned in Clause 2.8. However, the Financial Proposal shall be submitted
online only as mentioned in Clause 14. The Bidders shall submit the Technical Proposal in
hard bound or spiral bound form with all pages numbered serially and by giving an index of
submissions. Each page of the submission shall be initialled by the Authorised
Representative of the Bidder as per the terms of this RFP. In case the Proposals are submitted
online and the Bidders are unable to submit the hard copy on or before the date and time
mentioned in Clause 2.8 then the Bids shall be liable for rejection. Only those physically
submitted documents regarding Technical Proposals will be acceptable and considered, if,
same are uploaded in the website along with the Financial Proposal.
14.6 Online Submission: Digitally Signed “Technical Proposal” shall be uploaded in the
prescribed format of Section-3 and supporting documents along with scanned copy of EMD
as mentioned in Clause 12 and Bid Document Fee as mentioned in Clause 13. Similarly, the
original signed ‘Financial Proposal’ shall be placed in a digitally sealed envelope clearly
marked ‘Financial Proposal’ and shall contain the financial proposal in the prescribed format
of Section-4).
14.7 The completed Proposal must be submitted online on or before the specified time. Proposals
submitted by fax, telex, telegram or e-mail shall not be entertained. Technical Proposal shall
be submitted in Physical form and the scanned copy in PDF shall be uploaded on the
www.uktenders.gov.in duly digitally signed. The financial Proposal shall be submitted
online only and shall be signed and sealed digitally.
14.8 The rates quoted shall be firm throughout the period of performance of the assignment, no
price escalation shall be applicable through the performance of the assignment and including
discharge of all obligations of the Consultant under the Agreement.
15
15. Proposal Evaluation
15.1 From the time the Proposals are opened to the time the Contract is awarded, the Consultants
should not contact the Employer on any matter related to its Technical and/or Financial
Proposal. Any effort by Consultants to influence the Employer in the examination,
evaluation, ranking of Proposals, and recommendation for award of Contract may result in
the rejection of the Consultants’ Proposal.
15.2 The Evaluation will be carried out by Consultant Selection Committee (CSC) constituted by
the Employer.
15.3 Evaluation of Technical Proposals: CSC while evaluating the Technical Proposals shall
have no access to the Financial Proposals until the technical evaluation is concluded and the
competent authority accepts the recommendation.
15.4 The CSC shall evaluate the Technical Proposals on the basis of their responsiveness to the
Terms of Reference and by applying the evaluation criteria, sub-criteria specified in the Data
sheet. In the first stage of evaluation, a Proposal shall be rejected if it is found deficient as
per the requirement indicated in the Data sheet for responsiveness of the proposal. Only
responsive proposals shall be further taken up for evaluation. Evaluation of the technical
proposal will start first and at this stage the financial bid (proposal) will remain unopened.
The qualification of the consultant and the evaluation criteria for the technical proposal shall
be as defined in the Data sheet.
15.5 Public opening & evaluation of the Financial Proposals: Financial proposals of only those
firms who are technically qualified shall be opened publicly on the date & time specified the
Data sheet, in the presence of the Consultants’ representatives who choose to attend. The
name of the Consultants, their technical score (if required) and their financial proposal shall
be read aloud.
15.6 The CSC will correct any computational errors. When correcting computational errors, in
case of discrepancy between a partial amount and the total amount, or between word and
figures, the former will prevail. In addition to the above corrections the items described in
the Technical Proposal but not priced, shall be assumed to be included in the prices of other
activities or items. In case an activity or line item is quantified in the Financial Proposal
differently from the Technical Proposal, (i) if the Time-Based form of contract has been
included in the RFP, the Evaluation Committee shall correct the quantification indicated in
the Financial Proposal so as to make it consistent with that indicated in the Technical
Proposal, apply the relevant unit price included in the Financial Proposal to the corrected
16
quantity and correct the total Proposal cost. Only if the quantity indicated in the Technical
Proposal are on the lower side of the quantities proposed in RFP (as per TOR). (ii) if the
Lump-Sum form of contract has been included in the RFP, no corrections are applied to the
Financial Proposal in this respect. Normally, the date will be the date of opening of the tender
unless specified otherwise in the Data sheet.
15.7 After opening of financial proposals, appropriate selection method shall be applied to
determine the consultant who will be declared winner and be eligible for award of the
contract. The methods of selections are described in the Data Sheet [QCBS]. This selected
consultant will then be invited for negotiations, if considered necessary.
16. Negotiations
16.1 Negotiations will be held at the date, time and address intimated to the qualified and selected
bidder. The invited Consultant will, as a pre-requisite for attendance at the negotiations,
confirm availability of all Professional staff. Representatives conducting negotiations on
behalf of the Consultant must have written authority to negotiate and conclude a Contract.
16.2 Technical negotiations: Negotiations will include a discussion of the Technical Proposal,
the proposed technical approach and methodology, work plan, and organization and staffing,
and any suggestions made by the Consultant to improve the Terms of Reference. The
Employer and the Consultants will finalize the Terms of Reference, staffing schedule, work
schedule, logistics, and reporting. These documents will then be incorporated in the Contract
as “Description of Assignment/job”. Special attention will be paid to clearly defining the
inputs and facilities required from the Employer to ensure satisfactory implementation of the
Assignment/job. The Employer shall prepare minutes of negotiations which will be signed
by the Employer and the Consultant.
16.3 Financial negotiations: After the technical negotiations are over, financial negotiations
should be carried out in order to reflect any change in financials due to change in scope of
work or due to clarification on any aspect of the technical proposal during the technical
negotiations. Under no circumstance, the financial negotiation shall result in to increase in
the price originally quoted by the consultant. Unless there are exceptional reasons, the
financial negotiations will involve neither the remuneration rates for staff nor other proposed
unit rates.
16.4 Availability of Professional staff/experts: Having selected the Consultant on the basis of,
among other things, an evaluation of proposed Professional staff, the Employer expects to
negotiate a Contract on the basis of the Professional staff named in the Proposal. Before
contract negotiations, the Employer will require assurances that the Professional staff will
17
be actually available. The Employer will not consider substitutions during contract
negotiations unless both parties agree that undue delay in the selection process makes such
substitution unavoidable or for reasons such as death or medical incapacity or if the
professional staff has left the organisation. If this is not the case and if it is established that
Professional staff were offered in the proposal without confirming their availability, the
Consultant may be disqualified. If any Expert Personnel get less than 70% marks, then he/she
need to be replaced at the time of negotiation and if during interaction session at the time of
negotiation, it is found that the Expert Personnel’s aptitude and approach is not upto the
satisfaction of MDDA, Consultant shall provide substitution with equal or better
qualification and experience. Interaction Session will be held with Expert level committee,
at the time of negotiation. Expert Personnels, to be deployed in MDDA should not have
attained the age of 57 (Fifty seven) years at the time of proposal.
16.5 Conclusion of the negotiations: Negotiations will conclude with a review of the draft
Contract. To complete negotiations the Employer and the Consultant will initial the agreed
Contract. If negotiations fail, the employer will reject the proposal.
17.1 After completing negotiations, the Employer shall issue a Letter of Intent to the selected
Consultant and promptly notify all other Consultants who have submitted proposals about
the decision taken.
17.2 The consultants will sign the contract after fulfilling all the formalities/pre-conditions
including Performance Guarantee as mentioned in the standard form of contract, within 15
days of issuance of the Letter of Intent.
17.3 The Consultant is expected to commence the Assignment/job on the date and at the location
specified in the Part II Data Sheet.
18. Confidentiality
18.1 Information relating to evaluation of Proposals and recommendations concerning awards
shall not be disclosed to the Consultants who submitted the Proposals or to other persons not
officially concerned with the process, until the publication of the award of Contract. The
undue use by any Consultant of confidential information related to the process may result in
the rejection of its Proposal and may be subject to the provisions of the Employer’s antifraud
and corruption policy.
18
19. The Employer 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 Employer to undertake such verification shall not relieve the Applicant
of its obligation or liabilities here under nor will it affect any rights of the Employer here
under.
20. The Selection Process shall be governed by and construed in accordance with the laws of
India and Courts at Dehradun shall have exclusive jurisdiction and all disputes arising under
pursuant to and/or in connection with the Selection Process.
19
INSTRUCTIONS TO CONSULTANT
Part-II
DATA SHEET
Clause
No. of Ref of
Particulars
Data ITC
Sheet
Vice Chairman
1. 2.1 Name of the Employer:
Mussoorie Dehradun Development Authority
a. The Bidder/s shall be a Private
Company/Government-owned Enterprise,
firm incorporated in India under the (Indian)
Companies Act 1956/2013 or a company
incorporated under equivalent law abroad or
Partnership Firm/Limited Liability partnership
(LLP) firm incorporated under the Limited
Liability Partnership Act, 2008 or Partnership
Act, 1932 or under equivalent law in any other
country.
(Note: Government-owned Enterprises in the
Employer’s country shall be eligible only if
they can establish that they are legally and
3.1 Basic Eligibility criteria financially autonomous and operate under
Commercial law, and that they are not a
dependent agency to their employer.)
b. The Bidder shall be required to submit a true
copy of its Incorporation Certificate, along
with Technical Proposal.
c. The Bidder must have a valid Goods & Service
Tax (GST) registration.
d. The Bidder must have at least one office in
India which has been operational (providing
consultancy services in Infrastructure Sector)
for the last Five years or more.
Evidence of consultancy services provided in
the form of a copy of the oldest contract
20
agreement awarded/ Completion Certificate
should be submitted.
e. The Sole bidder should not have been
blacklisted/debarred/termination of contract
except for reasons of convenience of Client by
any Government/ Public Company/ Authority/
PSUs in the last 5 years.
f. The Bidder should have a Positive Net Worth
and minimum average annual turnover of
Indian Rs. 3 (Three) Crores during the last
three (3) financial years (2015-16, 2016-17,
2017-18).
g. The firm must have experience of atleast one
Completed project in project development/
Project Planning and Design/ Preparation of
Detailed Project Reports including handling
bid process management with specific focus to
projects in sectors like infrastructure/ urban
development/ urban transport/ transport
planning/ environment planning/ preparation
of master plan/ land development &
magnetization and integrated developments
having Consultancy Value not less than Rs. 1
Crore.
h. The Bidder should have Experience in at least
1 (one) Completed assignment for providing
services by formation of a dedicated cell/
project management unit/ PMC unit to any
Department of State of Government or any
Ministry of Government of India or any Urban
Development Authority or any Urban Local
Body in India for a continuous period of 2
years, in last 5 (Five) years prior to the date of
publication of this RFP.
i. The firm should have full time staff of at least
30 professionals from mixed discipline of
planners, engineering, architecture, finance
and marketing.
j. In case proposal is submitted in form of Joint
21
Venture/Consortium, Agreement between
firms and the detail needs to be furnished for
all JV/Consortium partners.
k. For claiming the desired experience, Bidder
shall have to submit a valid proof accepted to
the Employer.
l. Sub-Consultancy will be considered as eligible
experience.
22
Eligibility of Association
7. 3 of consultants and Sub- Joint Venture/ Consortium is allowed
Consultants
Proposals must remain
180 days
8 8.1 valid days after the
submission date, i.e. until:
Mussoorie Dehradun Development Authority,
The address for requesting
Transport Nagar, Saharanpur road,
clarifications is:
Near ISBT, Dehradun, Uttarakhand- 248001
9. 4.1 0135 – 6603100, 0135 – 6603150,
Telephone:
0135 – 6603137
[email protected]
E-mail:
[email protected]
10. 9.3 (a) The estimated number
of Professional staff-
A. For Lump Sum component:
months required for
11. 9.3 (b) As per Requirements of TOR in Section-5
the Assignment/job is:
23
Form Tech 7:
Format of Bank Guarantee
for EMD/Bid Security
Form Tech 8:
Format of Bank Guarantee
for Performance Security
Form Tech 9: Power of
Attorney
Form Tech 10: Abstract of
Assignment
Form Tech 11: Assignment
of Bidder
Training is a specific
14. 9.4 (e) component of this NO
Assignment/job
Replace the clause as below:
24
unconditional Bank Guarantee from the Bank of an
amount equivalent to 5% of the total Contract Value
to be received by it towards performance security
valid for a period of 1 (one) year beyond the date of
completion of services. The bank guarantee shall be
released only after adjusting any dues by the
Employer upon expiry of 12 (twelve) months
beyond the date of completion of services. The Bank
guarantee shall be extendable till the complete
duration.
Submission, Receipt, and Consultant must submit one copy of Technical
20. 14.3
Opening of Proposal Proposal
Evaluation Criteria :
Criteria, sub-criteria, for
Detailed evaluation as mentioned below this Table
21. 15.4 evaluation of Technical
of Data Sheet.
Proposals have been
prescribed:
Quality (80%) cum Cost (20%) Based Selection
QCBS - 80:20
26
Procedure for Detailed evaluation of technical qualifications
The detailed technical evaluation of Proposals satisfying minimum eligibility conditions as above
shall be done. The Criteria, sub-criteria and point system for detailed evaluation shall be as follows:
27
Key professional staff: Qualification & competency for the
iv) 60 marks
assignment/ job
Qualifications and competency of each of the key professional as per (iv) above will be evaluated
separately. The marks for key professionals will be further divided as under:
S. No. Position Marks
1 Urban Planner 30
2 Transportation Planner 20
3 Environment Planner 10
TOTAL 60
Note:
• If any Expert Personnel get less than 70% marks, then he/she need to be replaced at the time
of negotiation and if during interaction session at the time of negotiation, it is found that the
Expert Personnel’s aptitude and approach is not upto the satisfaction of MDDA, Consultant
shall provide substitution with equal or better qualification and experience.
• Interaction Session will be with Expert level committee, at the time of negotiation.
• Expert Personnels, to be deployed in MDDA should not have attained the age of 57 (Fifty
seven) years at the time of proposal.
• For point-(ii) & (iii), Presentation is essential.
• At the time of Presentation, all the Expert Personnel should be present.
• “Similar Assignments” refers to the assignments taken up in urban areas in the field of
Urban Planning, Transportation Planning & Environment Planning.
28
Section 3: Technical Proposal - Standard Forms
29
FORM TECH-1
Letter of Proposal
To,
............................
............................
...........................
Dear Sir,
With reference to your RFP Document dated ……………, I/We, having examined all relevant
documents and understood their contents, hereby submit our Proposal for selection ………………..
1. I/We acknowledge that the Employer will be relying on the information provided in the
Proposal and the documents accompanying the Proposal for selection of the Consultant, and
we certify that all information provided in the Proposal and in the Appendices is true and
correct, nothing has been omitted which renders such information misleading; and all
documents accompanying such Proposal are true copies of their respective originals.
2. This statement is made for the express purpose of appointment as the Consultant for the
aforesaid Project.
3. I/We shall make available to the Employer any additional information it may deem necessary
or require for supplementing or authenticating the Proposal.
4. I/We acknowledge the right of the Employer to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
5. I/We certify that in the last five years, we or any of our Associates have neither failed to
perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Applicant, nor been
30
expelled from any project or contract by any public authority nor have had any contract
terminated by any public authority for breach on our part.
6. I/We certify that in the last five years, we or any of our Associates have not been
blacklisted/debarred/ termination of contract except for reasons of convenience of Client by
any government/ government board/corporation/company/PSU Company/statutory body/non-
government and any funding agencies in last 5 years.
(a) I/We have examined and have no reservations to the RFP Documents, including any
Addendum issued by the Employer;
(b) I/We do not have any conflict of interest in accordance with Clause 5 of the RFP
Document;
(c) I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, in respect of any tender or Request for Proposal issued by or any
agreement entered into with the Client or any other public sector enterprise or any
government, Central or State; and
(d) I/We hereby certify that we have taken steps to ensure that in conformity with the
provisions of the RFP, no person acting for us or on our behalf will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.
8. I/We understand that you may cancel the Selection Process at any time and that you are neither
bound to accept any Proposal that you may receive nor to select the Consultant, without
incurring any liability to the Applicants.
9. I/We declare that we/any member of Consortium, are is not a member of any other
Consortium applying for Selection as a Consultant.
10. I/We certify that in regard to matters other than security and integrity of the country, we or
any of our Associates have not been convicted by a Court of Law or indicted or adverse
orders passed by a regulatory authority which would cast a doubt on our ability to undertake
the Consultancy for the Project or which relates to a grave offence that outrages the moral
sense of the community.
31
11. I/We further certify that in regard to matters relating to security and integrity of the country,
we have not been charge-sheeted by any agency of the Government or convicted by a Court
of Law for any offence committed by us or by any of our Associates.
12. I/We further certify that no investigation by a regulatory authority is pending either against
us or against our associates or directors /managers/employees or against to be engaged team
members.
13. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law
or howsoever otherwise arising to challenge or question any decision taken by the Authority
in connection with the selection of Consultant or in connection with the Selection Process
itself in respect of the above-mentioned Project.
14. I/We agree and understand that the proposal is subject to the provisions of the RFP document.
In no case, shall I/we have any claim or right of whatsoever nature if the Consultancy for the
Project is not awarded to me/us or our proposal is not opened or rejected.
15. I/We agree to keep this offer valid for 120 (One Hundred Twenty Days) days from the PDD
specified in the RFP.
16. A Power of Attorney in favour of the authorised signatory to sign and submit this Proposal
and documents is attached herewith in prescribed format.
17. In the event of my/our firm being selected as the Consultant, I/we agree to enter into an
Agreement.
18. I/We have studied RFP and all other documents carefully. We understand that except to the
extent as expressly set forth in the Agreement, we shall have no claim, right or title arising
out of any documents or information provided to us by the Employer or in respect of any
matter arising out of or concerning or relating to the Selection Process including the award
of Consultancy.
19. The Financial Proposal is being submitted online along with the Technical Proposal
separately digitally sealed. This Technical Proposal read with the Financial Proposal shall
constitute the Application which shall be binding on us.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP Document.
32
In witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFP
Document.
Yours faithfully,
33
FORM TECH-2
FORM 2: CONSULTANT’S ORGANIZATION & EXPERIENCE
1. Details of Consultant
b. Tel. No. :
c. Fax No. :
d. Email :
e. Year of Incorporation. :
34
Form 2B: Format for Financial Capability of the Consultant
This is to certify that............................... (Name of the Consultant) has received the payments and
earned net profit shown above against the respective years.
Date:
#
The Consultant should provide the Financial Capability based on its own financial
statements. Financial Capability of the Consultant's parent company or its subsidiary or any
associate company will not be considered for computation of the Financial Capability of the
Consultant.
* Consultant should fill in details as per the row titled Annual turnover and net profit in the
row below. In case the Consultant is a Consortium, for the purpose of evaluation on financial
parameters, financial parameters of all the members shall be furnished in separate sheet for
consideration.
35
Form 2C: Experience in Completed assignment for providing services by formation of a
dedicated cell/ project management unit/ PMC unit to any Department of State of Government or
any Ministry of Government of India or any Urban Development Authority or any Urban Local
Body in India for a continuous period of 2 years, in last 5 (Five) years prior to the date of
publication of this RFP.
List projects (not more than 5) in the last five years which are similar to that in the RFP.
Address:
Approx. value of the services provided by your
firm under the contract (in current INR):
36
Form 2D: Experience of Completed project in project development/ Project Planning and
Design/ Preparation of Detailed Project Reports including handling bid process management with
specific focus to projects in sectors like infrastructure/ urban development/ urban transport/
transport planning/ environment planning/ preparation of master plan/ land development &
magnetization and integrated developments having Consultancy Value not less than Rs. 1 Crore.
List projects (not more than 5) in the last five years which are similar to that in the RFP
37
Form 2E: No. of similar assignments taken in hilly region.
List projects (not more than 5) in the last five years which are similar to that in the RFP
38
FORM TECH-3
[Suggest and justify here any modifications or improvement to the Terms of Reference you are
proposing to improve performance in carrying out the Assignment/job (such as deleting some
activity you consider unnecessary, or adding another, or proposing a different phasing of the
activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]
[Comment here on Inputs and facilities to be provided by the Employer according to Paragraph 6
of the Part II Special information to consultants including: administrative support, office space,
Domestic transportation, equipment, data, etc.]
39
FORM TECH-4
[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/job, approach to the Assignment/job, methodology for carrying out
the activities and obtaining the expected output, and the degree of detail of such output. You should
highlight the problems being addressed and their importance, and explain the technical approach
you would adopt to address them. You should also explain the methodologies you propose to adopt
and highlight the compatibility of those methodologies with the proposed approach.
b) Work Plan. The consultant should propose and justify the main activities of the Assignment/job,
their content and duration, phasing and interrelations, milestones (including interim approvals by
the Employer), 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. A list of the final documents, including reports, drawings, and
tables to be delivered as final output, should be included here.
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/job, the key-
personnel responsible, and proposed technical and support staff.
d) Presentation: The consultant would be required to make a presentation on the approach &
methodology, work plan and proposed team for performing the assignment during the Evaluation
Process and all the Expert Personnel should be present during Presentation.
40
FORM TECH-5
1. Proposed Position:
[For each position of key professional separate form Tech-6 will be prepared]:
2. Name of Firm:
3. Name of Staff:
[Insert full name]:
4. Date of Birth:
5. Nationality:
6. Education:
[Indicate college/university and other specialized education of staff member, giving names of
institutions, degrees obtained, and dates of obtainment]:
8. Other Training:
[List countries where staff has worked in the last ten years] :
10. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading,
and writing]:
41
11. Employment Record:
[Starting with present position, list in reverse order every employment held by staff member since
graduation, giving for each employment (see format here below): dates of employment, name of
employing organization, positions held.] :
Employer:
Positions held:
13. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
[Among the Assignment/jobs in which the staff has been involved, indicate the following information
for those Assignment/jobs that best illustrate staff capability to handle the tasks listed under point
12.]
14. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications, and my experience. I understand that any wilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.
[Full name]
42
FORM TECH-6
Are there any activities carried out by your firm or Group Company or any member of the
consortium which are of conflicting nature as mentioned in Para 5 of Section 2. If yes, please
furnish details of any such activities.
We hereby declare that our firm, our associate / group firm or any of the member of the consortium
are not indulged in any such activities which can be termed as the conflicting activities under Para
5 of the section 2. We also acknowledge that in case of misrepresentation of the information, our
proposals / contract shall be rejected / terminated by the Employer which shall be binding on us.
43
FORM TECH- 7
1. Therefore, we here by affirm that we are Guarantors on behalf of the consultants upto a total of
Rupees …………………………Lacs (i.e. Rs…………………/-) and we undertake to pay the
Vice Chairman, Mussoorie Dehradun Development Authority, Transport Nagar,
Saharanpur road, Near ISBT, Dehradun, Uttarakhand- 248001 upon his first written
demand and without demur, without delay and without necessity of previous notice of individual
or administrative procedure and without necessity to prove the bank the defects or short coming
or debit of the contractor any sum within the limit of Rupees
……………………………………… Lacs.
2. We further agree that the guarantee here in contained shall remain in full and effect during the
period that would be taken for the acceptance of tender. However, unless a demand or claim
under this guarantee is made only in writing on or before the ……………... We shall be
discharged from all liabilities under the guarantee thereafter.
We undertake not to revoke the guarantee during its currency except with the previous consent of
the Vice Chairman, Mussoorie Dehradun Development Authority, Transport Nagar,
Saharanpur road, Near ISBT, Dehradun, Uttarakhand- 248001 in writing.
We lastly undertake not to revoke the guarantee for any change in constitution of the consultants
or the Bank.
Date :
Bank :
44
FORM TECH-8
.......................
........................
........................
In consideration of MDDA (hereinafter referred as the “Employer”, which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators and assigns)
awarding to ……………….., having its office at ……………….. (hereinafter referred as the
“Consultant” which expression shall, unless repugnant to the context or meaning thereof, include
its successors, administrators, executors and assigns), vide the no. ………………. dated
……………….. valued at Rs.……………….. (Rupees …………………………………..),
(hereinafter referred to as the “.....................................”) the assignment for consultancy services
in respect of the ...............................for .........................., and the Consultant having agreed to
furnish a Bank Guarantee amounting to Rs.………………..(Rupees
……………………………………...) to the Employer for Performance Security of the said
Agreement.
1.We, ……………….. (hereinafter referred to as the “Bank”) at the request of the Consultant do
hereby undertake to pay to the Employer an amount not exceeding Rs. ………………… (Rupees
…………………………………) against any loss or damage caused to or suffered or would be
caused to or suffered by the Employer by reason of any breach by the said Consultant of any of
the terms or conditions contained in the said Agreement.
2.We, ……………….. (indicate the name of the Bank) do hereby undertake to pay the amounts
due and payable under this Guarantee without any demur, merely on a demand from the Employer
stating that the amount/claimed is due by way of loss or damage caused to or would be caused to
or suffered by the Employer by reason of breach by the said Consultant of any of the terms or
conditions contained in the said Agreement or by reason of the Consultant’s failure to perform the
said Agreement. Any such demand made on the bank shall be conclusive as regards the amount
due and payable by the Bank under this Guarantee. However, our liability under this Guarantee
shall be restricted to an amount not exceeding Rs. ……………….. (Rupees
………………………………………...…………).
3.We, ……………….. (indicate the name of Bank) undertake to pay to the Employer any money
so demanded notwithstanding any dispute or disputes raised by the Consultant in any suit or
proceeding pending before any court or tribunal relating thereto, our liability under this present
being absolute and unequivocal. The payment so made by us under this bond shall be a valid
discharge of our liability for payment thereunder and the Consultant shall have no claim against
us for making such payment.
45
4.We, ……………….. (indicate the name of Bank) further agree that the Guarantee herein
contained shall remain in full force and effect during the period that would be required for the
performance of the said Agreement and that it shall continue to be enforceable till all the dues of
the Employer under or by virtue of the said Agreement have been fully paid and its claims satisfied
or discharged or till the Employer certifies that the terms and conditions of the said Agreement
have been fully and properly carried out by the said Consultant and accordingly discharges this
Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before
................ from the date of this Guarantee.
5.We, ………………… (indicate the name of Bank) further agree with the Employer that the
Employer shall have the fullest liberty without our consent and without affecting in any manner
our obligations hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Consultant from time to time or to postpone for any time
or from time to time any of the powers exercisable by the Employer against the said Consultant
and to forbear or enforce any of the terms and conditions relating to the said Agreement and we
shall not be relieved from our liability by reason of any such variation, or extension being granted
to the said Consultant or for any forbearance, act or omission on the part of the Employer or any
indulgence by the Employer to the said Consultant or any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have the effect of so relieving us.
6.This Guarantee will not be discharged due to the change in the constitution of the Bank or the
Consultant(s).
7.We, ……………….. (indicate the name of Bank) lastly undertake not to revoke this Guarantee
during its currency except with the previous consent of the Employer in writing.
8.For the avoidance of doubt, the Bank’s liability under this Guarantee shall be restricted to Rs.
...........Crore (Rupees ......................................... Crore)only. The Bank shall be liable to pay the
said amount or any part thereof only if the Employer serves a written claim on the Bank in
accordance with paragraph 2 hereof, on or before [...................... (indicate the date falling 365days
after the Bid Due Date specified in the RFP)].
For ..............................................................
(Name of Bank)
NOTES: The Bank Guarantee should contain the name, designation and code number of the
officer(s) signing the Guarantee. The address, telephone no. and other details of the Head Office
of the Bank as well as of issuing Branch should be mentioned on the covering letter of issuing
Branch.
46
FORM TECH-9
Power of Attorney
Know all men by these presents, We, ......................................... (name of Firm and address of the
registered office) do hereby constitute, nominate, appoint and authorise Mr./Ms.
....................................... son/daughter/wife and presently residing at........................................,
who is presently employed with/ retained by us and holding the position of .................... as our
true and lawful attorney (hereinafter referred to as the “Authorised Representative”) to do in our
name and on our behalf, all such acts, deeds and things as are necessary or required in connection
with or incidental to submission of our Proposal for and selection as
……………………………………………………….. (the “Employer”) including but not limited
to signing and submission of all applications, proposals and other documents and writings,
participating in pre-bid and other conferences and providing information/ responses to the
Employer, representing us in all matters before the Authority, signing and execution of all
contracts and undertakings consequent to acceptance of our proposal and generally dealing with
the Employer in all matters in connection with or relating to or arising out of our Proposal for the
said Project and/or upon award thereof to us till the entering into of the Agreement with the
Employer.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused
to be done by our said Authorised Representative pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Authorised
Representative in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us.
For ......................................................
Witnesses:
1.
2.
Notarised
Accepted
47
........................................
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and
when it is so required the same should be under common seal affixed in accordance with the
required procedure.
• Wherever required, the Bidder should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favour of the
person executing this Power of Attorney for the delegation of power hereunder on behalf of
the Bidder.
• For a Power of Attorney, Bidders may submit a General Power of Attorney notarized in India.
However, at the time of negotiation it is mandatory to submit the Power of Attorney executed
and issued overseas, legalised by the Indian Embassy and notarised in the jurisdiction where
the Power of Attorney is being issued. However, the Power of Attorney provided by Bidders
from countries that have signed The Hague Legislation Convention, 1961 are not required to
be legalised by the Indian Embassy if it carries a conforming Apostille certificate.
48
FORM TECH-10
$
The Bidder should provide details of only those assignments that have been undertaken by it under its own
name.
This is to certify that the information contained in Column 4 above is correct as per the
$ In case the Bidder/Applicant does not have a statutory auditor, it shall provide the certificate from
its chartered accountant that ordinarily audits the annual accounts of the Bidder/Applicant.
Note: In case of consortium, this Form for each consortium member shall be submitted.
49
FORM TECH-11
Assignments of Bidder
Country:
8.
Location within country:
9.
Duration of Assignment/job (months) :
10.
Name of Client:
11.
Client address and contact information:
12.
In case of consortium, whether your company was Lead member or other consortium
13. member:
50
Note:
2. Each Eligible Assignment shall not exceed 2 pages, and following format shall be used:
51
Section 4: Financial Proposal - Standard Forms
52
FORM FIN-1
FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]
To:
Vice Chairman
Mussoorie Dehradun Development Authority
Transport Nagar, Saharanpur road,
Near ISBT, Dehradun, Uttarakhand- 248001
Dear Sir,
We, the undersigned, offer to provide the consulting Assignment/job for [Insert title of
Assignment/job] in accordance with your Request for Proposal dated [Insert Date] and our Technical
Proposal. Our attached Financial Proposal for providing Urban planner, Transport Planner and
Environment Planner, is for the sum of [Insert amount(s) in words and figures] 1. This amount is inclusive
of all the taxes, except Goods and Service Tax (GST). We hereby confirm that the financial proposal is
unconditional, and we acknowledge that any condition attached to financial proposal shall result in reject
of our financial proposal.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated
in the Part II Data Sheet.
I/We agree to the condition that there can be a variation (increase or decrease) in the number or
field of experts required. In such a case, individual rates shall be applicable on per day basis and final
amount payable shall be calculated based on actual manpower utilized at the end of each month.
I/We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
53
FORM FIN-2
Name of the
Bidder:
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant
columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)
Sl. No. Item Description Quantity Units Total Amount Total Amount
without Taxes in Words
1 2 3 4 6 7
Total in Figures
_____________________________
AUTHORIZED SIGNATORY
Date: ________________________
54
FORM FIN-3 (LUMP SUM)
BREAKDOWN OF REMUNERATION
When used for ‘Lump-Sum’ contract assignment, information to be provided in this Form shall only be
used to demonstrate the basis for the calculation of the Contract’s ceiling amount; to calculate applicable
taxes at contract negotiations; and, if needed, to establish payments to the Consultant for possible
additional services requested by the Employer. This Form shall not be used as a basis for payments under
‘Lump-Sum’.
Total
*- Mention the currency in which the prices are quoted if it is permitted to do so under RFP.
*1 Expert Personnels are to be indicated by name
Total Remuneration = _________________Amount in Rupees (excluding GST)
(Amount in Words):
Note:
1 Professional Staff should be indicated individually
2 Positions of Professional Staff shall coincide with the ones indicated in Form TECH-5 & 7.
3 Indicate separately staff-month rate separately.
4 Amount shall be inclusive of all type of taxes, levies, fees and payables, except GST.
5 I/We agree to the condition that there can be a variation (increase or decrease) in the number
or field of experts required. In such a case, individual rates shall be applicable on per day
basis and final amount payable shall be calculated based on actual manpower utilized at the
end of each month.
55
Section 5: Terms of Reference
56
1. Introduction
Well-designed streets and urban areas are a critical element of a safe and efficient mobility system.
At present, Dehradun is facing the challenges of increased congestion, pollution, and road safety
risks. Going forward, Mussoorie Dehradun Development Authority (MDDA) the Implementing
Agency seeks to address these issues by a well-planned Urban planning, Transport planning and
Environment planning to offer convenience and safety to all users.
Further, Mussoorie Dehradun Development Authority invites the proposal from the reputated
consultancy firms/agencies working, on above study area i.e. Urban Designing, Transport Planning
& Environment Planning represented by below mentioned resources to be stationed at MDDA office
and work on day to day basis under the exclusive directions of MDDA from time to time.
1. Urban Planner
2. Transport Planner
3. Environment Planner
Further consultancy firm shall provide the support to their resources from time to time for the related
activities of Urban Designing, Transport Planning & Environment Planning.
For the above resources the desired minimum educational qualification and experience shall be as
follows:-
Team
Sl.
Resources Qualifications Experience members
No. required
1. Urban Planner Masters in Urban Minimum 15 years’ experience in 1
Planning or M.Arch. preparing Master Plan/ City
or M.Plan. Development Plan/ Zonal
Development Plan.
57
communication, urban transport
and infrastructure.
Experience in Development
Control Regulations, Rehabilitation
& Resettlement and land
management tools like land
pooling, TDR etc.
Note: As per the requirement of MDDA, MDDA may ask for additional resources related to the
task for the project.
58
2. Objectives of Study for Urban Planning, Environment Planning &
Transportation Planning
The main objectives of the study for Transportation Planning are as follows:
• To provide better facilities for sustainable modes such as walking, cycling, and public
transport.
• To employ a holistic approach to street design, incorporating mobility elements—e.g.
footpaths, cycle tracks, carriageways—as well as additional elements such as trees, bus stops,
street furniture and organised vending spaces in an integrated design.
• To ensure that street design is based on scientific assessment of needs and behaviour of street
users, as observed in the surveys as part of this study.
• To ease road congestion through improved intersection design and more efficient use of the
existing public right-of-way in lieu of major capacity additions.
• To employ traffic calming measures to ensure pedestrian safety on all streets.
• To ensure that all spaces, including footpaths, refuge islands, and pedestrian crossings, are
accessible to differently abled persons as per the Persons with Disabilities Act of 1995.
• To improve access for persons with disabilities, the designs should employ at-grade crossings
rather than foot over bridges and subways.
The main objectives of the study for Urban Planning are as follows:
• Rehabilitation of slums.
• Providing people with proper housing facilities or accommodation along with the basic
infrastructure like electricity and water supply.
• Organization and improvement in the means of transport and communication.
• Setting apart space for industries, parks and public places including burial sites.
• Making arrangements for recreation both for children and for older people.
• Arranging for sanitation and cleanliness of the town and its adjoining areas.
• Allocating space for marketing centres, shops, and so on.
• Arranging for education, health and medical services.
The main objectives of the study for Environment Planning are as follows:
• To carry out land development with the consideration given to the natural environment and
provides a holistic framework to achieve sustainable outcomes.
• To create sustainable communities, which aim to conserve and protect undeveloped land.
3. Scope of Work
The Scope of Work shall include but not limited to the following :
The Consultant will be expected to provide full time resources i.e. Urban Planner, Transport
Planner & Environment Planner for designing developing, implementing the projects under the
exclusive directions of MDDA. Resources shall be mobilised to MDDA after the finalization on
Curriculum Vitae of individual expert through interaction session with Expert level Committee,
MDDA.
5. Payment structure
The payment schedule for the Consultants service will be in terms of total gross amount payable
(for the manpower stationed at MDDA) on monthly basis.
The Consultant may be required to attend several meetings leading up to the implementation. All
the cost of associated for the projects, attending meetings, etc. shall be borne by the Consultant
itself.
6. Review Committee
The Review Committee will be constituted by Vice Chairman, MDDA for reviewing the
assigned task and performance of Consultancy firm and its resources/Expert Personnels deployed
in MDDA.
7. Timeline
The timeline for Consultancy will be initially for 3 years, which can be increased with mutual
consent of both the parties on the basis of the performance of Consultants and their Expert
Personnels.
61
8. General Scope
i. The Consultant & its employees manning (Urban Planner, Transport Planner, Environment
Planner) shall carry out a comprehensive study of all relevant Acts, Manuals, Byelaws,
Rules, Regulations and the Procurement Rules of the Government of Uttarakhand/India as
directed by the MDDA from time to time. The various provisions made in these manuals/
documents shall be borne in mind by the Personnel/Resources provided by the Company
while performing their duties for the MDDA, to prevent any anomaly/controversy on any
matter.
ii. Expert Personnel will identify & implement appropriate technique, know-how, necessary to
design, develop and test the mechanism, methods and procedures that should be in place for
the proper management and implementation of the projects undertaken by the MDDA.
iii. Expert Personnel will properly plan, organize, coordinate and direct its activities to enable
the MDDA to achieve its objectives of infrastructure, urban development, planning,
transportation, environment planning and various other aspects, in a well-planned time bound
manner.
iv. Expert Personnel will prepare concept note, pre-feasibility report , detailed project reports,
site plan, designs, financial plan, Environmental plan, transportation plan, plans for urban
rejuvenation, etc. as assigned to it by the MDDA from time to time.
v. Expert Personnel. shall advice and suggest suitable measures on lowering of costs, promoting
innovation etc. in the project implementation to the MDDA in the process of decision
making.
vi. Expert Personnel will function in coordination with various state departments, line
departments, etc. for better management and monitoring of the projects.
vii. Expert Personnel will develop appropriate mechanism, methods, procedures and standards
to perform its duties efficiently & effectively and will also provide expertise and consultancy
on various project proposals to the MDDA from time to time.
viii. Expert Personnel will provide essential technical and managerial support in the planning,
processing, monitoring, managing, executing and implementing the projects in a time bound
manner without disruption.
ix. Expert Personnel will carry out a detailed study of the various consultation reports available
in the office of the MDDA.
x. Expert Personnel shall prepare the time schedule and the phasing of the progress/completion
of the projects undertaken by the MDDA. The progress report in respect of each project shall
be put up by the Company for the perusal of the MDDA every month. The report shall include
inter-alia the bottlenecks encountered in the implementation of the projects and the remedial
measures suggested by the MDDA.
xi. Ensure that the works/ contractual deliverables comply with the approved engineering
designs and technical specifications.
xii. Ensure compliance with standard practice by the Contractors.
xiii. Expert Personnel will prepare the implementation plan of the various Projects of MDDA
and implement the same within the time schedule with due diligence and efficiency in
accordance with sound technical, managerial and innovative inputs acceptable to the MDDA.
xiv. Development of Quality Assurance system, Quality Control, preparation of quality
compliance reports, progress reports.
62
xv. MDDA will provide all necessary information, records, cooperation required by the Expert
Personnel of the Consultant while performing its duties and responsibilities assigned by the
MDDA.
xvi. Expert Personnel will study and examine the project proposals, tender documents, work
order; agreements etc. prepared by the Engineering Section of MDDA and will offer
comments and remedial suggestions to rectify the shortcomings in such
documents/proposals.
xvii. MDDA may assign any other important task related to its projects to the Consultant.
xviii. In case of resigning of a resource, Company shall provide the next resource within a period
of maximum one week or as mutually agreed upon with MDDA.
xix. Consultant shall submit the qualification and experience documents of the resources with
verification by the Company, MDDA reserves the right to accept or reject the resource.
xx. The Consultant shall deploy well qualified, competent and experienced man power as
proposed by it in its proposal/ tender documents. Under no circumstances these Executives/
Professionals will be replaced by the Company without the prior permission of MDDA.
xxi. All the Expert Personnel will be deployed in Dehradun and shall work for overall jurisdiction
area of MDDA.
63