You are on page 1of 43

Request for Qualification cum Proposal

JAWAHARLAL NEHRU PORT TRUST


(PORT PLANNING AND DEVELOPMENT DEPARTMENT)

“Empanelment of Project Support Consultants for


providing Master Planning support to the Special
Planning Authority (SPA) of JNPT”

RFP No.: - JNPT/JNPT-SEZ/PSC/T-04/2019 Dated April 18, 2019

*************************************************************************************
********
RFP WILL BE ISSUED FROM 18th April 2019 to 8th May 2019
Cost of RFP Document: INR 23,600/- inclusive of all taxes (Non-
Refundable)
*************************************************************************************
********

RFP Document issued by: -


Chief Manager
Port Planning & Development Department
Jawaharlal Nehru Port Trust Administration Building,
Sheva, Navi Mumbai - 400 707
Email: cmppd@jnport.gov.in

April 2019
Disclaimer

The information contained in this Request for Qualification cum Proposal document (the
“RFP”) or subsequently provided to Bidder(s), whether verbally or in documentary or any
other form by or on behalf of the Authority or any of its employees or advisors, is provided
to Bidder(s) 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 Authority 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 making their financial
offers (Proposals) pursuant to this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at by the Authority in relation to the
Project. Such assumptions, assessments and statements do not purport to contain all
the information that each Bidder may require. The assumptions, assessments,
statements and information contained in the 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, statements and information contained
in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is 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 Authority accepts no responsibility for
the accuracy or otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall
have no liability to any person, including any Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account
of anything contained in this RFP or otherwise, including the accuracy, adequacy,
correctness, completeness or reliability 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 for participation in this Proposal Stage.
The Authority accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of bidders on the statements
contained in this RFP.
The Authority may in its absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information or assumptions contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder, for
the Project and the Authority reserves the right to reject all or any of the Bidders or
Proposals without assigning any reason 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,

1
delivery fees, expenses associated with any demonstrations or presentations which may
be required by the Authority 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 Authority
shall not be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by a Bidder in preparation or submission of the proposal, regardless
of the conduct or outcome of the Bidding Process.

2
JAWAHARLAL NEHRU PORT TRUST
NOTICE INVITING PROPOSAL (E-tendering mode)
RFP No.: - JNPT/JNPT-SEZ/PSC/T-04/2019
Jawaharlal Nehru Port Trust (“JNPT”) intends to empanel a Project Support consultant(s)
for providing Master Planning support to the Special Planning Authority (SPA) of JNPT
Special Economic Zone (SEZ). Accordingly, online proposals in one stage two cover
system are invited by Jawaharlal Nehru Port Trust, Navi Mumbai from reputed consulting
firms. The document providing the Term of Reference (ToR), pre-qualification criteria,
terms and conditions including evaluation criteria and application fee are available in the
web site www.jnport.gov.in and also on https://eprocure.gov.in/epublish
The schedule of the bidding process is given below:

S. No Event Tentative Date


1 Start date for Sale of RFP April 18, 2019
Last date for receiving pre-tender
2 April 24, 2019
queries
Pre-tender meeting at JNPT Admin
3 April 26, 2019 at 11:30 AM
Building
4 Authority response to queries latest by May 2, 2019
5 Close date for the sale of the RFP May 8, 2019 at 11:00 AM
6 Proposal submission due date May 8 2019 till 11:00 PM
7 Opening of Proposals May 9, 2019 at 11:30 AM
Technical evaluation of proposals and
8 announcing of technically qualified As per process (~5 days)
bidders
9 Financial proposal opening As per process (~5 days)
10 Announcement of Selected Bidder As per process (~5 days)
11 Issue of Letter of Award As per process (~5 days)
Key contacts:
Mr. Vishwanath Gharat, Manager (PPD); Ph: 022-
67814162, Email: vishwanathgharat@jnport.gov.in
Name and Address where Mr. Rajesh Phadke, (Chief Planner – JNPT SEZ),
queries/ correspondence Phone: 9099702822, Email: RajeshPhadke@jnport.com
concerning this RFP is to be Jawaharlal Nehru Port Trust, Admin Building,
sent Sheva, Uran, Navi Mumbai – 400 707,
Fax : 022-27244178

The cost of the RFP document is INR 23, 600/- inclusive of all taxes to be paid in the form
of a Demand Draft in favor of Jawaharlal Nehru Port Trust payable at Mumbai.
Issuing Authority : Chief Manager (Port Planning & Development)

3
Jawaharlal Nehru Port Trust, Special Economic Zone (JNPT SEZ)
Introduction
JNPT is the largest container Port in India, handling traffic of over 4.5 million TEU's and
is ranked amongst the top container ports in the world. The total area in possession of
JNPT is approx. 3353 hectares. In line with the objective of Port led industrialization, a
Special Economic Zone (SEZ) project was conceptualized by JN Port and incorporated
in the Land Use Plan of the port. The SEZ is a first-of-its-kind major port industrial complex
in the country, and is being developed on 277.38 Ha of free hold land of JNPT.
JNPT SEZ is a Port Based Multiproduct SEZ, with focus on sectors such as Logistics,
Engineering Goods, Electronics & Electricals, Auto & Auto components, Food Processing
amongst others.
The basic infrastructure for JNPT and its SEZ includes roads, power, water, sewage
treatment, admin offices, parking and internal road connectivity. JNPT is investing over
INR 500 Crores for the development of infrastructure in SEZ.
JNPT is appointed as the Special Planning Authority (SPA) by the Government of
Maharashtra vide its notification bearing no. TPS-1717/612/CR0219/17/UD-12 dated 20th
December 2017 as per the Maharashtra Regional and Town Planning Act, 1966 for the
SEZ Area. The board of trustees of JNPT has resolved to request Government of
Maharashtra in Urban Development Department to appoint JNPT as SPA for the entire
area of 3353 hectares under its possession.

Project proponent Jawaharlal Nehru Port Trust

Villages: Sawarkahr, Karal, Sonari, Sheva, Funde,


Project Location Pagote, Navghar, Jasai, Poundkhar, Chirle,
Shemtikhar and Jashkar, Taluka Uran, Dist: Raigad
Maharashtra
Total JNPT and SEZ Area JNPT 3353 hectares including SEZ 277.38 hectares
Direct access by Mumbai Goa Highway- NH4B and SH
Approach Road
54 (Port Road)

 JN Port - 5 kms
 Mumbai Airport (T2 terminal) - 50 kms
Distance from major nodes
 Navi Mumbai Municipal Corporation - 15 kms
 Pune Airport - 140 kms

4
 Formal Approval granted by Ministry of
Commerce and Industry, Govt. of India in July
2014
 JNPT SEZ is appointed as SPA for JNPT SEZ
area of 277.38 Ha of land
 The deemed licence of electricity distribution
from MERC is received by JNPT
Current Project Status of
SEZ  JNPT SEZ has received the Environmental
Clearance for development of Port based Multi
Product SEZ at JNPT Area Phase 1 from the
Government of Maharashtra vide letter number
SEAC-2014/CR-302/TC2 dated December 5,
2014.
 About 30.5 Ha of land has been allotted till date
for setting up manufacturing units and FTWZ
facilities
Objective
The purpose of this Request for Proposal (RFP) is to empanel a reputed Project Support
Consultant(s), for providing “Master Planning Support to the Special Planning
Authority (SPA) of JNPT Special Economic Zone (SEZ)”. This document provides
information to enable the bidders to understand the broad requirements to submit their
"Proposals".
JNPT invites participation from experienced and capable consulting firms for the above
work.
The RFP document provides the Term of Reference (ToR), pre-qualification criteria,
terms and conditions including evaluation criteria, EMD, RFP document fee and
suggested response formats.
For better understanding of the RFP, it is split into the following sections.

Section 1 Instructions to Consultants


Section 2 Terms of Reference
Part I Objective and Scope of Services
Part II Evaluation process
Section 3
Standard Forms & Other
Technical Proposal
Undertakings
Financial Proposal Standard Forms

5
Section 1
(Instructions to Consultants)

6
Instructions to Consultants:
1 Definitions:
(a) “Authority” means the JNPT or as approved by JNPT
(b) “Consultant” means any interested firm(s)/ companies/ agencies/ consortia that
provides the services as per the Terms of Reference of this RFP
(c) “Contract” means the Contract signed by the Parties and all the attached documents
listed in the Contract, i.e. the General Conditions (GC), the project Specific
Conditions (SC), and the Appendices.
(d) “Project specific information”, means such part of the Instructions to Consultants
used to reflect specific project and assignment conditions.
(e) “Day” means calendar day.
(f) “Government” means the Government of India or Government of Maharashtra.
(g) “Instructions to Consultants” (Section 1 of the RFP) means the document, which
provides Consultants with all information needed to prepare their proposals.
(h) “Personnel” means professionals and support manpower provided by the
Consultant(s) and assigned to perform the Services or any part thereof.
(i) “Proposal” means the Technical Proposal and the Financial Proposal.
(j) “RFP” means the Request for Proposal prepared by the authority for the selection
of Consultants.
(k) “Assignment/Job” means the work to be performed by the Consultant pursuant to
the Contract.
(l) “Terms of Reference” (ToR) means the document included in the RFP as Section 2
which explains the objectives, scope of work, activities, tasks to be performed,
respective responsibilities of the authority and the Consultant, and expected
deliverables
2 Introduction
2.1 The Authority will empanel consulting firm(s) (the “Consultant”) in accordance with the
method of selection specified in Section 2 of this RFP.
2.2 The name of the assignment/ job has been mentioned in Section 1. Detailed scope of the
assignment/ job has been described in the Terms of Reference (ToR) in Section 2 of this
RFP.
2.3 The process, date and time for submission of the proposals have been given in Section 1
of this RFP.
2.4 The Consultants are invited to submit their Proposal for the Assignment. The Proposal will
be the basis for execution of the Contract with the selected Consultant.

7
2.5 Consultants shall bear all costs associated with the preparation and submission of their
proposals and other documents. The authority is not bound to accept any proposal, and
reserves the right to annul the selection process at any time prior to awarding the contract,
without thereby incurring any liability to the Consultants.
3 Eligibility of Consultant(s)
3.1 Consultant shall be evaluated as per the pre-qualification/ eligibility criteria set forth in Part
II of Section 2. The score of the consultant(s) shall be taken into account for evaluation
purposes.
4 Clarification and Amendment of RFP Documents
4.1 Consultants may request for a clarification on any clause of the RFP document as per the
dates provided on page 2 of this RFP. Any request for clarification must be sent in writing,
or by standard electronic means to the Authority’s address indicated on page 2 of this RFP.
The Authority will respond in writing, or by standard electronic means and will send written
copies of the response (including an explanation of the query but without identifying the
source of the query) to all Consultants. Should the Authority deem it necessary to amend
the RFP as a result of a clarification, it shall do so following the procedure as per para 4.2
below.
4.2 At any time before the submission of Proposals, the Authority may amend the RFP by
issuing an addendum in writing or by standard electronic means. The addendum shall be
sent to all Consultants and will be binding on them. Consultants shall acknowledge receipt
of all amendments. To give the Consultants reasonable time to take an amendment into
account in their Proposals the Authority may, if the amendment is substantial, extend the
deadline for the submission of Proposals at its own discretion.
5 Conflict of Interest
5.1 The authority requires that Consultant(s) provide professional, objective, and impartial
services and at all times hold the Authority’s interest’s paramount, strictly avoid conflicts
with other Assignment / jobs or their own corporate interests and act without any
consideration for future work.
5.2 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: A firm or any of its affiliates that have been engaged by the
Authority to provide goods, works or Assignment other than consulting Assignment for a
project, shall be disqualified from providing consulting Assignment related to those goods,
works or Assignment. Conversely, a firm or any of its affiliates hired to provide consulting
Assignment for the preparation or implementation of a project, shall be disqualified from
subsequently providing goods or works or Assignment other than consulting Assignment
resulting from or directly related to the firm’s consulting Assignment for such preparation
or implementation. For the purpose of this paragraph, Assignment other than consulting
Assignment are defined as those leading to a measurable physical output, for example
surveys, exploratory drilling, aerial photography and satellite imagery.

8
Conflicting Assignment: A Consultant (including its Personnel) or any of its affiliates shall
not be hired for any Assignment that by its nature, may be in conflict with another
Assignment of the Consultant to be executed for the same or for another Authority.
Conflicting relationships: A Consultant (including its Personnel) that has a business or
family relationship with a member of the Authority’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of Reference of the Assignment, (ii)
the selection process for such Assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this relationship has been resolved
in a manner acceptable to the Authority throughout the selection process and the execution
of the Contract.
5.3 Consultants have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of the Authority, 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 the said
situation(s) and if the Authority comes to know about any such situation(s) at any time, it
may lead to the disqualification of the Consultant during the RFP process or the termination
of its Contract during execution of the assignment.
6 Unfair Advantage
6.1 If a Consultant(s) could derive a competitive advantage from having provided consulting
Assignment related to the Assignment in question and which is not defined as conflict of
interest as per para 5 above, the Authority shall make available, all information that would
not in that respect give such Consultant(s) any competitive advantage over competing
Consultants.
7 Proposal
7.1 Consultants shall only submit one proposal. If a Consultant submits or participates in more
than one proposal, such proposals shall be disqualified.
8 Preparation of Proposals
8.1 The proposal as well as all related correspondence exchanged by the Consultants and the
authority, shall be written in English language, unless specified otherwise.
8.2 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.
8.3 Consultants are required to submit a Technical Proposal (TP) in forms provided in Section
3. The section 3 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 Section 2 of this document
8.4 The Technical Proposal shall not include any financial proposal. A Technical Proposal
containing financial proposal may be declared non responsive.

9
8.5 Financial Proposals: The Financial Proposal shall be prepared using the Standard Forms
in Section 3.
9 Penalty Clause:
In case of repetitive delay in satisfactory completion of services/ assignment, the Authority
can decide to terminate the empanelment of the Consultant / agency with due notice of 1
month.
For delays in deliverables if any based on the JNPT co ordinator report a penalty of Rs
5000/- per day or maximum 5% ot total amount due for respective month will be levied.
10 Proposals by Consortium
In case the applicant is a Joint venture/ consortium, it is to be limited to two partners subject
to each of them satisfying some part or all Minimum Eligibility Criteria. The Proposal shall
be accompanied by a certified copy of legally binding Joint Venture agreement (format
prescribed in Section 3) signed by both the firms of the joint venture/ consortium confirming
the following:
i. Date and Place of Signing.
ii. The purpose of Joint Venture (must include the details of contract for which the
joint venture has been invited to bid.)
iii. A clear and definite manner including the proposed administrative arrangements
for the management and execution of the contract works.
iv. Delineation of the duties/ responsibilities and scope of works to be undertaken by
each firm. The proposal shall contain the details of each partner of the consortium.
v. An undertaking that the firms are jointly and severally liable to the authority for the
performance of the contract; and,
vi. The authorized representative of the joint venture. It is expected that one of the
partner of the Joint Venture will act as the lead partner representing the Joint
Venture. The duties, responsibilities and powers of such lead partner shall be
specifically included in the Joint Venture/consortium agreement. It is expected that
the lead partner would be authorized to incur liabilities and to receive instructions
and payments for and on behalf of the Joint Venture.
vii. The Power of Attorney authorizing one of the member of the Joint Venture
(JV)/Consortium as Lead Member or in charge or signatory of the application shall
be submitted. The party who has purchased the "Proposal Document" must be a
member of JV/ Consortium
viii. The annual turnover of all Joint Venture/ Consortium members who have related
experience (as per the Minimum Eligibility Criteria) either in full or in part only will
be considered for the purpose of determining the total financial eligibility criteria.
Note: In case of Joint Venture (
ix.

10
x.
xi. JV)/consortium, there should not be any change of partner after award of work till
the completion of assignment in all respect. The joint venture agreement and
Power of Attorney shall be executed on a stamp paper of value not less than Rs.
100/- and the same shall be notarized or legally registered.

11 Proposal Validity
The proposal shall be valid for 180 (one hundred and eighty) days from the date of opening
of the proposal.
12 Taxes
The consultant shall fully familiarize themselves about the applicable Domestic taxes (such
as GST, income taxes, fees, levies, etc.)
13 Currency
Consultant shall express all prices in Indian Rupees.
14 Earnest Money Deposit (EMD) and Performance Bank Guarantee
14.1 Earnest Money Deposit
i. An EMD of Rs. 6,00,000.00 (Rupee Six Lakhs only), in the form of Demand Draft
drawn from Nationalized/ Scheduled bank in favour of “Jawaharlal Nehru Port
Trust”, payable at Mumbai shall be submitted along with the proposal.
ii. THE EMD amount and Form amount DD to be submitted to JNPT Office before
bid submission due date i.e. 8/5/2019
iii. Proposal not accompanied by EMD shall be rejected as non-responsive.
iv. No interest shall be payable by the Authority for the sum deposited as EMD.
v. No bank guarantee will be accepted in lieu of the earnest money deposit.
vi. The EMD of the unsuccessful bidders would be returned back within 45 days of
award of assignment.
14.2 The EMD shall be forfeited by the Authority 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 Authority
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 consultant withdraws his proposal during financial proposal evaluation.
14.3 Performance Bank Guarantee

11
i. The Consultant(s) shall at its own expense, deposit with the authority, within
Twenty-One (21) days of the date of issue of Letter of Award, an unconditional
and irrevocable Performance Bank Guarantee (PBG) from a
Nationalized/Scheduled Bank acceptable to the Authority, payable on demand, for
the due performance and fulfillment of the contract by the Consultant(s).
ii. This Performance Bank Guarantee will be for an amount equivalent to the 5% of
award of contract price. All charges whatsoever such as premium, commission,
etc. with respect to the Performance Bank Guarantee shall be borne by the
Consultant.
iii. The Performance Bank Guarantee should be valid for the period of 24 months
from the date of work order and should be in the format prescribed in the RFP.
iv. The Performance Bank Guarantee may be discharged/ returned by the authority
upon being satisfied that there has been due performance of the obligations of the
Consultant under the contract. However, no interest shall be payable on the
Performance Bank Guarantee.
v. The authority shall also be entitled to make recoveries from the Consultant’s bills,
performance bank guarantee, or from any other amount due, the equivalent value
of any payment made to the Consultant(s) due to inadvertence, error, collusion,
misconstruction or misstatement.
vi. PBG should be en-cashable on demand and the bank should have no right to
question the claim of the authority.
15 Submission, Receipt and Opening of Proposal
15.1 The original proposals, 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.
15.2 The proposal documents need to be in accordance with the requirements of this RFP
15.3 The Proposal must be submitted online no later than the time and the date indicated in this
RFP or any extension given by the Authority.
16 Proposal Evaluation
16.1 From the time the proposals are opened to the time the contract is awarded, the consultants
should not contact the Authority on any matter related to its Technical and/ or Financial
Proposal. Any effort by the Consultants to influence the Authority in the examination,
evaluation, ranking of Proposal, and recommendations for award of contract may result in
the rejection of the consultant’s proposal.
16.2 The Authority will constitute a selection Committee which will carry out the entire evaluation
process.
16.3 The selection Committee while evaluating the technical proposal shall have no access to
the Financial Proposals until the technical evaluation is concluded.

12
16.4 The selection committee shall evaluate the Technical Proposal on the basis of the
responsiveness to the Term of Reference and by applying the evaluation criteria specified
in Section 2 of this RFP.
16.5 Financial proposal of only those firms who are technically qualified shall be opened on the
date & time specified by Authority in the presence of the consultants’ representatives who
choose to attend.
17 Presentation:
17.1 The authority at its own discretion may call the Consultants for the presentation to discuss
the Proposal, the proposed approach and methodology, work plan, and organization and
staffing, and any other relevant points.
18 Award of Contract:
18.1 The Authority shall issue a letter of Award (LoA) to the selected consultant. The consultant
will sign the agreement after fulfilling all the formalities/ pre-conditions like submission of
Performance Bank Guarantee etc.
19 Confidentiality
19.1 Information relating to the evaluation of the proposal and recommendations concerning
awards shall not be disclosed to the consultants who submitted the proposal or to 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 Authority’s
antifraud and corruption policy.
20 Timelines and Schedule

S. No Event Tentative Date


1 Start date for Sale of RFP April 18, 2019
2 Last date for receiving pre-tender queries April 24, 2019
3 Pre-tender meeting at JNPT Admin Building April 26, 2019 at 11:30 AM
4 Authority response to queries latest by May 2, 2019
5 Close date for the sale of the RFP May 8, 2019 at 11:00 AM
6 Proposal submission due date May 8 2019 till 11:00 PM
7 Opening of Proposals May 9, 2019 at 11:30 AM
Technical evaluation of proposals and
8 As per process (~5 days)
announcing of technically qualified bidders
9 Financial proposal opening As per process (~5 days)
10 Announcement of Selected Bidder As per process (~5 days)
11 Issue of Letter of Award As per process (~5 days)

13
Key contacts:

Mr. Vishwanath Gharat


Manager (PPD); Ph: 022-67814162
Email: vishwanathgharat@jnport.gov.in
Or
Name and Address where queries/ Mr. Rajesh Phadke, (Chief Planner – JNPT SEZ)
correspondence Phone: 9099702822,
concerning this RFP is to be sent Email: RajeshPhadke@jnport.com

Jawaharlal Nehru Port Trust, Admin Building,


Sheva, Uran, Navi Mumbai – 400 707,
Fax : 022-27244178

21 Submission of Proposal
The Consultant(s) is required to submit soft copies of their proposals electronically on the CPP
Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist
the Consultant(s) in registering on the CPP Portal, prepare their proposals in accordance with
the requirements and submit their bids online on the CPP Portal. For further information, please
refer to https://eprocure.gov.in/eprocure/app

Consultant(s) are requested to follow online E-tendering procedure as per following


steps:
A. Registration:

1. Consultant(s) are required to enroll on the e-Procurement module of the Central


Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app ) by clicking
on the link “Online Bidder Enrolment” on the CPP Portal which is free of charge.
2. As part of the enrolment process, the Consultant(s) will be required to choose a
unique username and assign a password for their accounts.
3. Consultant(s) are advised to register their valid email address and mobile numbers
as part of the registration process. These would be used for any communication
from the CPP Portal.
4. Upon enrolment, the Consultant(s) will be required to register their valid Digital
Signature Certificate (DSC) (Class II or Class III Certificates with signing key usage)
issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode
/ eMudhra etc.), with their profile.
5. Only one valid DSC should be registered by a Consultant. Please note that the
Consultant is responsible to ensure that they do not lend their DSC’s to others
which may lead to misuse.
6. Consultant(s) can then log in to the site through the secured log-in by entering its
user ID / password and the password of the DSC / e-Token.
14
B. Searching for RFP Document

1. There are various search options built in the CPP Portal, to facilitate Consultant(s)
to search active tenders by several parameters. These parameters could include
Tender ID, Organization Name, Location, Date, Value, etc. There is also an option
of advanced search for tenders, wherein the Consultant(s) may combine a number
of search parameters such as Organization Name, Form of Contract, Location, Date,
Other keywords etc. to search for a tender published on the CPP Portal.
2. Once the Consultant(s) has selected the tender it is interested in, it may download
the required documents / tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
Consultant(s) through SMS / e-mail in case there is any corrigendum issued to the
tender document.
3. The Consultant(s) should make a note of the unique Tender ID assigned to each
tender in case they want to obtain any clarification / help from the Helpdesk.

C. Preparation of Proposals

1. Consultant(s) should take into account any corrigendum published on the RFP
document before submitting its proposal.
2. Please go through the tender advertisement and the RFP document carefully to
understand the documents required to be submitted as part of the proposal. Any
deviations from these may lead to rejection of the proposal.
3. Consultant(s), in advance, should get ready the proposal documents to be submitted
as indicated in the RFP document / schedule and generally, they can be in PDF /
XLS / RAR / DWF/ JPG formats. Proposal documents may be scanned in 100 dpi
with black and white option which helps in reducing the size of the scanned
document.
4. To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of the proposal, a provision
of uploading such standard documents (e.g. PAN card copy, annual reports, auditor
certificates etc.) has been provided to the Consultant(s). Consultant(s) can use “My
Space” or “Other Important Documents’’ area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area
while submitting a proposal, and need not be uploaded again and again. This will
lead to a reduction in the time required for proposal submission process. Please
note: The Consultant(s) is required to submit documents uploaded in “My Space”
with each tender separately. The Consultant(s) should take care that all relevant
documents from “My Space” have been submitted as part of the proposal
documents for this specific tender.

15
D. Submission of Bids

1. Consultant(s) should log into the site well in advance for proposal submission so
that it can upload the proposal in time i.e. on or before the proposal submission time.
Consultant(s) will be responsible for any delay due to other issues.
2. The Consultant(s) has to digitally sign and upload the required proposal documents
one by one as indicated in the RFP document.
3. Consultant(s) has to select the payment option as “offline” to pay the RFP document
fee and EMD as applicable and enter details of the instrument.
4. Consultant(s) should prepare the EMD as per the instructions specified in the RFP
document. The original should be posted/ couriered/ given in person to the
concerned official, latest by the last date of proposal submission or as specified in
the RFP document. The details of the DD/ any other accepted instrument, physically
sent, should tally with the details available in the scanned copy and the data entered
during proposal submission time, otherwise the uploaded proposal will be rejected.
5. Consultant(s) is requested to note that it should necessarily submit its financial
proposal in the format provided and no other format is acceptable. Consultant(s) is
required to download the Financial proposal file in excel format, open it and
complete the white coloured (unprotected) cells with its respective financial quotes
and other details (such as name of the Consultant). No other cells should be
changed. Once the details have been completed, the Consultant should save it and
submit it online, without changing the filename. If the Financial proposal file is found
to be modified by the Consultant, the proposal will be rejected. The Consultant shall
additionally download the financial proposal letter format, fill in the required details,
sign it and upload a scanned copy of the letter in its respective slot in the portal.
6. The server time (which is displayed on the Consultants’ dashboard) will be
considered as the standard time for referencing the deadlines for submission of the
proposals by the Consultant, opening of proposals etc. The Consultant should follow
this time during proposal submission.
7. All the documents submitted by the Consultant(s) would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot
be viewed by unauthorized persons until the time of proposal opening. The
confidentiality of the proposal is maintained using the secured Socket Layer 128-bit
encryption technology. Data storage encryption of sensitive fields is done. Any
proposal document that is uploaded to the server is subjected to symmetric
encryption using a system generated symmetric key. Further this key is subjected
to asymmetric encryption using authority’s public keys.
8. The uploaded proposal documents become readable only after the proposal
opening by the authorized proposal openers.
9. Upon the successful and timely submission of proposals (i.e. after Clicking “Freeze
Bid Submission” in the portal), the portal will give a successful proposal submission
message and a proposal summary will be displayed with the proposal no. and the
date & time of submission of the proposal with all other relevant details.
10.The proposal summary has to be printed and kept as an acknowledgement of the
submission of the proposal. This acknowledgement may be used as an entry pass

16
for any proposal opening meetings.

E. Assistance to Bidders

1. Any queries relating to the RFP document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority or the relevant contact
person indicated in the RFP.
2. Any queries relating to the process of online proposal submission or queries relating
to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk No.: 0120-
4200462 or Email: support-eproc@gov.in.
3. JNPT and CPP will not entertain any reasons/ claims of Consultant(s) on account of
Net Connection Failure/ Current Connection Failure and any issues during the
submission of proposal online. Consultant(s) shall be solely responsible for all those
facts and failure of Net Connectivity, Electricity Current Connectivity etc.
Important notes for preparation of e-tenders:

The Consultant(s) should consider the following notes while preparing its proposal for this RFP.

1. For the purpose of this RFP document, Consultant(s) shall mean a company registered in
India under the Companies Act 1956 / 2013, a Firm constituted under the Partnership Act
1932 or LLP constituted under the Limited Liability Partnership Act, 2008, as amended /
modified / replaced from time to time or equivalent foreign laws.
2. Consortia / Joint Venture (JV) shall be eligible to bid for this assignment. The maximum
number of firms allowed in a Consortium shall be limited to 2.
3. No hard copies of technical proposal and financial proposal to be submitted.
4. All Consultant(s) should have ensured that their submitted technical proposals are fulfilling
the requirements of minimum eligibility and acceptance criteria as prescribed in this RFP.
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 the Proposal, would not be eligible to
submit a Proposal either by itself or through its Associate.
6. A Consultant 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 Consultant or its
Associate, nor been expelled from any project or agreement nor have had any agreement
terminated for breach by such Consultant or its Associate.
7. The proposal shall be submitted online strictly in accordance with the instruction to the
Consultant(s), terms and conditions given in the RFP document.
8. JNPT may terminate the RFP process at any time and without assigning any reason. JNPT
reserves the right to amend/ edit/ add/ delete any clause of this RFP document. However,
this will be informed to all and will become part of RFP Document.

17
Section 2
(Terms of Reference)

18
SCOPE OF CONSULTANCY SERVICES
JNPT intends to empanel Project Support Consultant(s) (PSC) for “Master Planning Support
for the JNPT Special Planning Authority (SPA)” for delivering services to the Chief Planner’s
office. The PSC will provide these services through the deployment of competent minimum
personnel with the requisite tools (Computers, laptops, A0 size plotter, heavy duty colour printers,
scanners, software like AUTOCAD, GIS, REVIT, Sketch-Up, V-Ray, MS Word, PDF writer etc.)
at the Chief Planner’s office in JNPT SEZ.
1. PSC will have to provide one vehicle for visit to site, other offices and projects within
Mumbai Metropolitan Region and Office of Director Town Planning, Pune or any other
place.
2. PSC will have to make their own arrangement for sitting of required professionals. If
possible JNPT may provide space for sitting on mutually agreed terms on nominal
chargeable basis.
3. PSC will have to bear the cost of production of required copies of maps, plans, drawings,
images, reports, proposals in colour and black/white as per the requirement of JNPT,
Government of Maharashtra.
4. The stationary, office assistants (accountant, steno-cum-typist, office boy, house-keeping)
required for deployed professional will have to be provided by PSC
Objectives/scope of PSC:
(a) To assist the Chief Planner with the day to day activities of the planning cell of JNPT
Special Planning Authority
(b) The preparation of Development Plan/ Planning Proposals which includes
preparation of existing land use map, proposed land use plan, zone plan, structure
plan, Draft Development Control Regulations, Development Plan/Planning Proposal
Report, under MR & TP Act 1996 for the area of JNPT and its SEZ
(c) To provide complete support to Chief Planner for publication of Planning Proposals,
scrutiny of received objections/suggestions, sending notices for hearing, providing
support for hearing by Planning Committee and for submission of final proposal to
Government.
(d) Providing complete support for scrutiny of the Development Permission and
Occupancy Certificate proposals received by the Chief Planner’s office from JNPT,
JNPT-SEZ, plot holders, Co-Developers and Unit Holders of JNPT and its SEZ
(e) The preparation of various guidelines, SOPs, scrutiny forms, check-lists, detailing
of urban design, landscaping, carrying out various studies for DCRs, Master Plan,
sales drawings, marketing material.
(f) Carrying out survey with levels, physical features, contous when required for
planning. The demarcation of layouts, plots, alignment of services as per drawing
by fixing markers at site. Area calculations of surveyed and demarcated
pockets/plots.

19
Terms of Reference (ToR):
The PSC has to deploy minimum 5 (five) competent professionals on a regular basis for this
assignment as given in the table below:

S. No Post No. of personnel


1. Associate Planner 01
2. Deputy Urban Planner 01
3 Deputy Planner and GIS Expert 01
4. GIS Draftsman 01
5. Surveyor 01

In case of specific tasks, the consultant will have to engage expert/additional man power for
specific task and for specific period at no extra cost. The selected consultancy firm will have to
provide the required technical expertise and support whenever required.
1. Associate Planner (1 personnel):
A. The roles & responsibilities of the Associate Planner would be as follows:
(i) Development Plan/ Planning Proposals: Preparation of base map, existing land
use map, proposed land use plan, zone plan, structure plan, Draft Development
Control regulations, Development Plan/Planning Proposal Report, under MR &
TP Act 1996 for the area of JNPT including SEZ under jurisdiction of SPA /
proposed SPA and as directed by the authority.
(a) Identify the future requirement of various utilities, amenities and other
facilities to be developed in phases and suggest suitable land parcels for
the same. Study CRZ, environment Regulations and incorporate in plan
(b) Prepare plans, maps, Draft DCRs, Report and notices for publication of
Planning Proposals as required under MRTP Act for receiving
objections/suggestions in the scale, numbers as per requirements.
(c) Process the suggestions and objections received on Development Plan/
Planning Proposals, help in its scrutiny, sending notices and conducting
meetings of Planning Committee for hearing of suggestions, objections,
prepare Committee Reports.
(d) Prepare revised Planning Proposals, Draft DCRS, Report modified as per
report of Planning Committee, prepare and submit proposal for submission
to Government for sanction.
(e) Provide technical support to comply the comments/observations received
from the Director/Jt Director/Deputy Director of Town Planning. Process the
required modifications through MR & TP Act 1966 of Maharashtra.
(ii) Preparation of Urban Design Guidelines, signage guidelines, details of street

20
furniture, urban element details etc.
(iii) Policy formulation for
a. Development models,
b. Phased development,
c. Planning standards and allocation of land for various land uses, utilities,
facilities, amenities.
(iv) Finalize the detailing of the project and examine the site feasibility.
(v) Work out the detailed land use calculations and prepare draft project reports.
(vi) Process the Development Permission cases as per applicable DCRs, NBC, IS
Codes, Government circulars and orders.
(vii) Prepare scrutiny forms, SOPs, check lists
(viii) Supervise the construction for compliance of regulations and conditions of
development permissions. Process cases of Occupancy Certificates
(ix) Scrutinize the in-house building and other development proposals received from
external agencies.
(x) Visit other offices like CIDCO, MMRDA, PWD, MJP, Town Planning Department,
MIDC, Urban Development Department, Government of Maharashtra for
collection of information and for providing technical clarifications, justifications
required for sanction of Planning Proposals, Draft DCRs.
(xi) Any other task that may be assigned by the Chief Architect and Planner or
JNPT SEZ administration related to the above.

B. Minimum Qualification: Bachelor of Architecture and Post-Graduation in Urban


Planning, City Planning, Town and Country Planning, Urban and Regional Planning
or equivalent.

C. Experience: Minimum 10 years in the Urban Planning. Preference will be given to


candidates having experience in preparation of Development Plans for SEZ.
Knowledge of local language is desirable. Candidate having knowledge of MR & TP
Act, 1966, SEZ Act and other Planning Acts will be preferred.

2. Deputy Urban Planner (01 personnel):

A. The roles and responsibilities of the Deputy Planner would be as follows:

(i) Development Plan/ Planning Proposals: Preparation of Existing land use


map, proposed land use plan, Draft Development Control regulations,
Development Plan/Planning Proposal Report, under MR & TP Act 1996 for
the area of JNPT-SEZ under jurisdiction of SPA.
(ii) Visit other offices like CIDCO, MMRDA, PWD, MJP, MPCB, Environment
Department, Town Planning Department, MIDC, Urban Development
Department, Government of Maharashtra or any other Government, semi-
government or private offices for collection of information and for providing
21
technical clarifications, justifications required for sanction of Planning
Proposals, Draft DCRs.
(iii) Carry out studies of other SEZ, other different DCRs and prepare
comparative statements and suggest best options.
(iv) Process the suggestions and objections received on Development
Plan/Planning Proposals, help in conducting meetings of Planning
Committee for hearing of suggestions, objections, and prepare Committee
Report.
(v) Identify the future requirement of various utilities, amenities and other
facilities to be developed in phases and suggest suitable land parcels for the
same.
(vi) Process the Development Permission cases as per applicable DCRs, NBC,
codes, Government circulars and orders.
(vii) Supervise the construction for compliance of regulations and conditions of
development permissions. Process cases of Occupancy Certificates
(viii) Scrutinize the in-house building and other development proposals received
from external agencies.
(ix) Convert conceptual and detailed design into detailed drawings in
AutoCAD format.
(x) Process the modifications through MR & TP Act 1966 of Maharashtra.
(xi) To review EOIs, RFQs, RFPs, evaluation reports prepared and submitted
by other consultants.
(xii) Prepare presentations and scrutinize various projects received from various
agencies.
(xiii) Prepare concept drawings for in-house buildings, gate complex, landscape,
and plantation and plant buildings.
(xiv) Preparation of Urban Design Guidelines, architectural guidelines,
landscape guidelines, details of street furniture, urban element details etc.
(xv) Prepare presentations of planning proposals, buildings. Using latest
software prepare rendered images
(xvi) Prepare Handbook for Co-Developers, unit holders.
(xvii) Preparation of branding guidelines, signage, rotary design, entry gate
design, street furniture, street scape / landscape
(xviii) Any other responsibility from time to time delegated by the supervising
officer/s.
B. Minimum Qualification: Bachelor of Architecture and Post-Graduation in Urban
Planning, Urban design, City Planning or any recognized Post Graduation Course in
town planning. Knowledge of local language is desirable. Candidate having
knowledge of MR & TP Act, 1966, SEZ Act and other Planning Acts will be preferred.

C. Experience: Minimum 5 years in the Urban Planning, architecture and related field.

22
3. Deputy Planner and GIS Expert (01 personnel):

A. The roles and responsibilities of the Deputy Planner and GIS Expert would be as
follows:

(i) Development Plan/ Planning Proposals: Preparation of Existing land use


map, proposed land use plan, in GIS environment using latest GIS software
for the area of JNPT-SEZ under jurisdiction of SPA. Preparation of all plans
on GIS platform.
(ii) Prepare existing and proposed land use analysis on GIS. Prepare various
theme maps for Planning Proposal.
(iii) Visit other offices like CIDCO, MMRDA, PWD, MJP, MPCB, Environment
Department, Town Planning Department, MIDC, Urban Development
Department, Government of Maharashtra or any other Government, semi-
government or private offices for collection of information and for providing
technical clarifications, justifications required for sanction of Planning
Proposals, Draft DCRs.
(iv) Carry out studies of other SEZ, other different DCRs and prepare
comparative statements and suggest best options.
(v) Process the suggestions and objections received on Development
Plan/Planning Proposals, help in conducting meetings of Planning
Committee for hearing of suggestions, objections, and prepare Committee
Report.
(vi) Prepare all services plans on GIS. Update the executed portions on GIS.
(vii) Process the Development Permission cases as per applicable DCRs, NBC,
codes, Government circulars and orders.
(viii) Supervise the construction for compliance of regulations and conditions of
development permissions. Process cases of Occupancy Certificates
(ix) Scrutinize the in-house building and other development proposals received
from external agencies.
(x) Convert conceptual and detailed design into detailed drawings in GIS
format.
(xi) Process the modifications through MR & TP Act 1966 of Maharashtra.
(xii) To review EOIs, RFQs, RFPs, evaluation reports prepared and submitted
by other consultants.
(xiii) Prepare presentations and scrutinize various projects received from various
agencies.
(xiv) Prepare concept drawings for in-house buildings, gate complex, landscape,
and plantation and plant buildings.
(xv) Preparation of Urban Design Guidelines, architectural guidelines,
landscape guidelines, details of street furniture, urban element details etc.
(xvi) Prepare presentations of planning proposals, buildings. Using latest
software prepare rendered images

23
(xvii) Prepare Handbook for Co-Developers, unit holders.
(xviii) Any other responsibility from time to time delegated by the supervising
officer/s.
B. Minimum Qualification: Bachelor of Architecture and Post-Graduation in Urban
Planning, City Planning or any recognized Post Graduation Course in town planning
with a certified course in GIS application. Knowledge of GIS and REVIT software is
essential. Knowledge of local language is desirable. Candidate having knowledge of
MR & TP Act, 1966, SEZ Act and other Planning Acts will be preferred.
C. Experience: Minimum 5 years in the Urban Planning using GIS applications.
4. GIS Draftsman (1 personnel):
A. The roles and responsibilities of the GIS draftsman would be as follows:
(i) Preparation of urban planning and drawings of planning proposals, urban design
detailing, architectural and landscaping detail drawings, possession plans,
demarcation plans on GIS platform.
(ii) Assisting in checking drawings and area calculations of industrial building plans
submitted by architects for development permission, occupancy certificates and
conducting site visits for plinth checking, other aspects of building.
(iii) Command over GIS software is must. Knowledge of AUTOCAD, rendering
software, REVIT is desirable. Exposure in checking drawings and independently
understanding planning, GFC drawing and to work from supplied designs is
desirable.
(iv) Any other responsibility from time to time delegated by the supervising officer/s.
B. Minimum Qualification: Minimum 10th class pass and having ITI (Civil) Trade Certificate or
course in AutoCAD Draughtsmanship and a course in GIS software. Candidate with higher
qualification is preferred.
C. Experience: Minimum 2 years in use of GIS software.
The services to be rendered by the PSC should be delivered to the utmost satisfaction of the JN
Port Management without any exception. In case of any disagreement, the JN Port Management
words are final and should be adhered to by the PSC.
5. Surveyor (01 personnel):
A. The roles and responsibilities of the Surveyor would be as follows:

(i) Land Surveying in the construction of Roads, Highways, Bridges, Interchanges,


Culverts, Sewer corridor, Storm water network, Landscape, power and ICT
utilities alignment and other infrastructure related works, buildings, compound
walls, trees, mangroves etc. and preparation of maps including contour
drawings. Demarcation of layouts fixing markers, marking plots on site as per
drawings and given co-ordinates.
(ii) Maintain all survey instrument calibration updated and maintain record.
Preparation of bar charts showing the maintenance of survey equipment’s and
their calibration.
(iii) Drafting 2D and 3D charts and maps using computer aided design software and
other cartographic techniques
(iv) Maintaining the statistical information of measurement / quantum of work.
24
(v) Setting out of TBM’S Establishing and checking of control points.

B. Minimum Qualification: ITI surveyor course (Full Time) with knowledge of Auto Cad and
computer applications. Should be competent to handle all modern survey instrument like
Total station, DGPS, Auto level. Knowledge of procedure of downloading and uploading
data from /to survey instrument.
C. Experience: Minimum 4 years’ experience in total station survey (Horizontal & Vertical)
controlling large township/real estate Projects

Contract Duration
The contract will be executed for a period of 2 years, extendable by 1 year based on mutual
consent.
Deliverables

Deliverable Timeline from award of work order


Report covering all activities undertaken by the PSC
team to JNPT based on the given objectives and
scope. The report should be a comprehensive Every 4 Weeks
document covering list of activities performed during
the month.

In case of any deputation of any of these experts for an assignment which requires travel
outside Maharashtra the applicable TA will be paid on actual basis by JNPT on production of
original bills

Key points to consider


1 Rights to the Contents of the Proposal
For all the proposals received before the last date and time of proposal submission, the
proposals and accompanying documentation of the qualification proposal will become the
property of JNPT and will not be returned after opening of the qualification proposal. JNPT
is not restricted in its rights to use or disclose any or all of the information contained in the
proposal and can do so without compensation to the Consultant(s). JNPT shall not be
bound by any language in the proposal indicating the confidentiality of the proposal or any
other restriction on its use or disclosure.
2 Acknowledgement of Understanding of Terms
By submitting a proposal, each Consultant shall be deemed to acknowledge that it has
carefully read all sections of this RFP, including all forms, schedules and annexure hereto,
and has fully informed itself as to all existing conditions and limitations.
3 Evaluation of proposals
The Consultant’s proposal will be evaluated as per the requirements specified in the RFP
and the qualification criteria spelt out in this RFP. The Consultant is required to submit all

25
required documentation in support of the qualification criteria specified in the RFP. JNPT
will constitute a Committee to monitor the progress/ completion of assignment.
MINIMUM QUALIFICATION CRITERIA

a. Financial Criteria
Consultant should have an average annual turnover of Rs. 75 Lakhs in last 3 years
b. Technical criteria
Consultants should have experience in master planning of minimum one Industrial Estates/
Parks/ SEZ/ Cluster/ Townships based projects and one township/town/city level
Development Plan/Planning Proposal in last seven financial years.
PROPOSAL SUBMISSION
Interested consultant should submit both technical and financial proposals in two parts as per the
Schedule mentioned in Section 1 i.e. Timeline and Schedule. The Proposals submitted by the
Consultant(s) shall comprise of the following:
A. EMD
The Consultant shall submit the EMD of Rs. 6,00,000/- (Rupees six lakhs) drawn from
Nationalized/ Scheduled Bank in favor of “Jawaharlal Nehru Port Trust” payable at Mumbai in
hard copy before the proposal due date to the concerned officer at JNPT and submit a scanned
copy of the same along with the e-proposal.
B. RFP Document fee
The Consultant shall submit in hard copy before the proposal due date to the concerned officer at
JNPT a Demand Draft of Rs. 23,600/- inclusive of all taxes drawn from Nationalized/ Scheduled/
Private Bank in favor of “Jawaharlal Nehru Port Trust” payable at Mumbai. A scanned copy of
the same should be submitted along with the e-proposal.
C. Technical Proposal
The Consultant shall submit the Technical Proposal on the online portal while submitting its bid.
No hard copy of the technical proposal is required. The Technical Proposal shall comprise of the
following documents along with their necessary supplements strictly as per the formats given in
the RFP Document:
i. Form1 – Technical Proposal Cover Letter
ii. Form 2 – Details of the Organization
iii. Form 3 – Average Annual Turnover for the last 3 years
iv. Form 4 – Details of Master planning experience in Industrial Estates/ Parks/
Cluster/ Townships based projects and details of Development Plan/Planning
Proposal experience of Township/Town/City (use same format for two projects)
v. Form 5 – Curriculum Vitae of Professional Staff to be deployed on the assignment

26
vi. A Corporate presentation to be submitted by the Consultant highlighting their
capability in context of delivering master planning support services
vii. Signed and stamped copy of the RFP document to be submitted along with
proposal
viii. Any other supporting document required to support the proposal.
ix. Written power of attorney accompanying the proposal or in any other form
demonstrating that the representative has been duly authorize to sign.
x. An undertaking stating that firm/ organization is not blacklisted by Government or
its agencies including Central/ State Level Public Enterprises.
xi. A Certificate regarding non-disclosure/ sharing of confidential information with
third parties.
xii. Registration certificate of the company
xiii. Scanned copy of the RFP document fee and EMD (as indicated in RFP)
C. Financial Proposal
The Consultant shall also submit the Financial Proposal on the online portal while submitting its
bid. No hard copy of the financial proposal is required.
The Financial Proposal shall be submitted as per the format specified in
‘Form – B.’
EVALUATION OF PROPOSAL
The Evaluation of the Technical Proposal shall be done based on the following scoring system
the criteria, sub-criteria, and point system for the evaluation of Full Technical & Financial
Proposals are:
Maximum points
S No. Evaluation Criteria
awarded
Experience of the Firm: The experience of successful
completion of Master Plan for industrial township/estate/SEZ
and development plans of towns/ cities/townships in the last 07
I (seven) years 25
a. At least one completed similar project each: 15 marks
b. Two completed similar projects: 20 marks
c. Three or more completed similar projects: 25 marks
Experience with Government: Experience of similar nature of
work with Central/ State Govt. or Public Sector Authority in last
II 07 (seven) years 25
a. At least one similar project: 15 marks
b. Two or more similar projects: 25 marks

27
Key Personnel proposed (with qualification and experience
criteria as indicated in scope of assignment in TOR):
Role Max. marks
Associate Planner 12
III 40
Deputy Urban Planner 8
Deputy Planner & GIS Expert 8
GIS Draftsman 7
Surveyor 5
Approach & Methodology: To be evaluated on the basis of
IV 10
presentation submitted by the Consultant(s)
Total 100

Note: The key personnel in the proposed team will be evaluated based on the following basis:

Criteria Sub-criteria Max. points

Minimum as per ToR: 15


Education (20 marks) Additional relevant training/
5
higher education

Minimum as per ToR: 25


Experience (40 marks) Two years more than
15
minimum requirement

Adequacy of the assignment (relevant education, training,


40
experience in the sector/ similar assignments as per ToR)

Total 100

On evaluation of technical proposal, the overall points shall be given out of 90 as detailed above
excluding IV i.e. for presentation. The consultant(s) who score more than 60 points out of 90 shall
only be invited for making presentation before the jury. The presentation shall be scored out of 10
points.
The financial bids of only those consultants will be opened who have secured at least 65 points
out of 100 in the technical score (St) and are in the top three ranks based on the technical score.
The formula for determining the financial scores will be the following:
Sf = 100 * FM/ F, where Sf is the financial score, FM is the lowest monthly fixed fees in lump sum
and F is the monthly fixed fees in lump sum of the proposal under consideration.
The weights given to the technical and financial proposals are as follows:

28
1. Technical proposal (T): 80%
2. Financial proposal (F): 20%
Proposals will be ranked according to the combined technical (St) and financial (Sf) scores using
the weights given above. The overall score (S) will be calculated as follows:
S = St * T + Sf * F
The Consultant who achieves the highest score (S) shall be considered as Lowest Bidder (L1)
and will be considered for selection. JNPT will select one PSC through this process.
The Successful Bidder(s) shall execute the Consultancy Agreement within three week of the issue
of Letter of Appointment or within such further time as JNPT may agree to in its sole discretion.

 The successful bidder shall submit Performance Bank Guarantee within 21 days of the
issue of LOA as prescribed in clause 14.3 of the RFP.

 Notwithstanding anything contained in this RFP, JNPT reserves the right to accept or reject
any Proposal, or to annul the bidding process or reject all Proposals, at any time without
any liability or any obligation for such rejection or annulment.

 Contract commencement date: The contract shall commence from the date of signing of
the contract agreement.
Support/ Inputs to Be Provided by JNPT
JNPT will provide the consultant all relevant inputs to facilitate them to the extent possible
Key terms and conditions for the personnel deployed for the assignment
a. Working hours of personnel deployed for this assignment shall normally be 8 hours
per day and six days a week. However, the consultant has to complete the job in
prescribed time frame and JNPT shall not make any payment for any overtime.
b. Emergency medical treatment will be provided in case of accident during working
hours at JNPT hospital/ dispensary at the cost of bidder. No other medical facilities
would be available to the personnel deployed for this assignment
c. The selected consultant will have to deploy the same personnel as submitted during
the RFP process for this assignment. In case of any changes at a later date, prior
approval of the authority needs to be taken for replacement with equally competent
personnel for this assignment. JNPT at its own discretion may not approve the
deployment of the new personnel, if the authority feels that he/she is not fit for the
role.
d. The personnel mentioned are minimum to be deployed on regular basis. The PSC
will have to deploy more expert/personnel as required for preparation of
Development Plan/Planning Proposal and DCRs as and when required for specified
tasks may be for specific duration related to specified work/s.
Payment Terms and Schedule
a. No advance payment shall be paid to the consultant
29
b. The consultant will raise an invoice at the end of every month post submission of the
Monthly report covering the details of all activities covered in that month.
c. The attendance of all the manpower deployed to be submitted with the signature of the
agency project head and JNPT co ordinator with the invoice
d. If the invoice is in order and there are no disputed items, the invoice shall be certified by
the authority within 30 working days of the receipt of the invoice by the authority.
e. In case the authority feels that the invoice is not in line with the agreement, the same shall
be returned to the consultants to re-submit the invoice in acceptable form or withdraw the
invoice if it is disputed or beyond the scope of the agreement.
4 General Terms and Conditions
(a) At the time of submission of proposal, the consultant has to ensure that each page
is duly signed by the consultant or his duly authorized representative. In case the
bid is signed by the authorized representative, a letter of authorization should be
enclosed with the proposal.
(b) The jurisdiction in case of disputes shall be the Courts of Mumbai
(c) The consultant should be registered under relevant Laws/ Acts of the country.
(d) In case of any dispute, the decision of JNPT will be final and binding.
(e) Even though consultants satisfy the necessary requirements they are subject to
disqualification if they have:
i. Made untrue or false representation in the form, statements required in the
application document. Or,
ii. Records of poor performance such as abandoning work, not properly completing
contract, financial failures or delayed completion.
(f) Right to accept or reject any or all proposals
i. Notwithstanding anything contained in this document, JNPT 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.
ii. The Authority reserves the right to reject any Proposal if: (a) at any time, a material
misrepresentation is made or discovered, or (b) the consultant 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 consultant may lead to the disqualification of the consultant. If
the consultant is the Lead Member of a consortium, then the entire consortium
may be disqualified/rejected. If such disqualification/ rejections occurs after the
proposals have been opened and the highest ranking consultant gets
disqualified/rejected, then the authority reserves the right to consider the next
best consultant, or take any other measure as may be deemed fit in the sole
discretion of the authority, including annulment of the Selection Process.
30
(g) Fraud and corrupt practices
i. The Consultants and their respective officers, employees, agents and advisers
shall observe the highest standard of ethics during the Selection' Process.
Notwithstanding anything to the contrary contained in this document, the authority
shall reject a Proposal without being liable in any manner whatsoever to the
Consultant, if it determines that the consultant has, directly or indirectly or through
an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice (collectively the "Prohibited Practices")
in the Selection Process. In such an event, the authority shall, without prejudice to
its any other rights or remedies, forfeit and appropriate the EMD or PBG, as the
case may be, as 'mutually agreed genuine pre-estimated compensation and
damages payable to the authority for, inter alia, time, cost and effort of the
authority, in regard to this document, including consideration and evaluation of
such Consultant's Proposal.
ii. Without prejudice to the rights of the authority herein above and the rights and
remedies which the authority may have under the LoA or the Agreement, if an
Consultant, is found by the authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice during the Selection Process,
or after the issue of the LoA or the execution of the Agreement, such Consultant
shall not be eligible to participate in any tender or RFP issued by the authority for
a period of three years from the date such Consultant, is found by the authority to
have directly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice,
as the case may be.
iii. For the purposes of this Section, the following terms shall have the meaning
hereinafter respectively assigned to them: (a) "corrupt practice" means (i) the
offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to
influence the action of any person connected with the Selection Process (for
avoidance of doubt, offering of employment to or employing or engaging in any
manner whatsoever, directly or indirectly, any official of the authority who is or has
been associated in any manner, directly or indirectly with the Selection Process or
the LoA or has dealt with matters concerning the Agreement or arising therefrom,
before or after the execution thereof, at any time prior to the expiry of one year
from the date such official resigns or retires from or otherwise ceases to be in the
service of the authority, shall be deemed to constitute influencing the actions of a
person connected with the Selection Process); or (ii) save as provided herein,
engaging in any manner whatsoever, whether during the Selection Process or
after the issue of the LoA or after the execution of the Agreement, as the case may
be, any person in respect of any matter relating to the Project or the LoA or the
Agreement, who at any time has been or is a legal, financial or technical·
consultant adviser of the authority in relation to any matter concerning the Project;
(b) "fraudulent practice" means a misrepresentation or omission of facts or
disclosure of incomplete facts, in order to influence the Selection Process; (c)
"coercive practice" means impairing or harming or threatening to impair or harm,
directly or indirectly, any persons or property to influence any person's
participation or action in the Selection Process; (d) "undesirable practice" means
31
(i) establishing contact with any person connected with or employed or engaged
by the authority with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Selection Process; or (ii) having a
Conflict of Interest; and (e) "restrictive practice" means forming a cartel or arriving
at any understanding or arrangement among consultants with the objective of
restricting or manipulating a full and fair competition in the Selection Process.
(h) The Consultant and the authority, both shall indemnify and hold harmless each other
from any and/or all liabilities (direct), losses, costs, damages, commissions and
expenses, (including reasonable attorney fees) and costs of litigation arising out of
any kind of third party claims, which the consultant or authority may sustain by the
reason of either one’s negligence or willful misconduct. Notwithstanding the
foregoing, neither the consultant nor the authority will be liable to each other for any
indirect, consequential, punitive, or other special damages, including but not limited
to, lost profits, even if the parties have knowledge of the possibility of such damages.
Neither the consultant nor the authority’s liability will exceed the amounts paid by
the authority for the services provided under the terms of this RFP.
*****

32
Section 3
(Technical Proposal-Standard Forms)

33
Technical Proposal Formats

A. TECHNICAL PROPOSAL
Form – 1 Technical Cover Letter
(To be submitted on the letterhead of the Consultant)
From,
___________________________
___________________________
To,
The Chief Manager, Port Planning & Development (PPD)
Jawaharlal Nehru Port Trust
Administration Building, Sheva,
Navi Mumbai ‐ 400 707
Ref: RFP Notification no:
Subject: Proposal for Project Support Consultancy Services for Special Planning Authority
(SPA) of JNPT
Dear Sir,
1. Having examined the RFP document, we, the undersigned, herewith submit our proposal
in response to your RFP Notification no ……………………………………………. for
“Project Support Consultancy Services for Special Planning Authority (SPA) of
JNPT” in full conformity with the said RFP document.

2. We have read the provisions of the RFP document and confirm that these are acceptable
to us. We further declare that additional conditions, variations, deviations, if any, found in
our proposal shall not be given effect to.

3. We agree to abide by this proposal, consisting of this letter, the detailed response to the
RFP and all attachments, for a period of 180 days from the date of opening of technical
proposals.
4. We hereby declare that we are not involved in any major litigation that may have an impact
of affecting or compromising the delivery of services as required under this assignment
and we are not under a declaration of ineligibility for corrupt or fraudulent practices.
5. We hereby declare that there is no conflict of interest in the services that we will be
providing under this RFP.

6. We hereby declare that all the information and statements made in this proposal are true
and accept that any misrepresentation contained in it may lead to our disqualification.
7. We understand JNPT is not bound to shortlist/ accept any or all proposals received by
them.
8. We hereby declare that information provided by us in respect of the minimum qualification
criteria mentioned in Section 2 of the RFP is correct as per our record.

34
Our correspondence details with regards to this proposal are:

Sr. No. Information Details


1 Name of responding Firm
2 Address of Responding firm
Name, Designation and Address of the contact
3 person to whom all references shall be made
regarding the RFP
4 Telephone No. of Contact Person
5 Mobile No. of Contact Person
6 Fax No. of Contact Person
7 Email Address of Contact Person

We are enclosing details of our company in the format as given in Form 2.


We hereby declare that our proposal submitted in response to this RFP is made in good faith and
the information contained is true and correct to the best of our knowledge and belief.

Sincerely,

[FIRM’S NAME]
Name
Title
Signature
Date
Stamp of the Signatory

Place:

35
Form – 2 Details of the Consultant:

Sr. No. Particulars


1 Name of Consultant
2 Name of the Authorized Signatory
3 Address of the Consultant
Telephone Number:
Fax Number:
4 Location of Head Office & Branch Offices
Whether the firm is an individual proprietary concern,
5
a Registered Partnership firm or a Limited Company
6 Date of Commencement of Business & Place
7 No. of Years of Experience
Details of Prizes & Awards received by the Firm, if
8
any?

Date: Authorized Signatory

Place: Designation

36
Form – 3 CONSULTANTS ANNUAL TURNOVER FOR LAST THREE YEARS

S No. Financial Year Turnover (Rs. In Lakhs)

1.

2.

3.

Total

Average Annual Turnover during last 3 yrs

Authorized Signature:
Date:
(Note: The Consultant shall submit the audited financial statement for the last 3 years along with
the above format)

37
Form – 4 CONSULTANT’S PROJECT EXPERIENCE
(The following information should be provided in the format below for each reference assignment
for which your firm was legally contracted by the Client stated as a corporate entity.)
(NAME OF THE PROJECT)

Name of the Project: Country:


Details of assignment:
Project Area: Sqkm/Ha.
Location within the country Professional staff & man months (MM)
provided by our company:
Location: __________, State: ___________ Staff: ____ MM: ____ Months

Name of the Client Address of the client

(Central/State Government or PSU or Private)


Start Date: Completion Date: Approximate Project Cost:
(Month/Year) Rs.

Name of the associated firms (if any): No. of man-months provided by the
associated firms:

Staff & Functions:

1.
2.

Brief Description of the Project:

Scope of services rendered by the company

Firm’s Name:

Authorized Signature

IMPORTANT: 1. Please provide a copy of certificate from the client and a copy of work order from
the client for the experience claimed for evaluation of technical bid.

38
Form – 5 CURRICULUM VITAE FOR PROPOSED KEY STAFF
a) Proposed Position for consultancy:
b) Name of the Person :
c) Profession :
d) Date of Birth :
e) Years in Firm : Years
f) Total Experience : Years

g) PROFESSIONAL QUALIFICATION:
 (Name of Degree – 10th Class onwards, Year of Passing)
EMPLOYMENT RECORD & PRESENT COMMITMENTS
h) KEY ACHIEVEMENTS:

i) SPECIALIZATION & EXPERTISE:

j) PROFESSIONAL EXPERIENCE:
(Starting with present position, list in reverse chronological order, for every employment held)

k) PROJECT EXPERIENCE:
Project Cost
Project Name Client Remarks
(Rs. Crores)

l) TRAINING COURSES AND WORSHOPS ATTENDED:


Description Year Conducted by

39
m) LANGUAGES:
Languages Read Write Speak

n) CERTIFICATION:
I, the undersigned, certify that to the best of my knowledge and behalf, this Bio data correctly
describes myself, my qualifications and my experience.

Signature of Key Staff and Authorized Representative


Date:
Place:

40
Form – B FINANCIAL OFFER
From,

To,
The ,
Jawaharlal Nehru Port Trust
Administration Building, Sheva,
Navi Mumbai ‐ 400 707

Subject: Proposal for Project Support Consultancy Services for Special Planning Authority
(SPA) of JNPT
Sir,
I/We ______________________________________________, Consultant/Consultancy firms
herewith submit our Financial Proposal for selection of my/our firm/organization as “Proposal for
Project Support Consultancy Services for Special Planning Authority (SPA) of JNPT”
The financial offer for the subject project to be submitted as per the below given format:
Summary of Man-month computations

S. No Personnel Period Number of Man-month Total


(Months) Personnel rate (INR) (a*b*c)

a b c d

1 Associate Planner 24 1

2 Deputy Urban 24 1
Planner

3 Deputy Planner and 24 1


GIS Expert

4 AutoCAD Draftsman 24 1

5 GIS Draftsman 24 1

Total 24 5

(Rupees in words per month)


Important: a. Total quoted amount will be considered for financial evaluation.
b. GST will be paid separately if applicable.
Note: While giving quote for above professional persons following expenses towards one-time
and monthly expenses are considered.
41
1. Computers/laptops for all professionals, one A0 size plotter, one heavy duty colour
printer, one scanner, software AUTOCAD, GIS, REVIT, Sketch-Up, V-Ray, MS Word,
PDF writer etc. for all technical persons
2. One vehicle on regular basis for visit to site, other offices and projects within Mumbai
Metropolitan Region and Office of Director Town Planning, Pune or any other place.
3. Expenses for sitting arrangement of required professionals with pantry, house-keeping. (If
possible JNPT may provide space for sitting on mutually agreed terms on nominal
chargeable basis).
4. The monthly and one-time cost of production of required number of copies of maps,
plans, drawings, images, reports, proposals in colour and black/white as per the
requirement of JNPT, Government of Maharashtra and as directed by Chief Architect and
Planner’s office.
5. The monthly expenses towards stationary, office assistants (accountant, steno-cum-
typist, office boy, house-keeping) required for deployed professional.

Yours Sincerely,

Signature

Full Name of authorized signatory:

Designation:

Date:

Place: ____________________________

42

You might also like