You are on page 1of 54

REQUEST FOR PROPOSAL (RFP)

Consultancy Services for


Preparation of Town Planning Schemes for
Dadra and Nagar Haveli

Dadra & Nagar Haveli


Planning and Development Authority
June 2020

Dadra & Nagar Haveli Planning and Development Authority, District Panchayat Office, Amli, Silvassa, Dadra & Nagar Haveli, PIN-396230
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

TABLE OF CONTENTS

Contents
Disclaimer ............................................................................................................................................... 4
1. Introduction ..................................................................................................................................... 5
1.1 Project Background ................................................................................................................. 5
1.2 Objective of this RFP .............................................................................................................. 5
1.3 Definitions............................................................................................................................... 6
2. Instructions to Bidders .................................................................................................................... 7
2.1 Documents Constituting RFP.................................................................................................. 7
2.2 Process of Bidding and Selection of Consultant ..................................................................... 7
2.3 Schedule and Important Dates ................................................................................................ 8
2.4 Clarifications ........................................................................................................................... 9
2.5 Amendment of RFP ................................................................................................................ 9
2.6 Contact Details ........................................................................................................................ 9
2.7 Minimum Eligibility Criteria ................................................................................................ 10
2.8 Project Team Required.......................................................................................................... 12
2.9 Preparation of Proposals ....................................................................................................... 14
2.9.1 Envelope-1: Tender Fees .................................................................................................. 15
2.9.2 Envelope-2: Technical Proposal ....................................................................................... 15
2.9.3 Financial Proposal ............................................................................................................. 17
2.9.4 Submission of Proposals ................................................................................................... 18
2.9.5 Proposal Opening Process................................................................................................. 19
2.9.6 Evaluation of Proposal ...................................................................................................... 19
2.10 Evaluation of Technical Proposal and Technical Score ........................................................ 19
2.10.1 Evaluation of Financial Proposal and Financial Score...................................................... 21
2.10.2 Final Composite Score ...................................................................................................... 21
2.11 Award of Contract................................................................................................................. 21
2.12 Tender Fee and Earnest Money Deposit (EMD)................................................................... 22
2.13 Proposal Validity Period ....................................................................................................... 23
2.14 Further Information ............................................................................................................... 23
2.15 Single Proposal ..................................................................................................................... 23
2.16 Cost of Proposal .................................................................................................................... 23
2.17 Site Visit and Verification of Information ............................................................................ 23
2.18 Acknowledgement by Applicant ........................................................................................... 23
2.19 Modification/ Substitution/ Withdrawal of Proposals........................................................... 24
2.20 Right to Reject Any or All Proposals.................................................................................... 24
2.21 Disqualification ..................................................................................................................... 25
3. Terms of Reference (TOR) ........................................................................................................... 26
3.1 Scope of Work ...................................................................................................................... 26
3.2 Key Stages, Deliverables and Timeline ................................................................................ 32

Page | 2
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

3.3 Payment Schedule ................................................................................................................. 34


3.4 Penalty................................................................................................................................... 34
4. Obligations and Undertakings ....................................................................................................... 35
4.1 General Obligations of the Consultant .................................................................................. 35
4.2 Obligations of the Authority ................................................................................................. 35
5. General Conditions ....................................................................................................................... 36
5.1 Letter of Acceptance and Agreement.................................................................................... 36
5.2 Performance Security ............................................................................................................ 36
5.3 Liquidated Damages ............................................................................................................. 36
5.4 Tax liability ........................................................................................................................... 36
5.5 Understanding of Terms........................................................................................................ 37
5.6 Failure to Agree with the Terms and Conditions .................................................................. 37
5.7 Signing of Agreement ........................................................................................................... 37
5.8 Authority’s Right to Reject or Accept Any Proposal............................................................ 37
5.9 Appointment of Project Management Consultant ................................................................. 37
5.10 Termination of Contract and Termination payment.............................................................. 38
5.11 Confidentiality ...................................................................................................................... 38
5.12 Liability ................................................................................................................................. 38
5.13 Indemnity .............................................................................................................................. 38
5.14 Force Majeure ....................................................................................................................... 38
5.15 Independent Consultant......................................................................................................... 39
5.16 No Transfer of Assignment ................................................................................................... 39
5.17 Representations and Warranties of the Consultant ............................................................... 39
5.18 Governing Law and Jurisdiction ........................................................................................... 40
5.19 Ownership of Intellectual Property ....................................................................................... 40
Annexure- 1: Forms for Proposal...................................................................................................... 41
FORM 1. COVERING LETTER FOR PROPOSAL SUBMISSION ....................................... 42
FORM 2. POWER OF ATTORNEY OF BIDDER APPOINTING DESGINATED
REPRESENTATIVE .................................................................................................................... 43
FORM 3. SELF DECLARATION OF ANTI BLACKLISTING ............................................. 44
FORM 4. FINANCIAL STATEMENT .................................................................................... 45
FORM 5. CURRICULUM VITAE (CV) FOR PROJECT TEAM ........................................... 46
FORM 6. PROJECT DESCRIPTION SHEET ......................................................................... 48
FORM 7. ACTIVITY SCHEDULE .......................................................................................... 49
FORM 8. STAFFING SCHEDULE .......................................................................................... 50
FORM 9. FINANCIAL PROPOSAL (ONLINE ONLY) ......................................................... 51
Annexure- 2: Map of Proposed TP Scheme Area ............................................................................ 52

LIST OF TABLES
Table 2-1: Important Dates and Timeline for Bidding Process ..................................................................... 8
Table 2-2: Experts/ Personnel’s required for the Project Team………………………………………………………..12
Table 2-3: Marking Scheme for Evaluation of Technical Proposal ............................................................ 20
Table 3-4: Key Stages and Activities, Timeline and Deliverables ............................................................... 32
Table 3-5: Payment Schedule.......................................................................................................................... 34
Page | 3
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Disclaimer
The information contained in this Request for Proposal (RFP) document provides the terms and conditions set
out for the selection of professional service firm/ consultant to prepare Town Planning Schemes for Dadra and
Nagar Haveli as per the Town & Country Planning Act. Subsequently, if required, further information or
clarification shall be provided to the firm/ consultant, whether verbally or in documentary or any other form as
appropriate by or on behalf of Dadra & Nagar Haveli Planning and Development Authority (DNH-PDA).

This RFP is not an agreement and is neither an offer nor invitation by DNH-PDA to the prospective Bidders or
any other firm or person. The purpose of this RFP is to provide interested parties with information that may be
useful to them in formulation of their proposals pursuant to this RFP document. This RFP includes statements
which reflect various assumptions and assessments arrived at by Planning and Development Authority in
relation to the consultancy work referred in this RFP. Such assumptions, assessments and statements do not
purport to contain all the information that each Bidder may require. This RFP document may not be
appropriate for all persons, and it is not possible for DNH-PDA, its employees or advisors to consider the
objectives, financial situation, technical expertise and particular needs of each party who reads or uses this
RFP document.

While this RFP document is prepared in good faith with due care and caution, the assumptions, assessments,
statements and information contained in the RFP document may not be complete, accurate, adequate or
correct. DNH-PDA does not accept any liability or responsibility for any errors, omissions or mis-statements,
negligence or otherwise. 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.

The information provided in this RFP document is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. DNH-PDA accepts
no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.
DNH-PDA, its employees and advisors make no representation or warranty and shall have no liability to any
firm or person, including any consultant or Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may
arise from or be incurred or suffered on account of anything contained in this RFP document 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 document or
arising in any way in participation of Bidder(s) and selection procedure.

DNH-PDA 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 document. DNH-PDA
may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement
the information, assessment or assumptions contained in this RFP document. DNH-PDA reserves the right to
withhold, nullify, amend or cancel any proceeding or process at any stage at its sole discretion.

The issue of this RFP document does not imply that DNH-PDA is bound to select a Bidder or to appoint the
Selected Bidder or Concessionaire, as the case may be, for the Project. DNH-PDA reserves the right not to
proceed with the selection or to change the procedure of evaluation/selection to be applied, as well as the
right to decline any Bid from processing further at any stage. DNH-PDA reserves the right to reject all or any of
the Bidders or Bids without assigning any reason whatsoever.

Page | 4
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

1. Introduction
1.1 Project Background
The Union Territories of Dadra and Nagar Haveli is situated on the Western coast of the Indian sub-
continent. The U.T of Dadra & Nagar Haveli situated between the parallels 20-0’ and 20-25’ of
latitude North and between the meridian 72-50’ and 73-15’ of East longitudes and has undulating
terrain. About 40% of the total geographical area of DNH is covered with forests, and thus offers it a
look of woodland. The major river Damanganga and its tributaries criss-cross the DNH and drain into
Arabian Sea at Daman. The reservoir mass created by Madhuban Dam on the river Damanganga
creates opportunities for irrigation as well as scenic views that can be explored from recreational &
tourism perspective. It is surrounded by Valsad District (Gujarat State) in East and North and Thana
District (Maharashtra State) in South and West.
The total area of 491.00 Sq.km. is distributed in 72 villages which are covered with 1
Municipality, 5 Census Town and 20 Panchayats. Total area covered under Forests is 203.21Sq.km.
designated as Reserved Forests Area (which is to be excluded from the total area when considering
the area available as Planning Area), of which 92.00Sq.km. is further declared as Wildlife Sanctuary
Area.
To regulate and administer the spatial planning at the regional level of DNH, the Regional
Plan 2000-2020 with its Development Control Regulations came into effect from 5th July 2001.
Subsequently, the same was revised and the revised Regional Plan 2007-2021 as prepared by Town
& Country Planning Department (TCPD) of DNH came into effect dated 11th July 2007.

Within the framework of the Regional Plan of DNH, the next stage was preparation Outline
Development Plan under Section 29 of the Town and Country planning Act and accordingly the
Planning and Development Authority had undertaken this exercise as per the provision in the T&CP
Act, 1984 of DNH to the UT Administration. To facilitate proper planning the DNHPDA had also
undertaken the exercise of a Vision Document and a Strategic Plan for the UT based on which the
ODP is prepared.
While considering all the above facts, the consultants/bidders shall prepare the future
proposals for the Town Planning Schemes.

1.2 Objective of this RFP

The main objective of this project is to provide planned orderly development & efficient
services to the residents, other stake holders, including administrators, Business community, and
investors by preparation & Implementation of Town Planning Scheme/s as per Town and Country
Planning Act, within the planning area of Dadra & Nagar Haveli. The work shall be executed
according to the specification and good standard of practice necessary to fulfill the objectives of the,
Town Planning Scheme/s strictly in accordance with Town and Country Planning Act of DD & DNH
and as per instructions and to the satisfaction of the UT Administration. Present RFP seeks to hire a
consultant to this end.

Page | 5
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

The Consultant shall be responsible for the proper execution of the work as per the
specification or as directed by the Planning & Development Authority from time to time. The Town
Planning Scheme/s shall be required to be generally based on the following guiding principles.
i. To provide enhanced benefits to the landowners through the synergies of scale of economy,
opportunity for higher returns of land stock, reduction in litigations, creation of impeccable
land titles, paving way for land liquidity, and making land owner as the main stakeholder in
terms of beneficiary of development and urbanization
ii. To make cash component redundant in land transfers by increasing inherent land values to
ultimate potentials in terms of returns
iii. To protect the land owners from sharing the burden of cost of infrastructure development
and the cost of town planning schemes.
iv. All cost of the Town Planning Scheme/s along with cost of infrastructure shall be fully borne
by Planning & Development Authority, Dadra & Nagar Haveli.
v. The Scheme/s shall be such that there shall not be any grievance of land holder and shall be
economical and simple to the landowners.
vi. To create congenial investment ecosystem that would enable funding of development in the
region.

1.3 Definitions
Authority: means Member Secretary (Planning and Development Authority) or such other
officer as may be nominated by him.

Page | 6
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2. Instructions to Bidders

2.1 Documents Constituting RFP


The RFP documents comprise the following and are to be read together:

i) This RFP document, and

ii) Other addendum documents, if any, constituting any notices, clarifications, amendments,
modifications to the RFP document or its constituent document.
iii) The bidder can get a copy of instructions to online participation from the website
https://dnhtenders.gov.in
iv) All queries regarding use of digital signature certificate can be clarified from help Desk
Number 0260 2630146, 0260 2630147, and E-Mail:dnhpda@gmail.com

2.2 Process of Bidding and Selection of Consultant


i) A combined Quality cum Cost Based Selection (QCBS) process shall be adopted for the
selection of the Consultant.

ii) Those Consultant who submit the Proposal, shall be called Bidders. The Bidders are required
to prepare and submit their proposal in accordance with the terms set forth in this RFP.

iii) The Proposal shall be submitted in soft copy form on the e-procure web link
(https://dnhtenders.gov.in) by 5:00 PM on the Proposal Due Date, and in physical form only
to Member Secretary, Planning & Development Authority by 5:00 PM on the Physical
Submission Due Date, through Registered Post only.

iv) The Bidders are required to submit their Proposal comprising Proposal Fees, Technical
Proposal and Financial Proposal. The Proposal would form the basis of evaluation and
selection of the Bidders.

v) Proposals not containing Proposal Fees, i.e. Tender Fee and Earnest Money Deposit (EMD),
shall be rejected summarily.

vi) First stage in the selection process shall be evaluation of the Technical Proposal submitted
by the Bidders. The purpose of evaluating Technical Proposal is to ensure the technical
expertise and financial capability of the Bidder to provide consultancy services as required.
Financial Proposals of only those Bidders qualifying in the Technical Proposal would be
opened.

vii) The final selection of the firm shall be on the basis of Final Composite Score (FCS) derived by
combining Technical Score (TS) and Financial Score (FS) with 70% and 30% ratio respectively.
However, the Authority reserves the right to reject any proposal, irrespective of its Final
Composite Score, and award the work to consultant who may best suit to the Authority by
all means. Authority’s decision in this regards shall be considered final and binding to all.

Page | 7
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

viii) The Authority also reserves the right to reject any proposal, irrespective of its Final
Composite Score, quoting consultancy fees so low that, in the opinion of the Authority, such
Bidder may not be able to perform the required services to the satisfaction of the Authority
within the financial fees quoted therein. Authority’s decision in this regard shall be
considered final and binding to all.

ix) The Bidders are advised to visit the site and examine the parameter and scope of work in
detail, and to carry out, at their cost, such studies, investigation & analysis as may be
required for preparing and submitting their respective Proposals for the Project.

x) The Bidder selected by the Authority following the evaluation procedure shall be called
Technical Consultant. After selection and subsequent negotiations, if any, a letter of award
would be sent to the Technical Consultant, after which an Agreement shall be signed
between the Authority and the Consultant.

xi) The statements and explanations contained in this RFP are intended to provide a broad
understanding to the Bidders about the subject matter of this RFP and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the Technical Consultant set forth in the Agreement or the Authority’s rights
to amend, alter, change, supplement or clarify the scope of work, to be awarded pursuant
to this RFP or the terms thereof or herein contained. Consequently, any omissions, conflicts
or contradictions in the Bidding Documents including this RFP are to be noted, interpreted
and applied appropriately to give effect to this intent, and no claims on that account shall be
entertained by the Authority.

2.3 Schedule and Important Dates


The Authority shall endeavor to adhere to the following schedule. However, the Authority may, in its
sole discretion, extend the dates by issuing an Addendum.

Table 2-1: Important Dates and Timeline for Bidding Process

Sr. No. Event/ Activity Description Date


1 Tender Release and Tender Document Download 23.06.2020
Proposal Due Date (Last date for submission of Proposal in 02.07.2020
2 soft copy form on E-procure web link-
https://dnhtenders.gov.in)
Physical Submission Due Date (Last date for submission of 03.07.2020
3
Proposal in physical form)
4 Opening of Proposals 06.07.2020
5 Notification to the Bidders shortlisted for Presentation To be announced later
6 Declaring the Technical Score of shortlisted Bidders To be announced later
7 Opening and Evaluation of Financial Proposals

Page | 8
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.4 Clarifications
i) Bidders requiring any clarification on this RFP may send their queries by post to Member
Secretary, Planning and Development Authority or send their queries to the Authority
through e-mail to dnhpda@gmail.com before the time and date mentioned in the Schedule
and Important Dates hereinabove in this RFP.
ii) The Authority shall endeavour to respond to the queries within the period specified therein.
The responses will be sent by post, fax or e-mail. The Authority may, if found necessary,
upload the reply to all such queries on the n-procure web link (https://dnhtenders.gov.in)
without identifying the source of queries.
iii) The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this RFP shall be construed as obliging the
Authority to respond to any question or to provide any clarification.

2.5 Amendment of RFP


The Authority may, at any time prior to the Proposal Due Date, for any reason whether at its own
initiative or in response to the clarifications requested by a Bidder, modify the RFP document by
issuing an Addendum/Amendment and posting it on the n-procure web link
(https://dnhtenders.gov.in), and which shall be binding to all Bidders.

2.6 Contact Details


i) All communications including the submission of Proposal shall be addressed to:
Member Secretary (PDA),
Planning and Development Authority,
First Floor, District Panchayat Campus, Amli
Silvassa, Dadra & Nagar Haveli, PIN-396230

ii) All the communications including the envelopes containing proposal, shall be marked with
RFP Title as following, in addition to the details as required under this RFP.
“Request for Proposal for Consultancy Services for Preparation of Town Planning
Schemes for Dadra and Nagar Haveli”

iii) The bidders may, for any queries regarding this RFP, write a mail to dnhpda@gmail.comas
per the timeline and manner specified in this RFP.

Page | 9
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.7 Minimum Eligibility Criteria


The Bidder shall have to meet with the following minimum eligibility criteria to be considered
eligible for this assignment.

i) The applicant firm can be a Company, Partnership firm, Limited Liability Partnership (LLP) or
a Proprietorship registered under the relevant acts; recognized Educational and Research
Institute; or Government/ Semi Government agency. (Copy of proof/relevant documents
exhibiting the incorporation of the firm shall be submitted.)
ii) The bidding entity should be in existence for last 5 years preceding the bid opening date.
The Consultant (in case of single business entity) / Lead Member (in case of Consortium or
JV maximum up to 4 members) should have a minimum average annual turnover of Indian
Rs. 1 Crore during the last three (3) financial years and Rs. 50 Lakhs in Statutory
Urban/Regional Planning, Development Plan, Town Planning Schemes or in similar
projects. Related consultancy services are such as Preparation of Development Plans,
Master Plans, Town Planning Schemes; Projects/assignments related to Urban Planning,
Physical Planning; Environmental, Engineering & Infrastructure Consultancy Services;
Mapping and GIS based services; other such relevant planning consultancy services.
(Certificates from a Statutory Auditor or Chartered Accountant stating the total
turnover/revenues from the consultancy services during each of the preceding three financial
years shall be submitted.)
Note: The said eligibility criteria shall not be applicable for recognized Educational and
Research Institute, or Government/ Semi Government agency.
iii) The applicant firm shall have experience of completed or executed at least one successful
Town Planning Schemes as per the statutory provisions (under The Goa, Daman and Diu
Town and Country Planning Act, 1974 and Rules, 1976 or any similar Act) anywhere in India.
OR
The applicant firm shall have experience of successful completion of minimum two Draft
Town Planning Schemes (which are under execution) on the bid submission date anywhere
in India.
(Copy of documentary proof/relevant documents exhibiting that the above-said eligibility
criteria is met by the Bidder shall be submitted.)
iv) Availability of the Project Team constituting experts/ personnel as mentioned in 2.8. in this
RFP.
v) 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 Proposal Due Date, would not be eligible to
submit a Proposal either by itself or through its Associate firm. (Anti- Blacklisting
Declarations per Form:3(Annexure-1) shall be submitted)

vi) The contract of the bidder should not have been terminated by any government or semi
government body for non performance of contract. ( A self-attested affidavit shall have to
be submitted by the bidder)

vii) Bidders engaging in fraudulent or mis-representation practices shall be disqualified at any


stage, including after award of work and shall also result in forfeiture of their EMD.

Page | 10
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

viii) If a bidder is disqualified at a subsequent stage after being declared as the lowest bidder, his
or her bid shall be rejected and the next lowest bidder shall be declared as the lowest bidder
and may be selected by the Authority.

ix) Consultant/s can participate jointly as a Consortium or Joint Venture (JV). However, the Lead
Member of the consortium would have to individually qualify the basic eligibility criteria. The
Team leader of the consortium/ Joint Venture should be mandatorily from lead firm. The
combined score of the Consortium or Joint Venture (JV), shall be taken into account for
evaluation purpose. If any member of the Consortium or Joint Venture (JV), is dropped by
the consortium after the submission of bid in response to RFP, such an association of
consultant is liable to be rejected by the Authority. The Authority 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 Consortium / Joint Venture, the lead member of the association of the
consultant shall be responsible and liable to the Authority for every aspects of their
proposal, contract etc.

Note: All the above information should be supported by relevant documents / certificates.

Page | 11
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.8 Project Team Required

i) The project team shall constitute experts/personnel as mentioned in the table below.

Table 2-2: Experts/ Personnel required for the Project Team

Sr.
No. Position Minimum Qualification Required Experience Required
A CORE TEAM
Minimum 10 years of
experience in Urban Planning
Post Graduate in Urban Planning / and Development works;
Team Leader- Urban Town and Country Planning/ Town experience of minimum 2TP
1 Planning Expert Planning--- OR---equivalent Schemes is mandatory
Minimum 8 years of
Post Graduate in Urban and Regional experience in Urban Planning
Planning/ Urban Planning / Town and Development works;
and Country Planning/ Town experience of minimum 1 TP
2 Senior Urban Planner Planning Schemes is mandatory
Post Graduate in Infrastructure
Planning/ Engineering --- OR --- Post
Graduate in Planning with Minimum 6 years of relevant
graduation in Civil/ Infrastructure experience; Experience of
Infrastructure Planning Engineering Or Post Graduation in infrastructural planning is
3 Expert Civil required
Minimum 6 years of relevant
Post Graduate in Environmental experience; exposure of
Planning/ Engineering --- OR ---Post environmental studies-
Graduate in Planning with assessments and
Environmental Planning graduation in Environmental environmental planning is
4 Expert Engineering/ Science required
Minimum 6 years of relevant
experience; experience o f
DGPS/GPS and survey work
and TSS for Town Planning
5 Senior Surveyor Graduate in Civil Engineering Schemes is Required.
Minimum 5 years of relevant
experience; experience of
image processing, mapping,
data base creation &analysis in
Qualified professional with GIS, and data management
degree/certificate in GIS / Remote with AutoCAD and other
6 GIS, Autocad Expert Sensing or relevant subject Platforms is required
5 Years’ experience in Urban
Sector.
MBA / PG in Business Experience of Project
Project Manager
administration Management in Urban
Infrastructure Works is
7 mandatory

Page | 12
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

ii) The Team Leader and at least two other experts of the Core Team from the above table shall
be employees/ full time staff of the applicant firm on its rolls, and shall not be external
consultants. (A certificate for each such expert stating that they are working full time with
the bidding firm signed by both the bidding firm and the concerned team member shall be
submitted, along with relevant documentary proofs)

Note: The experts, being referred hereinabove, shall be associated in the above-said manner
with the applicant firm since earlier than issuance of this RFP. In case, the Bidder has
appointed/ employed such experts after issuance of this RFP, such personnel shall not be
eligible for evaluation.

iii) Other three expert members of the Core Team can be staff of the applicant firm /
independent consultant or employees of other firm. (A certificate for each such expert
clarifying their current position and association with the bidding firm signed by both the
bidding firm and the concerned team member shall be submitted. In case the expert is an
employee of other firm, submit a certificate from his/her current employers stating that
he/she is permitted to work on this assignment as an expert).

iv) No alternative proposal for any member of the Project Team shall be made by the Bidder,
and only one person shall be proposed for each position.

v) CVs for each member of Project Team (Core Team and Support Team) along with the
documentary proof of their respective educational qualifications and experience shall be
submitted as part of the Proposal.

vi) The applicant firm, if it considers necessary, may propose suitable experts in their respective
areas of expertise in addition to the positions of Core Team as required herein. If the
applicant firm propose such additional experts, their CVs is not needed to be submitted. The
applicant firm may also employ more number of staff/personnel as Support Team, details
and CVs of which are not required to be submitted along with the Proposal.

vii) It is essential that the core team / expert members are fully associated with the project in all
the stages. The applicant firms are advised to ensure availability and complete involvement
of proposed core team. It will be mandatory for the Team Leader to be present in the review
meetings at all stages throughout the project period. At all stages it will be mandatory for
the experts to personally present the survey analysis and their recommendations for town
planning schemes preparation to the Authority. Any staff of the team may be required to
appear and brief the authority within 3 days of notice.

Page | 13
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.9 Preparation of Proposals


i) The Proposal as well as all related correspondence by the Bidder shall be written in English.

ii) The Bidder shall provide all the information sought under this RFP. The Authority shall
evaluate only those Proposals that are received in the required formats and complete in all
respects.

iii) In preparing their Proposal, Bidders are expected to examine in detail the documents
comprising the RFP. Material deficiencies in providing the information as requested may
result in rejection of a Proposal.

iv) The Proposal shall be typed or written in indelible ink and signed by the authorised signatory
of the Bidder who shall also initial each page of Proposal, in blue ink. If the same are not
signed, the authority may, in its discretion ask the bidder to sign the said documents. For
this purpose, the authorised signatory shall mean either -

a) the proprietor, in case of a proprietary firm, or


b) a partner, in case of a partnership firm and/or a limited liability partnership, or
c) a duly authorized person holding the Power of Attorney as per the format
prescribed in Form: 2 (Annexure-1)
v) All the alterations, omissions, additions or any other amendments made to the Proposal
(printed hard copy) by the Bidder, if any, shall be initialed by the person signing the
Proposal.

vi) The Bidder may, if required, format the specified Forms only to make due provision of space
required to incorporate the requested information. However, the overall structure and
sequence of the Forms shall not be altered.

vii) The Bidder shall, along with the Proposal, also submit a copy of this RFP document duly
signed by the authorised signatory of the Bidder who shall also initial each page in blue ink.

viii) The Bidder shall submit the Proposal in the specified formats and shall place the documents
in THREE (3) separate envelopes, Tender Fees (Envelope-1) and Technical Proposal
(Envelope-2) as specified hereunder. These envelopes shall be sealed and marked as
mentioned below.

Page | 14
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.9.1 Envelope-1: Tender Fees


i) The envelope shall contain-

 Cover Letter from the Bidder in the format as prescribed in Form: 1 (Annexure-1)

 Tender Fee of Rs. 10,000 (Indian Rupees Ten Thousand Only) in form of Demand
Draft from a Nationalized Bank in favour of “Member Secretary, Planning and
Development Authority, and payable at Silvassa(Submit scanned copy as part of
online submission)

 Earnest Money Deposit (EMD) of Rs. 100,000 (Indian Rupees One Lakh Only) in form
of Performance Bank Guarantee from a Nationalized Bank in favour of ““Member
Secretary, Planning and Development Authority”, and payable at Silvassa (Submit
scanned copy as part of online submission)

 Copy of this RFP document (For physical submission, submit copy of this RFP
document duly signed by the authorised signatory of the Bidder who shall initial
each page in blue ink)

ii) The envelope shall be titled “ENVELOPE 1: TENDER FEES”. The envelope shall also bear RFP
Title and name, address, and contact number of the Bidder/ authorized person of the
Bidder.

2.9.2 Envelope-2: Technical Proposal


i) The envelope shall contain following information/ documents in the sequence as mentioned
herein below.

Submittal 1: Firm’s Background

 Introduction to the Firm- A brief overview of the firm and its background,
organizational structure of the firm, sectors and services being rendered, range of
projects/works, list of recent/ongoing relevant projects, landmark projects,
registration/empanelment with Govt. authorities, recognitions/certifications,
awards/commendations, contact details, etc.

 Firm Registration/ Incorporation documents- Documents exhibiting the Bidding
entity’s incorporation/ establishment date and/or the experience (in years) in
providing the related services

 Power of Attorney as per Form: 2 (Annexure-1), however such Power of Attorney
would not be required if the Proposal is signed by the proprietor in case of a
proprietary firm or a partner in case of a partnership firm or limited liability
partnership.

 Anti Black Listing Declaration as per Form:3 (Annexure-1

 Non termination of contract declaration/affidavit

Page | 15
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Submittal 2: Financial Statements

 Annual Audited Financial Statements for the last three (3) financial years, i.e. FY
2016-17, FY 2017-18, and FY 2018-19, signed and stamped by Statutory Auditor/
Chartered Accountant as per Form: 4 (Annexure- 1)

 Copies of Service Tax/GST Returns for the last three (3) financial years, i.e. FY 2016-
17, FY 2017-18, and FY 2018-19


Submittal 3: Project Team

 CVs of the project team in the prescribed format as per Form: 5 (Annexure-1),
recently signed and dated by respective Personnel and countersigned by the Bidder
or authorized signatory of the Bidder. (Each CV shall be attached with copies of
certificates of educational qualification, and the certificates/ statements regarding
the expert’s association with the Firm as required to be eligible as per this RFP). The
team members who are participating in one agency should not be a member in
other agency/firm/consultancy. 

Submittal 4: Project Description Sheets

 Project Description Sheet in the prescribed format as per Form: 6 (Annexure-1)


along with copies of work orders, completion/interim certificates along with the
respective project.
Notes:
a) The number of projects presented as per Form: 6 (Annexure-1) shall not exceed 10.
The marks to be assigned based on Project Description Sheets shall consider TEN
(10) projects only. In case, the Bidder intends to present their experience of other
projects, it shall be presented as part of the Introduction of Firm (Submittal 1).
b) Bidders are required to present their recent and relevant experience of preparation
of Town Planning Schemes, Development Plans/ Master Plans urban planning
projects, infrastructure planning and development projects, surveying, mapping, and
other relevant projects as per The Goa, Daman and Diu Town and Country Planning
Act, 1974 and Rules, 1976 or similar Acts.
c) Those projects that are complying to the eligibility criteria, i.e. Town Planning
Schemes as per the statutory provisions (under The Goa, Daman and Diu Town and
Country Planning Act, 1974 and Rules, 1976 or any similar Act anywhere in India),
shall be presented first in sequence.
d) The Project Description Sheets for each project shall not exceed FOUR (4) pages
(printed sides) of A4 size.
e) The Project Description Sheet of each project shall be accompanied by the copies of
work order/ Letter of Award, completion / interim certificate issued by the
respective client.

Page | 16
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Submittal 5: Approach, Methodology and Work Plan

 Comments and Suggestions on Terms of Reference (TOR)



 Approach and Methodology

 Activity Schedule (as per the format prescribed in Form: 7 of Annexure-1)

 Staffing Schedule (as per the format prescribed in Form: 8 of Annexure-1)

Note: The document on Approach, Methodology and Work Plan (Submittal 5) shall not
exceed THIRTY (30) pages (printed sides) of A4 size. However, if required, the Activity
Schedule and Staffing Schedule may be printed in A3 size paper and folded to A4 size.

ii) The envelope shall be titled “ENVELOPE 2: TECHNICAL PROPOSAL”. The envelope shall also
bear RFP Title and name, address, and contact number of the Proposer/ authorized person
of the Proposer.

iii) The Technical Proposal shall not include any financial information relating to the Financial
Proposal.

2.9.3 Financial Proposal

i. Financial quote of fees for the proposed consultancy assignment as per format prescribed in
Form: 9 (Annexure-1) mandatorily online only. No Price Bid shall be submitted in physical
form. 
ii. The lump sum fees quoted by the Bidder shall be supported by the item-wise cost of man-
power, surveys, transportation, accommodation, printing, miscellaneous, etc. as per format
prescribed in Form: 10 (Annexure-1).

iii. The Bidders, while preparing their financial proposal, shall take note that-
a) The lump sum figure quoted in Financial Proposal shall only be considered for the
evaluation of the proposal. The fees shall include cost of surveys, personnel, profit,
overheads, travel, and other such expenses, but will not include prevailing GST
applicable on the consultancy fees.
b) The bidder may also note that there shall not be any monthly fee payable.
c) All payment of fees shall be paid in Indian Rupees after the statutory deductions. All
statutory taxes and other payments in connection with fees received or any services
provided under this consultancy assignment by the Consultants. However, where
necessary, appropriate deduction at source will be made by the Authority and
necessary certificates will be issued to the Consultant.

Page | 17
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.9.4 Submission of Proposals


i) The bidders shall submit the soft copy Proposal on the e-procure web link by the Proposal
due date as mentioned in this RFP document. The Bidder shall upload the Proposal Fees,
Technical Proposal, and Financial Proposal at respective links provided on the e-procure web
link.

ii) The bidders shall submit the physical copy Proposal to Member Secretary, Planning and
Development Authority, by 5:00 PM on the Physical Submission due date at the address
mentioned in this RFP document by Registered Post only.
a) The Bidder shall submit the Tender Fee and EMD in Envelope- 1, which shall be
sealed and marked “ENVELOPE 1: TENDER FEES”, followed by RFP Title.
b) The Bidder shall submit ONE (1) copy (ORIGINAL) of the Technical Proposal.
c) The original hardcopy of the Technical Proposal shall be placed in Envelope- 2,
which shall be sealed and marked “ENVELOPE 2: TECHNICAL PROPOSAL”, followed
by RFP Title.
d) The Financial proposal shall be submitted online only and not to submit the Price
bid in physical form. This is mandatory. If price bid is submitted in physical form,
same will not be opened and only on-line submitted price will be considered for
evaluation.
e) The Envelope-1 and Envelope-2 shall be placed into a Main Outer Envelope and
sealed. This outer envelope shall be marked “PROPOSAL”, followed by RFP Title.
f) The Main Outer Envelope and the two envelopes to be placed inside it shall also be
marked with the name, address and contact details of the Bidder or the authorized
signatory of the Bidder.

iii) The Authority 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
rejection of Proposal. Moreover, if the Financial Proposal is not submitted in a separate
envelope sealed and marked as indicated above, the Proposal shall be declared non-
responsive and hence rejected.

iv) Any proposal received by the Authority after the deadline for submission shall be not
accepted and returned unopened.

v) The Authority shall open the Main Envelope and the Envelope-1 (Proposal Fees), Envelope-2
(Technical Proposal) immediately after the Physical Submission Due Date.

Page | 18
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.9.5 Proposal Opening Process


i) On the day of Technical Proposal Opening, the Authority shall open the Main Outer
Envelope. The Envelope-1 (Proposal Fees) would be opened first, and the Tender Fee and
EMD would be verified to ascertain responsiveness.

ii) On successful verification of Tender Fee and EMD, Envelope-2 (Technical Proposal) would be
opened.

iii) Evaluation of the technical capacity of the Proposer shall be done next through evaluation of
Technical Proposal (as submitted), and subsequent Presentation of the shortlisted bidder,.
The Proposer would be awarded Technical Score as per the procedure mentioned in this
RFP.

iv) Financial Proposal shall be opened of only those Bidders whose Technical Score is
satisfactory to the Authority.

v) Final Composite Score (FCS) shall be assigned to the Bidders whose Financial Proposals
would be opened. Selection of successful Proposer shall be done based on the Final
Composite Score as per the evaluation process and conditions mentioned in this RFP.

2.9.6 Evaluation of Proposal

The Proposals will be evaluated through a Quality cum Cost Based Selection (QCBS) based approach.
Only those proposals accompanying with Tender Fee and EMD shall be evaluated. The evaluation of
proposals shall be carried out in the manner as described below.

2.10 Evaluation of Technical Proposal and Technical Score


The technical competence of the Proposer shall be evaluated in three steps as under:

i) STEP 1: Evaluation of Technical Proposal- Out of 100 marks


The Technical Proposal as submitted by the bidders shall be evaluated based on the
information/ documents submitted therewith as per the following marking scheme out of total
marks of 100.

Page | 19
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Table 2-3: Marking Scheme for Evaluation of Technical Proposal

Break-
Sr. Marking Parameter and Marking Total up of
No. Criteria Marks Marks Marking Guideline
Background and Accountability of
the Firm To be marked based on Submittal-1and
A - Submittal-2
From 5 years- 8 years-1 mark
Years of Existence From 8 years- 10 years – 2 marks
2.5 more than 10 years– 2.5 marks
Avg. Annual Turnover in Statutory 5 More than equal to 50 lakhs and less
Urban/Regional Planning, than 100 lakhs: 1 marks
Development Plan, Town Planning 2.5 More than equal to 100 lakhs and less
Schemes or in similar projects than 150 lakhs: 2 marks
More than equal to 150 lakhs : 2.5 marks
Project Team -
Team Leader 6
B Senior Urban Planner 4
Qualification – 50%
Infrastructure Planning Expert 4
Experience – 50%
Environmental Planning Expert 4
Senior Surveyor 30 4
GIS Expert 4
Project Manager 4
Relevant Work Experience of
C Town Planning Schemes - To be marked based on Submittal-4and 1
If 3or more than 3 schemes - 15marks;
If 2 schemes - 10marks;
No. of Town Planning Schemes 25 15 If1 schemes - 5 mark
Approach adopted, services Shall be evaluated on the basis of
rendered in preparation of documents supplied by the firm by the
schemes 10 technical evaluation committee
D Approach & Methodology, Work
Plan and Staffing Plan
- To be marked based on Submittal-5
Comments and Suggestions on
Terms of Reference (TOR), Shall be evaluated on the basis of
Approach &Methodology 40 15 documents submitted by the bidder-

Presentation on these issues 25 -


TOTAL 100

Page | 20
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

a) The proposals that score 50 marks or more shall qualify for next step of evaluation.
These qualified bidders shall be called to make a Presentation. The Presentation
must be made by proposed Team Leader and at least two other experts from the
Core Team and shall be evaluated out of 25 marks.
The Presentation Review Committee shall be decided by Planning and Development
Authority, Dadra & Nagar Haveli.

b) These score out of 100 marks shall be considered as the TECHNICAL SCORE (TS). All
the bidders with the technical score of 50 or above shall qualify for the next step
which is opening of the financial proposal .

2.10.1 Evaluation of Financial Proposal and Financial Score


i) After the evaluation of technical proposal, the authority shall evaluate financial proposal of
the bidders shortlisted as per the technical score. The shortlisted bidders about the opening
date of the same.

ii) The financial proposals shall be opened in the presence of the representatives of shortlisted
bidders who choose to attend.

iii) The authority shall declare the name of the shortlisted bidders along with their respective
technical score before opening the Financial Proposals.

iv) The lowest financial proposal shall be given a Financial Score (FS) of 100 points. The Financial
Score (FS) of other proposals will be determined using the formula: FS = 100 x FL/ F, in which
FS is the financial score of a bidder, FL is the lowest fee quoted, and F is the fees quoted in
Indian Rupees by respective bidder.

2.10.2 Final Composite Score


i) Proposals will be ranked according to their Final Composite Score (FCS) marked out of 100
marks, which shall be calculated by assigning a weightage of 0.70 to Technical Score (TS) and
a weightage of 0.30 to Financial Score (FS).

ii) The formula to calculate the Final Composite Score (FCS) is as under-
FCS = (TS x 0.70) + (FS x 0.30)

iii) The proposer who obtains highest Final Composite Score (FCS) shall be considered as H1.

2.11 Award of Contract

i) The consultant securing the highest Final Composite Score will be invited for negotiation by
the Authority; where, upon successful negotiation, the work will be awarded to the firm. In
case the negotiations fail, the Authority reserves the right to call the next firm in succession
for negotiation.
ii) The Authority reserves the right to reject any proposal, irrespective of its Final Composite
Score, quoting consultancy fees so low that, in the opinion of the Authority, such Bidder may
not be able to perform the required services to the satisfaction of the Authority within the
financial fees quoted therein.

Page | 21
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

iii) The Authority reserves the right to reject any proposal, irrespective of its Final Composite
Score, and award the work to consultant who may best suit to the Authority by all means.
iv) The Authority reserves the right to accept or reject any or all the proposals without assigning
any reason.
v) Authority’s decision in this regards shall be considered final and binding to all.

2.12 Tender Fee and Earnest Money Deposit (EMD)


i) Proposal submitted in response to this RFP shall be accompanied by-
a) Tender Fee of Rs.10,000 (Indian Rupees Ten Thousand Only) in form of Demand
Draft from a Nationalized Bank in favour of “Member Secretary, Planning and
Development Authority”, and payable at Silvassa.

b) Earnest Money Deposit (EMD) of Rs. 100,000 (Indian Rupees One Lakh Only) in form
of Fixed Deposit Receipt (FDR), for a validity of 180 days, from a Nationalized Bank
in favour of “Member Secretary, Planning and Development Authority”, and payable
at Silvassa.
ii) Submission of Tender Fee and/or EMD drawn from other than Nationalized Banks could
result in disqualification of the Proposer.
iii) Proposals not accompanied with requisite Tender Fee and/or EMD shall be summarily
rejected.
iv) The EMD shall be returned to the Proposer-
a) Whose Proposal has not been selected by the Authority for awarding the assignment

b) Whose Proposal has been accepted by the Authority for awarding the assignment,
but only after signing of the Agreement
c) The EMD is not from a Nationalized Bank
v) The EMD shall stand forfeited in following situations-
a) In case of fraudulent offer and/or conditional offer
b) In case of withdrawal/ revision/ modification/ transfer of terms of Proposal during
the Proposal Validity Period
c) If the Agreement is not executed by the selected Proposer within the time period
specified in the Letter of Award (LOA) or as specified otherwise in subsequent
written communications by the Authority.

Page | 22
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.13 Proposal Validity Period

The Proposal Validity Period shall be 180 days from the Physical Submission Due Date. The validity of
Proposal may be extended by mutual consent of the respective Bidders and the Authority.

2.14 Further Information

The Authority retains the right to ask for any further information, document or clarification that may
be required from the Proposer for evaluation purposes.

2.15 Single Proposal

No Applicant firm or its associate firm shall submit more than one Proposal in pursuant to this RFP.
None of the Team Leader and other members of the Project Team as proposed by the Applicant firm
shall be part of the project team proposed by any other Bidder.

2.16 Cost of Proposal

The Applicants shall be responsible for all of the costs associated with the preparation of their
Proposals and their participation in the Selection Process including subsequent negotiation, visits to
the Authority, project area etc. The Authority will not be responsible or in any way liable for such
costs, regardless of the conduct or outcome of the Selection Process.

2.17 Site Visit and Verification of Information

Applicants are encouraged to submit their respective Proposals after visiting the project area and
ascertaining for themselves the site conditions, location, surroundings, availability of drawings and
other data with the Authority, applicable laws and regulations or any other matter considered
relevant by them.

2.18 Acknowledgement by Applicant

i) It shall be deemed that by submitting the Proposal, the Applicant has:

a) made a complete and careful examination of the RFP;


b) received all relevant information requested from the Authority;
c) acknowledged and accepted the risk of inadequacy, error or mistake in the
information provided in the RFP or furnished by or on behalf of the Authority;
d) satisfied itself about all matters, things and information, necessary and required for
submitting an informed Application and performance of all of its obligations there
under;

Page | 23
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

e) acknowledged that it does not have a Conflict of Interest; and


f) agreed to be bound by the undertaking provided by it under and in terms hereof by
them.
ii) The Authority shall not be liable for any omission, mistake or error on the part of the
Applicant in respect of any of the above or on account of any matter or thing arising out of
or concerning or relating to RFP or the Selection Process, including any error or mistake
therein or in any information or data given by the Authority.

2.19 Modification/ Substitution/ Withdrawal of Proposals

i) Applicant may modify, substitute, or withdraw its Proposal after submission, provided that
written notice of the modification, substitution, or withdrawal is received by the Authority
prior to Proposal Due Date. No Proposal shall be modified, substituted, or withdrawn by the
Applicant on or after the Proposal Due Date

ii) The modification, substitution, or withdrawal notice shall be prepared, sealed, marked, and
delivered, with the envelopes being additionally marked “MODIFICATION”, “SUBSTITUTION”
or “WITHDRAWAL”, as appropriate.

iii) Any alteration / modification in the Proposal or additional information or material supplied
subsequent to the Proposal Due Date, unless the same has been expressly sought for by the
Authority, shall be disregarded.

2.20 Right to Reject Any or All Proposals

i) Notwithstanding anything contained in this RFP, the Authority reserves the right to accept or
reject any Proposal and to annul the Selection Process and reject all Proposals, at any time
without any liability or any obligation for such acceptance, rejection or annulment, and
without assigning any reasons thereof.

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 Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Proposal
iii) Misrepresentation/improper response by the Applicant may lead to the disqualification of
the Applicant. If such disqualification / rejection occurs after the Proposals have been
opened and the highest ranking Applicant gets disqualified / rejected, then the Authority
reserves the right to consider the next best Applicant, or take any other measure as may be
deemed fit in the sole discretion of the Authority, including annulment of the Selection
Process.

Page | 24
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

2.21 Disqualification

Even though the Bidders may meet the Proposal Evaluation criteria, they are subject to
disqualification for any of the following reasons:

i) Misleading or wrong representation in the forms, statements, and attachments submitted as


part of the Proposal in response to this RFP. This shall lead to forfeiture of EMD.
ii) Record of poor performance such as abandoning the work, rescinding of contract for which
the reasons are attributable to the non-performance of the consultant, consistent history of
litigation awarded against the applicant or financial failure due to bankruptcy.
iii) Has been identified by the Authority as poor performer in implementation of ongoing work
for any State/Central Government department, Urban Local Body, or Development
Authority.
iv) Any effort to influence processing of Bids or award decision by Authority, or any officer,
agent or advisor thereof.
v) Blacklisted by any Central or State Government/ Government agency/ PSU/ Urban Local
Body/ Development Authority.

Page | 25
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

3. Terms of Reference (TOR)


3.1 Scope of Work
The Scope of Work is to prepare Town Planning Schemes for the district of Dadra and Nagar
Haveli as per provisions of Goa, Daman and Diu Town and Country Planning Act, 1974 (Act 21 of
1975) and the Planning and Development Authority Rules” in consultation and as per the
directions of the Planning & Development Authority.
It is being clarified that the areas mentioned in this tender document are tentative only. It
shall be the duty of the qualified concessionaire to identify suitable areas in these territories to
ensure successful completion, least resistance, adequate execution of the Town and Planning
Scheme. The areas thus identified by the concessionaire and approved by the authority shall be
selected for Town and Planning Scheme. On increase or decrease in the area under
consideration, the payment shall proportionately increase or decrease.
The details of the tentative proposed Town Panning scheme areas as identified as under:
Sr. Planning TPS Name Approx. Proposed Area Total
No Area/PDA Area (Ha) Names No. of
Plots in
TPS
1 DNH Planning TPS No. 1 50.00HA Ultanfaliya 3
Area TPS No. 2 110.00HA Bhurkudfaliya
TPS No. 3 190.00HA Dokmardi,
Gandhigram,
Bavissafaliya,
Agrivad, Kakadfaliya,
Brhaminfalia
The details of the area shown for TP Scheme in the tender document are only tentative. The
consultant has to make proper survey and identify the suitable area from the proposed locations for
TP Scheme. On the basis of the survey and suggestion of the consultant, the number of feasible TP
schemes and the areas in which they should be brought will be decided by the competent authority,
the number of feasible TP schemes and the areas in which they should be brought will be decided
by the competent authority.
The key tasks involved in the process shall be as follow:
The scope of work is tentative and necessary and ancillary steps or tasks needed for successful
execution of Town Planning Scheme shall be considered within scope of work of the consultant and
by the bidding in this RFP, the bidder accepts and acknowledges his responsibility and duty to do all
such acts and prepare all such reports as may be necessary or deemed necessary by the authority for
successful preparation, completion or execution of the Town Planning Scheme. It is further clarified,
that it shall be the duty of the consultant to specify and suggest the mode of town planning scheme
and the best manner in which the town planning scheme may be executed.

Page | 26
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

A. Review of the Final Outline Development Plan, Regional Plan, and Development
Control Rules, 2014 and any other Development Plans applicable to Dadra and
Nagar Haveli, Planning Development Authority and Reconnaissance survey of TP
Scheme area

i) The Regional Plan, Outline Development Plan- and any other Development Plans
applicable for of Dadra and Nagar Haveli, shall be reviewed, and the existing situation
analysis, findings of various surveys & studies as documented shall be studied to
understand the context.

ii) The data and processes adopted for preparation of Base Map and Existing Land Use
Map as part of the preparation of Outline Development Plan shall be understood. The
satellite images and SOI topographic sheets if procured during preparation of Outline
Development Plan shall be reviewed in consultation with the Authority.

iii) The vision and objectives of ODP, proposals regarding road network, land use zoning,
infrastructure and other aspects shall be studied. The proposals that seek spatial
intervention in the TP Scheme areas shall be reviewed to have sound understanding
about the same.
iv) The Dadra and Nagar Haveli Development Control Rules and Building By-Laws as sanctioned
by Govt. of Dadra and Nagar Haveli and by any local authority and amendments therein shall
be studied and the regulations applicable to areas of TP Scheme shall be reviewed to
envisage its likely affect on land development in the area.
B. Preparation of Base Map

i) Carrying out precise survey with DGPS/ Total Station considering old bench-marks, if
available, or by creating new bench-marks. Fixation of horizontal control points using DGPS
& vertical control points (Bench Marks pillars) by Digital / Auto level. Establish about 8 to 10
ground control points using DGPS in each scheme area.
ii) Mark corrections in cadastral map reflecting the changes (e.g. sub-division, amalgamation)
as per KJP/ Durusti Patrak and Form 7/12, in consultation with PDA and other concerned
authorities.
iii) Carry out field survey by using DGPS/total station survey equipment to survey and map
following features:
Survey Number Boundaries; existing roads, cart track, bridges; all kinds of water body such
as rivers, drains, canals, ponds, etc. including wells, culverts, check dam and such other
structures; all standing/built up structures indicating the number of storeys, type of
structure (i.e. pucca, semi pucca, kachha), and use of the structure (i.e. residential,
commercial, industrial, public purpose etc.); bunds, fences, compound walls, gates, bore
wells etc.; trees having girth diameter of 0.3m & above, and height of 3.0 m & above;
electricity lines and poles, light poles, gas line, telephone lines, man holes, water supply pipe
lines other over-ground utilities and their apparatuses etc.

iv) Details related to land ownership, tenure title, area for each individual survey no. / sub plots
shall be collected and assigned to respective survey no./sub plots.

v) Survey existing ground level (spot level) at a grid interval of 10m. Additional spot level may
be taken at interval of lesser distance if necessary to get the terrain profile.

vi) Preparation of updated cadastral map (in the scale of 1:2,000) by reconciling physical survey
and land records map.

Page | 27
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Note: All the required documents about revenue survey and land record details such as 7/12, village
maps, hissamapni, hissa forms, tippans, durastipatrak, ekatrikarantakhta, aakar bandh etc. to be
provided by PDA. However, the consultant shall assist the Authority for collecting and compiling the
data base as required by the Authority.

vii) Preparation of updated Base Map (in the scale of 1:2,000) that shall incorporate the updated
cadastral maps along with all the features as mentioned in (iii), (iv) and (v) herein above. The
base map shall also mark utilities and services passing above/underground including their
linkages with continuous adjoining areas on the basis of relevant data/maps procured from
concerned authority.
viii) Base Map prepared with all above-mentioned details shall be verified through site visits
conducted jointly by Consultant and concerned Authority.

ix) The updated and reconciled map shall be verified with reference to Revenue Land Records
by survey and settlement Department and the Authority. The consultant shall assist the
Authority and Survey and Settlement Department in processing and reviewing the updated
and reconciled map including carrying out joint site visits as required.

x) Modify and revise the updated maps and other relevant records as per the
directions/decision of officials of Survey and Settlement Department and PDA, and finalize
base map in consultation with PDA, Survey and Settlement Department and other
concerned authorities.

xi) Assist the Authority in obtaining authorization for the updated cadastral maps from survey
and settlement Department or such concerned authority.

Note: DNH PDA shall pay fees/charges payable for obtaining authorization for the updated
cadastral maps directly to the concerned authority, and get the updated map certified by
survey and settlement Department.

xii) Preparation of data-set/inventory of each revenue survey plot/sub plot with details about
land area; ownership and name of owners, tenure title; use of land; existing structures with
area, no. of floors, type and use of structure etc.

xiii) Preparation of set of maps as mentioned under:

a. Index Map in the scale of 1:5000 showing Draft Town Planning Scheme boundaries
with all existing features
b. Existing Land use map in the scale of 1:5000 showing Draft Town Planning Scheme
boundaries with all existing land uses (as per Draft DP and site verification as
required and directed by the Authority).
c. Draft Development Part Plan drawing in the scale of 1:1000 incorporating the Draft
Development Plan Proposals of Draft Town Planning Scheme (DTPS) area and
surrounding area.
d. Base map for the Draft Town Planning Scheme in the scale of 1:2000 (as per detailed
DGPS/Total Station/ Drone survey as mentioned above)
Note: The activities listed above are indicative to present an overview of this key task, and shall
not be considered as exhaustive or limiting in any manner. The consultant should use their
experience and expertise to carry out the processes that ensure preparation of high quality town
planning scheme. The selected consultant shall finalise the activities and work plan in
consultation with PDA, survey and settlement Department and other such authority as the PDA
may direct.

Page | 28
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

C. Preparation of Concept Plan Alternatives for Draft TP Scheme

i) Carry out consultations with key stakeholders as identified in consultation with PDA to
understand the problems, potentials of the area, and develop strategies and policies which
shall be adopted for preparation of Draft TP Schemes.

ii) Preparing conceptual plan alternatives (at least two or as directed by the Authority) in line
with the Draft Development Plan proposals, outcome of stakeholder consultations and
guidelines provided by PDA, while giving due consideration to existing development.

iii) Preparation of the policies and guidelines for the preparing the TPS – extent of deductions,
allocation for public purpose, standards for provision of amenities and infrastructure
services, approach for dealing with built-up plots/areas and NA lands/areas.

iv) Preparing Conceptual Plan (alternatives) that exhibit existing roads, proposed DP roads and
proposed TP roads with all features of Base Map. The plans shall also earmark location and
area of public purpose plots along with the details of purpose for which such plots are to be
allotted.

v) Preparing Conceptual Infrastructure Plan showing infrastructure components such as roads


of different hierarchy with sections of street design; networks and components of water
supply, sewerage, storm water drainage, solid waste management; provision for gas grid,
electricity grid and other utilities as required in the road section based on proposals of
concerned agency.

vi) Conceptual urban design framework/guidelines for built-form, public realm places/areas.

vii) Broad estimate of costing and revenue generation based on the development charges/land
bank, and conceptual phasing of works for each alternative of concept plan.

vii) The alternatives of conceptual plans shall be reviewed in consultation with the Authority.
The percentage of land area deduction, area under road network, area under public purpose
plots, infrastructure provision, estimated costs & revenues in conceptual plan alternatives
shall be compared. Further, the pros & cons and a comparative assessment of alternative
conceptual plans shall be presented to the Authority.
viii) Submission of model of T.P. Scheme which should be adopted with advantages and
disadvantages thereof.
D. Preparation of Draft Town Planning Schemes for submission to the Administrator as
per Town & Country Planning Act

i) Constitution of Original Plots on the basis of Base Map and revenue land records.
ii) Reconstitution of Plots, preparing refined layout of road network, lands/plots reserved for
public purpose and Final Plots within the framework of approved policies and guidelines for
the preparing the TPS, and in line with the approved alternative of conceptual plan.

iii) Redistribution and valuation statement Form-F as per prescribed and approved
reconstituted plan.

iv) Separate statement of Original Plots and Final Plots area with name of owners, Revenue
Survey No/ City Survey No, Tenure, Title and percentage deduction etc. as directed by
Planning and Development Authority.

v) Preparation of Infrastructure Plan/ Service Plans for transport network, water supply,
sewerage, storm water drainage, solid waste management, street lighting, gas line and other

Page | 29
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

physical infrastructure etc. (in co-ordination with the existing and proposed services as per
Draft Development Plan proposals) to be augmented/provided in the Draft Town Planning
Schemes with full details.

vi) Detailed estimation of cost of works for roads, water supply, sewerage, storm water
drainage, street lighting, gas line and all physical infrastructures as to be provided in Draft
T.P. Schemes with full details, based on prevailing SOR. The estimate shall include the
external connectivity cost of works whenever required as well as the factor of escalation for
the period as per the provisions of the Town and Country Planning Act, 1974 and as directed
by Planning and Development Authority.

vii) Preparation of Form-F (as prescribed in the Goa, Daman and Diu Town and Country
Planning Act, 1974 (Act 21 of 1975)) incorporating the required information and as directed
by Planning and Development Authority.

viii) Preparation of Form-G (as prescribed in the Goa, Daman and Diu Town and Country Planning
Act, 1974 (Act 21 of 1975) incorporating the cost of work as required, expenditures for
finalization, incidental expenditure for the preparation and publication of Draft T.P.Schemes
at different stages, the total incremental value, share of the incremental value on Authority,
and the net cost of the scheme as per the provisions of the Goa, Daman and Diu Town and
Country Planning Act, 1974 (Act21 of 1975)and as directed by Planning and Development
Authority.

ix) Urban design framework/guidelines for built-form, public realm places/areas.

x) Framework for institutional action plan and measures for implementation of TP Schemes.

xi) Prepare and submit the Draft Town Planning Scheme with Report, Plans/Maps, Statements,
Forms &DCR etc. as prescribed in the Goa, Daman and Diu Town and Country Planning Act,
1974 (Act 21 of 1975) and approved by PDA, in three sets with soft copies, for the purpose
of Owners Meeting and for wide publicity of Draft T.P. Schemes to receive public objections
and suggestions towards the draft schemes.

xii) Make presentation of Draft T.P. Schemes to the owners and stakeholders present in the
Owners Meeting, and assist the Authority as required.

E. Stage of Publication of Draft Town Planning Scheme as per Town & Country Planning
Act

i) Compilation, scrutiny and submission of received objections and suggestions before, during
and after owners' meeting.
i) Provide a statement of decisions to consider or disregard the objections and suggestions
along with supporting rational and evidences.

iii) Making necessary changes in the Draft Town Planning Schemes documents- Report,
Plans/Maps, Form-F, Form-G, Statements, DCR, Scheme Book etc. in consultation with the
Authority.

iv) Submission of the Draft Town Planning Schemes with all documents like Report,
Plans/Maps, Statements, Forms, DCR & Schemes Book etc., in five sets with soft copies, for
its statutory publication of Goa, Daman and Diu Town and Country Planning Act, 1974 (Act
21 of 1975)).

Page | 30
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

F. Stage of Submission of Draft Town Planning Scheme to the U.T Administration for
Sanction of Goa, Daman and Diu Town and Country Planning Act, 1974 (Act 21 of 1975))

i) Compilation, scrutiny and submission of received objections and suggestion on the Draft
Schemes published as per the Goa, Daman and Diu Town and Country Planning Act, 1974
(Act 21 of 1975) .

ii) Provide a statement of decisions to consider or disregard the objections and suggestions
along with supporting rational and evidences.

iii) Making necessary changes in the Draft Town Planning Schemes documents- Report,
Plans/Maps, Form-F, Form-G, Statements, -DCR, Scheme Book etc. in consultation with the
Authority.

iv) Submission of the Draft Town Planning Schemes with all documents like report, maps,
Statements, Forms, DCR & Schemes Book etc., in seven sets with soft copies, for its statutory
submission to State Government for its sanction (as per Goa, Daman and Diu Town and
Country Planning Act, 1974 (Act 21 of 1975) ).
G. Publication of Town Planning Scheme/s.
i. After publication and modification (if required) to prepare the Draft Town Planning
Scheme/s along with Reports and Maps for submission to State Government for sanction as per
directives of the Planning & Development Authority.
ii. After sanction of Draft Town Planning Scheme/s by the
Government/Administration, assist to demarcate the sanctioned Draft Town Planning
Scheme/s on the ground and create ownership record of the newly created holdings and
to submit It with compliance report to the PDA as per the format to be decided by it.
iii. To assist the PDA as by way of supporting the activities, duties and responsibilities in
preparation and submission of Preliminary and Final Town Planning Scheme/s and to submit
the same to the UT Administration for sanction, If there are modifications made at the time of
final sanctioning of the TPS, then the Maps and report will be updated by the consultants.
H. Cost of the Town Planning Scheme/s :
The consultant shall work out the total cost of the preparation and implementation of
the Town Planning Scheme/s. These costs shall include:
i. Survey, Measurement, Preparation of drawings, Administrative, legal, counseling,
public outreach costs involved in preparation of the Town Planning Scheme/s
and administrative costs for implementing the Town Planning Scheme/s (salary
& administrative expenses for PDA)
ii. Cost of providing social and physical infrastructure
iii. Locational Value sales plan
iv. Demarcation on ground
v. Any other expenses not specifically covered above.

Page | 31
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

3.2 Key Stages, Deliverables and Timeline

i) The Consultant shall have to complete the stages of work as stated in the table below by
carrying out the activities prescribed therein and by submitting the deliverables as listed
therein as per the timeline set in this RFP as mentioned in the table below.

Table 3-4: Key Stages and Activities, Timeline and Deliverables


Sr.N Key Stages and Activities Cumulative Deliverables No. of Copies
o. Time(from
Agreement
)
1 Inception Stage- Mobilization of 3 weeks Inception Report 3 hard copies; 1soft copy
project team, Review of the Draft
Development Plan and Comprehensive
-DCR, Reconnaissance Survey,
Finalization of area for TP scheme
&Work Plan
2 Topographical Survey and Updated 10 weeks Updated Cadastral Map 5 hard copies; 1soft copy
Cadastral Map Authorization Stage- (1:2000) by reconciling in AutoCAD and GIS
Physical Survey, Preparation of physical survey and land platform
updated cadastral maps and assisting records map
the Authority in obtaining
authorization from concerned
authority
3 Base Map Stage- Preparation 14 weeks Index Map (1:8000); 5 hard copies; 1
of Base Map, and other maps Draft DP Proposals in TP soft copy in
as prescribed in 3.1 (B) for TP Scheme Area (1:8000); Base AutoCAD and GIS
Scheme areas Map (1:2000); ELU Map platform
(1:2000)
4 Concept Plan Stage- 18 weeks Conceptual 3 hard copies; 1
Consultation with Stakeholders Plans(alternatives) of Draft soft copy
and the Authority, Developing TP Scheme area; Area
Growth Scenario, Preparing Statement for each
alternatives of Conceptual alternatives as required by
Draft TP Scheme proposals the Authority; Report on
conceptual plan alternatives
and comparative assessment
5 Draft TP Schemes up to 24 weeks Reports, Maps (in 1:2,000 5 hard copies; 1 soft copy
Owners’ Meeting Stage scale), Forms and Schedules (copy of maps in
as prescribed in this RFP and AutoCAD and GIS
as required by the Authority platform)
6 Publication of Draft TP 30 weeks Reports, Maps (in 1:2,000 5 hard copies; 1soft copy
Schemes Stage scale), Forms and Schedules (copy of maps in
as prescribed in this RFP and AutoCAD and GIS
as required by the Authority
platform)
7 Submission of Draft TP 36 weeks Reports, Maps (in 1:2,000 7 hard copies; 1soft copy
Schemes Stage scale), Forms and Schedules (copy of maps in
as prescribed in this RFP and AutoCAD and GIS
as required by the Authority
platform)
8 Publication final TP Schemes 42 weeks Final Reports & Maps as 10 hard copies; 1
stage defined in 3.1.G &H, Forms, softcopy (copy of maps in
schedules and cost reports AutoCAD & GIS platform)
etc as prescribed in this RFP
and as required by the
Authority
Notes:
i) * The time is excluding the statutory time gap required for the process as per the Goa, Daman and Diu Town and
Country Planning Act, 1974 (Act 21 of 1975).
ii) The soft copy shall be submitted in CD/DVD or Pen Drive.

Page | 32
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

ii) The Consultant shall submit up to two copies of draft version of deliverables, minimum one
week (preferably two weeks) prior to the completion of timeline, at each respective stage as
per the table presented in (i) hereinabove. These copies shall be reviewed by the concerned
Authority and the Authority may give comments on these draft copies. The consultant shall
modify/revise as per the comments given by the Authority, and submit the deliverables at
each stage in no. of copies as mentioned in (i) hereinabove.
iv) The Consultant shall submit additional copies of deliverables other than as specified above
in (i) and (ii) upon requested by the Authority for any number of events. However, for such
additional copies the Authority may not consider to pay the consultant in addition to the
consultancy fees as per the unit rate mutually agreed between the consultant and the
Authority.
v) In case of delay in submission of any deliverables, the consultant may be given additional
time commensurate with the nature of delay and the reason thereof. This additional time
shall be called Remedy Period and shall be approved by the Authority in written on the
request sent to the Authority by the Consultant in writing. The Authority may or may not
approve such Remedy Period. The time of Remedy Period shall also be as approved by the
Authority. If the Consultant is not able to comply with the timeline including Remedy Period,
if any, it may attract Liquidated Damages at the sole discretion of the Authority
vi) The Authority shall not consider following circumstances as delay and time period required
for these circumstances shall be excluded from the delivery schedule, provided the
Consultant put proper and timely effort and resources as required to not to have any such
delay and shall keep the authority informed about such effort through proper
correspondence and providing proper evidence in this regard.

a. Delay in procurement of Satellite Image, if any procured by the Authority, and other
information which is not under purview or jurisdiction of the Authority.
b. Delay in approval of previous deliverables on which the subsequent deliverables
depend substantially.
c. Delay in obtaining data from Government offices/institutions.

Page | 33
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

3.3 Payment Schedule

i) Total Consultancy Fees payable to the Consultant shall be paid as per following schedule, on
completion of the respective stages.

Table 3-5: Payment Schedule

Sr. Stages Fees Payable


No. (% of Total Fees)
1 Submission of Inception Report 05%
Submission of Topographical Survey and Updated
2 Cadastral Map Authorization 10%
3 Submission of Base Map Stage 05%
3 Submission Concept Plan Stage 10%
4 Submission of Draft TP Schemes Stage 10%
5 Publication of Draft TP Schemes Stage 10%
6 Sanction of Draft TP Schemes by the Administration 20%
Publication of Final Town Planning Scheme by the
7 Administration 10%
After successful execution of Town Planning Scheme in
8 each Territory 20%

ii) The Authority shall endeavour to approve the deliverables within 15 days of submission of
the deliverables of the respective stage, and the fees payable for the respective stage shall
be released within 7 days from such approval.

3.4 Penalty

The Consultant will indemnify The Authority for any direct loss or damage, which may accrue
due to deficiency in services. Penalty shall be imposed on the Consultant for poor
performance/deficiency in services as expected from the Consultant as per annexure Payment
schedule. Penalty shall be imposed@of0.2% of the Agreement value (maximum 10% of the
agreement value). The penalty can be imposed for not following any terms or conditions of this
tender document. The penalty shall not preclude the authority from taking other measures,
including but not limited to blacklisting, termination of contract, forfeiture of performance
guarantee etc.
An automatic penalty of 1% of contract value for each weeks delay shall be imposed upon the
agency after 1 year of agreement.

Page | 34
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

4. Obligations and Undertakings

4.1 General Obligations of the Consultant


The Consultant shall:
i) Prepare the Draft Town Planning Schemes for PDA in accordance with the Goa, Daman and
Diu Town and Country Planning Act, 1974 (Act 21 of 1975)along with amendments made to
the Act, Rules, 1976.

ii) Provide all assistance to the Authority or its representative as they may reasonably require
for the approval of the all stages of the Draft Town Planning Schemes.

iii) Provide to the Authority, the deliverables as per timeline set in the RFP document and as
demanded by the Authority.

iv) Create a database of all information collected, catalogue it and make it available for
inspection and shall hand over the same to the authority from time to time and on
completion, in editable version. The database shall be the property of the Authority.

v) Conduct meeting every 2 weeks with the Authority to report the progress on the
assignment. The Consultant shall also submit a monthly progress report to the Authority.

vi) Ensure completion of the preparation of Draft Town Planning Schemes even in case of time
over run and delay in submission of deliverables.

vii) Make efforts to maintain harmony and good relations among the personnel employed in
connection with the performance of the consultants obligations under this RFP.

viii) Have requisite organization and designate and appoint suitably qualified personnel as it may
deem appropriate to supervise the execution of its obligation under this RFP and deal with
the Authority or its representative and to be responsible for all necessary exchange of
information required pursuant to this RFP.

ix) Undertake, do and perform all such act, deeds and things as may be necessary or required
to adhere to Completion of Work under and in accordance with this RFP.

x) Allow and entitle the Authority or a nominee of the Authority to step into this contract at
the Authority’s discretion, in place and substitution of the consultant in the event of
Termination pursuant to the provisions of this RFP.

4.2 Obligations of the Authority


The Authority shall:

i) Permit the consultant to work on the assignment site to execute its obligations.

ii) Grant or where appropriate provide necessary assistance to the consultant in securing
required permissions, information, data and documents in connection with preparation of
the Draft Town Planning Schemes.

iii) Make payments in timely manner as per terms mentioned herein for work completed in a
satisfactory manner.

Page | 35
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

5. General Conditions

5.1 Letter of Acceptance and Agreement


As the first step for the assignment, the Authority shall issue the successful bidder a Letter of
Acceptance. This letter will refer to the proposal and confirm its acceptance. The Authority and the
successful bidder shall then enter into an Agreement in due course which shall consist of Terms and
Conditions as mutually agreed between the parties and the additional terms that the Authority finds
suitable for carrying out the work pertaining to preparation of Draft Town Planning Schemes for
PDA as per the Terms of Reference mentioned in this RFP.

5.2 Performance Security


The successful Bidder shall deliver to the Authority, within 15 days of from the date of agreement,
an initial Performance Security in the form of Bank Guarantee for an amount equivalent to 2% of the
contract value. The Bank Guarantee shall be from the Nationalized/ Scheduled Banks or banks as
approved by PDA only.

5.3 Liquidated Damages


The consultant shall have to submit the deliverables as per timeline specified in the RFP. In case of
non-compliance, the Authority shall deduct 1% of the total contract value per week as Liquidated
Damages (LD) for each week of delay beyond the Remedy Period. The LD shall be considered up to
the previous week. For avoidance of doubt if the consultant submit the delayed deliverable in the
middle of the week he shall be liable to pay LD for only up to the end of the previous week and not
for any part of the week in which the Deliverable has been delivered.

The total value of such Liquidated Damage shall not exceed 15% of contract Value. For this purpose,
the Contract Value shall be counted exclusive of any payments that may be made for GST/Service
Tax.

5.4 Tax liability


The consultancy fees, as mentioned in the Financial Proposal or as finalized in the Agreement
subsequent to negotiations, should include all taxes applicable as on the date of submission of the
proposal except GST/Service Tax. Any deviation due to change in the rate of GST/Services Taxes
would be adjusted at actual. The Authority shall be entitled to deduct tax at source as may be
applicable.

Page | 36
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

5.5 Understanding of Terms


By submitting a proposal, each proposer shall be deemed to acknowledge that it has carefully read
all parts of this RFP, including all forms, schedules and annexes hereto, and has fully informed itself
as to all existing conditions and limitations.

5.6 Failure to Agree with the Terms and Conditions


Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute
sufficient grounds for the annulment of the award, in which event the Authority may award the
contract to the next best value bidder or call for new proposals.

5.7 Signing of Agreement


At the same time as Authority notifies the successful proposer that its proposal has been accepted
and after acceptance of the award of work by the successful proposer in writing, the Authority shall
enter in to a separate agreement, incorporating all conditions as mutually agreed between Authority
and the successful proposer. The terms and conditions of this RFP shall constitute the major part of
the agreement. Such Agreement may have additional clause and/or provisions that further explain
or clarify provision of this RFP, or certain provisions which the Authority may require to include as
per law or being a publicly owned institution, as per its practices.

5.8 Authority’s Right to Reject or Accept Any Proposal


Authority reserves the right to accept or reject any proposal, and to annul the bidding process,
modify evaluation/selection procedure and reject all proposals at any time prior to award of
contract, without thereby incurring any liability to the affected proposer or bidders or any obligation
to inform the affected proposer or Bidders of the ground for Authority’s action.

5.9 Appointment of Project Management Consultant


The Authority, as its own discretion, may appoint a Project Management Consultant (PMC) for
review and monitoring of the Draft Town Planning Schemes preparation by the consultant. The PMC
shall;

 Review and comment on the all deliverable submitted by the consultant.


 Monitor the specified timeline for deliverables and recommend liquidated damages, as
specified in the RFP, in case of delay.
 Coordinate between the Authority and the Consultant on fortnightly basis and report the
Authority regarding progress of the preparations.
The consultant shall cooperate with the PMC and revise, modify and expedite the submissions as
per its recommendation in consultation with the Authority.

Page | 37
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

5.10 Termination of Contract and Termination payment


The Contract may be terminated by either party:
i) By mutual agreement or by either party for its convenience by giving four week written
notice, or
ii) In case of breach by one party of the terms and conditions of this RFP and its failure to
remedy such breach within a period of four weeks from date of receipt of a default notice in
this regard from the non breaching party to the breaching party, or
iii) In case of the filing by or against the other party in any court of competent jurisdiction of a
petition in bankruptcy or insolvency, or for a scheme of rearrangement (reorganization) with
creditors, for the appointment of a receiver or trustees; or the making of an assignment for
the benefit of creditors.
In case of issue of termination notice, the Authority will pay Consultant all payments due as of the
termination date stated in the notice, including those for the proportion of work completed in the
ongoing stage, until termination as per list of deliverables and timeline for completion of work set in
the RFP document.

5.11 Confidentiality
The Consultant shall agree not to disclose to any third party or use confidential or proprietary
information of the Authority learnt during the course of the Work.

5.12 Liability
In no event shall the consultant or the Authority be liable, one to the other, for special or, indirect
damages in connection with or arising out of the furnishing performance or use of the services or
deliverables provided by consultant under the terms of this RFP.

5.13 Indemnity
The consultant shall, during the term of the whole contract, indemnify and hold the Authority
harmless from any loss, claim or damage, third party suit, proceedings, judgements, cost and
expenses (including reasonable attorney fees) relating to any infringement claim by a third party if
the same is based on any consultant materials provided to Authority by or on behalf of Consultant or
the access and use by Authority of any Consultant provided software or materials in connection with
Consultants performance of services hereunder without breaching the terms of the RFP.

5.14 Force Majeure


Should either Party be prevented from performing any of its responsibilities by reason caused by an
Act of God or any cause beyond its reasonable control including but not limited to work stoppages,
fires, riots, terrorist strikes, accidents, explosions, floods, cyclones, storms wars, revolutions, acts of

Page | 38
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

public enemies, blockages, embargos any laws, orders, proclamations, ordinances, demands or
requirements for any government or authority or representative of any such government including
restrictive trade practices or regulations strike, shutdowns, labour disputes which are not instigated
for the purpose of avoiding obligations herein failures and/or fluctuations in electric power, light,
telecommunications or air-conditioning equipment the time for performance shall be extended until
the operation or such cause has ceased, provided the party affected gives prompt notice to the
other of any such factors or inability to perform, resumes performances as soon as such factors
disappear or are circumvented. Under this clause, if either party is excused performance of any
obligation for a continuous period of 30 days, then the other party may at any time thereafter while
such performance continues to be excused, terminate the Contract without liability, by notice in
writing to the other. However, the aforementioned reasons do not include lack of personnel and
non-performance of third parties hired.
The Consultant shall not be entitled to any termination payment from the Authority in case of force
majeure, including termination of contract due to force majeure. Authority shall pay the consultant
all payments due as of the termination date as stated in the notice, including those for the
proportion of work completed fully in the on-going stage, until termination. The payment shall not
be released by the Authority until any due from Consultant under this contract is remained unpaid.

5.15 Independent Consultant


Consultant shall be deemed to be acting as an independent consultant of the Authority and shall not
be deemed an agent, legal representative, joint venture or partner of the Authority. Neither party is
authorized to bind the other to any obligation, affirmation or commitment with respect to any
person or entity.

5.16 No Transfer of Assignment


Neither party shall assign or transfer all or any of its obligation under this arrangement including any
statement of Work to any person without the prior written consent of the other party, which
consent shall not be unreasonably withheld or delayed.

5.17 Representations and Warranties of the Consultant


The consultant represents the warrants to Authority that:

i) It is duly organized, validly existing and in good standing under the laws of India;
ii) It has full power and authority to execute, deliver and perform its obligations under the RFP
and to carry out the transactions contemplated hereby;
iii) It has taken all the necessary corporate and other action under Applicable Laws and its
constitutional documents to authorize the execution, delivery and performance of the RFP
iv) It has the financial standing and capacity to undertake the Project;

Page | 39
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

v) The RFP constitutes its legal, valid and binding obligation enforceable against it in
accordance with terms hereof;
vi) It is the subject to civil and commercial laws of India with respect to the RFP and it hereby
expressly and irrevocably waives any immunity in any jurisdiction in respect thereof;
vii) The execution, delivery and performance of the RFP will not conflict with, result in the
breach of, constitute a default under or accelerate performance required by any of the
terms of the Consultant’s Memorandum and Articles of Association or any Applicable Laws
or any covenant, agreement, understanding, decree or order to which it is a party or by
which it or any of its properties or assets is bound or affected;
viii) There are no actions, suits, proceedings, or investigations pending or, to the Consultant’s
knowledge, threatened against it at law or in equity before any court or before any other
judicial, quasi judicial or other authority the outcome of which may result in the breach of or
constitute a default of the Consultant under the RFP or which individually or in the
aggregate may result in any Material Adverse Effect;
ix) It has no knowledge of any violation or default with respect to any order, writ, injunction or
any decree of any court or any legally binding order of any Government Agency which may
result in any material adverse effect or impairment of the Consultant’s ability to perform its
obligations and duties under the RFP;
x) It has complied with all Applicable Laws and has not been subject to any fines, penalties,
injunctive relief or any other Civil or criminal liabilities which in the aggregate have or may
have Material Adverse Effect;
xi) No representation or warranty by the Consultant contained herein or in any other document
furnished by it to Authority or to any Government Agency in relation to Applicable Permits
contains or will contain any untrue statement of material fact or omits or will omit to state a
material fact necessary to make such representation or warranty not misleading; and
xii) No sums, in cash or kind, have been paid or will be paid, by or on behalf of the Consultant,
to any person by way of fees, commission or otherwise for securing the RFP or entering into
of the Agreement or for influencing or attempting to influence any officer or employee of
authority in connection therewith.

5.18 Governing Law and Jurisdiction


The Contract shall be constructed and interpreted in accordance with and governed by the laws of
India and the Courts at Dadra & Nagar Haveli shall have jurisdiction over all matters arising out of or
relating to the Contract.

5.19 Ownership of Intellectual Property


i) The ownership of the soft and physical formats and of base maps, other maps, survey
reports, other reports, draft and final Development Plan and any other intellectual property
shall be with the Authority.
ii) The Authority shall not be obliged to pay for any incomplete work.

Page | 40
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Annexure- 1: Forms for Proposal

Formats for Proposal

 FORM 1: Covering Letter for Proposal Submission



 FORM 2: Power of Attorney of Bidder Appointing Designated Representative

 FORM 3: Self Declaration of Anti Blacklisting

 FORM 4: Financial Statement

 FORM 5: Curriculum Vitae (CV) for Project Team

 FORM 6: Project Description Sheet

 FORM 7: Activity Schedule

 FORM 8: Staffing Schedule

Page | 41
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 1. COVERING LETTER FOR PROPOSAL SUBMISSION

Date: __________

TO: FROM:
Member Secretary, <Name of the authorized signatory>
Planning and Development Authority, <Designation of the authorized signatory>
UT of Dadra and Nagar Haveli <Name of the Bidder>
<Address of the Bidder>

Subject: Proposal for providing Consultancy Services for ‘Preparation of Draft Town Planning
Schemes for Dadra& Nagar Haveli’

Dear Sir,

We, the undersigned, offer to provide the consulting services for ‘Preparation of Draft Town
Planning Schemes for Dadra and Nagar Haveli’ in accordance with your Request for Proposal.

We are hereby submitting our Proposal which includes Technical Proposal, and a Financial Proposal
sealed under separate envelopes. We are hereby also furnishing the Tender Fee and EMD as
prescribed in your RFP.

We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.

We undertake, if our Proposal is accepted, to initiate and complete the consulting services related to
the assignment immediately upon signing of an Agreement.

We understand you are not bound to accept any Proposal you receive or may cancel or postpone
the selection process without assigning any reason.

Yours faithfully,

<Signature, name and designation of the authorized signatory>


<Name of Firm>
<Address>

Page | 42
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 2. POWER OF ATTORNEY OF BIDDER APPOINTING DESGINATED REPRESENTATIVE


(Applicable in case of Proposal not being signed by Proprietor, Partner or Director of the applicant firm or
person having appropriate authority of the firm)

Date: __________

To,
Member Secretary,
Planning and Development Authority,
Dist- Dadra and Nagar Haveli

Dear Sir,

REF: Your Request for Proposal (RFP) for Preparation of Draft Town Planning Schemes for
Dadra& Nagar Haveli

<Name of the Designated Representative>, whose signature is attested below, is hereby authorized
by<Name of the Bidder> to negotiate and settle terms and conditions, finalize, approve, sign and
execute agreements, documents, endorsements, writings etc. on behalf of <Name of the Bidder>as
may be required by Planning and Development Authority to provide consultancy services for
Preparation of Draft Town Planning Schemes for Dadra& Nagar Haveli Planning and Development
Authority in accordance with the above-referred RFP, and is hereby further authorized to sign and
file relevant documents in respect of the above.

Yours faithfully,

< Signature, name and designation of the authorized signatory of the Applicant Firm >

Accepted

< Signature and name of the Designated Representative of the Bidder >

Witnesses:
1.
2.

Notarized
(Note: Any change in the Designated Representative should be informed to the Planning and
Development Authority)

Page | 43
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 3. SELF DECLARATION OF ANTI BLACKLISTING

(On a Stamp Paper of relevant value)

Anti-Blacklisting Declaration

I <Name of the Bidder> , <the names and addresses of the registered office> hereby certify and
confirm that we or any of our promoter/s / directors/s are not barred by Government of UT of Dadra
and Nagar Haveli/ and any other entity of GoG or blacklisted by any state government or central
government / department / Local Government / agency in India or from abroad from participating in
providing Consulting / Advisory Services of any kind, either individually or as member of a
Consortium as on the <Proposal Due Date>.

We further confirm that we are aware that our Application in pursuant to the RFP for Consultancy
Services for Preparation of Draft Town Planning Schemes for Dadra& Nagar Haveli Planning and
Development Authority would be liable for rejection in case any material misrepresentation is made
or discovered with regard to the requirements of this RFP at any stage of the Bidding Process or
thereafter during the agreement period. Dated this <Date>th Day of <Month>, 2019.

< Name of the Bidder >

< Signature, name and designation of the authorized signatory (not the Designated Representative)
of the applicant firm >

Date: __________
Place: __________

Page | 44
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 4. FINANCIAL STATEMENT

This is to certify that the audited turnover of <Name of Applicant Firm> for last three financial years
are as follows:

Annual Turnover
Sr. Financial Year
(in Rs.)
1 FY 2018-19

2 FY 2017-18

3 FY 2016-17

< Name, Sign and Seal of the Statutory Auditor/ Chartered Accountant, along with Registration
Number >
Date: __________
Place: __________

(Note: Please attach relevant pages of printed annual financial statement, Income Tax returns, and
Service Tax/GST returns for the three financial years for which the turnover details are presented in
the table above)

Page | 45
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 5. CURRICULUM VITAE (CV) FOR PROJECT TEAM

1. Proposed Position: (only one candidate shall be nominated for each position)

2. Name of Team Member: (Insert full name)

3. Current Position/Designation held with the Firm: (Also insert name of the Firm/Department)

4. Personal Details:
a. Date of Birth:
b. Gender:
c. Nationality:

5. Education:
(List in reverse order degrees obtained, college/university/institutes attended, any other
specialized education of team member, and dates of obtainment in the format given below)

Sr. Degree/ Course Name of Institute Period of Study

6. Employment/Experience:
a. Total Work Experience: (in years and months)

b. Employment Record: (List in reverse order of employment held by staff member


since graduation in the format given below)
Firm # (Employer’s Name / Name of Firm)
From: (Date) To: (Date)
Positions Held: (Designation as given by Firm/Employer)
 Key details of Assignment i.e. Main Project features, Scope
Key relevant of work, Client, Location, Final output etc.
assignments  Work undertaken, activities performed and responsibilities
that best illustrates capability to handle Tasks assigned

c. Ongoing Works/ Projects: (List the projects along with the said details which the team
member is presently working on)
Project Approx. Man-months
Name of Role/ Estimated Project
Sr. Commencement (to be engaged on the project
Work/Project Position Completion Time
Time for coming 9 months)
#

d. Languages Capability:
Languages Speaking Reading Writing
English
Gujarati
Hindi

Page | 46
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

7. Membership of Professional Associations:

Sr. Name of Institute Membership no. Year

8. Recognitions/Awards: (List the recognitions/awards with relevant details)

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 misstatement
described herein may lead to my disqualification or dismal, if engaged.

< Signature and name of team member >


Date: __________
Place: __________

< Signature, name and designation of the person signing the Proposal >
Date: __________
Place: __________

Page | 47
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 6. PROJECT DESCRIPTION SHEET

Provide information on best relevant projects carried out by the firm in recent past, maximum up to
10 such projects, in the format specified below along with relevant documentary proof.

Project Description Sheet - #


i. This project is about preparation of Town Planning Scheme as per the statutory provisions (under The
Goa, Daman and Diu Town and Country Planning Act, 1974 (Act 21 of 1975) or any similar Act in
India) - Yes/No
ii. This project is about preparation of Development Plan/ Master Plan as per the statutory
provisions(under the The Goa, Daman and Diu Town and Country Planning Act, 1974 (Act 21 of
1975)or any similar Act in India) - Yes/No
iii. Status of Project- Completed/Ongoing
Project Details
Name of Assignment/Project
Type
Location and Country
Project Area (in Sq. km.)
Name of Client
Start Date (Month/Year)
Completion Date (Month/Year) (If Ongoing, mention it)
In case of ongoing project- Stage of project
Approx Value of Services (in Rupees)
Consortium Details (in case the project carried out through consortium)
Name of Associated firm(s)
Lead Firm
Manpower Details
No of Professional Staff:
No of Man-Months:
Name of senior staff (Project Director/Co-ordinator, Team Leader) involved and functions performed:
Narrative description of Project:

Description of Actual Services provided by your staff:

Documentary Proof:
i. Work Order or Letter of Awards attached - Yes/No
ii. Completion Certificate attached - Yes/No
iii. Interim Certificate attached - Yes/No

Page | 48
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 7. ACTIVITY SCHEDULE

Indicate all main activities of the assignment, including delivery of submissions, in the form of a bar
chart as per the format given below.

S.No Key Stages Activities Week1 Week2 Week--- Week---- Week42


1 Inception Insert rows
stage for
activites
within
stage
asand if
required
2 Topographical
Survey and
updated
cadastral
maps
authorization
3 Base map
preparation
4 Concept Plan
stage
5 Draft TPS
upto owners
meeting
6 Publication of
Draft TPS
7 Submission of
Draft TPS to
the Govt
8 Publication of
Final TP
Scheme

Page | 49
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 8. STAFFING SCHEDULE

Indicate the level of involvement (in terms of time) of all the team members across the project
timeline in the form of a bar chart as per the format given below.

Sr.No. Key Stages Activities Week1 Week2 Week--- Week---- Week42


1 Inception Insert rows
stage for
activites
within
stage as
and if
required
2 Topographical
Survey and
updated
cadastral
maps
authorization
3 Base map
preparation
4 Concept Plan
stage
5 Draft TPS
upto owners
meeting
6 Publication of
Draft TPS
7 Submission of
Draft TPS to
the Govt
8 Publication of
Final TP
Scheme

Page | 50
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

FORM 9. FINANCIAL PROPOSAL (ONLINE ONLY)

Date: __________

Fees Quote (Rs. Per ha)


Project and Scope of Work Unit
In Figure In Words
Preparation of Town Planning Schemes Per
(spreading over an area of around 350 ha) in DNH, including Hectare
scope of work, tasks as mentioned in this RFP as per the (ha)
terms & conditions mentioned in this RFP document and as
per the provisions of Goa, Daman and Diu Town and Country
Planning Act, 1974 (Act 21 of 1975)

<Address>

Page | 51
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Annexure- 2: Map of Proposed TP Scheme Area

DNH Map showing indicative location of 3 Town Planning Schemes referred


in this RFP

Page | 52
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Page | 53
REQUEST FOR PROPOSAL (RFP): Consultancy Services for Preparation of Town Planning Schemes for DNH-PDA

Signature Not Verified


Digitally signed by RANJEET JAYRAM
PATOLE
Date: 2020.06.22 18:24:16 IST
Location: Dadra and Nager Haveli-DN

Page | 54

You might also like