You are on page 1of 37

JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LIMITED

Request for Proposal for Selection of Consultant for Preparation of Detailed


Project Report (DPR) for Redevelopment of Existing Housing Complexes at
Harmu Housing Colony, Argora Chowk and Bariatu Housing Colony

NIT No.: JUIDCO/ NIT/ RFP/ JHB/394

`
JULY – 2021
Jharkhand Urban Infrastructure Development Company Ltd,
3rd Floor, Pragati Sadan, near Kutchery Road
Ranchi, Jharkhand- 834001
DISCLAIMER
1. Though adequate care has been taken while issuing this Offer Document, the Consultants
should satisfy himself that the document is complete in all respects. Intimation of any
discrepancy shall be given to this office (as mentioned below) immediately. If no intimation
is received by this office within 3 days from the date of issue of the Offer Document, then
this office shall consider that the document received by the Consultants is complete in all
respects and that the Consultants is satisfied that the Offer Document is complete in all
respect.

2. JUIDCO reserves the right to change any or all of the provisions of this Offer Document
before date of submission. Such changes would be intimated to all parties procuring this
Offer Document before date of submission.

3. JUIDCO reserves the right to reject any or the entire offer without assigning any reasons
whatsoever. No correspondence will be entertained on this account.

Sd/-
Project Director (Technical)
JUIDCO Ltd. Ranchi.
JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LIMITED
3RD FLOOR, PRAGATI SADAN, KUTCHERY ROAD,
RANCHI 834 001, Jharkhand
PH: +91 651 2225878, E-MAIL: juidcolimited@gmail.com
CIN: U45200JH2013SGC001752

Notice Inviting Tender

NIT No.: JUIDCO/ NIT/ RFP/ JHB/ 394 Date: 15.07.202118.0

2.2021
National Competitive Bidding
Tender Notice

Request for Proposal for Selection of Consultant for


1. Name of the Work Preparation of Detailed Project Report (DPR) for
Redevelopment of Existing Housing Complexes at Harmu
Housing Colony, Argora Chowk and Bariatu Housing Colony
2. Mode of submission of bids Online Tender
Cost of Tender Document: 5000/- (Rupees Five Thousand) only
Tender Fee &Earnest Money (Non-refundable)
3.
Deposit (EMD) (In INR) Earnest Money Deposit (EMD) – Rs. 25,000/- (Rs. Twenty Five
Thousand) only
Date of starting of sale of
4. 16/07/2021 at 10.00 Hrs
online Tender
Date of Start of Submission
5. 16/07/2021 at 10.00 Hrs
of online Bids
Date Of Pre -Bid
6. Meeting
23/07/2021 at 15:00Hrs
Last Date/Time for
6. 04/08/2021 at 17.00 Hrs
submission of online bids
Last Date/Time for
7. submission of Tender fee 05/08/2021 at 17.00 Hrs
and EMD (Hard Copy)
8. Date of Online Bid Opening 05 /08/2021 at 17.30 Hrs
Jharkhand Urban Infrastructure Development Company Ltd,
Tender fee and EMD
9. 3rd Floor, Pragati Sadan, near Kutchery Road
submission address
Ranchi, Jharkhand- 834001
10. Helpline no. + 91 651 2225878

Note: Only e-tender will be accepted


Further details are available on Jharkhand Government e-procurement website https://jharkhandtenders.gov.in

Sd/-
Project Director (Technical)
JUIDCO Ltd.
JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LTD.
(Government of Jharkhand Undertaking)

INVITATION FOR BIDS (IFB)

NIT No.: JUIDCO/ NIT/ RFP/ JHB/394 Date: 15 /07/2021

Request for Proposal for Selection of Consultant for Preparation of Detailed Project Report (DPR)
for Redevelopment of Existing Housing Complexes at Harmu Housing Colony, Argora Chowk and
Bariatu Housing Colony

1. JUIDCO Ltd. under the administrative control of Urban Development and Housing Department,
Government of Jharkhand invites proposal for Selection of Consultant for Preparation of Detailed
Project Report (DPR) for Redevelopment of Existing Housing Complexes at Harmu Housing
Colony, Argora Chowk and Bariatu Housing Colony
2. Accordingly, online proposal is invited from experienced and well qualified consultants of
international / national repute having adequate experience of similar projects in India and abroad,
and capable in providing the Services in Ranchi Jharkhand.
3. The last date for submission of online offers is 04/08/2021 up to 17.00 Hrs
4. All communications including the submission of bid should be addressed to:
Project Director (Technical)
Jharkhand Urban Infrastructure Development Company Ltd,
3rd Floor, Pragati Sadan, near Kutchery Road
Ranchi, Jharkhand- 834001
Email: pdt.juidco@gmail.com
5. The technical part of this offer shall be opened on 05 /08/2021 at 17.30 in the office of JUIDCO
Ltd. The bidder or his authorized representative may choose to be present during opening of the
technical bid.
6. JUIDCO Ltd. reserves the right to accept or reject in part or whole any of the proposal received
without assigning any reason thereof.
7. Tender Fee, Earnest Money Deposit (EMD) of Work is defined in Table 1.1.
Table – 1.1
S. Earnest Money Cost of Tender Period of
Name of the Work
No. Deposit (EMD) Document Completion
1 2 3 4 5
1. Request for Proposal for Rs. 25000/-in form Rs. 5000/-in form of 2 months for
Selection of Consultant for of BG/Fixed Deposit Demand Draft of any DPR
Preparation of Detailed Project Receipt in favour of Nationalized or Preparation
Report (DPR) for Scheduled Indian Bank
Redevelopment of Existing “Managing Director,
in favor of “Managing
Housing Complexes at Harmu JUIDCO Ltd. Ranchi, Director, JUIDCO Ltd.
Housing Colony, Argora Chowk Jharkhand” payable Ranchi, Jharkhand”
and Bariatu Housing Colony at Ranchi payable at Ranchi
8. Period of availability of tender online, date & time of opening of online tender are as given in Table
Table – 1.2
S. Procurement Availability of tender Date & Time of
Place of opening
No. Agency online (Date & Time) Bid Opening
A B C D F
1. JUIDCO Ltd. 3rd Floor, Pragati Sadan, From 16/07/2021, 05/08/2021
near Kutchery Road, Ranchi, 10.00 at
Jharkhand- 834001 Hrs to 0 4 / 0 8 /2021, 17.30 Hrs
17.00
Hrs

9. Tender fee and EMD in original shall be submitted in the Office of JUIDCO Ltd. office on all working
days between 16/07/2021 at 10.00 Hrs. to 05 /08/2021 at 17.00 Hrs. either by registered
post/Speed post or by hand. Only those bids will be entertained whose Tender fee and EMD is
received before 05 /08/2021 at 17.00 Hrs. JUIDCO will not be held responsible for the postal delay,
if any, in the delivery of the document or non-receipt of the same.

10. The Bidder shall furnish Earnest Money Deposit (EMD) for the amount as mentioned in column 3
(as shown in Table – 1.1). EMD shall be in form of Bank Guarantee/FDR drawn on a
Nationalized/Scheduled Bank in favor of “Managing Director, JUIDCO ltd. Ranchi, Jharkhand”
payable at Ranchi.

11. Tender Fee and Earnest Money Deposit (EMD) envelop should contain the NIT No. and offer
notice no. and be addressed to JUIDCO Ltd, 3rd Floor, Pragati Sadan, near Kutchery Road, Ranchi,
Jharkhand- 834001, with detail of bidder’s addresses as well.

12. The undersigned reserves the right to accept or reject all proposals without assigning any reason. It
also reserves the right to postpone or to cancel the invitation and pre-bid meeting.

Sd/-
Project Director(Tech.) JUIDCO
Ltd.
Section-1
Instruction to Consultants for Proposal Submission
1. INTRODUCTION
Project Background
JUIDCO Ltd. under the administrative control of Urban Development and Housing Department,
Government of Jharkhand invites proposal for Selection of Consultant for Preparation of Detailed
Project Report (DPR) for Redevelopment of Existing Housing Complexes at Harmu Housing
Colony, Argora Chowk and Bariatu Housing Colony.

State of Jharkhand
i. Jharkhand is a new state located in the eastern part of India. It has been carved out of theState
of Bihar on 15th November 2000.
ii. There are 24 districts in the state.
iii. The state is rich in mineral and forest resource.
iv. The state has ample industrial and tourism potential.
Ranchi
v. Ranchi located at 23021’ N latitude and 85019’ E Longitude, situated in the heart of
Chhotanagpur Plateau at an altitude of 2034 feet above mean sea level.
vi. The landform is generally undulating
vii. Ranchi is located at the junction of NH 23 and NH 33.
viii. The average annual rainfall is 1530 mm.

About the Project

JUIDCO has a proposal for Re-development of existing Housing Complexes situated at: i) Near Argora
Chowk; ii) Harmu Housing Colony; iii) Bariatu Housing Colony meant for housing the LIG and MIG
citizens of the state under PPP Mode.

The existing housing complexes are situated over land parcels currently under the control of
Jharkhand State Housing Board.

The condition of the existing housing complexes is shabby and the no. of DUs in the existing G+3
blocks is lesser than the actual potential of the land as per the norms laid down under the provisions
of the Jharkhand Building Byelaws 2016 and its subsequent amendments and also the requirements.

Site:
The site area for the 3 locations as i.e. i) Near Argora Chowk; ii) Harmu Housing Colony; iii) Bariatu
Housing Colony has been detailed in the table below and locations have been provided under
Annexures:
Sl. Location Site Area No. of Existing No. of DUs
No. (in Acres) Blocks
1 Near Argora Chowk
2 Harmu Housing Colony
3 Bariatu Housing Colony

2. MINIMUM ELIGIBILITY CRITERIA


Technical capabilities:
i. Should have been in existence for minimum 05 years.
ii. Should have completed successfully a minimum of one similar assignment related to preparation
of DPR, bid document and selection of bidder on PPP basis with approved project cost of a
minimum of Rs. 20 Crores.
iii. Shall have adequate expertise, manpower to prepare the DPR and monitor the project during
the timeline.
iv. Shall not be blacklisted by any State/Central Department or PSU or Autonomous bodies. The
applicant must submit a duly notarized affidavit to this effect. Applications received without this
declaration shall stand automatically rejected.
Financial capabilities:
i. Consultant should have minimum average annual turnover of Rs. 75.00 Lakhs in last three
financial years from the date of publication of the RFP (Last 3 (three) financial years read as
2017-18, 2018-19, 2019-20).
ii. Consultant should have a positive net worth in last three years from the date of publication of
the RFP.
iii. Shall submit a copy of PAN Card and GST Registration details.
iv. Shall submit balance sheet & Profit & loss account statement for the last three financial
years certified by Charter Accountant.

3. ELIGIBLE BIDDERS
In order to qualify for the bid, the consultant may be:
i. A Company registered under Company’s Act 1956 or 2013.or
ii. Sole Proprietorship. or
iii. A Partnership firm registered under Partnership Act 1932. or
iv. Limited Liability Partnership registered under 'The Limited Liability Partnership Act,2008
v. Certificate of Incorporation and all relevant documents with statutory operationalpermission
in India are required with the submission of bid.
vi. Joint Venture/Consortium of the Consultants shall not be allowed for providing
consultancy services.

4. LANGUAGE OF THE OFFER


Applicant Firms are required to furnish all information and documents, as called for in this
Document, in English Language. Any printed literature furnished by the Applicant Firm may be in
another language, provided that this literature is accompanied by an English translation, in which
case, for interpretation of the document, the English version duly authenticated will prevail.
5. SIGNING OF THE OFFER
Consultant shall ensure that the online submitted RFP Document and the Technical
Proposal/Financial Proposal must be page numbered and signed by the duly authorized person
holding power of attorney for signing the offer document. A copy of registered power of attorney
shall accompany the offer.
6. COST OF OFFER
The Applicant Firm shall bear all costs associated with the preparation and online submission,
including cost of presentation for the purposes of clarification of the Offer, if any.
Any Applicant Firm wishing to undertake site visits for familiarization with site conditions may do
so. All costs towards site visits, conference and submission of documents shall be borne by the
Applicant Firm themselves.
All payments to the Consultant shall be made in INR in accordance with the provisions.

7. JUIDCO’S RIGHT TO ACCEPT ANY OFFER AND TO REJECT ANY OR ALL OFFERS
The decision of the CMD JUIDCO Ltd. regarding the opening of offers, evaluation and acceptance of
the offer shall be final and binding on all the Applicant Firms.
JUIDCO reserves the right to accept or reject any offer, and to annul the offer process and reject all
offers at any time prior to award of Offer, without thereby incurring any liability to the affected
Applicant Firm or Applicant Firms or any obligation to inform the affected Applicant Firm or
Applicant Firms of the grounds for the JUIDCO’s decision.

8. PERFORMANCE GUARANTEE
The selected applicant shall submit irrevocable performance bank guarantee, in prescribed format-
Form No. T-8 from a scheduled commercial bank, at the time of signing the agreement.
The successful applicant shall provide a Bank Guarantee amounting to 10% of the total Consultancy
fee towards Performance Guarantee in favour of “Managing Director, JUIDCO Ltd.”, Payable at
“Ranchi” for the agreement period.

9. SIGNING OF AGREEMENT
On receipt of the letter of intent (LOI), the successful Applicant Firm will report in the office of the
JUIDCO Ltd. with required non-judicial paper of appropriate amount, Performance Guarantee
within 15 (fifteen) days, for signing the formal agreement between the parties.
The signing of the agreement shall take place only after furnishing of performance guarantee as per
clause 8.2. The agreement will be signed by the legally authorized person of the Applicant Firm. If
the applicant fails to sign the agreement as per clause 9.1 in the specified period, the Ernest Money
Deposit (EMD), shall be forfeited.

10. TIME SCHEDULE OF CONSULTANCY


The total time duration assigned to the Consultant for Preparation of DPR is two months. The
consultant must follow the time schedule for each derivable as per clause 17 of section-1.

11. INFORMATION FOR CONSULTANTS FOR SUBMITTING THE ONLINE OFFERS


Submission of Offers:
i. Each submitted online offer should be complete in all the respects, including attachment of copy
of the Tender fee and EMD, which must accompany each submitted Offers. The Offers should
enclose duly filled forms as annexed along with.
ii. The Offers should include description of the firm / organization, the firm’s similar work
experience in the field of assignment, the qualification and competency of the personnel
proposed for the assignment and the proposed work plan methodology and approach in
response to suggested terms of reference. Necessary document in support of technical
capabilities in annexed format (T-1,T-2,T-3, T-4,T-5) must be submitted online.
iii. An affidavit swearing the correctness of technical data furnished also must be submitted as per
the annexed format (T-7).
iv. Financial proposal as per the form T-6 should be submitted in separate financial proposal
online folder.
v. The Tender fee along with the EMD as described in Procurement notice should be in a
sealed cover which will be received in the office of:
Jharkhand Urban Infrastructure Development Company Ltd,
3rd Floor, Pragati Sadan, near Kutchery Road
Ranchi, Jharkhand- 834001
Up to 17:00 hrs. Of 05 /08/2021
Technical Proposal
While submitting the online Technical Proposal, the Applicant firm shall ensure the submission of
following documents:
vi. The required similar work experience completion certificate and all requisite details.
vii. All forms are submitted in the prescribed formats and signed by duly authorizedsignatories
along with all relevant supporting documents;
viii. Power of Attorney, if applicable, is executed as per Applicable Laws;
ix. CVs of all Personnel proposed for DPR preparation have been included along with all relevant
supporting documents;
x. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down in
the RFP.
xi. The CVs shall contain an undertaking from the respective Key Personnel about his/her
availability for the duration specified in the RFP.
xii. Annual Turn Over in last Three Financial Years. The Turn Over should be certified by the
Statutory Auditor/ Chartered Accountant. Turn Over not certified by Statutory
Auditor/Chartered Accountant or not clearly stating that the turn over shall not be considered
for evaluation.
xiii. The technical proposal comprises of Form T-1, T-2, T-3, T-4, T-5, T-7, T-9, T-12, T-13.
xiv. Key Personnel proposed have good working knowledge of DPR preparation of Buildings.
xv. No Key Personnel should have attained the age of 75 (Seventy-five) years at the time of
submitting the proposal.
xvi. If an individual Key Personnel makes a false statement regarding his qualification, experience
or other particulars, or his commitment regarding availability for the Project is not fulfilled at
any stage after signing of the Agreement, he shall be liable to be debarred for any future
assignment of JUIDCO for a period of 5 (five) years. The award of this Consultancy to the
Applicant Firm may also be liable to cancellation in such an event.
xvii. The Technical Proposal shall not include any financial information relating to the Financial
Proposal.
xviii. The proposed team shall comprise of experts and specialists in their respective areas of
expertise and managerial/support staff such that the Consultant should be able to complete the
entire Consultancy services i.e. preparation of DPR, quality control, supervision, monitoring etc.
within the specified time schedule.
xix. JUIDCO reserves the right to verify all statements, information and documents, submitted by
the Applicant in response to the RFP. Any such verification or the lack of such verification by
JUIDCO to undertake such verification shall not relieve the Applicant Firm of its obligations or
liabilities hereunder nor will it affect any rights of JUIDCO there under.
Financial Proposal
i. Tenderers are required to submit their financial Bid quoting consultancy fees in lumpsum
(in Rs.) as per Form T-6 of this document.
ii. The total amount indicated in the financial Bid shall be without any condition attached or
subject to any assumption.
iii. The Financial bid should be submitted online in a format as per Form T-6. Financialproposal in
any other format shall be rejected for further Evaluation.
iv. The financial Bid shall include all the necessary taxes and GST applicable.
12 EVALUATION OF THE OFFER
The offers submitted will be evaluated using the following criteria:
S. No. Evaluation Criteria Maximum Marks
Consultant Experience in the relevant field during the last 5 years
1 25
from the date of publication of Tender.
2 Average Annual Turnover 35
Qualification & Experience of the Proposed Team (Please refer the
3 20
Experts & Inputs table below)
Presentation on Design basis, Approach, Methodology and work
4 20
plan
Total Points - 100

The number of points to be given under each evaluation sub-criteria for firm’s year of
establishment, similar work experience in the field of assignment and firm technical,
management skill, proposed Concept plan, work plan and methodology are:

Experience Criteria
Sr. No. Evaluation Parameter Marks
Consultant’s Experience in the relevant field during the Maximum Marks =
1 last 5 years from the date of publication of Tender. 25
Experience of preparation of DPR of a building project across
1.1 India with an approved project cost of minimum 10 Crores.
(5 marks for each project)
1.2 Up to 2 relevant projects Up to 5
1.3 From 3 up to 5 relevant projects Up to 15
Maximum up to 25
1.4 More than 5 relevant projects
marks

Sr.
Evaluation Parameter Marks
No.
Maximum
2 Average Annual Turnover
Marks = 35
2.1 up to 75 Lakhs 10
2.2 More than 75 Lakhs up to 1.00 Crore 20
2.3 More than 1.00 Crore up to 1.25 Crore 30
2.4 More than 1.25 Crore and above 35
Key Positions for DPR Preparation and Execution period:
Sr. Key Position No. of Qualification Relevant Marks Frequency
No. Personnel and Total Experience
Experience
1 Team Leader 1 Qualification: Minimum 10 years Total Marks – i. Stationed at
Cum PPP Graduate in of experience in 10 project location
Expert Civil/Municipal/ Project development Qualification up to finalization
Environmental/ on PPP basis and Total of DPR
Public Health including familiarity Experience – 5
Engineering with project Marks
with MBA in agreements,
Finance/PPP. tendering Relevant Work
arrangements, Experience as
Total project structuring, Team Leader– 3
Experience: risk management and Marks;
Minimum 10 successful project 1 Marks each
years implementation of at
least 2 projects on 1 mark – for
PPP mode. each additional
project, up to
maximum of 2
marks
2 Team 1 Qualification: Minimum 5 years’ Total Marks – 5 i. Stationed at
Member- Graduate in Law experience in Qualification project location
Procurement or equivalent Preparation of and Total up to finalization
Cum Legal with MBA. bidding documents, Experience – 3 of DPR
Expert Contract agreement, Marks
Total Negotiation, ii. Upon request
Experience: Assisting authority Relevant Work from the client
Minimum 5 in signing of Experience as regarding post
years concession Team Leader– 2 relevant issues
agreement at least 2 Marks;
PPP projects 1 Marks each
3 Team 1 Qualification: Minimum 10 years’ Total Marks – 2 i. Stationed at
Member- Architecture experience in similar Relevant project location
Architect projects. Qualification – 1 up to
Total Marks finalization of
Experience: Relevant DPR
15 years Experience in 2 ii. 1 visit per
similar project – month during
0.5 mark for each execution
4 Team 1 Qualification: Minimum 10 Total Marks – 2 i. Stationed at
Member – Masters in years’ experience in Relevant project location
Structural Civil designing of similar Qualification – 1 up to
Engineer Engineering projects. finalization of
Relevant DPR
Relevant experience
Total Experience in 4 ii. 2 visits per
of at least 1 similar
Experience: similar projects – month during
15 years project in above execution
0.25 marks for
areas. each
5 Team 2 Qualification: Minimum 5 years’ Total Marks – 1 Stationed at
Member – Diploma in experience in Relevant Project Site
Civil Site Civil similar works as Experience in 2 during execution
Engineer/ Engineering mentioned above. similar projects – of the project
Quantity Total 0.5 mark for each
Surveyor Experience: personnel
Minimum 10
years
The members mentioned in the table above will need to visit as per the above schedule and/ or as and
when needed by the Client. The consultant shall ensure that the above members are available whenever
called upon within 7 days of such request. The client shall send such requests in written to the Team
Leader/ Authorized Representative of the consultant.
Presentation on Concept Plan, Firms Methodology proposed for the assignment, work plan on the basis
of site appreciation.
S. Criteria Maximum
No. Marks
1 Design Basis: A brief presentation of the design ideas to be adopted for the works described
under above based upon the past experience of the designing of the project. (in sketch/ view/ 10
isometric form).
2 Technical Approach and Methodology: In this chapter please explain your understanding of
the objectives of the assignment, approach to the services, methodology for carrying out the
activities and obtaining the expected output, and the degree of detail of such output. You
should highlight the problems being addressed and their importance and explain the
technical approach you would adopt to address them. You should also explain the
methodologies you propose to adopt and highlight the compatibility of those methodologies
with the proposed approach.
Work Plan on the basis of site appreciation: In this chapter Please propose the mainactivities 10
of the assignment, their content and duration, phasing and interrelations, milestones
(including interim approvals by the Client), and delivery dates of the reports. The proposed
work plan should be consistent with the technical approach and methodology, showing
understanding of the Work/ Project Site and also the
TOR and ability to translate them into a feasible working plan.
Total Marks - 20

13 DECIDING AWARD OF OFFER


Quality and competence of the consulting service shall be considered as paramount requirement.
Quality and Cost Based Selection (QCBS) method for selection of suitable consultant for providing
Consultancy services shall be done. The decision of the award of the offer would be as defined:
Evaluation of Technical Proposal
In case a proposal fails in the preliminary examination on any points given in Cl. 2 & 3 of ITC, the
proposal shall be declared as substantially non-responsive.
Each applied bidder, who qualify the minimum eligibility criteria as mentioned in Clause 2 & 3 of
ITC shall be called for the Presentation.
Technical proposal scoring 70 marks and above out of the total 100 marks as per Cl. 12.1 and as per
the procedure for evaluation will be qualified and the financial bid of only those applicants will be
opened those qualified in the technical.

Evaluation of Financial Proposal


The financial Bid of only those consultants will be opened, who qualified in the Technical Bid.
All the proposals of cost shall include all the taxes, GST of the State Govt. /Central Government and
shall also include all other expenses, such as travelling, report printing etc. The proposal with the
lowest cost shall be given financial score of 100 marks and other proposal shall be given financial score
that are inversely proportional to their prices.
The consultant shall have to furnish component wise details of expenditure to be incurred to provide
the Consultancy Services, which should be submit by the consultant on demand by JUIDCO.
The total score for any firm shall be arrived at by weighing the technical marks obtained as per the
technical score criteria mentioned in Cl. 12.1 and financial marks and adding them. The weight of the
technical mark shall be 80 % that of the financial marks shall be 20 %.
The firm securing the highest total score will be then selected for providing the Consultancy Services,
for which, it shall have to execute a contract agreement with JUIDCO.

14. NEGOTIATIONS AND WEIGHT OF OFFER


The consultants must be prepared to furnish the detailed cost breakup and other clarifications with
respect to the proposals submitted by him, as may be required to adjudge the reasonableness of his
price proposals.
If the negotiations with the consultant / firms are successful, the award will be made to them. If
negotiations fail, then the second highest rank consultant may be invited for negotiations.
15. OTHER TERMS AND CONDITIONS
The Consultant shall abide by the instructions issued by the JUIDCO to him from time to time for the
timely completion of the assigned services.
Any entity which has been barred by the Central Government, any State Government, a statutory
authority or a public-sector undertaking, as the case may be, from participating in any project, and the
bar subsists as on the date of Proposal, would not be eligible to submit a Proposal.
An Applicant Firm should have, during the last three years, neither failed to perform on any agreement,
as evidenced by imposition of a penalty by an arbitral or judicial authority or ajudicial pronouncement
or arbitration award against the Applicant Firm, nor been expelled from any project or agreement nor
have had any agreement terminated for breach by such Applicant Firm.
While submitting a Proposal, the Applicant Firm should attach clearly marked and referenced
continuation sheets in the event that the space provided in the specified forms in the Appendices is
insufficient. Alternatively, Applicant Firms may format the specified forms making due provision for
incorporation of the requested information.
No Applicant Firm shall submit more than one Application for the consultancy work.

Clarifications:
Applicants requiring any clarification on the RFP may send their queries to the JUIDCO in writing before
the last date mentioned. The queries should be sent to pdt.juidco@gmail.com. The JUIDCO shall
endeavor to respond to the queries within the period specified therein.
JUIDCO will post the reply to all such queries on the e-portal Website of Jharkhand Government. JUIDCO
reserves the right not to respond to any questions or provide any clarifications, in its sole discretion,
and nothing in this Clause, shall be construed as obliging JUIDCO to respond to any question or to
provide any clarification.
Amendment of RFQ:
At any time prior to the deadline for submission of offer, JUIDCO, for any reason, whether at its own
initiative or in response to clarifications requested by an Applicant Firm, modify the RFP document
by the issuance of Addendum/ Amendment and posting it on the e-portal Website.
In order to afford the Applicant firms a reasonable time for taking an amendment into account, or for
any other reason, JUIDCO may, in its sole discretion, extend the Offer Submission/Opening Date.
The Applicant Firms shall submit the offer online in PDF format with all pages numbered serially and
by giving an index of submissions. Each page of the submission shall be initialed by the Authorized
Representative of the Applicant Firm as per the terms of the RFP.
The Consultant may familiarize itself with local conditions and take them into account in preparing
the Proposal. Consultant may visit the Client and Site before submitting a proposal and obtain for
itself on its own responsibility all information that may be necessaryfor preparing the proposal and
entering into a contract. The costs of visiting the Client shall be at the Consultant own expense.

16 Substitution of Key Personnel


JUIDCO will not normally consider any request of the Selected Applicant Firm for substitution of Key
Personnel as the qualification of the Applicant Firms based on the evaluation of Key Personnel and any
change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is
not available for reasons of any incapacity or due to health, subject to equally or better qualified and
experienced personnel being provided to the satisfaction of JUIDCO.
Substitution of the Team Leader will not normally be considered and may lead to disqualification of
the Applicant Firm or termination of the Agreement.
The Consultancy Firm shall have to open an office at Ranchi with all the mentioned and required Key
Personnel residing at Ranchi.
In the event that any of the personnel is found by the JUIDCO to be incompetent, or guilty of
misbehavior or incapable in discharging the assigned responsibilities satisfactorily, the JUIDCO may
instruct by giving a notice of 15 (Fifteen) days to the consultant, at the expense of the consultant, to
forthwith provide a replacement with suitable qualifications and experience acceptable to the JUIDCO.
The decision of JUIDCO in such as event shall be final and binding on the consultant.
17. TIME LINE FOR PREPARATION OF DPR AND PAYMENT SCHEDULE
Deliverables and Time Schedule for preparation of DPR
In pursuance of this TOR, the Bidder shall undertake/deliver the following deliverables (the
“Deliverables”) during the course of this Consultancy. Each deliverable shall include an executive
summary, analyses, assumptions, results of computations, tables, charts, recommendations, and
such other contents that generally comprise deliverables for similar consultancy work by way of
best practices. 10 (ten) hard copies and 3 (three) soft copies of all the Reports mentioned herein
below shall be submitted to the Authority. The deliverables shall include:

The following outputs are expected to be delivered in stages:


Payment Schedule
Sr. (in % of the lump Time
Item of Works
No. sum consultancy Schedule
fees)
Submission and Approval of Concept Plan-cum-
1 20% 4 weeks
Inception Report
Submission and Approval of Draft Feasibility Study
2 Report & Revenue Model and Draft Appraisal 10% 15 Days
Report.
3 Submission and Approval of Appraisal Report 10% 15 Days
4 Submission and Approval of preparation of RFP
10% 15 Days
and Draft Concession Agreement
5. Selection of Bidder 30% 1 Month
6. Signing of Agreement 20% 15 Days
Total 100%
Section -2
Terms of Reference & Scope of Services
Objective of the Assignment
The objective of the consultancy service is to prepare a Detailed Project Report (DPR) for demolishing
and Re-developing the existing Housing Complexes situated at: i) Near Argora Chowk; ii) Harmu
Housing Colony; iii) Bariatu Housing Colony under PPP Mode as per the prevailing Building Byelaws
and other municipal laws.
The few major objectives of the project shall include developing a Revenue Model, undertaking a
financial appraisal and assisting in the bidding process and award of the Project in a manner which
ensures:
i. Participation by the best available national & international companies in the bidding process.
ii. Allotment of the DUs built by the PPP partner to the occupants of the existing housing complex;
iii. Creation of extra space for accommodation of new beneficiaries by utilizing the land parcels to
their full potential.

2. Scope of Work under Preparation of DPR:


The scope of work would cover Preparation of Detailed Project Report (DPR) for demolishing and Re-
developing the existing Housing Complexes situated at: i) Near Argora Chowk; ii) Harmu Housing
Colony; iii) Bariatu Housing Colony, assistance in financial planning and modeling such that the
project can be made successful by appointment of a PPP partner and also completion of the
construction activities within the stipulated time ensuring quality.
It shall further include, time to time monitoring of the project during the implementation of the work
as per schedule mentioned in relevant clause/ requirement of client (the cost for the visits shall be
deemed tobe included in the financial proposal).

Preparation of Concept Plan –cum- Inception Report


Study of existing Infrastructure at the site and integrate it with the proposed Concept Plan.
Identification of potential activities that may be located in area with existing economic activities in
and around the respective locations.
Study of similar urban facilities and bench mark with national and international projects.
Study existing/ proposed national and international benchmark projects, their salient features and
important lessons relevant to the proposed context.
Define requirements of area, on – site and off-site infrastructure, investments for on–site andoff-site
infrastructure, agencies responsible for such development.
Develop revenue strategy for the proposed redevelopment project.
Define statutory approvals/clearances, if any, required for setting up and managing suchurban centre
and assist JUIDCO :
Prepare a three-dimensional model of suitable scale as and when required by the JUIDCO / local
authority at no extra cost.
The Concept plan shall be as per the latest Jharkhand Building Byelaws, and other state and central
Government standards ensuring utilization of land to its maximum potential.
To examine options for private sector involvement in development of such urban centers along
BOO,BOT, BOLT or other relevant formats or part involvement in development of onsite/ off site
infrastructure.
The Concept plan should be as per the requirement of the areas proposed under the redevelopment
plan.

To prepare Concept plan of such urban agglomerations with social amenities, recreational facilities
and infrastructural details etc.
To understand the methodology to be followed, the Work Plan and the schedule for submission of
sub-activities.

Preparation of Detailed Project Report (DPR)

 Be responsible for topo survey, Geotechnical investigation and engineering of works.

 Make site visits, undertake necessary reconnaissance survey and examine the potential and scope for
taking up urban development activities in the area.

 Interact with the Govt. designated concerned engineers/their authorized representatives/ JUIDCO
and get approval as per the requirement before proceeding with the surveys, leveling, sub soil
explorations, Geotechnical Investigation and designs as per requirement.

 It is expected that the Consultant would utilize all possible creative ideas to promote the basic concept
of the project, so as to enable maximum possible direct and indirect employment generation and
public benefit without affecting the viability of the Project.

 Prepare land use Plan for the structures proposed at the selected urban area.

 Prepare, discuss and get approval on the preliminary drawings/ designs as proposed in the Concept
Plan with JUIDCO and based on that prepare a block estimate based upon the latest prevailing JSoR/
DSR/ Plinth Area Rate/ others relevant SOR, for the project considering various provisions such as:
o Civil Construction;
o Public Health Engineering (Sanitary, Plumbing, Water Supply, Solid Waste, Drainage and Sewerage
Design etc. - both internal and external) including Rain water harvesting system etc.;
o Electrical works (both internal and external);
o Relevant mechanical system etc.;
o Site development including Roads and Parking design;
o Firefighting; etc.

 Obtaining approvals by competent government authority (TA/ TS) on the estimates prepared
following the latest schedule of rates, etc. for works involved for arriving at a relevant cost for the
proposed project.

 The consultant shall visit the site from time to time during the Construction period for site
coordination/ quality monitoring etc.

 Assist JUIDCO:
o in obtaining all the statutory approvals/clearances, if any, required for setting up and managing
such urban centre;
o in obtaining approval of all the competent authorities and other statutory bodies like Ministry of
Environment and forests, State Pollution Control Board, civil aviation, and local development
bodies etc. as applicable necessary according to the local Acts, Laws, Regulations, etc. and make
any changes desired by such authorities at no extra cost
o in obtaining approval of the drawings from relevant local statutory body & obtain
Commencement Certificate from local bodies leading to commencement of construction of the
project. in obtaining NOCs (no objection certificates) from Chief Fire Officer, Executive Engineer
(Storm water drainage), Executive Engineer (sewerage planning), Hydraulic Engineer,
Insecticide Officer all of Municipal Corporation / Local Bodies, Civil Aviation, etc. as per the
requirement.
o In Obtaining approval of electrical drawings from Central / State Electrical Inspectorate, as
applicable.
 Studying and suggesting revisions if any, in the drawings as prepared and submitted by the
concessionaires before Vetting of the drawings from reputed government institutions preferably
from i. NIT, Jamshedpur; ii. BIT, Sindri and iii. BIT, Mesra.

 Project Feasibility Report, along with the Operation & Maintenance Manual and the relevant
schedules of the Concession Agreement. These will indicate the nature and extent of infrastructure
made available to concessionaire, facilities and services to be provided by the Concessionaire. Project
Feasibility Report shall also include those elements of the Project that are independent of commercial
development (the “Mandatory Capex Report”). The Bidder shall Review and comment on the cost
estimates contained in the Project Feasibility Report. The Bidder shall also make a detailed
assessment of Operation and Maintenance expenses on Facility Management to be incurred by the
Concessionaire during the entire Concession period based on standards and specifications laid down
in the Manual. While doing so the Bidder should analyze different business scenarios, with different
product mix, for the Facility Management and recommend a suitable business model.

 The Bidder shall carry out market surveys to prepare a reasonable estimation of the likely revenues
of the Concessionaire from Facility Management (the “Facility Revenues”) and from commercial
components excluding Facility Management (the “Commercial Revenues”). It shall propose of various
possible alternatives for revenue maximization and preparation of a detailed financial and revenue
model for the Project;

 undertake extensive market and business demand and potential investor analysis to lay-out the
framework for different scenarios of business structure (Sports & Health Facilities, Kids Club, Gaming
Zones, food courts and other facilities) and the Portfolio optimization/ Optimal product mix strategy
for development of the project.

 The Bidder shall also study the best practices of PPPs for similar projects and incorporate these
within the Inception Report.

 Identification and quantification of estimated financial impact of the Project on government


resources;

 Undertake preparation of detailed financial model from perspective of the concessionaire(s) as well
as assessment of financial implications of such an arrangement for the Authority under various
scenarios. The exercise of preparation of financial model will include:

o Advising the Authority on tax related issues arising out of project structuring.

o assessment of how operating expenses and commercial revenues could be expected to change
during the project life cycle based on discussed roles and responsibilities of the Concessionaire

o Calculation of Project cost based on the methodology discussed and agreed with Client.

o Review and estimation of the Capex for the Project in consultation with the Client.

o development of various possible alternatives for revenue maximization and preparation of


Revenue Model for the Project;

o Preparation and submission of a financial-cum-appraisal report.

o Other relevant aspect, if any.

 In making its projections, recommendations and Reports, the Bidder shall identify the underlying
assumptions and reach an agreement with the Authority in relation thereto. The services to be
rendered by the Bidders are briefly explained hereunder:

 The Bidder shall be responsible for review of the financial parameters and examination of the viability
of the Project. The Bidder will also render advisory services for conducting the bid process and will
assist in the preparation of bidding documents and in conducting the bidding process for selection of
the concessionaire(s) for the project. The Bidder shall also maintain, update and disseminate the
necessary data and information related to the Project and the bid process. During interaction with
the bidders and stakeholders, the Bidder shall assist the Authority in responding to all queries
satisfactorily and within the specified time. The Bidder shall render advisory services up to the
signing of the Concession Agreement and beyond as stated in relevant clause of this RFP.

 Project Feasibility Report along with the Concession Agreement will indicate the nature, extent &
feasibility of new infrastructure, facilities and services to be provided by the Concessionaire to meet
the project objectives. In the Feasibility Study Report the cost estimates, appropriate provisions to be
made for physical and price contingencies, financing costs, interest during construction, etc.

 Product Mix and Estimation of Revenues: The Bidder shall perform demand estimate for the proposed
product mix. Basis of this the Bidder shall evaluate the available data and information with a view to
preparing a reasonable estimation of the likely revenues from the Project and from other sources of
revenue, if any. It shall propose various options for optimizing such revenues.

 Development of Revenue Model: The Bidder shall come out with different revenue models comparing,
identifying & quantifying all costs, expenses and revenues of the Project, and shall prepare cash-flow
statements for the concession period. Based on the above, the Bidder shall prepare a detailed
Financial and the Revenue Model which will indicate the possible capital structure, likely sources of
financing, the costs of financing, the cash flow, debt service, return on investment, potential sources
of revenue, Net Present Value, IRR, Payback Period, Profitability Index detailed scenario analysis,
contingencies etc. (the “Revenue Model”). This would also include sensitivity analysis in relation to
the critical parameters of the Revenue Model.

 Project Appraisal: Based on the parameters specified in the draft Bid Documents as well as the
Revenue Model, the Bidder shall prepare an Appraisal Report for the Project outlining the salient
features of the Project, its financial viability over appropriate period of time and its social and
economic benefits. The Bidder shall work out the financial viability of the Project. The Bidder shall
revisit and incorporate suggested changes by the Authority in the Project Feasibility Report, Manual
and the draft Concession Agreement & estimate the capital costs, O&M costs, revenues etc. and
prepare a financial appraisal report for the Project (the “Appraisal Report”).

 Assistance in Obtaining Upfront Approvals & Clearances: The Transaction Advisor shall prepare a
consolidated list of approvals/consents/clearances as required from Government Instrumentalities
for implementation and Operation & Maintenance of the Project. The Transaction Advisor in
consultation with the other Bidder working on the project, if any, shall further advice the Authority
for obtaining requisite approvals and clearances upfront/prior to the bid with the intent to provide
better certainty to potential investors and hence maximize the returns to the exchequer.

 Assistance in preparation of Bid Documents: The Bidder shall assist in preparing the Request for
Proposal (RFP) and the Draft Concession Agreement (DCA). It may also suggest improvements in the
development plan and in the Bid Documents. For this purpose, the Transaction Advisor shall work
closely with the Authority and its legal advisers and other Bidders/Agencies. Bid documents would
include the draft Concession Agreement and the Project Feasibility Report. Bids to be submitted by
the bidders shall be based on the aforesaid Bid Documents.

 Assistance in the Bid Process: The Bidder shall assist the Authority during the bid process for
selection of the Concessionaire from among the bidders and till the signing of the Concession
Agreement. This will primarily relate to participation in pre-bid meetings and answering questions
or issuing clarifications with the approval of the Authority. The Bidder shall also assist the Authority
in engaging with the bidders on different aspects of the Project such as its assets, the process of the
transaction, the Revenue Model and the structure of the Project. The Bidder shall assist the Authority
in evaluating the financial proposals and in engaging with the selected bidder till execution of the
Concession Agreement. It will also assist the Authority in preparing internal notes and projections for
securing governmental approvals, if any.

 The Bidder shall provide such other advice and assistance as may be necessary and incidental to the
Services and as may be requested by the Authority in respect of the Project, including but not limited
to attending meetings, conferences and discussions with the Authority, and shall otherwise advise on
and assist the Authority on the diverse commercial issues that may arise from time to time. The
Bidder shall be responsible primarily for providing advice relating to financial issues arising from or
during the course of the bidding process and the documents relating thereto.
Bid Process Management
The Bidder shall assist in preparing the Request for Proposal (RFP) for selection of relevant
concessionaire and subsequently the Draft Concession Agreement (DCA). It may also suggest
improvements in the development plan and in the Bid Documents. For this purpose, the bidder shall
work closely with the Authority and its legal advisers and other Concessionaire/Agencies. Bid
documents would include the draft Concession Agreement and the Project Feasibility Report. Bids to be
submitted by the bidders shall be based on the aforesaid Bid Documents.

The Bidder shall assist the Authority during the bid process for selection of the Concessionaire from
among the bidders and till the signing of the Concession Agreement. This will primarily relate to
participation in pre-bid meetings and answering questions or issuing clarifications with the approval of
the Authority. The Bidder shall also assist the Authority in engaging with the bidders on different aspects
of the Project such as its assets, the process of the transaction, the Revenue Model and the structure of
the Project. The Bidder shall assist the Authority in evaluating the financial proposals and in engaging
with the selected bidder till execution of the Concession Agreement. It will also assist the Authority in
preparing internal notes and projections for securing governmental approvals, if any.
3 DELAY/ DEFICIENCY IN THE PERFORMANCE
Timely implementation of the project shall be as per the provision mentioned in the agreement.
In case of delay/ deficiency in the implementation of the project and/or any delay in performance
during the contract period, the Consultant shall be liable to any or all of the following actions:
(i) Imposition of Liquidated Damages.
(ii) Imposition of Penalty for deficiency in services
(iii) Forfeiture of performance guarantee.
(iv) Termination of the Contract for default.
If at any time with respect to commencement of the project as required or during performanceof
contract the Consultant may face difficulties impeding timely completion of the project under the
contract and/or performance of services, the Consultant shall promptly inform the JUIDCO in
writing of the fact of the delay within 24 hours and its causes and likely duration.
As soon as practicable, after receipt of the Consultant notice, JUIDCO shall assess the situation and
may at its discretion extend the time for commencement and/or performance with orwithout
Liquidated Damages.

4 LIQUIDATED DAMAGES
In the event of failure of the implementation of the project by the Consultant as per the provision
mentioned in the agreement, the JUIDCO reserves the option to recover liquidated damages, and
not by way of penalty, for late implementation from the Consultant in the following manner: -
Sr. No. Details of delay Liquidated Damage tobe
charged
(i) For delay up to 25% of the DPR preparation period 2.5% of the offer price
For delay of more than 25% and up to 50% of the
(ii) 5.0% of the offer price
DPRpreparation period
For delay of more than 50% and up to 75% of the
(iii) 7.5% of the offer price
DPRpreparation period
For the delay more than 75% of the DPR preparation 10% of the offer price
(iv)
period (maximum)
The aforesaid chargeable liquidated damages, if not paid by the Consultant, would be
recoverable under the relevant provisions of Public Damage Recovery Act’1914 by the JUIDCO.

PENALTY FOR DEFICIENCY IN SERVICES:


In addition to the liquidated damages not amounting to penalty, warning may be issued to the
Consultant for minor deficiencies on its part such as i.) any abnormalities found in the estimate during
execution; (ii) in case of absence of the desired manpower from site in general or in such a case when
the client has requested for his/ her presence in written. In the case of significant deficiencies in
Services causing adverse effect on the Project or on the reputation of the JUIDCO, other penal action
may be taken by JUIDCO, including recovery of up to 10% from the payable consultancy fee; or
debarring for a specified period or with holding.
In the event of total default / failure by the Consultant in providing the Services, JUIDCO reserves the
right to get the Services executed by any other consultant at the cost and risk of the Consultant.
NO CLAIM ARRANGEMENTS
The Consultant shall not be entitled to make any claim, whatsoever, against the JUIDCO, under by virtue
of or arising out of, this contract, nor shall the JUIDCO entertain or consider any such claim, if made by
the Consultant and Consultant shall have to sign a "no claim" certificate in favour of the JUIDCO in such
forms as shall be required by the JUIDCO after the expiry of the agreement.
NEGATION OF CORRUPT PRACTICES
JUIDCO is a public service agency and requires serving honestly, diligently and timely. The Consultant
would be the assisting agency of the JUIDCO; therefore, he is also required to maintain highest
standards of honesty and ethics. The Consultant is advised to refrain from the corrupt and fraudulent
practices during the execution of the contract. Corrupt and fraudulent practices are defined as follows:-
“Corrupt Practice” means behavior of Consultant including his personnel by which they improperly
and unlawfully enrich themselves and/or those close to them, or induce others to do so, by misusing
the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of
anything of value.
“Fraudulent Practice” means a misrepresentation of facts in order to influence, and collusive practices
of the Consultant.

DETAILS TO BE KEPT CONFIDENTIAL


The consultant shall treat the details of the agreement as private and confidential, save in so far as may
be necessary for the purposes thereof, and shall not publish or disclose the same or any particulars
thereof in any trade or technical paper or elsewhere without the prior consent in writing of the JUIDCO.
If any dispute arises as to the necessity of any publication or disclosure for the purpose of the
agreement the same shall be referred to the Principal Secretary/Secretary, Urban Development and
Housing Department, whose decision shall be final.

The Consultant or his representative should neither disclose the data nor sell the data or use
it for commercial exploitation or research work without the written permission of the
Principal Secretary/Secretary, Urban Development& Housing Department.
TRANSFER OF RIGHTS
The Consultant shall not transfer the agreement or part of the agreement to anybody.
DECISIONS AND INTERPRETATION
Except where otherwise specifically stated, the office designated by JUIDCO will decide the agreed
matter between the JUIDCO and the Consultant and the matter shall be referred to the Principal
Secretary/Secretary, Urban Development& Housing Department, whose decision would be final and
binding on both the parties.

In case of dispute over the interpretation of any clause of agreement, decision of Principal
Secretary/Secretary, Urban Development& Housing Department shall be final and binding.

SUSPENSION

The JUIDCO may, by a written notice to the Consultant, suspend the agreement if the Consultant fails
to perform any of its obligations under this agreement, including the carrying out of the services.
Provided that such notice of suspension:
(i) Shall specify the nature of the failure, and
(ii) Shall direct the Consultant to rectify such failure within a specified period from the date of receipt
of such notice of suspension.
No payment shall be made to the Consultant for such suspended period and no damage
shall be claimed on account of this suspension.
DISQUALIFICATION
JUIDCO, in its sole discretion and at any time during the processing of Offers, may disqualify any
Applicant Firm from the offer process, if:
Firms not meeting eligibility criteria.
Firms made misleading or false representations in the forms, statements and attachments submitted
in proof of the eligibility requirements.
An Offer not valid for at least 180 days shall be considered as non-responsive and would be
disqualified.
If found to have record of poor performance such as abandoning works, not properlycompleting the
agreement, inordinately delaying completion, being involved in litigation or financial failures, etc.
Submitted Offer which is not accompanied by required documents is non-responsive.
Failed to provide clarifications related thereto, when sought.
Submitted more than one Bid. This will cause disqualification of all Bids submitted by such applicants.

Bidder, who are found to canvass, influence or attempt to influence in any manner the qualification
of selection process, including without limitation, by offering bribes or other illegal gratification shall
be disqualified from the process at any stage.

TERMINATION OF THE CONTRACT


JUIDCO shall have a right to cancel the agreement if the Consultant commits breach of any
condition. Breach of agreement include, but are not limited to, the following:
It is found that the time schedule of implementation of the scheme is not being adhered to,
The Consultant stops work & such stoppage has not been authorized by the JUIDCO.
The Consultant may become bankrupt or goes into liquidation,
The JUIDCO gives notice to correct a particular defect/irregularity and the Consultant fails to correct
such defects/irregularity within a reasonable period of time determined by the department,
In case the Consultant fails to carry out the instructions/orders issued by the JUIDCO from time to
time during the currency of the agreement and fails to comply with the laws applicable in the State.
The Consultant fails to deliver any or all of the obligations within the time period(s) specified in the
agreement, or any extension thereof granted by JUIDCO.
The Consultant fails to perform any other obligation(s) under the agreement.

Because of breach of agreement by the Consultant for any of the above reasons, JUIDCO shallhave
the right to terminate the agreement and invoke the performance bank guarantee.
CESSATION OF RIGHTS AND OBLIGATIONS
Upon termination of the agreement, or upon expiry of this agreement, all rights andobligations of
such parties hereunder shall cease, except:
Such rights and obligations as may have accrued on the date of termination or expiry.
The obligation of confidentiality set forth.
Any right which a party may have under the applicable law.
CESSATION OF SERVICES UPON TERMINATION
Upon termination of the agreement, the Consultant shall, immediately upon dispatch or receipt of
such notice, take all necessary steps to bring the services to a close in a prompt and orderly manner.
DISPUTE RESOLUTION
JUIDCO and the Consultant shall make every effort to resolve amicably by direct negotiations, any
disagreement or dispute, arising between them under agreement.
If after 30 days from the commencement of such direct negotiations, the dispute is not resolved it
shall be referred to Principal Secretary/Secretary, Urban Development& Housing Department, Govt.
of Jharkhand, where decision shall be final and binding upon both parties.
Pending the submission of and/or decision on a dispute, difference or claim or until the matteris
decided by Principal Secretary/Secretary, Urban Development& Housing Department, Govt.

of Jharkhand; the Consultant shall continue to perform all its obligations under this agreement
without prejudice of final adjustment in accordance with such award.
JUIDCO may terminate this agreement, by giving a written notice of termination of minimum 30 days,
to the Consultant, if the Consultant fails to comply with any decision delivered by Principal
Secretary/Secretary, Urban Development & Housing Department, Jharkhand.

FORCE MAJEURE
Notwithstanding the provision as mentioned in the RFP, the Consultant shall not be liable for
liquidated damages or termination for default, if and to the extent that, it’s delay in performance or
other failure to perform its obligation under the agreement is the result of an event of Force Majeure.
For purpose of this Clause, “Force Majeure” means an event beyond the control of the Consultant and
not involving any fault or negligence and not foreseeable. Such events may include, but are not
restricted to, acts of JUIDCO either in its sovereign or agreement capacity, wars or revolution, fires,
floods, epidemics, quarantine restrictions and freight embargoes, but does not include failure of
electricity, printing system or non-availability of raw material as a cause beyond control.
If a Force Majeure situation arises, the Consultant shall promptly notify JUIDCO in writing within 24
hours of such conditions and the cause thereof. Unless otherwise directed by the JUIDCO in writing,
the Consultant shall continue to perform its obligations under the agreement as far as is reasonably
practical and shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
JUIDCO may terminate this agreement, by giving a written notice of minimum 30 days to the
consultant, if as a result of Force Majeure; the Consultant is unable to perform a material portion of
the services for a period of more than 60 days.
Form T – 1
BIDDER DETAILS

1. Name of bidder

2 (a) Address of bidder


(b) Phone no:

(c) Fax no.


(d) E mail

(e) Website
3 Legal status of bidder (Attach copies of original document
defining the legal status).
The applicant is:
a) An individual
b) A proprietary Firm
c) A Firm in partnership
d) A limited company or corporation.
4 Name of authorized signatory to bid

(a) Designation
(b) Phone (Landline) Phone (Mobile)
(c) Fax
(d) Email
5 NAME, address, Tel No. Fax, email at which communication to
be sent in respect of bid
6 Names of the present Proprietors/ Partners/Board of
Directors

(SIGNATURE OF AUTHRIZED SIGNATORY AND SEAL)


Form T – 2
The firm’s experience of the last 5 years in the field of assignment (Please also enclosed the
supporting documents)

S. No. Name of Nature Name of the Total Date of Status of Remarks


the of the Department Cost of commencement the about the
Project project the of the Project Project completion
Project of the
project by
the
concerned
Department
1 2 3 4 5 6 7 8

(SIGNATURE OF AUTHRIZED SIGNATORY AND SEAL)


Form T – 3
The Qualification & Competence of the personnel proposed for the assignment as mentioned
in Clause 12.1.

Name of the
Sl. Academic Relevance Experience in the Total
person Remarks
No. Qualifications respective field Experience
concerned
1 2 3 4 5

(SIGNATURE OF AUTHRIZED SIGNATORY AND SEAL)


Form T – 4
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY STAFF
1. Proposed Position:
2. Name of Staff:
3. Date of Birth:
4. Nationality:
5. Educational Qualification:
6. Membership of professional societies:
7. Publications:
8. Employment Record:
(List all positions held by staff member since graduation, giving dates, names of employing
organization, title of positions held and location of assignments. For experience period of
specific assignment must be clearly mentioned along with certificate for all the key
personal).
9. Summary of the CV
(Furnish a summary of the above C V. The information in the summary shall be precise
and accurate. The information in the summary will have bearing on the evaluation of the
CV.)
Education:
(i) Field of Graduation and Year
(ii) Field of post-graduation and year
(iii) Any other specific qualification
Experience
(i) Total experience in relevant building sector ....... Years.
(ii) Responsibilities held .................................................. Years.
(iii) Total Experience: .................................................. Years
(iii) Relevant Experience: ................................................ Years.
Permanent Employment with the Firm (Yes/No):
If yes, how many years:
If no, what is the employment?
Arrangement with the firm?
Certification:
1. I am willing to work on the project and I will be available for entire duration of the
project assignment and I will not engage myself in any other assignment during the
currency of his assignment on the project.
2. I, the undersigned, certify that to the best of my knowledge and belief, this bio- data
correctly describes myself, my qualification and my experience.

Signature of the Candidate


Place
Date
Signature of the Authorized Representative of the firm ___________________
Place
Date
Form T-5

Details of Resources Sheet - Equipment &Software’s owned by the Agency and likely to
be used in carrying out the Work
Sr. No. Name of Equipment’s/software’s owned by Status –Available/ Not
company or to be proposed in the project Available

(SIGNATURE OF AUTHRIZED SIGNATORY AND SEAL)


Form T-6
FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]

To:
Project Director (Technical),
JUIDCO Ltd. 3rd floor, Pragati Sadan,
Kutchery Chowk,
Ranchi, Jharkhand

Dear Sir /Madam:

Subject :Request for Proposal for Selection of Consultant for Preparation of Detailed Project Report (DPR) for
Redevelopment of Existing Housing Complexes at Harmu Housing Colony, Argora Chowk and Bariatu Housing
Colony

We, the undersigned, offer to provide the consulting services for [Insert name of Assignment] in
accordance with your RFP dated [Insert Date].
{The Applicant shall quote Consultancy Charges for preparation of DPR in lump sum basis for the
project; all inclusive of taxes, GST etc.}.
Consultancy
Charge (in lump Consultancy Charge
Sr. Name of Assignment (in lump sum basis)
sum basis)
No. (in words)
(in figures)
Request for Proposal for Selection of Consultant for
Preparation of Detailed Project Report (DPR) for
1. Redevelopment of Existing Housing Complexes at
Harmu Housing Colony, Argora Chowk and Bariatu
Housing Colony
Quote based on the Quote based on the
no. of visits stated in no. of visits stated
Sl. relevant clause in relevant clause
NO Personnel (lump sump basis ) (lump sump basis)
(in figures) (in words)
2 For deputation of manpower
2.1 Team Leader Cum PPP Expert
2.2 Team Member-Procurement Cum Legal Expert
2.3 Team Member- Architect
2.4 Team Member – Structural Engineer
2.5 Team Member – Civil Site Engineer/ Quantity Surveyor
Total of 2.1 upto 2.5 (3)
Total Consultancy Charge (4 = 3+1)
Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Proposal.

No fees, gratuities, rebates, gifts, commissions or other payments have been given or received in
connection with this Proposal.
We understand you are not bound to accept any Proposal you receive.

Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Form T – 7
AFFIDAVIT
(IN NON JUDICIAL STAMP PAPER)

I, …………………………………………. S/o ……………………………………………… Director of M/s


………………………………………… having its registered office at ……………………………………………………
do hereby solemnly affirm and declare as follows:
1. That I have been authorized to execute this affidavit on behalf of this company by the
Board of Directors vide its resolution passed on ……….
2. That JUIDCO vide advertisement published in ...........................................had invited offers for
Request for Proposal for Selection of Consultant for Preparation of Detailed Project
Report (DPR) for Redevelopment of Existing Housing Complexes at Harmu Housing
Colony, Argora Chowk and Bariatu Housing Colony.
3. That in response to the said advertisement as stated in paragraph (2) above, our firm has
submitted its online proposal to JUIDCO.
4. That the proposals of our firm M/s ……………………………………….. containing necessary
information and particulars furnished as per given Performa, detailing therein :
a. Firm’s general experience in the field of assignment / work.
b. The qualification and Competency of the personnel for the assignment.
5. That our firm have neither failed to perform on any contract, as evidenced by imposition
of a penalty by an arbitral or judicial authority or a judicial authority or a judicial
pronouncement or arbitration award against our firm, nor our firm have been expelled
from any project or contract by any public authority nor have had any contract
terminated by any public authority for breach of our part.
6. That our firm during the last three years, neither failed to perform on any agreement, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against us.
That the statements made in paragraph 1 to 6 of the foregoing affidavit as above are true to my
knowledge and belief and if anything is found contrary, I stand liable to be prosecuted under
appropriate Act / laws in force.
Solemnly affirmed by the said ………………………………. at …………………….. on this the
…………………………… day of .............................. 20…….
Deponent:
Identified by me:
Form T-8
PERFORMANCE GUARANTEE FORMAT
JUIDCO has invited bids for appointing Consultant for Preparation of Detailed Project Report
(DPR) for Redevelopment of Existing Housing Complexes at Harmu Housing Colony, Argora
Chowk and Bariatu Housing Colony.
M/s. submitted their proposal with reference to the said bid, JUIDCO has since decided to award
the contract to M/s………… …vide their letter of intent no……………. dated………………
directing M/s ................... to submit Performance Bank Guarantee of Rs.
M/s.. … has requested us to furnish above bank guarantee valid up to
…………………………………………Considering the request, we .…… do hereby undertake to pay to Managing
Director, JUIDCO an amount not exceeding Rs. ……..… lakhs on demand by Managing Director, JUIDCO
in case of failure of M/s ............................................................ in fulfilling the obligations properly and timely
under the said contract.
We ........................ do hereby undertake to pay the amount payable under this guarantee without
demur, merely on a demand from Managing Director, JUIDCO. Any such demand made on the bank shall
be conclusive as regards the amount due and payable by the bank under this guarantee.
Our liability under this guarantee shall be restricted to an amount not exceeding
Rs……….lakhs. This guarantee would remain in full force up to ........................ Unless the demand as claim
under this guarantee is made on us in writing on or before… ................. , we shall be discharged from all
liabilities under this guarantee thereafter.
We undertake to pay unconditionally to Managing Director, JUIDCO any money so demanded and
our liability under this guarantee being absolute and unequivocal. The payment so made by us under
this bond shall be a valid discharge of our liability from payment there under and M/s.
……………shall have no claim against us making such payment.
This guarantee will not be discharged due to the change in the constitution of the Bank or
consultant.
We undertake not to release this guarantee during its currency except with prior consent of
Managing Director, JUIDCO in writing.
“Notwithstanding anything herein contained; our liability under this Guarantee shall:
(A) Be limited to a sum of Rs…………….lakhs (Rupees ............................... lakhs) only.
(B) Stand completely discharged and all our rights under this guarantee shall stand
extinguished, if no claim or demand is made upon us in writing on or before............... ”

Date………………………….

Signature for and on behalf of Bank


Form T-9
FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL
(On Non – judicial stamp paper of Rs. 100 duly attested by notary public)
POWER OF ATTORNEY

Know all men by these presents, we (name and address of the registered office of the
Sole Applicant) do hereby constitute, appoint and authorize Mr. / Ms. R/o
(name and address of residence) who is presently employed with us and holding the position
of , as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary
in connection with Request for Proposal for Selection of Consultant for Preparation of Detailed
Project Report (DPR) for Redevelopment of Existing Housing Complexes at Harmu Housing
Colony, Argora Chowk and Bariatu Housing Colony including signing and submission of all
documents and providing information / responses to JUIDCO, representing us in all matters in
connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney and agree that all acts, deeds and things done by our aforesaid attorney shall and shall always
be deemed to have been done by us.

For
(Signature)
(Name, Title and Address)

Accepted
………………….(Signature)
(Name, Title and Address of the Attorney)
Form T-10
LETTER OF ACCEPTANCE
(Letter head paper of the Employer’s Representative)

(Date)

To
(Name and address of the Agency)

Dear Sirs,

This is to notify you that your Bid dated for (name of the
Project and its NIT No., as given in the Request of Proposal) for the Contract Price of
Rupees__________________________( ) (amount in words and figures), as
corrected and modified in accordance with the Instructions to Bidders is hereby accepted by JUIDCO.

You are hereby requested to furnish Performance Security, in the form as per clause 8.0 for an amount
equivalent to Rs. within 15 days of the receipt of this letter of acceptance valid
up to days from the date of expiry of Contract i.e. up to and also
furnish the Non-Judicial Stamp of Rs. 500/- for signing the Agreement, failing which action as stated in
Clause 9 of Section-1 will be taken.

Yours faithfully,

Authorized Signature
Name and title of Signatory
(Employer’s Representative)
Form T-11
AGREEMENT FORM
Agreement

This agreement, made the day of between (name and

address of Employer) [hereinafter called "the Employer] and


(name and address of Agency) hereinafter called "the Agency" of the other
part.

Whereas the Employer is desirous that the Agency execute (name and NIT
number of RFP) (hereinafter called "the Works") and the Employer has accepted the Bid by the Agency
for the execution and completion of such Works and the remedying of any defects therein, at a cost of
Rs. .

NOW THIS AGREEMENT WITNESSETH as follows:


1. In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be deemed to form
and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Agency as hereinafter


mentioned, the Agency hereby covenants with the Employer to execute and complete the Works and
remedy any defects therein in conformity in all aspects with the provisions of the contract.

3. The Employer hereby covenants to pay the Agency in consideration of the execution and
completion of the consultancy Works and the remedying the defects wherein Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part
of this Agreement viz.
(1) The Agreement Form
(2) Letter of Acceptance,
(3) Agency Proposal
(4) All Annexures as per RFP
(5) Request for Proposal
(6) Financial Proposal
(7) Any other document listed in the Contract Data as forming part of the Contract
In witnessed whereof the parties there to have caused this Agreement to be executed the day and year
first before written.

The Common Seal of was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said

in the presence of:

Binding Signature of Employer’s Representative

Binding Signature of Agency


Form T-12

EARNEST MONEY DEPOSIT (EMD) (BANK GUARANTEE)

WHEREAS, [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid dated [date]
for the construction of [name of Contract hereinafter called "the Bid"].

KNOW ALL PEOPLE by these presents that We [name of Bank]


of [name of country] having our registered office at (hereinafter called "the
Bank") are bound unto [name of Employer’s Representative]
(hereinafter called "the Employer’s Representative") in the sum of * for which payment well and truly
to be made to the said Employer’s Representative the Bank itself, his successors and assigns by these
presents.

SEALED with the Common Seal of the said Bank this day of, 20_

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the
Form of Bid;

OR

(2) If the Bidder having been notified to the acceptance of his bid by the Employer during the period
of Bid Validity:

a) fails or refuses to execute the Form of Agreement in accordance with the Instruction to
Consultants; or

b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to
Consultants; or

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand,
without the Employer having to substantiate his demand, provided that in his demand the Employer
will note that the amount claimed by him is due to him owing to the occurrence of one or any of the two
conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ** days after the
deadline for submission of Bids as such deadline is stated in the Instructions to Consultants or as it may
be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand
in respect of this guarantee should reach the Bank not later than the above date.

DATE SIGNATURE

WITNESS SEAL

[Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures denominated in Indian
Rupees. This figure should be the same as shown in Table 1.1, Column- 3 of the Notice Inviting Tender.

** 180 days after the deadline for submission of online Bid.


Form T-13
Letter of Application

Dated: …………….

(Name & Address of ULB),


Phone no:
E-mail –

Sub: Request for Proposal for Selection of Consultant for Preparation of Detailed Project Report
(DPR) for Redevelopment of Existing Housing Complexes at Harmu Housing Colony, Argora
Chowk and Bariatu Housing Colony.

Dear Sir,

Attached to this letter is the authority regarding Power of Attorney appointing me/us as designated
person(s) to make these representations for and on behalf of the bidder in respect of the proposal as
per RFP bearing number JUIDCO/NIT/RFP/JHB/ 394 , dated 16.07.2021 issued by JUIDCO.
For and on behalf of the bidder, I/we confirm:
1. Our offer is in accordance with the terms and conditions of the RFP issued by JUIDCO, and we agree
all the terms and conditioned mentioned in the RFP, and we have initialed each page of it to convey our
acceptance;

2. That the offer contained in the proposal attached to this letter is a firm offer which will remain open
for the proposal validity period referred to in the RFP, including any extension of the proposal validity
period as may be agreed by us;

3. That (JUIDCO) may by written notice extend the period of proposal validity period and the proposal
attached to this letter and the EMD below will remain in full force and be valid for that extended period
as per provisions of the RFP;

4. That the Bidder accepts the terms and conditions stipulated in RFP for the selection process and
undertakes to perform its obligations accordingly; and

5. That attached to this letter is the EMD, Tender fees along with all other documents and information
as required by the RFP.
Name:
Title:
Date:

You might also like